Professional Documents
Culture Documents
Chapter II.
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.
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
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.
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.
The Bidding company in following categories should meet the eligibility criteria for financial
capability specified below.
Pre-Qualification :
Bidders satisfying the above two criteria shall be declared as pre-qualified and
considered for the further process of the financial bid.
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.
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.
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.
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.
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
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.
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.