You are on page 1of 14

`

Chapter II.

DETAILED TENDER NOTICE


KALYAN DOMBIVLI MUNICIPAL CORPORATION, KALYAN
SHIVAJI CHOWK, KALYAN (W).

2. DETAILED TENDER NOTICE

The KDMC invites sealed offers (in two envelope System) through ‘E’ tendering
system in the prescribed ‘C’ form (Lumsum Per Squaremeter built up area basis) from
bidders in the filed of construction / Development of Real estate / infrastructure including
Registered Government Contractors having sound financial strength and technical expertise
in construction of multi-storeyed buildings (subject to eligibility criteria as decided by Kalyan
Dombivli Municipal Corporation) for construction of tenements in BSUP DPR- IV projects
on HDH plot no. 6 at Khambalpada (Kanchangaon), Dombivli & & HDH plot no. 504 in
Kachore Annex scheme at Kachore, KalyanTal. Kalyan Dist Thane.

1) PROJECT SCHEME :
Kalyan Dombivli Municipal Corporation (KDMC) an ‘A’ rated Municipal
Corporation by CRISIL, proposes to construct various buildings on Lumsum per Sq. meter
built up area basis. These identified building projects with infrastructure works like site
development, water supply, drainage, sewerage, external electrification, internal roads, gutter,
pavement, compound wall Septic Tanks, Rain Water Harvesting, Solar Water Heating
System, Fire Fighting etc in all respect including purely temporary basis transit arrangements
for in situ projects for slum dwellers have been proposed to rehabilitate the slum dwellers in
KDMC area. KDMC intends to develop the city towards aim of a slumless city. The Govt. of
India has included these works in Basic Services to Urban Poor Programme (BSUP) under
Jawaharlal Nehru National Urban Renewal Mission (JNNURM). The above stated works
on 3 identified sites (on open plots for relocation) have been targeted for completion within
18 months i.e. in year 2011 & works to commence in year 2010. KDMC has identified such
sites across the city under rehabilitation works, These slum rehabilitation works will be
implemented separately in sitewise manner and will be funded by Central, State government,
Beneficiaries & KDMC.

2 ) SCOPE OF WORK : Construction of multistoried (Gr+8) buildings with community


rooms (within the buildings), informal sector markets (as shown on layouts) & multipurpose

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
5
Hall/s with development of all necessary infrastructure such as road S.W.drainage, water
supply, sewerage, Septic Tank, Rain Water Harvesting, Solar Water Heating System,Fire
Fighting, pavement, Compound wall and retaining wall, electrification etc in all respect as
detailed below :
TABLE NO. 1
Sr. Work No. of buildings Total no. of Location of Approx. Built up
No. Tenements Rehabilitation area in sq.mt.
work (including BUA Blank tender
of community form fee (Non EMD
rooms & Refundable)
Multipurpose
Halls)
1. Proposed 'A1' type : 1
BSUP 'B1' type : 14 56703.04+
1437 Tenements,
scheme at 'B2' type : 4 Open H.D.H. 579.66+66.50
20 community
Khambalpada 'B4' type : 1 Plot No.6 (Multipurpose
rooms & 1 Multi
(Kalyan) Total : 20 bldgs. at Hall) = 57349.20
purpose hall & 1
1 Multi purpose hall Khambalpada, sq.mts.
Health care centre.
& 1 Health care Kalyan.
centre. Rs.100
2. Proposed 50,165 Lacs
BSUP Open H.D.H.
scheme at Plot No.504
'A1' type : 1 319 Tenements,
Kachore- at Kachore, 12430.38 sq.mts.
'B1' type : 3 4 community
Annex Kalyan.
Total : 4 bldgs. rooms.
(Kalyan)

3. Bidder/s will havs to complete the construction of the quoted nos. of buildings in each
work which will be G+8 type RCC buildings on work wise locations mentioned in the above
table with development of infrastructure like road S.W.drainage, water supply, sewerage,
pavement, compound & retaining walls etc. in all respect, including transit accommodation as
per layout, design, specifications and building plans prepared by M/s. Subhash Patil &
Associates, 41, Shreerang Shopping Centre, Shreerang Society, Above UCO Bank, Thane
(West),- 400 601, the Consultant, appointed by Kalyan Dombivli Municipal Corporation &
under the supervision of the said Consultants.

4. Buildings are to be constructed in monolithic R.C.C. Framed structure with walls in brick
work. Bidders are requested to submit the offer on Built Up Area (BUA) Rate per Square Meter
for Construction of buildings, initial Plain table/levelling survey, land demarcations, site
cleaning, soil testing, Internal and External Plumbing, Internal and External Electrification and
all infrastructural Amenities, such as levelling of Sites by Cuttings & Fillings, Constrcution of

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
6
retaining walls, Construction of Roads, Cross Drainage Works, Water Supply scheme, Bore
wells etc. Sanitary Arrangements, Sewerage Disposal System, External Electrification, Shifting
& Replacement of existing Electrical / Telephone lines by underground cabling, Dismantling of
existing structures coming in the way of construction & remaking a good as per requirements
etc. on turnkey basis along with necessary permissions from competent authorities. However the
bidders will be allowed to use latest alluminium or steel shuttering without charging any extra
cost to KDMC.
5 THE PRE-QUALIFICATION PROCESS :
The Objective of the Pre-qualification Process

The objective of the pre-qualification process is to shortlist Bidders who have the
financial strength and the technical experience to implement the Project. The
following criteria have been taken in order to understand the applicant’s capability
and Competence to develop the project in the desired manner.
Financial Capability.
Expertise in construction of multi-storied buildings.
On each of the above parameters, the applicant would be required to meet the
eligibility criteria as detailed in the next section. Any applicant meeting all the
criteria, subject to the provisions of this tender document, will be pre-qualified and
considered for the further process of the financial bid.

Eligibility Criteria for Pre-qualification.


Eligibility criteria for bidding :
The Bidding Company in the field of construction / Development of Real Estate /
Infrastructure shall be
i) A proprietary firm
ii) A registered Partnership firm
iii) A registered joint venture/ Consortium.
iv) A company, which is a registered corporate entity under the Company Act, 1956.
v) A Central Government undertaking, construction company/ body.

The Bidding Company shall be ISO 9001:2008 or ISO14000

Eligible entitles for evaluation under the minimum eligibility criteria


For a Bidding Company

For evaluation under the financial Capability criteria, the strength of the
company will only considered. Under no circumstances the aggregation of
financial capabilities of its subsidiaries, Promoter Company, sister concerns other
entity will be considered.
For evaluation of the multi-storeyed building construction expertise criteria,
the strength of the Bidding Company shall be considered.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
7
The bidder or it’s joint venture company / associate company should
have experience of execution of at least one project covering Water/ Waste
water pipelines, ESRs , Road works in last 5 years of value not less than 10
Crores.(Ten Crores)

In case the tender form is purchased by a regd. joint venture/ Association/


consortium, the total of all the members of joint venture/ Association/ Consortium
shall be considered. However, the notarised JV agreement is mandatory; in
absence of which the technical and financial strength of only lead / main applicant
shall be considered. Further it should be assured that the registered parternership
dead should be irrevocable till the completion of work for which they have
combined and till all liabilities thereof are liquidated and the share of the any
partner of should not be less then 25%.

Eligibility Criteria for Financial Capability.

The Bidding company in following categories should meet the eligibility criteria for financial
capability specified below.

Sr. Work Min. financial Eligbility Criteria Min. Techniclal


Eligibility Critieria:
No.
Suceesfully executed min
slab area /built up area in
Turn Net Net Cash Solvancy
construction of buildings
Over Capital accruals from
from single project (in
averag Balance average Nationalized
m2) in last 4 years.
e of /Tangible of the Bank
(06-07,07-08,08-09 & 09-
three Networth last three
10)
year As on years.
31.03.200
9
1. BSUP Scheme
at
Khambalpada
(Kanchangaon 70 Cr. 10 Cr. 5 Cr. 25 Cr. 70,000 Sq.mt.
), Dombivli
& in Kachore
Annex scheme

Experience of designing & execution of electrical work including providing &


erecting the substations, providing & laying electrical cables / overhead lines from
available main source to the substations in the plot including necessary approvals
from competent authorities shall be compulsory for the bidders. The bidder or it’s
joint venture / Associate/ Sister concerned company should submit the experience
certificate in the said regard alongwith M.O.U.
For evaluation of technical experience the strength of the bidder company will only
be considered. Under no circumstances, the aggregation of technical experience of its
subsidiaries, Promoter Company, Sister Concern or any other entity will be
considered. Suceesfully executed slab area / built up area in construction of building
projects only be considered, if it is supported with sufficient documentary evidences.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
8
Bidder should have R.M.C. plant of 20 Cum/ Hour, transit mixer, poclain, dumpers
etc.

Pre-Qualification :
Bidders satisfying the above two criteria shall be declared as pre-qualified and
considered for the further process of the financial bid.

6 TIME LIMIT FOR COMPLETION OF WORK –


Eighteen (18) months including monsoon period from the date of work order.
7. TENDER PROGRAMME.
Issue of blank tender form :
The blank tender forms are available at www.kdmctenders.com.from 20/02/2010
to 06/03/2010 the procedure for purchasing the blank tender from is as follows.
Bidder has to enroll himself with www.kdmctenders.com. for signing up.
At the time enrollment, the information required for enrollment should be filled.
The bidder has to deposit Rs. 2150/- (Rs.1150/- towards digital token and 1000/-
towards digital signature registration for one year). The documents required for
enrollment should be in PDF or JPG format.
After enrollment the bidder will get user name and password to his Mail Id.
For any other queries, bidder can contact Help Line No. +919823353372,
+919922948583 and + 919822955838
e) Blank tender forms can be purchased only after the bidder has
enrolled himself. A digital signature is required for purchasing and
submission of tender form. Queries regarding digital signature can be
solved through help mode. The Bidders can even contact ‘Help Line’
on +919823353372, +919922948583 and +919822955838 numbers.
f) The bidder has to submit the technical and commercial bid online only.
8
METHOD FOR PURCHASING OF BLANK TENDER FORM:
Bidder can purchase blank tender document online by paying the specified cost
using credit card or by depositing the cost of blank tender form at E–tendering
Section of System Department of Kalyan Dombivali Municipal Corporation,
Shankarro Chowk, Kalyan up to 5.00 pm on all working days between 20.02.2010
to 06.03.2010.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
9
9 Submission of Tender :
Tenders can be submitted online from on 06.03.2010 up to 5.00 pm. The envelope
no 1 will be opened online on 08.03.2010 at 11.30 am. in the office of
Commissioner Kalyan Dombivali Municipal Corporation, Kalyan.
The Bidders should ensure that tender should reach Kalyan Dombivli Municipal
Corporation, Kalyan, Dombivli before the expiry of the date and time, No delay on
account of any cause will be entertained for the late receipt of tender.
Tender offered or received after the date and time is over, will not be accepted.

10) Pretender conference :


Pretender conference will be held on 02.03.2010 at 11.30 am in the office of
Commissioner Kalyan Dombivali Municipal Corporation Kalyan.

11) Opening of tender


The tenders will be opened online on 08.03.2010 at 11.30 am. in the office of
Commissioner, Kalyan Dombivli Municipal Corporation, Kalyan. [if possible] in
the presence of the intending bidder or their authorized representatives who may
choose to remain present . Following procedure will be adopted for opening of the
tender:
Envelope No 1 ( Technical Bid ): -
First of all, envelope no. 1 of the tender will be opened to verify the contents as per
the requirements. If the various documents contained in this Envelope do not meet
the requirements of the KDMC, a note will be recorded accordingly by the tender
opening authority and the Envelope no. 2 of such tenders will not be considered for
further action but the same will be rejected.
Envelop no 2 ( Commercial Bid ) :
After opening of envelope no. 1, if contents of the same are found to be acceptable
to the KDMC then only the envelope no. 2 shall be opened. The date of opening
of envelope no 2 will be subsequently informed. Final evaluated cost will be
based on capital cost and cost quoted for Operation & Maintainance charges.
Note :-
Kalyan Dombivli Municipal Corporation reserves their right to make any changes
in the above schedule.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
10
12 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS:
The tender should be submitted online only in Technical bid and Commercial bid
format only.
Envelope No. 1 (Technical Bid)
Envelope No 1 [Technical Bid] can submitted by uploading the required
documents as demanded in the tender document, which are scanned, or in PDF
format. Earnest money deposit should be submitted in scanned form along with
envelop no 1 and the original D.D./ Pay order should be submitted at the time
opening of envelope No.1. The documents as mentioned in clause 17 of this tender
notice are to be scanned and submitted along with envelope no 1. The documents
will be verified at the time opening of envelope no 1.

b. Envelope No. 2 :- (Commercial Bid) :


Envelope No 2 (Commercial Bid) will also be submitted on line. It shall contain
the main tender. Any other conditions added during prebid meeting will also be a
part of the tender document. The Bidder shall quote his offer in the price schedule
of the tender at the appropriate place in the tender document. He shall not mention
his offer anywhere directly or indirectly in Envelope No 1. The tenderer shall quote
for the work as per details given in the tender and also based on the details of
conditions, issued / additional stipulations made by the department as informed to
him by a letter after pre-tender conference. The tender offer shall be unconditional.

13 CONDITIONS OF OFFER :
1. Tender offerer shall submit along with offer, the Earnest Money Deposit (E.M.D)
as stated in the table No.1 by credit card or in the form of Demand draft in favour
of “Commissioner, Kalyan Dombivli Municipal Corporation, Kalyan” Payable at
Kalyan District Thane, Maharashtra. Demand Draft shall be drawn from
Nationalized Bank or Scheduled Bank only.

2. Right to reject any or all tenders without assigning any reason thereof, whatsoever
is reserved with Municipal commissioner KDMC, Kalyan.

3. Conditional tenders will be rejected.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
11
4. The tender shall be accompanied with all the documents as stated in clause No.17
of this tender notice.

5. E.M.D. exemption certificate issued by P.W.D. or any other authority will not be
accepted.

6. Offer of the Bidder shall remain valid for 180 days (One Hundred eighty days
only) from the date of opening of sealed tender.

7. In case there is any doubt/omissions regarding the wording in general conditions or


special conditions or the scope of work or the specifications and drawing or any
other matter concerning the contract, the same shall be conveyed in writing to City
Engineer , KDMC well in advance to reach him before scheduled pre-bid meeting
in writing in order that such doubts may be clarified before tendering. Once the
tender is submitted the matter will be decided according to tender condition in the
absence of authentic pre-clearification.

8. The Bidder shall have sufficient bid capacity to execute the said work. Such Bid
capacity certificate should be got certified by chartered accountant.

14 SECURITY DEPOSIT :
1. Total Security 5% (Five Percent) of project cost offered by Bidder &
Deposit Accepted by the Corporation.

2. Initial Security 50% of Total Security Deposit in the form of Bank


Deposit Guarantee from Nationalized Bank / Scheduled Bank
valid upto the end of defect liability period.

3. Remaining The remaining 50% of total Security Deposit will be


Security Deposit Deducted from R. A. Bill @ rate of 5% of every gross
bill amount so as to recover the required security
amount sum in half of the contract period.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
12
All compensation or other sums payable by the Bidder under the terms of this contract
or any other contract or any account may be deducted from his Security Deposit or from
any sums which may be due to him or may become due to him by Kalyan Dombivli
Municipal Corporation, Kalyan, on any account and in the event of the Security being
reduced by reason of any such above noted deductions the Bidder shall within ten days of
receipt of notice of demand from the Engineer in charge make good the deficit & reinstate
the security deposits.
There shall be no liability on the KDMC to pay any interest on the Security Deposit
paid by or recovered from the Bidder.
15 REFUND OF SECURITY DEPOSIT :
An amount of security deposit will be refunded, after the expiry of defect liability period
of One year from the date of virtual completion of this project. As mentioned in clause 21
of the ‘Conditions of Contract’or after expiry of 3 months from the date of passing the
final bill which ever is later.
16 EARNEST MONEY DEPOSIT :
i) The amount of earnest money as stated in the table no. 1 should be paid in demand
draft drawn on any Nationalized or Scheduled bank payable at Kalyan in favour
of “Commissioner, Kalyan Dombivli Municipal Corporation, Kalyan” along with
the tender.
ii) The amount of earnest money will be refunded to the unsuccessful Bidder on
deciding about the acceptance or otherwise of the tender or on expiry of the
validity period whichever is earlier.
17 ACCOMPANIMENTS OF THE TENDER.:
Separate tender forms will be available for proposed BSUP scheme of 1) Khadegolivli,
Kalyan Dist. Thane and 2) Khambalpada (Kanchangaon), Dombivli Tal. Kalyan, &
Kachore Annex scheme at Kachore, Kalyan Dist. Thane. Teneder to be submitted online
in two separate envelopes. The bidders shall submit their tenders and documents in two
separate envelopes as below:
a Envelope No. 1 (Technical Bid) :
The first envelope: (Technical Bid) shall contain the following documents.
i Tender wise Demand Draft of any Nationalized Bank or Scheduled Bank, for
the payment of earnest money in favour of ‘Commissioner, Kalyan Dombivli
Municipal Corporation, Kalyan.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
13
ii Attested true copy of ISO 9001:2008 or ISO14000 certificate.
iii All the required documents in specified formats as mentioned in the Chapter 3.
‘Prequalification Criteria of Bidders & Tender Evaluation Procedure” of this
tender.
iv List of works tendered for and in hand as on the date of submission of this
letter. (Form No. I)
v List of Machinery and Plants immediately available with the Bidder for use on
this work and List of Machinery proposed to be utilized on this work, but not
immediately available and the manner in which it is proposed to be procured.
vi Details of Technical Personnel with name, qualification and experience in mass
housing, and a period of his working with your company, who will be on this
project as a technical key persons for supervision, to receive a technical
instructions issued by the authorities time to time.

vii Attested copy of power of attorney for signing of tender document.

viii Any other additional documents/ profile etc. in support of technical


qualification.
ix Certified Audited balance sheet of chartered accountant for last 3 years.
x In case of Joint Venture and Consortiums the notarised valid joint venture
agreement showing share of each party in terms of percentages anongwith
duration of the joint venture.
xii Solvency certificate from any Nationalized Bank of value not less than 25
crores.
xiii Experience of designing & execution of electrical work including providing &
erecting the substations, providing & laying electrical cables / overhead lines
from available main source to the substations in the plot including necessary
approvals from competent authorities shall be compulsory for the bidders. The
bidder or it’s joint venture/ Associate/ Sister concerned company should submit
the experience certificate in the said regards alongwith a M.O.U. on Rs 100
stamp paper showing their association.

b ENVELOPE NO. 2 :- (COMMERICAL BID) :


The second envelope (Commerical) shall contain followings :
i Tender document with set of drawings in original including his unconditional
offer, duly signed and sealed on all pages by authorized signatories in token of
acceptance.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
14
ii Common set of clarification /deviation as issued by Kalyan Dombivli Municipal
Corporation, Kalyan after the pre tender meeting, duly signed and sealed on all
pages by authorized signatories in token of acceptance.
iii The Bidder should quote his offer both in words and in figures in the “C” tender
form at appropriate place of bid documents to be submitted only in Envelope
No. 2
18 The Basic rates of steel and cement shall be as follows:
Mild Steel – Rs. 28,700/ MT
HYSD steel – Rs. 33,900/ MT
TMT steel – Rs. 36,200/ MT
Structural steel – Rs. 34,600/ MT
Cement – Rs. 5,500/ MT
Bitumen 60/70 – Rs. 29,250/ MT

The bidder are advised to quote their offers accordingly. The difference in the rate of steel
and cement will be paid or recovered by KDMC. The quantity shall be as per theoretical
consumption only. No wastage will be counted. No excallation will be considered under
any circumstances except above.
19 The tender is also inclusive of desigining & execution of external electrification work
including providing & erecting the substations, providing & laying electrical cables /
overhead lines from available main source to the substations in the plot including
necessary approvals from competent authorities etc. complete.
All internal electrification work including providing & fixing electrical meters, cabling
upto substations etc. is included in all the tender.
20 KDMC reserves the absolute right to accept any offer not necessarily the lowest, based
upon its final decision regarding Bidder’s capacity, financial status, machineries available,
experienced technical staff with the Bidder, ability to complete the work within time limit
and an experience in construction of similar type of works including infrastructures on
turnkeys basis.
21 Bidder are hereby cautioned that opening of envelope no. 2 (Financial bid) shall not be
treated as acceptance of his technical qualification or financial offer.
22 Kalyan Dombivli Municipal Corporation however reserves the right to reject any or all
the tenders without assigning any reasons what so ever.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
15
23 Canvassing or lobbying in connection with tender in any form renders the tender liable for
rejection.

24 All the tenders shall be based on the drawings and design attached to the tender
documents. However, the tender is a turnkey contract and the bidder will have to do all
necessary required works of building & all infrastructures as may be required as per
the specific site conditions. The infrastructures drawings attached with the tender are
only indicative drawings and the scope of work shall not limit to the dimensions or
quantities as mentioned in it.

25. The Bidder if firm or company shall in their forwarding letter, mention the name of all the
partners / directors of the firms or the company (as the case may be) and the name of the
partner / director who holds the power of attorney if any, and a name of the person
holding power of attorney, with attested copy of registered power of attorney authorizing
him to conduct transaction on behalf of the firms or company.

26 The Bidder whose tender is accepted will have to give an undertaking in writing to the
effect that he / they will pay the labors engaged on the work, the wages as per Minimum
Wages Act, 1948 and amended up to date applied to the zone in which the work lies and
act accordingly.

27. The successful Bidder shall comply with the provisions of the payment of Wages Act,
Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen’s Compensation
Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit Act, 1961, the
Contract Labour (Regulation and Abolition) Act, 1979 and any modification there of or
any law relating there to and rules made there under from time to time.
28. The Bidder whose tender is accepted is required to note that the Corporation will not
release any foreign exchange.

29. The tender notice along with all the tender documents shall form a part of the contract
agreement.

30. The Bidder will have to sign the original copy of the tender papers and the drawings

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
16
according to which the work is to be carried out. The Bidder shall also have to give a
declaration, that he is conversant with local conditions / laws and availability of labour
and materials and he has quoted his rates with the consideration to all these factors.

31. KDMC reserves the right to revise or amend the contract documents drawings fully or
part there of, prior to the date notified or amended for the receipt to tender. Such
deviations / amendments if any, shall be communicated in the form of corrigendum or by
a letter as may be considered suitable.

32. The acceptance of tender may be communicated to the Bidders by


Email/Post/Telegraph/Courier/fax otherwise either by any other means that the tender
Opening Authority or any Authority in the Kalyan Dombivli Municipal Corporation,
Kalyan will feel proper and feasible.

33. The successful Bidder will be required to produce within Sixty days to the satisfaction of
the specified concerned authority, a valid and concurrent license issued in his favour
under provisions of the Contract Labour (Regulations & Abolition) Act, 1979, before
starting the work. On failure to do so, the acceptance of the tender is liable to be
withdrawn and earnest money forfeited.

34. All Bidders are cautioned that the tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and/or conditional tenders shall
be rejected.

35. MOBILISATION ADVANCE:


Mobilisation advance will be given to the extent of 10% of the contract value at the interest
rate of 10% per annum in two equal installments 1) after having mobilized Machinery,
material, labour, and other resources for the work and 2) after actual commencement of the
construction work on site. This mobilization advance will be given against the submission of
the Bank Guarantee amounting to mobilization advance amount. This mobilization advances
will be recovered from 3rd R.A. Bill to 8 th R.A. Bill in equal installments.

Signature of Bidder No. of correction City Engineer,


KDMC, Kalyan.
17

You might also like