Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
GROUP - 5
ASHISH KUMAR SAXENA (CE18M031), CHILLUKUR GOWTHAM REDDY (CE18M032),
DEEPAK THAKUR (CE18M033), DEVENDRAN R (CE18M034), JISMITHA THOMAS (CE18M035)
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 264
1. A tender is invited for the work as mentioned in Appendix 'A’ to this NOTICE INVITING TENDER
(NIT)
1. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate, however,
is not a guarantee and is merely given as a rough guide and if the work cost more or less, a
tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in
aforesaid Appendix 'A’.
2. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in
accordance with the phasing, if any, indicated in the tender from the date of handing over site,
which will be on or about two weeks after the date of Acceptance of tender.
4. Normally contractors whose names are on the MES approved list for the area in which the work
lies, and within whose financial category the estimated amount would fall, may tender/bid but in
case of term contracts, contractors of categories SS to E may tender/bid. In case, where the tender
amount is in excess of the financial limit of the contractor and the Accepting officer decides to
accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional
security deposit as notified by the Accepting Officer in term of conditions of contract. Contractors
whose names are on the MES approved list of any MES Formation and who have deposited
standing security and have executed standing security bond may also tender/bid without depositing
Earnest money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder
is accepted, the contractor will be required to lodge with the Controller of Defence Accounts
concerned the amount of ‘Individual security deposit’ within thirty days of the receipt by him of
notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR
payment or from the first final bill. In the case of term/running contracts, remaining sum shall be
recovered from subsequent bill(s) of the contractor. Not more than one tender/bid shall be
submitted/uploaded by one contractor or one firm of contractors. Under no circumstances will a
father and his son(s) or other close relations who have business dealing with one another be
allowed to tender/bid for the same contract as separate competitors A breach of this condition will
render the tenders/bids of both the parties liable for rejection.
5. The Office of CE(AF) Bangalore will be the Accepting Officer here in after referred to as such
for purpose of the contract.
6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with
enlistment details/documents shall be uploaded as packet 1 /cover-1 (T bid) of the tender/bid on
e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of Q' bid
The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD
and shall not have any claim from Government whatsoever on this account.
6.1. Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in /eprocure.gov.in site for download and shall form part of contract agreement in
case the tender/bid is accepted.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 265
6.2 In Case of contractor who has not executed the Standing Security Bond, the Cover-1 shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit
at call receipt in favour of concerned GE (see Appendix 'A') by a scheduled Bank or in receipted
treasury Challan the amount being credited to the revenue deposit of the concerned GE (see
Appendix 'A’).
6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the
MES approved list of any MES formation and who has deposited standing security and executed
standing security Bond may bid without depositing earnest money along with the tender; but if the
Accepting officer accepts the tender/bid, the contractor will be required to lodge with the Controller
of Defence Accounts concerned the amount of 'Individual security deposit' within thirty days of the
receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered
from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining
sum shall be recovered from subsequent bill(s) of the contractor.
6.4 A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security
Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of
acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or
from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from
subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor
within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of
additional security deposit shall be recovered from such payment.
6.5 The GE(AF) Thanjavur will return the Earnest Money wherever applicable to all
unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its
refund, on production by the tenderer,bidder a certificate of the Accepting Officer that a bonafide
tender/bid was received and all documents were returned.
6.6 The GE(AF) Thanjavur will either return the Earnest Money to the successful
tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of
an appropriate amount of Security Deposit or will retain the same in part or full on account of
security deposit if such a transaction is feasible.
6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder at
the office of Accepting Officer and concerned GE during working hours.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 266
7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE
who is also the Executing Agency of the work (see appendix 'A'). The tenderers/bidders are
deemed to have full knowledge of all relevant documents, samples, site etc., whether they have
inspected them or not.
8. Any tender/bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.
9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and
has made himself aware of the scope and specification of work to be done and of the conditions
and rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.
10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates
(see appendix A') including amendments and errata thereto.
11. Invitation for e- tender does not constitute any guarantee for validation of T bid and subsequent
opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class,
merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the T bid and not
open the finance bid of any applicant/bidder. T bid validation shall be decided by the Accepting
Officer based on, inter alia, capability of the firm as per criteria given in Appx A' to this NIT. The
applicant contractor/bidder will be informed regarding nonvalidation of his T bid assigning reasons
thereof through the eprocuremes website. The applicant contractor/bidder if he so desires may
appeal to the next higher Engineer authority viz CESC Pune 411001 on email id
asstdircontceengrpl-mes@nic.in with copy to the Accepting Officer on email id
cezafb2-mes@nic.in before the scheduled date of opening of Finance Bid. The decision of the
Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not
be entitled for any compensation whatsoever for rejection of his bid.
12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking,
giving a price preference over other Tender(s)/bids which may be lower, as are admissible under
the Government Policy. No claim for any compensation or otherwise shall be admissible from such
tenderer/bidder whose tender/bid is rejected.
13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any
reason for not doing so.
14. This Notice Inviting Tender (NIT) including Appx ‘A’ shall form part of the contract.
(B) For other contractors The firms not enlisted with MES shall satisfy the following
criteria
(a) Residual capacity requirement as in Para 8 (C) (a)
below.
(b) They should meet enlistment criteria of ‘SS’ class
MES contractors & category a(i) , i.e. with regard to
having satisfactorily completed requisite value works,
Annual turnover, Solvency, working capital, immovable
property/fixed assets, T&P, Engineering establishment, no
recovery outstanding in any Govt Department, Police
verification/Passport etc. Enlistment criteria may be seen
in Para 1.4 and 1.5 of Section 1 of Part I of MES Manual on
Contracts - 2007 (Reprint 2012) as available in all MES
formations. These firms shall also submit copy of Police
verification from police authority of the area where the
registered office of the firm is located / notarized copy of
valid passport of proprietor/each partner/each Director.
(c) They should not carry adverse remarks in WLR/or
any other similar report of any authority.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.268
(C) For All Contractors (a) Applicants’ residual capacity as worked out by
following formula should be more than estimated cost of
work.
Residual capacity = (2 x A x N) - B,
Where ;
A = Maximum turnover in last 5 financial years
N = Period of completion of contracted (Tendered) work (in
years calculated till 2 decimal places)
B = Value of balance work in all Govt.&Private works
NOTES
(a) The contractor enlisted upto two class below the eligible class may also apply/bid.
Applicalion/bids from two class below eligible class applicants may be considered in the
event of inadequate response/bids (less than 7) from the applicants of eligible class
subject to meeting the requirement under para 8(a) to 8(c) above.
(b) Contractors enlisted with MES will upload following documents (scanned copy in pdf format)
for checking eligibility:-
(i) Application for the tender on Tenderer’s Letter Head. In this, the contractor should
explain with calculation details supported with documentary evidence as to how he
is qualifying for this tender in terms of conditions given in Para 8 (A)(a) above.
Tenderer/bidder to note that if they do not submit their calculation details and/ or
supporting documents correctly, Deptt will make calculation. If the firm does not qualify as a
result of Deptt calculation, then bidder only will be responsible for the same. This is
notwithstanding the fact that Deptt will check the details and calculations also in respect of the
contractors who have given the calculations.
(ii) Enlistment letter
(iii) DD toward cost of tender.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.269
Tenderer/bidder to note that if they do not submit their calculation details and/ or
supporting documents correctly, Deptt will make calculation. If the firm does not
qualify as a result of Deptt calculation, then bidder only will be responsible for the
same. This is notwithstanding the fact that Deptt will check the details and
calculations also in respect of the contractors who have given the calculations.
(ii) Necessary documents to prove their eligibility for enlistment in required class &
category of work, including Affidavit for no recovery outstanding. List of
documents required for enlistment in MES has been given in para 1.5 of section
of Part I of MES Manual on Contracts 2007 (Reprint 2012). The work experience
shall include details of similar nature of works executed during last five years,
financial year-wise in tabular form giving name of work, Accepting Officer’s
details, viz, Address, Telephone, Fax No, e-mail ID etc, date of acceptance of
tender and actual date of completion. This shall be duly signed by proprietor / all
partners / authorised Director of Pvt / Public Ltd, as applicable. It should indicate
whether extension was granted or compensation was levied. Attested copy of
acceptance letter and completion certificate shall be enclosed of each work. In
case performance report has been given by the client same shall also be
submitted duly attested.
The documents will also include the following amongst others:-
(aa) Solvency certificate and working Capital Certificate issued by scheduled
bank.
(ab) Affidavits for possession of movable & immovable properties by
proprietor/partner owning the immovable property along with Valuation Certificate
from Regd Valuer in support of movable & immovable properties. In case of Limited
company, the immovable property is required to be in the name of the company.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.270
(aa) copy of turn over certificate from CA for last 5 (Five) years (FY),
notarised copy of relevant pages of balance sheet of those FYs showing the turn
over (gross receipts).
(ab) List of works in hand for contracts with Government departments private
works, completed value thereof and residual work to be completed during
completion period of subject work in a self-explanatory tabular form. This shall
be submitted duly signed by proprietor / all partners / authorised Director of Pvt /
Public Ltd as applicable.
(ac) Affidavit on non judicial stamp paper of Rs100/- (minimum) in the form of
hard copy declaring their turnover for last 5 (Five) Years and value of contracts
in hand in Government department S private and details of works completed
and residual work to be completed. Hard copy of these documents
will be submitted within 05 (Five) days of the last date and time of opening of ‘T’
bid.
(v) It is mandatory to upload their Goods and Service Tax Registeration Number
alongwith “T” bid. Contractor who do not upload Goods and Service Tax regn No
shall be disqualified in the “T” bid and his Finance bid shall not be opened.
(vi) Declaration of UAM (Udyog Adhar Memorandum number) by MSE bidders on
CPPP is mandatory, failing which such bidders will not be able to avail the benefits as
per Public Procurement policy for MSEs order 2012 issued by MSME.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.271
(vi) It is mandatory to upload their Goods and Service Tax Registeration Number
alongwith “T” bid. Contractor who do not upload Service Tax regn No shall be
disqualified in the “T” bid and his Finance bid shall not be opened.
(vii) Declaration of UAM (Udyog Adhar Memorandum number) by MSE bidders on
CPPP is mandatory, failing which such bidders will not be able to avail the benefits as
per Public Procurement policy for MSEs order 2012 issued by MSME.
(e) In case of rejection of technical /prequalification bid, contractor may appeal to next higher
Engineer authority i.e CESC Pune 411001 on email asstdircontceengrpl-mes@nic.in against
rejection, whose decision shall be final and binding. However contractor/bidder shall not be entitled
to any compensation whatsoever for rejection of technical/ prequalification bid.
(f) Contractor shall ensure compliance of the EPF & MP Act 1952, in case work is awarded to him.
Note: Court of the place from where tender has been issued shall alone have jurisdiction to decide
any dispute out of or in respect of this tender. After acceptance of tender, condition – 72 of
jurisdiction of court of IAFW-2249 shall be applicable.
Shri/S’Shri ____________________________
_____________________________________
_____________________________________
_____________________________________
Dear Sir,
1. Reference tender documents, NIT, BOQ and drawings for the subject work
uploaded under tender id No. 2018_MES_200187_1 uploaded vide letter No.
801195/AF/21/E8 dated 27 Jun 2018, and receipt date postponement uploaded
vide letter Nos 801195/AF/23/E8 dated 27 Jun 2018, 801195/AF/37/E8 dated 25 Jul
2018, 801195/AF/43/E8 dated 10 Aug 2018, 801195/AF/49/E8 dated 16 Aug 2018,
801195/AF/51/E8 dated 20 Aug 2018 and 801195/AF/55/E8 dated 27 Aug 2018
2. Complete BOQ Uploaded on 27 Jun 2018 have been revised and Revised
BOQ are uploaded herewith. You are requested to download the revised BOQ
before quoting.
3. Certain amendments to tender documents along with revised BOQ are being
uploaded and bidders may go through the amendments in its totality before quoting and
uploading the rates in revised new BOQ. These amendments are serially numbered as 01
to 36 on Sl Page Nos.280 to 285 as Appendix “A” to tender documents.
5. The existing drawings Nos against Sl 1,4 to 16, 19, 21, 24, 25, 29to 31,33 to36, 40,
42, 43, 47 to 49,52,55,56,59 are hereby cancelled and revised drawings against these Sl
Nos are uploaded through this corrigendum. It is to note that the site plan will not be
uploaded and can be verified from GE/CWE and also from this office. TD drawings as
listed in List of drawings other than uploaded along with tender documents shall be
verified and downloaded from web site mes.gov.in.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 279
6. Tenderers are required to take care to submit their bids only through revised
new BOQ and submitting bids vide old BOQ shall not be considered under any
circumstance.
7. This letter along with Appendix ‘A’, revised pages, additional pages, new BOQ and
revised drawings uploaded through this corrigendum shall form part of tender documents
and shall be incorporated in the tender documents at appropriate places and considered
while submitting the bids. Cancelled pages and cancelled drawings shall not form part of
tender documents.
8. Please note that the tenderers are allowed to submit their online bids up to
1800 Hrs on 14 Sep 2018.
9. Bidders are requested to download this corrigendum and upload the tender
documents along with corrigendum issued till date while uploading BOQ. In case bidders
are not uploading the tender documents and corrigendum along with BOQ, it will be
presumed that bidders have quoted their rates in BOQ considering all the conditions
stipulated in the tender documents.
Yours faithfully,
Appendix ‘A’
Special Conditions
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 281
Appendix ‘A’
Appendix ‘A’
Contd…
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 283
Appendix ‘A’
Contd…
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 284
Appendix ‘A’
List of Drawings
26 226 to Existing Sl Page Nos 226,227,228, and 229 shall be
230 cancelled and replaced with revised Sl page No 226
(R),227(R), 228(R) and 229(R)uploaded herewith.
30 241 & Existing Sl Page Nos 241 and 242 shall be cancelled
242 and replaced with revised Sl page No 241(R) and
242(R)uploaded herewith.
31 252 Approved list of Add the following makes as Sl Nos 33(a) and 33(b)
products & “33(a): Monoblock pump set: Kirloskar, Crompton
makes/Brands: E/M Greaves, KSB, Beacon, Mather & Platt”
items. Annexure-IV, Sl 33(b) : Chlorination Heavy dosing equipment : Aqua-
No 33 Pura, Sathya sai
32 253 Sl No 39, Col 4,Sl No 5 Add the following as Sl No 6
6. CPRI approved manufacturer
33 258 Sl No 67 Col 2, last line Add the word “ Sockets” after the word “ Holders”
34 261 Sl No 90 Add the following makes as Sl Nos 90(a) and 90(b)
“90(a): LT Panel: C&S, Havells, L&T, Hensel, CPRI
approved manufacturer.
90(b) : Wall mounted fan / Ventilating fan:
Crompton Greaves, Havells, Bajaj, Standard,
Almonard, Polar ”
Contd..
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 285
Appendix ‘A’
Section-1
Replacement of Section -1(Page No. 1 to 10) of GCC - 2017
1.0 NBCC invites online open e-tenders in two bid system from experienced and eligible
Contractors for ‘Construction of All India Institute of Medical Sciences At
Kothipura, District Bilaspur, Himachal Pradesh on Design, Engineering,
Procurement and Construction (EPC) basis” and as per schedule as under:
Non-refundable cost of Tender Rs. 3,54,000.00 (Rupees Three Lakhs Fifty Four
document Thousand only) inclusive of GST at 18.00% in the
shape of DD/PO in favor of NBCC (India) Ltd. payable
at New Delhi.
Non-refundable cost of e-Tender Rs. 5,900.00 (Rupees Five Thousand Nine Hundred
processing fee only) through e-payment gateway to ITI Ltd.
Period during which hard copy Before and Up to 11.00 AM on 30.10.2018 in the
in original of EMD, Cost of Central Procurement Group (CPG Division), 2nd
Tender Document, e-tender Floor, NBCC (India) Ltd., NBCC Bhawan, Lodhi
processing fee, Letter of
Road, New Delhi - 110003
Acceptance of tender conditions
unconditional, enlistment order
of the contractor and other
document as per NIT shall be
submitted.
Date & Time of Opening of 30.10.2018 at 11.30 AM
Technical Tender
Pre-Tender Meeting & Venue 20.09.2018 at 11.30 AM at First Floor, NBCC (India)
Ltd., NBCC Bhawan, Lodhi Road, New Delhi -110003.
A maximum of two representatives of prospective
Bidders shall be allowed to participate on production of
authority letter from the Bidder.
A. Work Experience:
a. Three similar works each costing not less than 40% of the estimated cost put to
tender
OR.
b. Two similar works each costing not less than 60% of the estimated cost put to
tender
OR
c. One similar work costing not less than 80% of the estimated cost.
“Similar works for building works” shall mean “Residential/ Non-Residential buildings
of any no. of storeys”.
The bidder should have successfully completed one work as mentioned below during the
last 7 years ending previous day of last date of submission of tenders:
iv) The value of executed works shall be brought to the current level by enhancing the
actual value of work done at a simple rate of 7% per annum, calculated from the date of
completion to previous day of last day of submission of tenders.
v) Joint-venture or Consortia of firms / companies shall not be allowed and the bidders
should meet the above criteria themselves.
Any company/firm while submitting tender can use the work experience of its subsidiary
company to the extent of its ownership in the subsidiary company. However, the
companies/firms which intend to get qualified on the basis of experience of the parental
company/group company/ Own works, shall not be considered. In case of a
Company/firm, formed after merger and/ or acquisition of other companies/firms, past
experience and other antecedents of the merged/ acquired companies/firms will be
considered for qualification of such Company/firm provided such Company/firm continues
to own the requisite assets and resources of the merged/ acquired companies/firms
relevant to the claimed experience.
(a) In case the work experience is for the work executed outside India, the bidders have
to submit the completion/experience certificate issued by the owner duly signed &
stamped, and affidavit to the correctness of the completion/experience certificates.
The Contractor shall also get the completion/experience certificates attested by the
Indian Embassy/Consulate/High Commission in the respective country.
(b) For the purpose of evaluation of Bidders, the conversion rate of such a currency into
INR shall be the daily representative exchange rate published by the IMF as
on7(Seven) days prior to the Last Date of Submission of tender including extension(s)
given if any.
B. Financial Strength:
i) The Average annual financial turnover for last 3 years shall be at least 50% of the
estimated cost put to tender. The requisite Turnover shall be duly certified by a Chartered
Accountant with his Seal/ signatures and registration number.
ii) Net Worth of the company /firm as on 31st March of previous Financial Year should be
positive.
iii) Self certified copy of Bank Solvency Certificate issued from Nationalised or any Schedule
Bank should be at least 40% of Estimated Cost of the Project put to tender. The certificate
should have been issued within 6 months from original last date of the submission of the
tender.
iv) The Bidder should at least have earned profit in minimum one year in the available last
three consecutive balance sheets.
The bidders are required to upload and submit summarised page of Balance Sheet of last
Financial Year (Audited) and also page of summarised Profit & Loss Account (Audited) for
last three years.
3.0 The intending tenderer must read the terms and conditions of NBCC carefully. He
should only submit his tender if he considers himself eligible and he is in possession
of all the documents required. Information and Instructions for Tenderers posted on
Website(s) shall form part of Tender Document.
4.0 Those intending tenderers/contractors not registered on the website i.e.
www.tenderwizard.com/NBCC mentioned above with M/s ITI/ are required to
get registered beforehand. If needed they can be imparted training on online
tendering process as per details available on the website i.e.
www.tenderwizard.com/NBCC.The intending tenderer must have class-III digital
signature to submit the tender.
5.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted after
uploading the mandatory scanned documents such as a) Demand Draft / Pay order
or Banker`s Cheque towards cost of tender document, b) proof of deposit of e-
Tender Processing Fee, c) Demand Draft/Pay Order or Banker’s Cheque / Bank
Guarantee of any Nationalized or all Commercial Scheduled Bank against EMD& All
other documents shall be as per Notice Inviting e-tender.
7.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards given in the tender documents and not to stipulate any
deviations.
The bidders are advised to submit complete details with their bids as
Technical Bid Evaluation will be done on the basis of documents uploaded
on website by the bidders with the bids. The information should be
submitted in the prescribed proforma. Bids with Incomplete /Ambiguous
information will be rejected.
The Bank Guarantee for EMD submitted by the bidders shall be strictly in the
format prescribed in GCC. In case, EMD is not found verbatim inthe
prescribed format, the bid will be liable for rejection.
8.0 The bidders are advised in their own interest to submit their bid documents well in
advance from last date/time of submission of bids so as to avoid problems which
the bidders may face in submission at last moment /during rush hours.
However, after submission of the tender the tenderer can re-submit revised tender
any number of times but before last time and date of submission of tender as
notified.
9.0 When it is desired by NBCC to submit revised financial tender then it shall be
mandatory to submit revised financial tender. If not submitted, then the tender
submitted earlier shall become invalid.
10.0 On opening date, the tenderer can login and see the tender opening process.
11.0 Contractor can upload documents in the form of JPG format and PDF format.
12.0 Contractor to upload scanned copies of all the documents including valid GST
registration /EPF registration/ PAN No. as stipulated in the tender document.
13.0 If the contractor is found ineligible after opening of tenders, his tender shall
become invalid and cost of tender document and processing fee shall not be
refunded.
14.0 If any discrepancy is noticed between the documents as uploaded at the time of
submission of tender and hard copies as submitted physically by the contractor the
tender shall become invalid and cost of tender document and processing fee shall
not be refunded.
15.0 Notwithstanding anything stated above, NBCC reserves the right to assess the
capabilities and capacity of the tenderer to perform the contract, in the overall
interest of NBCC. In case, tenderer’s capabilities and capacities are not found
satisfactory, NBCC reserves the right to reject the tender.
16.0 Certificate of Financial Turnover: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Audited
Financial Turnover of last 3 years ending as on 31.03.2017/ 31.03.2018. There is
no need to upload entire voluminous balance sheet. However, one page of
summarised Balance Sheet (Audited) and one page of summarised Profit &Loss
Account (Audited) for last 03 years shall be uploaded and submitted in hard copy
also.
17.0 Deleted (Refer GCC – 2017)
18.0 The tenderer(s) if required, may submit queries, if any, through E-mail and in
writing to the tender inviting authority to seek clarifications within 7 days from the
date of uploading of Tender on website but latest by so as to reach NBCC office
not less than 2 days prior to the date of Pre-bid meeting (if to be held as per NIT).
NBCC will reply only those queries which are essentially required for submission
of bids. NBCC will not reply the queries which are not considered fit like replies of
which can be implied /found in the NIT/ Tender Documents or which are not
relevant or in contravention to NIT/Tender Documents, queries received after 7
days from the date of uploading of Tender on website, request for extension of
time for opening of technical bids, etc. Technical Bids are to be opened on the
scheduled dates. Requests for Extension of opening of Technical Bids will not be
entertained.
The Pre-Bid meeting shall be attended by the intending bidders only and not by
vendors/manufacturers. Further, the intending bidders should depute their
authorized person with authorization letter in original to attend the pre-bid
meeting.
19.0 Integrity Pact (For all contracts valuing Rs.5.00 Crores and above)
19.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender
without signed integrity Pact shall be liable for rejection.
(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC in
terms of Integrity Pact (IP)-Section 6, which forms part of the
tenders/Contracts. The contact details of the Independent External Monitor
(s) are posted on the NBCC’s website i.e. www.nbccindia.com and given as
under:
(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors
(IEMs) shall review independently, the cases referred to them to assess
whether and to what extent the parties concerned comply with the obligations
under the Integrity Pact entered into between NBCC and Contractor.
(iv)The Independent External Monitors (IEMs) has the right to access without
restriction to all Project documentations of the Employer including that
provided by the Contractor. The Contractor will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and
unconditional access to his Project Documentations. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder / Contractor / Sub-Contractors etc.
with confidentiality.
20.0 List of Documents to be scanned, uploaded and also submitted in hard copy
within the period of tender submission:
e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above). The bidders are requested to download the
Integrity Pact as uploaded in the tender documents, and sign on the same, put
rubber stamp/seal and upload the signed copy on e-tendering websites.
p) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.
NOTE: All the uploaded documents should be in readable, printable and legible
form failing which the Bids shall not be considered for evaluation. The
document submitted in hard copy should be indexed and duly page numbered
(b) All the uploaded and submitted documents shall be considered as duly
signed by contractor/ authorized representative.
22.0 NBCC reserves the right to reject any or all tenders or cancel/withdraw the
invitation for bid without assigning any reasons whatsoever thereof. NBCC does
not bind itself to accept lowest tender. The NBCC reserves the right to award the
work to a single party or to split the work amongst two or more parties as deemed
necessary without assigning any reason thereof. The contractor is bound to accept
the portion of work as offered by NBCC after split up at the quoted/ negotiated
rates. No claim of the contractor whatsoever shall be entertained by NBCC on this
account.
24.0 Canvassing in connection with the tender is strictly prohibited, and such
canvassed tenders submitted by the contractor will be liable to be rejected and his
earnest money shall be absolutely forfeited.
25.0 In case of any site related query, please contact Shri R P Mishra, GM (Engg), Ph.
No. 8527098119 during Office hours. In case of any query, please contact Shri
M. R. Prabhakar, GM (Engg), NBCC (I) Ltd, CPG Div., Head Office, Ph. No. 011-
24367314 Ext. 1020, Email: cpg.ho@nbccindia.com
General Manager
(CPG Division)
Annexure-I
MEMORANDUM
17) Recovery rate of work CC /71 Rs. 25,000/- per person per month (Rupees
force supplied by NBCC Amendment Twenty Five thousand per person per month
to Contractor No.01 only) plus GST @18% or as prevailing rate
on the date of recovery.
18) Defect Liability Period CC/38.0 12 months from the date of taking over the
works by the NBCC or clients whichever is
later.
19) GRIHA Rating Minimum three star rating of GRIHA rating
20) Applicable GCC - GCC - 2017 with Amendment 01, 02, 03, 04
& 05
---------------------xxx--------------------------
Item rate tenders are invited through the CPP e-tendering portal by Sr. Manager
(Engg.-Civil), Airports Authority of India Chennai Airport Desk, O/o Executive
Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd Floor, Rajiv Gandhi
Bhawan, Safdarjang Airport, New Delhi-110 003, on behalf of Chairman, AAI from
the eligible contractors (Joint venture firms can also apply) for the composite
work of ‘Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu’ for an
estimated cost Rs.1658.03 Crore with a period of completion 42 (Forty Two)
months [including 07 months considered for rains of 07 monsoons seasons]. The
composite work includes components of Civil, Electrical, HVAC, Fire Fighting,
Escalator/ Lift, Electronics & IT system works etc.
(I) For any technical related queries please call the Helpdesk. The 24 x 7 Help
Desk details are as below:
Bidders are requested to kindly mention the URL of the Portal and Tender
ID in the subject while e-mailing any issue along with the contact details.
(II) For any further technical assistance with regard to functioning of CPP
portal the bidder may contact to the following AAI help desk numbers on
all working days only between
Scanned copy of Earnest Money Deposit (EMD) of value Rs. 16.83 Crore
(Annexure-5 on page B-16, Appendix-IA on page GCC-142 &
Appendix-XI-A on page GCC-164) in the form of Demand Draft/ FDR/ Bank
Guarantee as stipulated in the notice inviting tender may be submitted in
“Tech Bid Folder” in Technical Bid/ Attachments section of e-tendering
portal along with Unconditional Acceptance of AAI’s Tender Conditions
(Annexure-4 on page B-15) and scanned copy of signed Integrity Pact
(Appendix-XVIII on page GCC-172).
3. Tender Processing Fee, original EMD in the form of BG/ Demand Draft/
FDR, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions and signed original integrity Pact to be sent to Sr. Manager
(Engg.-Civil), AAI, Chennai Airport Desk, O/o Executive Director (Engg.)-
SR, Corporate Head Quarters, A- Block, 3rd Floor, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003 and should reach to bid manager
before the date & time mentioned in CRITICAL DATA SHEET. Tender of
the tenderer, whose tender processing fees, EMD, Integrity Pact and
Unconditional Acceptance of AAI’s tender conditions are not received by
the time mentioned in CRITICAL DATA SHEET will be summarily rejected.
Any postal delay will not be entertained.
If any clarification is needed from the bidder about the deficiency in their
uploaded documents in Cover-I and Cover-II, they will be asked to provide
it through CPP portal. The bidder shall upload the requisite
clarification/documents within time specified by AAI, failing which tender
will be liable for rejection.
5. AAI reserves the right to accept or reject any or all applications without
assigning any reasons. AAI also reserves the right to call off tender process
at any stage without assigning any reason.
CORRIGENDUM-I
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and published in leading newspapers on 02.01.2018 and subsequent
Query and Reply-I uploaded on CPP e-tendering portal.
2. Tender document for the subject work has been modified. The estimated cost of
subject work is Rs. 1560.88 crores against Rs. 1658.03 crores mentioned in the
Notice Inviting Tender. Accordingly the qualifying criteria has been modified.
Item rate tenders are invited through the CPP e-tendering portal by Sr. Manager
(Engg.-Civil), Airports Authority of India Chennai Airport Desk, O/o Executive
Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd Floor, Rajiv Gandhi
Bhawan, Safdarjang Airport, New Delhi-110 003, on behalf of Chairman, AAI from
the eligible contractors (Joint venture firms can also apply) for the composite
work of ‘Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu’ for an
estimated cost Rs. 1560.88 Crore with a period of completion 42 (Forty Two)
months [including 07 months considered for rains of 07 monsoons seasons]. The
composite work includes components of Civil, Electrical, HVAC, Fire Fighting,
Escalator/ Lift, Electronics & IT system works etc.
(I) For any technical related queries please call the Helpdesk. The 24 x 7 Help
Desk details are as below:
Bidders are requested to kindly mention the URL of the Portal and Tender
ID in the subject while e-mailing any issue along with the contact details.
(II) For any further technical assistance with regard to functioning of CPP
portal the bidder may contact to the following AAI help desk numbers on
all working days only between
Scanned copy of Earnest Money Deposit (EMD) of value Rs. 15.86 Crore
(Annexure-5 on page B-16, Appendix-IA on page GCC-142 &
Appendix-XI-A on page GCC-164) in the form of Demand Draft/ FDR/ Bank
Guarantee as stipulated in the notice inviting tender may be submitted in
“Tech Bid Folder” in Technical Bid/ Attachments section of e-tendering
portal along with Unconditional Acceptance of AAI’s Tender Conditions
(Annexure-4 on page B-15) and scanned copy of signed Integrity Pact
(Appendix-XVIII on page GCC-172).
3. Tender Processing Fee, original EMD in the form of BG/ Demand Draft/
FDR, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions and signed original integrity Pact to be sent to Sr. Manager
(Engg.-Civil), AAI, Chennai Airport Desk, O/o Executive Director (Engg.)-
SR, Corporate Head Quarters, A- Block, 3rd Floor, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003 and should reach to bid manager
before the date & time mentioned in CRITICAL DATA SHEET. Tender of
the tenderer, whose tender processing fees, EMD, Integrity Pact and
Unconditional Acceptance of AAI’s tender conditions are not received by
the time mentioned in CRITICAL DATA SHEET will be summarily rejected.
Any postal delay will not be entertained.
4. Bids opening Process is as below:-
Cover-I: Containing Documents for pre-qualification bid (uploaded by the
contractors/firms) shall be opened as per CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated
to the contractors/firms through e-tendering portal.
CORRIGENDUM-III
Tender ID : 2017_AAI_5492_1
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal (URL:
https://etenders.gov.in/eprocure/app) vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and subsequent Corrigendum-I through which Modified Tender
document uploaded on 15.01.2018.
2. This is to re-clarify that as per essence of NIT criteria any International firm is
also eligible to apply in bid.
3. The following addendum in the above referred tender document have been
incorporated:
Addendum for Criteria in Pre-qualification of Firms (These addendum
should be read in conjunction to Modified tender document and subsequent
Corrigendums) :
I. Accredited Agent of foreign firms can purchase & upload Tender
document on behalf of their Principal firm on submission of accreditation
certificate in addition to required qualifying documents. However, the
hard copies of documents to be uploaded as per NIT shall be signed by the
principal firm before uploading the scanned copies of the same by
accredited agent on e-tendering portal. Principal firm shall give an
undertaking to the effect as under:
i) Name & Address of Accredited Agent whom Principal firm likely to hire
for purchase & upload tender document on their behalf.
ii) Foreign Principal firm is solely responsible for the Financial bid
(Quote) submitted by Accredited Agent.
iii) Those Foreign Principal firm(s) not having registered office in India
shall, required to establish office in India and comply all statutory
II. Indian firm as a part of Joint Venture shall required to comply all
statutory requirements for incorporation of JV firm as per Indian Law
and also to obtain Permanent account Number ( PAN) from Income-Tax
Authority, GSTIN, and other required documents/ certification in the
name of JV, within one month of issue of Letter of Intent (LoI), in case JV
firms becomes successful bidder.
III. Foreign eligible firms, shall submit their self-attested turnover and work
experience certificates as a proof of authenticity. However, in case of
becoming successful bidder/ partner of successful JV firm, the self-
attested work experience certificate and turnover shall be verified by
Airports Authority of India independently from issuing authority before
acceptance of bid.
i) The value of completion cost of the work (other than INR) shall be
calculated by considering the Exchange rate (as notified by Reserve
Bank of India / International currency conversion sources) of foreign
currency in INR on the date of completion of the work.
ii) The value of executed works shall be brought to current costing level
by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date or extended
date of submission of bid.
V. All bidders to quote their rates only in INR and may note that all contract
payment shall be made in INR only. All relevant taxation law of India shall
also apply during release of payment.
2. Following amendments have been made in the above referred tender document:
Note: Note:
Mode of Measurement for Mode of Measurement for
façade elements shall be façade elements shall be only
only visible elevation areas visible elevation areas i.e..
i.e.. Module centre to centre, Module centre to centre, End to
End to End for RCC openings End for RCC openings .All
.All flashings @ Jamb level, flashings @ Jamb level, Cill etc
Cill etc. of ACP/ Stone/ of ACP/ Stone/ Aluminium
Aluminium sheet/ Any sheet/ Any metal panel along
metal panel along with All with All soffits shall not paid
soffits shall not paid extra as extra as they are considered
they are considered part of part of the system.
the system.
Item Rate shall include the Item Rate shall include the
following: following:
1. Designing the system 1. Designing the system
including AWP sheet including AWP sheet cladding,
cladding, Stainless Steel 316 Stainless Steel 316 Grade
Grade Column Cladding & Its Column Cladding & Its frame
frame work. work.
2. Providing, Handling, 2. Providing, Handling, Shifting,
Shifting, hoisting & fixing of hoisting & fixing of galvalume
galvalume sheet cladding & sheet cladding & SS 316 Grade
SS 316 Grade cladding along cladding along with its framing
with its framing members. members.
3. Fabrication & Treatment 3. Fabrication & Treatment to
to mild steel framing mild steel framing members
members (shall be coated (shall be coated with antirust
with antirust paint of 275 paint of 275 microns
microns comprising primer comprising primer of 75
of 75 microns and two microns and two topcoat epoxy
topcoat epoxy high high performance
INTRODUCTION
These specifications highlight what needs to be done in terms of specification of
materials and building systems to help ensure construction is compliant with the
requirements of Green Rating for Integrated Habitat Assessment (GRIHA) Version 2015,
an assessment methodology for the environmental performance of buildings. The
Following additional requirements are provided to achieve GRIHA rating and to attain
better environmental results.
I. Construction management
b) In case of Joint Venture firm not registered so far, the e-tender submission
shall be made in the name of Joint Venture firm only by using credentials of
any member of JV with digital signature certificate (DSC) of authorized
signatory of Joint Venture (JV).
BPC e-gates:
1. All system components – Materna,
Elenium, Gunnebo, Godrej – Category-1.
2 Clause 3.1 Insert new For all IT and Airport systems; necessary
(t) - Page TS clause planning, supply, installations, testing
(AS & IT) 21 and commissioning shall be carried out
as per building construction phasing and
without causing any disruption to the
existing services/infrastructure.
19 New Clause Insertion of “The new video shall display the CCTV
8.3.5(b) - new clause images of new T2 and existing T1, T4.
Page TS The Contractor shall integrate
(AS&IT) 49 existing T1 and T4 CCTV system for
display of CCTV images. Necessary
development in the existing T1 and
T4 CCTV system shall be carried out
by AAI.”
8. Bidders are hereby informed that no further request for extension of last date of
submission of bid shall be consider.