BID DOCUMENTS

For the work

Construction of 4x6000mm & 2x6000mm box cell minor bridge (one each) on approach road to STA , Puri.

TECHNICAL BID

ORISSA INDUSTRIAL INFRASTRUCTURE

DEVELOPMENT CORPORATION

BHUBANESWAR


Orissa Industrial Infrastructure Development Corporation

IDCO, IDCO TOWER, JANPATH, BHUBANESWAR - 751007

Name of work / : / Construction of 4x6000mm & 2x 6000mm box cell minor bridge (one each) on approach road to STA, Puri.
Sold to Sri/ Smt/ M/s. / : / ______
ON PAYMENT OF / Rs.10,000/- (Rupees ten thousand four hundred) only
Vide Money Receipt / No. Dtd.
Dy. Manager(Civil)
P&C wing
IDCO, Bhubaneswar / Executive Engineer©,
BCD-II, IDCO, Bhubaneswar

I/we undertake to abide by the terms and conditions as stipulated in the detail tender call notice and conditions of contract.

Signature of the Contractor

For Official Use Only:

1. / Total Nos. of Corrections / :
2. / Total Nos. of Overwriting / :
3. / Total Nos. of Pages / :
4. / Earnest Money Deposit in shape of / :
5. / Copy of S.T.C.C. / : / Furnished/ Not Furnished
6. / Copy of I.T.C.C. / : / Furnished/ Not Furnished
7. / Any other enclosure / :

Dy. Manager(Civil)

P&C wing

IDCO, Bhubaneswar

ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION

IDCO TOWER, JANPATH, BHUBANESWAR - 751007

NAME OF WORK / … / Construction of 4X6000mm & 2X6000mm box cell minor bridge (one each) on approach road to STA, Puri.
ESTIMATED COST / ... / Rs.151.77 lakhs
EARNEST MONEY DEPOSIT / ... / Rs.1.52 lakhs
PERIOD OF SALE OF BIDDING DOCUMENT / … / From Dt.26.10.06 to 31.10.06 up to 3.00 PM
LAST DATE AND TIME FOR RECEIPT OF BIDS / … / DATE – 06.11.2006 up to 5.00 PM by Registered Post/ Speed Post only.
DATE AND TIME OF OPENING OF BIDS / … / DATE – 07.11.2006 at 11.30 AM
PLACE OF OPENING OF BIDS / … / Chief General Manager (P&C)
IDCO, IDCO Towers,
Janpath, Bhubaneswar - 751022
OFFICER INVITING BIDS / … / Chief General Manager (P&C)
IDCO, IDCO Towers,
Janpath, Bhubaneswar - 751022

I N D E X

01. / DETAILED TENDER CALL NOTICE / ENCLOSED IN TECHNICAL BID
02. / GENERAL CONDITION
03. / SPECIAL CONDITION
04. / BIS CODE REFERENCE
05. / TECHNICAL SPECIFICATION
06 / SCHEDULE OF ITEMS
07. / FORM OF BID / TENDER
08. / PERMEABLE TO THE SCHEDULE OF QUANTITIES
09. / SPECIAL NOTE
10. / FORMS AND FORMATS
A) / FORM OF EARNEST MONEY DEPOSIT
B) / FORM OF SECURITY DEPOSIT
C) / FORM OF PERFORMANCE GUARANTEE
D) / AGREEMENT FORMAT
11. / GENERAL RULES AND DIRECTION FOR
THE GUIDANCE OF CONTRACTORS
12. / CONDITION OF CONTRACT
13. / SPECIAL CONDITIONS FORMING
A PART OF THIS CONTRACT
14. / SPECIAL TERMS & CONDITIONS
FOR SAFETY MEASURES
15. / DRAWINGS
16. / BILL OF QUANTITIES / ENCLOSED IN FINANCIAL BID
Orissa Industrial Infrastructure Development Corporation
(A Government of Orissa Undertaking)
IDCO, IDCO Towers, Janpath, Bhubaneswar-751022
Phone: (0674) 2542784,2540820, Fax: 2542956
E-mail: /
ISO 9001 & 14001 CORPORATION

No.HO/P&C/Est/E- 1611/03/2005- 15723 /
Date: 19.10.2006

TENDER CALL NOTICE

FOR CONSTRUCTION OF 2 NOS MINOR BRIDGE

ON APPROACH ROAD TO STA , PURI.

The Chief General Manager (P&C), IDCO, IDCO Towers, Janpath, Bhubaneswar invites sealed tenders from the registered contractors from IDCO vendors /Contractors having appropriate class of registration from State PWD / CPWD/ Railway/ MES for the work as detailed below.

Sl.
No / Name of work / Estimated cost / EMD / Cost of document / Period of completion / Class of contractors
For IDCO venders / For other deptt
01. / Construction of 4x6000mm & 2x6000mm box cell minor bridge (one each) on approach road to STA , Puri. / Rs.151.77 lakhs / Rs.1.52 lakhs / Rs. 10,000/-
(Non refundable) / 6 (Six calendar months) / Range above Rs.100.00 lakhs / Special Class & above of PWD & other dept.

SALE OF TENDER PAPER:

The Tender document may be purchased during office hours from the office of the Deputy Manager(Civil) IDCO, IDCO Towers, Bhubaneswar/Executive Engineer (Civil), IDCO, BCD-II, Bhubaneswar from Dt.26.10.06 to 31.10.06 up to 3.00 PM on production of IDCO vender/ valid contract license, valid PAN, clearance certificate on VAT-612 and valid EPF registration certificate. The Vendor/ Contractor should have executed similar nature of works value not less than Rs.90.00 lakhs in a single agreement during last five years and also have to produce necessary completion certificate from the concerned client such as Govt. Departments, PSU,with proof of owner ship of machineries and scaffolding materials both in self possession or hire. Application from joint venture is not acceptable.

The tender documents can also be down loaded from IDCO’s website www.idcoindia.com which must accompany the tender document cost of Rs.10,000.00 (Rupees ten thousand) only (Non refundable) in shape of DD along with the tender document drawn on any Nationalized Bank in favour of Orissa Industrial Infrastructure Development Corporation payable at Bhubaneswar. IDCO shall not be responsible for any delay / difficulties / inaccessibility of the down loading facility for any reason whatsoever. In case of any discrepancy between the tender documents down loaded from Internet and the master copy available in the office of the undersigned, all information included in the master copy shall prevail. No claim on this account will be entertained.

-: 2 :-

EARNEST MONEY DEPOSIT:

The EMD shall be in shape of demand draft payable at Bhubaneswar or in shape of a Bank Guarantee in the prescribed format from any Nationalized bank in favour of “Orissa Industrial Infrastructure Development Corporation”.

SUBMISSION OF TENDER:

The sealed tender of Packet-1 super scribing “Technical Offer” containing the Bid Document and the cost of tender document (if downloaded from the website) and attested copies of IDCO vender/valid license, EMD, Experience Certificate, clearance certificate on VAT-612, PAN, EPF Registration, proof of ownership of machineries and scaffolding materials both in self possession or hire and Packet-2 containing bill of quantities super scribing the “Financial Offer” should be kept inside one packet super scribing on the top Tender for the work “Construction of 2 nos minor bridge on approach road to STA , Puri, so as to reach the same to Deputy Manager (Civil), IDCO, IDCO Tower, Bhubaneswar on or before Dt.06.11.2006 up to 5.00 PM through registered post/ speed post only.

OPENING OF TENDER:

The technical offer will be opened on 07.11.2006 at 11.30 AM in the office of the Deputy Manager (Civil), IDCO, IDCO Tower, Bhubaneswar in presence of the bidders or their authorized representatives who wishes to attend .The financial offer will be opened only of the technically qualified bidders after scrutiny of the Technical bids on dt.08.11.2006 at 11.30 A.M. If the office happens to be closed on the date of last sale / receipt / opening of bids as specified, the bids will be sold / received /opened on the next working day at the same time and venue.

The undersigned will not be responsible for any loss, damage and delay if any in the delivery of the documents or non-receipt of the same within the stipulated period. For details please contact to Sri R.N.Malla, Deputy Manager (Civil), (P&C) wing, IDCO, IDCO Tower, Janpath, Bhubaneswar-751022, Telephone No.(0674)-2543814 (Extn-102) during office hours.

IDCO reserves the right to cancel any or all the bids without assigning any reason thereof.

Sd/-

Chief General Manager (P&C) I/c

GENERAL CONDITION

1. / Validity of Offer / : / The tender submitted by the tenderer shall remain valid for acceptance for a period of 120 days (One hundred twenty) days from the date of opening of tender.
2. / Scope of Supply / : / Supply of Maxphalt shall be the responsibility of the contractor and the same will be used in the construction after getting the test certificate and approval by the Divisional Head, IDCO. However on request the same may be supplied to the contractor at the prevailing issue rate, if available.
3. / Measurement of reinforcement steel / : / Measurement of reinforcement steel will be done as per ISI standard weight. Nothing extra will be paid for rolling margin.
4. / Testing / All cost of mandatory testing of Maxphalt, Aggregates, Moorum, sand, concrete cubes, metals compaction, moorum compaction, WMM compaction, BM & SDBC testing and other construction materials etc. will be borne by the Contractor.
5. / Agreement / On acceptance of tender, the successful tenderer will have to execute agreement with latest addition and alternation made till the date of opening of the tender paper in non-judicial stamp paper of Rs.3.50 and six catridge paper which is to be given by the tenderer to the Divisional Head of IDCO.
6. / The Contractor shall have to arrange water and power himself so as to execute the work as per time schedule. Nothing extra will be paid on this account.
7. / The Contractor has to make his own arrangement for approach road to the work site.
8. / The consumption of Maxphalt will be calculated as per MORTH (4th Revision)
9. / The Contractor has to make his own arrangement for keeping Maxphalt in his store / site. Watch and ward is to be maintained by the Contractor.
10 / The Engineer-in-charge or his representative reserves the right to check the store at any time. The Contractor has to maintain a proper stock book showing daily consumption and balance etc.
(Total ten numbers)

SPECIAL CONDITION

1.  Notwithstanding any other condition in DTCN, No water will normally be supplied by Corporation. The Contractor is to arrange water for the work at his own cost. The Contractor will lay the pipe line net work required for the construction purpose at his own cost. No delay in construction is permissible on the ground of paucity of water. If the water is availed from the Corporation source by the Contractor, water charges will be levied as per prevailing rate and the amount will be recovered from the his bill. Service roads are to be constructed by Contractor at his own cost.

2.  No time extension will be granted on the ground of scarcity of water, communication, material and machinery etc.

3.  The responsibility to locate Govt. approved quarry and burrow area lies with the Contractor.

4.  Wherever levels are to be taken it will be the responsibility of Contractor to get the same done through concerned Junior Engineer and checked by the Assistant Engineer.

5.  The Contractor will submit a detailed programme of completion of work with methodology for execution of each item of work at the time of execution of agreement.

6. All machineries will be arranged by the Contractor at his own cost in proper time.

7. The Contractor shall abide by the relevant Act like Minimum wages, Employees Provident Fund, ESI etc. and Rules and Regulations in force of the state of Orissa from time to time for the labour employed in construction work. The contractor shall be fully and solely responsible for any compensation/ fine that may be imposed for violation of the said Rules/Regulations/Act.

8.   For any bad quality of work the amount of award given by any consumer court/ judicial court will be recovered from the executing Contractor.

9. Where the agreement rates are more than 25% of the estimated rate, no extra quantity beyond the agreement quantity should be executed without the prior written approval of competent authority of IDCO.

10. Additional performance security shall be deposited by the successful bidder when the bid amount is seriously unbalanced i.e. less than the estimated cost by more than 10%. In such an event the successful bidder will deposit the additional performance security to the amount of the differential cost of the bid amount and 90% of the estimated cost in shape of Bank draft or Bank Guarantee of any nationalized Bank.

11. For any additional quantities up to 25% on any item, the Contractor will be paid at the approved tender rate.

TECHNICAL SPECIFICATION

Provisions contained in relevant sections and clauses of specifications for Road and Bridge Works of Ministry of Road Transport and Highways ( 4th Revision) shall be followed. Tenderers are required to possess or hire required road making machineries as specified in relevant clauses of specification or Road & Bridge works of MORTH (4th Revision) as given below.

Sl.No. / Specification / Clause.
1. / Wet Mix Macadam / : / 406 , 801
2. / Premix surfacing / : / 503

The tenderers shall have to furnish proof of ownership of the fallowing required machineries in their possession and/or furnish negotiation certificate in the form of affidavit for hiring of such machineries from the rightful owners. In case of hiring of machineries, documentary evidence of ownership shall have to be furnished along with negotiation certificate. Tenderers are required to produce original documents in regard, as a proof of ownership of machineries both in self-possession or hire for verification if required within three working days of opening of packet-I, failing which, the tenders will be invalid.

List of machineries to be furnished with the tender.

1.  Concrete Mixer

2.  C.C.Batch Mix Plant (55 cum/hr)

3.  Water tanker (6 Kl. Capacity).

4.  Electrical Generator 125/250 KVA.

5.  Plate compactor / Power rammer.

GENERAL CONDITIONS
1. / Drawings and specifications:
The contractor after the award of the contract and on signing the agreement shall be furnished free of cost two copies of each of the drawings, specifications, descriptive schedules and other details necessary for execution of work. All further drawings and details as may be prepared by the department/ consultant from time to time for reasonable development of the work described in the contract documents and reasonably necessary to explain and amplify the contract drawings and to enable the contractor to execute and complete the work shall also be supplied in duplicate to the contractor free of cost.
Any further copies of such drawings required by the contractor shall be paid for by him.