Tendernotice 1
Tendernotice 1
Tendernotice 1
The Executive Engineer, Health Project Division (North), PWD, GNCTD, Dr. B.S.A. Hospital
Complex, Sector-6, Rohini, Delhi, on behalf of President of India, invites Percentage Rate tender from approved
and eligible contractors of CPWD in appropriate composite category and other experienced contractors
through e-Tendering under two bid system for the following work :-
Name of work:- C/o Trauma Centre & Utility Block at Sanjay Gandhi Memorial Hospital at Mangolpuri,
Delhi, including Water Supply, Sanitary Installations, Electrical Installation, HVAC, Low side, Fire
Alarm, and Fire Fighting System etc.
1.1 The work is estimated to total cost of Rs. 84,03,64,501/- the breakup of which is as below-
below
1.2
Rs. 45,34,71,997/- (Civil )
+
Rs. Rs. 38,68,92,504/- (Electrical) Rs. 84,03,64,501/-
84,03,64,501/
14
`
Two similar works each costing not less than Rs. 50,42,18,701/-
(iii) or
One similar work costing not less than Rs. 67,22,91,601/-
Performance certificate
certificat of work in Form D should be issued by an officer not below the rank
of EE or an equivalent officer.
In case, the certificate of work experience has been issued by any Pvt. Firm / Agency /
Builder, the bidders will have to submit the documentary proof of the TDS (Form -26AS)
with income tax department to ensure actual value of work done.
Note-1: Components of work work executed other than those included in definition of similar
work shall be deducted while calculating cost of similar work.
Note-2: For the purpose, “Cost of work” shall mean gross value of the completed work including
the cost of materials supplied by the Government/Client, but excluding those supplied free of
cost. This should be certified by an officer not below the rank of Executive Engineer / Project
Manager or equivalent.
The value of executed works shall be brought to current costing level by enhancing
en the
actual value of work at simple rate of 7% per annum; calculated from the date of
completion to last date of receipt of applications for bids.
(iv) Letter of transmittal as per format at page no. 30
(v) Should have had average annual financial turnover of Rs. 42,01,82,251/-
42,01,82,251/ during the immediate
last three consecutive financial years ending March-2018
March 2018 duly certified by chartered
Accountant. (Form-A)
(Form
(vi) The bidder should not have incurred any loss (Profit after tax should be positive) in not more
than two yearar during last consecutive five financial years ending 31st March-2018.
March (Form-A)
(vii) Bank solvency certificate of Rs. 33,61,45,800/- (Form-B)
Similar work shall mean “Construction
Construction of building work including electrical installation”.
installation
1.4 The bidder should own construction equipment’s as per list required for the proper and timely
execution of the work. Else, he should certify that he would be able to manage the equipment’s by
hiring etc. and submit the list of firms from whom the propose to hire.
1.5 The bidder shoulduld have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder should submit a list of these employees stating clearly how these
would be involved in this work.
1.6 The bidder’s performance for each work work completed in the last Seven Years and in hand should be
certified by an officer not below the rank of Executive Engineer or equivalent and should be obtained
in sealed cover.
2. For components of E&M works, the eligibility criteria for specialized agencies to be associated by the
main contractor after award of work will be as detailed below:
The main contractor should either himself meet the eligibility criteria as defined below or he will have
to Associate Agency for E&M package after award of work and has to submit details of such agency(s)
conforming eligibility condition as defined below to Engineer-In-Charge
Engineer Charge of minor component within
30 days after award of work. Name of agency to be associated shall be approved by Engineer-in-charge
Engineer
of minor component.
SL. Component of Estimated Cost Eligibility
No. E&M Works Rs.
1. Data, telephone Rs. Should have successfully completed the works as mentioned
System Including 86,25,283
86,25,283/- below during the last seven years ending previous day of last
Active Component (non CPWD date of submission of bids:
contractors and Three similar works each costing not less than Rs. 34,50,113 /-
other Or
experienced Two similar works each costing not less than Rs. 51,75,170/-
contractors) Or
One similar work costing not less than
t Rs. 69,00,226/-
Similar work shall mean “Data,
Data, telephone System
Including Active Component”
Components of work executed othe her than those included in
definition of similar work shall be deducted
dedu while calculating
15
`
16
`
17
`
18
`
19
`
20
`
7. Copy of enlistment order and certificate of work experience and other documents as specified in the
tender documents for eligibility shall be scanned and uploaded to the e-tendering
e tendering website within the
period of bid submission.
8. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
deposited EMD D and other documents scanned and uploaded are found in order.
9. Those contractors who are not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details deta available
on the website.
10. The intending bidder must have valid class-III
class III digital signature to submit the bid.
11. On opening date, the contractor can login and see the bid opening process. After opening of bids he will
receive the competitor bid sheets.
12. Contractor
ntractor can upload documents in the form of JPG format and PDF format.
13. The Technical bid shall be opened first on due date and time as mentioned above.
14. The financial bids of only those bidders who qualify in eligibility bid, shall be opened on due time and a
date.
15. The department reserves the right to reject any prospective application without assigning any reason
and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are
received satisfying the laid down criterion.
crit
16. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be
debarred from tendering/taking up of works in PWD, GNCTD. The department reserves the right to
verify the particulars furnished by the applicant
applic independently.
17. Agreement shall be drawn with the successful tenderer tenderer on prescribed Form No. CPWD 7 which is
available as a Govt. of India Publication and also available on website http://delhigovt.nic.in Bidders
shall quote his rates as per various terms and conditions of the said form which will form part of the
agreement.
18. The time allowed for carrying out the work will be 18 months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the tender documents.
(I) The site for the work is available. The bidders have to quote their rates in view of the site
conditions and other parameters.
II) The working architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme for completion of work submitted by the
contractor after award of the work.
19. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from website
http://govtprocurement.delhi.gov.in asp free of cost.
20. After submission of the bid the contractor can re-submit
submit revised bid any number of times but before
last time and date of submission of bid as notified.
21. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter
enter rate of all the items)but before last time and date of submission of bid as
notified.
22. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents as stipulated in the bid document including the details
required regarding EMD.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted physically by the lowest bidder in the office of tender opening authority.
23. The tenderer, whose bid iss accepted, will be required to furnish Performance Guarantee
G of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs. 10000/-)
10000/ ) or Deposit at Call
Ca receipt of any
scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-)
1,00,000/ or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if
21
`
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor. The earnest money deposited with tender shall be returned after receiving the
aforesaid Performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable
license/ registration or proof for applying for obtaining labour license, registration with EPFO,
ESIC and BOCW welfare board and programme chart (time and progress progress within the period
specified in Schedule ‘F’).
24. In case of any query or doubt regarding any of the provision of NIT the intending bidder are requested
to visit the office of Executive Engineer, HPD
H (North), PWD for clarifications.
25. Intending Bidders aree advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil sub (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full
knowledge of the site whether
whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools &plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidders implies that he has read this notice and all other
contract documents and has made himself
himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.wo
26. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
27. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
28. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
29. The contractor shall not be permitted
per to bid for works in the PWD Circle(Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of o contractors of this Department.
30. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after
ter his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.
31. The bid for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of
Technical bids, if any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever
is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50%
of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in there-tendering
there
process of the work.
32. The pre bid meeting will be held on 15/03/2019 at 03:00 pm in the conference of Chief Engineer,
HMZ, PWD, 2nd Floor, MSO Building, I.P. Estate, New Delhi to clear the doubt of intending tenderes
if any. (The representatives of manufacturers of various items who promote their brands will not be
allowed to participate in the pre-bid
pre bid meeting. Only bonafide bidders who possess credentials as per NIT
will only be allowed to attend the pre-bid
pre meeting).
33. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor,
bidder/cont
22
`
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-
of:
a) The Notice Inviting Bid, all the documents including additional conditions, special conditions,
conditions
particular specification, and drawings, if any, forming part of the bid as uploaded at the time
of invitation of bid and the rates quoted online at the time of submission of bid and acceptance
thereof together with any correspondence leading thereto.
b) Standard
ndard P.W.D. Form 7 (GCC for PWD works 2014)) amendment upto last date of
submission of bid..
34. For Composite Tenders
i. The Executive Engineer in charge of the major component will call bids for the composite work. The cost of bid
document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the
composite bid.
ii. The bid document will include following three components:
Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component & minor component of the work, Standard
General Conditions of Contract for CPWD 2014 201 as amended/modified up to last date of submission of bid.
bid
Part B:- General / particular / special conditions, specifications and schedule of quantities applicable to major component of
the work (Civil).
Part C:- General/ Particular / Special conditions, specifications and schedule of quantities applicable to minor component(s)
of the work.
iii. The bidders must associate with himself, with agencies of the appropriate class eligible to bid for
each of the minor component individually.
iv. The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
v. After acceptance of the bid by competent authority, the EE in charge of major component of the work shall issue
letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to
enter into one agreement with EE in charge of major component and has also to sign two or more copies of
agreement depending upon number n of EE’s/DDH in charge of minor components. One such signed set of
agreement shall be handed over to EE/DD EE H in-charge of minor component(s).. EE of major component will
operate Part A and Part B of the agreement. EE/DDH EE in-charge
charge of minor component(s) shall operate Part C
along with Part A of the agreement.
vi. Entire work under the scope of composite bid including major and all minor components shall be executed under
one agreement.
vii. Security Deposit will be worked out separately
separately for each component corresponding to the estimated cost of the
respective component of works.
works
viii. The main contractor has to associate agency(s) for minor component(s) conforming to t eligibility criteria as defined
in the bid document and has to submit detail of such agency(s) to Engineer-in-charge charge of minor component(s)
within prescribed form.. Name of the agency(s) to be associated shall be approved by NIT approving authority.
ix. In case the main contractor intends to change any of the above agency/agencies during the operation of the
contract, he shall obtain prior approval of Engineer-in-charge
Engineer charge of minor component. The new agency/agencies shall
also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge
Engineer charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency executing such items of work and
this shall be binding on the contractor.
contractor
x. The main contractor has to enter into agreement with contractor(s) associated by him for execution of minor
component(s).
nt(s). Copy of such agreement shall be submitted to EE/DDH in charge of minor component as well as to
EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him. him
xi. Running payment for the major component shall be made by EE of major discipline to the main contractor.
Running payment for minor components shall be made by the Engineer-in-charge
Engineer charge of the discipline of minor
component directly to the main contractor.
contractor
xii. The Composite work shall be treated as complete when when all the components of the work are complete. The
completion certificate of the composite work shall be recorded by Engineer-
Engineer in-Charge
Charge of major component after
record of completion certificate
ificate of all other components by the EE in charge of minor component.
compone
xiii. Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)in
Engineer
charge of minor component(s) will prepare and pass the final bill for their component of work
including sanction of all statements likes deviations item statement,
statement, E.I./ Substitute item statements and
pass on the same to the EE of major component for including in the final bill for composite contract.
contract
Executive Engineer
HPD (North), PWD
(For and on behalf of President of India)