[go: up one dir, main page]

0% found this document useful (0 votes)
19 views16 pages

e 535 Cdocument

The Assam Electricity Grid Corporation Limited is inviting sealed tenders for the renovation of the Control Room Building at 132kV Dhaligaon GSS, with a total estimated amount of Rs 9,26,121 and an earnest money deposit of Rs 19,000. Bidders must submit their proposals in two envelopes, one for technical and commercial documents and the other for the price bid, by the deadline of January 22, 2025. The tender process includes specific eligibility criteria, bid security requirements, and a performance guarantee, with the completion time set at 120 days from site handover.

Uploaded by

washazcar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views16 pages

e 535 Cdocument

The Assam Electricity Grid Corporation Limited is inviting sealed tenders for the renovation of the Control Room Building at 132kV Dhaligaon GSS, with a total estimated amount of Rs 9,26,121 and an earnest money deposit of Rs 19,000. Bidders must submit their proposals in two envelopes, one for technical and commercial documents and the other for the price bid, by the deadline of January 22, 2025. The tender process includes specific eligibility criteria, bid security requirements, and a performance guarantee, with the completion time set at 120 days from site handover.

Uploaded by

washazcar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 16

ASSAM ELECTRICITY GRID CORPORATION LIMITED

Regd. Office: 1st Floor, Bijulee Bhawan, Paltan Bazar, Guwahati-781001


CIN: U40101AS2003SGC007238
Ph:- 0361-2739520/Fax:-0361-2739513 Web: www.aegcl.co.in.

BID DOCUMENT

NAME OF WORK: - Renovation of Control Room Building at 132kV Dhaligaon GSS.

NIT No: - AEGCL/DGM/Bong/T&T Circle/T-1/2024/149 Dated: 01/01/2025.

NIT NO. 149


Page 1 of 16 Bidders Signature & Seal
For & on behalf of The Managing Director, AEGCL, the Deputy General Manager, Bongaigaon T&T Circle,
AEGCL, Dhaligaon, invites sealed tenders from reputed Contractors/Firms for Civil Works for the following work. A
single stage two envelope procedure (Techno-Commercial and Price Bid) will be adopted for this tender.

(A) INFORMATION TO BIDDER:


TENDER ADDRESS: Deputy General Manager,
Bongaigaon T&T Circle, AEGCL, Dhaligaon.

Sl. Cost of tender paper Estimated Amount


Name of work Earnest Money (Rs)
No. (Rs.) Rs
Renovation of Control Room
1 Building at 132kV Dhaligaon Rs 500.00 Rs 9,26,121.00 Rs 19,000.00
GSS.

1. BIDDING PROCEDURE: -

a)Tenders shall have to be submitted in prescribed forms attached herewith eventually to be drawn up in the rules of
AEGCL.

b)Two different envelopes to be used as follows.


Envolope-1: Bid document signed by bidder on all pages, Tender Document cost, Earnest Money, Techno-commercial data
of the Bidder and other necessary documents must be enclosed.

Envolope-2: Price Bid


c)All tenders shall have to be submitted under sealed & signed covers super-scribing the Tender Notice No and name of the
work completely and clearly on the top of the cover.
d)All tenders shall have to be submitted on or before the last date and time of submission of tenders either by post or in person.
e)If Bidders desire to submit their Bid by post, at their own expenses, it should be posted well in advance so as to ensure that
their tenders reach the office of the tendering address on or before the specified date and time of submission of tender.
AEGCL will not take any responsibility for loss, damage, tempering or delay of tenders sent by post.
f)Bidder submitting Bid in person should submit their Bid in the tender box during the working hours on the last date and time
of submission of tender.
g)Tender will be rejected if submitted beyond the aforesaid time and date.
h)Tenders or their authorized representatives may remain present during the opening of the tenders.
i)Only Price Bid of responsive Techno-Commercial Bidders will be opened.
j)AEGCL has the right to cancel the tender at any moment, without assigning any reason thereof. Bidder will not be entitled
to claim any expenses and AEGCL will not be responsible for any costs or expenses incurred on the preparation and
submission of the Bids.
k)Bidders may obtain further information from the office Deputy General Manager, Bongaigaon T&T Circle, AEGCL,
Dhaligaon.

2. KEY DATES: -
a) Date of issue of tender papers: All working days w.e.f. 02.01.2025 to 23.01.2025.
b) Bid submission end date and time: 12.00Hrs. of 22.01.2025.
c) Techno-Commercial Bid opening date and time: 14.00Hrs. of 24.01.2025.

3. TENDER PAPER COST AND MODE OF PAYMENT: -


Bidder has to pay Non-Refundable tender document cost @Rs.500.00 (Rupees Five hundred) only in the form of DD in
favour of the Managing Director AEGCL, Bijulee Bhawan, Paltan bazar, Ghy-1, payable at Guwahati.

4. BID SECURITY/EARNEST MONEY AND MODE OF PAYMENT:-


a)For participation in bidding procedure, participants must compulsorily pay the Bid Security/earnest money as mentioned in
the above table only in the form of DD/Fixed Deposit/Bank Guarantee in favour of the DGM, Bongaigaon T&T Circle,
AEGCL, Dhaligaon, payable at Bongaigaon. The original copy of the Bid Security must be submitted along with relevant
documents in the Envelope-1.
b)The bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the
Contract and furnished the required performance security.

NIT NO. 149


Page 2 of 16 Bidders Signature & Seal
c)The bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder‘s furnishing
of the performance security.
d)The bid security may be forfeited: -
(i) • if a Bidder withdraws its bid during the period of bid validity period.
(ii) • if the successful Bidder fails to sign the Contract within the specified period.
(iii) • if the successful Bidder fails to furnish a performance security within 15 (fifteen) days time of issue of Letter of
Intent (LOI).

5. PERFORMANCE GUARANTEE:-
a)The materials and entire work is to be guaranteed against defective design, materials and workmanship and for satisfactory
performance for a period of 13 (Thirteen) Months from the date of final acceptance of the completed work. 10% of the
total billed amount will be retained from the bill as Performance Guarantee (Security Deposit) and the amount will be
released on successful completion of warranty period of 13 (Thirteen) months.
b)If the value of the work increases from original ordered value, the contractor has to provide performance guarantee for
additional amount.
c)No interest shall be payable on such deposits.

6. CLARIFICATIONS:-
a)A prospective Bidder requiring any clarification of the Bidding Document shall contact the AEGCL in writing at the
AEGCL’s address indicated in the Bid Document or raise his enquiries prior to 7 (seven) days of closing of the bid.
AEGCL will respond to any request for clarification if deemed necessary. Should AEGCL deem it necessary to amend
the Bidding Document as a result of a request for clarification, it shall do so.
b)The Bidder is advised to visit and examine the site where the work is to be Carried out and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering
into a contract. The costs of visiting the site shall be at the Bidder’s own expense.
c)The Bidder and any of its personnel or representatives will be granted permission by AEGCL to enter upon its premises and
lands for the purpose of such visit, but only upon the express condition that the Bidder and its personnel will release and
indemnify the Employer and its personnel from and against all liability in respect thereof, and will be responsible
for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred
as a result of the inspection.

7. VALIDITY OF BID:-
a)Bid shall remain valid for the period of 180 days after the submission deadline date prescribed by AEGCL. In
exceptional circumstances, prior to the expiration of the Bid validity period, AEGCL may request Bidders to extend
the period of validity of their bids. The request and the responses shall be made in writing.

8. TIME OF COMPLETION:-
a)The allotted time of completion for the work is 120 days from the handing over of the site.

9. DISCLAIMER: AEGCL is not committed contractually in any way to those Bidders whose Bid are accepted. The issue of
this Bid does not commit or otherwise oblige AEGCL to proceed with any part or steps of the process.

ADDITIONAL INFORMATION

1. AMENDMENT OF TENDER DOCUMENT: -


a)At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing
addenda.
b)To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, AEGCL
may, at its discretion, extend the deadline for the submission of bids.
c)Any corrigendum/Addendum/modifications issued to the bid documents will be published on the website mentioned above
will be part of the Bid Document.

2. LANGUAGE OF BID:-
a)The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and AEGCL,
shall be written in the English and / or Assamese language.

3. NEGOTIATION WITH BIDDER:-


a)The AEGCL reserve the right to hold negotiations with lowest bidder if AEGCL feels the quoted rates of particular item(s)
are unreasonably high. The bid must be valid, eligible and technically acceptable and considered for award of contract.

4. VERIFICATION OF DOCUMENTS:-

NIT NO. 149


Page 3 of 16 Bidders Signature & Seal
a)AEGCL reserves the right to verify the documents submitted by the bidders with issuing authority and if any abnormalities
are observed in the same, their bids will be rejected.

5. RIGHT TO REJECT:-
a)AEGCL reserves the right to reject any or all the bids without assigning any reason thereof and AEGCL further reserves the
right to split up the work order in favour of more than one Contractor. AEGCL also reserves the right to reject the lowest or
any other price without assigning any reason. The clauses which are not appearing in this Bid document will be as per The
General Condition of Supply and Erection 2009 of AEGCL. The General Condition of Supply and Erection 2009 of AEGCL
is available in the AEGCL’s website www.aegcl.co.in.

(B) ELIGIBILITY QUALIFICATION.


1. ELIGIBLE BIDDERS:-
a)A Bidder may be a private entity or a government-owned entity or any combination of such entity with the intent to enter
into an agreement supported by a letter of intent or under an existing agreement in the form of a joint venture, consortium
or association.
b)Consequently all Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in
a conflict of interest with one or more parties in this bidding process if, including but not limited to:-
c)they have controlling partners in common; or
d)they receive or have received any direct or indirect subsidy from any of them; or
e)they have the same legal representative for purposes of this bid; or
f)they have a relationship with each other, directly or through common third parties, that puts them in a position to have access
to information about or influence on the bid of another Bidder, or influence the decisions of the Employer regarding
this bidding process; or
g)a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications
of the plant and services that are the subject of the bid.
h)A firm that is under a declaration of ineligibility by the AEGCL or any Government Entity or PSU at the date of the deadline
for bid submission or thereafter i.e. on or before contract signing date shall be disqualified.
i)Bidders shall provide such evidence of their continued eligibility satisfactory to the AEGCL, as the Employer shall
reasonably request.

j)In case a prequalification process has been conducted prior to the bidding process, this bidding is open only to
prequalified Bidders.
k)The bidder must have experience of execution of work of similar nature previously. The bidder must submit experience and
Performance Certificate for scrutiny by AEGCL.
l)A person, Firm or any other prospective bidder who is involved in fraud, unethical practices or barred from submitting bids
by AEGCL or any sister concerns of AEGCL i.e. APDCL & APGCL will not be allowed to participate in the bids. If such
cases are detected after submission of the bids, in later stages of the bidding process, then such bids will be rejected outright.

2. LEGAL ENTITY: -
a)Verification may be undertaken to verify that an applicant is a bona-fide registered company or business. Bidders are required
to provide evidence of the legal entity by providing a copy of an official document as mentioned in the appendix attached
along with this bid document.

3. TECHNICAL QUALIFICATION: -
a)Bidders must have experience of executing a similar work at any Govt. Deptt., PSU successfully in past 3 (three) years
having

Sl. No. Name of work Amount (Rs.)


1 1 (one) nos. of work order along with Performance Certificate of similar nature 7,40,900.00
of work
2 2 (two) nos. of work order along with Performance Certificate of similar nature 4,63,100.00
of work
3 3 (three) nos. of work order along with Performance Certificate of similar nature 3,70,500.00
of work

“Similar Nature” is defined as Repairing/Renovation of Buildings (Office buildings, residential quarters, etc).
If the nature of work and value differs from the above stated conditions, it will not be considered while evaluation of technical
qualification.

4. FINANCIAL QUALIFICATION: -
a)Minimum average annual turnover must be as mentioned below for respective works.

NIT NO. 149


Page 4 of 16 Bidders Signature & Seal
Sl. No. Name of work Amount (Rs.)
1 Renovation of Control Room Building at 132kV Dhaligaon GSS. 3,06,000.00

Calculated as total certified payments received for contracts in progress or completed, within the last 3 (Three) Years.
Audited Balance sheet must be furnished as a proof of annual turnover. Any other form of supporting documents instead of
Audited balance sheet will not be accepted.
b)Current bank solvency certificate must be submitted to show the bidder’s financial position.
c)
5. EVALUATION CRITERIA: -
a)The Techno-Commercial Evaluation will be done on the basis of technical qualification, financial qualifications and
fulfilment of the legal conditions.
b)The Price Bid of only Responsive Techno-Commercial Bidders will be opened and intimation will be issued in due course.
The following methodology will be practised for identification and treatment of the Abnormally Low Bids (ALB) in this
tender process of AEGCL:
i. Absolute Approach is to be considered when there is fewer than five substantially responsive bidders and if the bid
price is 20% or more below AEGCL’s cost estimate then AEGCL’s tender evaluation committee should clarify the
Bid price with the bidder to determine whether the Bid is Abnormally low.
ii. Relative approach is to be considered when there are at least 5(five) nos. of substantially responsive bids and the
lowest bid price is 20% or more below AEGCL’s cost estimate. In this approach, first the Average bid price is
determined and then by deducting the standard deviation from the Average bid price, potentially ALB may be
determined.
iii. In case of an ALB, the tender evaluation committee/appropriate authority of the respective tenders shall undertake
the following three stage review process which is as below:
• To identify ALB as per the steps mentioned in SI no. 10.6.(i) and 10.6.(ii), whichever is applicable.
• To seek and analyse the clarifications from the abnormally low Bidder in terms of resource inputs and
pricing, including overheads, contingencies and profit margins. In that respect, the committee may refer
to guideline of World Bank, AIIB, ADB etc. prescribed for ALB.
• To decide whether to accept or reject the bid.
• On acceptance of the bid, whether Additional Performance Security is to be imposed on the bidder
supplemented by adequate justification.
In case of acceptance of ALB with Additional Performance Security:
• If any abnormally low bid is accepted with additional performance security, it is to be noted that the total
performance security should not exceed 20% of the total contract value.
• The additional performance security shall be treated as part of the original performance security and shall be valid
for a period similar to that applicable for defect liability period of the contract.
Non submission of the additional performance security shall constitute sufficient ground for rejection of the bid and similar
assessment shall then be initiated for next ranked bidder if that bidder is also identified as ALB.

(C) GENERAL CONDITIONS OF CONTRACT:


1. INSPECTION OF SITE:-
a)The Bidder is advised to visit and examine the site where the work is to be carried out and its surroundings, nature
of work, site conditions, area for storage of materials, establishment of labour camp, site office, means of access to the site
etc. and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and
entering into a contract. The costs of visiting the site shall be at the Bidder‘s own expense. Non-familiarity with the site
conditions will not be considered a reason either for extra claims or for not carrying out the work in strict conformity with
the specifications & requirement.

2. PREPARATION OF BID:-
a)Cost of Bidding:
The Bidder shall bear all costs associated with the preparation and submission of its Bid, and AEGCL shall not be
responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
b)Documents Establishing Conformity of the Goods and Services:-The documentary evidence of the conformity of the goods
and services to the Bidding Document may be in the form of letter, drawings and data, and shall furnish. A detailed
description of the essential technical and performance characteristics of the goods and services, including the functional
guarantees of the Goods, in response to the specification.
c)Bidder should note clearly that department should not take any responsibility for issuing of any materials, equipment and
T&P’s that may be required in the work.
d)All materials, labours, equipment, T&P and heavy vehicle etc. required in the work shall have to be arranged by the
bidder/contractor from his own sources in the event of allotment of the said work to him/them.
e)Water to be used in the work should be clean and free from all impurities; the bidder should note that no water will be
provided to them for the execution of the work from the department

NIT NO. 149


Page 5 of 16 Bidders Signature & Seal
f)The department is also not bound to supply power that may be required in the execution of the work. However subject to
the availability of the power source near the vicinity of the work site, the department on payment of tariff as applicable at
the time of execution of work may arrange one point near the work site.
g)The bidder should clearly understand that all materials to be utilized in the work must confirm to the specifications. No
substandard materials will be allowed to utilize in the work. Samples of each and every materials to be brought to the site of
work shall have to be get approved by the competent authority of the department before use.
h)The contract must not be sublet under any circumstances. If any contractor found in doing so, his work liable to be
terminated.
i)The specification for the work shall be as per specification laid down in the items of work contained in the enclosed schedule
of items of work or as per the APWD schedule of rates for Building (civil works), sanitary and Water supply and internal
electrification respectively (whichever is applicable) but, certain modification in the specification and method of execution
of work if required shall have to be carried out which shall be finalized with the contractor bilaterally through discussion.

3. PRICE BID:-
a)Unless otherwise specified in the Bid Document and/or AEGCL’s Requirements, bidders shall quote for the entire plant
and services on a single responsibility basis such that the total bid price covers all the Contractor‘s obligations
mentioned in or to be reasonably inferred from the bidding document in respect of the including procurement, delivery,
testing of materials, construction, labour cost, insurance, statuary requirements, and any other expenditure deemed necessary
for completion of the Work. The rate should also include the cost of testing of materials at the approved laboratory,
carriage and transportation of sample, preparation of report, submission of report in all respect as required by AEGCL. This
includes all requirements under the Contractor‘s responsibilities for completing the work and where so required by the
bidding document, the acquisition of all permits, approvals and licenses, etc.; the operation, maintenance and training
services and such other items and services as may be specified in the Bidding Document, all in accordance with the
requirements of the General Conditions. Items against which no price is entered by the Bidder will not be paid for by the
Employer when executed and shall be deemed to be covered by the prices for other items.
b)Bidders are required to quote the price for the commercial, contractual and technical obligations outlined in the
bidding document.
c)Bidders quoted price should include all cost of testing of materials, transportation of sample, storage, preparation and
submission of report during approval period, construction period as well as after completion of the work.
d)Bidders quoted price should include all cost of testing of concrete (destructive or non destructive) transportation of sample,
storage, preparation and submission of report.
e)Taxes like work contract, income tax etc. which need to be deducted at source as per the prevailing law, will be deducted at
source.
f)The Bided Price should on Fixed Price basis, prices quoted by the Bidder shall be fixed during the Bidder‘s performance of
the contract and not subject to variation on any account.

4. SITE FACILITIES:-
a)AEGCL will not provide any accommodation at the work site to the contractor and their field personnel. The same has to be
arranged by the contractor on their own. However, AEGCL may provide space for storage of the materials but responsibility
of the material and their safety shall be taken care of by the Contractor. In case of none availability of space under AEGCL
the same should be arranged by the contractor outside AEGCL campus/work site at their own cost and responsibility.
b)AEGCL shall not be responsible for the safety of the workers at site either on account of the works executed by the Contractor
or on account of the works executed by any other agency involved at that time.
c)AEGCL shall on no account be responsible for the expenses incurred by the Contractor during the progress of work at site,
towards any incidental expenditure like medical amenities to the workers at site, security arrangements.
d)The quoted price shall be deemed to include charges for all site facilities for labour that are considered necessary for
execution of the work. Subject to availability of land, AEGCL may provide free site for labour camp, construction of yard
etc. close to site of work.
e)No assurance can be given regarding the availability of AEGCL’s land given for use to the Bidder to natural calamities.
AEGCL undertakes no responsibility or liability in this regard.
f)The bidder shall make his own arrangement for arranging power supply as may be required for work. AEGCL may, however
assist in recommending his/their application to the Electricity Supply Utility for the power supply on payment basis as per
norms of the Electricity Supply Utility.
g)No claim shall be entertained from the bidder for making his own arrangement for approach roads from outside PWD road
to the site and bidder will bear entire expenses.
h)AEGCL on no account shall be responsible for storage of materials or loss or pilferage or theft either in respect of the
material stored or material already billed and paid for by the AEGCL.
i)Any facilities available at site shall be utilized only with prior permission of AEGCL and it should not be taken as granted
for availing such services.

5. DEFECT AFTER COMPLETION OF WORK:-

NIT NO. 149


Page 6 of 16 Bidders Signature & Seal
a)The contractor shall make good at his own cost and to the satisfaction of AEGCL all defects, or other faults which
may appear during the defect liability period.
In default, AEGCL may employ and pay other agency or persons to amend and make good such damages. Losses and
expenses consequent thereon or incidental thereto shall be made good and borne by the contractor, failing which the same
shall be recoverable from the payment due to the contractor and performance guarantee. In the event of amount due and
performance guarantee being insufficient, the balance amount will be recovered from the contractor from the amount due
or retained for other works executed in AEGCL.

6. DEVIATION/ERROR IN DRAWING AND SPECIFICATIONS.


a)In case of non-suitability of drawing or specifications, the matter to be brought to the notice of Competent Authority without
any delay. Any modification or deviation should only be done after approval of Competent Authority.
b)In case of any omission and error in the drawing and specification the same procedure as above should be followed.

7. VARIATION AND DEVIATION OF QUANTITY:-


a)The Tendered rates shall hold good for any variations in the Tendered quantities for completion of work on account of any
modification in the bill of quantities or design or specification.

b)DELETION OF WORK:
AEGCL and its representative have the right to delete or decrease any item or quantity from schedule of quantity at its
discretion if deemed necessary. No claim by the contractor will be admissible for this deletion or deduction of Item/quantity
from schedule of quantity.

8. LABOUR LEGISLATION:-
a)The Bidder shall comply with the provisions of the Apprentices Act 1961, payment of Wages Act1936, Minimum Wages
Act 1948, Employees Liability Act 1938, Workmen’s Compensation Act 1923, Industrial Disputes Act 1947, Maternity
Benefits Act 1961, and the Contract Labour (Regulation and Abolition) Act 1970, Provident Fund Act or the modifications
thereof or any other laws relating thereto and the rules made there under from time to time.
b)The Bidder shall indemnify and keep indemnified AEGCL against payments to be made under and for the observance of the
laws aforesaid and the Contractors’ Labour Regulations without prejudice to his right to claim. The laws aforesaid shall be
deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.
c)The Bidder shall at his own expense arrange for all the safety provisions for the safety of all workers and employees directly
or indirectly employed on the work by the Bidder.
d)The Bidder shall be fully responsible at his own expenses for compliance all the labour regulations and rules to be observed
by them. The Bidder shall fully indemnify AEGCL against any action by the state and/or Central Government for any default
or alleged default by the Bidder for violation of any of such rules and regulations. If, due to any default of the Bidder,
AEGCL has to incur any expenditure for compliance of the rules and regulations or for any other reason connected with
such default, AEGCL shall be entitled to recover from the Bidder all such expenditure in full from any payment due to the
Bidder.

9. GOVERNMENT AND LOCAL RULES:-


a)The Contractor shall conform to the provisions of all local bye-laws and acts relating to the work and to the regulations etc.
of the Government and Local Authorities and of any Company whose system and design is proposed to be
connected/utilized. The cost, if any, shall be deemed to have been included in his quoted rates, taking into account all
liabilities and shall indemnify AEGCL against such liabilities and shall defend all actions arising from.

OTHER REQUIREMENTS:

1) ELIGIBILITY OF CONTRACTORS EMPLOYEES:-


a)The Contractor shall employ in and about the Execution of the works only such persons as are skilled and experienced in
their several trades. A list of such personal should be submitted in corresponding Appendix.

2) ENGINEER AT LIBERTY TO OBJECT:-


a)AEGCL's Site in-charge shall have right to remove any person provided by the Contractor who, in the opinion of the Site
in-charge, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence
on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the
Works without consent of the Engineer. Any person so removed from the Works shall be replaced immediately without
hampering the work.

3) TAXES:-
a)Any taxes, royalties and duties as per Govt. Law should be responsible of the contractor and must be included in their quoted
rate.

4) INSURANCE:-

NIT NO. 149


Page 7 of 16 Bidders Signature & Seal
a)The bidder shall arrange for any pay/cost of personnel accident insurance, medical treatment etc. in respect of their
employees assigned to the works for all time and shall govern by Law of the land.

5) DAMAGE TO PERSON AND PROPERTY:-


a)The Contractor shall be responsible for all injury to the work or to workmen, to persons, animals or things and for all damages
to the structural and/or decorative part of property which may arise from the operations or neglect of contractor or its
employees, against whether such injury or damage arise from carelessness, accident or any other cause whatsoever in any
way connected with the carrying out of this Contract. The Contractor shall at his cost effect the insurance necessary and
indemnify AEGCL entirely from all responsibility in this respect. The scope of insurance is to include loss or damage to the
work and workmen due to carelessness, accident including fire, earthquake, floods, all medical expenses, compensation to
be borne in the event of accident etc., damage or loss to the Contract itself till this is made over a complete state. Insurance
is compulsory and must be affected from the very initial stage and should cover the entire contract period till handing over
of complete works. The Contractor shall also be responsible for anything which may be excluded from damage to any
property arising out of incidents, negligence or defective carrying out of this Contract.
AEGCL shall be at liberty and is hereby empowered to deduct the amount of any damages, compensations, costs,
charges and expenses arising or occurring from or in respect of any such claim or damages from any sums due or to become
due to the Contractor.

6) ACCEPTANCE OF BID AND CONTRACT AGREEMENT:-


a)An agreement shall have to be drawn on non-judicial stamp of appropriate value with AEGCL by the selected Contractor in
AEGCL’s General Conditions of Supply and Erection 2009 of contract within 10 (ten) days from the date of issue of the
LOI.
Wherever there is any variation in between the conditions of AEGCL’s General Conditions of Supply and Erection 2009
and the above terms & conditions, this bid conditions will supersede the conditions of AEGCL’s General Conditions of
Supply and Erection 2009.

7) STATUTORY AND SAFETY REQUIREMENT:-


a)Each and every safety measures for MAN and MACHINE will be the sole responsibility of the Contractor without any
prejudice. Compensation claim if any will also be the responsibility of the contractor without any prejudice.
b)During the execution of the work, the contractor shall have to mark the site with banner warning/indicating precautions.

8) PAYMENT TERMS:-
No advance/Mobilization advance shall be made in this contract.
First & final bill shall be released to the contractor only after final acceptance by AEGCL.
No claim for interest shall be entertained by AEGCL in respect of any money or balance which may be in AEGCL’s hands
owing to any dispute or difference or misunderstanding between the contractor and the AEGCL or due to the reason beyond
the reasonable control of AEGCL.
Payment is subject to availability of specific fund.
The quantities may vary as per site requirements. Actual work done quantities will be measured after completion of work
and will be paid as per certification by Engineer-in charge.
TDS at actual will be deducted from the payable amount against each invoice/bill.

9) RETENTION MONEY:-
a)Retention money is not applicable for this work.

ADDITIONAL INFORMATION

1) WARRANTY:-
a)The term period of warranty shall mean the period of 13 (Thirteen) Months from the date of Taking Over of the Work by
AEGCL. A Taking over Certificate (TOC) will be issued by the appropriate authority.

2) EXTENSION OF TIME:-
a)Time is the essence of the contract. No extension of time shall normally be allowed except on valid and genuine ground.

3) CHANGE OF NAME OF THE TENDERER:-


a)At any stage after tendering, AEGCL shall deal with the Contractor only in the name and the address under which he
submitted the tender. All the liabilities/ responsibilities for due execution of the contract shall be that of the Contractor.
b)Any change/ alteration of name/ constitution/ organization of contractor shall be duly notified to the AEGCL and the AEGCL
reserves the right to determine the contract, in case of any such notification.

4) DEATH, BANKRUPTCY ETC.:-


a)If the Contractor becomes bankrupt or being a corporation is in the process of winding up, amalgamation or reorganization,
the AEGCL shall be at liberty to:

NIT NO. 149


Page 8 of 16 Bidders Signature & Seal
i.Terminate the contract forthwith by notice in writing to the Contractor or to the liquidator or receiver or to any person in
whom the contract may become vested.
ii.Give such liquidator, receiver or other person the option of carrying out the contract subject to his providing a guarantee for
the due and faithful performance of the contract up to an amount to be determined by the AEGCL.
b)In case of death of the Contractor before completion of work and supply, the Engineer or AEGCL shall be at liberty to:
5) CONTRACTUAL FAILURE, LIQUIDATED DAMAGE AND PENALTY: -
a)Liquidity Damages 1.0% (one percent) of the amount of delayed work per week subjected to the maximum 10 % of the
contract value.

6) TERMINATION OF CONTRACT: -
a)If the performance of the contract is not satisfactory and not corrected within 15 days of receiving notice, then employer
shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the
Contractor.

7) PAYMENT ON TERMINATION: -
a)In the event of termination of the contract, AEGCL shall be at liberty to get balance work done by any third party at the risk
and cost of the contractor and due payment of the contractor, if any shall be released after the completion of whole of the
works.

8) SUSPENSION OF BUSINESS DEALINGS WITH FIRMS/ CONTRACTORS: -


a)The AEGCL may suspend business dealings with a Firm/ Contractor, if:-
i.The Central Bureau of Investigation or any other investing agency recommends such a course in respect of a case under
investigation; and if a prima facie case is made out that the firm is guilty of an offence involving unethical, unlawful,
fraudulent means in relation to business dealings, which, if established, would result in business dealings with it being
banned.
ii.The AEGCL has past record of non-performance of the Firm in its previously awarded contracts.
iii.The AEGCL has record of ban against the Firm by other Government /Public sector utility.
b)However, the AEGCL shall give the Firm/ Contractor a fair chance to explain the circumstances of such previous
suspensions.

9) BANNING OF BUSINESS DEALINGS WITH FIRMS/CONTRACTORS: -


The AEGCL may ban business dealings with a Firm/ Contractor, if:-
a)The owner (s) of the Firm/ Contractor is convicted by a court of law following prosecution for offences involving unethical,
unlawful, fraudulent means in relation to business dealings.
b)There is strong justification that the Firm has been guilty of malpractices such as, bribery, corruption, fraud, substitution of
tenders, interpolation, mis-representation, evasion or habitual default in payment of any Government tax etc.

1) FORCE MAJEURE CONDITION


a)Force Majeure condition shall be considered as any circumstances beyond reasonable control of the party claiming relief,
including but not limited to strikes, lockout, civil commotion, riot insurrection, hostilities, mobilization, war, fire, flood,
earthquake, malicious damage or accidents could entitle contractor to extension time. Any such delay should intimated
within 10 (ten) days from the beginning of such delay to consider/approved, any claim without prior information may not
be considered under force Majeure.

2) SETTLEMENT OF DISPUTE AND ARBITRATION:-


a)Any dispute arising out of the contract will be first settled bilaterally between AEGCL and Contractor. In case, dispute
cannot be settled bilaterally, it will be referred to arbitration. The contractor shall not stop the work during settlement of any
dispute. All disputes shall be subjected to the jurisdiction of District Court of respective District of work.

3) POLLUTION AND ENVIRONMENT:-


a)Each and every measure should be taken to adhere to the standard norms to avert any occasion of Air Pollution, Water
Pollution, Soil Pollution and Sound Pollution. In case of any deviation leading to any legal action the Contractor will be
solely responsible without any prejudice.

4) ACCEPTANCE AND TAKEOVER:-


a)When the term of contract shall be fully complied with completing all works as per approved drawing and technical
specifications to the satisfaction of the Department for a period as applicable, the Contractor/Firm shall have to submit
Performance Certificate to the office of the undersigned after the satisfactory completion of the work through the executing
authority for finalization of the work/payment as well as for the final acceptance and taking over the completed work and to
issue the necessary certificate thereof.

NIT NO. 149


Page 9 of 16 Bidders Signature & Seal
(D) GENERAL SPECIFICATIONS OF WORK.
1. SITE PREPARATION:-
All works required for site preparation will have to be carried out by the contractor at his own expense, whenever directed
by the Site In-charge.
a)The Contractor shall clear the site of unnecessary vegetation to prepare the site for work only as per directions given by the
Site In-charge.
b)Any unnecessary structures are to be demolished and serviceable materials to be stacked and stored as directed by AEGCL.
c)Any waste or unwanted material has to be disposed by the contractor if ordered by AEGCL. No materials will be allowed
to leave the site without the permission of the Site In-charge.
d)The Contractor will have to construct roads or any means for transport as instructed by the Site in-charge if the site is not
easily accessible.
e)All water which may accumulate on the site before or during the progress of the works or in trenches and excavations shall
be removed and drained out from the site to the satisfaction of the Site In-charge by the Contractor.
f)Any other work required for adequate preparation of the site shall be carried out by the Contractor.

2. PLAIN CEMENT CONCRETE:-


a)Plain Cement Concrete works must be carried out in dry condition and dewatering should be carried out wherever necessary
before placing of concrete.
b)The proportion of Plain Cement Concrete should be 1:3:6 or as specified in the drawing and design. The quality of the mix
will have to be checked and approved by the Site In-charge.
c)Curing should be done properly and as per instructions.

3. SHORING AND PROPPING:-


For pits and trenches requiring stabilising of slope, shoring or propping may be carried out at the Contractors own expense.

4. REINFORCEMENT:-
a)All reinforcement shall be cleaned thoroughly by removing loose scales, oil, grease or other deleterious materials. The
contractor shall obtain the approval of the Engineer-in-charge or his representative to the reinforcement when fixed in
position before any concrete is deposited in the forms.
b)Bars shall be bent cold or straightened in a manner to the satisfaction of the Engineer-in-charge or his representative. Bars
bent during transport or handing shall be straightened before using on work. They shall not be heated to facilitate bending.
Welding shall be done as per latest IS Code of practice.
5. SHUTTERING AND CENTERING:-
a)Shuttering for concrete shall be made of either metal or timber suitably lined and of substantial and rigid construction true
to shape, alignment and dimensions as shown on the approved drawings
6. REINFORCED CEMENT CONCRETE:-
a)Optimum quantity of water shall be mixed to produce the design mix/nominal mix concrete of required workability.
b)Workability shall be such that the concrete surrounds and properly grips all reinforcement.
c)The degree of consistency, which shall depend upon nature of work and method of vibration of concrete, shall be determined
by regular slump tests to be carried out by the contractor at his cost.
d)Usually for mass concrete in RCC works where vibrations are used the slumps shall be within 10mm to 25mm.
e)The frequency of such tests and the natures of slumps shall be maintained within the limits specified by the Engineer-in-
charge.

7. PLASTERING:-
a)Surfaces to be rendered must be cleaned and made free from all dust, loose materials, grease, etc, and be well wetted for a
few hours ( the wall should not be soaked but only damped evenly); but the wall should not be too wet.
b)Plaster may be applied in one or two coats. No single coat should exceed 12 mm in thickness as thick coats shrink more and
crack.
c)Plaster work on new construction should be deferred as much as possible so as to let shrinkage in reinforced concrete and
masonry take place before plastering.
d)General proportion for cement plaster should be 1:4.

8. CURING:-
a)Curing should be done as soon as possible after concrete is placed and when initial set has occurred and before it has
hardened. It should be continued for a minimum period of 7 to 12 days when normal (Portland) cement is used, 4 to 7 days
when rapid hardening cement is used, and should be kept thoroughly wet for 24 hours when high alumina cement is used.
b)Vertical surfaces may be covered with hanging curtains. Columns and small members shall be cured by wrapping round
them wet sacks or by sprinkling water continuously. On vertical surfaces it should be checked that the wet fabric is in contact
with the surface.
c)Water should be sprinkled on the underside of beams and slabs for proper curing.

NIT NO. 149


Page 10 of 16 Bidders Signature & Seal
9. PRIMING AND PAINTING: -
a)As per specifications in the schedule of quantity.

(E) WORK SCHEDULE.


1. SITE HANDOVER:-
a)Handing over of the work site will be done in presence of Project Manager or its authorized representative, Resident
Engineer, site engineer and contractor or its authorized representative.
b)The contractor has to submit the list of manpower along with contact numbers to be engaged for the work to the Project
Manager.
c)The date of site handing over to be noted on the Site register duly signed by the Project Manager or its authorized
representative, Resident Engineer, site engineer and contractor or its authorized representative.

2. WORK COMMENCEMENT: -

The work should be started only after having the following documents.
a)Work order
b)Site Register
c)Measurement Book
d)Drawings
e)Specifications of item & schedule of Quantity.

3. SITE REGISTER:-

a)It will be issued along with the work order.


b)It will be the responsibility of the Contractor to record and update the site register with details of Day-to-Day activities and
other details countersigned with seal by AEGCL.
c)The days on which no work is carried out should be recorded in the site register with proper justification.

4. PERT CHART OR BAR CHART:-

The successful bidder within 10 (ten) days before the contract is awarded will make out a detailed PERT Chart covering all
activities along with detailed program chart on accepted scheme indicating various stages of execution, method of execution
and completion of work in different stages keeping the period of completion in view and submit the same to the Engineer
for the consideration and approval.

NIT NO. 149


Page 11 of 16 Bidders Signature & Seal
Price Schedule (BOQ)
(As per DSR,21)
(To be provided in separate envelope)
Name of the work: Renovation of Control Room Building at 132kV Dhaligaon GSS.
Rates should be quoted exclusive of 18% GST

Sl No. Description of items Qty Unit Rate (Rs.) Amount (Rs.)


1 Removing dry or oil bound
distemper, water proofing cement
paint and the like by scrapping,
sand papering and preparing the
surface smooth including
necessary repairs to scratches etc.
complete.
1231.08 Sqm
2 Providing and applying white
cement-based putty of average
thickness 1 mm, of approved
brand and manufacturer, over the
plastered wall surface to prepare
the surface even and smooth
complete.
975.71 Sqm
3 Applying one coat of water
thinnable cement primer of
approved brand and manufacture
on wall surface: Water thinnable
cement primer
975.71 Sqm
4 Wall painting with plastic
emulsion paint of approved brand
and manufacture to give an even
shade: (Asian Paints Royale
Shyne/Berger Silk Glamor
Matt/Nerolac Impressions Sheen)
975.71 sqm
5 Finishing walls with Premium
Acrylic Smooth exterior paint
with Silicone additives of required
shade: New work (Two or more
coats applied @ 1.43 ltr/10 sqm
over and including priming coat
of exterior primer applied @ 2.20
kg/10 sqm) (Asian Paints Apex
Ultima/Berger Weather Coat
Long Life 15/ Nerolac Excel Top
Guard)
255.38 Sqm

NIT NO. 149


Page 12 of 16 Bidders Signature & Seal
6 Providing and laying Vitrified
tiles in floor in different sizes
(thickness to be specified by the
manufacturer) with water
absorption less than 0.08% and
conforming to IS:15622, of
approved brand & manufacturer,
in all colours and shade, laid on 20
mm thick cement mortar 1:4 (1
cement: 4 coarse sand) jointing
with grey cement slurry @3.3
kg/sqm including grouting the
joints with white cement and
matching pigments etc. The tiles
must be cut with the zero-
chipping diamond cutter only.
Laying of tiles will be done with
the notch trowel, plier, wedge,
clips of required thickness,
levelling system and rubber mallet
for placing the tiles gently and
easily. Double charge vitrified tile
polished finish of size Size of Tile
600 x 600 mm
(Nitco/Somany/Orient/Kajaria) 370.85 Sqm
7 Providing and fixing plain
multipurpose cement board
(Hight pressure steam cured) with
suitable screws for cement
particle board in ceiling etc.
complete (frame work to be paid
separately). 6 mm thick Cement
fibre board as per IS: 14862 7.92 sqm

Total Rs

In words Rupees:

NIT NO. 149


Page 13 of 16 Bidders Signature & Seal
Appendix-1

COVERING LETTER (ON THE BIDDER’S LETTER HEAD)

To,

The Deputy General Manager


Bongaigaon T&T Circle
AEGCL, Dhaligaon.

Sub: Submission of Tender.

Ref:-
1. NIT No.:
2. Name of work:

Sir,

Having examined the terms & conditions, technical specifications, detailed items of work etc. as well as acquainting
myself/ourselves with site of work, surroundings to get the required materials etc. I am/we are to submit herewith my/our
tender for the above-mentioned work. My/our rates are quoted as per the specification laid down in the schedule of items
of work.

I /We clearly understand that all materials, tools and plants, machineries, labours, testing of material, storage,
haulage etc. required in the work shall have to be arranged by me/us from my/our own resources in the events of allotment
of the work to me/us.

I /We also clearly understand that in the event of acceptance/approved of my/our tender, the work shall have to be
executed strictly as per specifications and the same shall have to be completed in all respects within the stipulated time
failing which I am/We are liable to be penalized as per rules laid down in Tender document as well as agreement thereof.

NIT NO. 149


Page 14 of 16 Bidders Signature & Seal
Appendix-2
PROFILE OF THE BIDDER
Hard copy of the following documents to be submitted with Techno-Commercial Bid.

Sl. No. Particulars To be filled by Bidder

a) Name of the Bidder :-

b) Registration with Memorandum of Association :-

c) PAN :-

d) GST Registration number :-

e) Employees Provident Fund :-

f) ESIC

g) Labour License registration :-

h) Income Tax Clearance Certificate :-

i) Professional Tax Registration :-

Date of Establishment/
j) :-
Incorporation

k) Postal Address :-
House No. :-
Lane :-
Street :-
Town/Village :-
Post Office :-
P.S. :-
District :-
Pincode :-
l) Telephone Number :-

Mobile No. :-

E-Mail Address :-

Website :-

m) Name(s) of the Owners / Directors/Partners :-

Name of the Banker with Address and


n) :-
Telephone Number

Contact Person Details Name:-


(Furnish here name of that person with whom Designation:-
o)
AEGCL may get in touch for more information Mobile Number:-
or clarifications) Email Address:-

NIT NO. 149


Page 15 of 16 Bidders Signature & Seal
Appendix-3

WORK EXPERIENCE OF THE BIDDER

Following documents to be submitted with Techno-Commercial Bid (Envolope-1)


In order to techno-commercially qualify for this Bid, the bidders have to submit requisite no. of work order along with
Performance certificate for similar nature of work executed within last 3 (Three) years at any Govt. Deptt., PSU etc. of
value not less than Rs........... …….
If the nature of work and value differs from the Clause 3 of Eligibility Qualification (Technical Qualification), it will not
be considered while evaluation of technical qualification.

Sl. No. Name of work Nature of Work Executed Starting Date Completion Date
Amount
a)
b)
c)
d)

NB:- The Bidder may prepare extra sheet if required


Appendix-4

FINANCIAL QUALIFICATIONS

Following documents to be submitted with Techno-Commercial Bid (Envelope-1)


In order to techno-commercially qualify for this Bid, the bidders have to submit annual audit report for last 3 (three)
years. The average of 3 (three) years will be considered for average annual turnover.
1. Financial Qualifications:

a) Minimum average annual turnover of Rs..................... calculated as total certified payments received for
contracts in progress or completed.

b) Minimum cash flow of Rs..................... showing financial resources such as liquid assets unencumbered real
assets, line of credit and other financial means. Bank solvency certificate to be submitted.

NB:- The Bidder may prepare extra sheet if required


ANNEXURE-I

General Guidelines for supervision of construction of civil works


1. Discussion of drawing & specifications of work with civil engineer of AEGCL.
2. Checking of adequacy of drawings & specifications and their functional requirement.
3. Verification of Work schedule submitted by the contractor.
4. Respective AGM‟s should engage one personal for keeping records of cement consumption of civil works.
5. Handing over of the site to the contractor and recording thereof in the site register.
6. Verification of adequacy of manpower, materials and tools & plant of contractor.
7. Verification of availability of materials before starting of particular work.
8. Verification of storage of materials as per standard guidelines.
9. Verification of quality of construction materials in consultation with civil engineer and approved specifications for
the work.
a) Cement.
b) Stone aggregate.

NIT NO. 149


Page 16 of 16 Bidders Signature & Seal

You might also like