Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms are invited on behalf of the President of India by the Chief Engineer, ESG, IGCAR & GSO, Kalpakkam - 603 102, Kancheepuram District, Tamilnadu from reputed and experienced Civil Engineering Contractors, having adequate experience and capabilities with proven technical and financial capabilities of executing similar nature of works of such magnitude, possessing the required tools, plants and equipments and who have executed similar nature of work costing not less than 80% of estimated value of similar work under a single contract or two similar works each costing not less than 60% of estimated value or three similar works each costing not less than 40% of estimated value and atleast one work of any nature (either part of above works or separate one) of costing not less than 40 % of estimated value should have been completed in Central/ State Government Organisation/Central autonomous body/central Public Sector undertaking during the past seven years for the following work. Name of work Estimated Cost Earnest Money Deposit Cost of Tender Document Time allowed Security Deposit Performance Guarantee Construction of Shopping centre cum Cooperative store (Phase-I) in DAE Township at Anupuram. Rs. 270.00 Lakhs Rs. 5.40 Lakhs in the form of Demand draft/ Bankers Cheque/ Deposit at Call Receipt/Fixed Deposit Receipt OR [Rs. 2.70 Lakhs in the form of Demand draft/ Bankers Cheque/ Deposit at Call Receipt/Fixed Deposit Receipt and balance Rs. 2.70 Lakhs in the form of Bank Guarantee as per prescribed format annexed]. Rs. 1, 575/- (including TNVAT) 9 (Nine) Months [Including Monsoon period] 5 % of tendered value 5 % of tendered value Last date for receipt of Tenders Up to 3:30 PM on 30/11/2011 Time of opening of PART- I Tenders 3:35 PM on 30/11/2011 Tender document is prepared in two parts viz. Part-I (Technical Bid) and Part-II (Price Bid). Part-I Consists of Section-I to VII which gives NIT with Annexure X consisting of proforma of schedules and prequalification document viz. initial eligibility criteria, evaluation criteria, Form A to Form H, Conditions of contract, Special conditions, Safety guide for works contract, Schedule-F, Schedule of drawings, Schedule of supply of materials. Part-II consists of Section-VIII which gives Schedule of Quantities. Part-I & Part-II Tender documents can be had on written request along with document evidence of satisfactorily completed works with requisite value, duly recommended by the
Additional Chief Engineer, GSO or his authorised representative on any working day from 02/11/2011 to 16/11/2011 on payment of the cost of tender document in cash in person (this amount is not refundable) from the Pay & Accounts Officer, GSO, Kalpakkam. Similar works shall mean that Construction of Residential / Non residential / Public Buildings with load bearing structure or RCC framed structure. A pre-bid meeting will be held on 22/11/2011 in Meeting room of Civil Office at Anupuram to clear the doubt of intending tenderers, if any. The value of executed works shall be brought to the current costing level by enhancing the actual value of work at simple rate of 7 % per annum calculated from the date of completion to last date of receipt of tenders. Tenderers shall note that the proof of documents as mentioned in the NIT - Annexure X shall be submitted along with the application for verification. Tenderers are required to submit in separate sealed and super scribed envelopes containing and indicating the following: I First Envelope Earnest Money Deposit II Second Envelope PART- I (Technical Bid) III Third Envelope PART- II (Price Bid) All the three sealed envelopes shall then be placed in another envelope, sealed and submitted to the tender inviting authority. The envelope containing EMD will be opened first. If the earnest money is found to be in order, then only the envelope containing the tender (Part-I) will be opened. Both Part I & Part II Tenders will be received up to 3.30 PM on 30/11/2011 (or the next working day if the tender receiving date happens to be a holiday) by Additional Chief Engineer, GSO or his authorised representative at GSO Civil Office, CED, Anupuram 603 127. Part I will be opened at Meeting room of Civil Office at Anupuram on the same day [i.e. on 30/11/2011] at 3.35 PM in the presence of attending tenderers. If the banks are closed on the day of submission of tenders, the date of submission & opening of tender shall be postponed suitably. Time and date of opening of the PART-II (Price bid) will be intimated later, only to the tenderers who are considered qualified after evaluation of PART-I (Technical Bid). The PART-II (Price Bid) tender should be valid for 180 days from the date of opening of PART-I. TENDERS NOT ACCOMPANYING THE FOLLOWING ARE LIABLE TO BE SUMMARILY REJECTED a) Earnest Money Deposit of Rs. 5.40 Lakhs in the form of Demand Draft/ Bankers Cheque, Deposit at Call receipt/ Fixed Deposit Receipt in favour of Pay & Accounts Officer, GSO, Kalpakkam. OR
b) Rs.2.70 Lakhs in the form of Demand Draft/ Bankers Cheque, Deposit at Call receipt/ Fixed Deposit Receipt in favour of Pay & Accounts Officer, GSO, Kalpakkam and the balance amount of Rs.2.70 Lakhs in the form of Bank Guarantee as per enclosed format. [Refer Model form of BG for EMD next to NIT] It should be ensured that the Fixed Deposit Receipt is valid for a period of six months or more after last date of receipt of tenders and that it is pledged in favour `Pay & Accounts Officer, GSO, Kalpakkam. NOTE: CASH & CHEQUES FOR EARNEST MONEY DEPOSIT WILL NOT BE ACCEPTED. Tenderer to note that tenders with any condition including that of conditional rebate shall be rejected forthwith. Chief Engineer, ESG, IGCAR & GSO on behalf of president of India does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all of the tenders or to allot PARTs of the works to different agencies without assigning any reasons therefore. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected. Chief Engineer, ESG, IGCAR & GSO. For and on behalf of the President of India
Annexure - X INSTRUCTION & GUIDANCE TO TENDERER 1) Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted. Three (3) Similar Completed Works each costing not less than Rs. 108 Lakhs (Or) Two (2) Similar Completed Works each costing not less than Rs. 162 Lakhs (Or) One (1) Similar Completed Work is costing not less than Rs. 216 Lakhs during the last seven years and One completed work of any nature (either part of the above works or a separate one) costing not less than Rs. 108 Lakhs should have been completed in Central/State Government Organisation/Central Autonomous body/central Public Sector undertaking. Applicant should furnish the details in the Proforma as specified in Form C. List of projects under execution or awarded shall be submitted as per Proforma on specified in Form D. a) Should have had average annual financial turnover of minimum Rs. 81 Lakhs during the last three years ending previous financial year. b) Should not have incurred any loss for more than two years during the last three years ending previous financial year. Details shall be furnished duly supported by figures in balance sheet/profit & lose account for the last three (3) years duly certified by Charted Accountant as submitted by the applicant to Income tax department as per Proforma as specified in Form A. c) Should have a solvency of minimum Rs. 108 Lakhs obtained from competent authorities as per Proforma as specified in Form B. d) Performance report of works referred in Form C & D may be obtained as per details specified in Form E. e) Details regarding structure and organization of the firm shall be submitted as per Proforma specified in Form F. f) Details regarding manpower possessed shall be furnished as per Proforma Form G. The details of trained and certified workmen proposed to be employed at the work site of the project should also be furnished. g) Details of tools, plant and equipment/machinery likely to be used for carrying out the work shall be furnished as per Proforma as specified in Form H. 2) In the case of contractors in the approved list of Public Works Department, Central Public Works Department or Military Engineer Services shall be required to submit the copy of evidence showing the appropriate and eligible class to which they belong. 3) PAN Certificate in the latest approved form Details of sales tax registration including details of commercial tax office with which they are remitting this tax. 4) Bidders shall not be under a declaration of ineligibility for acceptance and fraudulent practice.
5) Documentary evidence of adequate financial standing. 6) Information regarding projects in hand, current litigation, orders regarding exclusion, expulsion or block entry if any to be furnished. 7) The capacity of the contractor to take up a new project under consideration in addition to his present commitments must be clearly brought out. He should also furnish the details. 8) Referring as to have both physically and financially capable of executing this contract in the stipulated time as per milestones projected in addition to executing the other commitments. 9) Copies of original documents detailing the constitution or legal status place or regulation and principle place of business, written power of attorney of the regulatory of the bond to commit the bidders. 10) Qualification and experience of key site management and technical personnel proposed for the contract. 11) Evidence of adequacy of working capital for this contract. Access to lines of credit and availability of other financial resources. 12) Authority to seek reference from the Bidders bankers. 13) Information regarding any litigation, current or during the last seven years, in which the bidder is involved, the parties concerned and disbursed amount. 14) Proposals for sub-contracting components of the works including the qualification and experience of the identified sub-contractor in the relevant field. 15) The proposed methodology and program of execution, backed with equipment planning and deployment duly supported with broad calculation and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. Note: Tenderer shall produce the proof of documents/certificates in support of their Experience, Turnover, Solvency, Manpower, Tools & Plants etc., at the time of request of tender document.
BID SECURITY [BANK GUARANTEE] [ON NON JUDICIAL STAMP PAPER OF VALUE RS. 100/-] [Form of BG for EMD] WHERE AS [Name & Address of the Bidder] (herein after called the Bidder (s) ) has submitted his/their bid Dated [Date] for undertaking the work of [Name of Work] (herein after called the Bid ). KNOW ALL PEOPLE by these presents that we [Name & Address of the Bank] of [Name of country] having our registered office at (herein after called the Bank ) are bound un to President of India, acting through Director, Engineering Services Group [ESG], Indira Gandhi Center for Atomic research & General Services Organisation [herein after called GSO ] Kalpakkam 603 102 in the sum of Rs. [1] [Rupees ] for which payment will and truly be made to be said GSO the Bank binds itself, his successors and assigns by these presents. SEALED with the common seal of the said Bank this day of month of year. THE CONDITIONS of this obligation are: (1) If after Bid opening the Bidder withdraws his Bid during the period of Bid validity specified in the form of Bid or makes any modification in the terms and conditions of the tender which are not acceptable to GSO: OR (2) If the Bidder having been notified of the acceptance of his Bid by GSO during the period of bid validity a) Fails to refuses to execute the form of agreement in accordance with the instructions of Bidders, if required: OR b) Fails to commence the work specified in the tender document in prescribed time. We undertake to pay GSO upto the above amount upon receipt of their first written demand, without GSO having to substantiate their demand, provided that in their demand GSO will note that the amount claimed by them is due to them owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including the date [2]. This date may be extended by GSO, notice of which extensions to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date. DATE SIGNATURE OF THE BANK WITNESS SEAL [Signature, name and address of witness] Notes: (1) The bidder should insert the amount of Guarantee in words and figures denominated in Indian Rupees. This figure should be the same as specified in the tender document. (2) This date should be 45 days after the end of validity period of the Bid, reckoning from the deadline for submission of Bids which is stated in the tender document.
Reference No: Tr. No: / 2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division ESTIMATES & CONTRACT SECTION APPLICATION FOR REQUEST FOR TENDER 1) a] Name of work for which Tender is requested : b] Notice Inviting Tender No : c] Estimated cost put to tender : 2) Name of Tenderer & Address : 3) Whether belonging to : [a] Registered contractor in CPWD / PWD / Highways / MES: [Copy of registration certificate to be enclosed] [b] DAE local contractor category [Copy of work order of maximum work executed during recent past shall be enclosed] [c] Other categories specify details : 4) Eligibility Criteria: [a] Average annual financial Turnover during the last three years ending previous financial year : Required 30% of estimated cost. Available Rs. (Copy of Profit & Loss statement for the last 5 years duly certified by registered Charted Accountant must be enclosed) Certified by:. [b] Latest Solvency required 40 % of estimated cost. Available Rs.... [Copy of Latest solvency certificate to be enclosed] Issued:. on
[c] Work executed [Copies of work order and completion /Performance certificate to be enclosed] One work of 80% Two works of 60% Three works of 40% (i) Name of work: Completed value of work:... Date of completion: (ii) Name of work:... Completed value of work:... Date of completion: (iii) Name of work:.. Completed value of work:.. Date of completion:.. [d] Similar nature of work executed: Name of work:.. Completed value of the work:.... Date of completion: [e] Whether executed on own name (or) on sub contract: [f] Tender purchased and not quoted in : previous occasion details [g] Current commitments, i.e. work on : hand details.
[h] List of Technical staff they possess : [i] List of construction Plant, Machinery, : Equipment, Accessories & Infra- Structure facilities possessed by the Agency to complete the work in time. [j] Additional Information : PAN (Permanent Account No). :... Signature of Tenderer/Authorised Representative For Office Use:- 1) Credentials verified by : Scientific Assistant 2) Recommendation as per eligibility norms : ELIGIBLE / NOT ELIGIBLE 3) Recommendation for issue of tender: Signature: EIC, E&C, CED- GSO 4) Approval of competent Authority : To Issue / Not to Issue Signature: ACE - GSO