Documente Academic
Documente Profesional
Documente Cultură
e-PRE-QUALIFICATION DOCUMENT
Sub: Construction of RCC pedestals for PP- ETP effluent pipe lines, providing
semi circular Pre-cast covers and allied civil works at NRG, BARC,
Trombay
NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015
Definitions
Following terms/ phrases wherever indicated in the notice, tender document mean as under:
Sr
Terms/ Phrases
No.
1
Department
Tendering office
Bidder/Agency /Applicant
5
5a
5b
The proprietor.
5c
Similar works
Cost of work
Assessment period
10
Year
Contents
Sr
No.
1
Contents
Notice Inviting e-Tender for Pre-qualification (PQ)
Letter of Transmittal
10
11
Form G- Details of technical & administrative personnel to be employed for the work
12
Form H- Details of construction plant & equipment likely to be used in carrying out
the work
ii
Government of India
Bhabha Atomic Research Centre
Nuclear Recycle Group
(iv)
Estimated Cost
` 680.00 Lakhs.
(v)
Earnest
Money :
Deposit (EMD)
(i)
Name of Work
(ii)
Site of work
(iii)
` 13.60 Lakhs.
Earnest Money shall be submitted at the time of submission
of tender comprising of Technical bid (Part A) and Financial
bid (Part B).
Earnest Money to be submitted in the form of Fixed Deposit
Receipt of a Scheduled Bank / Demand Draft of a
Scheduled Bank / Bankers cheque of a Scheduled Bank,
issued in favour of Accounts Officer, BARC, Mumbai.
Cheques for EMD will not be accepted.
A part of Earnest Money is acceptable in the form of Bank
Guarantee also. In such case minimum 50% of the Earnest
Money or ` 20.00 Lakhs (Rupees Twenty Lakhs only),
whichever is less shall be in the form prescribed above and
balance can be accepted in the form of Bank Guarantee
issued by a Scheduled Bank as per Appendix A of Tender.
Tenders which are not accompanied with Earnest Money
deposit shall be summarily rejected.
(v)
Period of completion
(vi)
Bidding procedure
(vii)
Stipulated dates of
tendering activities.
Cost
of
tender
document
Tender
Processing
Fee
(viii)
(ix)
3 (Three) similar works each of value not less than ` 272.00 Lakhs
or
2 (Two) similar works each of value not less than ` 408.00 Lakhs
or
1 (one) similar work of value not less than ` 544.00 Lakhs
and
ii) at least one work of any nature either part of above works or separate one of
value not less than ` 272.00 Lakhs should have been completed in Central
Government / State Government / Public Sector Undertaking of Central or State
Governments / Central Autonomous bodies.
The similar works should have been executed in India.
d. Bidder should be a registered firm in India. Only Indian tenderers are allowed to
participate. Joint Ventures and/or Consortium are not allowed.
e. The bidding capacity of the bidder should be equal to or more than the estimated cost of
this Tender work. The bidding capacity shall be worked out by the following formula:
2
Bidding Capacity = [ A x N x 2 ] B
Where,
A = Maximum value of construction works executed in any one year during the last five
years taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of work for which bids have been invited.
B= Value of existing commitments and ongoing works to be completed during the period
of completion of work of this tender indicated in para 1.
e. Average Annual Financial Turnover of the bidder on construction works should be at least
` 680.00 Lakhs during last 3 years ending 31st March 2015. This should be duly audited
by a registered Chartered Accountant
f. Should not have incurred any loss in more than two years during last five years ending
31st March 2015.
2.2 (i) Similar Works means Construction of RCC structures, providing pre cast
slabs, structural steel fabrication works
(ii) Cost of work shall mean gross value of the completed work including increased
scope of work, extra items and the cost of materials supplied by the client but excluding
those supplied free of cost. The value of executed works shall be brought to the current
costing level by enhancing the actual value of work at simple interest of 7 % per annum,
calculated from the date of completion to last date for request for purchase / download
for PQ tender document as indicated in Annexure-1.
(iii) Assessment period means the last 7 (Seven) years ending on the last day of the
month previous to the one in which the tenders are invited.
3. How to Participate in PQ tender?
To participate in the tender, Prospective Bidders are required to download all the excel
and word format of Prequalification Bid containing the following after Login in the
Home page of the website www.tenderwizard.com/DAE with their User ID / Password
& Class III Digital Signature Certificate.
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Letter of transmittal
Form A- Financial information
Form B- Form of bankers Certificate from a Scheduled Bank
Form C- Details of all works of similar class completed
Form D- Projects under execution or awarded
Form E- Performance report of works referred to in Form C & D for
similar qualifying works Scanned copy to be uploaded.
(vii) Form F- Structure & organization
(viii) Form G- Details of technical & administrative personnel to be employed for
the work
(ix)
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
ii.
iii.
The Technical Committee will inspect the bidders ongoing / completed work sites &
offices and facilities. The bidders eligibility related documents shall be examined and
verified.
iv.
The bidders qualifying the initial criteria as set out above will be evaluated for
following criteria by scoring method on the basis of details furnished by them and the
inspection report submitted by Technical Committee.
Sl.
No
Criteria
Maximum
Marks
(a)
20
(b)
20
(c)
20
15
Quality
(e)
10
(f)
15
TOTAL
100
To pre-qualify, the bidders must obtain at least Fifty per cent marks in each criterion and
Sixty per cent marks in aggregate. The Department however reserves the right to verify
the particulars furnished by the bidder independently and reject any bids without assigning
any reason and to restrict the list of pre-qualified contractors to any number deemed suitable
in case too many bids are received satisfying the basic Pre-Qualification criteria. The PQ will
be evaluated as per the marking system given below.
9.
(a)
(b)
Marks
Evaluation
Financial Strength
20
16
20
(i)
(ii)
(e)
If TOR =
Score
Maximum
Marks 20
1.00
2.00
3.00
>3.50
20
15
10
10
20
-5
20
10
(d)
20
Performance on works
Time Over -Run
15
15 marks
(ii) Good
10 marks
(iii) Fair
5 marks
(iv) Poor
0 marks
10
Graduate Engineer
Attributes
Marks
Supervisor/Foreman
(f)
Evaluation
1 marks for each up to maximum 3
marks
15
(vi) Excavator
12.2 Particulars of completed works and performance of the bidder duly authenticated
/certified by an officer not below the rank of Executive engineer or equivalent should be
uploaded for each work completed or in progress (in Form " E" )
Name & Postal Address, including Telephone, Fax Number, E-mail address,
etc.
Copies of original documents defining the legal status, place of Registration
and principal places of business.
Names & addresses of the Directors and Officers to be concerned with the
work, with designation of individuals authorized to act for the organization.
Information on any litigation in which the bidder was involved during the last
seven years, including any current litigation.
Authorisation for employer to seek detailed references.
Number of Technical & Administrative Employees in parent company,
subsidiary company and how these would be involved in this work (in Form
G)
18.1
18.2
Pre bid meeting for Technical bid (Part A) and Financial bid (Part B).
A meeting will be held on the date indicated in Annexure -1 at tendering office with
bidders participating in Post-qualification e-tender, to provide clarifications (if any) on
any issues relevant to this tender. The bidders shall submit their queries in writing to
the tendering office within period indicated in Annexure -1. The minutes of this
meeting shall be issued and same shall also be the integral part of tender document.
The bidders shall intimate to the tendering office the name of their authorised
representative to participate in this meeting at least two days before stipulated date
of meeting. Minutes of this meeting shall be considered to be acceptable by the
bidders who even fail to attend the meeting.
18.3
18.4
i.
ii.
18.7
18.8
19.
The competent authority reserves the right to cancel any or all tenders or to allot part
of works to different agencies without incurring any liability to this department and
without assigning any reason thereof.
20. General:a. Letter of transmittal and forms for Pre-qualification for the eligible category are given
in subsequent paras.
b. All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. Even if no information is to be provided in a column, a
Nil or no such case entry should be made in that column. If any particulars
/queries are not applicable in case of the bidder, it should be stated as Not
Applicable. The bidders may please note that giving incomplete/ unclear information
called for in the tender forms, or making any change in the prescribed forms, or
deliberately suppressing any information, may result in disqualification of the bidder
summarily.
c. References, information and certificates from the respective clients certifying
suitability, technical knowhow or capability of the bidder should be signed by an
officer not below the rank of Scientific Officer/F or Engineer in Charge..
d. The bidder may furnish any additional information, which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is,
however, advised not to furnish superfluous information. No information shall be
entertained after submission of pre-qualification document unless it is called for by
the Employer.
e. Any information furnished by the bidder found to be incorrect either immediately or at
a later date, would render him liable to be debarred from tendering/taking up of work
in this Department.
f.
Prospective bidders may request for clarification of the project requirements and prequalification documents. Any clarification given by the Employer will be forwarded to
all those agencies who have purchased the pre-qualification document.
public media like Press, Radio, TV or Internet without the prior written approval of
BARC.
h. Work shall be executed according to General Conditions of Contract, Special
Instructions to tenderers, Specifications, Drawings, Schedule of Quantities etc. of
BARC, which will be enclosed in tender documents.
i.
21.
22.
23.
Site Visit
The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings by himself, collect all information that he considers necessary for
proper assessment of the prospective assignment. He may contact Office of Head,
TDD/ Director, Nuclear Recycle Group, BARC at 022 25591011, 022 25592175 for
fixing appointment prior to visit the site.
The employer reserves the right, without being liable for any damages or obligation
or inform the bidder to:
24.2
Any effort on the part of the bidder or his agent to exercise or to pressurise the
employer would result in rejection of his bid. Canvassing of any kind is strictly
prohibited.
25. Instructions:
1. The bidder should be registered with www.tenderwizard.com/DAE. Those bidder not
registered on the website mentioned above, are required to get registered. If needed,
they can be imparted training for online bidding process as per details available on the
website.
2. The intending bidder must have valid class-III digital signature for Request for purchase /
Download of Tender Document (excel / word formats).
3. Contractor must ensure to fill data for each item. The column meant for filling data in
figures appears in YELLOW colour and the moment data is entered, it turns SKY BLUE.
4. List of Documents to be scanned from original & uploaded within the period of bid
submission by bidder:
i.
ii.
iii.
iv.
v.
a.
b.
c.
d.
e.
vi.
vii.
Letter of transmittal
Financial Turn Over certified by CA Form A.
Profit & Loss statement certified by CA - Form A
Form of Bankers Certificate - Form B
Certificates:
Registration certificate, if any
Certificates of Work Experience / Performance Certificates
Certificate of Registration for Sales Tax / VAT / WCT
TIN Registration Certificate
PAN (Permanent Account Number) Registration
Form E- Performance report of works referred to in form C & D.
Affidavit as mentioned in Para 3.
Notes:
1. Registered contractors can only purchase/download & submit/upload tenders after paying
requisite fees.
2. Interested agencies may visit website www.tenderwizard.com/DAE for registration.
3. Contact for assistance/ clarifications
(022) 25591011/25592175
Fax: (022) 25505185
4. Contact for assistance for registration and participation in e-Tendering:
a) Shri Rudresh : 09969395522 or email : twhelpdesk231@gmail.com
12
b)
c)
5. In case difference between wordings of English and Hindi version of NIT, the
English version will prevail.
Head, TDD
Nuclear Recycle Group
Bhabha Atomic Research Centre, Trombay
For and on behalf of President of India
13
Annexure -1
3
4
5
6
7
10
11
12
13
14
Refer
Dates and time
Para
From
To
No.
From 18.05.2015 (10:00 Hrs.) to 05.06.2015 (15:00
Dates for Request for purchase /
3
Download of PQ Tender Document
Hrs.) on website www.tenderwizard.com /DAE.
(excel / word formats)
Detailed NIT is also available on website
www.barc.gov.in for view only
a) Date of Pre-bid clarification / queries.
4
The contractors are requested to send their Pre-bid
queries by email not later than 11.06.2015.
b) Pre-bid meeting & mandatory site 4,5 18.06.2015 The Pre-Bid clarifications will be sent to
all contractors by email on 25.06.2015
visit
02.07.2015 (15:00 Hrs.)
Last date and time of closing of online
6
submission of PQ tenders
On or before 03.07.2015 (15:00 Hrs.) at North Gate
Last date for submission of original
1
documents and Receipt of e-payment
to Head, TDD, Nuclear Recycle Group, BARC,
Trombay, Mumbai 400085 in a sealed super scribed
towards Tender Processing Fee.
envelope mentioning name of work and NIT Number.
Original documents should be submitted preferably
in person. However documents sent by post or
courier will also be considered provided the same is
received within due date & time.
06.07.2015 (14:30 Hrs.)
Date and time of online opening of PQ
7
Tender
Intimation to pre qualified bidders *
17 10.08.2015
Dates for Request for purchase / 18 From 17.08.2015 (10:00 Hrs.) to 04.09.2015 (15:00
Hrs.) on website www.tenderwizard.com /DAE.
Download of Post-qualification e-tender
Document (excel / word formats)
consisting of Technical Bid (Part A)
and Financial Bid (Part B) *
Date of Pre-bid clarification / queries *
18 The contractors are requested to send their Pre-bid
queries by email not later than 10.09.2015 The PreBid clarifications will be sent to all contractors by
email on 14.09.2015
Last date and time of closing of online 18 21.09.2015 (15:00 Hrs.)
submission of Post-qualification etender * (Technical Bid and Financial
Bid)
Last date for submission of original 18 22.09.2015 (15:00 Hrs.)
documents towards cost of Tender
Document, Receipt of e-payment
towards Tender Processing Fee and
EMD. *
Date and time of online opening of Part 18 23.09.2015 (14:30 Hrs.)
A*
Date and time of opening of Part B of 18.6 26.10.2015 (14:30 Hrs.)
qualified bidders*
Issue of Work order *
18.7 01.01.2016
Return of EMD to unsuccessful bidders 18.8 02.01.2016 ( or earlier as per deptt guidelines)
*
Note1: In case of any of the dates falls on a holiday of BARC then next working day shall be
considered for the same
Note2: * Indicates the dates are tentative which shall be confirmed during tendering
activities.
14
lines, providing semi circular pre cast covers and allied civil works at NRG, BARC, Trombay.
Salient features of work:
15
Note: The above work is required to be carried out as per the drawings supplied by the
department; however, bar-bending schedules, designing & detailing of
staging/shuttering schemes/drawings, fabrication/shop drawings are required to be
prepared by the contractor and submitted to the Engineer-in-Charge of BARC for prior
approval before procurement of materials and execution of works.
The project involves the following works as given under:
Civil works:
i)
Excavation in Soil / Rock by manual labour and using Mechanised equipments where
ever permitted by department for RCC pedestals and other civil works without disturbing
existing concrete pedestals and services etc.
ii) PCC & RCC works in foundation, footings, columns of RCC Pedestals, chambers, pre
cast slabs and shrouds ( semi circular covers) etc. The RCC shall have form finished
surface and contractor has to take this into account in his shuttering design and layouts.
No plastering is envisaged on the surface of RCC works.
iii) Structural Steel fabrication & Erection works
iv) Casting and placing of precast cover slabs, and shrouds.
v) Providing and laying NP2 grade RCC hume pipes below ground where ever road
crossing takes place and misc civil works viz: construction of RR masonry walls, chain
link fencing, disposal of removed old Pre cast concrete covers and slabs, disposal of
surplus soil etc.
16
Section III
Information regarding Eligibility
(to Be submitted by the bidder)
LETTER OF TRANSMITTAL
From:
(Name and Address of the Applicant)
To,
Director
Nuclear Recycle Group
1. I/We hereby certify that all the statements made and information supplied in the enclosed forms A to
H and accompanying statements are true and correct.
2. I/We have furnished all information and details necessary for pre -qualification and have no further
pertinent information to supply.
3. I/We submit the requisite certified solvency certificate and authorise the Director, Nuclear Recycle
Group, BARC to approach the Bank issuing the solvency certificate to confirm the correctness thereof.
I/we also authorise BARC officials to approach individuals, employers, firms and corporation to verify our
competence and general reputation.
4. I/We have enclosed the required affidavit to meet the requirement specified in para 3.1.3 of the Notice
Inviting Tender.
5. I/We submit the following certificates in support of our suitability, technical knowhow and capability for
having successfully completed the following works:
Sl. No.
Name of work
Certified by
17
6. I/We have added additional pages duly signed and numbered sequentially from _______ to_________
and attached at the end of the PQ document.
7. I/We enclose ____ numbers of sealed covers super scribed with name of the bidder, tender No., name
of work, Sr. No. of the cover, name of the certificate it contains, etc for the following certificates:
Sl. No.
Nature of Certificate
Issued by
Enclosures:
Date of Submission:
Signature(s) of bidder(s)
18
FORM A
FINANCIAL INFORMATION
I. Financial Analysis -Details to be furnished duly supported by figures in balance sheet/profit and
loss account for the last five years duly certified by the Chartered Accountant, as submitted by the
applicant to the Income Tax Department (copies to be attached).
Particulars
2010-11
Financial year
2012-13
2013-14
2011-12
2014-15
i) Gross Annual
turnover on
construction work
Rupees (In Lakhs)
ii) Profit/Loss
Rupees (In
Lakhs)
Loss figures shall be
prefixed with (-)
19
This is to certify that to the best of our knowledge and information that M/s. / Shri
................................................................................................... (with address), a customer of
our bank are / is respectable and can be treated as good for any engagement up to a limit of
Rs. ......................................... (Rupees .....................................).
This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.
(Signature)
For the Bank
NOTE:
1)
Bankers certificates should be on letter head of the Bank, sealed in cover addressed
to tendering authority.
2)
20
FORM C
DETAILS OF ALL SIMILAR WORKS COMPLETED IN ALL RESPECTS DURING THE
LAST SEVEN YEARS ENDING ON THE LAST DAY OF THE MONTH APRIL 2015
Sl. Name of
No. work
/project
and
location
Owner
or
sponsoring
organisation
Cost of Date
of Stipulated Actual
work
commencement date
of date
of
Rupees as per contract completion completion
(in
Lakhs)
Litigation
/arbitration
cases
pending
/in
progress
with
details*
8
10
2
3
4
5
* Indicate gross amount claimed and amount awarded by the Arbitrator.
Notes:
a. Applicant may submit separate form for giving details of work (completed) for each
year to fill up the details as above. Separate sheets if any shall be numbered in
sequence.
b. The scanned copies of the work orders for each work along with completion certificate
shall be given.
c. Certified that the above list of works is complete and no work has been left-out and
the information given is correct to my knowledge and belief.
Signature of bidder(s)
21
FORM D
PROJECTS UNDER EXECUTION OR AWARDED
Sl. Name of Owner
No. work
or
/project sponsand
oring
location organisation
Cost of Date
of
work
commencement
Rupees as per contract
(in
Lakhs)
Stipulated
date
of
completio
n
Up to date
percentage
progress of
work
Slow
Name
& Remarks
progres Address /
s if any Phone No.
and
of officer to
reasons whom
thereof reference
may
be
made.
8
10
2
3
4
5
Certified that the above information is complete and no work has been left out and the
information given is correct to my knowledge & belief.
Signature of bidder(s)
22
FORM 'E'
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C" & FORM "D"
(Separate certificate for each work/ Project)
1. Name of work/Project & Location:
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Date of start
6. Date of completion
i).
Stipulated date of completion
ii).
Actual date of completion
iii).
Present position of work, if in progress
7. Amount of compensation levied for delayed completion, if any.
8. Amount of reduced rate items, if any
9. Performance Report.
i).
Quality of work
Very Good/Good/Fair/Poor
ii).
Financial soundness
Very Good/Good/Fair/Poor
iii).
Technical Proficiency
Very Good/Good/Fair/Poor
iv).
Resourcefulness
Very Good/Good/Fair/Poor
v).
General behavior
Very Good/Good/Fair/Poor
vi).
Time Consciousness
Very Good/Good/Fair/Poor
Dated:
Note: Performance report of the contractor to be obtained by him from client / EE in a sealed
cover and enclosed with PQ document.
23
FORM 'F'
STRUCTURE & ORGANISATION
1. Name & Postal Address of the bidder
2. Telephone No./Telex No./Fax No.
3. Legal status of the bidder (Please tick and attach attested copies of original document
defining the legal status)
(a) An individual; (b) A proprietary firm; (c) A firm in partnership
(d) A limited company or Corporation
4. Particulars of registration with various Government bodies (attach attested photocopy)
Dept./Organisation & Place of registration
Registration No.
1.
2.
5. Names and Titles of Director & Officers with designation proposed to be concerned with
this work
6. Designation of individuals authorised to act for the organization
7. Was the bidder ever required to suspend construction for a period of more than six
months continuously after you commenced the construction? If so, give the name of the
project and reasons of suspension of work.
8. Has the bidder or any constituent partner in case of partnership firm, ever abandoned the
awarded work before its completion? If so, give name of the project and reasons for
abandonment.
9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred
/ black listed for tendering in any organisation at any time? If so give details.
10. Has the bidder, or any constituent partner in case of partnership firm , ever been
convicted by a court of law? If so, give details.
11. In which fields of Engineering construction the bidder has specialisation and interest?
12. Any other information considered necessary but not included above.
24
FORM 'G'
DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR
THE WORK
Sl.
No.
Designation
Total
number
Number Name
available
for
this
work
Qualifications Professional
experience
and details
of
work
carried out
How
Remarks
these
would be
involved
in
this
work
25
FORM 'H'
DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN
CARRYING OUT THIS WORK
Sl. Name
No. Plant
of
1. Earth
equipment
moving
a. Excavators(various
sizes)
b. Dumpers
2. Equipment for concrete
work
1. Concrete batching
Plant
2. Concrete Pump
a. with Placer Boom
b. with Stationary
3. Concrete transit mixer
4. Concrete
mixer
(diesel)
5. Concrete
mixer
(electrical)
6. Needle
vibrator(electrical)
7. Needle
vibrator(petrol)
8. Needle
vibrator
(elect/petrol)
9. Curing
pumps
(various capacities)
3. Equipment for building
work
1. Bar bending machine
2. Bar cutting machine
3. Drilling machine
4. Welding generators
5. Welding transformers
6. M.S.pipes
7. Steel shuttering
8. Steel scaffolding
4. Testing Equipments for
1. Cube Testing
2. Sieve analysis
26
10
11
3. Ultrasonic test
4. Silt test
5. Micron gauger
6. Moisture Metre
7. Any other..
8.
5. Equipment
work
for
road
1. Road rollers
2. Bitumen
paver
finishers
3. Hot mix plant / Wet
mix Plant
4. Spreaders
5. Grader
6. Dozer
7. Earth rammers
8. Vibratory road rollers
6. Equipment
transportation
for
1. Tippers
2. Trucks
3. Water tankers
7. Pneumatic equipment
1. Air
compressors
(diesel)
2. Air Compressors (
Elect)
8. Dewatering equipment
1. Pump (diesel)
2. Pump (electric)
9. Power equipment
10. Any
other
plants/equipments
Like Tower crane, etc.
27