tender documents for providing & fixing of concertina coil ... · pdf file1 tender...

15
1 TENDER DOCUMENTS FOR PROVIDING & FIXING OF CONCERTINA COIL FENCING OVER IUAC BOUNDARY WALL NIT No.- IUAC/NIT/15 /MKG/ 1977/ 2014-

Upload: truongnga

Post on 06-Mar-2018

224 views

Category:

Documents


5 download

TRANSCRIPT

1

TENDER DOCUMENTS FOR PROVIDING & FIXING OF

CONCERTINA COIL FENCING OVER IUAC BOUNDARY WALL

2

CONTENTS S.No Description Page No.

Technical Bid (Part A ) 1 Notice Inviting Tender 3 2 General Terms and Conditions 4 3 Scope of work (Annexure I) 9 4 Special Terms and Conditions (Annexure I) 9 5 Technical Specification (Annexure I) 10 6 List of Approved Makes (Annexure I) 10 8 Drawings 11 9 Check List 13 Price Bid (Part B) 10 Price Bid 14

3

INTER-UNIVERSITY ACCELERATOR CENTRE

ARUNA ASAF ALI MARG , POST BOX NO. 10502

NEW DELHI-110067

NOTICE INVITING TENDER NO.- IUAC/ NIT/ 15/ MKG /1977 / 2014-15

Name of the work : PROVIDING & FIXING CONCERTINA COIL

FENCING OVER IUAC BOUNDARY WALL

Estimated Value : Rs. 9.8 Lacs

Earnest Money : Rs. 19600/-

Last Date and Time of

Submission of Tender : 20/02/2015(Friday) at 3p.m.

Date & Time for opening of

Technical bid (Part-A) : 20/02/2015 (Friday) at 3.30 p.m.

Address for submission

Of tender : Administrative Officer(S&P),IUAC

(formerly Nuclear Science Centre)

Aruna Asaf Ali Marg , Near Vasant Kunj

New Delhi-110067.

Place of Opening of

Tender : IUAC Committee Room (R.N. 222)

Date & Time for Opening of Price bid (Part-B). : To be intimated later on to technically pre-qualified bidders

4

GENERAL TERMS & CONDITIONS

1. Submission of Tender: Tenders should be submitted in sealed envelopes in two Parts

separately, i.e. “Technical bid” (Part-A) and “Price bid” (Part-B). Both the parts should

be further sealed in an envelope super-scribing NIT No & name of work, due date for

opening, bidders name & address. The tender duly filled in may be sent to above

mentioned address either by post or hand delivered in the tender box kept in the

area near west side entrance, after ensuring that due entries are made in the

register kept at the counter. It should not be handed over to any employee of

the centre. No tender shall be accepted later than the time schedule specified

above.

2. Technical Bid (Part-A) : In this bid, the bidder shall submit the following:

i) Earnest Money Deposit.

ii) Covering letter on Company’s Letter head

iii) Proof of Registration of EPF ,ESI

iv) PAN No, TIN /VAT No., Service Tax Reg. No(Can be mentioned in covering

letter)

v) Copies of work order and completion certificates of works of P/F Concertina

coil fencing successfully executed during the past 5 yrs. in Govt., Public

sector, Autonomous body or reputed Public Ltd. Company with at least one

work of not less than value of Rs. 8 lacs or two works not less than

value of Rs. 5 lacs each or three works of not less than value of Rs. 4

lacs each .

vi) Entire NIT (except Price bid) duly signed & stamped by the bidder.

3. Price Bid (Part-B) : In this bid the bidder is required to quote his item rates in the

BOQ attached in accordance with the scope of work, terms & conditions & technical

specifications enclosed. The rates/price quoted by contractor should be all inclusive

i.e. should include all material cost, labour, services, plant/machinery/tools & tackles,

ladders & scaffolding required for work, freight, Insurance, Govt. duties & levies, taxes

(VAT, Service Tax, Sales Tax etc.), transport/cartage of materials/labour and all other

expenses not specifically mentioned but reasonably implied. Nothing over and above

these rates shall be payable to contractor. Further nothing extra in rates will be

considered for any variations in tender quantities or due to any site difficulties. It is

mandatory for bidder to quote all items rate as asked for in the BOQ/ PRICE schedule.

Failure in not filling some item rates will lead to rejection of tender. The bidders should

quote unconditional rates, neatly written without any overwriting and all pages should

be duly signed & stamped .

5

4. Earnest Money: An earnest money of Rs 19600/=..has to be enclosed along with the

Technical bid (Part-A). The EMD shall be only in the form of Bank Draft in favour of

‘IUAC’, payable at New Delhi. No Cheques/Cash shall be accepted as EMD. The

refund of EMD to the technically disqualified & lowest 4th bidders onwards shall be

made within 15 days from the date of opening of price bid. The refund of EMD of the

second and third lowest bidders shall be made after award of work and site

mobilization by the successful bidder. The refund of EMD of the successful lowest

bidder shall be adjusted against Security deposit.

5. Validity of Tender: Tender shall be valid for our acceptance without any change in

rates and NIT conditions for a period of 90 days from the date of opening of price bid.

6. Eligibility criteria for price bid opening: Price bids of technically qualified bidders

will only be opened. For technical qualifications, bidders shall submit all the

documents as per clause 2.0 and fulfill the technical requirements.

7. Escalation: No escalation over and above items rates quoted by the bidder shall be

paid during the execution of contract.

8. Completion time: The time shall be the essence of this contract and entire work as

titled above is to be completed in all respects within a period of three (3) months from

the date of issue of LOI /Purchase order by the Centre. Any delay in completing the

work for reasons attributable to the Contractor is liable for liquidated damages as per

clause # 16 of NIT. Under the force-majeure conditions or delay due to reasons

beyond control of the contractor, IUAC may grant suitable time extension for which the

contractor has to request along with the justification/ reasons well in advance to the

Director, IUAC for approval without any prejudice to price escalation. No time

extension request shall be considered after the expiry of completion period/contract.

The decision of the Director will be final and binding on the bidder/contractor

9. Scope of Work: Detailed scope of work, special terms & conditions, terms of payment

makes of materials and specifications etc. are enclosed with this NIT as per Annexure

–I. contractor must read them before filling rates.

10. Deviations: No deviation from the stipulated terms and conditions will be allowed.

Tender will be unconditional.

11. Site Conditions: Contractor shall acquaint himself fully with the site conditions and

the working environment of IUAC before quoting his rates. No Compensation on

account of any site difficulties will be entertained, at a later date, after award of the works. Arrangement of site visit can be made by contacting Mr. M.K Gupta {Incharge

(Civil) } Mob.-9891988230 or Mr. Harshwardhan (J.En Civil, Mob. 9910681788)

12. Correspondence: All the correspondence in respect of tender/contractual obligation

shall be made to A.O.(S&P), IUAC, Aruna Asaf Ali Marg, New Delhi-110067.

6

13. Payment of Bills: The payment shall be made on submission of the bills in proper

format by the contractor after due certification by the IUAC engineer responsible for

supervision of the work. Contractor can submit three (3) running bills and one final bill (after completion of

work ) as per the format approved by IUAC engineer. Payment will be made to him for

various items of work at the rates quoted by him and for the actual quantities of work

executed by him as per drgs. and Engineer’s instructions.

14. Labour Laws: The contractor will abide by all the rules and regulations related to

labour laws, accident, workmen compensation act, workmen insurance etc. This will

be the sole responsibility of the contractor. IUAC will not be a party at any stage in any

of the disputes relating to the above. In case, IUAC has to bear any expenditure due to

non-conformance of the above provisions by the contractor, the same will be

recovered from contractor’s bills.

15. Rules governing the Contractor’s employees working in the IUAC Premises: The

contractor’s employees working inside the IUAC campus will abide by the Centre’s

rules & regulations for works inside the campus. Any damage to the IUAC property

due to mishandling, carelessness on the contractor’s or his workmen’s part will be

recoverable from the contractor’s bills.

16. Liquidated damages: In case the work is delayed beyond the specified completion

period for reasons attributable to the contractor, deductions on account of Liquidated

damages @1/2% of the contract value per week will be deducted subject to a

maximum of 5% of the contract value. However, IUAC also reserves the right to get

the work done by any other contractor at the risk and cost of the existing contractor

and amount to that effect along with 15 % over heads will be deductible from his

bills/dues.

17. Extra or substituted item- If any extra or substituted item appears in the work,

contractor shall submit its rate analysis supported with documents which shall be

approved by IUAC. If required, IUAC can make its own analysis based on DSR

document of CPWD or based on market rates for determining item rate.

18. Defect Liability period: Defect liability period shall be 12 months from the date of

completion of work. Any defect arising in this period due to contractor’s fault will be

rectified by him at his own cost. Failure to do so shall lead to recovery from of security

deposit.

19. Security Deposit A security deposit equal to 10 % of the value of work will be deducted from

Contractor’s bills. 5% of the SD will be returned after successful completion of the

work (engineer’s certification of final bill) and remaining 5% will be returned after the

completion of defect liability period, after ensuring successful performance of the

system executed by the contractor.

20. Contractor should depute a qualified supervisor dedicated for this work, who will

monitor and co-ordinate work from contractor’s side and interact with the IUAC

representative, responsible for supervision of work, on regular basis.

7

21. Contractor will take due permission for entry of all his workmen in IUAC. No

unauthorized person will be allowed to work inside

22. The contractor will provide for all necessary materials, tools, equipment, access

ladders & scaffolding, measuring instruments and working consumables etc. needed

for execution of the works. Safe custody of all such material will be contractor’s sole

responsibility. No extra charges will be paid for the same. Watch and Ward of all

material till the system is taken over by IUAC shall be the sole responsibility of the

contractor and pilferage etc. shall be entirely to his account.

23. During execution of work, the contractor should follow all standard norms of safety

measures/precautions as per relevant IS codes and CPWD specifications to avoid accidents/damages to man, machines and buildings, at his own cost. Contractor will have his own arrangement to escort the labour to the nearest hospital for treatment in case any injury happens to any worker during execution of work.

24. Manpower deployed by the contractor at our site for carrying out contract works is

strictly prohibited being associated with any other works on the campus.

25. No material belonging to the contractor whether consumable or non-consumable

should be brought inside the IUAC campus without proper entry at the Main Gate nor

any material should be taken out without proper gate pass issued by the authorized

representatives of the Centre.

26. During execution of the work, contractor should dispose off waste material on regular

basis and should keep the area of work properly cordoned off and neat and clean as

far as possible. After completion of work, contractor should clear the site completely of

all unwanted and junk material before submitting his final bill.

27. IUAC will provide free water and electricity during execution of work at one point. The

contractor has to make his own arrangements for supplying power and water from that

point onwards as per his requirements.

28. Tender once submitted will remain with the Centre and will not be returned to the

bidders

29. Termination of Contract:-The Director, IUAC reserve the right to terminate the

contract on account of poor workmen ship, failure to mobilize site within 15days, non-compliance of set specifications for the works, abnormal delay in progress of work, violation of any contract provisions by the contractor. The contract can also be terminated at the request of contractor. In such cases the contractor is liable to pay Liquidated damages @ 5% of tendered value besides forfeiture of security deposit

recovered till date.

30. If any dispute or difference of any kind, whatsoever, shall arise between IUAC and the Contractor, in connection with or arising out of the Contract, or the execution of the works, whether during the progress of the works or after their completion and whether before or after the termination, abandonment or breach of the contract, it shall be settled under the Indian Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause Such arbitration shall be settled by

8

Sole Arbitrator who shall be appointed by Director, IUAC. The arbitration shall take place in Delhi unless both parties agree otherwise."

31. IUAC reserves the right to reject any or all the tenders in full or in part without

assigning any reasons whatsoever, and the decision of the Centre in this regard will be binding on all the bidders. Tenders not complying with any of the provisions stated in this tender document are liable to be rejected. Director, IUAC reserves the right to accept or reject any tender without assigning any reason and does not bind

himself to accept the lowest tender.

I accept the above terms & conditions

(Signature of bidder with seal)

9

ANNEXURE-I

SCOPE OF WORK

Scope of work will consist of

i) P/F Concertina coil fencing over the grills of IUAC boundary wall on all the four sides. Concertina coil will be fixed over Y-shaped angle which will be fixed to the existing grill (refer sketch no. SK-1/2015, sheet 1 enclosed)

ii) P/F horizontal RBT (Reinforced Barbed Tape) wires between vertical portions of Y-angles as shown in sketch no. SK-1/2015, sheet 2.

SPECIAL TERMS AND CONDITIONS

1. Makes of various material to be used by contractor will be according to the list of

approved makes given. No other makes will be used by the contractor.

2. Contractor will first get the sample of approved by IUAC Engineer before

procuring the material in bulk and incorporating in the work.

3. At different places, top height of concertina wire coil fencing will be decided in

consultation with IUAC engineer. However, an average height of 10’ will be

ensured from higher of the ground level on both sides of the wall.

4. Contractor will be paid on the basis of plain running length. No extra

measurement factor will be applied for measurement of fencing Contractor so

desires ,he can visit the site and see the actual site before quoting.

5. Contractor will arrange proper ladders and staging (for working at higher levels) at his own cost and will take all safety measures like safety belts, extra labour to hold ladders/staging etc. If it is observed that work is proceeding without

adequate safety precautions, work may be stopped by Engr. And in such cases,

contractor will be solely responsible for delay and its consequences thereof.

6. Electrical power will be made available within a periphery of 150-200 mtrs. Contractor shall make his own arrangement to take it further to the site/ boundary wall for welding purpose at his cost. However the electricity consumed for the execution will be free. Contractor shall take all necessary safety precautions in carrying electrical

power as the campus has a residential colony and kids play around.

10

TECHNICAL SPECIFICATIONS

1. Contractor will thoroughly clean the existing M.S Channel (supporting grill) surfaces before starting welding with the Y-shape angle at no extra cost. Contractors quoted rates will include scrapping the paint, removing the rust and cleaning the surface of existing M.S Channel for welding work.

2. Detailed technical specification for fencing work with respect to materials &

workmanship and mode of measurements will be as per IS codes and CPWD

specifications, unless mentioned otherwise. For concertina coil fencing work, CPWD

clause 16.45 may be specifically referred to.

3. The approved quality, make &workmanship of work shall be maintained by the

Contractor throughout the work.. For any lapse / deficiency in this regard, a suitable

deduction shall be made from the contractor’s bill.

LIST OF APPROVED MAKES

1. Concertina coil: As per CPWD specns. (sample to be approved by

IUAC)

2. Structural Steel : SAIL, Rana, Mahavir, Capital, Jindal, Kamdhenu

3. RBT wires: As per CPWD specns. (sample to be approved by

IUAC)

4. Paint : Shalimar, Asian, Garware, Jenson & Nicholson ,ICI, Berger, Nerolac.

11

12

13

Check List

S.No

Particulars

Yes/No (Bidder to tick Yes/No )

Envelope 1 -Technical Bid (Part A)

1 EMD of Rs. 19600 in shape of D.D in favour of ‘IUAC’ Yes/No

2 Company /Firm covering letter Yes/No

3 EPF,ESI Registration . Yes/No

4 PAN No, TIN /VAT No., Service Tax Reg. No Yes/No

5 Copies of work order and completion certificates of works of similar nature

Yes/No

6 Entire NIT (except Price bid) ,other paper duly signed & stamped

Yes/No

7 Packet marked as Technical Bid (Part A) & sealed Yes/No

Envelope 2-Price Bid (Part B)

8 BOQ (with quoted rate and amount of every item) Yes/No

9 Each page signed & stamped by bidder Yes/No

10 Packet marked as Price Bid (Part B)& sealed Yes/No

Envelope 3- Complete Tender (Part A+Part B)

11 Sealed envelopes contain two Parts separately, i.e. “Technical bid” (Part-A) and “Price bid” (Part-B).

Yes/No

12 Envelope super-scribing NIT No, name of work, due date for opening, bidders name & address.

Yes/No

Declaration by the Tenderer :

This is to certify that I/We before signing this tender have read and fully understood all the terms and

conditions contained herein and undertake myself/ourselves to abide by them. I/We also undertake that

we have not been banned or blacklisted by any Govt. Deptt. upto submission of this tender.

(Signature of Tenderer with seal)-

Name& Designation -

Address (With Phone No )-

Note:- Entire NIT (except price bid) is to be attached with ‘Technical bid (Part-A)”

duly signed & stamped by the bidder

14

PRICE BID

{ To be kept in Envelope 2 - Price Bid ( Part B) }

NIT No.- IUAC/NIT/15 /MKG/1977 / 2014-15

15

Bill of Quantities

S.N

.

Description of work Unit Qty. Rate

(Rs.)

Amount

(Rs.) 1. P/F Y-shaped angle of size 50x50x5 over

existing boundary wall grill of IUAC for fixing

concertina wire coil and horizontal wires as

shown in sketch no.SK-1/2015(2sheets)

enclosed herewith including cutting, hoisting,

welding in position and including applying

approved steel primer with 3 coats of PU

enamel paint of approved make and shade.

Kg. 4350

2. Providing and fixing concertina coil

fencing with punched tape concertina coil

600 mm dia 10 metre openable length (

total length 90 m), having 50 nos rounds

per 6 metre length, spring core wire (2.5

mm thick)of high tensile strength

of165kg/sq. mm with tape (0.52mm thick)

and weight 43.478 gm/metre and fixing

the same with existing Y-shape dangle iron

placed 2mapartand with 6 horizontal R.B.T.

(Reinforced Barbed Tape)wire, stud tied

with G.I.staple sand G.I.clips to retain

horizontal, including necessary bolts , all

complete as per direction of Engineer-in-

charge.

Note-1) Total height of boundary wall including

concertina coil fencing w i l l b e a b o u t 1 0 f e e t

f r o m g r o u n d l e v e l ( h i g h e r o f l e v e l o n

b o t h s i d e s )

2 ) C ost of M.S. angle(Y –shape)shall be paid

separately in item no. 1

R.M. 1100

3 P/F RBT (Reinforced barbed tape)horizontal wires between vertical portion of existing Y-shaped angles with G.I staples and G.I clips to retain horizontal including making necessary cuts/holes in the supporting angles .

R.M. 5500

TOTAL

(Signature of tenderer with seal)

Name& Designation