Kandla Water Tank Tender Documents

Embed Size (px)

Citation preview

  • 7/28/2019 Kandla Water Tank Tender Documents

    1/40

    KANDLA PORT TRUST

    TENDER DOCUMENTS FOR

    Special Repairs to Over ground Tank at Water Tower-1 at NewKandla.".

    Sr. Engineer (PL)

    Pipeline Division,Annexe, A.O. Building,

    Ground Floor,

    Kandla Port Trust,

    Gandhidham (Kutch) 370201.

    Kutch District.

    Gujarat State.

    Telephone : (O) 02836 - 220013

    Fax No. 02836-220050

  • 7/28/2019 Kandla Water Tank Tender Documents

    2/40

    INDEX

    STANDARD GENERAL CONDITIONS FOR CIVIL CONTRACTS

    DC 1 : Bid Reference

    NIT : Invitation for Bids

    SECTION 1 : Instruction to Bidders

    SECTION 2 : Forms of Bid, Qualification Information

    SECTION 3 : Conditions of Contract and Special Conditions

    SECTION 4 : Forms of Securities

    SECTION 5 : Drawing

    SECTION 6 : Bill of Quantities

  • 7/28/2019 Kandla Water Tank Tender Documents

    3/40

    KANDLA PORT TRUST

    DC: 1

    COMPETITIVE BIDDING

    AGREEMENT NO: - _________

    BID NO: - 19 / PL - 2012

    NAME OF WORK : Special Repairs to Over ground Tank at Water Tower-1 at New Kandla.

    PERIOD OF DOWNLOADING OF BID DOCUMENTS

    FROM : 05/12/2012

    TO : 28/12/2012 upto 15:00 hrs.

    LAST DATE AND TIME FOR RECEIPT OF BIDS : DATE 28/12/2012 TIME 14:30 HRS

    *TIME AND DATE OF OPENING OF BIDS : DATE 28/12/2012 TIME 16:00 HRS

    PLACE OF OPENING OF BIDS : CHAMBER OF SR. ENGINEER (PL),

    PIPELINE DIVISION,ANNEXE, A.O. BUILDING,GANDHIDHAM KUTCH(GUJARAT STATE).

    __________________________________________________________________________

    OFFICER INVITING BIDS Sr. Engineer (PL),KANDLA PORT TRUST

  • 7/28/2019 Kandla Water Tank Tender Documents

    4/40

    NOTICE INVITING ON LINE TENDER

    Details about tender:

    Department Name Civil Engineering Department

    Circle/ Division Pipeline Division, A.O. Building,

    Gandhidham (Kutch)-370201.

    Tender Notice No.

    Name of Work Special Repairs to Over ground Tank at Water Tower-1

    at New Kandla.

    Estimated Contract Value (INR) Rs.24,55,116.00 & credit Part Rs. 63,410.00

    Period of Completion (in Months) 4 Months

    Bidding Type Open

    Bid Call (Nos.) One

    Tender Currency Type Single

    Tender Currency Settings Indian Rupee (INR)

    Qualifying Criteria : 1. Average annual financial turnover during the last

    three years ending 31st March of the previous financial

    years, should be at least Rs 7.37 lacs.

    2. Solvency certificate from bankers for Rs.9.82 lacs

    not older than six months as on the date of

    submission of the bid.

    3. Experience of having successfully completed

    similar works during last 7 years ending last day of

    month previous to the one in which applications

    are invited should be either of the following :

    i. Three similar completed works each costing not

    less than Rs.9.82 lacs.

    ii. Two similar completed works each costing not less

    than Rs.12.28 lacs.

    iii. One similar completed works each costing not less

    than Rs.19.64 lacs.

    4 Similar Works mean B ilding orks RCC

  • 7/28/2019 Kandla Water Tank Tender Documents

    5/40

    6. Assessed Available Bid capacity = A X N X 2 B,

    Where,

    N = Number of years prescribed for completion of the

    subject contract.

    A = Maximum value of works executed in any one

    year during last seven years (at current price level)

    B = Value at current price level of existing

    commitments and ongoing works to be completed in

    the next N years.

    The Bidder shall furnish statements showing the value

    of existing commitments and on going works as well as

    the stipulated period of completion remaining for each

    of the works preferably countersigned by the Nodal

    Office or his nominee-in charge.

    7. The contractor registered in KPT in Class of B-1

    CATEGORY Building works will be considered and

    has to submit copy of registration letter.

    Joint Venture Not Allowed

    Rebate Applicable

    Bid Document Fee : Rs. 500.00

    Bid Document Fee Payable To: FA & CAO, Kandla Port Trust, Gandhidham

    Bid Security/ EMD (INR) : Rs. 24,551.00

    Bid Security/ EMD (INR) In Favour

    Of :

    FA & CAO, Kandla Port Trust, Gandhidham

    Bid Document Downloading Start

    Date

    05/12/2012

    Bid Document Downloading End

    Date

    28/12/2012 UPTO 15:00 HRS

    Last Date & Time for Receipt of Bids 28/12/2012 UPTO 15:00 HRS

    Bid Validity Period 120 Days

    Condition Demand Draft (DD)/ Bankers Cheque (BC)/ Pay Order

    (PO) for E.M.D. & tender fee shall be submitted in

    electric format only through on line (by scanning) while

    uploading the bid. This submission shall mean that

    d f d d l ff f

  • 7/28/2019 Kandla Water Tank Tender Documents

    6/40

    Remarks Submission of E.M.D. Tender Fee and other Documents

    during office hours : On date 03/01/2013 by R.P.A.D

    Speed post in the chamber of Sr. Engineer (PL), Pipeline

    Division, Annexe, A.O. Building Gandhidham (Kutch)-

    370201. Phone: 02836- 220013

    Bid Opening Date Technical Bid will be opened on 28/12/2012@ 16:00

    Hrs. Date of submission and opening of price bid shall

    be notified after scrutiny & evaluation of Technical Bid.

    Documents required to be

    submitted by scanning throughonline

    a. Documents in support of fulfilling qualifying

    criteria as indicated above.

    b. EMD in form of DD/ BC/ PO.

    c. Tender fee Demand draft.

    d. As indicated in clause 4.7 of section 1

    Instructions for tendering.

    Officer- Inviting Bids: Sr. Engineer (PL), Pipeline Division, Annexe, A.O.

    Building, Gandhidham Kutch

    Bid Opening Authority : Senior Engineer (Pipeline)

    Address: Sr. Engineer (PL), Pipeline Division, Annexe, A.O.

    Building Gandhidham (Kutch)-370201..

    Contract Details : Phone: 02836- 220013

  • 7/28/2019 Kandla Water Tank Tender Documents

    7/40

    SECTION -1

    INSTRUCTIONS TO BIDDERS

  • 7/28/2019 Kandla Water Tank Tender Documents

    8/40

    GENERAL

    1. Scope of Bid

    The Senior Engineer (Pipeline), Kandla Port Trust, invites bids by E-Tendering for the works" Special Repairs to Over ground Tank at Water Tower-1 at New Kandla. detailed in the table

    given in NIT. The bidders may submit on-line bids for the work detailed in the table given

    in NIT.

    1.1 The successful bidder will be expected to complete the works by the intended completion

    date specified in the contract data.

    2. Source of Funds2.1 The employer has arranged the funds from internal resources and will have sufficient

    funds in Indian currency for execution of the works.

    3. Eligible Bidders

    3.1 The invitation for Bids is open to all eligible bidders meeting the eligibility criteria as

    defined in clause no .4

    3.2 Government-owned enterprises may only participate if they are legally and financially

    autonomous, operate under commercial law and are not a dependent agency of the

    Employer subject to fulfilment of Minimum Qualifying criteria.

    3.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices

    issued by the employer.

    4. Eligibility Criteria:4.1 Average annual financial turnover during the last three years ending 31st March of the

    previous financial years, should be at least Rs 7.37 lacs.

    4.2 Solvency certificate from bankers for Rs. 9.82 lacs not older than six months as on the date

    of submission of the bid.

    4.3 Experience of having successfully completed similar works during last 7 years ending last

    day of month previous to the one in which applications are invited should be either of thefollowing:

    ii. Three similar completed works each costing not less than Rs.9.82 lacs.

    ii. Two similar completed works each costing not less than Rs.12.28 lacs.

  • 7/28/2019 Kandla Water Tank Tender Documents

    9/40

    4.7 All bidders shall scan and forward the following information and documents with their

    bids.

    a. Copies of original documents defining the constitution or legal status, place of

    registration, and principal place of business, written power of attorney of thesignatory of the Bid to commit the Bidder.

    b. Total monetary value of construction work performed for each of the seven years.

    c. Experience in works of a similar nature and size for each of the last seven years,

    and details of works underway or contractually committed, and Employers who

    may be contacted for further information on those contracts.

    d. Major items of construction equipment proposed to carry out the contract.

    e. PAN, Registration with Sales Tax, Service Tax, VAT, Provident Fund Authorities.

    f. EMD in approved form as prescribed under clause no .15.

    g. Information regarding any litigation, current or during the last five years, in which

    the Bidder is involved, the parties concerned, and disputed amount..

    h. An undertaking to the effect that no change has been made in the tenderdocument; and they have not been banned / de-listed by any reputed Organization

    in past

    4.8 Even though the bidder meets the above qualifying criteria, they are subject to be

    disqualified if they have:

    - Made misleading or false representations in the forms, statements and

    attachments submitted in proof of the qualification requirements: and/or

    - Record of poor performance such as abandoning the works, not properly

    completing the contract, inordinate delays in completion, litigation history or

    financial failures etc,.

    5. One Bid per Bidder

    5.1. Each bidder shall submit only one bid. A bidder who submits more than one Bid(other than

    as a subcontractor or in cases of alternatives that have been permitted or requested) willcause all the proposal with the Bidder's participation to be disqualified.

    6. Cost of Bidding

    6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid,

  • 7/28/2019 Kandla Water Tank Tender Documents

    10/40

    B. BIDDING DOCUMENTS

    8. Content of Bidding Documents

    8.1 The set of bidding documents comprises the documents listed in the below and addendaissued in accordance with clause-9:

    Invitation for Bids(NIT)

    SECTION 1 : Instruction to Bidders

    SECTION 2 : Forms of Bid, Qualification Information

    SECTION 3 : Conditions of Contract and Special Conditions

    SECTION 4 : Form of Securities

    SECTION 5 : Drawing

    SECTION 6 : Bill of Quantities

    8.2. The bidding documents shall be downloaded. The documents should be completely filled

    and submitted through on line Tendering process.

    8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract

    data, forms, terms, technical specifications, bill of quantities, forms, drawings, annexure in

    the bid document. Failure to comply with the requirements of the bid document shall be at

    the bidder's own risk. Pursuant to clause 26 hereof, bids which are not substantially

    responsive to the requirements of the bid documents shall be rejected.

    C. PREPRATIION OF BID:9. Language of Bid

    9.1 .All documents relating to the bid shall be in the English language.

    10. Documents comprising the Bid10.1The bid submitted by the bidder shall comprise the following:

    A) Technical Bid:

    (i) Bid Security

    ii) Qualification information form and document (pursuant to clause 4 hereof) and any of

    the material required to be furnished and submitted by the bidder in accordance with

    these instruction..

    B) Fi i l Bid

  • 7/28/2019 Kandla Water Tank Tender Documents

    11/40

    11.2 The bidder shall fill in rates and prices for all items of the works described in the bill of

    quantities. Items for which no rate or price is entered by the bidder will not be paid by the

    Employer when executed and shall be deemed covered by the other rates and prices in the

    Bill of Quantities.

    11.3All duties, taxes, and other levies payable by the contractor under the contract, or for any

    other cause shall be included in the rates, prices and total Bid Price submitted by the

    bidder.

    11.4 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract

    and shall not be subject to adjustment on any account.

    12.Currencies of Bid and Payment12.1The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

    13. Bid Validity

    13.1Bids shall remain valid for a period not less than 120 days after the deadline date for bid

    submission specified in clause 18. A bid valid for a shorter period shall be rejected by theEmployer as non-responsive.

    13.2In exceptional circumstances, prior to expiry of the original time limit, the Employer may

    request that the bidders may extend the period of validity for a specified additional

    period. The request and the bidders' responses shall be made in writing or by cable. A

    bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the

    request will not be permitted to modify his bid.

    14. Bid Security (Earnest Money Deposit-EMD)

    A. Earnest money Deposit (EMD) shall be Rs.24,551.00 to be submitted in form of Demand

    Draft/ Bankers Cheque/ Pay Order drawn in favour of Kandla Port Trust payable at

    Gandhidham. EMD in any other form shall not be accepted.

    B. EMD of unsuccessful bidders other than L1 and L2 be refunded immediately after ranking

    of price bids. Earnest Money of L2 be refunded immediately after entering in to

    agreement with L1 and acceptance of performance Guarantee from L1.

    C. EMD shall be refunded suo-motto without any application from the bidders.

    D. The Bid Security of the successful bidder will be discharged after he has signed the

    Agreement and furnished the required Performance Security.

    E. The Bid Security may be forfeited, if

    (a) The bidder withdraws the Bid after Bid opening during the period of Bid Validity;

  • 7/28/2019 Kandla Water Tank Tender Documents

    12/40

    16. Format and Signing of BidThe Price Bid to be submitted on-line shall be signed digitally by a person or persons duly

    authorized to sign on behalf the Bidders.

    The Bid shall contain no alternations additions, except those to comply with instructions

    issued by the Employer.

    D. SUBMISSION OF BIDS17. Bidders who wish to participate will have to procure/ should have legally valid Digital

    Certificate, as per Information Technology Act-2000, using which they can sign their

    electronic bids. The bidders can procure the Digital Certificate from (n) code solutions a

    division of GNFC Ltd, who are licensed certifying authority by Government of India. All bids

    should be digitally signed. For details regarding Digital signature certificate and relatedmatters, the below mentioned address should be contacted: (n) code Solutions, A Division

    of GNFC, 301 GNFC Infotower, Bodakdev, Ahmedabad. Tel. 91 79 26857316/17/18 Fax:

    91 79 26857321 E-mail: [email protected] Mobile: 9327084190 / 9898589652.

    The accompaniments to the tender documents as described under Clause 4.2 shall be

    Scanned and submitted On-Line along with Tender documents. However, the originals/

    attested hard copies shall have to be forwarded subsequently so as to reach the office of

    Senior Engineer (Pipeline) within 7 days of opening of the tenders.

    The envelopes shall

    (a) be addressed to:

    The Sr. Engineer (PL),

    Kandla Port Trust,

    A.O. Building,

    Pipeline Division,

    Annexe, Ground floor,

    Gandhidham-Kutch PIN: 370201.Gujarat-State.

    (b)bear the following identification:

    Accompaniments for Special Repairs to over ground Tank at Water Tower-1 at New Kandla.

    -Bid reference No.,

    -Name and address of the bidder.\

    18. Deadline of Submission of the BidsTechnical Bids must be received by the Employer in On-Line System at website

    https://kpt.nprocure.com not later than 15:00 hrs. on 28/12/2012 in the event of thespecified date for the submission of bids being declared a holiday by the Employer, the

    Bids will be received upto the appointed time on the next working day.

    The Employer may extend the deadline for submission of bids by issuing an amendment in

    accordance with Clause 9, in which case all rights and obligations of the Employer and the

  • 7/28/2019 Kandla Water Tank Tender Documents

    13/40

    19. Late Bids

    After the deadline prescribed in Clause 18 the bids can not be submitted in the On-Line

    System.

    20. Modification and Withdrawal of Bids

    Bidders may modify or withdraw their bids before the deadline prescribed in Clause 18.

    No Bid can be modified after the deadline for submission of Bids.

    Withdrawal or modification of a Bid between the deadline for submission of bids and the

    expiration of the original period of bid validity in Clause 13.1 above or as extended

    pursuant to Clause 13.2 may result in the forfeiture of the Bid security pursuant of Clause

    14.

    E. BID OPENING AND EVALUATION

    21. Bid Opening

    On the due date and appointed time the Employer will first open Technical bids of all bids

    received including modifications made pursuant to clause 20. In the event of the specified

    date for Bid opening being declared a holiday by the Employer, the Bids will be opened at

    the appointed time on the next working day.

    If any Bid contains any deviation from the Bids documents and / or if the same does not

    contain Bid security in the manner prescribed in the Bid documents, then that Bid will berejected and the Bidder will be informed accordingly. All valid Financial Bids whose

    technical bids have been determined to be substantially responsive in accordance with

    Clause 23 hereof, shall be opened on the specified date from declaring the results of the

    Technical Bid.

    22. Clarification of Bids22.1 To assist in the examination and comparison of Bids, the Employer may, at his discretion,

    ask any Bidder for clarification of his Bid, including breakdown of unit rates. The requestfor clarification and the response shall be in writing or by cable, but no change in the price

    of substance of the Bid shall be sought, offered, or permitted.

    22.2Subject to sub-clause 22.1, no Bidder shall contact the Employer on any matter relating to his

    bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes

    to bring additional information to the notice of the Employer, he should send the same

  • 7/28/2019 Kandla Water Tank Tender Documents

    14/40

    23. Examination of Bids and Determination of Responsiveness

    Prior to detailed evaluation of Bids, the Employer will determine whether each Bid(a) has

    been properly digitally signed (b) meets the eligibility criteria defined in Clause 4 (c) isaccompanied by the required Bid security and; (d) is responsive to the requirements of the

    Bidding documents.

    A substantially responsive Technical and Financial Bid is one which conforms to all the

    terms, conditions and specification of the Bidding documents, without material deviation

    or reservation. A material deviation or reservation is one (a) which effects in any

    substantial way the scope, quality or performance of the Works; (b) which limits in any

    substantial way, the Employers rights or the Bidders obligations under the contract; or (c)whose rectification would affect unfairly the competitive position of other Bidders

    presenting responsive Bids.

    If a Technical Bid is not substantially responsive, it will be rejected by the Employer, and

    may not subsequently be made responsive by correction or withdrawal of the non-

    confirming deviation or reservation.

    24. Evaluation and Comparison of Bids

    The Employer will evaluate and compare only the Bids determined to be responsive in accordance

    with Clause 23.

    In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid price by

    adjusting discounts or other price modification offered in accordance with Sub Clause 20.

    If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer-in-charge

    estimate of the cost of work to be performed under the contract, the Employer may require the

    Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to

    demonstrate the internal consistency of those prices with the implementation/construction

    methods and schedule proposed.

    F. AWARD OF CONTRACT

    25. Award CriteriaThe Employer will award the Contract to the Bidder whose Bid has been determined to be

    responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,

    provided that such Bidder has been determined to be (a) eligible in accordance with the

    provisions of Clause 3 and (b) qualified in accordance with the provisions of Clause 4. The

    d bidd (i L2) h ll b k t i d b i it d t t h th bid

  • 7/28/2019 Kandla Water Tank Tender Documents

    15/40

    27. Notification of Award and Signing of Agreement.

    The Bidder whose Bid has been accepted will be notified of the award by the Employer

    prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by

    registered letter. This letter will state the sum that the Employer will pay the Contractor

    in consideration of the execution, completion and maintenance of the Works by the

    Contractor as prescribed by the Contract.

    The notification of award will constitute the formation of the Contract subject to the

    furnishing of a performance security in accordance with the provisions of Clause 28.

    The Agreement will incorporate all correspondence between the Employer and the

    successful bidder. It will be signed by the employer and sent to the successful Bidder

    within 14 days following the notification of award along with the Letter of Acceptance.

    Within 21 days of receipt of L.O.A., the successful Bidder will furnish the performance

    security and sign the Agreement with the Employer.

    Upon the furnishing by the successful Bidder of the Performance Security, the Employer

    will promptly notify the other Bidder that his Bid have been unsuccessful and release the

    Bid security (EMD).

    28. Performance SecuritySecurity deposit shall consist of two parts; a) Performance Guarantee to be submitted at

    award of work, and b) Retention money to be recovered from Running Bills.

    28.1Security Deposit shall be 10% of Contract price of which 5% of contract price should be

    submitted as Performance Guarantee by Bank Guarantee, or Demand Draft within 21

    days of receipt of letter of acceptance and balance 5% recovered as Retention Money

    from Running Bills. Recovery of 5% of Retention Money to commence from the first bill

    onwards @ 5% of bill value from each bill. Retention Money be refunded within 14 days

    from the date of payment of final bill. Balance SD to be refunded immediately not later

    than 14 days from completion of defect liability period.

    28.2Failure of the successful Bidder to comply with the requirements of Sub-Clause 29.1 shall

    constitute sufficient grounds for cancellation of the award of work and forfeiture of the

    Bid security.

  • 7/28/2019 Kandla Water Tank Tender Documents

    16/40

    (i) Corrupt practice means the offering, giving, receiving or soliciting of any thing of

    value to influence the action of a public official in the procurement process or in

    contract execution; and

    (ii) fraudulent practice means a misrepresentation of facts in order to influence a

    procurement process or the execution of a contract to the detriment of theEmployer, and includes collusive practice among Bidders (prior to or after bid

    submission) designed to establish bid prices at artificial non-competitive levels and

    to deprive the Employer of the benefits of free and open competition.

    (b) Will reject a proposal for award of work if he determines that the Bidder

    recommended for award has engaged in corrupt or fraudulent practices in

    competing for the contract in question.

    (c) Will declare a Bidder ineligible, either indefinitely for a stated period of time, to be

    awarded a contract/contracts if he at any time determines that the Bidder has

    engaged in corrupt or fraudulent practices in competing for or in executing, the

    contract.

  • 7/28/2019 Kandla Water Tank Tender Documents

    17/40

    SECTION 2

    FORMS OF BID, QUALIFICATION

    INFORMATION

    TABLE OF FORMS

    1. FORM OF BID

    2. AGREMENT FORM

  • 7/28/2019 Kandla Water Tank Tender Documents

    18/40

    SPECIMEN FOR FORM OF BID(To be executed on bidders letter head)

    To

    To

    The Sr. Engineer (PL)

    Kandla Port TrustAnnexe, A.O. Building, Ground floor,

    Gandhidham Kutch Pin 370-201.

    Dist- Kutch (Gujrat)

    We, the undersigned, declare that:

    (a) We have examined and have no reservations to the tender documents, including addenda

    and clarifications issued vide .

    (b) we offer to execute the work in conformity with the tendering documents and in

    accordance with the delivery schedules specified in the schedule of requirements in

    accordance with the tender document bearing no___________

    (c) our tender shall be valid for the period of 120 days , from the date fixed for the tender

    submission deadline in accordance with [ITB Sub- clause 15.1] , and it shall remain binding

    upon us and may be accepted at any time before the expiration of that period or any

    extended period in accordance with [ITB Sub-clause 15.2];

    (d) If our tender is accepted, we commit to submit a performance guarantee for the due

    performance of the contract, as specified in specimen form for the purpose.

    (e) No Joint Venture.

    (f) Our firm, its affiliates or subsidiaries- including any subcontractors or contractors for any

    part of the contract has not been declared ineligible by the port, under laws of India or

    official regulations in accordance with [ITB Sub-clause no.3.4]

  • 7/28/2019 Kandla Water Tank Tender Documents

    19/40

    I. We understand that you are not bound to accept the lowest evaluated tender or

    any other tender that you may receive.

    II. We also make a specific note clauses of [ITB,NIT] under which the contract isgoverned.

    Signed: [insert signature of person whose name and capacity are shown]

    In the capacity of [insert legal capacity of person signing the form of tender]

    Name:[insert complete name of person signing the form of tender]

    Duly authorized to sign the tender for and on behalf of: [insert complete name of tenderer]

    Dated on____________ day of ______________, ____________(insert date of signing)

  • 7/28/2019 Kandla Water Tank Tender Documents

    20/40

    SPECIMEN CONTRACT AGREEMENT(to be executed on Rs.100%-non-judicial stamp paper)

    [the successful tenders shall fill in this form in Accordance with the instructions indicated]

    THIS CONTRACT AGREEMENT is made

    The[insert: number] day of [insert: month], [insert: year]

    A G R E E M E N T

    This agreement made this __________________ day of _____________between the Board of Trustees of the Port of Kandla, a body corporate under Major PortTrusts Act, 1963, having its Administrative Office Building at Gandhidham (Kachchh)(hereinafter called the Board, which expression shall unless excluded or repugnant tothe context, be deemed to include their successors in office of the one part andM/s._________________________________________________ (hereinafter called thecontractor which expression shall unless excluded by or repugnant to the context be

    deemed to include his / their heirs, executors, administrators, representatives andassigns or successors in office) of the other part.

    Whereas the Board is desirous of carrying out the work of_____________________________________________________________ and whereas thecontractor has offered to execute and complete such works at a total cost of Rs._____________.

    AND WHEREAS the contractor agreed to deposit the Security Deposit as follows for the

    due fulfilment of all the conditions of the contract.

    1. Rs.______ paid in the D.D. pay order / banker's cheque / Bank Guarantee towards5% of Contract value as performance Guarantee.

    2. Balance amount towards S.D. of Rs.__________ being 5% of contract value to berecovered from work bills at the rate of 05% of the bill value from 1st R.A. billonwards.

    NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:-

    1. In this agreement words and expressions shall have the same meaning as arerespectively assigned to them in the conditions of contract hereinafter referredto.

    2. The following shall be deemed to form and to be read and construed as part ofthis agreement relating to the said work, viz.

  • 7/28/2019 Kandla Water Tank Tender Documents

    21/40

    e. General and Special Conditions of the Contract (Page No._____ to_____)

    f. The specification, designs and method of construction (Page

    No._____ to _____)g. The schedule of items of work with quantities and rates. (Page

    No._____ to _____)h. Correspondences exchanged before the issue of letter of

    acceptance by which the conditions of contract are amended,varied of modified in any way by manual consent (to beenumerated) (Page No._____ to ______)

    i. Work order No._______ issued vide letter No.________ (Page No.

    ____ to _____)j. Additional drawings, specifications and written instructions whenissued by or approved in writing by the Engineer-in-charge. (PageNo.___ to _____)

    3. The contractor hereby covenants with the Board to complete and maintain thesaid works to the satisfactions of the Board in conformity in all respects inaccordance with the provision of the said Contract.

    4. The Board hereby covenants to pay the Contractor in consideration of such workThe Contract Price at the time and in the manner prescribed by the saidContract.

    IN WITNESS whereof the parties here unto have set their hands and seals the day and yearfirst above written signed and sealed by the contractor in the presence of :-

    M/s.________________________________________________________________

    Witness (Name, signature, address)

    1) __________________________________________

    2) __________________________________________

    Signed, sealed and delivered byChief Engineer onBehalf of the Board in presence of

    Chief Engineer (H.O.D.)Kandla Port Trust

    For and on behalf of the Board of Trusteesof the Port of Kandla.

    Witness (Name, signature, address)1) _____________________

  • 7/28/2019 Kandla Water Tank Tender Documents

    22/40

    SECTION 3

    SPECIAL CONDITIONS ANDSPECIFICATIONS

  • 7/28/2019 Kandla Water Tank Tender Documents

    23/40

    KANDLA PORT TRUSTPIPELINE DIVISION

    SPECIAL CONDITIONS

    Name of Work :- Special Repairs to Over ground Tank at WaterTower-1 at New Kandla.

    1 The provision in specials conditions, which form part of the contract, shall have

    precedence over those specified in general conditions in case of diversity, if any.

    2 The tender for the work shall remain open for acceptance for 06 (six) monthsperiod from the date of opening of the tender.

    3 The work is to be carried out at New Port Colony.

    4 The item of dismantling RCC dome slab is to be executing with extra ordinary care as, it to

    be dismantled after casting a proposed dome slab over it. So special care is required to betaken so as the newly casted structure should not affected / loosen its strength.

    5 The tanks are one of the important and essential structure so far water storage is concern.Hence once the tanks handed over for repairs, contractor has to arrange and stack all theapproved material at the site of work including required labours well in advance.

    7 As well as the tank will be handed over for works inside the tank, it shall be handed overback to KPT for storage of water at an earliest. Accordingly planning of all the activitiesshall be made simultaneously and if required the activities of work may be kept continuedfor round the clock with due permission of the Engineer in charge.

    8 The work once started cannot be stopped without intimation to Engineer-in-charge.Contractor will be allowed to work round the clock including Sunday / Holiday too.

    9 After completion of inside work, contractor has to wash the tank, cleaned it, remove all thematerials, etc. as directed by Engineer-in-charge.

    10. The whole dismantled material i.e. debris etc.., are to be removed from tank only throughthe man holes, which are situated at the height of 5 to 6 mtrs. From the FFL of the tank.While quoting the rates this aspect may be kept in consideration.

    11. The glazed tiles to be fixed shall be with plane edges in state leveled edge.

  • 7/28/2019 Kandla Water Tank Tender Documents

    24/40

    14. Before taking away the salvaged reinforcement, contractor shall deposit the amountquoted as per Credit Item No. 1 including taxes applicable in advance.

    15 The tenders with any conditions or enclosure are liable to be summarily rejected. Errors,over writings and corrections are not permitted in tender and, if any, shall be neatlyscored out and duly attested.

    16. All the care shall be taken while dismantling the concrete work required to cast the domeslab without damaging the existing old structure. Extra support/ shuttering work shall bedone to support the existing structure wherever found necessary at the cost of contractorand no claim whatsoever will be entertained in this regard.

    17 The tender documents submitted by the Contractor and correspondence exchangedbetween him and Kandla Port Trust authorities prior to acceptance of the Tender andthereafter shall form part of an agreement even though formal agreement duly signed isnot executed.

    18. All the tools, tackles, ladders, plants etc.., required for the purpose of execution of thework will have to be arranged by the Contractor at his own cost.

    19. The pre-acceptance letter intimating the contractor about the proposed acceptance of

    tender will be issued by the Chief Engineer. The tender agreement, in approved foremate,bearing the stamp of the required value, shall be executed by the Chief Engineer on non-judicial stamp paper of Rs.50/- which is to be born by the contractor. In case, thecontractor required to have the duplicate copy of the acceptance letter, he shall have topay an additional amount of Rs. 50/- only.

    20. The value of stamps to be affixed on agreement shall be of appropriate value prescribedfor bond as per latest provision of law enforced on the date of executions, however, if the

    contractor furnishes GP notes or approved guarantee in respect of part of security deposit,the stamp duty chargeable for the amount shall be as prescribed for agreement payable inaccordance with the latest provisions of law on the date of execution of the Contract. Allthe cost of stamp duty shall be borne by the Contractor.

    21. A site order book shall have to be maintained by the contractor at the site of work, order& instructions written in the order book shall be deemed to have been legally issued to thecontractor and the contractor shall sign each entry in the book order as a token of havingseen the same. The order book shall be the property of Board & shall be handed over to

    the Engineer-in-Charge of the work in good condition on the completion of the workwhenever required supervisory staff and Engineer-in-charge.

    22. All the labour acts, rules etc.., the contractor shall strictly follow regulations in force fromtime to time. The contractor has to got registered with the Assistant Labour Commissioner

  • 7/28/2019 Kandla Water Tank Tender Documents

    25/40

    25. The Contractor shall have to obtain quarry permits from the office of the Geologist,Departments of Mines and Minerals, Bhuj before quarrying secondary materials like sand,metal etc.

    26. The contractor shall have to bring collect and stack the required materials from theapproved quarry. These materials shall be free from foreign matters and gotapproved from the Engineer in charge before putting them into use.

    27. The contractor shall not deposits materials at such places that may causes incontinence tothe public & the work going on the nearby area.

    28. All the materials required to be used in the work shall have to be got approvedfrom the Engineer in charge before use.

    29. Rejected materials or unwanted shall not be stacked at the site of work.

    30. For casting of c.c. cubes, either the contractor has to arrange his own moulds or

    he can get (subject to the availability) the same from the Port laboratory ondepositing an amount of Rs. 400/- for each mould which is refundable. No hirecharges will be charged for the moulds from the contractor for the actual period of

    concreting for RCC works. However, the mould taken from the Port laboratory willhave to be maintained properly at site, returned to the port laboratory in goodconditions within seven days of last concreting. For the late return of cube moulds.Rupee one for each mould per day will be charged.

    31. The contractor shall arrange to supply samples of coarse aggregates and fineaggregate etc. to the port laboratory for mix design for concreting works. The Mixdesign charges shall be borne by the contractor. Mixing of cement concrete work

    shall be on weigh batching basis as per approved mix design. For betterworkability, contractor is free to use plasticizers / super plasticizer without anyextra cost. Maximum water cement ratio shall be 0.50 and slump shall be as perthe table below. The minimum cement content shall be 370 kg/m3 for M-30 gradeof controlled cement concrete.

    32. Slump of concrete for various structure:

    Sr. No. Name of concrete work Slump required M-3001. Footing/foundation 50 mm02. Wall, post etc.., 50 mm03. Slab/RCC work 60 mm

  • 7/28/2019 Kandla Water Tank Tender Documents

    26/40

    34. The concrete to be used for RCC works shall be made of two graded machinecrushed trap stone metal. Mechanical appliances such as concrete mixer, vibrateetc.., shall be used for mixing and consolidation on concrete.

    35. Concrete cover blocks with binding wire shall be used in all RCC works of standardsize as directed by the Engineer in charge. C.C. Cover blocks should be well curedfor at least 07 days before use. No, extra cement, labour etc. will be paid forcasting C.C. Cover blocks. No stones or Kapchi will be allowed for covering purposeof concrete.

    36. The steel or plywood formwork shall be used for RCC/CC work and thin plasticsheet shall be laid over existing dome before concreting.

    37. During the execution of work the contractor shall employ only such persons whoare careful, skilled and experienced in their service trades. The Engineer in chargeshall be at liberty to object and ask the contractor to remove, from the work anyperson employed by the contractor in the opinion of Engineer in charge,misconduct or he is negligent, in the proper performance of his duties and suchperson shall not be again employed in the work without the permission of Engineerin charge.

    38. The Engineer-in-charge will be entitled to deduct or adjust any sums of moneypayable by the Contractor to the board under the terms of any contract executedby him or on his behalf from the security deposit of from any sums that becomedue from the present contract.

    39. During the execution of the work dewatering if required same shall be done eithermanually or pumping by the contractor at his own cost.

    40 All the work shall be done strictly in accordance with specifications, latest IS codesin practice for different building trades, in addition to the specifications given inSchedule "B", approved plan and instructions issued by the Engineer in charge.

    41. For purpose of measurement the method prescribed in the IS method ofmeasurements of the building work shall be applicable unless stated otherwisestated in contract. In case of ambiguity the decision of the Engineer in charge shall

    be final.

    42. The notes & data furnished in Kandla Port Trust Schedule of rates in force will beconsidered for the measurement purpose in the case of various materials asregards to the weight of materials and allowance of voids covering capacity etc..,f l

  • 7/28/2019 Kandla Water Tank Tender Documents

    27/40

    44. Income tax deduction at prevalent rate and surcharge as applicable thereon shallbe made while making the payment to contractor for carrying out the said workand only net amount shall be paid for as directed by the Central Board of DirectTaxes, Ministry of finance, Government of India.

    45. Any other tax or sales tax turn over composition money payable on the turnover ofsale of good involved in execution of work shall be borne by the contractors aboveand the Port Trust shall not bear any financial liability in this account what so ever.The rates quoted shall be firm and not subject to variation due to amendment andsales tax levied or otherwise by the Central / State Government or any localauthority etc.

    46. In accordance with Circular No: Guj/10 (K)/97-98/outward 1009/579 dated17/5/97 and amendment in connection with Gujarat Sales Tax Act 1969 (Gujarat

    Act. No.15 of 1997) issued by the Sales Tax Commissioner, Gujarat State,Ahmedabad, Kandla Port Trust will deduct at source Sales Tax to 2% (TwoPercent) of gross amount of bill from each running bill and final bill of workscontract, if its total amount exceeds Rs. 1.00 Crore (Rupees One Crore only) Rulesframed under Gujarat Sales Tax Act and amended from time to time shall beapplicable. In case of damage in the rate of S.T., the applicable rate shall be

    implemented.

    47. The tenderer should quote the Service Tax separately in Schedule-B, the same willbe reimbursed on production of documentary evidence of payment made to S.T.

    Authority. However, S.T. will not be considered for evaluation purpose.

    48. The Bank Guarantee submitted in lieu of Security Deposit etc. must be from anyNationalized bank or Scheduled bank having its branch at Gandhidham Kutch.

    49. The bidder shall give an undertaking that they have not made any payment orillegal gratification to any person / authority connected with the bid process soas to influence the bid process and have not committed any offence under thePC act in connection with the bid.

    50. The bidder shall disclose any payment made or proposed to be made to anyintermediaries / agents etc.., in connection with the bid.

    51. Dismantled manhole covers and ventilators salvaged vide Item No. 14 shall bedeposited back at the sub store of the water supply section.

    52. Special Conditions in respect of Cement.

  • 7/28/2019 Kandla Water Tank Tender Documents

    28/40

    3. Supply of cement shall be taken in 50 kg bags bearing manufactures name, hisregistered trade mark, date of manufacture, batch number and ISI marking.

    4. Every consignment of cement must have identification marks on packagesindicating date of manufacture and grade and type of cement. Cement brought toworks shall not be more than 6 weeks old from the date of manufacture.

    5. Every delivery of cement shall be accompanied by a manufacturers testcertificate conforming that the supplied cement conforms to relevant specifications.

    6. Engineer-in-Charge shall be at his liberty to carry out testing of cement at his

    discretion from Port laboratory as per I.S. 269-1989 before use. The contractorshall make all the necessary arrangements for same all charges towards shall beborne by the contractor only.

    7. Each consignment shall be stored separately so that it can be readily identifiedand inspected. The arrangement of cement shall be such as to ensure theutilization of cement in the order of its arrival at the stores

    8. Cement brought to site and cement remaining unused shall not be removedfrom site without the permission of the Engineer in Charge.9. Minimum cement consumption of various items shall be considered as per co-efficient of cement as mentioned in the latest SOR of KPT and amendments thereon.

    53. Special Conditions in respect of Steel Reinforcement.

    1. The contractor shall procure the steel reinforcement confirming relevant Indianstandard 1786 of various diameters from approved manufactures holding licenseto use ISI Certification for their product from manufacturer/supplier/dealer. Inany circumstances, steel reinforcement produced by re-rolling mills shall not

    be allowed to use in the work.

    2. Every delivery of Steel reinforcement shall be accompanied by a manufacturerstest certificate conforming that the supplied Steel reinforcement conforms to

    relevant specifications.

    3. For verifications of such purchase all the bills of manufacturer / supplier/dealerWill have to be furnished to the Engineer in-charge.

    h h ll h h l f f

  • 7/28/2019 Kandla Water Tank Tender Documents

    29/40

    5. Engineer-in-Charge shall be at liberty to carry out independent testing of steel

    reinforcement at his discretion from any of Government Approved laboratory asper relevant I.S. specifications before use. The contractor shall make all thenecessary arrangements for same and all the charges to be borne by thecontractor.

    6. The contractor shall procure the steel reinforcement bars of standard length asper relevant I.S.

    7. Steel reinforcement which remaining unused shall not be removed from sitewithout the permission of the Engineer in Charge.

    8. Payment for steel reinforcement shall be made on the basis of lengths of barsactually placed & measured in the work multiplied by the standard weight per unitlength as given in the relevant IS code. The rates shall include for cutting &wastage, straightening, short &long length, & weight tolerance as per relevant IScodes & placing in position. Authorized laps, chair /separators, lifting hooks

    stiffening ring shall be measured and paid.

    Contractor Sr. Engr. (PL)Kandla Port Trust

  • 7/28/2019 Kandla Water Tank Tender Documents

    30/40

    SECTION 4

    FORMS OF SECURITIES AND OTHER FORMATS

  • 7/28/2019 Kandla Water Tank Tender Documents

    31/40

    FORMS OF SECURITIES AND OTHER FORMATS

    Acceptable forms of securities are annexed. Bidders should not complete the performance and

    advance payment security forms at this time. Only the successful bidder will be required to

    provide performance and advance payment securities in accordance with one of the forms, or in a

    similar form acceptable to the employer.

  • 7/28/2019 Kandla Water Tank Tender Documents

    32/40

    FORM OF PERFORMANCE GURANTEE / SECURITY DEPOSITFORM OF PERFORMANCE GURANTEE / SECURITY DEPOSITFORM OF PERFORMANCE GURANTEE / SECURITY DEPOSITFORM OF PERFORMANCE GURANTEE / SECURITY DEPOSITToThe Board of Trustees of the Port of KandlaKandla Port Trust

    Administrative Office BuildingPost Box No.50Gandhidham (Kachchh)

    In consideration of the Board of Trustees of the Port of Kandla, a body corporate under theMajor Port Trust Act, 1963 (Act no.38 of 1963) hereafter called the Board having agreed toexempt M/s._____________________________________(hereinafter called the Contractor(s)) fromthe demand, under the terms and conditions (including any amendments/s or alternatives or

    addition/s made from time to time with mutual consent) of the agreement (hereinafter called theagreement) No.___________________________dated _________________ executed betweenBoard and M/s._____________________________________(hereinafter called the said Agreement)of security deposit for the due fulfilment by the said Contractors(s) of the terms and conditionscontained in the said Agreement, on production of Bank Guarantee forRs.___________(Rs.___________________________________________________) (indicate the nameof Bank).(Hereinafter referred to as The Bank) at the request of___________________(Contractors(s) do hereby undertake to pay to the Board an amount of notexceeding Rs._______________ on demand.

    2. We __________________ do hereby undertake to pay __________ (Indicate the name ofBank) the amounts due and payable under this guarantee without any demur, merely on a demandfrom the Chairman stating that the amount claimed is required to meet the recoveries due or likelyto be due from the said Contractors(s). Any such demand made on the bank shall be conclusive asregards the amount due and payable by the Bank under this guarantee. However, our liabilityunder this guarantee shall be restricted to an amount of not exceeding Rs._________________

    3. We undertake to pay to the Board any money so demanded notwithstanding any dispute

    or disputes raised by the contractors(s) in any suit or proceeding pending before any Court ofTribunal relating thereto, out liability under this present being absolute and unequivocal.

    The payment so made by us under this bond shall be valid discharge of our liability forpayment hereunder and the Contractors(s) shall have no claim against us for making such payment.

    4. We _________________ (indicate the name of Bank) further agree that the guarantee hereincontained shall remain in full force and effect during the period that would be taken for the

    performance of the said Agreement and that it shall continue to be enforceable till all the dues ofthe Board under or by virtue of the said Agreement have been fully paid and its claims satisfied ordischarged or tillengineer-in-charge on behold of the Board certifies that the terms and conditions of the saidAgreement have been fully and properly carried out by the said Contractors(s) and accordinglydischarges this guarantee.5 W (i di h f B k) f h i h h B d h

  • 7/28/2019 Kandla Water Tank Tender Documents

    33/40

    5. This guarantee will not be discharged due to the change in the constitution of the Bank orthe Contractors(s)6. We________________ lastly undertake not to revoke this guarantee except with theprevious consent of the Board in writing.7. This guarantee shall be valid up to _______________ unless extended on demand by Board.

    Notwithstanding anything mentioned above, our liability against his guarantee is restricted toRs._________________(Rupees___________________________) and unless a claim in writing islodged with us by the Chairman within six months of the date or expiry or the extended date ofexpiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

    Dated the _______________ day of for (indicate the name of Bank.)

  • 7/28/2019 Kandla Water Tank Tender Documents

    34/40

    SPECIMEN FORMAT FOR DECLARATION(To be executed on bidders letter head)

    To

    (Project Title)

    Ref:

    The undersigned, having studies the pre-qualification submission for the above mentioned

    project, hereby states:

    (a) The information furnished in our bid is true and accurate to the best of my knowledge.

    (b) That in case of being pre-qualified, we acknowledge that the Employer may invite us to

    participate in due time for the submission of tender on the basis of provisions made in

    the tender documents to follow.

    (c) When the call for tenders is issued, if the legal, technical or financial conditions, or the

    contractual capacity of the firm or joint venture changes, we commit ourselves to

    inform you and acknowledge your sole right to review the pre-qualification made.

    (d) We enclose all the required pre-qualification data format and all other evaluation.

    (e) We also state that no changes have been made by us in the downloaded tender

    document and also understand that in the event of any discrepancies observed, the

    printed tender document No. ________ is full and final for all legal/contractual

    obligations (delete if not required].

    Date:

    Place:

    Name of the Applicant: ___________________________

    ___________________________

    Represented by (Name & Capacity) ___________________________

    ___________________________

  • 7/28/2019 Kandla Water Tank Tender Documents

    35/40

    SPECIMEN LETTER OF AUTHORITY FROM BANKFOR ALL BGs

    (To be executed on Banks Letter Head)

    Date:

    To,

    The Board of Trustees of Port [insert port],

    Dear Sir,

    Sub: Our Bank Guarantee No._______________________

    dated__________ for Rs._________ favouring yourselvesissued on a/c of

    M/s.____________________________________

    (Name of contractor)

    We confirm having issued the above mentioned guarantee favouring

    yourselves, issued on account of M/s. ________________________validity for expiry upto

    date__________and claim expiry date upto__________________ We also confirm 1)

    _________________ 2) ___________________________ is/are empowered to sign such Bank

    Guarantee on behalf of the Bank and his/their signatures is/are binding on the Bank.

    Name of signature of Bank Officer

  • 7/28/2019 Kandla Water Tank Tender Documents

    36/40

    SPECIMEN LETTER OF AUTHORITY FOR

    SUBMISSION OF BID

    (To be executed on Rs.100/- non Judicial Stamp Paper)

    To

    The

    Dear Sir,

    We-------------------------------------------------------------------------------------------- do hereby confirm that

    Shri . (Name, designation and Address) is/are authorized to represent us to

    bid, negotiate and conclude the agreement on our behalf with you against tender no. ---------------

    and his specimen signature is appended here to ..

    We confirm that we shall be bound by all and whatsoever our said signatory shall commit.

    We understand that the communication made with him by the Employer/Board shall be deemed

    to have been done with us in respect of this Tender.

    [specimen signature]

    Yours faithfully,

    Signature:

    Name & Designation:

    For & on behalf of:

  • 7/28/2019 Kandla Water Tank Tender Documents

    37/40

    Annexure II

    Bank Payment Agreement Form : (to be collected from the Parties)

    1. Name of Party :-

    2. Account No. :-

    3. Branch Name :-

    4. IFSC Code of the Bank :-

    5. MICR Code :-

    6. Accepted for : - NEFT Payment orRTGS Payment

    DECLARATION BY THE PARTY :-

    I / We hereby declare that the above information furnished by meis correct and KPT is requested to pay my / our dues to this Account forthis Work / Supply Order is concerned.

    Signature of the PartyWith the seal

  • 7/28/2019 Kandla Water Tank Tender Documents

    38/40

    SECTION 5

    DRAWING

  • 7/28/2019 Kandla Water Tank Tender Documents

    39/40

    SECTION 6

    BILL OF QUANTITIES

  • 7/28/2019 Kandla Water Tank Tender Documents

    40/40

    40