e 535 Cdocument
e 535 Cdocument
BID DOCUMENT
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.
 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.
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
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.
4. VERIFICATION OF DOCUMENTS:-
 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.
       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
        “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.
         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.
 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
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.
     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.
OTHER REQUIREMENTS:
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:-
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.
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.
 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.
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:-
        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.
Total Rs
In words Rupees:
To,
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.
c) PAN :-
f) ESIC
           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 :-
      Sl. No.         Name of work                        Nature of Work     Executed      Starting Date     Completion Date
                                                                             Amount
        a)
        b)
        c)
        d)
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.