TENDER CALL NOTICE

NOTICE NO.9840 Dated: 19.12.2014

The Managing Director, ODISHA AGRO INDUSTRIES CORPORATION 95,Satya Nagar Bhubaneswar – 7 invites bids in Double cover system (Cover-I: TECHNICAL BID & Cover-II:- FINANCIAL BID) for the work mentioned in the table below from the eligible contractors registered with Govt. of Odisha or equivalent class of Govt. of India /C.P.W.D. / central undertaking / Railway / M.E.S in conformity with Detail Tender Call Notice to be eventually drawn in P.W.D. F2 form so as to be received up to 4:00 P.M. on dtd.22.01.2015 in the Office of the P.M OAIC, Satya Nagar, Bhubaneswar – 7 through Registered / Speed post/ courier/Hand delivery .Tender without EMD will be rejected.

SCHEDULE OF WORKS

Sl.No. / Name of work / Apprx.Value of work (in Lakh) / E.M.D.
(In lakh) / Cost of bid document
+5% VAT
(Rs.) / Period of Completion
1 / 2 / 3 / 4 / 5 / 6
1 / Const. of 5000 MT. Multi purpose Cold Store at- Kandhamal / 615.00 / 6.00 / 10500.00
(non-refundable) / 9 months
2 / Const. of 5000 MT. Multi purpose Cold Store at-Koraput / 615.00 / 6.00 / 10500.00
(non-refundable) / 9 months

The Detailed Tender documents can be obtained from the Office of the Managing Director, ODISHA AGRO INDUSTRIES CORPROATION (OAIC), 95, Satyanagar, Bhubaneswar-7 on payment of cost from 26.12.2014 to 22.01.2015 during office hours of any working day. The tender document can also be downloaded from (www.orissaagro.com) & submitted attaching the tender cost of Rs.10500.00 (non-refundable) along with other documents. The Technical bid will be opened on dt.27.01.2015 at 12.00 Noon and the financial bid will be opened on Dt.30.01.15 at 11.30 AM.

Special Clause: When the bid amount is 90% of the estimated cost or lesser the successful bidder will have to deposit an additional performance security to the extent of 1.5 times of the differential cost of the bid amount and the estimated cost in shape of Demand Draft drawn in any scheduled commercial bank in favour of the Managing Director, ODISHA AGRO INDUSTRIES CORPORATION LTD, Bhubaneswar payable at Bhubaneswar before execution of the F2 contract.Other details and eligibility criteria can be seen in the bid document. The authority reserves the right to reject any or all tenders without assigning any reason thereof.

(R.S.Gopalan)

Managing Director,

ODISHA AGRO INDUSTRIES CORPORATION LTD.

(A Government of Odisha Undertaking)

95, Satya Nagar, Bhubaneswar-751007

Phone: (0674) - 2570687, 2570654

E-mail:

INVITATIONS FOR BIDS (IFB)

Tender No. 9840 Dt. 19.12.2014

1. The Managing Director, OAIC, Bhubaneswar invites tenders from the empanelled Contractors for the work as detailed in the table below.

Sl.
No. / Requisite Descriptions / Construction of Multi Purpose Cold Store (5000 MT)
a. / Estimated Cost. / Rs.615.00 Lakh (Approx.)
b. / EMD. / Rs. 6.00 Lakh
c. / Cost of Bid Document. / Rs. 10,500.00 (Including 5% VAT.)
d. / Period of Completion. / 9 months
e. / Availability of Tender paper
in OAIC-Bhubaneswar & in our website “ www.orissaagro.com ” / From 26.12.2014 to 22.01.2015 during Office Hours.
f. / Last Date & Time of receipt of Tender paper with all documents. / Up to 04.00 P.M. of 22.01.2015.
g. / Date & Time of opening of Tender Paper and presentation of BID / Technical Bid - Dt. 27.01.2015 at 12.00 Noon
Presentation before T. C.-28.01.2015 at 11.00 A.M.
Financial Bid - Dt. 30.01.2015 at 11.30 A.M.
h. / Contact Person : / Er. P. K. Panda, Project Manager (E&I)
Mob. No. – 94386 19657, Ph.-0674- 2570654
i. / Place of Submission of hard copy / O/o, Project Manager (E&I),
OAIC Ltd., 95-Satyanagar, Bhubaneswar-7
j. / Supporting documents / information to be provided

2. The bid document will be available in OAIC – Bhubaneswar on payment of cost as above-mentioned in shape of cash /DD payable at OAIC, Bhubaneswar on an application by the bidder.

3. Bids would be received in a box at OAIC, H.O. 95-Satyanagar, Bhubaneswar-7.

4. Bids received shall be opened by the Technical Committee in the Office of the Project Manager (E&I), OAIC, Bhubaneswar.

5. The packet should be super scribed “Tender for the work - Construction of Multi Purpose Cold Stores (5000MT).” containing two packets of Technical & Financial BID separately. Technical BID should contain the EMD & eligibility proofs as in Cl.- 6 as specified above. The undersigned will not be held any way responsible for any kind of

postal delay. Non- receipt of EMD, cost of Bid Document & self attested of other relevant documents as specified above within the stipulated date will lead to rejection of the Bid. The bidder who purchased the document from OAIC – Bhubaneswar need to attach the M.R. copy towards cost of tender paper with the document. Cost of Bid Document & EMD (if downloaded from web site) should be in shape of Demand Draft drawn in favour of “Orissa Agro Industries Corporation Ltd.” payable at Bhubaneswar be attached with the Technical Bid.

6. The Bidder should have the following criteria;

i) Must be reputed organisation registered under the company at 1956 or registered partnership firm or a Govt. Corporation (Proof to be attached).

ii) A Consortium of Civil ,Mechanical and /or, Electrical can also apply one of them having at least one criteria from Cl. 6(i).

iii) The organisation/ Consortium should have handled at least one similar assignment during last 2 years (Proof to be attached).

iv) Annual turnover of the organisation/ Consortium should not be less than Rs. 10 crore (authenticated) any financial year during last 3 years and should be in profit and shall have a minimum net worth of Rs.12.50 crore. (Proof to be attached)

v) The Bidder should have valid PAN, VAT Clearance and eligible licence.

vi) Bidder should not have any litigation with any central /state Govt. (U.T. to be attached).

7. Price bid should contain original BoQ attached with the tender document either purchased from OAIC or downloaded from website “ www.orissaagro.com ” after entering the relevant fields without any alteration/deletion/modification. Multiple/ altered / partly altered BoQ submission shall lead to cancellation of Bid. BoQ to be signed by the bidder in each page with seal.

8. The offer of the lowest bidder is generally considered. But the opening of the price Bid depends upon the qualifying of technical Bid submitted and evaluated. If the bidder qualifies on technicality then only price bid would be opened. If the Bid amount is 90% of the estimated cost or less the successful bidder will have to deposit an additional performance security to the extent of 1.5 times of the differential cost of the bid amount and estimated cost in shape of Demand Draft drawn in any scheduled commercial bank in favour of the Managing Director, ODISHA AGRO INDUSTRIES CORPORATION LTD. BHUBANESWAR payable at Bhubaneswar before execution of the contract.

9. The successful bidder has to go for a comprehensive agreement with OAIC before placement of work order regarding the technical and financial terms & conditions.

10. Even if qualification criteria are met the bidders can be disqualified for the following reasons

i) Making a false statement/ declaration

ii) Past record of poor performance

iii) Past record of abandoning works halfway or inordinate delay in completion of work

iv) Past history of litigations

11. The authority reserves right to cancel any or all Bids without assigning any reason thereof.

12. Any Dispute arising out of this will be subject to the Bhubaneswar jurisdiction only.

***

EVALUATION MATRIX

Sl no / Particular / Details / Maximum Marks / Score
1. / Commercial Criteria
a) / Net Worth / 15
b) / Experience of the Bidder in execution of similar work in nature and magnitude / 15
c) / Existing commitments and running projects / 5
d) / Legal status of the bidder / 15
e) / Evidence of access to Financial Resources (Cash credit/ own) / 5
2. / Technical Criteria
a) / Plant & Machinery, equipment and testing laboratory which the contractor intends to deploy / 15
b) / Proposed key personnel, staff and their qualification / 10
c) / Proposed workers strength with details / 5
d) / Method of erection and commissioning safety at site and quality control/ service centre / 10
e) / Detailed schedule based on completion period / 5
TOTAL MARKS = / 100

The assessment will be done on above basis. Hence Bidder must submit authenticated information as above.

Validity of BID- 180 Days

EMD – 6.00 lakh in the form of DD/ BG

Completion Time- 09 months from date of LOI/Advance/Site handover.

TENDER CONDITIONS

1.1  General conditions

1.1.1  Prices: The Price quoted shall be on till site basis.

1.1.2  Excise Duty: To be included in Price.

1.1.3  Sales Tax & Other Levies: To be included in Price.

1.1.4  Transit and Site Insurance : To be included in Price

1.1.5  Packing and Forwarding: To be included in Price.

1.1.6  Freight: should be inclusive in price.

1.1.7  Validity :

a.  For Price : 180 days

1.1.8  Completion Period: 9 months from date of work order and Site Handover to start the work.

1.1.9  LD: 1% per Week , max 10% of the Contract Value .

2.0 Technical details /Design Information - PEB building

2 .1 Building Geometry:

Building No : 01 / Quantity of Buildings : 01
Building Name : Cold Store Cum drying shed / The Building is Made up of : PEB
Usage : Potato / Multi Purpose Cold Store
Building Parameters
1 / Type / Single span
2 / Width, m / 28.5 m Inner clear /Inner clear of Steel Column
3 / Length, m / 88.5 m Inner clear /Inner clear of Steel Column
4 / Width Module, m / To be decided by Vendor
5 / Bay Spacing, m / To be decided by Vendor
7 / Clear Height, m / 7.8 m Clear height
8 / Roof Slope / 1:10
9. / Bidder can also suggest a size of cold store to accommodate 5000 MT usage confirmity to NHB Guidelines.
Roof and Wall Sheeting
1 / Roof Sheet / 0.50mm TCT Colour coated Galvalume sheet
2 / Wall Sheet / 0.50mm TCT Colour coated Galvalume sheet
Wall Conditions :
S,No / Location / Open for (Remaining Height Considered for Cladding)
1 / NSW / Top 2.5m cladding sheet
2 / FSW / Top 2.5m cladding sheet
3 / LEW / Top 2.5m cladding sheet
5 / REW / Top 2.5m cladding sheet
Canopy
S. No / Location / Width, m / Length, m / Height, m
1 / FSW (1nos) / 6 / 88 / 4.5

2.2 Applicable Design Codes:

The Pre-Engineered Building Should be designed according to the latest Buildings and Design Codes that have been referred to in the design or as bellow ;

1.  “Code of Practice for General Construction in Steel” IS-800-2007”

2 “Hot roll section design as per AISC-1989.

3. Cold formed components have been designed in accordance with:

“Code of Practice for use of cold form light gauge steel structural member’s in general building construction.

4. Welding has been applied in accordance with:

“American Welding Society” (AWS) D1.1.96 Structural Welding Code - Steel Manual, D1.1 - 2004.

5. “Wind zone and velocity as per is-875

6. “Seismic zone and load as per IS-18937 IS-800-2007

7. “Cold form section design as per AISI-1986

2.3 Design Loads:

Design Live Load on roof , Kn/Sqmt (Kg/Sqmt) / 0.75 (75)
Design Live Load on frame, Kn/Sqmt (Kg/Sqmt) / 0.75 (75)
Wind Speed, km/hr (M/Sec) / As per IS
Additional Collateral Load on purlins, (kN/sqm ) / 0.25
Earthquake Zone / As per IS

2.4 Additional Load and Members to be considered

1.  HUNG LOAD (A) 500KGs To be CONSIDERED in 12 LOCATION In Cold store

2.  100 mm PUF Panel Ceiling Load to be considered .Ceiling suspension will be hung from Purlins.

3.  Live load of two persons walking on PUF Panel ceiling

2.5 Additional Items

1.  Rain water gutter to be included in offer

2.  12 Sky lights and Continuous Ridge Ventilators to be quoted

***

3.0 Technical details /Design Information - PUF Panels

PUF Panel Sheet thickness – 0.5 mm both Side

Supplier to ensure no rusting of PUF Panel/ Flashing/ Accessories which are used.

Supplier to calculate the total requirement for the PUF panels and accessories and Submit the offer.

PUF PANEL Sheet Colour approval to be taken from Customer (RAL 9002/ RAL 9003/ RAL 9010)

Supplier to ensure 15 years sustainability at site.

Test Certificates for Density / Sheet Thickness and other PUF properties to be provided from the LOT of the panel supplied to this site.

The cold room areas shall be made of prefabricated, pre-engineered sandwich polyurethane foam (PUF) insulation panel sandwiched between minimum 0.5 mm thick precoated GI sheet steel with continuous serrations on both the side for walls and ceiling in the required thickness generally as per the specification provided below. The scope include accessories like,anodized aluminum extruded angles, flashing ceiling support hardware, if required, silicon sealants, insitu foaming at the required place so as to have appearance like modern cold rooms complex.The ceiling and wall panels shall be self supported type. The complete cold room, as a self supported module, shall be able to with stand wind velocity of minimum 50 m/sec. The cold room shall be designed with suitable impact protection arrangement considering the usage of pallet trucks/fork lift for material handling. The design of wall panels shall be suitable for mounting the sliding up or side slide type motorized insulated doors, air curtains and lighting fixtures.