NALSAR UNIVERSITY OF LAW, Shameerpet, Hyderabad

TENDER BID DOCUMENT

Name of the Work: Renovation of PC Toilets at NALSAR University of Law, Shameerpet, Hyderabad

I N D E X

No / Details / Page No
1. / Notice inviting the tender (NIT)
2. / Instructions to Tenderers.
A)General.
B)Tender document
C)Preparation of tenders
D)Submission of tenders
E)Tender opening and evaluation.
F)Award of contract.
3. /

Forms of Tender Qualification Information

 Checklist to accompany the tender

 Statements (I to VII)

4. /

Conditions of Contract.

Tender

A) General

B) Time for completion.

C) Quality control

D) Cost control

E) Finishing the contract

F) Special conditions.

5. /

TECHNICAL SPECIFICATIONS

6. /

DRAWINGS

7. /

BILL OF QUANTITIES & PRICE BID

8. /

FORMATS OF SECURITIES

NOTICE INVITING TENDER

(NIT)

NALSAR UNIVERSITY OF LAW, Shameerpet, Hyderabad

* * *

NIT No./ /NALSAR/2016 dt: …/…/2016

NAME OF WORK / : / at NALSAR University of Law, Shameerpet, Hyderabad
NAME AND ADDRESS OF THE CONTRACTOR WHO DOWNLOADED THE BID DOCUMENTS. / : / ______
______
______
______
______

NALSAR UNIVERSITY OF LAW, HYDERABAD – 500 007

* * *

NOTICE INVITING TENDERS (NIT)

NIT No./ /NALSAR/2016 dt: …/…/2016

Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh.

1)

1) / Name of the work / : / at NALSAR University of Law, Shameerpet, Hyderabad
2) / Estimate Contract value of work put to tender / : / Rs. 13,88,376/- (Rupees Thirteen Lakh Eighty Eight Thousand Three Hundred and Seventy Six only)
3) / Period of completion of work / : / (3)Four Months
4) / Form of contract / class of contractor eligible / : / Class V as per g.o.No. 94
5) / E.M.D to be paid in the shape of Demand Draft obtained from any Nationalized Banks, at 1% of the estimated contract value of work along with bid documents. / : / Rs.13,884/-
6) / Non refundable Processing fee to be paid by way of crossed demand draft drawn in favour of Registrar, NALSARHyderabad. From any Nationalized banks / : / Rs.500/-
6) / Date and time for issue of tenders / :
7) / Date and time for end of Bid Document / :
8) / Date and time of opening of technical and commercial bid / :
9) / Date and time of opening of Financial bid
  1. a) The bidders need to contact the Registrar, NALSAR University of Law Hyderabad for information on e-procurement.

b) The bidders need to register on the electronic procurement market place of Government of Telangana that is On registration on the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line.

c) While registering on the e-procurement market place, bidders need to scan and upload the required documents as per the tender requirements on to their profile.

d) Such uploaded documents need to be attached to the tender while submitting the bids

The e-procurement market place provides an online self-service registration facility to such of the contractors who are already registered with respective participating departments for supply of specified goods and services. As an incentive for early registration, basic registration by suppliers, that allows them to participate in the e-procurement process, shall be enabled on the e-procurement market place with out levy of any registration or subscription fee up to 31st March 2003 or such later date as may be decided by the steering committee. However the e-procurement market place may levy charges for such value added services as may be decided by the steering on the e-procurement as laid down in the G.O.Ms.No.2, Information Technology and Communication department dated 15-01-03.

  1. The Technical bid evaluation of the Tenderers will be done on the certificates / documents uploaded through online only towards qualification criteria furnished by them
  1. The tenderers shall be required to furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness / deviations noticed will be viewed seriously and apart from canceling the work duly forfeiting the EMD, Criminal action will be initiated including suspension of business.
  1. The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements uploaded by them before concluding the Agreement.
  1. Eligibility criteria for opening the Price Bid:

(a)Class of Contractors eligible is as given below:

Eligible class of contractor as per GO.Ms.No:

(b)To pay EMD in the shape of Demand Draft only for Rs. 13,884/-issued by any Nationalised Banks in favour of Registrar,NALSAR University of Law ,Hyderabad. to be valid for 6 months from the date of NIT along with bid and the balance EMD at 1.50% Contract Value to be paid at the time of concluding agreement. The tenderer shall invariably furnish the original DD to the tender inviting authority before opening the price bids either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt.

(c)The participating bidders shall pay transaction fee ofRs. /- (i.e., 0.03% of E.C.V plus 12.36% service tax) in the shape of Demand Draft only drawn in favour of M/s APTS. Payable at Hyderabad, scanned D.D drawn in favour APTS. may be uploaded with the bids and original must be submitted to the Registrar, NALSAR University of Law.

The tenderer shall invariably furnish the original DD to the tender inviting authority before opening the price bids either personally or through courier of by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt.

(d)To furnish copy of PAN card and copy of latest income tax returns submitted along with proof of receipt.

(e)Non refundable Processing fee of Rs.500/- to be paid by way of crossed demand draft drawn in favour ofRegistrar,NALSAR University of Law , Shameerpet Hyderabad

(f)The bidder should produce the copy of Value Added Tax (VAT) registration with commercial tax department along with the bid.

(g)The contractor or his identified sub-contractor should possess required valid electrical license and registration of appropriate class for executing electrical works and should produce consent letter from sub-contractor, if employed.

(h)The contractor or his identified sub-contractor should posses required valid registration certificate of appropriate class for executing water supply and sanitary engineering works and should produce consent letter from sub-contractor, if employed.

(i)Availability of key personnel in statement VI.

(j)Information regarding any litigation, with Government during the last five years, in which the Tenderer is involved in (Statement - VII)

(k)The tenderers shall be required to furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness / deviations noticed will be viewed seriously and apart from canceling the work duly forfeiting the EMD, Criminal action will be initiated including suspension of business.

(l)The tenders will be opened by the Registrar,NALSAR University of Law , Hyderabad or his nominee at his office in the presence of tenderers / or their authorised representatives, on the date mentioned above.

  1. The price-bids of such tenderers, who are determined to have complied with the eligibility criteria, will only be opened.
  1. If the office happens to be closed on the dates specified above, the respective activity will be performed at the designated time on the next working day without any notification.
  1. Any other details can be had from the Office of the Registrar,NALSAR University of Law , Hyderabad.

INSTRUCTIONS TO TENDERERS

A – GENERAL

Name of work: at NALSAR University of Law, Shameerpet, Hyderabad

  1. Scope of work:

1:

a)List out Principal Components of the work:

  1. Demolishing and disposal
  2. Demolition
  3. Dismantling doors, windows
  4. Excavation for foundations
  5. PCC (1:4:8)
  6. Random Rubble Stone masonry
  7. PCC (1:2:4)
  8. RCC M-20 for Plinth Beams
  9. Brick Masonry for panel walls
  10. Reinforced Brick Masonry forpartition walls
  11. RCC M-20 for Lintels
  12. Plastering 12mm thick
  13. Teak wood framed Flush Doors single shutter
  14. Re-fixing for Flush Door Shutter
  15. Pre-painted steel windows for Ventilator
  16. Dadooing to walls
  17. Flooring with non-skid ceramic tiles
  18. Supplying, fitting and placing HYSD (Fe 415)
  19. Painting to new walls- OBD
  20. Painting to new wood works – synthetic enamel
  21. Floor mounted EWC
  22. Health Faucet
  23. Flat Back wash Hand Basin
  24. Angular Stop cocks
  25. Waste coupling
  26. Bottle Trap
  27. Wall Mixer
  28. Overhead shower
  29. Grab Bar
  30. 20 mm Bore GI pipe
  31. Cast Iron Pipes & fittings- 3” dia
  32. Cast Iron Pipes & fittings- 4” dia
  33. CI Nahany Trap – 3” dia
  34. Removing & Re-fixing of Wash basins
  35. Rigid PVC pipes – 32mm dia
  36. Rigid PVC pipes – 40mm dia.
  37. Skirting / Raiser
  38. Flooring – Shahabad Stone

ECV put to tender :Rs. 13,88,376/-

b)Give breakup of cost of major items covered in the ECV

  1. Demolishing and disposal
  2. Demolition
  3. Dismantling doors, windows
  4. Excavation for foundations
  5. PCC (1:4:8)
  6. Random Rubble Stone masonry
  7. PCC (1:2:4)
  8. RCC M-20 for Plinth Beams
  9. Brick Masonry for panel walls
  10. Reinforced Brick Masonry forpartition walls
  11. RCC M-20 for Lintels
  12. Plastering 12mm thick
  13. Teak wood framed Flush Doors single shutter
  14. Re-fixing for Flush Door Shutter
  15. Pre-painted steel windows for Ventilator
  16. Dadooing to walls
  17. Flooring with non-skid ceramic tiles
  18. Supplying, fitting and placing HYSD (Fe 415)
  19. Painting to new walls- OBD
  20. Painting to new wood works – synthetic enamel
  21. Floor mounted EWC
  22. Health Faucet
  23. Flat Back wash Hand Basin
  24. Angular Stop cocks
  25. Waste coupling
  26. Bottle Trap
  27. Wall Mixer
  28. Overhead shower
  29. Grab Bar
  30. 20 mm Bore GI pipe
  31. Cast Iron Pipes & fittings- 3” dia
  32. Cast Iron Pipes & fittings- 4” dia
  33. CI Nahany Trap – 3” dia
  34. Removing & Re-fixing of Wash basins
  35. Rigid PVC pipes – 32mm dia
  36. Rigid PVC pipes – 40mm dia.
  37. Skirting / Raiser
  38. Flooring – Shahabad Stone

c)Period of completion : ( 3) MONTHS

d)SSR adopted: Common SSR for the year 2014–2015

e)Rates adopted for

(i)Cement: Rs.4300/-

(ii)Steel : Rs. 34000/-

  1. TOR: Rs. /- per mt (FE-500)
  2. Mild:Rs. /- per mt (FE-250)

(vi)Other allowances (Agency, Municipal, Industrial etc.,):

Registrar, NALSAR University of Law, Hyderabad invites tenders for the above work vide NIT No.07/ Renovation of PC Toilets/NALSAR/2016 dt: …/…/2016

To pay EMD in the shape of Demand Draft only for Rs.13,884/-issued by any Nationalised Bank in favour of Registrar,NALSAR University of Law to be valid for 6 months from the date of NIT along with bid and the balance EMD at 1% Contract Value to be paid at the time of concluding agreement

The participating bidders shall pay transaction fee of Rs. (i.e., 0.03% of E.C.V plus 12.36% service tax) in the shape of Demand Draft only drawn in favour of M/s APTS. Payable at Hyderabad, scanned D.D drawn in favour of M/s APTS may be uploaded with the bids and original must be submitted to the Registrar, NALSAR University of Law

The tenderer shall invariably furnish the original DDs as above to the tender inviting authority before opening the price bids either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt.

The tenders will be opened by the Registrar, NALSAR University of Law . or his nominee at his office in the presence of tenderers or their authorised representatives, on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of tenders gets automatically postponed to the next working date, the time being unaltered, unless extended by a notification published in News papers or sent through Fax / telegrams to all those who purchased the tender documents.

1.1The successful tenderer is expected to complete the work within the time period specified in the NIT.

1.2The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements uploaded by them before concluding the Agreement.

  1. Firms Eligible to Tender:
  2. The Firms who

i)Possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein.

ii)Are not blacklisted or debarred or suspended by the Government for what ever the reason, prohibiting them not to continue in the contracting business.

iii)Have complied with the eligibility criteria specified in the NIT are the eligible tenderers.

2.2Firms Ineligible to Tender:

i)A retired officer of the Govt. of Telangana or Govt. of India executing works is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the University.

ii)The Tenderer who has employed any retired officer as mentioned above shall be considered as an ineligible tenderer.

iii)The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor’s employment within a period of 2 years from the date of his retirement.

iv)The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor’s service.

v)Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted, State Government Employees related to him. Failure to furnish such information tenderer is liable to be removed from the list of approved contractors and his contract is liable for cancellation.

Note: Near relatives include

  1. Sons, step sons, daughters, and step daughters.
  2. Son-in-law, and daughter-in-law.
  3. Brother-in-law, and sister-in-law.
  4. Brothers and Sisters.
  5. Father and Mother.
  6. .Wife / Husband.
  7. Father-in-law and Mother-in-law
  8. Nephews, nieces, uncle and aunts
  9. Cousins and
  10. Any person residing with or dependent on the contractor.
  1. Qualification data of the Tenderers
  2. The tenderer shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the formats.

a)Check slip to accompany the tender (in Annexure-I).

b)Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association, Value Added Tax(VAT) / Registration, PAN card along with proof of having a copy of latest Income Tax returns submitted along with proof of receipt etc.,

Note:The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, dt.23.4.2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed.

C to G --- Deleted

h) Availability of key personnel for administration / site management and execution viz., technical personnel required for the work (Statement VI);

(i)Information regarding any litigation, with Government during the last five years, in which the Tenderer is involved in (Statement - VII)

f)-----Deleted -----

g)The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

h)The particulars of quality control testing Lab owned, OR tie up with established quality control testing laboratories.

3.2Tenders from Joint Ventures are not acceptable unless specifically stated otherwise.

3.3QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID

(a) Class of Contractors eligible is as given below:

Eligible class of contractor as per GO.Ms.No:

(b)To pay EMD in the shape of Demand Draft only for Rs.13,884/-issued by any Nationalized Bank in favour of Registrar, NALSAR University of Law, Hyderabad to be valid for 6 months from the date of NIT along with bid and the balance EMD at 1% Contact Value to be paid at the time of concluding agreement The tenderer shall invariably furnish the original DD to the tender inviting authority before opening the price bids either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt.

c)The participating bidders shall pay transaction fee of Rs. 222/-(i.e., 0.03% of E.C.V plus 12.36% service tax) in the shape of Demand Draft only drawn in M/s APTS Payable at Hyderabad, scanned D.D drawn in favour of M/s APTS may be uploaded with the bids and original must be submitted to the, Registrar, NALSAR University of Law,Hyderabad.

The tenderer shall invariably furnish the original DDs to the tender inviting authority before opening the price bids either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt

d)To furnish copy of PAN card and copy of latest income tax returns submitted along with proof of receipt.

e)The bidder should produce copy of the Value Added Tax (VAT) Registration with commercial tax department along with the bid.

f)The contractor or his identified sub-contractor should possess required valid electrical license and registration of appropriate class for executing electrical works and should produce consent letter from sub-contractor, if employed.

g)The contractor or his identified sub-contractor should posses required valid registration certificate of appropriate class for executing water supply and sanitary engineering works and should produce consent letter from sub-contractor, if employed.

h)Availability of key personnel in statement VI.

i)Information regarding any litigation, with Government during the last five years, in which the Tenderer is involved in (Statement - VII)