Вы находитесь на странице: 1из 31

NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry Road, Transport & Highways, Govt.

of India) Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur Town) of NH 86 in the State of Madhya Pradesh
BID DOCUMENT- ITEM RATE CONTRACT

NATIONAL COMPETITIVE BIDDING

VOLUME - III
Section V Section VI Qualification Information Form of bank guarantee for bid security and Performance security, form of letter of acceptance and form of agreement Form of BID, Appendix to Bid and Bill of Quantities Drawings Documents to be furnished by the bidder

Section VII Section VIII Section IX

Regional Office, National Highways Authority of India (Ministry of Road, Transport & Highways) E-1/200, Arera Colony, Bhopal (M.P.)
1

NATIONAL HIGHWAY AUTHORITY OF INDIA


Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur Town) of NH 86 in the State of Madhya Pradesh
BID DOCUMENT ITEM RATE CONTRACT

NATIONAL COMPETITIVE BIDDING

CONTENTS
Vol.
I

Section
I II III

Description
Notice inviting tender Instructions to bidders (ITB) Conditions of contract & Technical specifications Qualification Information Form of bank guarantee for bid security and Performance security, form of letter of acceptance and form of agreement Form of BID, Appendix To Bid And Bill of Quantities Drawings Documents to be furnished by the bidder contract data

Page no.

II

IV V VI

III VII VIII IX

(SECTION-V) Qualification Information

List of Plant and Equipment (Minimum Requirement)

ITB clause No. 4.4 B (b) (i)


Name of the Equipment Concrete Batching and Mixing Plant with automatic control (Minimum 40 Cum per hour capacity) Concrete Paver with electronic sensor Transit Mixer Vibratory Roller 8-10 Tonne Static Roller (10 ton) Water Tanker Tippers trucks Quantity 1

1 4 1 1 4 5

Note: The bidder must produce the documentary evidence in support of his owning/leased/ rented of the above equipments.

The Number of Technical Personnel, Qualifications and Experience will be as follows: ITB clause No. 4.4 B (b) (ii)

Sl. No. 1.

Personnel

Minimum Qualification and Experience B.E. (Civil) + 5 Years Exp. Or Diploma civil + 10 yr experience Dip. Civil + 5 years Exp. Or B.E. (civil) + 3 yrs. Exp. Dip. Civil + 5 years Exp. Or B.E. (civil) + 3 yrs. Exp.

Particular Experience (minimum requirement) 5 years as Project Manager on Highway, bridge construction/ Maintenance works 3 years on highway construction /Maintenance works relevant experience 3 years on highway construction /Maintenance works relevant experience

No. of Persons

Project Manager

2.

Material cum Quantity Engineer

3.

Site Engineer

Note : The detailed and signed CVs of the Key Technical Personnel at S. No. 1 must be furnished along with the bid.

QUALIFICATION INFORMATION

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

Qualification Information
1. 1.1. For Individual Bidders Constitution or legal status of Bidder [Attach copy]

Place of registration:

____________________________

Principal place of business:

____________________________

Power of attorney of signatory of Bid [Attach]

1.2.

Total value of Civil Engineering construction work performed in the last three years (in Rs. Lakhs) refer ITB Clause 4.4 A (a) (attach certificate from Chartered Accountant)

2007-2008------------2008-2009------------2009-2010-------------

1.3 (a) Work performed as prime contractor, work performed in the past as a nominated sub- contractor will also be considered , provided further that all other qualification criteria are satisfied (in the same name) of a similar nature during the last seven years to qualify as per ITB Clause 4.4A(b).
Project Name Name of the Employer* Description of work Contract No. Value of Contract (Rs. Crore) Date of issue of work order Stipulated period of completion Actual date of completion* Remarks explaining reasons for delay & work Completed

* Attach certificate(s) from the Employer (to be given by an officer at the rank of Executive Engineer or equivalent) Note: In case of nominated sub-contractor a certificate from the Executive Engineer or equivalent of the Prime Employer should be obtained from whom an approval for subcontractor has been obtained.

1.3

(b) Deleted

1.4.

Availability of Key Equipment essential for carrying out the Works [Ref. Clause 4.4(B)(b) (i)]. The Bidder should list all the information requested below. Requirement Capacity Availability Proposals Owned/Leased Nos./Capacity Age/Condition rented Page No of the proof attached.

Item of Equipment

No.

Evidence of the availability of the equipment must be furnished.

1.5

Qualification and Experience of Key Personnel required for administration and the Contract [Ref. Clause 4.4 (B) (b) (ii)]. Attach biographical data for personnel (Refer also to Cl. 4.2 (e) of Instruction to Bidders).

execution of technical

(Refer also to Sub Clause 9.1 of the Conditions of Contract). Position Name Qualification Total Professional Experience (Years) Experience in the proposed position (Years)

Project Manager

Etc.

1.6.

Information on litigation history in which the Bidder is involved. Employer Cause of Dispute Amount involved Remarks showing Present Status

Other Party (ies)

2.

Bidders should provide the following affidavits/ undertakings as per formats enclosed hereinafter: (i) (ii) (iii) Affidavit (it should be on stamp paper attested by Notary Public) Undertaking regarding minimum investment of cash towards working capital. Undertaking that the Bids shall remain valid for the period specified in Clause 15.1.

AFFIDAVIT

1. 2.

I, the undersigned, do hereby certify that all the statements made in the enclosed attachments are true and correct. The undersigned also hereby certifies that neither our firm M/s_________________________________________________ have abandoned any work on National Highways in India nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid. The undersigned hereby authorise(s) and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by NHAI to verify this statement or regarding my (our) competence and general reputation. The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of the NHAI and within the prescribed time.. _____________________________________ (Signed by an Authorised Representative of the Firm) _____________________ Name of the Representative ______________________________ Name of Firm ______________________ DATE

3.

4.

10

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s _______________________________ ____________________________ would invest a minimum cash up to 25% of the value of the work during implementation of the Contract towards the working capital.

_____________________________________ (Signed by an Authorised Representative of the Firm) _____________________ Name of the Representative __________________________ Name of Firm ______________________ DATE

11

UNDERTAKING I, the undersigned do hereby undertake that our firm M/s ______________________________________agree to abide by this bid for a period of _________ days after the date fixed for receiving the same and it shall be binding on us and may be accepted at any time before the expiration of that period. ____________________________________ (Signed by an Authorized Representative of the Firm)

_______________ Name of the Representative __________________ Name of Firm __________________ DATE

12

(SECTION-VI) FORM OF BANK GUARANTEE FOR BID SECURITY AND PERFORMANCE SECURITY FORM OF LETTER OF ACCEPTANCE AND FORM OF AGREEMENT
13

14

FORM OF BANK GUARANTEE FOR BID SECURITY

WHEREAS __________________________________________________ (Name of Tenderer) (hereinafter called the Tenderer) wishes to submit his tender for maintenance work of NH______ (from Km. ______ to km. ______) in the state/s of ____________________ herein after called the Tender KNOW ALL MEN by these present that we _______________________ (Name of Bank) of ______________________ (Name of country) having our registered office at ( ___________________________ ) (hereinafter called the Bank) are bound unto the National Highways Authority of India (hereinafter called the Employer) in the sum of the Rs. __________________ (Rupees _________________________________) *for which payment can truly be made to the said Employer. The Bank bind themselves, their successors and assigns by these present with the common seal of the Bank this day __________ of ________ and undertake to pay the amount of ______________ Rs. ____________ to the employer upon receipt of his first written demand without the employer having to substantiate his demand. The conditions of this obligation are: (i) If the tenderer withdraws his tender during the period of Tender validity specified in the Form of Tender. Or (ii) If the Tenderer having been notified of the acceptance of his Tender by the Employer during the period of tender validity. (a) fails or refuses to execute the Form of Agreement in accordance with the instructions to bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders. We undertake to pay to the Employer upto the above amount upon receipt of his first written demand, without the employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of any one of the above conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including the date 45 days beyond the validity of the bid as stated in the Instructions to Bidders or as it may be extended by the Employer, at any time prior to the closing date for submission of the Tenders Notice of which extension to the Bank is hereby waived. Any demand in respect of this guarantee should be made on the Bank on or before the date of expiry of this guarantee. Notwithstanding anything contained herein before, our liability under this guarantee is restricted to Rs. ________________ (Rs._________in words) and the guarantee shall remain valid till ___________________. Unless a claim or a demand in writing is served upon us on or before ____________ all our liability under this guarantee shall cease. SIGNATURE OF AUTHORISED REPRESENTATIVE OF THE BANK _________ 15

NAME AND DESIGNATION ______________________ EMPLOYEE CODE NUMBER SEAL OF THE BANK _____________________________________________ SIGNATURE OF THE WITNESS (IF THIS IS TO BE WITNESSED AS PER BANKS POLICY) ___________________________________ NAME OF THE WITNESS ______________________________________ ADDRESS OF THE WITNESS ____________________________________

16

FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY


To National Highways Authority of India G5 & 6, Sector 10 Dwarka New Delhi 110075 WHEREAS (name and address of contractor) hereinafter called the contractor has undertaken, in pursuance of Letter of Acceptance No. . Dated .. to execute.. (name of Contract and brief description of Works) (hereinafter called the contract). AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall furnish you with a Bank Guarantee for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS(Name and address of bank). we have agreed to give the Contractor such a Bank Guarantee: NOW THEREOF we hereby affirm that we are the guarantor and responsible to you on behalf of the Contractor, up to a total of Rs (amount of guarantee) (Rupees. (in words), , and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of .. (amount of guarantee) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until 28 days from the date of expiry of the Defects Liability Period. Notwithstanding anything contained herein before, our liability under this guarantee is restricted to Rs. ________________ (Rs._________in words) and the guarantee shall remain valid till ___________________. Unless a claim or a demand in writing is served upon us on or before ____________ all our liability under this guarantee shall cease. Signature and seal of the Guarantor with Name, Designation, Employee Code Number & Telephone Number Name of the Issuing Bank/ Branch Name of the Controlling Branch/Bank.. Address & Telephone NumberAddress & Telephone Number. Date.. In the presence of (if this is to be witnessed as per banks policy) 1 (Name, Address & Occupation) 17

2 (Name, Address & Occupation) An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract including additional security for unbalance bids, if any and denominated in Indian Rupees.

18

FORM OF LETTER OF ACCEPTANCE


No. . To M/s. Dated ..

Sub.: . Name of Work

Sir, Based on your bid submitted on .. in compliance of bidding document of NHAIfor execution of the work of . , it is hereby notified that your bid for a contract price of Rs (Rupees in words) has been accepted for and on behalf of NHAI

You are hereby requested to furnish Performance Security plus additional security in the form detailed in para. 33.2 of ITB for an amount equivalent to Rs (Rupees in words) within 10 days as per provisions of clause 33.1 of ITB of the bid document and sign the contract agreement failing which the actions as stipulated in clause-.33.3 of ITB shall be taken.
Thanking you, Yours faithfully,

(..) CGM (T) / DGM (T), RO-MP, Bhopal

19

FORM OF AGREEMENT AGREEMENT


This agreement made the ______________day of ____________________ 2009_____________________ between the National Highways Authority of India, New Delhi (hereinafter called the Employer of the one part and _________________ (here in after called the Contractor) of the other part. AND WHEREAS the Employer invited bids from eligible bidders for the execution of certain works, viz AND WHEREAS pursuant to the bid submitted by the Contractor, vide ____________ (here in after referred to as the BID or FFER) for the execution of works, the Employer by his letter of acceptance dated ___________ accepted the offer submitted by the Contractor for the execution and completion of such works and remedying of any defects thereon, on terms and conditions in accordance with the documents listed in para 2 below. AND WHEREAS the Contractor by a deed of undertaking dated ________ has agreed to abide by all the terms of the bid, including but not limited to the amount quoted for the execution of Contract, as stated in the bid, and also to comply with such terms and conditions as may be required from time to time. AND WHEREAS the contractor has agreed to undertake such works and has furnished a performance security pursuant to clause 33 of the instructions to bidders (Section-I). NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expressions shall have the same meaning as are respectively assigned to them in the conditions of contract hereinafter referred to; 2. the following documents shall be deemed to form and be read and construed as part of this agreement viz. (a) Agreement, (b) Letter of Acceptance (c) Contractor's Bid, (d) Contract Data, (e) Conditions of Contract (f) Technical Specifications, (g) Drawings, if any (h) Implementation Manual and Maintenance Intervention Level (i) Scope of Work (j) Bill of Quantities, and (k) Any other document listed in the Contract Data. 3. The foregoing documents shall be construed as complementary and mutually explanatory one with another. Should any ambiguity or discrepancy be noted then the order of precedence of these documents shall be subject to the order as listed above and interpreted in the above order of priority.

20

4. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the works and remedy any defects therein in conformity in all respects with the provisions of the contract. 5. the employer hereby covenants to pay the contractor in consideration of the execution and completion of the works and remedying of defects therein, the contract price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract. IN WITNESS WHEREOF the parties here to have caused this agreement to be executed the day and year above written. Signed, sealed and delivered by the said Employer through his Authorized Representative and the said Contractor through his Power of Attorney holder.

Binding Signature of Employer ___________________________________ For and on behalf of National Highways Authority of India, New Delhi 110 075

Binding Signature of Contractor __________________________________ For and on behalf of M/s. _________________________________________

In the presence of 1. Name : Address: 2. Name : Address:

In the Presence of 1. Name: Address: 2. Name: Address:

21

(SECTION-VII) Form of BID, Appendix To Bid And Bill of Quantities


22

A: FORM OF BID (Bidders are required to fill up all the blanks in the form of Bid). Name of Contract : To R.K. Pandey Regional Officer (MP), National Highways Authority of India E-1/200, Arera Colony, Bhopal, MP Phone 0755-2460089 Fax 0755-2460138 Email- robhopal@nhai.org Dear Sir, 1. Having examined the Conditions of Contract, Specifications, Bill of Quantities, Drawings, and Addenda No. _____ for the execution of the above named Works, we, the undersigned, offer to execute and complete such works and remedy any defects therein in conformity with the Conditions of Contract, Specifications, Bill of Quantities, Drawings and Addenda for the sum of Rs.___________________ (Rupees________________________________________________________________) or such other sum as may be ascertained in accordance with the said Bidding Documents. We acknowledge that the Appendix to Bid forms part of our Bid. We undertake, if our Bid is accepted, to commence the works on Site within the period stated in the Appendix to Bid hereto after accept of an order of the Engineers notice to commence, and to complete and deliver the sections and the whole of the Works comprised in the Contract within the period stated in the Appendix to Bid. If our Bid is accepted, we will furnish Performance Security (ies) in the form of a Bank Guarantee(s) to be jointly and severally bound on us in accordance with the Conditions of Contract. We agree to abide by this Bid for the period of one hundred fifty (150) days after the date of bid opening, and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Unless and until a formal Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988). We understand that you are not bound to accept the lowest or any Bid you may receive. We certify/confirm that we comply with eligibility requirements, as per ITB clause 3 of the bidding document. We attach herewith our current income tax clearance certificate*. 23 Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur Town) of NH 86 in the State of Madhya Pradesh

2. 3.

4.

5.

6. 7.

8. 9. 10.

Dated this ______________ day of________________ 2011_________ Signature _______________________________ in the capacity of _________________ duly authorised1 to sign Bid for and on behalf of_______________________________________________________ Address [in block capitals] _____________________________________________ _____________________________________________ Name of Witness_______________________________________________ Address of Witness _____________________________________________________________ Signature of Witness ________________________________________________________

* This is applicable for all bidders from India. 1 Certified copy of Power of Attorney/ authorisation for signature shall be furnished by the Contractor, in accordance with Clause 20 of Instruction to Bidders (Section I).

24

VIII - BILL OF QUANTITIES PREAMBLE 1. 2. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract, Technical Specifications and Drawings. The quantities given in the Bill of Quantities are estimated and provisional and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and prices bided in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Engineer may fix within the terms of the Contract. The rates and prices tendered in the priced Bill of Quantities, except in so far as it is otherwise provided under the Contract, include all constructional plant, labour, supervision, materials, all temporary works and false works, erection, maintenance, establishment and overhead charges, profit, taxes and duties and levies and other charges together with all general risks, liabilities and obligations set out or implied in the Contract and including remedy of any defects during the Defects Liability Period. The rates and prices shall be quoted entirely in Indian Rupees, see Clause 15 of the Instruction to Bidders, Section I Volume 1. The rate or price shall be entered both in figures and words against each item in the Bill of Quantities, wherever the quantities are not stated and mentioned as Not Operating, the Bidders are not required to quote. The cost of items against which the Contractor has failed to enter a rate or price shall be deemed to have been covered by other rates and prices entered in the Bill of Quantities. The whole cost of complying with the provisions of the Contract shall be included in the items provided in the priced Bill of Quantities, and where no items are provided the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work. General directions and descriptions of work and materials are not necessarily repeated or summarised in the Bill of Quantities. Reference to the relevant sections of the contract documentation shall be made before entering rates or prices against each item in the Bill of Quantities. The method of measurement of completed work for payment shall be in accordance with the provisions of MORT&H specification for Road and Bridge works (Fourth Revision) published by Indian Road Congress, New Delhi and its project specific amendments mentioned in the Technical Specifications, Section IV Volume 2. Errors will be corrected by the Employer for any arithmetical errors pursuant to Clause 28 of the Instructions to Bidders, Section I Volume 1. Rock is defined as all materials, which, in the opinion of the Engineer, require blasting, or the use of metal wedges and sledgehammers, or the use of compressed air drilling for its removal, and which cannot be extracted by ripping with a tractor of at least 110kW with a single rear mounted heavy-duty ripper.

3.

4. 5.

6.

7.

8.

9. 10.

25

ABBREVIATIONS Abbreviations Rs or RS LS or L.S or SUM Nr. or No. or Nos Lm or LM or lm or Rm : M KM or km hct. or Hct m2 or sq.m or sqm m3 or cum or cu.m or Cum cc. or c3 or cu.cm or cucm cum.km. or cum km KG or kg or Kg mt or t or T or tonne HP PS IRC MORTH Specification(s) : : : : : : : : : : : : : : : : For Indian Rupees Lump Sum Number(s) Linear metre of Running metre Metre Kilometre Hectare Square metre Cubic metre Cubic centimetre Cubic metre kilometre Kilogram Metric Tonne Horse Power Provisional Sum Indian Roads Congress Specifications for Road and Bridge Works (Fourth Revision) issued by the Ministry of Surface Transport (Roads Wing), Government of India, now renamed Ministry of Road Transport and Highways (MORTH). Bureau of Indian Standards Indian Standard Petrolium, Oil and Lubricants Vehicle month
26

BIS IS P.O.L or POL Veh. Month

: : : :

Name of work - Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur Town) of NH 86 in the State of Madhya Pradesh Bill of Quantities (Collection Bills) S. No. Bill A Description Construction of Concrete road (PQC) in km 69 and 81 of NH- 86. Grand Total Rebate if any Grand Total after Rebate Total Bid Price (Rs in figures) Total Bid Price (Rs in Words)

27

National Highways Authority of India


Name of work - Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur Town) of NH 86 in the State of Madhya Pradesh

Bill-A BOQ
Abstract For - Construction of Concrete road (PQC) in km 69 (Shahgarh town) and 81 (Hirapur
Town) of NH 86 total length 2.00 kms. S. No .
P.W.D SOR Item No. for (B&R) w.e.f 22.06.200 9

Name of Work

Unit

Qty.

Quote d Rate in Rs.

Quote d Rate in Words 7

Quoted amount in Rs.

3 Dismantling of Flexible Pavements (Dismantling of flexible pavements and disposal of dismantled materials up to a lead of 1000 metres, stacking serviceable and unserviceable materials separately) By Mechanical Means for bimunus courses. Excavation in Soil using Hydraulic Excavator and Tippers with disposal upto 1000 metres. (Excavation for roadwork in soil with hydraulic excavator of0.9 cum bucket capacity including cutting and loading in tippers, trimming bottom and side slopes, in accordance with requirements of lines, grades and cross sections, and transporting to the embankment location within all lifts and lead upto 1000m) Construction of Subgrade and Earthen Shoulders (Construction of subgrade and earthen shoulders with approved material obtained form borrow pits with all lifts and leads transporting to site, spreading grading to required slope and compacted to meet requirement of table no. 300-2) Granular Sub-Base with Coarse Graded Material ( Table:- 400- 2) (Construction of granular sub-base by providing coarse graded material, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method with rotavator at OMC, and compacting with vibratory roller to achieve the desired density, complete as per clause 401). 28

2.4 (II) (A)

700

cum

3.4

10840

cum

3.14

16960

cum

4.2 (i)

5600

cum

(i) For grading-I Material Providing and laying Dry Lean Concrete base of M-15 grade concrete as per approved design including all leads and lifts etc. complete as per drawings. Technical Specification clause 601 and as directed by the Engineer Providing and laying Pavement Quality Concrete of M 40 grade including all leads and lifts etc. complete as per drawings. Technical Specification clause 602 and as directed by the Engineer, Plain Cement Concrete M15 in open cement concrete drain as per drawing and technical specification. Plain Cement Concrete M20 in open cement concrete drain as per drawing and technical specification. Providing and laying reinforced cement concrete pipe 300mm dia NP-4 for service ducts below concrete pavement. Total of Bill A =

6.1

2680

cum

6.2

6000

cum

12.9 (A)

480

cum

13.5 (B)

1353

cum

6.6

800

RM

29

(SECTION-VIII) Drawings

30

(SECTION-IX) Documents to be furnished by the Bidder

31

Вам также может понравиться