tender document & specificationsdairyvikasuttarakhand.org/uploads/files/shares/... · up of...
TRANSCRIPT
TENDER DOCUMENT &
SPECIFICATIONS
CONSTRUCTION OF AANCHAL MILK PARLOURS ACROSS DISTRICTS OF UTTARAKHAND
CONTRACTOR DETAILS
NAME - ………………………………………………………
PLACE-………………………………………………………..
EMAIL-……………………………………………………....
PHONE NO - ……………………………………………...
PAN-…………………………………………………………..
1
Contents
1. NOTICE INVITING BID ................................................................................................................. 3
2. OVERVIEW – ............................................................................................................................... 3
2. SCHEDULE OF DATES .................................................................................................................. 4
3. TENDER OVERVIEW .................................................................................................................... 4
4. GENERAL INSTRUCTIONS & SPECIAL CONDITION – ................................................................... 5
5. SAFETY CODE ............................................................................................................................10
6. SPECIAL TERMS & CONDITIONS OF CONTRACT .......................................................................11
7. QUALIFICATION CRITERIA – ......................................................................................................14
ANNEXURE-1 .............................................................................................................................16
ANNEXURE - II ...........................................................................................................................17
ANNEXURE - III ..........................................................................................................................18
ANNEXURE - IV ..........................................................................................................................19
ANNEXURE – V ..........................................................................................................................20
ANNEXURE – VI .........................................................................................................................22
ANNEXURE - VII .........................................................................................................................24
8. CHECKLIST .................................................................................................................................25
2
1. NOTICE INVITING BID
2. OVERVIEW –
The Dairy Development department of Uttarakhand works to promote the cooperative dairy
products in the state. The main objective of this department is to develop the system to
operate the demand, production and marketing of milk in the state.
In this context, NCDC (National Cooperative Dairy Corporation) has approved project to
strengthen cooperative dairy products under the Brand “Aanchal” in the State. Thus, setting
up of Aanchal Milk parlors has been proposed under the project in view of enhancing brand
image of local cooperative brand in the State. This tender document includes following two
scope of work;
SCOPE OF WORK 1 – Establishment of Aanchal Milk Parlors of size 8x8x9 ft. each across districts of the State.
SCOPE OF WORK 2 – Fabrication of shops to Aanchal Milk Parlor across districts of the State
3
2. SCHEDULE OF DATES
S. No Events Date
1 Availability of Tender Document Online 08.08.2020 at 4 PM
2 Last Date & Time for sale of Tender Bids 24.08.2020 up to 10:00 PM
3 Last Date & Time for Receipt of Tender Bids 24.08.2020 up to 4:00 PM
4 Time & Date of Opening of Tender- (a)Technical Bids 25.02.2020 at 3:00 PM
5 Time & Date of Opening of Tender- (a)Financial Bids 25.02.2020 at 3:00 PM
Project Director ( Dairy),
State ICDP, C/O Joint
Place of Opening of Tender Bids Director, Aanchal Dairy
Campus, Raipur Road,
6. Dehradun, 248001
3. TENDER OVERVIEW
Central Sector Integrated Scheme on Agricultural Cooperation (Dairy), NCDC invites contractors to send their quotes as per the following:
NAME OF CONSTRUCTION OF AANCHAL MILK PARLOURS ACROSS DISTRICTS OF
THE PROJECT UTTARAKHAND
SCOPE OF WORK 1. Construction of Aanchal Milk Parlors of Size 8x8x9 ft. each across
districts of Uttarakhand
2. Fabrication of shops to Aanchal Milk Parlors across districts of
Uttarakhand
ESTIMATED COST Rs. 24 Lakhs for 12 parlors
TIME LIMIT One months from seventh day of placement of PO
EARNEST MONEY Rs. 48,000 free of interest to be paid by Crossed Demand Draft from any
Nationalized Bank in favor of Project Director (Dairy), State ICDP, NCDC
payable at Dehradun.
TENDER FEES 2000 + GST (18%), Rs. 2360
TENDER PAPERS The tender document can be downloaded from www.ucdfaanchal.org/
www.dairyvikasuttarakhand.org
SUBMISSION The Tender papers duly filled in readable handwriting/ print along with
the Earnest Money shall be enclosed in sealed envelope and submitted
to:
Project Director (Dairy) , State ICDP, C/O Joint Director, Aanchal Dairy
Campus, Raipur Road, Dehradun latest by 24th August 2020 upto 4:00
PM
4
QUALIFICATION The Tenderer should have experience of handling project 50% of work
CRITERIA cost worth Rs. 12 Lakhs having sound technical staff, knowledge,
financial capability and skilled team. Emphasis shall be given to quality
& services rendered to the client.
DEFECT LIABILITY 6 months from the date of completion of project
PERIOD
DATE OF 7th day from the date of work order
COMMENCEMENT
PAYMENT TERMS Only against work done as approved by Dairy Department,
Uttarakhand, TDS shall be deducted as per govt. rules. 5% of the bill
amount will be retained from each bill towards defect liability and the
retained amount would be released after the defect liability period
subject to fulfilment of satisfactory completion of works.
SHEDULE OF
PAYMENT
DELIVERABLE PERCENTAGE
%
Mobilization advance against Bank Guarantee. 10%
On completion of structure work. 25%
On completion of External & Internal Boarding. 25%
On completion of Electrical & Paint work. 20%
On completion of Façade & Branding work. 10%
On completion of entire work as per scope of 5%
work/At the time of handover.
Bidders are requested to visit sites at Dehradun to have a clear understanding of the works,
before submitting quotations. Arrangement of water and electricity for construction works
shall be in the scope of the contractors. Project Director (Dairy), State ICDP, NCDC,
Uttarakhand reserves the right to accept or reject any or all bids, either in part or full,
without assigning any reason whatsoever.
Sd/-
Project Director (Dairy), State ICDP, NCDC, Uttarakhand
4. GENERAL INSTRUCTIONS & SPECIAL CONDITION –
1.
a) The tender form must be filled in English and all entries must be made by hand and written in ink. If any of the documents is missing or unsigned, the tender may be considered invalid.
b) Rates should be quoted both in figures and words in columns specified. AII erasures
and alterations made while filling the tender must attested by initials of the tenderer. Overwriting of figures is not permitted; failure to comply with either of these conditions will result in rejection of the tender. No advice of any change in rate or conditions after the opening of the tender will be entertained.
5
c) Each of the tender documents should be signed by the persons submitting the tender in token of his/their having acquires himself/ themselves with the General conditions of Contract, specifications, Special conditions, etc., as laid down. Any tender with any of the documents not so signed will be rejected.
d) The tender submitted on behalf of a firm shall be signed by all the partners of the firm
or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected.
2. The Department does not bind themselves to accept the lowest or any tender and reserves to the right to accept any tenders or reject any or all tenders in whole or in part, without assigning any reasons for doing so.
3.
a) Intending tenderer shall pay as earnest money worth Rs. 48000 by a D.D. from a Nationalized/Scheduled Bank. The earnest money will be returned to the tenderer if his tender is not accepted but without any interest.
b) Under no circumstances earnest money deposit will be accepted in the form of fixed
deposit receipts or Bank or Insurance guarantee or cheques.
4. The earnest money deposits paid by the successful tenderer while submitting his tender shall be held by the Department as a part of security for the execution and the fulfilment of the Contract. No interest shall be paid on the said deposit.
5. On receipt of intimation from the Department of the acceptance of his/their tenderer shall be bound to implement the contract and within fourteen days thereof the successful tenderer shall sign an agreement in accordance with the draft agreement and the Schedule of conditions.
6. The Contractor shall not assign the subcontract. He shall not sublet any portion of the
contract.
7. The contractor shall carry out all the work strictly in accordance with drawings, details and instruction of the department. If in the opinion of the department, changes have to be made in the designs and with the prior approval in writing of the Department they desire the Contractor to carry out the same, the Contractor shall carry out the same without any extra charges. The Department’s decision in such case shall be final and shall not be open to arbitration.
8. A schedule of probable quantities in respect of each work and specifications
accompany these special conditions. The schedule of probable quantities is liable to alternation by omissions, deduction or addition at the discretion of the Department. Each tender should contain not only the rates but also the value of each item of work entered in a separate column and all the items should be totalled in order to show the aggregate values of the entire tender.
10. The tenderer must obtain for himself on his own responsibility and at his own expense all the information which may be necessary into a contract and must examine the
6
drawings and must inspect the site of the work and acquaint himself with all local conditions, means of access to the work, nature of the work and all matters pertaining thereto.
11. The contractor should note that unless otherwise stated, the tender is strictly on item rate basis and his attention is drawn to the fact that rates for each ever item should be correct, workable and self-supporting. The quantities in the scheduled of quantities approximately indicate the total extent of work but may vary to any extent and may even be omitted thus altering the aggregate value of the contract. No claim shall be entertained on this account.
12. Tenders will be considered only from recognized bonafide contractors in the trade concerned. Each tenderer shall submit with his tender a list of large works of alike nature (Pre-fabricated construction work) he has executed giving details as to their magnitude and cost, the proportion of work done by the Contractors in the time within which the works were completed.
13. The rates quoted in the tender shall include all charges for clearing of site before
commencement as well as after completion, water, Electric consumption, meters, double scaffolding, centering, boxing, staging, planking, timbering and pumping out water
including baling, fencing, hoarding, plant and equipment, storage sheds, watching and
lighting, by night as well as day including Sundays and Holidays, temporary plumbing and
electric supply, protection of the public and safety of adjacent roads, streets, cellars,
vaults, ovens, pavements, walls, houses, buildings, and all other erections mattress of
things, and the contractor shall take down and remove any or all such centering, scaffolding, staging, planking, timbering, shrugging, shorting etc., as occasion shall require
or when ordered so to do and fully reinstate and make good all matters and things
disturbed during the execution of work and to the satisfaction of the Department. The
rates quoted shall be deemed to be for the finished work to be measured at site. The rates
shall also be firm and shall not be subject to exchange variations, labor conditions, fluctuations in railway freights or any conditions whatsoever. Tenderer must include in
their rates, sales tax, exercise duty, octroi and any other tax and duty of other levy levied
by the Central Government or any State Government of local authority, if applicable. No claim in respect of sales tax, excise duty, octroi or other tax or duty of levy whether the Department shall entertain existing of future.
14. Special attention of the tenderer is drawn to the alternatives items in Schedule of probable quantities, the rates and amounts for these alternative items shall be duly filled in and the tenderer is informed that his tender will not be considered unless the alternative rates are given for those items. The Department reserves to himself the right to adopt any of the alternatives, either in scrutinizing and deciding upon the tender later when the works are being executed.
15. Time allowed for carrying out the work mentioned in the memorandum shall be strictly observed by the contractor and it shall be reckoned as per the written order to commence the work is issued. The work shall throughout tile stipulated period of the contract preceded with all the due diligence and if the contractor fails to complete the
7
work within the specified period he shall be liable to pay compensation as defined in clause of the condition of contract. The tender shall before commencing work prepare a detail work programme which shall be approved by the department.
16. The contractor shall not be entitled to any compensation for loss suffered by him on account of delays in commencing of executing the work, whatever the cause of delays may be, including delays arising out of modification to the work entrusted to him or in any sub-contract connected therewith or delays in awarding contracts for other trades of the project or in commencement or completions of such works or in procuring Government controlled or other building materials or in obtaining water and power connections for execution purpose or for any other reason whatever and the Department shall not be liable for any claim in respect thereof. The Department does not accept liability for any sum besides the tender amount, subject to such variations as are provided for herein.
17. The successful tenderer is bound to carry out any items of the completion of the job even though such items are not included in the quantities and rates.
18. The contractor must bear in mind that all the work shall be carried out strictly in
accordance with the specification made by the department and also in compliance of the requirements of the local public authorities and no deviation on any account will be permitted.
19. Income tax shall be deducted at prevailing rate of Income tax from the contractor's bill
as per section 194 C the Income.
20. The Successful tenderer should make his arrangements to obtain all materials required for the work including cement and steel.
21. The rates quoted by the contractor shall include expenditure for providing all the water required for the work and the contractor shall make his own arrangements for the supply of good quality water, including obtaining Municipal connection for his labor as well as for construction purpose, and all charges for water for construction purposes or to bring water from outside by tankers, the Department shall not be liable to pay any charges in connection therewith. In case water is to be supplied by the owner, it will be supplied at one point near the work site. The contractor has to make his own arrangement for distribution/extension of lines required facilitating the work.
22. The rate quoted in the tender shall also include electric consumption charges for power. If no power is available at the site, a the contractor shall have to make his own arrangement to obtain power connection and maintain at his own expense, an efficient service of electric light and power and shall pay for the electricity consumed. The Department shall give all possible assistance to the Contractor to obtain the requisite permission for the various Authorities, but the responsibility for obtaining the same shall be that of the contractor. In case the owner supplies power at a point, the contractor will have to put an energy meter and lay distribution lines at his own cost. Electrical consumption charges will be borne by the contractor as per meter reading.
8
23. If no such facility is available at the site of work and if available and found inadequate, it shall be the responsibility of the contractor to make his own arrangement for obtaining water and power at his cost.
24. AII Municipal/ Panchayat fees for drainage and water connection for construction purpose shall be borne by the contractor and fees, if any, payable for permanent connections shall be initially paid by the contractor and the Department will reimburse the amount on production of receipts.
25. Electric supply connection fees for the permanent supply will be paid by the Department to the electric supply authority.
26. The contractor shall strictly comply with the provision of safety code annexed hereto.
27. The security deposit of the successful tenderer will be forfeited if he fails to comply with any of the conditions of the contract.
28. The contractors will be paid no advance for the cost of non-perishable building material brought to the site for consumption in works. Either the assessment of the cost of building materials shall be derived from the actual or from the tendered rate and the lesser of the two shall be considered for payment. The contractor shall give an undertaking for this payment in the Performa to be approved by Department if called upon to do so.
30. Wherever the basic rate is mentioned for the material to be used in the work, contractor should inform the Department before purchasing the materials at what rate he intends to purchase the materials and the Department reserves the right to purchase and issue the same material to the contractor.
31. DETERMINATION OF RESPONSIVENESS:
a) Prior to the financial evaluation of tenders, the Department will determine whether each tender is substantially responsive to the requirements of the Tender Documents.
b) For the purpose of this clause, a substantially responsive tender is one, which confirms
to all the terms and conditions and specifications of the Tender Document without material deviation or reservation.
c) A material deviation or reservation is one which affects in any substantial way the
scope, quality or performance of the work which limits in any substantial way, in consistent with the Tender Document, the Department's right of contractor's obligation under the contract and retention of which unfairly the competitive position or tenderers presentation substantially responsive tenders.
d) If a tender is not substantially responsive to the requirements of the Tender
Documents the owner may reject it.
32. Bidder must submit the offer in line with Bid stipulations without talking any deviation. However, in case, it becomes unavoidable and the Bidders seek some clarification
9
queries with respect to technical/commercial part as mentioned in the SCC. Bidder shall, however, note that no revision in quoted price shall be allowed; should the deviation stipulated by him are not accepted by the owner and are required to be withdrawn by the Bidder in favors of stipulation of the Tender Documents.
33. UNSOLICITED POST TENDER MODIFICATIONS:
Tenderers are advised to quote strictly as per terms and conditions of the Bid document and not to stipulate any deviations/exceptions. Once quoted, the Bidder shall not make technical/commercial clarifications sought on any deviations or exceptions mentioned in the bid. Any proposed price change is likely to render the bid liable for rejection.
35. Bidders must ensure that complete offer along with all details as sought are submitted as per Instruction to bidders.
36. Tenderer must quote rates for all items including items where quantity is not
mentioned for qualification (J-civil works).
37. All the running bills of the project must be prepared in exact order/sequence of the price
bid with the same reference code and number as well as geometrical sketch if necessary for easy and speedy checking of the bill. Bills except this style will not be accepted.
38. Rate for Extra Items shall generally be derived from the rates already available in the schedule. Where it is not possible, the rates shall be mutually agreed upon and the contractor shall furnish a detailed analysis of the rate claimed by him.
39. Any misprinting or confusion in tender must be brought of the department notice before quoting the rates.
40. Quantities of item like tree cutting, Dismantling, Area grading and leveling etc. are unknown hence rates shall be paid as agreed upon.
41. It shall be deemed that by submitting the proposal, the applicant has acknowledged
and accepted the risk of inadequacy, error or mistake in the information provided in this tender documents furnished on behalf of the client.
5. SAFETY CODE
1. There shall be maintained in a readily accessible first aid appliances including adequate supply of sterilized dressing and cotton wool. 2. Any injured person shall be taken to a public hospital for necessary hospitalization by the contractor. 3. Suitable and strong scaffoldings should be provided for working for all works that cannot be done from ground.
10
4. No portable single ladder shall be over 8 metre length. The width between the side rails shall not be less than 30 com and the distance between two adjacent runs shall not be more than 30 com. When a ladder is used an extra labour work shall be engaged for holding the ladder. 5. Every opening in the floor of a building / in a working platform be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one metre. 6. The excavated material shall not be placed within 1.5 metres of the edge of the trench. All trenches and excavations shall be provided with necessary fencing and lighting. 7. No floor, roof or other part of the structure shall be so overloaded with debris or materials so as to render it unsafe. 8. Workers employed on mixing and handling of materials such as asphalt, cement mortar or concrete and lime mortar shall be provided with protective footwear and rubber hand gloves. 9. Those engaged in welding works shall be provided with welder’s protective eye shields and gloves. 10. No paint containing lead or products shall be used except in the form of paste or readymade paint. 11. The contractor shall take all precautionary measures for the safety of the labourers as well as construction materials following all rules and regulations as per the Govt. of Uttarakhand or relevant state Govt. 12. Adequate fire safety extinguishing facility shall be kept ready on site at all times and insurance should be maintained.
6. SPECIAL TERMS & CONDITIONS OF CONTRACT
Name of Work: CONSTRUCTION OF AANCHAL MILK PARLOURS ACROSS DISTRICTS OF UTTARAKHAND
The tenders are invited in two bid system consisting of Technical bid and Financial bid in separate sealed envelopes. These two sealed envelopes will be kept in on sealed envelope bearing the name of work and name of the tenderer. It should be addressed to the Project Director (Dairy), State ICDP, C/O Joint Director, Aanchal Dairy Campus, Raipur Road, Dehradun.
1. Two Bid System: It consists of Two bids in separate sealed envelopes, super scribing name of work and name of the bidder on top of the envelop. Both the sealed envelopes should be kept & sealed in a bigger envelope bearing name of work and bidder. It consists of-
(a) BID-1: Technical Bid: It consists of EMD, Tender Document Fee, and Firm Registration Certificates in specified class for required work, GST Registration, required Work Experience Details/ Work Completion Certificates or any other documents mentioned in the tender bid.
(b) BID-2: Financial Bid: It consists of Rates quoted by the bidder. Rates quoted against scope of work should be quoted district wise.
11
Rates quoted in financial bid should remain unchanged for 1 year. 2. Please detach the BOQ sheets to fill the rates. After filling and signing the sheets, place it in a sealed cover (financial bid) and deposit it. The rates quoted should be inclusive of all prevailing taxes like GST etc. 3. Rates received through financial bid can be taken up separately as Annual Contract Rate for 1 Year for by the department. 4. Except BOQ sheets other pages of tender document should be removed and the entire filled & signed BOQ must be submitted. Failure to comply with this instruction may result in rejection of the tender. 5. All entries by the tenderer should be in one ink and should be written legibly, bearing the dated initials of the tenderer on each page of the tender. 6. The item rates should be given in the bill of quantities of the tender and the rates should be written by the tenderer both in figure as well as in words. In case of difference in the rates entered, the lower quoted rate, out of the two, shall only be considered. Rates of individual items of the works should be given in bill of quantities attached with tender papers. No percentage below/above rates is to be quoted. Quoting of percentages rates for different items of work will invalidate the tender. The tender shall be accepted on item rate basis and payments will be made on measured work basis for executed work.
7. Earnest Money Deposit: All bidders should deposit Rs. 48000 as earnest money (@2% of estimated cost) with the tender.
All tender bids should be accompanied by earnest money deposit either in the form of a Demand Draft drawn on any Scheduled Bank or Nationalized Bank in India, Term Deposit Receipt/ Fixed Deposit Receipt/NSC, Bankers Cheque issued by any Nationalized Indian Bank in favor of Project Director, State ICDP, NCDC, Uttarakhand, or in form of Bank Guarantee issued by any Nationalized Indian Bank or any first class Foreign Bank operating in India. In case of Bank Guarantee, it should be prepared as per the Performa attached with the tender form. In general, the validity of EMD should be 45 days more from the last date of validly of the tender, but the period may be extended as per requirements.
All bidders may note that EMD submitted in the form of a cheque will not be considered. Any tender bid which is not accompanied with the Earnest Money Deposit will be summarily rejected and no exemption shall be granted to any of the bidders in this regard.
EMD of unsuccessful bidders would be returned within 120 clear days from the date of opening of the tender bids. However, no interest shall be paid on EMD for the period during which it lies with the department.
7. Performance Security:-
The performance security shall be provided by the contractor to the department not later than the date specified in the letter of acceptance and shall be issued for an amount of 5% of the contracts price or the estimated cost of the work, whichever is higher, in the form acceptable to the department from reputable local banks including scheduled banks or nationalized banks acceptable to the department. The performance security shall be valid until the date of issuance of Completion Certificate. The Department may increase the performance security to a level sufficient to protect it against the possibility of financial loss, if the lowest evaluated bid is unbalanced. The amount of additional performance security shall be worked out as follows:-
12
(i) Up to 5% below the estimated cost - No additional performance security.
(ii) From 5% below to 15% below the estimated cost, an additional performance security of 0.5% of the estimated cost for every 1% below the estimated cost. (iii) For more than 15% below the estimated cost, an additional performance security of 1% of the estimated amount for every 1% below the estimated cost.
Note:-
1- The performance security and Additional performance security as applicable shall be refundable to the contractor after satisfactory completion of the works and after the payment of the final bill.
2- The performance security deposit will be governed as per G.O. No: 6447/III (2)/11-20(Sa0)/11 dated 02.01.2013 or as per amended by government of Uttarakhand from time to time.
8. Security Deposit/Retention Money:
To ensure due performance of the contract, the department/society shall retain from each payment due to the contractor an amount of 5% of the bill amount, subject to a maximum of 5% of the contract price until the defects Liability period has passed and the Engineer has certified that all Defects notified by the Engineer to the contractor before the end of his period have been corrected. The defects Liability period shall be 24 months from the date of Completion of the contract. However no interest shall be paid to the contractor on this security deposit, in case of non-compliance with any of the terms and conditions of this contract by the contractor, this security deposit or part of it, is liable to be forfeited by the department/ society.
9. Work Guarantee Period: The work guarantee period will be 24 (Twenty four) months from the date of the completion of the work in all respect. The work will be handed over to the milk union/ user by the department on prescribed format after its completion in all respect. The Security Deposit/Retention Money will be released to the contractor after successful completion of the work guarantee period. Any defects, if arise, in this period the contractor will be responsible to rectify the defects at his own cost. If he fails to do so, the department will be free to make the defects corrected at his cost & risk and the expenditure will be adjusted from this security. However no interest shall be paid to the contractor on this deposit, in case of any non-compliance with any of the terms and conditions of this contract by the contractor, this security deposit is liable to be forfeited by the department.
10. Liquidated Damages: The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date the site is handed over to the contractor. The work shall throughout the stipulated period of the contract be proceeded with all due diligence (time being deemed to be the essence of the contract on the part of contractor). If the contractor does not complete the work in stipulated time as per specifications, penalty will be imposed on him @ 0.5% of the contract value per week of delay subject to a maximum of 10% of the contract value.
11. Advance payment: Ordinarily, advances to contractors are prohibited and payment will be made only against the work actually done. However, exceptions may be permitted in a few
13
predefined uses only with the sanction of the competent authority. Some of these instances may include-
(a) Mobilization advance
(b) Advance against machinery equipment.
(c) Advance for accelerating progress of work.
A Bank Guarantee issued by any nationalized bank, in favor of Project Director, State ICDP, NCDC, Uttarakhand Dehradun, Aanchal Dairy Campus, Raipur Road, 248001 or adjustment of advance will be taken from the contractor to secure the repayment or adjustment of advance or advance payments can be made up to 75% cost of the building materials, against materials supplied at site by the contractor.
12. Registration of contractors: The contractor, participating in the tender, should be registered in A or B “Class and work” Limit suitable to execute mentioned work as per prevailing Uttarakhand Government rules. At present department have not registered any civil contractor. So, contractors registered for civil works with any approved government construction agencies/ public sector undertakings/organizations /departments of Uttarakhand Government and central government organizations/departments/public sector organizations/Institutions will be eligible to participate in the tender. The registration class has been defined as per G.O. no.: 1197/111(2)/07-75(General)/2000 Dated 26.02.2014, issued to PWD Uttarakhand. It categorize the registration class as below-
Class Work limit Class Work limit
Class - A Up to any work cost
Class - B Up to Rs. 2.00 Crores work cost
Class - C Up to Rs. 1.00 Crores work cost
Class - D Up to Rs. 50.00 Lakhs work cost
13. Payments: Payments will be made to the contractors on the basis of stages of the work being done at site and as per the approval by the department/ society.
7. QUALIFICATION CRITERIA –
(Self-attested copy of the documents to be submitted by the contractor in the technical bid.)
1. Work Experience: Work Experience: (a) Experience on similar works executed i.e prefabricated construction work during the last 7 years in the State Uttarakhand with government departments.
(b) The bidder should have completed at least one similar nature of work amounting 25% of the work value in one year, during the last 3 years in the State Uttarakhand.
14
2. Turn Over : The contractors annual work turnover should not be less than the 50% of work/contract value, at least for one year in last 5(five) years.
3. Registration: Registration for Building work with specified
Departments/Organizations/Class/Type of Registration to fulfill the eligibility criteria. 4. GST Registration Certificate. 5. Photo Copy of the PAN CARD showing PAN NO. 6. EMD deposited in original. No old EMD, submitted earlier for any/same tender will
be considered. 7. Tender Fee deposited in original. No old Tender Fee, submitted earlier for same
tender will be considered. 8. Tender Acceptance letter- The bidder should submit tender acceptance letter on his
letter pad. This should state that-
“I have read carefully all the terms and conditions of the tender document and agree with them. If I fail to comply any of the terms and conditions of the tender document, I will be responsible for any action taken by the Office of the Joint Director/ Liasion Office, Dairy Development Department, Uttarakhand Dehradun, against me, according to the mentioned bid conditions.”
9. Solvency Certificate - The applicant should furnish solvency certificate for the
purpose of the above work for an amount equal to 40% of the tender value. 10. EPF – The applicant should furnish self-attested copy of Registration under EPFO.
11. MSME Registration certificate.
“I have read carefully all the terms and conditions of the tender document and agree with them. If I fail to comply any of the terms and conditions of the tender document, I will be responsible for any action taken by the Project Director, State ICDP, NCDC, Uttarakhand Dehradun, against me, according to the mentioned bid conditions.”
NOTE – Location may vary depending upon the applications received by Office of the Project Director (Dairy), State ICDP, NCDC, Uttarakhand.
NOTE – In case applicant fails to submit above qualification criteria, will lead to disqualification in Technical Bid
15
ANNEXURE-1
(ON FIRM’S LETTERHEAD)
LETTER OF ACCEPTANCE
The Project Director,
State ICDP, NCDC,
Uttarakhand
I/we hereby accept the tender for construction of cattle shed of 50 Animals along with all its terms and conditions and thus hereunder submitting the requisite bio data / information / documentation for your consideration:
1 Name of the Applicant
2 Constitution Individual / Proprietorship /
Partnership Firm
3 Firm’s Details
a Address
b Phone No.
c Email
d Date of establishment
e Firm’s PAN / TAN
4 Names of proprietor / all partners (also
mention managing/key/senior partner)
5 Gross Income in last three years
6 Details of Branches, if any, contact Nos, of
branch, Name of the person-in-charge of the
branch.
7 Class/ Type of Registration of firm for
building work (A/B/C/D)
8 No. of years of Work Experience ( Please
mention)
9 EPF Registration certificate.
10 Solvency certificate.
11 MSME Registration certificate.
(Signature)
Name
Designation
Date:
Place:
16
ANNEXURE - II
UNDERTAKINGS/DECLARATION
a. I/We have gone through the tender document and scope of work mentioned therein and undertake that [strike out which is not applicable. I/we/none of our employees are ex-employees of your department. OR I/… of our partners/… of our employees was/were ex-employees of the department since last 3 years.
b. I/We do hereby solemnly declare and affirm that:
i. I/We have not been removed/dismissed from departments earlier,
ii. I/We have not been convicted of any offence and sentenced to a term of imprisonment, iii. I/We have not been found guilty of misconduct in professional capacity,
iv. I/We have not been convicted of an offence connected with any proceeding under the I.T. act 1961 &/or W.T. Act 1957 &/or G.T. Act 1958, v. I/We am/are not undischarged /insolvent(s), vi. There are no complaints against me/us, registered with CBI/SFIO/Police/Courts of law
vii. I/We have not been blacklisted/depanelled by any department/bank/company others in the past.
c. I/We solemnly declare that the information furnished above is complete and entirely true and Nothing has been concealed. I/We also affirm that terms & conditions of dairy development department, government of Uttarakhand relating to empanelment of manufacturers for establishing milking systems are acceptable to us and I/We also undertake to keep Dairy Development Department, Government of Uttarakhand informed of any events /happenings which would make me/us ineligible for empanelment / remaining empanelled.
d. Additional information, if any
For & on behalf of …………………………….. (Firm)
(Signature)
Name
Designation
Date:
Place:
17
ANNEXURE - III
FORM FOR DECLARATION OF SPECIFIED CLASS AS PER MENTIONED WORK
Name of contractor: _______________________________________
I/We hereby confirm that the firm is obliged for the mentioned type of work and category value.
I/We also noted that the above works is to be executed in Uttarakhand state.
S. No. Type of Work Nature of works Tick wherever
Category by Value required
A -Upto any amount
B – Upto Rs.2 Crore
1 Civil Works
C – Upto Rs. 1 Crore
D – Upto Rs. 50 Lakhs
18
ANNEXURE - IV
PROFORMA FOR FINANCIAL BID
SCOPE OF WORK 1 – Establishment of Aanchal Milk Parlors of size 8x8x9 ft. each across districts of the State.
S. Particulars Districts No of Parlors Rates Other Rates Rates
No. to be Quotation (Transportation Quoted
installed ( Per Parlor) etc.) (GST Incl.)
district wise
Dehradun 5
Establishment
Haridwar 2
1
of Aanchal
Pauri 2
Milk Parlors of Garhwal
size 8x8x9 ft.
Chamoli 1
each across
Uttarkashi 1
districts of the
Tehri 1
State.
TOTAL 12
SCOPE OF WORK 2 – Fabrication of shops to Aanchal Milk Parlor across districts of the State.
S. Particulars Districts No of Parlors Rates Other Rates Rates
No. to be Quotation ( (Transportation Quoted
installed Per Parlor) etc.) (GST Incl.)
district wise
Dehradun 5
Establishment
Haridwar 2
1
of Aanchal
Pauri 2
Milk Parlors Garhwal
of size 8x8x9
Chamoli 1
ft. each across
Uttarkashi 1
districts of the
Tehri 1
State.
TOTAL 12
Note: 1. Above mentioned financial bid should be as per technical specifications and drawings mentioned in the document under the scope of work. The tender should be thoroughly studied and examined the technical specifications, important instructions and general terms and conditions of the tender documents. 2. Above mentioned rates can be used as Annual Contract Rate for 1 year.
19
ANNEXURE – V
BOQ SHEET (SCOPE OF WORK – 1)
S. Description Qty Unit Rate Total Amt N. 1 PREFABRICATED-SUPER STRUCTURE FRAME WORK
Design, Fabrication and supply of prefabricated super structure-Made
of Readymade MS Tubular section of 50mmX50mmX1.6mm,with two
coats of metal antirust red oxide primer(as per approved design by
Engineer-in-charge) All material 250-300 MPA of Make Tata, Bhushan,
Apollo or similar. 430.00 KG 2 FILLER WALL: WALL STRUCTURE & DOOR STRUCTURE
Design, Fabrication and supply of Readymade / Fabricated Mild Steel
Sections. Walls to be made of readymade MS tubular sections of
50mmx50mmx1.6mm. All material 250-300 MPA of make Tata,
Bhushan,Shakti,Apollo or similar. All MS material properly coated
with weather proof paints for longer durability. 130.00 KG 3 FLOORING-CFB
Supply & Fixing of Cement Fibre Boards of 2400mmx1200mmx20mm
on the floor with Zip Screws of required sizes conforming to IS: 14862,
density 1200 kg/m3, MMOR(at EMC) 14 Mpa, thermal conductivity
0.14 W/mK, impact strength: minimum 5.8Kj/m3 and fire resistance
indices conforming to BS 476 Part 6. 8.90 Sqm 4 WALL CLADDING-EXTERNAL
Supply & Fixing of 3mm thick PVDF coated ACP sheet Make-
Alex,Alstone,Aludecor or similar, as per approved color by Engineer-
in-charge 22.29 Sqm 5 WALL CLADDING-INTERNAL
Supply and fixing of internal sheathing 2400mmx1200mmx12mm
boards conforming to IS: 14862, density 1200 kg/m3, MMOR(at EMC)
14 Mpa, thermal conductivity 0.14 W/mK, impact strength: minimum
5.8Kj/m3 and fire resistance indices conforming to BS 476 Part 6. 22.29 Sqm 6 ROOFING-SHEETS
Supply and installation of pre-coated galvanized iron profile sheets
(size, shape, and pitch of corrugation as approved by engineer in
charge) 0.50 mm +/- 5% total coated thickness (TCT) thick Zinc coating
@120gsm as per IS: 277 in 240 mpa steel grade, 5-7 microns epoxy
primer on both side of the sheet and polyester top coat 15-18 microns.
Sheet should have protective guard film of 25 microns minimum to
avoid scratches while transportation and should be supplied in single
length up to 12 meters or as desired by engineer in charge. The sheet
shall be fixed using self-drilling self-tapping screw of size (5.5 x 55mm)
with EPDM seal. Make- TATA,Bhushan,Jsw 9.30 Sqm CEILING CLADDING
7 Supply & Fixing of Cement Fibre Boards of 2400mmx1200mmx08mm
on the floor with Zip Screws of required sizes conforming to IS: 14862,
density 1200 kg/m3, MMOR(at EMC) 14 Mpa, thermal conductivity
0.14 W/mK, impact strength: minimum 5.8Kj/m3 and fire resistance
indices conforming to BS 476 Part 6. 5.95 Sqm CEILING-INSULATION
8 Insulation- supply of 12 mm thick bubble insulation layer followed by
roofing sheets. Make- Divine Thermal Wrap. 5.95 Sqm WALLS-INSULATION
20
9 Providing and fixing thermal insulation with Resin Bonded Fibre glass
wool conforming to IS: 8183 having density 24 kg/m3, 50 mm thick,
wrapped in 200G Virgin Polythene Bags fixed to wall with screw, rawel
plug & washers and held in position by criss crossing GI wire etc.
complete as per directions of Engineer-in-Charge. 18.58 Sqm
FLOORING-VITERFIED TILES
10 Supplying & Laying of vitrified floor tiles 600mmx600mm of make
Kajaria or Similar with Skirting 4" with water absorption rate less than
0.08% and conforming to IS : 15622 of approved make in all colors and
shades, laid on 40 mm thick cement mortar 1:4 (1 cement : 4 coarse
sand) complete as per direction of Engineer-in-Charge. 8.91
ROLLING SHUTTER
11 Rolling shutter of heavy duty size-2400mmx2100 mm as per the
approved design & color by Engineer-in-charge 5.20 Sqm
SERVICE WINDOW SLAB
12 Providing and fixing 18mm thick gang saw cut mirror polished (pre-
polished) machine cut for platform of similar location of required size
of approved shade color on over 20mm thick base of cement mortar
1:4 (I cement: 4 course) treated with white cement mixed with
matching pigments epoxy, curing molding and polishing to edge to
give high gloss at all levels. Granite stone of any color and shade area
of slab over 0.50 sqm. 1.48 Sqm
ELECTICAL WORK 1 Job
13 Electrical fittings-Conduct, wiring, switch, socket, led bulb, tube light
fan, and exhaust fan, complete in all respect as per approval by
Engineer-in-charge. 1 Job
DISPLAY CUBBOARD
Supply & installation of cubboad size 5ftx4ft-01nos & 4ftx4ft-02nos.
grid size 200mm made of both side prelaminated multilayer ply
board of 18mm thick ply board make century,green ply or
equivalent. 1 Job
14 RACK/SHELFS(UNDER SERVICE WINDOW COUNTER)
Supply & installation of 5ftx3ft shelf grid 1 Job
15 PAINT WORK
Providing and applying white cement based putty of average thickness
1 mm, of approved brand and manufacturer, over the plastered wall
surface to prepare the surface even and smooth complete. 1 Job
Plastic emulsion paint of approved brand and manufacture to give an
even shade. New work (two or more coats) over and including water
thinnable priming coats with cement primer. 1 Job
Enamel paint on shutter. 1 Job
16 Branding-
Supply & fixing 0f vinyl branding with eco solvent printing with proper
lamination as per approval from Engineer-in-charge. 22.5 Sqm
17 Façade-
Supply & fixing of façade-ACP sheet Façade on three sides as per
approval by Engineer-in-charge. 16.72 Sqm
18 Awning(Retractable)
Supply & installation of retractable awning of size 8ftx6ft with water
proof fabric as per the approval by Engineer-in-Charge. 4.45 Sqm
TOTAL
21
ANNEXURE – VI
BOQ SHEET (SCOPE OF WORK – 2)
S. Particulars: Specifications Quantity Unit Rate Total
N. Amount
1 PREFABRICATED FRAME WORK-WALL STRUCTURE
Design, Fabrication and supply of prefabricated wall
structure-Made of Readymade Aluminum Tubular
section of 50mmX25mmX2mm,(as per approved
design by Engineer-in-charge) 200.00 SQFT
2 WALL CLADDING-INTERNAL
Supply and fixing of internal sheathing
2400mmx1200mmx12mm boards conforming to IS:
14862, density 1200 kg/m3, MMOR(at EMC) 14 Mpa,
thermal conductivity 0.14 W/mK, impact strength:
minimum 5.8Kj/m3 and fire resistance indices
conforming to BS 476 Part 6. 200.00 SQFT
3 CEILING CLADDING
Supply and fixing of internal false ceiling with 64.00 SQFT
1800mmx1200mmx12.5mm GYPSUM boards with GI
frame work ,joints finished with gypsum compound &
fiber tapping.
4 FLOORING-VITERFIED TILES
Supplying & Laying of vitrified floor tiles
600mmx600mm of make Kajaria or Similar with
Skirting 4" with water absorption rate less than 0.08%
and conforming to IS : 15622 of approved make in all
colors and shades, laid on 40 mm thick cement mortar
1:4 (1 cement : 4 coarse sand) complete as per
direction of Engineer-in-Charge. 96.00 SQFT
5 SERVICE WINDOW SLAB/COUNTER
Providing and fixing 18mm thick gang saw cut mirror
polished (pre-polished) machine cut for platform of
similar location of required size of approved shade
color on over 20mm thick base of cement mortar 1:4
(I cement: 4 course) treated with white cement mixed
with matching pigments epoxy, curing molding and
polishing to edge to give high gloss at all levels.
Granite stone of any color and shade area of slab over
0.50 sqm. 16 SQFT
6 COUNTER
Laminated ply board 5ftX2ftx4ft.including shelfs 1 JOB
7 ELECTRICAL WORK
22
Electrical fittings-Conduct, wiring, switch, socket, led
bulb, tube light fan, and exhaust fan, complete in all
respect as per approval by Engineer-in-charge. 1 JOB
8 DISPLAY CUBBOARD-
Supply & installation of cubboad size 5ftx4ft-
1nos,4ftx4ft-02nos. grid size 200mm made of both
side prelaminated multilayer ply board of 18mm
thick ply board make century,green ply or equivalent 1 JOB
9 PAINT WORK-
Providing and applying white cement based putty of
average thickness 1 mm, of approved brand and
manufacturer, over the plastered wall surface to
prepare the surface even and smooth complete. 350 SQFT
Plastic emulsion paint of approved brand and
manufacture to give an even shade. New work (two or
more coats) over and including water thinnable
priming coats with cement primer. 350 SQFT
Enamel paint on shutter. 160 SQFT
10 Branding-
Vinyl branding with eco solvent printing with proper
lamination, as per drawing & size 242 SQFT
11 Façade-
Façade-ACP Façade on three sides 179 SQFT
12 Partition Wall for Store room with Door-
Frame Work with MS Structure
50MMX50MMX1.6MM With CFB board 12mm with
door and all hardwares. 100 SQFT
TOTAL
23
ANNEXURE - VII
LAYOUT OF THE AANCHAL MILK BOOTH/ KIOSK
24
8. CHECKLIST
1. Tender Document Fees 2. EMD Fees 3. Firm Registration Certificate in specified class of work (ANNEXURE- III) 4. Identity and address proof of the applicant firm 5. Copies of PAN/TAN Card of the applicant firm. 6. IT returns of last 3 financial years & Turnover certificate from Charted Accountant. 7. Work Experience Certificate - Copy of the proof that Contractors/ Firms should have executed
similar wok in the state of Uttarakhand within 3 past years. Full address of the site of work,
owner or authority under whom the work have been carried out should be given. 8. Copy of the Satisfactory Completion Certificate giving the value of work, year of completion as
a proof of the fact that the contractor/ agency have executed the work satisfactorily. 9. Declaration form for the proof that the firm/contractor is not blacklisted/ depanelled by
any govt. body/ company. (ANNEXURE –II) 10. Tender Acceptance Letter (ANNEXURE-I) 11. Financial Bid (ANNEXURE- IV) 12. BOQ Sheet (ANNEXURE V) 13. Solvency Certificate 14. EPF Registration Proof (Self Attested Copy) 15. MSME Certificate
****************
25
26