tender for construction of upper primary school muloni ... construction of school.pdf · brief...
TRANSCRIPT
Page 1 of 21
BARMER LIGNITE MINING COMPANY LIMITED
(NIT No - BLMCL/MD/JPR/15-16/008 Dated 05-May-2015)
Tender
for
Construction of Upper Primary School
at
Muloni Meghwalon Ki Dhani
in Village- Bothia Jagir,
Barmer, Rajasthan
Page 2 of 21
Office of the Associate Vice President,
Barmer Lignite Mining Company Limited,
B-13, 14, RIICO Industrial Area
Opposite Rajasthan State ware House
Barmer–344 001
Cost of Tender Document: Rs. 500/-
Contact Person at Barmer:
Mr. Amrendra Kumar AVP (Operations) Mobile: +91 80940 05350 Phone: +91-2982-221049 Fax: +91-2982-223659
Contact Person at Jaipur:
Mr. Nitesh Gangwal Company Secretary
Mobile: +91 99833 20648 Phone : +91-141-2369772
Fax : +91-141-2369774 E-mail: [email protected] E-mail: [email protected]
Page 3 of 21
Ref: BLMCL/MD/JPR/15-16/008 Date: 05-May-2015
Introduction
Barmer Lignite Mining Company Limited (BLMCL) was formed to carry out captive
mining at Kapurdi and Jalipa Mines for supply of lignite to the 8x135 MW power plant
at Barmer, Rajasthan. The Company has already been granted mining lease of
3223.511 Hectare for Kapurdi Mines.
Upper Primarychool, Muloni Meghwalon Ki Dhani is falling in our lease boundary and
the same needs to be shifted. The proposal moved by School Management
Committee (SMC) and the Sarpanch, Gram Panchayat, Kapurdi Education
department has issued the letter to shift the existing school at Muloni Meghwalon Ki
Dhani Vill- Bothia Jagir.
The company is therefore looking for reputed Civil Contractors having vast
knowledge, experience and credibility in Construction of Civil Building for Upper
Primary School in Muloni Meghwalon Ki Dhani at Vill- Bothia Jagir Barmer,
Rajasthan.
In this regard, sealed bids are invited from the reputed Civil Contractors having vast
knowledge, experience and credibility in Construction of Civil Buildings. The Junior
High School is to be constructed for Muloni Maghwalon Ki Dhani at Vill- Bothia Jagir,
Barmer, Rajasthan.
Page 4 of 21
Brief details of the tender are as under:
S. No. Name of work EMD (Rs.) Completion
Time
1. Construction of Upper Primary school as
per BOQ mentioned in Annexure–A.
2,00,000 270 Days
Tender document can be collected from the office of undersigned or from Jaipur
Office at Office No. 2 & 3, 7th Floor, Man Upasana Plaza, C-44, Sardar Patel
Marg, C-Scheme, Jaipur – 302001 on payment of Rs. 500/- only (Non-refundable)
through Demand Draft in favor of Barmer Lignite Mining Company Limited
payable at Jaipur, on any working day from 05-May-2015 to 02-Jun-2015 during
office hrs. from 9.30 AM to 6.00 PM. Bid documents is also available to prospective
bidders on portal http://blmcl.in/tenders.shtml for viewing and downloading. The
bidders downloading the bid from the portal will be required to deposit a bank draft of
Rs. 500/- drawn in favour of Barmer Lignite Mining Company Limited payable at
Jaipur.
The bidders, in their own interest are requested to read very carefully the bid
document before submitting their bid up to the time & date as specified below.
Bids would be submitted at our Jaipur Office, 2 & 3, 7th Floor, Man Upasana
Plaza, C-44, Sardar Patel Marg, C-Scheme, Jaipur–302001. The bids will be
received up to 3.30 PM of 03-Jun-2015 and opened on same day at 4.00 PM in
the Jaipur Office.
The Earnest Money Deposit should be deposited in the form of Bank draft drawn in
favour of Barmer Lignite Mining Company Limited payable at Jaipur along with
submission of Qualification Bid. Any offer, not accompanied with EMD will be
summarily rejected. Bid should be submitted in two parts i.e. Envelop-I & Envelop-II
duly super-scribed with NIT Nos. Envelop -I shall contain the Qualification Bid
(without price bid) along with other documents as mentioned hereinbelow while
Envelop-II shall contain only the Price Bid. Both envelops shall further be enclosed in
a single Envelop which will be super scribed with name and address of tenderer,
tender number and with date of opening.
Earnest Money Deposit:
The Earnest Money of Rs.2,00,000/- to be deposited shall not carry any interest and
shall be refunded to those bidders who do not qualify , after opening of price bid.
For the successful Bidder, the Earnest Money, unless otherwise adjusted or
appropriated in accordance with the terms hereof, shall be returned after completion
of one year from the date of successful commissioning of the project.
Page 5 of 21
Contents and submission of Bids:
Envelop No. I shall contain the following:
1. EMD
2. Copy of registration certificate with State/ Central Govt.
3. Attested copy of the articles of association/proprietary Certificate/partnership deed as applicable
4. Photo copy of power of Attorney/Board Resolution authorizing the person to represent the contractor.
5. Sales tax Registration Certificate/ TIN No.
6. Service tax Registration certificate
7. Copy of PAN and latest income tax return.
8. Certificate of un-conditionality of the Bid (As per Annexure–C on the letter
head of the bidder)
9. Proof of Experience as per the Bidder’s Qualification criteria mentioned below.
The bidder shall enclose the copies of earlier Work Orders, Completion
Certificates, and Bill Copies etc.
10. In case of downloading of tender from BLMCL portal, a bank draft of Rs. 500.00 drawn in favour of Barmer Lignite Mining Company Limited payable at Jaipur.
Envelope II shall contain the Price Bid only. Price bid should be submitted in the
proforma enclosed as Annexure-B.
Bidder’s Qualification Criteria:
The bidder must have in its own name successfully completed similar civil
construction work of buildings during last 3 years. Eligibility should be either of the
following:
(a) Three civil building constructions works each valuing not less than Rs. 30.00
Lacs.
OR
(b) Two civil building constructions works each valuing not less than Rs. 75.00 Lacs.
Page 6 of 21
Other Instructions to the Bidders:
1. All document enclosed in Part/Envelope-I must be legible, duly stamped with
their company/ firm seal and signed properly by the person authorized by the
contractor for submission of the bid.
2. Design and BOQ of the proposed work are given in Annexure–A.
3. Price Bids will be considered only in the prescribed form.
4. Bids not submitted in the prescribed format will be summarily rejected. Also,
bidders should refrain from providing the information which is not relevant.
5. All the communication / correspondence including the bid document
Part/Envelope–I (Qualification Bid) & Part/ Envelope –II (Price Bid) must be
signed and stamped on each page by the designated authorized
representative of the bidder failing which the bid will be summarily rejected.
6. BLMCL reserves the complete right to accept or reject all the offers without
assigning any reasons whatsoever.
7. No further discussion / interaction will be held with the bidders whose bids
have been disqualified / rejected by BLMCL.
8. In case, any dispute arises with regard to interpretation of any of the terms of
this document, the bids submitted or documents submitted with the bid; the
decision of the Managing Director, BLMCL will be final and binding upon the
bidders.
9. Interested bidders may obtain further information from the office of the
Associate Vice President, BLMCL, Barmer or from Jaipur Office of BLMCL, on
any working day from 05-May-2015 to 02-Jun-2015 between 9.30AM to
6.00PM.
10. Bid shall be kept valid for 90 days from the last date of submission of the bid.
Bid with validity for shorter period shall be liable for rejection. The bid shall be
a non-conditional bid and a certificate to the effect for unconditional validity of
the Bid in the form prescribed in ANNEXURE-C shall be signed and submitted
along with the Qualification bid.
11. The bidder shall ensure that bid is furnished / submitted strictly in the
prescribed manner.
12. Part/ Envelope-II, only of such bidders who qualify after opening of
Part/Envelope –I bids shall be opened. Part/ Envelope -II of bidders, who do
not qualify after opening of Part/ Envelope-I, shall not be opened under any
circumstances and will not be returned to the bidder(s).
Page 7 of 21
13. The Price Bid shall be inclusive of all applicable taxes, duties and/or any other
government levy that may be attracted in the work of construction of Upper
Primary School.
Page 8 of 21
CONTRACT TERMS
Effective Date of Contract:
Time is the essence of the contact and the effective date of contract shall be
the date of placing of the Work/Purchase Order by BLMCL
Scope of Work:
Construction of Upper Primary School as per BOQ mentioned in Annexure–A
Terms of Payment:
No advance shall be paid.
Monthly running Bills shall be raised by the Contractor after obtaining
certification of Acceptance from the representative authorized by BLMCL for
this purpose.
The payment against the running Bill shall be made up to 90% of the total
executed work, duly certified by the BLMCL authorized representative (after
deduction of income tax, Works Contract tax, other deductible taxes & duties
and 10% of contract value towards retention money wherever applicable)
within 30 days of submission of the duly certified Bill and balance may be paid
after completion and handover of the project.
Retention Money / Performance Bank Guarantee:
10% of the total contract value shall be retained from the Bill by BLMCL
against warranty for construction/ installation defects. The retention money
shall be released after one year of successful commissioning of the project.
Alternatively, the contractor may submit a Performance Bank Guarantee from
a Bank acceptable to BLMCL, valid for a period of one year from the date of
successful commissioning of the Project, equivalent to an amount of 10% of
the contract value, in the form prescribed at Annexure-D. In case such Bank
Guarantee is furnished, the retention amount shall be released by BLMCL.
Duties and Taxes
All prevalent and future taxes, duties & other government levies shall be to the
contractors account.
Liquidated Damages for Delay:
If the contractor fails to complete the work to the entire satisfaction of BLMCL
within 270 days from the effective date (or any such further period as may be
Page 9 of 21
permitted by BLMCL) due to reasons attributable to the Contractor, Liquidated
Damages equivalent to 0.5% of the contract price per week of delay or part
thereof (subject to a maximum of 5% of contract value) shall be levied, not by
way of penalty, but being a genuine pre-estimate of the loss occasioned by
such delay. The recovery of Liquidated Damages shall be made by making a
deduction from any of the amounts due or payable or refundable to the
Contractor by BLMCL.
Risk Purchase:
Time shall be the essence of the contract and if at any stage BLMCL is of the
opinion that delay is taking place or is likely to take place in the Construction
of Upper Primary School, BLMCL, without prejudice to any other right
available to it, shall be at liberty to have the work performed from another
agency entirely at the risk, cost and expenses (including incidental expenses)
of the Contractor. This shall be done by BLMCL at a negotiated rate and any
extra expenditure incurred on this account by BLMCL shall be recovered from
the Contractor. The recovery may be made, inter-alia from the EMD.
Indemnity:
The contractor shall indemnify and hold harmless BLMCL and its employees
and officers from and against any suits, actions, administrative proceedings,
claims, demands, losses, damages, costs and expenses of whatsoever
nature, including attorney’s fees and expenses, which BLMCL may suffer or
incur as a result of any breach of obligations; or any other action(s) by the
contractor or its employees in relation to the work.
Insurance:
Insurance of material during transit from manufacturer/ supplier to site and
during period of installation and commissioning shall be the responsibility of
the Contractor and the cost of the same shall be borne by the Contractor. Any
liability/loss of material due to theft etc. during the period of contract till
successful completion of the project shall entirely be the Contractor’s
responsibility.
Compliance of Applicable Laws:
The Contractor shall comply with the provisions of all applicable Laws,
governmental guidelines and directions including the provisions of The
Minimum Wages Act, The Workmen Compensation Act during execution of
the contract and shall be responsible for obtaining any license, registration or
other approval that may be required in connection with the Contract.
Page 10 of 21
No sub-contracting:
The Contractor shall not appoint a sub-contractor to perform the obligations
under the Contract, either in whole or in part, without the prior written consent
of BLMCL.
Arbitration:
In the event of any dispute(s)/difference(s)/claim(s) arising between the
Contractor and BLMCL relating to or arising out of the various terms,
conditions and obligations set forth in this Contract, the same shall be referred
for adjudication to a Sole Arbitrator to be appointed by the MD, BLMCL. The
Contractor expressly waives its right to question the appointment of the sole
arbitrator on the ground that the Appointing Authority is the MD of BLMCL.
The venue of arbitration shall be Jaipur.
Jurisdiction:
The competent court of Jaipur alone shall have exclusive jurisdiction to
entertain any application pertaining to the Arbitration proceedings in relation to
this Contract.
For Barmer Lignite Mining Company Limited
(Amrendra Kumar) AVP (Operations) Barmer Lignite Mining Company Limited B-13, 14, RIICO Industrial Area Opposite Rajasthan State ware House Barmer–344 001 Rajasthan
Page 11 of 21
Annexure-A
APPROXIMATE ESTIMATE OF PROPOSED SCHOOL
Sl No. DESCRIPTION UNIT QTY Rate(Rs)
1 Earthwork in excavation by mechanical means(hydraulic excavator)/manual means over areas(exceeding 30 cm in depth 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth, lead up to 50 m and lead up to 1.5 m, disposed earth to be levelled and neatly dressed all kinds of soil
CUM 520
2 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50m and lift up to 1.5m
CUM 350
3 Providing and laying in position cement concrete of specified grade excluding the cost of centring and shuttering- all work up to plinth level(1:2:4:-- 1 cement, 2 coarse sand, 4graded stone aggregate 40 mm nominal size
CUM 180
4 Providing and laying in position1:1:5:3 grade of reinforced cement concrete ,excluding the cost of centring ,shuttering, finishing and reinforcement
CUM 160
5 Providing and laying c rubble masonry with hard stone in foundation & plinth with cement mortar(1:6-- 1 cement and 6 coarse sand)
CUM 225
6 Brickwork with common burnt clay machine moulded perforated modular brick of class designation 12.5 conforming to IS:2222 in exposed brick work including making horizontal and vertical groves 10mm wide 12 mm deep complete in cement mortar 1:6 above plinth level up to slab level
CUM 230
Page 12 of 21
7 Centring and shuttering including strutting, propping etc and removal of form for foundations, footings, bases of columns, lintel beams, plinth beam cantilevers, slab etc.
SQ-M 1275
8 Providing and applying 12 mm thick. Cement plaster of mix 1:6 with curing, scaffolding etc as per requirements
SQ-M 1985
9 Distempering with oil bound washable distemper of approved brand and manufacture to given an even shade with two or more coats over and including water tenable primary coat with cement primer
SQ-M 1985
10 kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of slab, including rubbing and polishing complete with base of cement mortar 1:4 (1 cement:4 coarse sand) 25 mm thick.
SQ-M 625
11 Providing and fixing ISI marked flush door shutters with frame conforming to is:2202 (part-1) decorative type, core of block board constructions with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneer on both face of shutters with 35 mm thick including ISI marked stainless steel butt hinges with necessary screws.
SQ-M 60
12 Providing and fixing factory made ISI marked steel glazed doors, windows and ventilators, side/top/centre hung, with beading and all members such as F7D,F4B,K11Band K12B etc. complete of standard steel rolled section, joints mitred and flash butt welded and sash bars tended and riveted, including providing and fixing of hinges, pivots, including primary coat of steel primer- fixing with 15*3 mm lugs 10cm long embedded in cement concrete block 15*10*10 cm of cc1:3:6(1 cement:3 coarse sand:6 graded stone aggregates 20 mm nominal size)
SQ-M 59
Page 13 of 21
13 Providing and applying TMT bars(thermo-mechanically treated bars) steel reinforcement for R.C.C. works including straightening, cutting, bending, placing in position and binding etc all complete.
KG 14000
14 Providing and fixing fixtures like w.c.- orissa pan, bib cock, angle cock, flush cock, nahani trap, wash basin, urinals, etc with internal UPVC/CPVC pipes as per requirements of 15mm/20mm dia. Etc as per engineers in charges
LUMPSUM 2
15 Providing and constructing 2800mm * 3600mm* 3000mm deep brick masonry septic tank in 230 mm thick brick masonry at top and 350 mm bottom up to 750 mm height with 1:4 cement mortar having 200 mm thk concrete mat in 1:4;8 with 150 mm offsets beyond face of wall with 12 mm thk. internal plaster in 1:4 cement mortar and neat cement 150mm rcc slab M-25 cover slab plastered and cement rendered required sloping at bottom, suitable medium duty approved manhole cover with framing, ms rungs etc. complete including fixing of inlet and outlet pipes with provision of 3" vent pipe up to 1.8 m height , excavation and backfilling with sand etc. all complete including all labours, materials and equipment etc.
LUMPSUM 1
16 Making soak pit 2.5 m diameter 3.0 meter deep with 45*45 cm dry brick honey comb shaft with bricks and sw drain pipe 100 mm diameter, 1.8 meter long complete as per standard design with common burnt clay non modular bricks of class designation 7.5
LUMPSUM 1
Page 14 of 21
17 Construction brick masonry chamber with75 class designation bricks in cement mortar 1:4 (1 cement:4 coarse sand)CI cover with frame -light duty 455*610mm internal dimension, total weight of cover with frame should not less then 38 kg( weight of cover 23 kg and weight of cover 15 kg) RCC top slab mix with 1:2;4, foundation concrete 1:5:10, inside plastering with 12 mm thick. with cement mortor1:3 finishing smooth with a floating coat of neat cement on walls etc . complete as per standard design..
NO. 2
18 Providing, fixing, Installation and testing of approved quality and ISI brand Electrical fittings ( Fan= 45 Nos, Tube light(LED)= 55 Nos) in all the rooms including copper concealed wiring, distribution boxes, MCB/MCCB with proper thermal protection.
Lot 1
Total amount(Rs)
Page 15 of 21
Annexure–B
Price Bid
(On the letter head of the bidder)
The price bid will be quoted as below and will be enclosed in Envelop – II:
Tender No: BLMCL/MD/JPR/15-16/008 Dated: 05-May-2015 Name of Contractor/Bidder: __________________________________________ Address of Contractor/Bidder: ________________________________________ Contact No. of Contractor/Bidder: _____________________________________
Email Id of Contractor/Bidder: _________________________________________
Sl. No. Description Quoted price
(Rs.)
1. Construction of Upper Primary School as per BOQ mentioned in Annexure – A.
Note: Amount quoted to be inclusive of all prevalent and future taxes, duties & other
government levies
Signature of Bidder / Authorized Representative with Seal.
Page 16 of 21
Annexure-C
UNCONDITIONAL ACCEPTANCE
(On the letter head of the bidder)
We............................................ (Name of Contractor/Bidder) undertake to unconditionally submit our offer for the cited Tender Enquiry. We undertake to fully abide by the terms and conditions of the tender document.
Signature of Bidder / Authorized Representative with Seal.
Page 17 of 21
Annexure-E
Page 18 of 21
Page 19 of 21
Annexure-D
PERFORMANCE BANK GUARANTEE Irrevocable Bank Guarantee No. _____________ Date: With reference to Contract No. ___________________________Dated ____________(herein referred to as the Contract) between ______________, INDIA, (hereinafter referred to as the Purchaser) and __________, having its registered office at ____________________, India (hereinafter referred to as the Seller). We the undersigned bank, ____________________, India. (herein after referred to as Guarantor) an Indian nationalized bank at the request of the Seller, hereby open this irrevocable Guarantee No ______________, in favour of the Purchaser to the extent of Currency INR. ______________/- (Rupees _______________________ only) (the ‘Guarantee Amount’) payable at Jaipur. By this guarantee, we, ______________, India, (Bank name & address) hereby irrevocably and unconditionally guarantee and bind ourself, our successors and assign to pay to the Purchaser, its successors without recourse, notwithstanding any objection by the Seller, an amount up to INR._________/- (Rupees ________________________ only) immediately, without any right of set off or counterclaim and without demur or protest, and not withstanding any difference between the Purchaser and the Seller or any dispute or disputes raised/pending before any court, tribunal, arbitrator or any authority, on receipt of a letter signed by the representative of the Purchaser stating that the Seller has failed to fulfill his obligation in accordance with the terms of the Contract. The decision of the Purchaser whether or not the Seller has committed breach of the Contract shall be final, conclusive and binding upon the Guarantor and shall not under any circumstances whatsoever be questioned by the Guarantor.
Any demand for payment under this Guarantee shall be made on the Guarantor by the Purchaser in writing at _______________ (Bank name & address), India and shall be deemed to have been sufficiently made by the Purchaser if the writing containing the demand is sent to the Guarantor by registered post or courier to the address as aforesaid or sent to the Guarantor by hand delivery at such address and written acknowledgement obtained of such delivery. The obligations of the Guarantor hereunder are direct, immediate, primary obligations and liabilities and these obligations are absolute and unconditional. The Guarantor’s obligation to pay the guaranteed obligations under this Guarantee shall immediately arise upon the Purchaser demanding the payment of the monies by a notice in writing given to the Guarantor, requiring it to pay the guaranteed obligations. Any notice of demand for payment received by the bank from the purchaser within ___________ shall be considered and will be binding on the bank.
Page 20 of 21
As between the Guarantor and the Purchaser (but without affecting the Sellers’ obligations) the Guarantor shall be liable under this Guarantee as if it were the sole principal debtor. The Guarantor’s liability hereunder shall not be discharged nor shall its liability be affected by:
Any time, indulgence, waiver or consent at any time given by Purchaser to the Seller; or
Any amendment to the Contract; or
The making or the absence of any demand by the Purchaser on the Seller or any other person for payment; or
The enforcement or absence of enforcement of the Contract or of any security or indemnity.
The illegality, invalidity or unenforceability of or any defect in any provision of the Contract or of any of the Sellers obligations thereunder; or
The dissolution, amalgamation, reconstruction or reorganization or appointment of any Administrative Receiver of the Seller or the Guarantor. The Guarantor agrees and confirms that its obligation to make payment to Purchaser on demand hereunder and discharge of such obligation shall not be delayed or avoided by reason of any act or omission on the part of Purchaser. The Guarantor’s liability under this Deed of Guarantee is restricted to a sum of INR.______________/- (Rupees ___________________ only). We, the Guarantor, further undertake to extend the validity period of this Guarantee for any time or from time to time. In the event we fail to extend the validity period of this Guarantee for any reason, then we shall unconditionally accept the request for extension by the Purchaser as notice of invoking the Guarantee. We the Guarantor agree that the Purchaser shall be entitled at their option to enforce this guarantee against us as a principal debtor, in the first instance notwithstanding any other security or guarantee that it may have in relation to the Seller’s liabilities. The Guarantor agrees that the Courts at Jaipur alone shall have the exclusive jurisdiction in relation to any default under this Guarantee. We the Guarantor hereby agree not to revoke this guarantee or reduce the amount during its currency except with the previous consent in writing of the Purchaser. The Guarantor hereby declares that it has the power to issue this guarantee and the undersigned has full power to do so. This Guarantee shall be returned to the Guarantor within ________ after the validity date as mentioned below. If the Guarantor does not receive the bank guarantee within ________ after the validity date as mentioned below, it shall be deemed to be automatically cancelled.
Page 21 of 21
Notwithstanding anything contained herein before, the Guarantor’s maximum liability under this guarantee shall in no event exceed in aggregate Rs.__________/- (Rupees ___________________________ only) valid up to ___________ and is conditional upon claim being served up on us on or before _________ in writing failing which your right under the guarantee shall be forfeited and we shall be relieved and discharged of all our liabilities.
Date this............. day of ______________, 20_____