construction of 100 bedded esi hospital at udaipur ...uprnn.co.in/tender/bid-document_300117.pdf ·...

22
Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN 1

Upload: vokhuong

Post on 12-Apr-2018

234 views

Category:

Documents


3 download

TRANSCRIPT

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

1

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

2

INDEX

Section / Part / Clause

Particulars Page Nos.

Notice Inviting Tender 1

I 1-18 General Information at a Glance 3-4

II 1-16 General Guidelines for Bidder 5-11

III Forms for Technical Evaluation 12-22

IV General Conditions of Contract 23-54

A 1-11 General 23-20 B 12-18 Preliminary 30-32 C 19-23 Advances/Securities 32-34 D 24-27 Commencement of Work 34-43 E 28-35 Execution of Work 43-49 F 36-44 Payments to the Contractor 49-51 G 45-50 Completion of Works 51-52 H 51-56 Miscellaneous 52-54 V 1-5 Special Conditions of Contract 55-56 VII Standard UPRNN General Conditions 57-64 VIII General Technical Specifications 65 Standard UPRNN Technical Specifications 65-99 List Of Makes 100 Finishing Schedule VIII Bill of Quantities IX Tender Drawings

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

3

Section – I GENERAL INFORMATION AT A GLANCE

Name of Work: The Works pertains to the “Construction of 100 bedded ESI Hospital at

Bhuvana, Udaipur, Rajasthan”. 1. Salient features of the Works:

The work for the Construction of 100 bedded ESIC Hospital comprises of Hospital Building with Internal Electrification, HVAC, Lifts, Fire-fighting, Hospital Furniture and Fixture works; Type II, III, IV, V & VI staff quarters with Internal Electrification, Lifts, Fire-fighting works; Site Development works (roads, drainage, parking sheds, retaining wall, underground water reservoir, compound wall etc.), External Electrification work, External Water Supply, Horticultures & Landscaping etc.

Details of the work for which bids are invited are as under:

Name of the work : 100 Bedded ESIC Hospital at Udaipur (Rajasthan)

Composite Estimated Cost : For Civil Components = Rs. 56 Cr

: For Elect Components = Rs. 16 Cr

Total = Rs. 72 Cr

Period of Completion : 20 months including rainy season

a. The Proposed 100 bedded Hospital & Staff Quarters in ESIC Campus at Bhuvana, Udaipur

(Rajasthan) consists of I. A 100 bed air-conditioned hospital with all main facilities.

II. Housing for the hospital staff according to CPWD norms which includes 10 no.s Type 2

housing, 10 no.s Type 3 housing, 8 no.s Type 4 housing, 5 no.s Type 5 housing and 1

no. Type 6 housing, making it a total of 34 houses.

III. On-site parking as per byelaws

IV. Services including DG set, AC plants, UG tank and STP.

Site development works include construction of Road, Drainage, Parking Shed, Retaining Wall, Underground Water Reservoir.

b. Work shall be executed according to General Conditions of Contract for UPRNN works.

c. The Soil report, location plan, plans & elevations are available for inspection and main

Architectural drawings are part of tender document.

2. Approximate Cost of the Works : Rs. 72 Cr (Rupees Seventy Two Crores Only) 3. The Tender document can be obtained from: Office of the Addl. Project Manager, UPRNN

Ltd., ESIC Medical College & Hospital, MIA, Alwar, Rajasthan. 4. Date and Time of Sale of Tender Documents: 30.01.2017 to 19.02.2017 between 10 AM to 3

PM, on all working days. 5. Date and Time of Submission of Tender Documents: 20.02.2017 up to 3:00 PM at the

address mentioned in serial no. 8 of Notice Inviting Tender.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

4

6. Date and Time of Opening of Tender: 20.02.2017 up to 3:30 PM at the address mentioned in serial no. 7 above.

7. Validity of Offer: 90 calendar days after the date of the opening of the tender. 8. Earnest Money : Rs. 144.00 Lakhs (Rupees One Crore forty four Lakhs Only) in the form of

Bank Draft/ FDR/Bank Guarantee by any Nationalised/Scheduled Bank in favour of U.P.R.N.N. Ltd. payable at Alwar.

9. Completion Period: 20 Months from the 7th day of signing of the Contract.

10. Defect Liability Period: 12 Months from the date of actual date of completion of all works. 11. Security Deposit: 5% of the value of each running bill of the contractor and shall be refunded

after completion of the defect liability period + 5% of the value of each running bill of the contractor and shall be refunded after achievement of milestone.

12. Bank Guarantee: Bank Guarantee of 5% of the Contract Value in favour of U.P.R.N.N. Ltd. payable at Alwar.

13. Mobilization Advance: 10% of the Contract value as per Section – IV, GCC Clause 22. 14. Secured Advance: 75% against specified material supplies as per Section – IV, GCC Clause

23. 15. Liquidated damage: As per Section – IV, GCC Clause 42. 16. Price Variation: As per Section – V, SCC Clause 1. 17. Quantity Variation: As per Section – IV, GCC Clause 38. 18. Service Taxes: On production of proof, PMC will reimburse Service Tax extra as applicable,

subject to the approval / availability of payments from the Department/ESIC. 19. Pre-bid Meeting : Date – 09.02.2017

Time – 12:00 Noon Place – Office of Project Manager, UP Rajkiya Nirman Nigam ESIC Medical College & Hospital Matsya Industrial Area (MIA), Alwar (Rajasthan)

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

5

Section – II GENERAL GUIDELINES FOR BIDDERS

1.0 GENERAL: 1.1 Letter of transmittal and forms for Technical evaluation are given in Section III. 1.2 Tender Document shall comprise of submissions as per checklist given in Section III. 1.3 All information called for in the enclosed forms should be furnished against the relevant columns

in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a "nil" or "no such case" entry should be made in that column. It any particulars/query is not applicable in case of the bidder, it should be stated as "not applicable". The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified. Bids made by telegram or telex and including those received late will not be entertained.

1.4 References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.5 The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after uploading of eligibility criteria document unless it is called for by the Engineer -in-Charge.

1.6 It is desirable that the applicant does not have any litigation(s) in process. The applicant must submit information of on-going litigations and litigations had in the past seven years. In the event that the applicant has no litigations either in process or in the past Seven years, an affidavit to this effect, duly notarized must be submitted in original.

1.7 The credentials submitted in respect of prequalification of tender by the 1st lowest bidder after opening of the financial bid shall be verified before award of work. Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of works in UPRNN. If such bidder happens to be enlisted contractor of any class in UPRNN, his name shall also be removed from the approved list of contractors.

1.8 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initiating, dating and rewriting, pages of the technical bid document are numbered. Additional sheets, if any added by the contractor, should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.9 Three envelope system Works for which technical specification has not been finalised and the same is to be finalised on receipt of the details from the tenderers. The tenderers shall be required to submit the bids in three envelopes.

Envelope - 1 :- Documents related to eligibility criterion. Envelope - 2 :- Technical bid. Envelope - 3 :- financial bid.

Envelope-1 of all tenderers shall be opened first. Technical bids of tenderers who satisfy the eligibility criteria shall then be opened at notified time, date and place in presence of tenderers or their representative. If required, a conference in respect of technical bids shall be held on notified date, time and place.

1.10 After opening of the Technical bids, UPRNN shall prepare a list of deficiencies if found in the bids of each bidder vis-a-vis requirements as per NIT with a request to furnish required documents within one week of issue of list, failing which it will be presumed that they do not have any further documents to furnish and decision on bids will be taken accordingly.

2.0 METHOD OF APPLICATION: 2.1 If the bidder is an individual, all pages of the tender shall be signed by him above his full type

written name and current address. 2.2 If the bidder is a proprietary firm, all pages of the tender shall be signed by the proprietor above

his full typewritten name and the full name of his firm with its current address. 2.3 If the bidder is a firm in partnership, all pages of the tender shall be signed by all the partners of

the firm above their full typewritten names and current address, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

2.4 It the bidder is a limited company or a corporation, all pages of the tender shall be signed by a

duly authorized person holding power Of attorney for signing the application accompanied by a

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

6

copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

3.0 FINAL DECISION MAKING AUTHORITY

The employer reserves the right to accept or reject any bid and to annul the process and reject all bids at any time without assigning any reason thereof or incurring any liability to the bidders.

4.0 PARTICULARS PROVISIONAL The particulars of the work given in Section I are provisional. They are liable to change and must be considered only as advance information to assist the bidders.

5.0 SITE VISIT The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to satisfy themselves and collect all information that they consider necessary for proper assessment of the prospective assignment and for quoting their rates judiciously.

6.0 CRITERIA FOR ELIGIBILITY & TECHNICAL BID CRITERIA FOR ELIGIBILITY

6.1 The bidder should be have experience of successfully completed composite work during the last Seven years ending previous day of last date of submission of bids.

(i) Three similar completed composite works each costing not less than Rs 28.2 crores or two similar completed composite works each costing not less than Rs 43.2 crore or one similar completed composite work costing not less than Rs. 57.6 crore.

and (ii) One completed composite work of any nature (either part of (i) or a separate one) costing not

less than Rs. 28.2 Crore with some Central / State Government Department / Central Autonomous Body / Central Public Sector Undertaking / City Development Authority / Municipal Corporation of City formed under any Act by Central / State Government and published in Central / State Gazette.

Similar work shall mean "Similar composite work shall mean "Construction of five or more (15 meter above ground Level or more) storied building in RCC framed structure including Internal water supply, sanitary Installation, Electrical installation, Sub-Station, HVAC, Fire Alarm & Fire Fighting System, all executed under one agreement". For components of E&M works, the eligibility criteria is as under –

SN Components of E&M works

Estimated Cost in Rs (Cr)

Eligibility

1 Internal Electrical Works

Rs Should have successfully completed the works as mentioned below during the last seven years ending previous day of last date of submission of bids - Three similar completed works each costing not less than

40% of component of similar work. or

Two similar completed works each costing not less than 60% of component of similar work.

or One similar completed works costing not less than 80% of

component of similar work. And

Similar work with Govt / State Undertaking etc for works costing not less 40% involved in construction of multi storied buildings as indicated above. Components of composite work executed other than those included in definition of Similar composite work shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

7

completion to the last date of submission/uploading of applications for lenders. The Eligibility Criteria should be supported by documentary proof on organisation’s Financial Strength showing required turnover without any losses in last 3 years.

2 Sub Station Equipment

Rs Same as above except similar works means “SITC of Sub Station”

3 Fire Alarm & PA System

Rs Same as above except similar works means “SITC of Addressable Fire Alarm & PA System”

4 Fire Fighting Rs Same as above except similar works means “SITC of Wet riser and sprinkler system for Fire Fighting”

5 HVAC Rs Same as above except similar works means “SITC of Central Air Conditioning system for fire fighting”

6 Solar Water Heating System

Rs Same as above except similar works means “SITC of Solar hot water system”

7 Solar Photo voltaic power system

Rs Same as above except similar works means “SITC of Solar photovoltaic system of 25KW”

8 Lifts Rs The Associate Agency shall be one of the Original equipment Manufacturers of the OTIS / KONE / THYSSENKRUPP / Schindler / Mitsubishi & Johnson.

9 DG Set Rs Annually approved / Prequalified Contractor for Diesel Generator Set in Class A.

Agencies to be engaged by the main contractor shall have to fulfill the laid down criteria. In case the main contractor himself meets the required eligibility criteria as laid down by the Department for any minor component(s) of work, he shall be allowed to execute the same after due verification etc.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to the last date of submission/uploading of applications for lenders. For the purpose, "Estimated Cost of work" shall mean gross value of the completed work including the cost of materials supplied by the Govt. / Client, but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer I Project Manager or equivalent.

6.2 The bidder shall have to furnish an affidavit as under:

"l/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then l/we shall be debarred tor biding in UPRNN in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.”

6.3 The bidder should not have been black listed by any State/Central Department or PSU or

Autonomous bodies. The applicant must submit a duly notarized affidavit to this effect. Applications received without this declaration in original shall stand automatically rejected.

6.4 The bidder should have had average annual financial turnover (gross) of Rs. 72 Crore on Civil

construction works during the immediate last three consecutive financial years ending 31 March 2016. This should be duly audited by a Chartered Accountant Year in which no turnover is shown would also be considered for working out the average.

6.5 The bidder should not have incurred any loss in more than two years during the immediate last

five consecutive financial years ending 31 March 2016 duly certified and audited by the Chartered Accountants.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

8

CRITERIA FOR TECHNICAL SUBMISSION

6.5 BID CAPACITY : The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [(AxNx2)-B] where

A= Maximum value of construction works executed in any one year during the last seven years taking into account the completed as well as works in progress.

N= Number of years prescribed for completion of work for which bids have been invited. B= Value of existing commitments and ongoing works to be completed during the period of

completion of work for which bid have been invited. The applicant shall submit the calculation sheet of Bid Capacity and also Indicate value of

balance work in hand. (Certified by a Chartered Accountant) 7.0 FINANCIAL INFORMATION

Bidder should furnish the financial information: a) Annual financial statement for the last five year in (Form "A). This should be supported by audited balance sheets and profit and loss accounts duly certified by a chartered accountant, as submitted by the applicant to the income tax department. b) The bidder should have a solvency of Rs 28.2 Crore Certified by his Bankers. The solvency certificate should not be older than six months. Solvency certificate in (Form "B"). Name and address of the bankers, identification of individuals familiar with the applicant's financial standing and a banker's statement on availability of credit. c) The applicant must submit an undertaking that up to date tax returns have been filed along with copies of such returns submitted to the concerned IT department Commercial Tax Department.

8.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS The bidder shall provide copies of work orders as well as completion certificates from the past Employer as documentary proof for having executed similar works. The applicant's performance for each eligible work completed in the last seven years shall be certified by an officer not below the rank of Executive Engineer or equivalent and shall be obtained in sealed cover.

8.1 Bidder should furnish the following:

(a) List of all works of similar nature successfully completed during the last seven years (in form “C").

(b) List of the projects under execution or awarded (in Form "D”) . This information should be complete and no work should be left out.

8.2 Particulars of completed works and performance of the applicant duly authenticated certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for each eligible work completed (in Form "E”).

8.3 Information in (Form "D”) should be complete and no work should be left out. Credential for the works submitted by the agency may be, if required, verified by the Engineer-in-

Charge or his authorized representative and the agency will make necessary arrangement for local transport, arranging meeting with client department etc. However, decision with regard to eligibility of the applicant will be taken by the Engineer in charge, UPRNN, only after necessary documents provided by the applicant have been examined.

9.0 ORGANISATION INFORMATION

Bidder is required to submit the information in respect of his organization (in forms “F” & "G"). The applicant shall have sufficient number of Technical and Administrative employees for the proper execution of the contract work. The applicant shall submit a list of the employees stating clearly how they would be involved in this work. This shall be assessed for evaluation for which applicant shall submit the supporting Documents such as: a) List of full time Technical staff he proposes to deploy against the work with name qualification

and experience each along with complete CV.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

9

b) Attested copies of Degree / Diploma & Experience certificate. c) Declaration from the Technical staff that they are employed with the applicant d) Documents like PF subscription, copy of Income Tax return with IT Form 16 Minimum requirement of Technical Staff for this work is given as under.

SN Requirement of Technical Staff

Minimum experience (Years)

Designation Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of relevant clauses

Qualification Nos

1 Graduate Engineer (Civil)

1 15 and having experience of one similar nature of work

Technical Representative

Rs. 60,000/- per month

2 Graduate Engineer (Civil)

1 12 and having experience of one similar nature of work

Deputy Technical Representative (Civil)

Rs. 40,000/- per month

3 Graduate Engineer (Elect.)

1 12 and having experience of one similar nature of work

Deputy Technical Representative (Electrical)

Rs. 40,000/- per month

4 Graduate Engineer (Civil) Or Diploma Engineer (Civil)

4 5 Or 10 respectively

Project/Site Engineer/Billing Engineer/Quality Engineer

Rs. 25,000/- per month per person

5 Graduate Engineer (Elect.) Or Diploma Engineer (Elect.)

2 5 Or 10 respectively

Project/Site Engineer

Rs. 25,000/- per month per person

6 Diploma Engineer 1 Years Surveyor Rs 15,000/- per month

10.0 CONSTRUCTION PLANT & EQUIPMENT

The bidder should own constructions equipment as per list required for the proper and timely execution of the work. Else, he should certify that he would be able to manage the equipment by hiring etc., and submit the list of firms from whom he proposes to hire. Bidders should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding to be used in carrying out the work (in Form "H"). Details of any other plant & equipment required for the work not included in form "H" and available with the bidder may also be indicated.

SN Name of Equipment Min Rqmt

Earth Moving Equipment :

1 Excavator / JCB (various sizes) 1

Equipment for hoisting & lifting

1 Builder's Hoist 2

Equipment of concrete work

1 Concrete batching plant : Capacity 60/90 cum/hr 1

2 Concrete pump 1

3 Concrete transit mixer 2

4 Concrete mixer (diesel) 2

5 Concrete mixer (electrical) 2

6 Needle vibrator (electrical) 4

7 Needle vibrator (petrol) 2

8 Table vibrator (electrical/ petrol) 2

Equipment for building work

1 Bar bending machine 2

2 Bar cutting machine 2

3 Drilling Machine 4

4 Welding Generators & Transformers 2

5 M.S. Pipes (Rm) 2000

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

10

6 Steel Shuttering (SqM) 5000

7 Steel Scaffolding (Cum) 15000

8 Grinding / Polishing Machines 2

Equipment for transportation

Dewatering equipment

1 Pump (diesel / Electrical) - 5 HP each 1

2 Pump (diesel / Electrical) - 15 HP each 1

Power / Power Backup

1 Class II Diesel generators from authorized supplier of OEM / OEA of one or more reputed makes of engines and alternators

Capacity not less than 100 KVA 1

Other equipment/s (Optional)

1 Vibration Compactor 1

Tendom Roller / Pneumatic Air Compressor / Wet Macadem Mix Plant -

Quality Control Lab / Field Lab

1 Test sieve set IS : 460-1972, 30 cm dia frame of size 40mm, 20mm, 12.5mm and 10 mm and 20 cm dia frame of size 4.75mm, 3.35 mm, 2.36mm, 1.18mm, 600 micron, 300 micron, 150 micron, 90 micron and 75 micron

1

2 Cube moulds 150x150x150 mm conforming to IS:516-1959, IS:10086-1982 12

3 Slump Apparatus conforming to IS: 7320 1

4 Hydraulic Compression Testing Mechine, hand operated 100 tonnes capacity. Conform to the requirements of IS: 516-1959, IS :14858-2000 caliberated to an accuracy of ± 1% indicated load within range.

One Set

5 Bulk density measure 3 & 15 litres capacity as per IS : 2386 (Part-III)- 1963. One Each

6 Thickness and length gauge as per IS : 2386 (Part-I)- 1963. One Each

7 15 cm dia aggregate crushing value apparatus as per IS:2386(Pt-IV)- 1963. 1

8 Graduated cylinder of glass 100, 250 and 1000 ml capacity. 3 each

9 Balances 1 kg, 5kg and 15 kg capacity. One each

10 Electric oven, thermostatically controlled upto 200 0C, chamber space about

40x40x40 cm. 1

11 Concrete Test Hammer (rebound hammer) of impact energy 2.207 N.m (0.225 Kgm) as per IS : 1331 (Part-2)- 1992.

1

12 Flat edge 10 cm dia glass cylinder with glass plate 2000 ml capacity. 1

13 Miscellaneous items such as mixing trays, rice trays, karni etc. One Set

14 Le-chatelier apparatus as per IS : 4031. 2

15 Vicat apparatus as per IS : 4031 1

16 Vibration machine with 6 moulds as per IS : 4031. 1

17 Hot Plate 1

18 Apparatus (HCl heat of solution method) for estimation of cement content of fresh concrete.

1

19 Chemicals for water content determination of fresh concrete sodium chloride, nitric acid, nitrobenzene, ferric alum, silvernitrate, potassium thipcyanate, sodium hydroxide and HCl.

For 50 tests

20 Glass ware for testing of S.No. 19 One Set

Equipments for Electrical Works

1 Chase cutting Machine 4

2 Electrical Wiredrawing Equipment 4

3 Conduit Die Set 4

4 Pipe Vice 4

5 Bench vice 4

6 LT Megger 1000 V 4

7 Tong Tester 4

8 Multimeter 4

9 Hydarulic Crimping Machine 4

10 Earth Tester 4

11 Portable Drilling Machine 4

12 Overhead Conduit Puller 4

13 Aluminium Ladder 4

14 Torque Wrench for Nut / Bolt / Screws 4

15 Core Cutting Machine 4

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

11

11.0 LETTER OF TRANSMITTAL The bidder should submit the letter of transmittal attached with the document.

12.0 Evaluation Criteria 13.1 The Eligibility details submitted by the bidders will be evaluated in the following manner.

13.1.1 The criteria for eligibility detailed from Para 7.1 to 7.5 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will be first scrutinized and the bidder's eligibility for the work be determined. 13.1.2 Bidders qualifying the criteria for eligible as set out in Para 7.1 to 7.5 above will be evaluated for following criteria by scoring method on the basis of details furnished by them:

Attributes Evaluation

(a) Financial strength (20 marks)

(i) Average annual turnover 16 marks (i) 60% marks for minimum eligibility criteria

(ii) Solvency Certificate 4 marks (ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(b) Experience in similar class of works (20 marks) (i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(c) Performance on works (time over run) (20 marks)

Parameter Calculation For points Score Max.Marks

If TOR = 1.00 2.00 3.00 >3.50 20

(i) Without levy of compensation

20 15 10 10

(ii) With levy of compensation

20 5 0 -5

(iii) Levy of compensation not decided

20 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time. Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis.

(d) Performance of works (Quality) (15 marks)

(i) Very Good 15

(ii) Good 10

(iii) Fair 5

(iv) Poor 0

(e) Personnel and Establishment (Max. 10 marks)

(i) Graduate Engineer 3 marks for each upto Max.3 marks

(ii) Diploma Holder Engineer 2 marks for each upto Max.4 marks

(iii) Supervisory / Foreman 1 marks for each upto Max.3 marks

(f) Plant & Equipment (Max. 15 marks)

(i) Tower Crane 2 marks for each upto Max. 4 marks

(ii) Mobile Tower Crane 1 mark for each upto Max. 2 marks

(iii) Concrete Pump 1 mark for each upto Max. 2 marks

(iv)

Steel Shuttering

1 marks for each 3000sqm upto maximum 2 marks

(v) Building Hoist 1 mark for each upto Max. 2 marks

(vi) Vibration Compactor 0.5 mark for each upto Max. 1 marks

(vii) DG Set 62.5 KVA 0.5 mark for each upto Max. 1 marks

(viii) Transit Mixer / Truck / Tipper 1 mark for each upto Max. 2 marks

(ix) Excavator / Poclain 1 mark for each upto Max. 2 marks

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

12

To become eligible for short listing the bidder must secure at least 60% in each and 70% marks in aggregate. The department, however, reserves 1he right to restrict the list of bidder qualifying in technical bid evaluation 10 any number, as deemed suitable by it.

13.2 Even though any bidder may satisfy the above requirements, he would liable to disqualification if

he has: (a) Made misleading or false representation or deliberately suppressed the information in

the forms, statements and enclosures require in the eligibility criteria document. (b) Record of poor performance such as abandoning work, not properly completing the

contract, or financial failures / weaknesses etc. 13.0 OPENING OF THE FINANCIAL BID

After evaluation of eligibility documents, a list of short listed agencies qualified in eligibility criteria will be prepared. Thereafter, the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The Bids of parties who have been technically qualified earlier by the PMC shall be eligible for opening of Preliminary Examination. The bids shall remain valid for 90 days from the date of opening of the Technical Bids.

14.0 AWARD CRITERIA 15.1 The employer reserves the right, without being liable for any damages or obligation to inform the

bidder, to: (a) Amend the scope and value of contract to the bidder. (b) Reject any or all of the applications without assigning any reason.

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the

employer would result in rejection of his bid. Canvassing of any kind is prohibited.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

13

SECTION – III FORMATS FOR TECHNICAL SUBMISSION

Letter of Transmittal

(on Letter Head) From: To

The Executive Engineer ……………………………..

Subject: Submission of bids for the work of ……………………………………………………… Sir, Having examined the details given in press notice and bid document for the above work, I/we hereby submit the relevant information. 1. I/we hereby certify that all the statement made and information supplied in the enclosed forms A

to H and accompanying statement are true and correct. 2. I/we have furnished all information and details necessary for eligibility and have no further

pertinent information to supply. 3. I/we submit the requisite certified solvency certificate and authorize the Executive Engineer

……………………..to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/we also authorize Executive Engineer …………………. to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/we submit the following certificates in support of our suitability, technical knowledge and capability for having successfully completed the following works:

S.N. Name of work Amount Certificate issued by

1.

2.

3.

5. Eligibility Document and Earnest Money amounting to Rs ……………. in the prescribed forms is submitted herewith under sealed envelope.

Enclosures: Seal of bidder Date of submission:

Signature(s) of Bidder(s).

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

14

Form ‘A’ FINANCIAL INFORMATION

FINANCIAL INFORMATION

1. Financial Analysis- Details to be furnished duly supported by figures in balance sheet/ profit &

loss account for the last five years duly as submitted by the applicant to the Income Tax

Department (Copies to be attached) and duly certified by the Chartered Accountant mentioning

the membership number issued by ICAI along with the full address.

i) Gross Annual Turnover on Construction Works for last three years ending

31.03.2016

Financial Year Annual Turnover in Indian Rupees (or equivalent to Indian Rupees) as per Audited Balance Sheet

2015-2016

2014-2015

2013-2014

Average Annual Turnover over the past three years

ii) Profit / Loss for last Five years ending 31.03.2016 (in Lacs)

Financial Information in Rs. Equivalent

For year 2011-12

For year 2012-13

For year 2013-14

For year 2014-15

For year 2015-16

1 Total Assets

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Profit before Tax

6 Profit after Tax

7 Net Worth

Financial arrangements for carrying out the proposed work.

.

Solvency certificate from Bankers of the bidder in the prescribed Form ‘’B’’.

Signature of Chartered

Accountant with Seal Signature of Applicant

(As enclosed)

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

15

Form ‘B’

FORM OF BANKER’S SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/S. /Sh. ………………………………………………… having marginally noted address, a customer of our bank are / is respectable and can be treated as good for any engagement up to a limit of Rs. …...…( rupees………………………………….). This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature) For the bank.

NOTE:

1. Bankers certificate should be on letter head of the bank, sealed in cover addressed to tendering authority(Project Manager, Alwar Unit UPRNN Ltd, ESIC Medical College & Hospital, MIA, Alwar Rajasthan.

2. In case of partnership firm, certificate should include names of all partners as recorded with the bank.

3. The certificate should not be more than 6 months old.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

16

Form ‘C’ DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS

Sl. N

o.

Nam

e o

f W

ork

/Pro

ject

& lo

cati

on

Ow

ner

of

sp

on

so

rin

g

Org

an

izati

on

Co

st

of

Wo

rk

(In

Lacs)

Date

of

Co

mm

en

cem

en

t A

s p

er

co

ntr

act

Sti

pu

late

d D

ate

of

Co

mp

leti

on

Actu

al D

ate

of

Co

mp

leti

on

Lit

igati

on

/ a

rbit

rati

on

pen

din

g / in

pro

gre

ss

wit

h d

eta

ils

*

Nam

e &

ad

dre

ss/

Tele

ph

on

e N

o. o

f

off

icer

to w

ho

m

refe

ren

ce m

ay b

e m

ad

e

Rem

ark

s

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1

2

3

Certified that above list of works is complete and no work has been left out and that the information

given is correct to my knowledge and belief.

Signature of Applicant

* Indicate gross Amount Claimed and Amount Awarded by the Arbitrator.

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

17

Form ‘D’ PROJECTS UNDER EXECUTION OR AWARDED

Sl.N

o.

Nam

e o

f W

ork

/Pro

ject

& lo

cati

on

Ow

ner

of

sp

on

so

rin

g

Org

an

izati

on

Co

st

of

Wo

rk

(In

Lacs)

Date

of

Co

mm

en

cem

en

t A

s p

er

co

ntr

act

Sti

pu

late

d D

ate

of

Co

mp

leti

on

Up

to

date

Perc

en

tag

e

Pro

gre

ss o

f W

ork

Slo

w P

rog

ress,

If a

ny,

& r

ea

so

ns t

he

reo

f

Nam

e &

ad

dre

ss/

Tele

ph

on

e N

o. o

f

off

icer

to w

ho

m

refe

ren

ce m

ay b

e m

ad

e

Rem

ark

s

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1

2

3

Certified that above list of works is complete and no work has been left out and that the information

given is correct to my knowledge and belief.

Signature of Applicant

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

18

Form ‘E’

PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY

1. Name of work / Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of completion

i) Stipulated Date of Completion ( as mentioned in work order )

ii) Actual Date of Completion

7. i) Status of Compensation (Not Levied / Levied / Not Decided )

ii) Amount of compensation levied for delayed completion, if any

8. Amount of reduced rate items, if any.

9. Whether any litigation / arbitration case pending / in progress in respect of this work.

10. Performance Report

1) Quality of Work Very Good / Good / Average / Poor

2) Financial Soundness Very Good / Good / Average / Poor

3) Technical Proficiency Very Good / Good / Average / Poor

4) Resourcefulness Very Good / Good / Average / Poor

5) General Behaviour Very Good / Good / Average / Poor

11. Remarks ( if any ):

Dated:

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

19

Form ‘F’ STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No. / Email id /Telex No./Fax No.

3. Legal status of the bidder (attach copies of original document defining the legal status).

a) An Individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy).

ORGANIZATION/PLACE OF REGISTRATION

1 Registrar of Companies, Kanpur (U.P.)

2.Central Excise

3.Income Tax

4. Sales Tax

5. Names and Titles of Directors & Officers with designation to be concerned with this work.

6. Designation of individuals authorized to act for the organization.

7. Was the bidder ever required to suspend construction for a period of more than six months continuously after commencing the construction? If so, given the name of the project and reasons of suspension of work.

Yes / No

8. Has the bidder, or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

Yes / No

9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred/ black listed for tendering in any organization at any time? If so, give details.

Yes / No

10. Has the bidder, or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details.

Yes / No

11. In which field of Civil Engineering Construction the bidder has specialization and interest?

12. Any other information considered necessary but not included above.

Signature of Applicant

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

20

Form ‘G’ DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl.

No

Desig

nation

Tota

l N

um

ber

Num

ber

for

this

work

Nam

e

Qualif

icatio

ns

Pro

fessio

na

l/

Constr

uction

experie

nce

and d

eta

ils o

f

work

carr

ied

out

How

th

ese

would

be

involv

ed in

this

work

Rem

ark

s

1 2 3 4 5 6 7 8 9

1. Project Manager

1 1

2. Deputy Project Manager

3 2+1

3 Sr Project / Site Engineer (Graduate / Diploma)

8 6+2

4. Site Engineers 5 4+1

5. Quality Engineer

1 1

6. Surveyor 1 1

7. Project Planning

1 1

8. Billing Engineer

1 1

Signature of Applicant

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

21

Form ‘H’ DETAILS OF CONSTRUCTION PLANT & EQUIPMENT LIKELY TO BE USED IN CARRYING OUT

THE WORK S

l.N

o.

Natu

re

of E

quip

ment

Nos

Capacity

or

Type

Age

Cond

itio

n

Ownership Status

Curr

ent

Location

Rem

ark

s

Pre

sently

ow

ne

d

Leased

To

be

Purc

hased

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)

Earth moving Equipment : 1.Excavator (various sizes) Equipment of concrete work 1.Concrete batching Plant 2.Concrete pump 3.Concrete transit mixer 4.Concrete mixer (diesel) 5.Concrete mixer (electrical) 6.Needle vibrator (electrical) 7.Needle vibrator (petrol) 8.Table vibrator (electrical / petrol)

Equipment for building work 1.Block making machine 2.Bar bending machine 3.Bar cutting machine 4.Welding generators 5.Welding transformers 6.Cube testing machines 7.M.S.Pipes 8.Steel Shuttering

Equipment for transportation: 1.Tippers 2.Trucks

Pneumatic equipment: 1.Air compressors (diesel)

Dewatering equipment 1.Pump (diesel) 2.Pump (electric)

Power equipment: 1.Diesel generators

Any other equipment/s: Like crane, tower lifts etc

Signature of Applicant

Sony
SKTyagi APM

Construction of 100 bedded ESI Hospital at Udaipur, Rajasthan UPRNN

22

Form ‘I’ Item Rate Tender & Contract for Works

I/We have read and examined the notice inviting tender with Addendums / Corrigendum(s), schedules, Forms A, B, C, D, E, F, G, H, General Conditions, Special Conditions & Standard UPRNN Conditions Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for ESIC within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable. We agree to keep the tender open for Ninety (90) days from the due date of opening of technical bid and not to make any modification in its terms and conditions. A sum of Rs.1,44,00,000/- is hereby forwarded in form of Bank Draft / FDR / Bank Guarantee of a scheduled bank as earnest money. A copy of earnest money in deposit at call receipt of a schedule bank/fixed deposit receipt of scheduled bank/demand draft of scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a schedule bank/bank guarantee issued by a scheduled bank is scanned and uploaded(strike out as the case may be). If I/We, fail to furnish the prescribed performance guarantee within prescribed period. I/We agree that the said ESIC or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that UPRNN shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the performance guarantee absolutely. The said performance guarantee shall be a guarantee to execute all the works referred to in the tender documents upon terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained of the tender form. Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work. I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in UPRNN in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated: Signature of Contractor

Postal Address Witness: Address: Occupation:

Sony
SKTyagi APM