Sunteți pe pagina 1din 30

Government of India

Department of Atomic Energy


BHABHA ATOMIC RESEARCH CENTRE
Nuclear Recycle Group

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

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

Deemed meaning unless stated otherwise

Competent authority / Employer

Means the President of India, acting through the


Director, Nuclear Recycle Group, Bhabha Atomic
Research Centre, Trombay, Mumbai- 400085

Tendering office

Office of the Head, TDD, Nuclear Recycle Group,


Bhabha Atomic Research Centre, Trombay,
Mumbai 400 085

Bidder/Agency /Applicant

Proprietary firm, Firm in Partnership/ Limited


Company or Private or corporation interested in
the subject tender work

5
5a

Authorised signatory of bidder/


Applicant
If the bidder is an individual

The individual himself/ herself

5b

If the bidder is a proprietary firm

The proprietor.

5c

If the bidder is a firm in partnership

All partners of the firm or

Bhabha Atomic Research Centre/ Department of


Atomic Energy/ Government of India

a partner holding power of attorney for the firm


5d
6

If the bidder is a company or


corporation
Authorised representative of bidder

a person holding power of attorney for the firm

Similar works

Defined in para 2.2(i) of this tender notice.

Cost of work

Defined in para 2.2 (ii) of this tender notice.

Assessment period

Defined in para 2.2 (iii) of this tender notice.

10

Year

Financial Year unless stated otherwise.

A person holding a letter from authorised


signatory of the firm to represent in a meeting/
discussion.

Contents
Sr
No.
1

Contents
Notice Inviting e-Tender for Pre-qualification (PQ)

Annexure -1: Stipulated date of tendering activities

General description of the tender work

Letter of Transmittal

Form A- Financial information

Form B- Form of Bankers Certificate

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

10

Form F- Structure & Organization

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

WIP Building, Trombay


Mumbai 400 085
NOTICE INVITING e-TENDER FOR PREQUALIFICATION (PQ)
TENDER NOTICE No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015
On line Prequalification tenders are hereby invited through e-Tendering mode on behalf of
the President of India by Head, TDD, Nuclear Recycle Group, Bhabha Atomic Research
Centre, Trombay, Mumbai-400 085 for the following work from eligible contractors on
approved list of CPWD, MES, Railways, State PWDs, Public Sector Undertakings of Central
or State Governments / Central Autonomous bodies or those having adequate experience
and capabilities to execute similar works of such magnitude in Department of Atomic Energy
(DAE)..
1. Brief Particulars of Work
:

Construction of RCC pedestals for PP- ETP effluent pipe


lines, providing semi circular pre cast covers and allied civil
works at NRG, BARC, Trombay.
PP-ETP, BARC, Trombay, Mumbai- 400085

Brief Scope of Work

Construction of Reinforced Cement Concrete Pedestals,


including other Civil works etc., in accordance with the
tender specifications.

(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

24 (Twenty Four) calendar months including monsoon


period.

(vi)

Bidding procedure

(vii)

Stipulated dates of
tendering activities.
Cost
of
tender
document
Tender
Processing
Fee

(viii)
(ix)

Three bid procedure


1. Prequalification bid (PQ).
2. Technical bid (Part A).
3. Financial bid (Part B).
Part A and Part B document shall be made available online
to the bidders who qualify prequalification bid evaluation by
calling Post-qualification e-tender.
Part B of the bidders shall be opened only if their Part A bid
qualifies.
Refer enclosed Annexure-1
Nil
` 5,618.00 by e-payment through electronic mode (Non-

returnable)in favour of M/s ITI Limited, New Delhi.

2. Initial Eligibility criteria for Prequalification.


2.1 The bidder should have the following:
a. Bank Solvency Certificate of a Nationalised Bank / Scheduled Bank for a minimum of
` 272.00 Lakhs and should not be older than one year from the date of opening of
technical bids.
b. The bidder should have experience of having successfully completed in all respects
during the last 7 (seven) years ending on the last day of the month previous to the one in
which the tenders are invited (based on Final completion certificates of performance by
the client)
c.
i)

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)

Form H- Details of construction plant & equipment likely to be used in


carrying out the work

Steps to download EXEL and WORD documents are following:

Click on UNAPPLIED button;


Click on REQUEST icon (blue colour),
Enter TENDER FEE DD Details.
Pay TENDER PROCESSING FEE online.
Click on SUBMIT button.
Click on IN PROGRESS button.
3

In status column bidder will find the tender is RECEIVED.


Bidder will be able to download required Tender Documents by clicking
EDIT ATTACHMENT icon for any number of times till last date of submission
Prospective bidders have to fill all the excel forms and upload the same without
renaming it. Please refer Help Manual for submission of Tender / contact Help Desk
as per NIT. Letter of Transmittal is to be copied on bidders letter head and scanned
copy has to be uploaded.
The bidders have to also upload an affidavit in the following format in ` 100/- Stamp
paper attested by a Public Notary.
I/ We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/We shall be debarred for
tendering in BARC Contracts in future forever. Also, if such a violation comes to
the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/ Performance
Guarantee.

4. Pre bid Meeting PQ


A meeting will be held on the stipulated date indicated in Annexure-1 at tendering office
with bidders, 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 stipulated period
indicated in Annexure-1. Written communication/queries for pre-bid meeting and other
communication can be sent by emails/soft copy on rbsastry@barc.gov.in with a copy to
shirolea@barc.gov.in, pdmani@barc.gov.in within the stipulated period indicated in
Annexure-1; however the bidder has to submit the hard copy of all the
communication/queries which shall form an integral part of tender document. 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.
5. Site Visit PQ :One site visit shall be conducted on stipulated date indicated in Annexure-1. Necessary
information for coordination of the visit will be intimated in pre bid meeting (para 4
above). The bidders shall bear the cost of their own visit.
6. Preparation of PQ submittal.
Following information shall be prepared and uploaded by the bidders as part of PQ
submittal.
i.

Form A- Financial information

ii.

Form B- Form of Bankers Certificate

iii.

Form C- Details of all works of similar class completed

iv.

Form D- Projects under execution or awarded

v.

Form E- Performance report of works referred to in form C & D

vi.

Form F- Structure & organisation

vii.

Form G- Details of technical & administrative personnel to be employed for the


work

viii.

Form H- Details of construction plant & equipment likely to be used in carrying


out the work.
4

ix.

Scanned copies of documents as mentioned in Para 25, Sub Para 4.

7. Opening of Prequalification bid (PQ)


The PQ bid shall be opened on the stipulated date and time indicated in Annexure-1. On
opening date, the bidders can login and see the status of Bids after opening.
8. Evaluation of bidders for Pre Qualification:
i.

The criteria prescribed in Para 2 above in respect of experience of similar works


completed, bidding capacity and financial turn over etc. will first be scrutinised in
detail and the bidders initial eligibility for pre-qualification for the work shall be
determined.

ii.

A Technical Committee of experts shall be constituted by Competent Authority for


evaluation of PQ bids.

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)

Financial Strength (FORM A and B)

20

(b)

Experience in Similar nature of work during last seven


years (FORM C)

20

(c)

Performance on works (FORM E)

20

Time Over run


(d)

Performance on works (FORM E)

15

Quality
(e)

Personnel and Establishment (FORM G)

10

(f)

Plant & Equipment (FORM H)

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.

MARKING SYSTEM FOR PQ:


9.1

Contractors meeting Pre-Qualification Criteria for Participation will be


evaluated for the following criteria:
Attributes

(a)

(b)

Marks

Evaluation

Financial Strength

20

(i) Average Annual Turnover

16

(ii) Solvency Certificate

(i)60% marks for minimum eligibility


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

Experience in Similar nature work


during last seven years

20

(i)

60% marks for minimum


eligibility criteria

(ii)

100% marks for twice the


minimum eligibility criteria or
more

In between (i) & (ii) on pro-rata basis


(c)

(e)

If TOR =

Score

Maximum
Marks 20

1.00

2.00

3.00

>3.50

(i) Without levy of compensation

20

15

10

10

(ii) With levy of compensation

20

-5

(iii) Levy of compensation not decided

20

10

Calculation for points

(d)

20

Performance on works
Time Over -Run

TOR = AT/ST, where AT=Actual Time;


ST= Stipulated Time Note: Marks for
values in between the stages indicated
above is to be determined by straight
line variation basis
Performance on works- Quality

15

(i) Very Good

15 marks

(ii) Good

10 marks

(iii) Fair

5 marks

(iv) Poor

0 marks

Personnel & Establishment

10

Marks will be given based on proposal


submitted in Form G

Graduate Engineer

3 marks for each

Diploma holder engineer

2 marks for each up to maximum 4


marks
6

Attributes

Marks

Supervisor/Foreman

(f)

Evaluation
1 marks for each up to maximum 3
marks

Plant and Equipment

15

(i) Hopper Mixer

1 mark for each up to max. 2 marks

(ii) Truck/Tippers/ Transit mixer

1 mark for each up to max. 2 marks

(iii) Steel Shuttering

(v) Building Hoist

2 marks for each 300 sq. m up to max. 8


marks
2 marks for each 1000 m2 up to max. 4
marks
1 mark for each up to max. 2 marks

(vi) Excavator

1 mark for each up to max. 2 marks

(vii) Batch mix plant

2 marks for each up to max. 4 marks

(viii) Vibrator /compactor

1 mark for each up to max. 2 marks

(ix) Special Equipment

2 marks for each up to max. 4 marks

(iv) Scaffolding Materials

10. Disqualification of PQ bids.


The Department however reserves the right to verify the particulars furnished by the
bidder independently and reject any bid 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. Even though a bidder may satisfy
the above requirements, the bidder may be liable to disqualification if the bidder has:
(a) Made misleading or false representation or deliberately suppressed the information
or not submitted sufficient information in the forms, statements and enclosures
required in the pre-qualification document.
(b) Record of poor performance such as abandoning work, not properly completing the
contract, or financial failures /weaknesses etc.

11. FINANCIAL INFORMATION


Bidder should furnish the following financial information:
Annual financial statement for the last five years (in Form A).
Solvency Certificate from bankers in the prescribed Form B
12. EXPERIENCE IN SIMILAR WORKS
12.1 Bidder should furnish the following:
(a) List of all works of similar class successfully completed during the last seven years (in
Form "C" )
(b) List of all the projects under execution or awarded (in Form "D").

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" )

13. ORGANISATION INFORMATION


Bidder is required to submit information in respect of his organisation (in Forms "F"
& "G").
(a)
(b)
(c)
(d)
(e)
(f)

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)

14. CONSTRUCTION PLANT & EQUIPMENT


Bidder should furnish the list of construction plant and equipment including steel
shuttering, centring and scaffolding likely to be used in carrying out the work (in
Form "H"). Details of any other plant & equipment required for the work (not
included in Form H and available with the bidder may also be indicated.
15. LETTER OF TRANSMITTAL
The bidder should upload the scanned copy of the letter of transmittal on bidders
letter head as per PQ document.
16. TENDER SUBMISSION
After evaluation of pre-qualification bids, a list of qualified agencies will be prepared.
Short listing of the bidders shall be done after thorough verification of their
credentials and inspection of similar works carried out/in progress by them, through
a Technical Committee of experts constituted by Director, Nuclear Recycle Group/
Head, TDD, NRG, BARC. Thereafter, procedures of subsequent tendering activities
are indicated in Annexure - I

17. Intimation of Prequalification evaluation result.


(a) The qualified bidders shall be intimated within stipulated date indicated in Annexure 1.
(b) The successful qualification of PQ bid or its result shall not bear any weightage
during evaluation of Technical bid (Part A). Acceptance of Technical bid (Part A) shall
solely depend upon the evaluation of the same.
(c) The bidders whose PQ bid does not qualify shall also be intimated.
18. Subsequent tendering procedures
Procedures of subsequent tendering activities are indicated in brief below. The detailed
terms and condition etc applicable shall be indicated in Technical bid (Part A) document.
8

18.1

Issue of Technical bid (Part A) and Financial bid (Part B).


Technical bid (Part A) and Financial Bid (Part B) document shall only be made
available online whose prequalification (PQ bid) qualifies, by calling Post-qualification
e-tender and during the period indicated in Annexure -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

Submission of Technical bid (Part A), Financial bid (Part B)


These bids shall be uploaded as given in NIT Tender Part A. The last date, time of
submission of these bids and opening of Part A bid shall be as indicated in
Annexure -1.

18.4
i.

Evaluation of Technical bids (Part A)


A Technical Committee of experts shall be constituted by Competent Authority, for
evaluation of technical bids (Part A).
The technical committee shall examine the Part A offers visa-a-viz tender
specification and requirement. If required, further inspection may also be carried out
by the technical committee to ascertain the conformity with respect to technical
specifications and requirements of Part A offer.

ii.

18.5 Intimation of Part A evaluation result


a. The Part A qualified bidders shall be intimated within stipulated date indicated in
Annexure -1.The date and time of Financial bid (Part B) opening shall also be
intimated to them by email.
b. The bidders whose Part A bid does not qualify shall also be intimated and their EMD
shall be refunded.
18.6

Opening of Financial bid (Part B)


The Financial bid (Part B) of Part A qualified bidders shall only be opened online on
the stipulated date and time indicated in Annexure -1.

18.7

Placement of Work order


Financial bid shall be evaluated and approved by the competent authority before
placement of work order to the successful bidder. The tentative date of placement of
work order is indicated in Annexure -1.

18.8

Return of EMD to unsuccessful bidders.


EMD of unsuccessful bidders shall be returned after placement of work order before
tentative date indicated in Annexure -1.

19.

Cancellation of tender by competent authority.


9

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.

g. Confidentiality Clauses: i) Confidentiality:


No party shall disclose any information to any Third party' concerning the matters
under this contract generally. In particular, any information identified as" Proprietary"
in nature by the disclosing party shall be kept strictly confidential by the receiving
party and shall not be disclosed to any third party without the prior written consent of
the original disclosing party.
This clause shall apply to the sub-contractors, consultants, advisors or the
employees engaged by a party with equal force.
ii) "Restricted information" categories under Section 18 of the Atomic Energy Act,
1962 and "Official Secrets" Under Section 5 of the Official Secrets Act, 1923:Any contravention of the above-mentioned provisions by any contractor, subcontractor, consultant, adviser or the employees of a contractor, will invite penal
consequences under the above said legislation.
iii). Prohibition against use of BARC's name without permission for publicity purposes
The contractor or Sub-contractor, consultant, adviser or the employees engaged by
the contractor shall not use BARC's name for any publicity purpose through any
10

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.

Authorised Signatory in Letter of Transmittal:


i. If the bidder is an individual, the letter shall be signed by him above his full name
and current address.
ii. If the bidder is a proprietary firm, the letter shall be signed by the proprietor
above his full name and full name of his firm with its current address.
iii. If the bidder is a firm in partnership, the letter shall be signed by all the partners
of the firm above their full names and current addresses or alternatively by a
partner holding power of attorney for the firm. In the latter case, a certified copy
of the power of attorney should accompany the letter. In both cases a certified
copy of the partnership deed and current address of all the partners of the firm
should accompany the letter.
iv. If the bidder is a limited company or corporation, the letter shall be signed by a
duly authorised person holding power of attorney for signing the letter
accompanied by a copy of the power of attorney. The bidder should also furnish
a copy of the Memorandum of Articles of Association duly attested by a Public
Notary.

21.

Final Decision Making Authority


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

22.

Particulars of work are Provisional


The particulars of the work given are provisional. These are liable to change and
shall be considered only as advance information to assist the bidder to apply for Prequalification for the proposed work.

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.

24. AWARD CRITERIA


24.1

The employer reserves the right, without being liable for any damages or obligation
or inform the bidder to:

a. Amend the scope and value of contract.


b. Reject any or all of the bids without assigning any reason.
11

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.

Note: During Prequalification evaluation missing/inadequate documents, if any, can


be asked by inspection committee for submission.

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)

Shri Atindra Joshi : 09665571896 or email : joshi.atindra@gmail.com


Tender Wizard Help Desk 080 40482000 (9am to 6pm Mon to Sat)

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

Stipulated dates of tendering activities


Sr.
No
1

3
4

5
6
7

10

11
12
13
14

Description of tendering activities

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

General Description of the Tender Work


The proposed tender work is the Construction of RCC pedestals for PP- ETP effluent pipe

lines, providing semi circular pre cast covers and allied civil works at NRG, BARC, Trombay.
Salient features of work:

The project involves construction of partly underground and aboveground Reinforced


Cement Concrete (RCC) Pedestals suitable for placing CS pipe lines, RCC Pre cast slabs,
semi circular Pre Cast shrouds (covers), structural steel work, misc. Civil works etc. Scope
of work is briefly described as below. Detailed drawings & specifications may be referred for
exact quantum of work.
Construction of Reinforced Cement Concrete Pedestals:
The scope of work in this item includes excavation of soil with proper shoring, de watering
arrangements, without disturbing existing pipe pedestals, murrum filling, stone soling, PCC,
reinforcement and casting RCC pedestals using approved form work as per specifications,
disposal of surplus soil to place shown by the department, installation of MS embedded
parts (EPs) etc. All the aforesaid works requires to be executed as per lines and levels as
per drawings and as per BARC tender specifications.
RCC Pre Cast Slabs and shrouds (semi circular covers):
Readymade RCC semi circular covers (shrouds) of required shape and size and Pre Cast
RCC slabs cast at site are to be placed in position over CS pipe lines at top and bottom
respectively. The work involves casting of RCC Slabs and semi circular covers as per
drawings, site instructions given by the Engineer in Charge and as per specifications. The
scope of work includes proper casting as per specifications, lifting, placement of precast
slabs and shrouds in position to cover the CS pipes etc. The work requires to be executed
with utmost precision with highest degree of accuracy as per BARC specifications.
Structural Steel fabrication Jobs:
Fabrication of structural steel bridges required for crossing drains, nallahs which come
across in the execution of work. These bridges and support structures, EPs are to be
fabricated as per drawings, designs approved by the department depending on the site
conditions and measurements. The scope of work includes providing approved structural
steel materials, testing, fabrication and placing in position as per drawings, designs and
specifications and as approved by the Engineer in Charge.
Construction of RCC inspection chambers and road crossing arrangement:
This job includes construction of RCC inspection chambers and providing and laying Np2
grade RCC hume pipes below roads, where ever road crossing takes place and jointing of
pipes etc as per drawings, designs and specifications and as directed by department.

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

Bhabha Atomic Research Centre


Trombay, Mumbai- 400085
Subject: NIT No.: BARC/NRG/CE&QAS/Civil/2015/08 dated 28.04.2015
Sir,
Having examined the details given in pre -qualification press Notice and pre-qualification document for the
above work, I/ We hereby submit the pre-qualification document and other relevant information.

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 (-)

II. Financial arrangements for carrying out the proposed work.

III. The following certificates are enclosed:


(a) Profit & Loss account statements duly certified by CA & as submitted to Income Tax
Department
(b) Solvency Certificate from bankers of applicant. Bankers certificates should be on letterhead
of the Bank. In case of partnership firm, certificate should include names of all partners as
recorded with the Bank as said in the Form B..
(c) .Value Added Tax Registration Certificate
(d) Permanent Account Number (PAN)

Signature of charted Accountant with seal


Signature of bidder(s)

19

FORM 'B '


FORM OF BANKERS CERTIFICATE FROM A SCHEDULED BANK

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)

In case of partnership firm, certificate should include names of all partners as


recorded with the Bank.

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

Name & Remarks


Address /
Phone
No.
of
officer to
whom
reference
may be
made.
9

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:

Executive Engineer or equivalent Officer


(responsible for the job on behalf of the project/job owner)

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.

Name and address of the authorized signatory


Signature(s) of bidder(s)

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

Name and address of the authorized signatory


Signature(s) of bidder(s)

25

FORM 'H'
DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN
CARRYING OUT THIS WORK
Sl. Name
No. Plant

of

Equipment/ Nos. Capa- Age Condition


Ownership status
Current Remarks
city
Location
or
Presently Leased To
be
Type
owned
purchased
&
make

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.

Name and address of the authorized signatory


Signature(s) of bidder(s)

27

S-ar putea să vă placă și