1

Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd.

(A Government of MP undertaking & Subsidiary of MPSIDC Ltd., Bhopal)

Issued by:

The Executive Engineer,

Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd.

IIDCPlaza, 39-City Centre, Gwalior – 474 011

Phone : 0751-2374506, 2426614, Fax : 0751 – 2375145,

E-mail : Website :

NOTICE INVITING TENDER

NO. 2081 DATED 15.04.2013

3rdCall

Tenders are invited from quality control agencies for undertaking the following works on behalf of Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd. The agency should have accreditation from any of the accreditation bodies, affiliated with the Quality Council of India, like NABCB/NABL/NABET/ISO 9001:2008 and other.

Sr. No. / Name of work / Estimate amount of Project
(Rs.) / Earnest Money (Rs.) / Cost of Tender Form (Rs.) / Time of completion
1 / Quality Control for development of external and internal infrastructure works (roads, drains, water supply, street light, 33/11 KV Sub-station etc.) at proposed New Industrial Area, Sitapur ( Pahadi), Dist. Morena. / 1903.54
Lacs / 1.00
Lakh / 10000/- / 15 Calendar Months for (Construction) and three years defect liability period

Terms & Conditions:

  1. Tender document containing scope of work, condition of contracts etc. can be download from Nigams Website . NIT may also be seen on the Nigam’s website .
  2. Bidder should have 5 years previous experience in Quality Control of infrastructure development project having in a single project cost of Rs.15 Crore, or more for integrated industrial infrastructure/Infrastructure project such as roads & buildings etc. The Experience Certificate issued by the competent authority i.e. State Government, Government of India, Government undertakings, ULBs and reputed Private Limited Company.The bidder should be produced along with bid for verification a copy of work order/Agreement and respective certificate.
  3. Any tender without earnest money will not be opened. Earnest money shall be accepted in the form of D.D. in favour of Managing Director, I.I.D.C. (Gwalior) M.P. Ltd., Gwalior.
  4. Completed tenders in hard copy will be received only by Registered Post or Speed Post at IIDC, Plaza, 39-City Centre, Gwalior up to date 12.06.2013 time 1.00 PM.
  5. The Managing Director, I.I.D.C. (Gwalior) M.P. Ltd., Gwalior reserves the right to reject any or all the tenders.

EXECUTIVE ENGINEER

REQUEST FOR PROPOSAL (RFP) FOR

APPOINTMENT OF QUALITY CONTROL AGENCY

FOR DEVELOPMENT OF EXTERNAL AND INTERNAL INFRASTRUCTURE WORK AT PROPOSED NEW INDUSTRIAL AREA, SITAPUR (PAHADI), DIST. MORENA, MP

  1. BACKGROUND :

Industrial Infrastructure Development Corporation (Gwalior) M.P. Limited, Gwalior (hereinafter called as IIDC, Gwalior), a subsidiary company of M.P. State Industrial Development Corporation Ltd., Bhopal, and a wholly owned Government Company of Government of Madhya Pradesh, is incorporated under the Companies Act, 1956. IIDC, Gwalior is dedicated for promotion of industries and industrialization in the State and is presently engaged in the activities of development and management of Industrial Areas and Infrastructure facilities in the northern part of Madhya Pradesh. IIDC, Gwalior had developed many industrial areas as per the inherent strength of region & business prospects in Gwalior region. All the industrial estates are occupied by different industrialist & Small/Medium scale enterprises. IIDC, Gwalior is pioneer in providing the state-of-the art infrastructural facilities at affordable cost to the investor and paving the path for generation of adequate employment & growth of the region.

  1. INITIATIVE BY IIDC,GWALIOR

In the view of the above and to overcome from perpetual problem, IIDC Gwalior proposed to set up a “New Industrial Area Sitapur (Pahadi), Dist. Morena”, The Site is proposed to develop Industrial Area on available land at Pahadi, Morena for Phase-I, about 10 Km east of Morena, 54.50 Hectares of land is identified at Pahadi area. The site is approachable by road and 5 Km off to NH-3,It is located west of National Highway-3, connecting Banmore and Morena and river Tighara Sankh. The subject lands are presently owned by the Government of Madhya Pradesh.

Project is formulated after detailed techno-commercial assessment and integrated masterplan is prepared to provide the infrastructure to the end users. . IIDC, Gwalior is in the process of obtaining final approval from competent authorities for proposed “New Industrial Area Sitapur (Pahadi), Dist. Morena” as per prevailing industrial development norms of Gwalior Development Authority. Layout and facilities are planned for 57 units in the view of industries inherent strength in the region, product manufacturing process, growth trend, technological upgradation & optimization of resources.

Following development components are envisaged for execution by Contractor in integrated manner under single contract.

Sr.
No. / Name of Structure / Approx. Quantities
1 / Site Development Work / 54.5 Ha.
2 / Internal Roads with Drainage and other road side work for different widths / 3.7 Km
3 / Water Supply System / 500 KL Capacity
4 / Electrical Work / 33 KVA, 11 KVA lines, Substation, Distribution lines & Street Lights

Nature of Work:

-Cleaning of Site

-Excavation in earth, filling & disposal

-GSB, WBM, DGBM, SDBC ( Complete Asphalted Roads)

-RCC Storm Water Drains

-Plain & Reinforced Cement Concrete, Paving

-Road rotaries, dividers.

-Water supply work including source development, storage, distribution system

-Brick work, plaster, painting

-Doors, Windows & other accessories

-Electrical Installations including substation/HT lines and street lights

-Other requisite work for successful completion & commissioning of project

All above work is to be executed by EPC contractor in single contract within the stipulated contract period of 15 calendar months including rainy season. However, bidding is under process for appointment of Contractor for the project. It is estimated that, the Contractor will commence the Work by March, 2013.

  1. OBJECTIVE OF APPOINTMENT OF QUALITY CONTROL AGENCY

IIDC,Gwalior has the adequate technical professional to supervise the work during implementation stage by selected Contractor. IIDC,Gwalior will provide all the latest construction drawings to the selected Contractor. However, the nature of the work is integrated in terms of Civil, water supply, drainage, electrical & other allied work.

In the view of the above IIDC, Gwalior intends to appoint the Quality Control Agency to assist the IIDC, Gwalior for completion of work as per tender conditions/specifications/rules and reducing risks of unexpected costs with delays due to quality. The objectives of appointment of Quality Control agency at Site are:

a)Ensuring the compliance of works with requirements and applicable codes and standards

b)Ensuring the quality & tests of incoming/input materials

c)Monitoring each phase of the construction process to detect non conformities

d)Reducing reworks cost, delay time and insurance costs

e)Gathering information with regards to quality (safety and environmental impact) which is reliable and not filtered or manipulated by parties involved at site

f)Monitor the project progress with respect to time and cost & evolve the appropriate measures to complete the work

The selected Agency shall function as the Quality Control Agency to IIDC,Gwaliorand would be expected to provide comprehensive handholding services during execution and commencement of project to achieve the end objectives of IIDC, Gwalior.

  1. SCOPE OF THE WORK FOR QUALITY CONTROL AGENCY

Quality Control Agency will be responsible for supervising and monitoring of entire project components works along with 33 KVA/11 KVA line and substation as per the prescribed specification and norms of MP MKVV Co. Ltd. The Engineering staff of IIDC, Gwalior will undertake the measurements, recording & certification of bills of work executed by Contractor. However the agency has to co-ordinate for all quality related aspects in measurements.

The Scope of Consulting Services shall include but not necessarily be limited to the following:

  1. To assist IIDC, Gwaliorin contract administration and management of the project.
  2. Interpretation of the Technical Specifications and Contract Documents.
  3. Scrutinize the Contractors' detailed work programme, suggest modifications if any, after a careful study keeping in view the overall interest of the project and recommend the same for approval of the IIDC, Gwalior.
  4. Scrutinize and/or review Contractor's superintendence, personnel and suggest modifications, if any.
  5. Initiate advance actions for handing over of site and/or issue of drawings, and / or advise Employer.
  6. Maintain a day-to-day diary recording all events relevant to the works.
  7. Scrutinize the detailed drawings for roads, drainage, electrical & other allied works (inclusive of drainage scheme through areas).
  8. The Agency is to approve the working drawings/detailed drawings prepared by DPR consultant or any other agency and also setting out data and issue the same to the Contractor.
  9. Liasioning and co-ordination with the local authorities for shifting of utilities / getting connections wherever required.
  10. Certify ‘as constructed' drawings for each component of the works furnished by the Contractor.
  11. Inspect the Works on substantial Completion before taking over and also during defect liability period and indicate to the IIDC (Gwalior) any outstanding/requisite work to be carried out by the Contractor.
  12. Scrutinize the Construction Methods proposed by the Contractor for carrying out the works to ensure that these are satisfactory with particular reference to the technical requirements/specification, project implementation schedule and environmental aspects as well as safety of works, personnel and the general public.
  13. Evolve and implement a system for the quality assurance of the works. The system of control of quality of materials and completed works shall also include sampling methods criteria and acceptance criteria. The sampling methods and the acceptance criteria shall be based on statistical methods and the recommendations of the relevant IRC, MOST, Building Codes, IS Codes / publications, standard Engineering practices and international practices. The Quality Control Agency will get the RCC works laid in his presence and the samples for the same shall be collected as per norms. Any other aspects for proper quality control shall be finalized between the Agency and the IIDC (Gwalior).
  14. Inspect the performance of works with regard to workmanship and compliance with the specifications, order/supervise/perform tests on materials and/or work and approve/disapprove the same along with Contractor's plant and equipment.
  15. Associate with the work tests being carried out by the Contractor review and approve the test results/certificates of all construction materials and/or sources of materials and carry out additional tests as necessary from MITS, Gwalior to establish their quality.
  16. Carry out comprehensive technical supervision of the works to ensure their quality and conformity with the standards and specifications as per contract. In addition to assessing and checking the laboratory and field tests carried out by the Contractor, the Agency shall carry out independent tests as necessary to establish their quality.
  17. Maintain a permanent record of all measurements for the work quantities to be paid for and the results of all tests carried out for monitoring the quality of works.
  18. Implement a system for timely and periodical quality control based on computer based project management techniques. Maintain an up-to-date status of all construction activities against the original schedule for completion of works. Status reporting to IIDC, Gwalior on Weekly and monthly basis with appropriate measures & recommendations.

Any other specialist services required by the IIDC, Gwaliorwill be paid extra as mutually agreed between both the parties.

Procedure of Inspection:

The Agency Quality Assurance staff at the site, which will be headed by one Senior Manager/ Engineer, would inspect and supervise the construction and other activities. Field Quality Assurance staff would consist of Managers/Engineers from the discipline of civil engineering and at least one from the discipline of electrical engineering. Besides this, there would be Junior Engineers/Supervisors having similar specialization as mentioned above, Lab Technicians and Field Assistant. However its exact composition will depend upon the, scope of work and the workload based on stage of execution. The agency would be provided schedule of works likely to be executed in the next week in advance by the concerned Executive Engineer, so that the agency may plan its weekly programme in advance. All Tests, checks are to be carried out as per relevant IRC Codes and IS Specifications, PWD, PHED and as per IE rules, Agreements and Drawings for qualitative and quantitative analysis. The agency shall make its own arrangements for transport including local travel and for his Office accommodations. The agency shall be supplied with all the latest construction drawings and Contractor’s agreements / tender document along with technical specification and it would interact directly with the IIDC,Gwalior.

  1. ELIGIBILITY CRITERIA FOR THE QUALITY CONTROL AGENCY (Who can apply):

The Applicant should satisfy the following Minimum Eligibility Criteria and only those who satisfy these criteria should submit their proposal with necessary supporting documents with self attested:

  1. Technical Criteria
  1. Bidder should have accreditation from any of the National Accreditation Body affiliated with Quality Council of India (QCI). QCI have been established the National Accreditation Bodies like NABCB/NABL/NABET/ISO 9001:2008 and other.
  2. Bidder should have 5 years previous experience in similar assignment of integrated infrastructure development having in a single project cost of Rs.15 Crore or more for Townships preferably in industrial infrastructure/Infrastructure Project such as Roads & Buildings. The Experience Certificate issued by the competent authority i.e. State Government, Government of India, Government undertakings, ULBs and reputed Private Limited Company.The bidder should be produced along with bid for verification a copy of work order/Agreement and respective certificate.
  3. Bidder should have following qualified technical professionals:
  1. Senior Engineer – Civil Engineering Graduate having atleast 10 years of experience in quality control & monitoring for integrated infrastructure development projects. He should have knowledge of Civil Works, Water Supply Works, Drainage Works & Electrical works and one graduate Electrical Engineer for electrical work.
  2. Quality Analyst – Civil Engineering Graduate having 5 years of experience in quality control & assurance for integrated infrastructure development projects.
  3. Lab Technician – Diploma in Civil Engineering or Certificate Course in Quality Control / Lab Technician having atleast 3 years of experience in carrying out testing for various materials, finished products, on field testing & commissioning.
  4. Junior Support staff – Minimum two persons Diploma/Graduate Civil Engineer having experience at least 5 year in Highway Project.
  1. Financial Criteria
  1. Bidder should have Average Annual Turnover of Rs. 100 Lacs in last three Financial Years
  2. Bidder should have Net Worth of Rs. 50 Lacs at the time of Bid submission
  3. Service Tax Registration certificate shall be produced along with the tender
  4. Bidders should have obtained all requisite Income Tax clearance Certificates
  1. SUBMISSION OF THE PROPOSAL:

The bidders are required to submit their proposals in Three-envelope Bidding system only.

  1. Envelope No.1 : Tender Fee and Earnest Money
  2. Envelope No.2 : Technical Proposal and
  3. Envelope No.3 : Financial Proposal
  1. Tender Fee

The bidders have enclosed a Demand Draft of Rs.10000/- (Rupees Ten thousand only) towards Tender Document Fee (non refundable) and earnest money deposit of Rs.1,00,000/- (Rupees One Lakh only) in the form of Demand Draft drawn from any nationalized bank in favour of Managing Director, IIDC, Gwalior payable at Gwalior.

  1. Technical Proposal

The bidders are expected to examine all terms and conditions and instructions included in the documents. Failure to provide all or any of the requested information will be at their risk and may result in the rejection of proposal. During preparation of the technical proposal, the bidder must give particular attention to the following:

RFP described in the document is the basic requirement of the job. The bidder should feel free to make his own assessment considering the requirement of work put in the RFP including the assessment of the support personnel both technical and administrative. However, the Agency will have to deploy minimum number of key personnel as indicated in RFP. The Agency shall have the complete responsibility for the timely completion of the assignment and no additional fee on any account shall be paid for.

The technical proposal shall include but not limited to the following:

1)Letter of Submission of proposal with supporting of Power of Attorney (POA) authorizing the person for singing of Documents / Proposal / RFP.

2)Organizational Structure of the Firm describing the details of organization with necessary supporting documents

3)Details of Company Registration / Partnership Deed

4)Relevant experience including details of the previous experience of projects completed and details of ongoing works.

5)Detailed CVs of the Key Personnel having the similar project experience.

Curriculum Vitae (CV) recently signed with date by the proposed key personnel staff and also countersigned by an authorized official of the firm.

6)Description of Methodology and Work Plan for performance of assignment.

The composition of the proposed team(s) and task assignment to individual members: The general description of qualification, experience and tasks to be performed by the various experts may be given. The task to be assigned to each member of the proposed team(s) should be decided by the Agency.

Proposed work programme for the execution of the services, illustrated with bar charts of the activities, critical path method or programme evaluation review technique type graphics. The composition of the team(s), the assigned tasks and their timings should be brought out clearly using bar chart and flow diagrams.

  1. Financial Proposal

1)The financial proposal shall be submitted as a Lump Sum Cost for complete project detailed in RFP.