Beruflich Dokumente
Kultur Dokumente
e-Procurement Notice
for
Providing consultancy services for feasibility study and preparation of
Detailed Project Report (DPR) including traffic study, land acquisition
works and estimating various items, in connection with construction of
new coal sidings with total approximate length of 50km in Raigarh
district in the state of Chhattisgarh in the jurisdiction of SEC Railway.
No: IRCON/2059/A/CGRP/e-tender EW4/15/DPR
Dt.02/02/2015.
Part II
TABLE OF CONTENTS
SECTION - I ................................................................................................................. 3
e-Procurement Notice................................................................................................ 3
SECTION - II ................................................................................................................ 8
Form of Bid ..................................................................................................................... 8
SECTION - III ............................................................................................................. 11
Instructions to Tenderers........................................................................................ 11
SECTION - IV ............................................................................................................ 37
Appendix to Tender ................................................................................................... 37
SECTION - V .................................................................................................................. 39
Special Conditions of Contract ..................................................................................... 39
SECTION -VI .................................................................................................................. 50
TERMS OF REFERENCE (TOR) ....................................................................................... 50
SECTION-VII .................................................................................................................. 57
Certificate of Familirisation .......................................................................................... 57
SECTION VIII..58
Bill of Quantities (BOQ)..59
SECTION I
e-Procurement Notice
Date: 02/02/2015
e-Procurement Notice
1.0
2.0
Name of Work
Estimated
Cost
of Work
Rs. (.)
Earnest
Money
Rs. (.)
Completion
Period
148.77
Lacs
2.50
lacs
Six months
3.0
ELIGIBILITY CRITERIA
Eligibility of the applicants shall be assessed based on the Essential
Qualifying Criteria and Other Qualifying Criteria as given in Annexure-IV to
Instructions to Tenderers.
4.0
4.1
The complete Bid Document can be viewed / downloaded from the eProcurement portal i.e. http://www.tenderwizard.com/IRCON free of cost.
4.2
4.3
It is mandatory for all the bidders to have class-III Digital Signature Certificate (in
the name of person having power of attorney to sign the Bid) from any of the
licensed Certifying Agency (Bidders can see the list of licensed CAs from the link
www.cca.gov.in) to participate in e-Procurement of IRCON.
4.4
It is mandatory for the bidders to get their firm/company registered with eprocurement portal of IRCON, i.e. http://www.tenderwizard.com/IRCON to have
user ID & password by submitting a non-refundable annual registration charge of
. (Rs.)2500/-(exclusive of taxes, levies, etc.) which can be paid online through
Debit/ Credit Card in favour of M/s ITI Limited, payable at New Delhi using the
payment gateway of Punjab National Bank. The registration so obtained by the
prospective bidder shall be valid for one year from the date of its issue and shall
be subsequently renewed.
4.5
Tender
documents
will
be
available
online
on
website
http://www.tenderwizard.com/IRCON from 19/02/2015 (17:00 Hrs.) which can be
downloaded free of cost till the last date and time of submission of tender.
However, to participate in the online bidding process, bidders are required to pay
a non-refundable fee of Rs.(.)10,000/- (Rupees. Ten thousand only) towards
the cost of one set of tender document through NEFT or RTGS only in IRCONs
e-Procurement bank account no.: 040802000002237, RTGS/IFSC code:
IOBA0000408 in favour of IRCON INTERNATIONAL LIMITED payable at New
Delhi.
4.6
5.0
6.0
7.0
8.0
Bidders cannot submit the tender after the due date and time of e-bid
submission. Time being displayed on e-procurement portal of IRCON (Standard
Time) shall be final and binding on the bidder. e-Bids are required to be
submitted by bidders, only as per the Standard Time and not the time as per their
location/country.
9.0
The bidders are advised to submit their e-bids well before the e-bid due date.
IRCON shall not be responsible for any delay in submission of e-bids for any
reason including server and technical problems.
10.0
The Technical and Financial Bid shall be digitally signed by the Authorized
Signatory of the bidder & submitted on-line only. The authorised signatory of
the bidder must be in possession of Power of Attorney before submitting the
digitally signed bid. Scan copies of various documents can be prepared in
different file format (PDF, JPEG). Bidders can upload a single file of size of 5 MB
only but he can upload multiple files.
11.0
12.0
Any bid received without Earnest Money in the form as specified in bid
documents shall not be considered and shall be summarily rejected.
13.0
IRCON reserves the right to cancel the bids before submission/opening of bids,
postpone the bid submission/opening date and to accept/reject any or all bids
without assigning any reasons thereof. IRCONs assessment of suitability as per
eligibility criteria shall be final and binding.
14.0
Bidders may note that they are liable to be disqualified at any time during bidding
process in case any of the information furnished by them is not found to be true.
EMD of such bidder shall be forfeited. The decision of IRCON in this regard shall
be final and binding.
15.0
IRCON reserves the right to pre-qualify the bidder(s) provisionally based on the
documents submitted by them and open financial bid(s), subject their final
verification. In the event of any document being found false, the provisional
qualification shall stand withdrawn, and the next lower bidder shall automatically
come to the position of such disqualified bidder. Action against such disqualified
bidders shall be taken as per above clause no.: 14.0 of e-procurement Notice.
16.0
The validity of the offer shall be 90 days after the date of opening
(Technical Bid) of the tender.
(Sanjay Rastogi)
Executive Director/General
SECTION II
Form of Bid
FORM OF BID
To
Executive Director/General,
IRCON INTERNATIONAL LIMITED,
C-4, District Centre,
Saket,
New Delhi 110017.
Dear Sir,
I/We, ____________________________ (Name and address of the tenderer) have
read the various terms and conditions of the e-Procurement documents attached here
with duly signed by me/us and agree to abide by the same. I/We also agree to keep this
bid open for acceptance for a period of 90 days from the date fixed for opening the
same and on default thereof our Earnest Money (Bid Security) is liable to be forfeited.
I/We hereby declare that we have visited the site of the work and have made ourselves
fully conversant of the conditions therein and including the topography of area, soil
strata at site of work, sources and availability of construction materials, rates of
construction materials, water, electricity, all local taxes, royalties, octroi etc., availability
of local labour (both skilled and unskilled), relevant labour rates and labour laws, the
existing road and approaches to the site of work, requirements for further service roads
/ approaches to be constructed by me / us, the availability and rates of private land etc.
that may be required by me / us for various purposes, climatic conditions, law and order
situation and availability of working days.
I/We have quoted our rates for various items in the Bill of Quantities taking into account
all
the
above
factors
and
We
offer
to
do
the
work
_____________________________________________ (Name of the work) at the
rates quoted in the attached Bill of Quantities and hereby bind ourselves to complete
the work in all respects within time schedule depicted in bid documents from the date of
issue of letter of acceptance of bid.
A sum of .____________ (Rupees _________________) (amount of Earnest Money
Deposit) is herewith forwarded as Bid Security. I/We understand that the full value of the
Bid Security shall stand forfeited without prejudice to any other rights and remedies
available to IRCON International Limited in case our bid is accepted and if:i)
I/We do not execute the Contract Agreement within time period specified in the
bid documents.
ii)
I/We do not commence the work as soon as is reasonably possible after the
receipt of the Letter of Acceptance or elsewhere stated in the Contract
documents.
9
I/We also understand that until a formal Contract Agreement is executed, Letter of
Acceptance alongwith all bid documents shall constitute a binding contract between
me/us and Ircon International Limited.
Our bank account no. for the purpose of refund of EMD is . (Account no.
name of the A/c holder, other details of NEFT/RTGS).
Thanking you,
Yours Faithfully,
Signature_____________ in capacity of____________ duly authorised to sign bids for
and on behalf of:
_________________________________________________________
capital letters)
Date this________day of __________ 2015.
10
(In
Block
SECTION III
Instructions to Bidders
11
TABLE OF CLAUSES
Clause No.
A.1
A.2
B.
B.3
B.4
C.
C.5
C.6
C.7
C.8
C.9
C.10
D.
D.11
D.12
E.
E.15
E.16
E.17
E.18
E.19
E.20
E.22
Annexure-I
Annexure-II
Annexure-III
Annexure-IV
QCF1
QCF2
Annexure-V
Format-1
Format-2
Format-3
Format-4
Description
General
Cost of Bidding
The Bidding Documents
Content of Bidding Documents
Understanding and Amendment of Bid Documents
Preparation of the Bids
Language of Bid
Signing of All Bid papers and Completing Bill of Quantities
Deviations
Transfer of bid documents
Earnest Money (Bid Security)
Period of validity of the bid
Submission of Bids
Deadline for submission of bid
Withdrawal of bid
e-Bid opening and Evaluation
Opening of the bid
Clarification of the bids
Preliminary Examination of bids
Evaluation and comparison of bids
Canvassing
Right to accept any tender or reject all bids
Award of Contract
Assessment of Performance of working contractor
Assessment of Performance of working consultant
Format of Affidavit to be signed by the bidder
Essential Qualifying Criteria
Requirement of Skilled and trained Manpower including
Engineers and technical Staffs.
Minimum Requirement of Tools, Plants and Machineries (in
working conditions)
Check list for list of documents to be scanned, uploaded
with the e-tender and submitted in physical form not later
than the prescribed date and time for e-bid submission
Details of similar works completed in last seven years
Annual Turnovers for the last three years
Programme for deployment of manpower
Programme for deployment of plant and machinery
proposed to be deployed on the project
12
INSTRUCTIONS TO BIDDERS
A
1
General
1.1
1.2
1.3
b) Employer
:
IRCON INTERNATIONAL LIMITED address as given in
Appendix to Bidder.
c) Contractor :
The successful bidder to whom the work is awarded shall
become the contractor for the execution of this work.
1.4
Throughout these bidding documents, the terms bid and tender and their
derivatives (bidder / tenderer),bid / tendered, bidding/ tendering, etc.) are
synonymous. Day means calendar day. Singular also means plural.
1.5
1.6
1.7
A bidder shall submit only one bid in the capacity of an Individual or Sole
Proprietor, Partnership firm, or Company. Violation of this condition is liable to
disqualify the bids in which such bidder has participated and EMD of all such
bidders shall stand forfeited.
2.
Cost of Bidding
13
2.1
The bidder shall bear all costs associated with the preparation and submission of
the bid and the Employer will in no case be responsible or liable for these costs
regardless of the conduct or the outcome of the bidding process.
3
3.1
3.2
4.1
The bidder must obtain for itself on its own responsibility and its own cost all the
information including risks, contingencies & other circumstances in execution of
the work. It shall also carefully read and understand all its obligations & liabilities
given in bid documents.
4.2
The bidder is advised to visit and examine the site where the work is to be
executed and its surroundings or other areas as deemed fit by the bidder and
obtain for itself on its own responsibility all information that may be necessary for
14
preparing the bid and execution of the contract. The cost of visiting the site and
collecting relevant data shall be at the bidders own expenses. It is a condition of
the bid that the bidder is deemed to have visited the site and satisfied himself
with all the conditions prevailing including any difficulties for executing the work.
4.3
At any time prior to the deadline for submission of bids, Employer may for any
reason whether at its own initiative or in response to any request by any
prospective bidder amend the bidding documents by issuing Corrigendum, which
shall be part of the bid documents. The amendment shall be advised to all the
prospective bidders.
4.4
Employer may at its discretion extend the deadline for submission of the bids at
any time before the time of submission of the bids.
Language of Bid
5.1
The bid prepared by the bidder and all documents related to the bid shall be
written in English.
6
6.1
6.2
While filling up the rates in the Bill of Quantities, bidder shall ensure that the rates
are filled up in figures only. System will automatically convert such filled up rates
into words In case of item rate bids, the system will automatically calculate the
total price by multiplying the unit rate with quantity.
6.3
The bid should be submitted online only in the prescribed format given in the eprocurement portal of IRCON. No other mode of submission is accepted. The
Technical and Financial Bid shall be digitally signed by the authorized signatory
of the bidder & submitted online only. No hard copy of Technical and
Financial bid is required to be submitted. Check list for the documents
required to be submitted physically given in Annexure V must be received by
Employer at the address specified in the e-procurement Notice not later than
one hour before the prescribed date and time for opening of e-bid.
The bidder may download financial bid form and upload the same duly filled
through online e-Procurement process.
15
The bidder must fill and submit the prices as per instructions given in Bill of
Quantities. The system does not permit any addition or alteration in the bid
documents. The requisite details should be filled in by the bidder wherever
required in the documents. Incomplete bid or bid not submitted as per
instructions is liable to be rejected. If a bidder does not quote a price/rate for any
BOQ item, the system will not accept the bid document.
7
Deviations
7.1
The bidder should clearly read and understand all the terms and conditions,
specifications, drawings, etc. mentioned in the original bid documents. Any
deviation submitted by the Bidder shall not be accepted.
9.1
The bidder must furnish the Earnest Money (Bid Security) as indicated in
Appendix to Bid for the work as specified failing which the bid shall be summarily
rejected. The Bid Security may be in any one of the following forms:
a) Pay Order/Demand Draft of any Scheduled Bank in India in favour of Ircon
International Limited payable at a place as given in Appendix to Bid. It is
mandatory for bidders to provide their Banker's details (Name of Bank & Branch)
along with their own bank details (Account No., Name of Account Holder,
NEFT/RTGS details).
b) Fixed Deposit Receipt issued by any Scheduled Bank in India endorsed in favour
of IRCON INTERNATIONAL LIMITED.
c) Bid Security value upto .10.00 Lacs must be in the form of Pay Order/DD/FDR
In addition, EMD may also be paid through NEFT or RTGS in IRCONs eProcurement bank account no.: 040802000002237, RTGS/IFSC code:
IOBA0000408 in favour of IRCON INTERNATIONAL LIMITED payable at New
Delhi. In case of Bid Security amount being more than Rs. .10.00 Lacs, it can
also be deposited in the form of irrevocable Bank Guarantee valid for minimum
16
180 days beyond the last date of submission of bid, issued by a Scheduled Bank
situated in the State Capitals of India or cities listed in the Annexure-III to 'Special
Conditions of Contract (SCC)', as per the format enclosed at Annexure II to
'SCC'. B.G. not valid for 180 days beyond the last date of submission of bid, will
not be considered a valid EMD instrument. The B.G. must be made invokable at
any branch in Delhi/NCR/Project HQ branch of the issuing bank.
Bid Security in the form of Pay Order/DD/FDR/BG shall be scanned & uploaded
through online e-Procurement process. Further Bid Security in original form
sealed in an envelope must be received by Employer at the address specified in
the e-procurement Notice not later than prescribed date and time for e-bid
submission.
Proof of transaction towards payment of Bid Security through NEFT or RTGS
shall be scanned ether in PDF or JPEG format such that file size is not more than
5 MB and uploaded during the online submission of the e-bid. These documents
must be received in ORIGINAL by Employer at the address specified in the eprocurement Notice not later than the prescribed date and time for e-bid
submission.
No interest shall be allowed on Bid Security Deposit.
9.2
9.2.1 The Bid Security of the bidder shall be forfeited if he withdraws his bid after
opening of the bid during the period of bid validity specified in the Appendix to
Bid or extended validity period as agreed to in writing by the bidder.
9.2.2 The Bid Security of the successful bidder is liable to be forfeited if he fails to;
i)
ii)
iii)
sign the Contract Agreement in accordance with the terms of the bid, or
furnish Performance Guarantee in accordance with the terms of the bid, or
commence the work within the time period stipulated in the bid.
9.2.3 In case of forfeiture of Bid Security, the bidder shall be debarred from bidding in
case of re-invitation of the bids.
9.3
9.3.1 The Bid Security of the unsuccessful bidders in the form of FDR/BG shall be
discharged and returned as promptly as possible and the Bid Security in the form
17
of DD/Pay Order/ NEFT or RTGS shall be directly credited to his bank account
through Electronic Fund Transfer, under advice to the bidder.
9.3.2 The Bid Security Deposit of the successful bidder shall be dealt as under:i)
ii)
10
10.1
The bid shall remain valid for the period indicated in Appendix to Bid after the
date of the opening of the bid. If the bidder gives validity period less than that
fixed/prescribed by Employer, the bid shall be liable to be rejected.
10.2
Notwithstanding the above clause, Employer may solicit the bidders consent to
extend the validity period of the bid. The request and the response shall be made
in writing.
Submission of Bids
11
11.1
The documents required in physical form, as per the list given in Annexure V
must be received by Employer at the address specified in the e-Procurement
Notice not later than the prescribed date and time for of e-bid submission.
11.2
A bid received later than the deadline prescribed for submission of bid by
Employer is liable to be rejected.
12
12.1
The bidder may modify, substitute or withdraw his e-bid after online submission
prior to the date and time of e-bid opening.
18
12.2
For modification of e-bid, bidder has to first detach its old e-bid from the eprocurement portal of IRCON and then upload / resubmit digitally signed
modified e-bid in the e-procurement portal of IRCON.
12.3
For withdrawal of e-bid, bidder can withdraw his e-bid by clicking on withdrawal
icon at e-procurement portal.
12.4
13.
Submission of an e-bid by a bidder implies that he had read all the bid
documents including amendments if any, visited the site and has made himself
aware of the scope and specifications of the work to be done, local conditions
and other factors having any bearing on the execution of the work.
14.
14.1
14.2
15
15.1
15.2
Bidders or their authorised representatives who are present shall sign on register
in evidence of their attendance.
Bidders name, presence or absence of requisite Security Deposit, total cost of
work quoted or any other details as Employer may consider appropriate will be
displayed with list to all participating bidders online after bid opening.
15.3
19
16.
16.1
To assist the examination, evaluation and comparison of the bids, Employer may
at his discretion ask the bidders for any clarifications as considered essential. All
such correspondence shall be in writing and no change in price or substance of
the bid shall be sought or permitted. The above clarification for submission of the
details shall form part of the bid and shall be binding on bidder.
17.
17.1
The Employer shall examine the bids to determine whether they are complete,
whether physical copy of all the relevant documents have been received not
later than the prescribed date and time for of e-bid submission and
generally they are in order.
17.2
Prior to the detailed evaluation, Employer shall determine whether each bid is of
acceptable quality, is generally complete and is substantially responsive to the
bidding documents. For purposes of this determination, a substantially
responsive bid is one that conforms to all the terms, conditions and specifications
of the bidding documents without material deviations, objections, conditionality or
reservation. A material deviation, objections, conditionality or reservation is one;
i)
ii)
iii)
that affects in any substantial way the scope, quality or performance of the
contract.
that limits in any substantial way,
inconsistent with the bidding
documents, the Employers rights or the successful Bidders obligations
under the contracts; or
whose rectification would unfairly affect the competitive position of other
Bidders who are presenting substantially responsive bids.
17.3
17.4
20
18.
18.1
18.2
The Employer/Engineer reserves the right to negotiate the offer submitted by the
bidder to withdraw certain conditions or to bring down the rates to a reasonable
level. The bidder must note that during negotiations of rates of items of BOQ can
only be reduced and not increased by the bidder. In case the bidder introduces
any new condition or increases rates of any item of BOQ, his negotiated offer is
liable to be rejected and the original offer shall remain valid and binding on him.
19.
Canvassing
19.1
20
21
22
Award of Contract
22.1
22.2
21
23
24
25
26
26.1
-------xx----
23
Annexure -I
(Ref. Clause 23 of Instructions to Tenderers)
ASSESSMENT OF PERFORMANCE OF WORKING SUBCONTRACTOR
Sl. No.
Description
Weightage
Assigned
1.1
1.2
2
2.1
75
3.1
3.2
Rectification of defects/non-conformity
to quality standards within 30 days:
(Nos. mentioned in writing/Rectified
within 30 days of writing)
3.3
4
4.1
unnecessary
claims
and
TOTAL:
24
5
100
Obtained
Remarks
Annexure-II
(Ref. Clause 23 of Instructions to Tenderers at Page 19).
Weightage
Remarks
Assigned Obtained
15
5
Shall be immediate as per the
submission.
5
Person so nominated at the time
of submission shall not be
changed.
5
Persons identified at the time of
submission may not be changed.
20
5
There has to be a document
stating the methodology of
forwarding the drawing.
5
Working on the same platform
and on the same corrected
drawing.
5
So as to segregate the drawings
for info, tender and working
drawings.
5
Is there in house cross checking
facility
65
5
This needs to be tweaked with
construction programme.
10
to
ensure
smooth
10
5
5
20
3.6
10
Important
working
100
25
Annexure-'III'
(Ref. Clause 25.of Instructions to tenderers and A.5 of Essential Qualifying Criteria)
FORMAT
AFFIDAVIT*
1. I/we, the undersigned, do hereby certify that all the statements made in the
enclosed attachments are true and correct.
2. The undersigned also hereby certifies that
i)
ii)
iii)
We are not debarred for any contract work by any Authority / Department of
Government of India or CPSU or a multi-laterally funded agency.
Or
We were debarred for contract work by __________ for a period of _____ and
the debarred period is already over.***
3.
4.
5.
We bind ourselves with all the stipulations of the Bidding Document including
period of completion, provision of adequate equipment, personnel and other
resources required for completion within the stipulated completion period and
26
agree to augment any resources, if found necessary for timely completion of the
project, as desired by the Ircon.
6.
We have read and understood all the provisions included in the bid
documents and abide by them.
7.
**
***
Disputes pending with courts may be listed along with their status.
All reference dates are to be reckoned from the date of opening of tender.
27
ANNEXURE - IV
A.
1.
i)
One similar work of length not less than 30 km including one loading yard
handling minimum 4 rakes per day as a part of the same work or as a separate
work.
ii)
Two similar works of length not less than 20 km each including one loading yard
handling minimum 4 rakes per day as a part of the one of the works work or as a
separate work.
.
Notes :
Works are considered similar if the work consists of preparation of DPR including
selection of alignment based on digital elevation model using Mx rail or AutoCAD
civil 3D soft ware for construction of new BG electrified railway track.
2.
The average annual financial turnover during the last 3-years should be at least
150% of the estimated cost.
Notes :
The financial turnover shall be judged from ITCC or Annual Reports including
Profit and Loss Account.
3.
The Contractor should have positive networth. This will be judged from the
audited Balance Sheet of the last financial year ending on a date not prior to 18
months from the date of submission of the tender.
4.
28
5.
B.
(a)
GENERAL
As per prevailing laws/rules at the site/place of work
Sl.
No.
1
2
3
Maximum
Marks
Description
Registration of Company, Partnership Deed (in case of
a partnership company), Article of Association,
Registration under Labour Laws, registration under
Sales Tax Act
Availability of IS/ISO-9001-2008 certification
Availability of Bankers certificate
Total
5
5
5
15
The marks awarded above will either be 100% in case of availability of relevant
documents or zero in case the documents are not available.
Total marks scored above will general score (SG)
(b)
TECHNICAL
Total
Minimum
Experience for
Numbers
Maximum marks
each person (in
Required
years)
Sl.
No.
Personnel
Qualification
Team Leader
B. Tech.
20
Chief Survey
Engineer
B. Tech.
15
Survey Engineer
B. Tech.
Alignment Expert
B. Tech.
10
Bentley Rail
Track and
AutoCAD expert
B. Tech.
Total
29
10
10
10
10
10
50
Sl.
No.
1
2
Maximum
Marks
Description
Availability of skilled and trained manpower, relevant to
the work as per QCF 1
Availability of equipment, tools, instruments relevant to
the work as per QCF 2
Total
50
35
85
Description
Capacity
Total Station
2
3
5
6
1 sec
accuracyLatest Model
Latest
Model
Latest Model
Latest Model
Latest Model
Numbers
required
2
Maximum
marks
10
1
1
5
5
1
1
5
5
35
Bidders must submit ownership proof of their equipments. If they dont own any
of the equipment and intend to hire the same, proper documents shall be
submitted which guarantee the availability of the equipment at engineers
disposal at site during the contract period.
30
Total of marks scored in QCF 1 and QCF 2 will be Technical score of the bid (ST).
Short listing of bids
The bidder should qualify in all items of Essential Qualifying Criteria and should
obtain minimum 75 marks out of the 100 of Other Qualifying Criteria , as per
above three tables (To be filled by bidder) to get shortlisted/qualified in general
& technical qualification.
Bidders may please note that their offers will be evaluated as per the
credentials/documents attached by the bidder(s) along with the bid. Of the
applicants not more than five shall be pre-qualified and short-listed for the
financial evaluation in the second stage. However, if the number of such prequalified bidders is less than two, IRCON may, in its sole discretion, pre qualify
the highest scoring bidders from those, whose technical score is less than 75
marks, provided that in such an event, the total number of prequalified and
shortlisted bidders shall not exceed two.
(c)
FINANCIAL
1. The financial proposal of those bidders who could not qualify in general &
technical qualification, shall be returned un-opened to the bidders.
2. In the second stage, financial evaluation of the bid will be carried out. For this
purpose, the total cost indicated in the Financial Proposal (Quoted Price in
BOQ) will be taken inclusive of Service Tax etc.
3. IRCON INTERNATIONAL LIMITED will determine whether the Financial
Proposals are complete, unqualified and unconditional. The cost indicated
in the financial proposal shall be deemed as final reflecting the total of services.
4. The successful bidder will be the one having lowest financial proposal (FM) and
satisfying the above criteria.
31
ANNEXURE V
(Ref. Clause 10.0 of e-procurement notice, sub-clause C 6.3 of ITT, Sub-clause D.11.1 of ITT
and Sub-clause D.14.1 of ITT)
CHECK LIST FOR LIST OF DOCUMENTS duly page numbered, signed, stamped by
authorised signatory of the bidder to be scanned, uploaded (in PDF/JPG Format such
that file size is not more than 5 MB) with the tender and submit in physical form at the
address specified in the e-procurement Notice not later than the prescribed date and
time for e-bid submission:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Note: Hard copy of Financial Bid must not be submitted along with any document. This
will make the bid invalid.
32
FORMAT-1
(Ref. Sr. No. 3 of Annexure-V to Instruction to tenderers)
DETAILS OF SIMILAR WORKS COMPLETED IN LAST FIVE YEARS
S.
No.
1
2
3
4
5
6
Note :
1.
2.
33
FORMAT-2
(Ref. Sr. No. 4 of Annexure-V to Instruction to tenderers)
ANNUAL TURNOVERS FOR THE LAST THREE YEARS
S.
No.
YEAR
Remarks
1
2
3
Note :
1. Please attach certified/attested copies of the latest ITCC and/or Profit and Loss Account statement to support the information
furnished.
2. Certified copy of Chartered Accountant showing turn-over of
34
FORMAT-3 (QCF-1)
(Ref. Sr. No. 5 of Annexure-V to Instruction to tenderers and QCF-1 of ITT)
PROGRAMME FOR DEPLOYMENT OF MAN POWER ALONGWITH COMPLETE ORGANISATION CHART AND BIO-DATA OF
KEY PERSONNELS.
S.
No.
Name
Qualification
Designation
1
2
3
35
Total Experience
(in years)
FORMAT-4(QCF-2)
(Ref. Sr. No. 6 of Annexure-V to Instruction to tenderers and QCF-2 of ITT)
PROGRAMME FOR DEPLOYMENT OF PLANT AND MACHINERY PROPOSED TO BE PROCURED/HIRED ON THE PROJECT.
S.
No.
Description
Make
Capacity
1
2
3
4
36
Condition
Nos.
Programme of Remarks
proposed to Deployment
be deployed
SECTION IV
Appendix to Bid
37
APPENDIX TO BID
DESCRIPTION
Reference Clause
1.1 of
Instructions
to Bidders
1.3(a) of
Instructions
to Bidders
Employer:-
1.3(b) of
Instructions
to Bidders
1.5 of
Instructions
to Bidders
1.6 of
Instructions
to Bidders
9.1 of
Instructions
to Bidders
8.0 of
Special Conditions
of Contract
Six months.
Defect Liability Period:Six Months
9.0 of
Special Conditions
of Contract
38
SECTION - V
Special Conditions of Contract
39
1..0
2.0
MOBILISATION ADVANCE:
contractor.
3.0
3.1
Contractor shall make his own arrangements at his cost for all materials required
for execution, completion and maintenance of all items of work included in his
scope of work to the complete satisfaction of the Engineer. Engineer shall not
supply any materials nor shall assist for procurement of any materials required
for execution, completion and maintenance of works.
4.0
4.1
Contractor shall make his own arrangements at his cost for all Plant and Machinery
required for execution, completion and maintenance of all items of work included in
his scope of work to the complete satisfaction of the Engineer. Engineer shall
neither supply any Plant and Machinery nor assist for procurement of any Plant and
Machinery required for execution, completion and maintenance of works.
5.0
The Contractor shall have to arrange for all field / lab tests at his own cost for
carrying out all the tests required, as per Specifications or as stated elsewhere in
the contract, including supply of laboratory equipment and also provision of
adequate number of qualified personnel, erection, maintenance and running of
laboratory including all consumable like chemicals and reagents.
6.0
6.1
The Contractor shall get registered with the concerned Sales Tax Department of
the relevant state(s) of the project and submit a copy of the same to the
Employer/Engineer. He shall be responsible for filing sales tax returns and
assessments, as necessary as per prevalent Laws, Rules and Regulations and
shall also furnish necessary certificates to Employer/Engineer from time to time.
6.2
Employer/Engineer intends to register with the Sales Tax Department under the
Composition Scheme and shall be responsible for depositing of Sales Tax on
works contract leviable on this project. The Contractors need not consider Sales
Tax liability on works Contract while quoting their rates. The Contractor may
arrange necessary TDS exemption certificate from Sales tax/Commercial
tax/Trade tax authorities for exemption from deduction of tax at source. Till the
TDS exemption certificate is submitted by the Contractor, the Engineer will
continue to deduct the Sales tax at source from the payments due to the
Contractor and deposit the same with Sales Tax Department. If requested, the
Employer/Engineer shall issue necessary certificate in this regard.
6.3
7.0
7.1
No price adjustment shall be applicable in this tender during the work period till
completion of the works.
8.0
COMPLETION PERIOD
The work is required to be completed within a period as specified in the Appendix
to Bid from the date of issue of letter of acceptance. The work shall be completed
in phased manner if specified in the Appendix to Bid.
41
10.0
11.0
Performance Security:
Relevant clauses (clause 8.0) of General Conditions of Contract are applicable
regarding retention money.
12.0
RETENTION MONEY:
Relevant clauses (clause 8.0) of General Conditions of Contract are applicable
regarding retention money.
13.0
13.1
13.2
Within 7(Seven) days of the issue of Letter of Award and before the work is
commenced; the contractor shall have to submit a detailed programme for each
major element of the work, using the modern networking techniques for Project
monitoring, for approval of the Engineer. The construction programme will show
the general methods, arrangements, order and timing for all the significant
activities in the works identifying the critical path for the work clearly.
13.3
The agreement or the approval of the programme by the Engineer shall not
relieve the contractor of any of his responsibilities to complete the whole works
by the prescribed time.
13.4
The Contractor shall submit to the Engineer, for approval, an updated Program,
whenever the Engineer may so direct, to take account of the actual progress of
the Contract Works so as to achieve completion either before the due date for
completion or by the due date for completion or as soon as practicable thereafter.
The Engineer may further require the Contractor to indicate the means by which
the programmed progress will be achieved. If the Contractor does not submit an
42
In case of any delay in the completion period, the extension of the same shall be
dealt as per clause 49 of General conditions of contract (GCC).
14.0
14.1
Mile stone
targets
Milestone 1
Milestone 2
Milestone 3
Milestone 4
Milestone 5
1)
Time frame to
achieve
Mile
stone
D1 =
D+50 days
D2 =
D1+30 days
D3 =
D1+60 days
D4 =
D1 + 100 days
D5 =
D4+30 days
Note:
D is the date of issue of Letter of Award by IRCON to the contractor.
43
2)
15.0
The liquidity damages recovered under clause 14.0 and clause 49.6
of GCC together would be limited to 10% of the contract value of the
work.
VITIATION OF CONTRACT
The contract shall not be vitiated by any inadvertent error of any kind in the
surveys, information, specification drawing or schedule of quantities. The aspect
of vitiation of contract with respect to variation in quantities should be checked
and avoided. However, during execution of work if variation of quantities against
item of work become inevitable and such variation causes vitiation of the
contract, the amount of vitiation will be deducted from the contractors bill.
16.0
--------xxx------
44
ANNEXURE - VI
BANK GUARANTEE FOR ADVANCE PAYMENT
To
IRCON INTERNATIONAL LIMITED,
Name & Address of Project.
[Acting through ______________________(Project Incharge) & Address of the Project]
_________________________________________ [name of Contract]
Gentlemen:
In accordance with the provisions of the Conditions of contract, Sub-Clause ____
(Advance
Payment)
of
the
above-mentioned
contract,
____________________________________________________ [name and address of
the Contractor] (hereinafter called the Contractor) shall deposit with
____________________ [name of Employer] a bank guarantee to guarantee his proper
and faithful performance under the said Clause of the Contract in an amount of
____________ [amount of Guarantee], ________________________ [amount in
words].
We, the ____________________ [name of bank], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as
Surety merely, the payment to IRCON INTERNATIONAL LIMITED on their first demand
without whatsoever right of objection on our part and without his first claim to the
Contractor, in the amount not exceeding ______________ [amount of Guarantee],
______________________________ [amount in words].
We further agree that no change or addition to or other modification of the terms of the
Contract or of Works to be performed there under or of any of the Contract documents
which may be made between IRCON INTERNATIONAL LIMITED and the Contractor,
shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition, or modification.
45
This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract upto ______ (until IRCON INTERNATIONAL LIMITED
receives/recovers full repayment of advance along with interest accrued thereon from
the Contractor).
Yours truly,
SIGNATURE AND SEAL OF THE GUARANTOR
Name of Bank:
Address:
Date:
46
ANNEXURE - VII
(to be executed on a non-judicial stamp paper of .100/- only)
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(Tender Notice No. and date)
Ref:
To
IRCON INTERNATIONAL LIMITED,
[Acting through ____________________(Tender Inviting Authority) & Address]
WHEREAS,_________________________________ [name of Bidder] (hereinafter
called the Bidder) intends to submit his bid dated ________ (date) for_____[name of
work] (hereinafter called the Bid).
1. KNOW ALL PEOPLE by these presents that We _________________ [name of
bank] of _____________(name of country) having our registered office at
____________(hereinafter called the Bank) are bound unto IRCON
INTERNATIONAL LIMITED (hereinafter called the Employer) in the sum of
._________* [amount of Guarantee],________ [amount in words] for which
payment well and truly to be made to IRCON INTERNATIONAL LIMITED. The
Bank binds itself, its successors and assigns by these presents with the Common
Seal of the Bank this _______ day of _____ 20__ and undertake to pay to the
Employer up to the above amount upon receipt of their first written demand,
without IRCON INTERNATIONAL LIMITED having to substantiate their demand.
The CONDITIONS of this obligation are :
(i)
If the bidder withdraws his tender during the period of tender validity specified in
the bid or extended validity period as agreed to in writing by the bidder;
or
(ii)
If the successful tenderer having been notified of the acceptance of his tender by
IRCON INTERNATIONAL LIMETED during the period of Bid validity:
(a)
fails to sign the Contract Agreement in accordance with the terms of the
bid; or
(b)
(c)
fails to commence the work within the time period stipulated in the tender.
2.
We, the ____________________ [name of bank], and our local branch at New
Delhi (Indicate detail address of local New Delhi branch with Code No.),
undertake to pay to IRCON INTERNATIONAL LIMITED up to the above amount
upon receipt of their first written demand, without IRCON INTERNATIONAL
LIMITED having to substantiate their demand, PROVIDED THAT in their
demand IRCON INTERNATIONAL LIMITED 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.
3.
This guarantee will remain valid and in full effect upto and including the date
____________ **. Any demand in respect of this Guarantee should reach the
Bank not later than the above date.
4.
We, the ____________ Bank further agree that this guarantee shall be
invokable at our place of business at New Delhi (Indicate detail address of local
New Delhi branch with Code No.)***. The branch at New Delhi is being advised
accordingly.
The Bank should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as mentioned in
the Tender Notice named on top.
**
Date to be filled in keeping a margin of minimum 180 days after the last date for
submission of Bids as stated in the Notice Inviting Tenders or as executed by
IRCON INTERNATIONAL LIMITED (through corrigenda).
***
The Bank should indicate detailed address of New Delhi branch along with its
Code No.
48
ANNEXURE -V III
List of Cities from where Bank Guarantees from Scheduled Bank Branches will be
recognized by IRCON INTERNATIONAL LIMLTED
a. All State Capitals in India
b. Other cities including Capital cities as listed below:
S.N.
Cities
S.N.
Cities
S.N.
Cities
Agra
26 Ghaziabad
51 Mangalore
Ahmadabad
27 Gorakhpur
52 Meerut
Aligarh
28 Greater
Mumbai
53 Moradabad
Allahabad
29 Guntur
54 Mysore
Amravati
30 Guwahati
55 Nagpur
Amritsar
31 Gwalior
56 Nashik
Asansol
32 Hubli-Dharwad
57 Patna
Aurangabad (M.S.)
33 Hyderabad
58 Pondicherry
Bareilly
34 Indore
59 Pune
10 Belgaum
35 Jabalpur
60 Raipur
11 Bengaluru
36 Jaipur
61 Rajkot
12 Bhavnagar
37 Jalandhar
62 Ranchi
13 Bhiwandi
38 Jammu
63 Salem
14 Bhopal
39 Jamnagar
64 Solapur
15 Bhubaneshwar
40 Jamshedpur
65 Srinagar
16 Bikaner
41 Jodhpur
66 Surat
17 Chandigarh
42 Kanpur
67 Thiruvananthapuram
18 Chennai
43 Kochi
68 Tiruchirappalli
19 Coimbatore
44 Kolhapur
69 Tirrupur
20 Cuttak
45 Kolkata
70 Vadodara
21 Dehradun
46 Kota
71 Varanasi
47 Kozhikode
72 Vijayawada
23 Dhanbad
48 Lucknow
73 Visakhapatnam
24 Durg Bhilainagar
49 Ludhiana
74 Warangal
25 Faridabad
50 Madurai
Note: The Bank Guarantee must be made invokable at any branch in Delhi/NCR/
Project HQ branch of the issuing bank.
49
SECTION -VI
TERMS OF REFERENCE (TOR)/
(TECHNICAL SPECIFICATIONS)
50
GENERAL
(ii)
To study the project vicinity and identification of possible Rail route alignment
/ alternative alignment and location of five yards based on the available toposheet.
(iii) To conduct foot by foot reconnaissance survey with hand held GPS along the
51
3.2
On obtaining in principle approval from Railway / SECL, final location survey shall
be carried out for the approved alignment and the five yards.
i)
ii)
To carry out Final Location survey of the approved alignment and the yards and
detailed design of the alignment & connectivity.
iii)
To fix the proposed alignment and the yards by Total Station Survey as per Indian
Railway stipulation.
iv)
To take detailed longitudinal and transverse levels along the alignment and the
yards.
52
4.0
v)
To fix bench marks at 500 m intervals along the line and in the yards to facilitate
checks during construction work.
vi)
Centre line pegging along with marking rail corridor for land acquisition on Mouza
map, with details of land ownership (forest, revenue or private), khasra details,
liaison and collection of signed documents from revenue and forest and other
concerned departments, preparation of rehabilitation and resettlement plan,
preparation of land acquisition documents as per the relevant Land Acquisition
Acts.
vii)
viii)
To survey water courses for computation of flood discharge including fixing exact
location of bridges on the alignment for proper drainage.
ix)
To carry out geo-technical investigations adequate for tender drawings of all major
and minor bridges, station and other buildings, borrow areas for earth-fill etc.
x)
To prepare Engineering Scale Plans and sections for the project (as per Indian
Railway code), as may be required in the draft DPR.
a) Index map
b) Index section and plan
c) Detailed plans and sections
d) Plan for junction arrangements
xi)
To prepare Detailed Project Report along with detailed estimates, drawings of Civil
work as applicable, and covering various railway related requirements of the siding,
GADs & construction drawings, bill of quantities, rate analysis, signaling
arrangements, electrification of yards, station and other buildings.
xii)
Other Supports
i)
ii)
5.0
IRCON shall provide necessary support for obtaining Forest Maps & Other
maps as required for superimposition of the alignment if required.
Documentation required i.e. S&T Schematic Plan, Estimate & Report in
line with scope of services as mentioned above shall be arranged by
IRCON.
DELIVERABLES
The following reports will be delivered covering the milestones activities as shown in
SCC Clause 14.1:
53
Volume I Feasibility Report (Draft followed by Final): This report will include all
the information collected based on the studies under clause 3.1 as mentioned above
including the alignment shown on topo-sheet, geographical features and site
constraints along the alignment, traffic survey report, conceptual plan and drawings
upto plant entry point, locations of proposed track features like take-off points,
stations, bridges, level crossings, ROB/RUB, cross-drainage structures, power line
crossings, index plans and abstract cost estimate of the project.
Volume II Land acquisition: This part will give the details of land to be acquired
along with strip plans showing the rail corridor and encumbrances on certified Mauza
maps and all necessary documents (Form 10 etc.) duly certified by the concerned
department for verification as per the relevant land acquisition Act. This part will also
have the rehabilitation & resettlement plan.
Volume III Part 1 Detailed Design Report: This part will consist of alignment design
details, L-section and plan, geo-technical investigation report, details & design of
bridges, ROBs / RUBs, GADs, curves, gradients, yard plans, Index plans, embankment
/ cutting slope design etc. supported by computer printout of calculations wherever
applicable. The Report shall clearly bring out the various features of design standards
adopted for the study. This part will also include details of quantities and bill of
quantities for execution.
Volume III Part 2 Rate analysis and cost estimate: This part will present the
analysis of rates for all items of works. The details of unit rate of materials at source,
carriage charges, any other applicable charges, labour rates, and machine charges as
considered in arriving at unit rates will be included in this volume. This part wil also
include detailed estimate indicating the cost of each item of work.
Volume III Part 3 Drawings: This part will have all drawings forming part of the
Detailed Project Report.
Volume IV Detailed Project Report: This report will cover all the above said
parts in brief including Executive Summary that will include the project background,
social analysis of the project, details of surveys and investigations carried out, final
location survey report, analysis and interpretation of survey and investigation data,
designs, abstract cost estimate, PAP, traffic survey report, availability of labour &
material land acquisition required and its ownership (whether private, forest or revenue)
and other features like sanctuary/wild life that may need environmental clearance along
the alignment, economic analyses and conclusions brief accounts of the findings of the
study and recommendations. This part will also include maps, alignment shown on the
topo-sheet, charts and diagrams based on topographic survey showing locations and
details of track features like stations, yards, bridges, ROBs/RUBs, level crossings, cross
drainage works, their conceptual plan along with junction arrangement and signaling
features.
The basic data obtained from the field studies and investigations and input data used for
the preliminary design shall be submitted as an Appendix.
All the above said reports will be submitted in four copies each.
54
The CDs containing all basic as well as the processed data from all field studies and
investigations, reports, appendices, annexures, documents and drawings shall be
submitted to Employer at the time of submission of Final report.
6.0
IRS
GCC
IRC
RDSO :
Research,
(Ministry of Railways)
Designs
and
Standards
Organizations
(RDSO)
1. The works shall be carried out to the relevant I.S. Codes of practice and other
specifications. Relevant specifications are as follows
2. RDSOs specifications for earth work in formation vide 2003 July.
3. IS: 10379-1982- Code of practice for field control of moisture and
compaction of soils for Embankment and Subgrade.
4. Specifications for Mechanically produced Blanketing Material for Railway
Formations including Guide lines for laying- Specification No. : GE:IRS2(Final) July-2005
5. IS.2720 (Pt. XIV) 1983
6. IS:2720 (Pt. VIII)-1983 and all parts latest revision with upto date
correction slips for IS method on testing of soil
7. IS: 3764-1992 code for safety for excavation work.
8. IS 13416: 1992 Code for preventive measures at work place.
9. I.S. Code of practice for plain and reinforced concrete for general
building
construction (IS-456-2000)
10. IRS code of practice for plain concrete construction 1982.
11. IS 4926(Ready Mixed Concrete)
12. IS:3558-1983 Code for use of vibrator
55
56
SECTION-VII
CERTIFICATE OF FAMILIARISATION
57
CERTIFICATE OF FAMILIARISATION
A.
I/We hereby solemnly declare that I/We have visited the site/place of work and
have familiarized myself/ourselves of the working conditions therein all respects
and in particular, the following:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
B.
I/We have kept myself/ourselves fully informed of the provisions of this bid
document comprising Instructions to the Bidders, General Conditions of the
Contract, Special Conditions of Contracts and Special Technical Specifications/
Conditions of contract apart from information conveyed to me/us through various
other provisions in this bid document.
C.
I/We have quoted my / our rates as Percentage above / below / at par and
quoted against blank items by rates in figure and words, with total cost as per
Schedule of Items Rates and Quantities (BOQ) in Schedule A to H, in
FINANCIAL BID (volume-II) taking into account all the factors given above.
(Signature of Bidder/s)
Date: ________________
Place: ________________
58
SECTION-VIII
BILL OF QUANTITIES
59
Schedule-I (Siding)
Sl.
no.
1
Activity
Details of work
Unit
Qty.
Desk Study
of
alternative
s
km
50
2,730.00
136,500.00
km
50
5,250.00
262,500.00
Km
50
10,500.00
525,000.00
Reconnaiss
ance
Survey and
traffic
study
(Feasibility
Report)
Final
Location
Survey and
plot
verification
Rate (`)
Amount (`)
Topographi
c Survey
and
identificati
on of
bridges,
road
crossings,
power line
and other
utilities
Preparatio
n of
Estimates,
L-Section,
Land
requireme
nt and land
acquisition
schedules
Detailed
Engineerin
g
Km
50
34,965.00
1,748,250.00
Km
50
13,650.00
682,500.00
Km
50
16,800.00
840,000.00
Km
50
90,914.69
4,545,734.50
8,740,484.50
1,080,323.88
9,820,808.38
From the payments under items 3 to 7 an amount of 25% will be retained that will be release after
submission of final version of DPR in four copies as defined in TOR along with the CDs
61
Activity
Details of work
Design of in
Designing in campus loading yards for
campus
loading projected traffic of coal at SECL
loading yards pit heads in the range of 3 to 15MTPA (
2 rakes to 12 rakes per day) including
in- campus in-yard, loading lines and
out yard, engine escape lines, etc. with
loading arrangements to be suggested
including silo loading, mechanical
loading from platforms, circulation of
vehicles, loading PFs etc., excluding
conveyor or silo systems. (stacking area
for coal also to be suggested)
A.
Preparation of conceptual plan for each
location depending on quantum of
loading and suggested and agreed
method of loading and obtaining Client
and SEC Rly's approval through draft
Feasibility Report
B.
Finalization of loading yard as per
approval of SEC Railway, tracks, PF and
structures, Circulation and roads, total
space requirement ( within the
specified boundaries of SECL) and
submission of final feasibility report
Preparation
Alignment design, preparation of survey
of Estimates, report including plans, L-Section @20m
L-Section,
interval , estimate, cross sections at
every 50m and submssion of draft
report
Preparation
GADs and ESPs of bridges and
of DPR
structures
,
yards,
junction
arrangements, service buildings, station
building/platform as per Railway
circulars and agreed instructions of
Clients and Rly., Estimation of the
project within SECL campus, analysis of
rates and approval of the same from
SEC Railway and submission of draft
DPR
62
Unit
Qty.
Rate (`)
Amount (`)
each
100,000.00 500,000.00
each
100,000.00
each
200,000.00 1,000,000.00
each
200,000.00 1,000,000.00
500,000.00
Detailed
Engineering
TOTAL OF
SCHEDULE I
AND II
each
300,000.001,500,000.00
4,500,000.00
556,200.00
5,056,200.00
14,877,008
From the payments under items 3 to 4 an amount of 25% will be retained that will be
release after submission of final version of DPR in four copies as defined in TOR along
with the CDs.
Note:1.
In case yard involves reversal loop, payment for the loop length will be on per km basis of
Schedule I.
63