HRIDC invites bids for fabricating and fixing railings under railway bridge in sector-19, Panchkula

Haryana Rail Infrastructure Development Corporation Ltd. (HRIDC) on behalf of Commissioner, Municipal Corporation, Panchkula tenders are invited for Fabricating and Fixing Railings under Railway Bridge in Sector-19 of Ward No. 8, Panchkula.

  • Tender Reference Number: EE/MCPKL/2022/353/2
  • Name of Work: Fabricating and Fixing Railings under Railway Bridge in Sector-19 of Ward No. 8,Panchkula.
  • Advertised Value: INR 10.67 Lakh
  • EMD: INR 21,340 Thousand
  • Period Of Work: 02 Months
  • Document Download / Sale Start Date: 31st August, 2022
  • Document Download / Sale End Date: 15th September, 2022
  • Bid Submission Start Date: 31st August, 2022
  • Bid Submission End Date: 15th September, 2022
  • Bid Opening Date: 15th September, 2022

Scope of Bid:

  • The employer (named in Appendix to ITB) invites bids for the construction of works (as defined in these documents and referred to as “the works”) detailed in the table given in ITB. The bidders may submit bids for any or all of the works detailed in the table given in ITB.
  • The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data.
  • Throughout these bidding documents, the terms “bid” and „tender‟ and their derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.

Source of Funds:

  • The expenditure on this project will be met from the Municipal Corporation, Panchkula.

Bid Document applicable for this work:

  • All bidders shall provide in Section-2, Forms of Bid and Qualification Information a preliminary description of the proposed work method and schedule, including drawing and charts, as necessary.
  • The proposed methodology should include a programme of construction backed with equipment planning and deployment duly supported with broad calculations and quality assurance procedures proposed to be adopted justifying their capability of execution and completion of work as per technical specifications, within stipulated period of completion.
  • All bidders shall include the following information and documents with their bids in Section 4.
  • Copies of original documents defining the constitution or legal status, place of registration, and principal place of business, written power of attorney of the signatory of the Bid to commit the Bidder.
  • Total monetary value of construction work performed for each of the last seven years.
  • Experience in works of similar nature (defined as billing for works in progress and completed in all cases of Buildings, Bridges, ROB’s and RUB’s only) and size for each of the last seven years and details of works underway or contractually committed, and clients who may be contacted for further information on those contracts.
  • Major items of construction equipment proposed to carry out the Contract.
  • Qualifications and experience of key site management and technical personnel proposed for Contract:
  • Reports on the financial standing of Bidder, such as profit and loss statements and auditor’s reports for the past seven years.
  • Evidence of access to line(s) of credit and availability of other financial resources facilities (25% of contract value), certified by the Bankers (Not more than 3 months old).
  • Undertaking that the bidder will be able to invest a minimum cash upto 25% of contract value of work, during implementation of work.
  • Authority to seek references from the Bidder’s bankers;
  • Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount;
  • Proposals for subcontracting components of the works amounting to limiting to 20 percent of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant field should be annexed); and
  • The proposed methodology and programme of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

Eligibility:

  • To qualify for award of the contract, each bidder in its name should have in the last seven years (as referred to in Appendix to ITB) satisfactorily completed:
    • Three similar works each costing not less than the amount equal to 40% of the estimated cost. OR
    • Two similar works each costing not less than the amount equal to 50 % of the estimated cost. OR
    • One similar work costing not less than the amount equal to 8 0 % of the estimated cost.
  • Cost of work shall mean gross value of the completed work including the cost of materials supplied by the Govt. / Client, but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent (calculated on the basis of 10% value added compounded per year).

Notes:

  • The above rates are for complete work including cost of all materials, labour, tools and plants and water etc. unless or otherwise specified.
  • No Material, Tools, Machinery will be provided by the department.
  • All clauses and notes given in the Haryana PWD schedule of rates 1988 2nd edition with upto date correction slips issued upto the date of tender shall be applicable to all above items wherever necessary.
  • The description, rates, units, etc. of above schedule shall be corrected as per Haryana PWD schedule of rate 1988, 2nd edition in case of any error or omission.
  • Chapter numbers with items referred to above are of Haryana PWD schedule of rates 1988 2nd edition, corrected upto date.
  • The whole work shall be carried out strictly in accordance with the Haryana PWD specifications book 1990 latest edition as applicable to Haryana State with upto date correction slips.
  • No premium shall be payable on the items which are not provided in the Haryana PWD schedule of rates 1988, 2nd edition, corrected-up-to-date.
  • Samples of all building materials, doors and windows, fittings and other articles required for use on the work shall be approved from the Engineer-in-Charge, Articles manufactured by firms of repute, approved by the Engineer-in-Charge shall only be used. Only articles classified as First Quality by the manufacturer shall be used. Articles which are not First quality shall be rejected by the Engineer-in-Charge. Preference shall be given to those articles, which bear I.S.I. certification mark.
  • In case articles bearing ISI certification marks are not available, the quality of samples brought by the contractor shall be judged by the standards laid down in the relevant ISI specifications. All materials and articles brought by the contractor to the site of work for use shall confirm the samples approved, which shall be preserved till the completion of work. Final decision to reject any material shall rest with the Engineer-in-Charge.
  • The contractor shall provide suitable measuring arrangements at site for checking of various articles brought by him to ensure mixing in specific proportions.
  • The contractor shall provide such recesses, holes, openings etc. as directed by Engineer-in-inCharge as required for the Electrical / sanitary work and nothing shall be payable on this account.
  • Thickness of RCC shall be measured and paid for structural sizes designed.
  • Steel used in supports, spacers and for hooks and overlaps, which are not approved i.e. which are not provided according to the drawing or the instructions of Engineer-in-Charge shall not be measured for payment.

For further details and e-tendering schedule visit website https://etenders.hry.nic.in//www.hridc.co.in


Source: HRIDC -Tender | Image Credit (representational): DFCCIL