Академический Документы
Профессиональный Документы
Культура Документы
compared with the total estimated rates. performance security by stipulated date
The EMPLOYER shall have a (period stated in the ITB). The letter of
Further, the item rates quoted by L-1
Committee which is constituted to hold Intent/ Work order will be sent to the
bidder is also compared with the item
discussions with the lowest bidder in contractor by FAX/Telex duly confirmed
wise estimated rates and an attempt is
the opening of a tender. This shall be by Registered Letter.
made to negotiate the AHR/high freak
only in cases where the amount quoted Also, a formal contract agreement duly
rates of items with the L-1 bidder in an
is found to be more then the Reasonable signed between the Employer and the
effort to bring down the quoted rates of
Estimated Cost of the Project and when successful bidder (Contractor) will be
such AHR/freak rate items to the lowest
certain clarifications are required from entered into, incorporating all
tendered rates for that item in the
the bidder. The composition of the documents which will constitute the
received offers of the tender compiled in
Negotiation Committee is as follows:- contract.
the comparative statement as well as the
In course of discussion between the
estimated rates of such item(s).
committee and the bidder, whenever the
Table 4 shows the details of the activity b) The major reason behind the higher d) Gammon India had quoted higher
wise costs submitted by the bidders and quotes was that the AFCONS had rates for Environmental Mitigation
from the table the following inferences quoted Absurdly Higher Rates for Measures as well as Instrumentation for
were obtained: Bridges & Grade Separators which was Structures which resulted in higher
higher than even 10 % hence was not quotes than CITIC-BIECO.
a) The estimated price of AFCONS was acceptable.
7.33 % above the estimated cost which e) Therefore after comparing all the
was the highest while CITIC-BIECO had c) The Rebate Value of CITIC-BIECO values the bidders were given the ranks
10.987 % below the estimated cost which was highest because it was a foreign from L1 to L3 where L1 was for the
was the least. This is further elaborated company and this was the major reason lowest bidder while L3 to the highest
in the histogram shown in Figure 2. of their lower quotations. bidder thereby in ascending order of the
price bid quotations.
COST VARIATION FROM ESTIMATED COST f) Hence CITIC-BIECO were given the
80000000 rank as L1 while GAMMONS INDIA
60000000 were given the rank as L2 where as
TOTAL COST(RUPEES)
Figure 2: Histogram showing cost variation from the estimated cost of various bidders
2 Classification (Group A / B) A B A
Substantially Substantially
8 Decision on Responsiveness Substantially Responsive
Responsive Responsive
11 Bid Security Rs. 8.4 Millions US$ 178,000 Rs. 8.4 Millions
11.1 Form of Bid Security Bank Guarantee Bank Guarantee Bank Guarantee
Bank of India,
UCO Bank, Overseas
Allahabad bank, WTC,
11.2 Bank and Branch Nariman Point, Branch,
Mumbai
Mumbai Mumbai (with
deviation)