RITES LTD€¦ ·  · 2015-06-09RITES LTD TENDER AND CONTRACT DOCUMENT FOR Design, Supply, ......

151
1 RITES LTD TENDER AND CONTRACT DOCUMENT FOR Design, Supply, Installation, Testing & Commissioning of 13 Nos. Barrier Free Lifts at JNU Campus, New Delhi. JUNE- 2015 TENDER No: RITES/CO/B&A/CP/TC/JNU/Barrier Free Lifts/R1/2015 ( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II , PLOT NO-144, SECTOR-44, GURGAON 122003. TENDER DOCUMENT ISSUED TO : Name of Tenderer : _____________ Address of Tenderer : _____________ Signature of Officer issuing the Document with Designation and Date of issue : ________

Transcript of RITES LTD€¦ ·  · 2015-06-09RITES LTD TENDER AND CONTRACT DOCUMENT FOR Design, Supply, ......

  • 1

    RITES LTD

    TENDER AND CONTRACT DOCUMENT

    FOR

    Design, Supply, Installation, Testing & Commissioning of 13 Nos. Barrier FreeLifts at JNU Campus, New Delhi.

    JUNE- 2015

    TENDER No: RITES/CO/B&A/CP/TC/JNU/Barrier Free Lifts/R1/2015

    ( A Govt. of India Enterprise )CP DIVISION, RITES OFFICE COMPLEX-II ,

    PLOT NO-144, SECTOR-44, GURGAON 122003.

    TENDER DOCUMENT ISSUED TO :

    Name of Tenderer : _____________Address of Tenderer : _____________

    Signature of Officer issuingthe Document with Designation and Date of issue : ________

  • 2

    TENDER AND CONTRACT DOCUMENTCONTENT

    S. No. Details Page (s)

    PART 1 (A Technical Bid) Read with correction slip1 to18 dated,07.05.2015 12-149

    SECTION No 1 Notice Inviting Tender and Instructions to Bidders. 45-99SECTION No 2 Tender and Contract Form 100-103SECTION No 3 Special Conditions 104-114SECTION No 4 Schedules A to F 115-123SECTION No 5 Technical Specifications 124-144SECTION No 6 Drawings 145-149

    PART 2 (FinancialBid)

    SCHEDULE (BILL) OF QUANTITIES 150-162

    ITEM RATE TENDER Abstract Of Cost 151Bill of Quantities 152-162

    PART -3 General Conditions of Contract * (Read withCorrection slips-enclosed)

    2-11

    SECTION No 7* Conditions of ContractSECTION No 8* Clauses of ContractSECTION No 9* RITES Safety CodeSECTION No 10* RITES Model Rules for Protection of Health and

    Sanitary Arrangements for WorkersSECTION No 11* RITES Contractors Labour Regulations

    *General Conditions of Contract 2011 (Compilation of Sections 7 to 11) along withcorrection slips No-1 is available with all correction slips up to date, in RITES websitewww.rites.com under head of Tender RITES GCC-2011

  • RlTES Lid. I Contract Policy CellI Gurgaon

    General Conditions of Contract for Works,2011

    Correction Slip No.6

    ~ SECTION 8 - Clauses of Contract

    . Clause 17 Contractor Liable for Damages, Defects during Maintenance Period and Refund of Security Deposit .

    . In the first para ofthe existing clause, .the expression "twelve months (six inonthsin the case ofwork costing Rs.tenlakh and below except road work)" appearing at (jh17th line from top " and !5Ihllrl'-.linefr()m;'topmaybe deletedandreplacedwiththefollowing: .

    the maintenance .periodspeciflcd in Schedule 'P . .. .

    Further; the .Jastsentence ofthe first pa~aintheexisting clause may be deleted andreplaced with the following:

    .Provided that in the case ofroadwork, ifin the opinion of the Engineet~irt-Charge, halfof

    the Security Deposit is sufficient to meet alUiabilities of the contractor under thiS-contract,

    halfof the Security D~posit.willberefundableon expiry ofhalf the specifie4 maintenance

    period and the remaiI$g b..a1f aftcrexpiry of the full maintenance period from the date of

    issue ofthe Said certificate of completion or till the FmalBill has been prepared and passed,

    whichever is later.

    The maintenance period to be mentionedir. Schedule F shallbeflXed by the Tend.er ..Approving Authority;specijied in the SOP.

    No. RITES/epC/CONT

    Dated the 12.th May, 2014 '

    The above correction to Gee for \Vorks, 2011 IS issued with approval of the . r

    competent authority. r

    p~ :r (G.V. ~aria)

    Advisor (ContractPolicy)

    All Divisional Heads and SBU heads '

    Copy to:

    1. Se~y to Clv'tl)/DTIDP/DF. The above correction slip may be inserted ill the copy of 'GeC for-Works, 2011' for information of CMD and Directors

    2. eva

    . ;,

    ,.'

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    General Conditions of Contract for Works, 2011

    Correction Slip No.5

    SECTION 8 - Clauses of Contract

    Clause 3 When Contract can be Determined

    In the existing sub-clause 3(a) the following sub-sub-clause 3(a)(i) may be added before sub-clause 3(b): .

    3(a)(i) Further, the contractor shall be Qeemed to be declared a 'Poor Performer' as per Clause 52.7 hereinafter (without issuance o~ any notice in this regard) and shall not be eligible for a period of upto two years, to participate in tenders of other works which may be invited by RITES Ltd.

    Clause 52 Programme and Performance

    In the existing Clause 52, a new sub-clause 52.7 may be added as under:

    Clause 52.7 Poor Performance and Consequences Thereof

    The Engineer-in-Charge, without prejudice to his other rights against the contractor, may declare the contractor to be a poor performer after giving him written notice of seven days in any of the following cases:

    i. The contractor abandons the work for 30 days or more without valid reasons. ii. Progress on the work is behind schedule by 25% or more of the stipulated contract

    period for reasons solely attributable to the contractor. iii. Completion of work is delayed by 25% or more of the stipulated contract period for

    reasons solely attributable to the contractor. iv. The contractor repeatedly (twice or more) makes claims on frivolous grounds or goes

    to court or seeks arbitration for such claims. . v. The contractor repeatedly (twice or more) seeks extra-contractual financial support

    from RITES for completing the work. . . vi. If there are more than two instances of financial failure of contractor in making timely

    payments to his labour or sub contractors or to suppliers of materials.

    Upon declaration of the contractor as ' poor performer' , his name will be placed in RITES' 'Negative List of Contractors' and he will not be eligible for a peri(ld of up to two years, to participate in tenders of other works which may be invited by RITLS. .

  • No. RITES/CPC/CONT

    Dated the 26th March, 2014

    The above correction to GCC for Works, 2011 IS issued with approval of the competent authority.

    p~ -e. (G.Y.Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    1. Secy to CMDIDTIDPIDF. The above correction slip may be inserted in the copy of 'GCC for Works, 2011' for infoffilation ofCMD and Directors

    2. evo

  • RITES Ltd. I Contract Policy CellI Gurgaon

    General Conditions of Contract for Works, 2011

    Correction Slip No.4

    SECTION 8 - Clauses of Contract

    Clause 1 Performance Guarantee

    In the existing sub-clause 1 (I)) the first sentence may be deleted and replaced by the following:

    (i) contractor shaH submit an irrevocable Performance Guarantee of 5% Percent) the tendered value and also an AdditionalPerformance his

    offer is less than 90% of the cost work put to tender, of an amount by which the bid falls short of 90% of the cost, for the contractor's proper performance of contrac,t agreement (notwithstanding and/or without prejudice any other provisions in the contract) within the period specified in Schedule F from the date of Letter of Acceptance.

    Clause lA Recovery of Security Deposit

    In the and rep/aced by the following: Clause JA the last para may be

    Deposit may submission of by a scheduled bank or on to a minimum amount

    Lacs subject to the condition that the amount the one, shall not be less than Rs. 5.0 Lacs. Bank Guarantee submitted

    any Bank Guarantee IVAo,.,IVUl t:ll:>t:lm;:,

    Security Deposit shall be initially valid uptp the stipulated date completion of work plus period defined under 17 hereinafter. The Bank Guarantee

    from time to time when contract period is extended under clause 2 and 5. Final refund of Deposit will governed by

    provisions of 17 hereof

    Clause 5 Time and Extension for Delay

    In the existing

    failing which the amounts specified in Schedule F shalI be withheld tor non-of milestones. The withheld amount may be released when the

    subsequent milestone(s) is/are achieved. The withheld amount may also be released

    shall be

  • i:1f)i:1lll.:H submission of Bank Guarantee of equivalent amount issued by a scheduled bank or by State Bank of India.

    No. the 16th July, 2013

    The above correction to GCC for Works, 2011 is issued with approval of the competent authority.

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    '-...../

    Copy to:

    1. Secy to CMD/DFIDT/DP. above correction slip may be inserted in copy of 'GCC for Works, 2011' for information ofCMD and Directors

    2. cva

    '--"

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    General Conditions of Contract for Works, 2011

    Correction Slip No.3

    SECTION 8 - Clauses of Contract

    Clause 1 Performance Guarantee

    The existing sub-clause (iv) may be re-numbered as (v) and the following sub-clause (iv) may be inserted:

    (iv) In lieu of the Performance Guarantee and/or Additional Performance Guarantee, the contractor may submit Demand Draft of the like amount issued by a scheduled bank.

    No. RITES/CPC/CONT

    Dated the 17th July, 2012

    The above correction to GCC for Works, 2011 is issued with approval of the

    competent authority.

    p~ e (G.V.Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division

    Copy to:

    1. Secy to MD/DF/DT/DP. The above correction slip may be inse11ed in the copy of 'GCe for Works, 2011' for information ofMD and Directors

    2. CVO

  • RITES Ltd / Contract Policy Cell / Gurgaon

    General Conditions of Contract for Works, 2011

    Correction Slip No. 2

    SECTION NO. 7 - Conditions of Contract

    The existing sub-para (viii) ofPara 2 may be deletedandreplaced with the following :

    "(viii) Excepted risks are risks due to war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, any acts of Government and other causes over which the Contractor has no control and accepted as such by the Accepting Authority or causes solely due to use or occupation by the Employer of the part of the works in respect of which a certification of completion has been iSSued or a cause solely due to the Employer's faulty design of works:

    Further, a new sub-para (xv) under this para may be inserted to readas under :

    "(xv) Replacement Cost means (a) tendered value plus (b) cost of materials supplied by the Employer (assessed cost of such materials if the materials are supplied free of cost) plus 10'70 of both (a) and (b)."

    SECTION No.8 - CLAUSES OF CONRACT

    The existing sub-clause (a) and (b) of Clause 47.1.1 may be deleted and replaced with the following :

    "(a) The works at their Replacement Cost.

    (b) A" plants and equipment and other things brought to the site by the contractor shall be insured for a sufficient amount not less than Rs. 5 lacs or 1'70 of the Tendered Value, whichever is more."

    No. RITES/CPClCONT

    Dt.9.1.12

    The above corrections to GCC are issued with the approval of competent authority.

    ~~6L!~~(5. . Malhotra)

    Ex ert/Q>C

    All Divisional Heads and SBU Heads of RI, B&A, UI, TI, TS and CS Divisions

    Copy to:

    Secy to MD/DP/DF/DT - the above correction slip may be inserted in the copy of GCC issued for information of MD and Directors

    Cyo Aj)\J('CJ-fN-J )I

    M V, ((S t.--R) .--jl r CL~L1~ VL-;

    http:Dt.9.1.12

  • ~

    ' ),

    RITES Ltd / Contract Policy Celt / Gurgaon

    Genera1 Conditions of Contract for Works, lOll

    Correction Slip No. 1

    SECTION NO. 7 - Conditions of Contract

    Para 2 - Meaning of Expressions

    An additional sub-clause (xiv) may be addedas under :

    "(xiv) Stipulated date of completion: It is the date arrived at by adding the time aHowed for completion as specified in Schedule 'F' to the date of commencement of the work."

    SECTION No.8 - Cfausesof Contract

    An additional Clause 5A may be insertedas under:

    MCLAUSe 5A

    Shifting of Stipulated I>Gte of Completion

    The authority specified in Schedule'F' may, at the written request of the contror, Shjft the stipulated date of comp1etion only if the execution of work is delayed by more than 25'10 of the time allowed for completion, on account of reasons solely attributabile tG the Employer or the Engineer-in-Charge. ~

    The decision of the competent authority regarding shifting of the stipulated date of completion and the extent of shifting shall be final and binding upon the contractor.

    The stipulated date of completion so shifted by the competent authority shaH be considered for the purpose of Clause lOCC as the stipulated date of completion:

    CLAUSE lOCC

    Payment due to increase/decrease in prices/WQges Qfter Receipt of Tender for 'Works

    This chuse may be modified to readas under:

    "This clause will be applicable only when so provided in Schedule 'F'.

    If the prices of materials (not being materials supplied or services rendered at fixed prkes by the Employer in accordance with Clauses lO & 34 hereof) and/or wages of labour required for execution of the work increase, the Contractor shaH be compensated for such increase as per provisions detailed below and the amount of the Contract shall accordingly be varied, subject to the condition that such compensation for escalation in tM'ices and wages shall be available only for the work done during the stipulated period of the contract including the justified period extended under the provisions of clause 5 of the contract Without any action under clause 2. However, for works executed during the justified period extended as above, the compensation as detailed below will be limited to the indices/wages prevailing at the time of stipulated date of completion or as prevailing for the period under

    1

  • ,..."... \ \'

    ~

    / :; .. ; .

    consideration, whichever is less. Such compensat,jon for escalation in fhe prices of materials and labour, when due, shall be worked out based 011 the following provisions .'

    CLAUSe 13

    Foreclosure of Contract due to Abandonment or Reduction in Scope of Work

    The phrase appearing in If'' line from top (page 30) 'which decision will be final and binding may be replaced with 'whose decision will be final and binding'

    CLAUSe 14

    Taking away part work due to default of the Contractor and recovery of additional cost of Contractor

    The phrase appearing in para (ii) (line 31) 'does not remedy it or takes effective steps to remedy it' may be replaced by 'does not remedy it (}if' does not take effective steps to remedy it'

    The word appearing at penultimate line on page 31 as" appearing between the words 'he' and 'shall'may be deletedand word 'to' inserted between the words 'liable' and poy'

    CLAUSe 15

    SUspension of work

    At the end of the existing clause, the following para may be added :

    "Provided further that the contractor shall not be entitled to claim any compensation from the Employer for the loss suffered by him on account of dday by the Employer in supply of materials in Schedule "B' where such delay is covered by diffkulties relatlf79 to the suppty of wagons, force majeure including n on-allotment of such materials by controlling authorities, acts of God, acts of enemies of the state/country or any reasonable cause beyond the control of the Employer-

    No. RITES/CPC/CONT Dt. 21.11.11

    The above corrections to GCC are issued with the approval of competent authority.

    ( S.K. Malhotra) Expert/Q>C

    All Divisional Heads and SBU Heads of RI, B&A, VI, TI, TS and CS Divisions

    Copy to:

    Secy to MD/DP/DF/DT - the above correction slip may be inserted in the copy of Gee issued for information of MD and Directors

    eva, Adv/RPO/South/Chennai

    2

    http:21.11.11

  • RlTES Ltd.1 Contract Policy CellI Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No. 15

    In case ofrailway works involving one or more components like Earthwork, Bridges, Track Linking, Track Laying, OHE and Signalling etc. the Qualifying Criterion relating to Work Experience given in para 2 of Annexure I - Qualifying Criteria for Works Contracts, may be modified as under:

    QUALIFYING CRITERIA FOR WORKS CONTRACTS

    2. WORK EXPERIEN CE

    a) Similar Works Experience

    (i) For works in normal areas (other than difficult areas)

    The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. OR at least two similar works each of minimum value of Rs. during the last 5

    , - (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

    Or (ii) For works in difficult areas (North East States, J&K,

    Jharkhand, Chattisgarh and Andaman & Nicobar Is)ands)

    The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. OR at ,least two similar works each of minimum value of Rs. _ _ during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered,

    (.')trike out (i) or (h) as applicable).

    Similar Wor)

  • b) Construction Experience in key activities/specified components

    To qualify for award of the contract, each Bidder in his own name or as a member of a Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid, executed the following key activities in anyone work* / more than one work* (* Strike out whichever is not applicable) . .. . . ... . ... . . . . . . .. . . . .... . ... . . . . . . . . . . . . . . . .. . . . . . . .. ... . . . . . . . . . . . . . . . . ... . . . . . .. . . . . .... . . . . ..~

    (Ideally only very fe,1' and that too, specialized components of the work may be specified at the discretion ofNIT approving authority).

    Notes:

    The existing Notes as applicable for other works will also be applicable to railway works.

    No. RITES/CO/CPCIT &CD Dated the 07th October, 2014

    The above correction to Tender and Contract Document - J~y 20 II is issued with approval of the competent authority.

    ?~-T"\ '--(G.V.Chanana1

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    I. Secy to CMD/DT/OP/Df. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RITES Ltd. I Contract Policy Cell I Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No. 14

    \ In Correction Slip No. 13 dated 09'h September 2014, para 5 'Net Worth' may be replaced with the following:

    5. NET WORTH

    " The bidder should have positive Net \\' orth of at least 30% of the estimated cost.

    Notes: - Average Net W01 th of the past three financial years shall be considered

    - In case JV is permitted, the following provisions will apply:

    Large Wort s

    AU the partners shall individually meet this criterion.

    Normal \:Vori~s

    The Partner-in-chargclLead Member shall singly meet this criterion.

    No. RlTES/COICPC/T&CD

    Dated the 1 yh September, 201 4

    The above correction to Tender and Co;,tract Document - July 2011 is issued

    with approval of the competent authority,

    p~ =\ (G.V.Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    I. Secy to CMD/DTIDPIDF. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No. 13

    \

    The existing Annexure I - Qualifying Criteria for Works Contracts, may be deleted and replaced with the following:

    QUALIFYING CRITERIA FOR WORKS CONTRACTS

    1. Annual Financial Turnover

    The bidder should have achieved a minimum annual financial turnover of Rs. in anyone of the last 3 Financial Years.

    Notes:

    > The financial turnover will be taken as given under the head "Income" in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

    >- Closing stocks in whatsoever manner should not form part of turnover.

    >- Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the prev ious years to the current year.

    >- For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 20 I4-15, the last three Fi nancial Years will be 201314,2012-13 and 2011-12. For a Tender opened on (say) 05.09.2014 (FY 2014-15), with weightage of7% compounded annually, the weightages to be applied on the Turnover of the previous three Financia I Years wi II be : FY 2013-14 = 1.070; FY 2012-13 = 1.145 and FY 20 I 1-12 = 1.225;

    ~ The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Quali fication Criterion .

    >- The Bidder should submit self attested copy of Auditor's Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financiall Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

    >- If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Bal ance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately

  • preceding the previous Financial Year may be adopted for evaluating the credentiab of the Bidder.

    >- In case JV is permitted the following provisions will apply:

    Large Works

    For each Partner, the highest Annual Turnover in any of the last three Financial Years will be considered and the weighted figure for the current Financial Year will be worked out as described in Para 1 (Note 3). This should not be less than the figure arrived at by multiplying the minimum Annual Turnover stipulated for the Bidder in Qualification Criterion multiplied by the percentage of Financial participation by that partner in the JV. Each partner should satisfy this requirement and thus automatically JV will satisfy the criterion of minimum Annual Turnover. .

    Normal Works

    The Partner-in-charge/Lead Member shall singly meet this criterion.

    2. WORK EXPERIENCE

    a) Similar Works Experience

    (i) For works in normal areas (other than difficult areas)

    The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. OR at least two similar works each of minimum value of Rs. OR at least three similar works each of minimum value of Rs.__ during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

    Or (ii) For works in difficult areas (North East States, J&K,

    Jharkhand, Chattisgarh and Andaman & Nicobar Islands)

    The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. OR at least two similar works each of minimum value of Rs. _ _ during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shalt not be considered.

    (Strike out (i) or (ii) as applicable).

  • Similar Works

    Similar Works shall mean the work of ___ _ _ __ carried out in India.

    Notes: ~ A weightage of 7% (compounded annually from the date of completion of the work

    to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

    > Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

    > The Bidder should submit the details of such similar completed works format at Proforma-l enclosed.

    as per the

    > Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

    >- Credential certificates issued by Government Organizations / Semi Government Organizations of Central or State Government; or by Public Sector Undertakings /

    Autonomous Bodies of Central or State Government; or by Public Ltd. Companies

    listed in Stock Exchange in India or Abroad shall only be accepted for assessing the

    eligibility ofa Tenderer

    >- The cut off date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2014, the cut off date shall be 07.08.09.

    ~ In case JV is permitted the following provisions will apply:

    Large Works

    All the partners shall jointly meet this criterion.

    Normal Works

    The Partner-in-charge/Lead Member shal I singly meet this criterion.

    b) Construction Experience in key activities/specified components

    To qualify for award of the contract, each Bidder in his own name or as a member of a Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid , executed the following key activities in anyone work* / more than one work * (* Strike out whichever is not applicable) . , 0 '" _,. _ , _

    ..... .... .. ... . . . ,-, .. .. .. .............. , .... ......... .... ,_ .. . ... ,_ .... - .. -, . . , .. . ............... .

    http:07.08.09

  • (Ideally only very few and that too, specialized components of the work may specified at the discretion ofNIT approving authority).

    );> work satisfying criterion a particular activity may be different from a work satisfying the criterion for another key activity.

    );> Bidder should furnish with his Bid a tabular statement contract-wise key activities / specialised components executed in the last 5 years

    which meet Qualification along with documentary proof in support thereof (indicating nos.).

    if a work has not been completed but if specified quantity of activity has the same shall be into consideration purpose of this criterion.

    );> Any work by the Bidder as a member a Joint Venture will be accepted provided is documentary proof in support of the same either in the MOUI Agreement of the JV or in a declaration by the other of that JV or the confirming that the special work was actually by the

    In case .TV is permitted the following provisions will apply:

    All the shall jointly meet this criterion.

    as for works.

    SOLVENCY CERTIFICATE AND SERVICING OF LOAN / LIMIT

    (i) A Solvency Certificate of minimum solvency format at Proforma 2) from a Scheduled issued not ier than 6 months from the date for submission of tender is required to be submitted by the bidder.

    The so by the 8 idder may got verified from the Bank

    );> [n case JV is permitted the following provisions will apply:

    Large Works

    For each Partner, the figure in Certificate favour of that Partner, should not than the minimum figure stipulated for the Bidder in the Qualification Criterion by Financial participation by that Partner in the JV.

  • Normal Works

    The Partner-in-chargelLead Member shall singly meet this criterion.

    (ii) The bidder should furnish a declaration that he has not failed to service the principal amount or interest or both of a loan account / credit limit from any

    Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

    Notes: ~ In case a bidder has defaulted in servicing his loan I credit limit during the past one

    year, he shall be disqualified. ~ The declaration may be included in the Declaration to be submitted in Proforma 3 to

    this Annexure

    ~ In case JV is pennitted the following provisions will apply:

    Large Works

    Each Partner shall sign the declaration.

    Normal Works

    The Partner-in-charge/Lead Member shall sign the declaration.

    4. PROFITABILITY

    The Bidder should be a Profit (Net) making fi rm and should have made profit during any

    two of the past 3 Financial Years immediately preceding the deadline for submission of bids. If the Audited BaJance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheets of the three Financial Years immediately preceding the previous Financial Year shall be

    considered.

    The Bidder should furnish figures of net profit of last 3 years in a tabular form and submit attested copies of Auditor's RepOlts along with audited Balance Sheets and Profit and Loss Statements for the last three Financial Years. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

    Notes:

    In case JV is permitted , the following provisions will apply:

  • Large Works

    All the partners shall meet individually this criterion.

    Normal Works

    The Partner-in~chargelLead Member shall singly meet this criterion.

    5. NET WORTH

    The Bidder should be a Profit (Net) making firm and should have made profit during any two of the past 3 Financial Years immediately preceding the deadline for submission of bids. If the Audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheets of the three

    Financial Years immediately preceding the previous Financial Year shall be considered.

    6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS

    a) Sub-Contractor's Experiences and Resources

    Sub-Contractors ' Experiences and Resources will not be taken into account in determining the Bidder's compliance with the qualifying criteria.

    c) Experiences and Resources of the Parent Company and other subsidiary companies

    If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

    7. DISQUALIFICATION ON CERTAIN GROUNDS

    Even though the Bidders may meet the above qual ifying criteria, they are subject to be disqual ified if they have

    a) Made misleading or fal se representation in the forms , statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer's liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

  • b) Records of any contract awarded to them, having been determined during the past three years prior to the deadline for submission of bids.

    c) Their business banned or suspended by any Central/State Government Department! Public Undertaking or Enterprise of Central/State Government and such ban is in force.

    d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed fOlmat.

    A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per fOlmat given in Proforma 3 enclosed.

    The existing Proformae 1 and 2 remain unchanged. Proforma 3 may be deleted and replaced with the following:

    Proforma 3

    DECLARATION BY THE BIDDER

    (Affidavit on Non-Judicial Stamp Paper ofRs.lO/- duly attested by Notary / Magistrate)

    This is to certify that We, M/s. ___ _________ , in submission of this offer confirm that:

    i. We have not made any misleading or false representation in the fOnTIs, statements and attachments in proof of the qualification requirements.

    II. During the past three years prior to the deadline for submission of bids, no contract awarded to us has been determined.

    III. No Central/State Government Department! Public Sector Undertaking or Enterprise of Central/State Government has banned/suspended business dealings with us as on date.

    IV. We have submitted all the supporting documents and furnished the relevant details as per prescribed format.

    v. List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

    VI. The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

  • vii. We have not failed to service the principal amount or interest or both of a loan accouritl credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

    viii. We understand that in case any statement/information/document furnished by us or to be furnished by us in connection with this offer, is found to be incorrect or false, OUf EMD in full will be forfeited and business dealings will be banned.

    SEAL, SIGNATURE & NAME OF THE BIDDER

    . signing this document

    No. RlTES/COICPC/T&CD

    Dated the 9t~ September, 2014

    The above correction to Tender and Contract Document - July 20 II is issued

    with approval of the competent authority.

    y(~ r (G.V.Chanana) Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    1. Secy to CMD/DT/DP/DF. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RITES Ltd. I Contract Policy Cell I GHrgaon

    Tendel' and Contract Document for Works - July 2011

    Correction Slip No. 12

    1n supersession ofCorrectirm Slip ,"/0.11, the existing suo-para (ii) in Proforma] ofAnnexure 1 - Declaration by (he Bidder, may be deleted (Ind replaced ~vith ihe following:

    ii) During the past three years prior to the de~cJline for s~lbmission of bids, no ~ contract nwr.rded to us has been determined.

    1

    Further, in Annexure - 1 'Quailfjing Criteria for 'Works Contmc!s' para 6 (b) may be deleled and replaced with Ihe/ollowing .

    b) Records of any contract awarded to them, huving been determined during the past three years prior to the deadline for submission of bids.

    No. RITES/COICPCIT&CD Dated the opt September, 20i4

    The above correction to Tender and Contract Document - July 20 II is issued with approval of the competent aut..J.lOrity.

    Y ,u. C~-==L._ (G . V.Chanana)

    Advisor (Contract Pol icy)

    All Divisional Heads and SBU heads

    Copy to:

    I, Secy to CMDIDTIDP/DF, The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. evo

  • RITES Ltd. I Contract Policy CeJl I Gurgaon. Tender and Contract Document for Works- July 2011

    Correction Slip No. 11

    In Proforma 3 ofAnnexure I Declaration by the Bidder. the existing sub-para (iiJ may be deleted and replaced with the following:

    ii) We do not have records of poor performance during the past three years such as detennination of contraft, abandoning the work, not properly

    completing the contract, inordinate delays in completion, litigation history or fmuncial failures etc.

    No. RlTES/CO/CPC/T&CD

    Dated the 081h August, 2014

    The above correction to Tender and Contract Document - july 2011 is issued with approval of the competent authority.

    ~!!-~---t-(G.V.Chanana)

    Advisor (Contract Policy)

    All Divisional I-leads and SBU heads

    Copy to:

    1. Secy to CMDIDTIDP/DF. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RITES Ltd. I Contract Policy Cell I Gurgaon .

    Tender and Contract Document for Works - July 2011

    Correction Slip No.10

    \ In the Check List to be, attended to by ihe Project Coordinator, the following modification may be made in Section 4. Schedules A to F by inserting the following between Clause 16 and . Clause 18: -'

    ITEM REFERENCE ACTION REQUIRED WHETHER ACTION TAKEN

    J Clause 17 Fill in one Blank

    /

    .J

    SECTION 4- PROFORMAOFSCHEDULES

    SClIEnULE 'F"

    {(nder Clauses ofContract, the fol/owing11!ay be iliser~edbelween Clause 16 andClause 18 :

    Clause 17 Maintenance' Period

    No. RITES/CO/CPCff&CD Dated the 12th May, 2014

    The above correction to Tender and Contract Document - July 2011 is issued With approval ,of the competent authority.

    ~.~ ' . i_ . (G.V.C anana)

    ' Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    ,Copy to: .- -

    1. ' Seey to CMDtDTIDPIDF. The above correction slip may be inserted in the coPy of Guidelines on Construction Project Management for infonnation '9f CMD and

    /

    DireCtors

    2. evo

  • RITES Ltd. I Contract Policy CellI Gurgaon

    Tender and Contract Document for 'Vorks - .July 2011

    Correction Slip No~ 9

    SECIlON 1 - Notice Inviting Tender and Instructions to Tenderers

    The following corrections may be made in Anr.zexure - J rdating to

    QUALIFYING CRlTERlA FOR WORKS CONTRACTS

    1.Annual Financiall'urnover

    . . The third nate under ~No'es. '-may,be deleted andreplacedasunder:

    .. 1

    Welgfttage:Of104 (compounded annually) sh

  • No~ RITES/COICPCrr&CD

    Dated the 29th April, 2014

    The above correction to Tender and Contract Document - July 20] I is issued with approval of the competent authority;

    ~. U" r . . (G.Vhanana)

    .Advisor (Contract Policy) .. All Divisional R'eads an

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No.8

    SECTION 1 - Notice Inviting Tender and Instructions to Tenderers

    Clause 2.0 QUALIFICATION CRITERIA TO BE SATISFIED Clause 2.1 refers 10 Annexure I where the Qualific61tion Criteria to be satisfied are

    given. In Annexure 1, the criterion of 'Profitability' stipulated vide para 4 thereofmay be deleted and replaced with the criterion of 'Net Worth' as given hereunder.

    However, the Notes given at the end ofthe existing para 4 will remain unchanged.

    4. Net Worth

    The bidder should have positive net worth. This will be judged from the Audited

    Balance Sheet of the last financial year ending on a date not prior to 18 months

    from the due date for submission of the tender (or, if the due date is extended, such

    extended date of submission.)

    No. RITES/CPC/CONT

    Dated the 30th December, 2013

    The above conection to Tender and Contract Document - July 2011 is issued with

    approval of the competent authority.

    ~CA-- (, (G.V.Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    l. Secy to CMD/DF/DT/DP. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document fOI' Works - July 2011

    Correction Slip No.7

    SECTION 1 - Notice Inviting Tender and Instructions to Tenderers

    Clause 2.0 QUALIFICATION CRITERIA TO BE SATISFIED In the existing Clause 2.2 the .figure of 'Rs.30 Crores I may be replaced with 'Rs.] 00

    Crores'

    No, RITES/CPC/CONT

    Dated the 27th August, 2013

    The above correction to Tender and Contract Document - July 2011 is issued with

    approval of the competent authori ty,

    ~~ C (G,V .Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads

    Copy to:

    I . Secy to CMD/DF/DTIDP. The above correction slip may be inserted in the copy of Guidelines 011 Constructi.on Project Management for information of CMD and Directors

    2. CVO

    http:Constructi.on

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No.6

    SECTION 1 - Notice Inviting Tender and Instructions to Tenderers

    ANNEXURE VI Form of letter of acceptance

    Annexure VI may be deleted. However, in order to not to change the number of subsequent Annexures, Annexure VI may be left blank and the word 'BLANK' written

    across it. The format for 'Letter ofAcceptance' given vide Annexure 8.2 of RITES' Guidelines

    on Construction Project Management may be adopted while issuing the letter of acceptance to the successful bidder.

    No. RITES/CPC/CONT

    Dated the 16th July, 2013

    The above correction to Tender and Contract Document - July 2011 is issued with approval of the competent authority.

    pVt- (' . (G.V.Clianana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division

    Copy to:

    1. Secy to CMD/DF/DT/DP. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of CMD and Directors

    2. CVO

  • RIT:ES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No.5

    SECTION 1 - Notice Inviting Tender and Instructions to Tenderers

    ANNEXURE VI Form of letter of acceptance

    The last sentence of 2nd para which reads "Bank Guarantees issued by the following Banks will not be acceptable ( Names of Banks )" may be deleted and replaced by :

    Bank Guarantees issued by only Scheduled Banks or State Bank of India will be accepted.

    No. RITES/CPC/CONT

    Dated the 10th December, 2012

    The above correction to Tender and Contract Document - July 2011 is issued with

    approval of the competent authority.

    p~ e (G.V .

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division

    Copy to:

    1. Secy to MD/DF/DT/DP. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of MD and Directors

    2. CVO

  • I Contract Cell I

    and Contract Document for Works - July 2011

    Correction Slip 4

    1 - Notice Inviting and Instructions to Tenderers The following may added at the para 5.2:

    document issued free cost to as arc exempted payment of cost document as a matter of Policy.

    The existing para 5.3 may be replaced with the following:

    Tender including drawings can also downloaded website and a case, the shall deposit cost of tender documents (unless he is exempted such payment as a matter Government Policy) alongwith submission of failing which shaH no!!:

    documents be deposited Order and the envelope

    the Earnest Money Deposit. In case the Tenderer is from the onus such shall rest with Tenderer and proof shall for t clarifications to the documents be on above website.

    The existing para 9.2 may be modified adding the following at the end of(he para:

    the tenderer is exempted payment of Money as a matter Government Policy_ The onus of such shall rest with Tenderer and such shall be IJIU""vU Earnest Money_

    In para 11.1 (aJ, under the heading' PACKET A , the contents 1 may be modified as under:

    Envelope 1 Earnest alongwith Mandate as per and cost Tender if the bid is on the dmvnloadedUlHvHl

    website, payments as a matter Policy_ If su bstan tiating

    must placed in this

  • In para 11.4.1 (a), under the heading ' PACKET A : .. TECHNICAL BID', the marking of Envelope 1 may be modified as under by adding sub-para (iii) :

    Envelope 1 iii) If the Bidder is exempted from payment Earnest l\'loney and Cost of Tender Document, he should superscribe "Documents

    Substantiating Exemption from Payment of Earnest Money and Cost of Tender Documents"

    In para 12.2 (a) (i) the following may be added afier the words" in an acceptable form" . . h 4th 6th loth d 11th {.appearing l1'l t e " an . rnes :

    (unless exempted)

    In para 12.3 (a) the following may be added after the words" in an acceptable form" . . h 2nd 4th d 7th ['appeanng l1'l t e , an mes :

    (unless exempted)

    No. RITES/CPC/CONT

    Dated the 28th September, 2012

    The above correctio~s to Tender and Contract Document ~ July 2011 are issued vvith approval of the competent authority.

    p~ :f (G.V.Cl1anana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads of RI, B&A, ur, TI, TS and CS Division

    Copy to:

    1. Secy to MD/DFIDT/DP. The above correction slip may be inserted in the copy of Guidelines on Construction Project Management for information of MD and Directors

    2. CVO

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    Tender and Contract Document for Works - July 2011

    Correction Slip No. !

    In the Check List to be attended to by the Project Coordinator, the following modification may be made:

    ITEM REFERENCE

    1.1

    ACTION REQUIRED

    Strike out the item not applicable and fill in 2 blanks

    WHETHER ACTION TAKEN

    SECTION 1 - Notice Inviting Tender and Instructions to Tenderers The existing para 1.1 may be replaced with the following:

    1.1 Tender Notice Tenders are invited in Two Packet / Single Packet system by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and behalf of ___ ____ (Employer) as an Agent / Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Government Organizations / Semi Government

    Organizations of Central or State Government; or of Public Sector Undertakings / Autonomous Bodies of Central or State Government; or of Public Ltd. Companies listed in Stock Exchange in India or Abroad, for the work of ______ _____

    (Note : Throughout these bidding documents, the terms 'bid' and 'tender' and their

    derivatives are synonymous).

    ANNEXURE - I Qualifying Criteria for works contracts In para 2 relating to Work Experience, under Similar Works the definition may be modified as

    under:

    Similar Works A Similar Work shall mean the work of carried out in

    India.

    In the Notes under Similar Works, the 51h note may be replaced with the following:

    Credential certificates issued by Government Organizations / Semi Government Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous Bodies of Central or State Government; or by Public Ltd. Companies listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility

    of a Tenderer

    ~

  • Note 2 of Proforma - 1 'List of Similar Works Satisfying Qualification Criterion, Completed During the Last 5 Years' may be replaced with thefollowing:

    Such credential certificates issued by Government Organizations / Semi Government Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous Bodies of Central or State Government; or by Public Ltd. Companies listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer In case of a certificate from a Public Limited Company, the bidder should also submit documentary proof that the Public Ltd. Co. was listed in Stock Exchange in India or abroad when the work was executed for it.

    Para 1(a) of ANNEXURE II A 'Qualification Information / Checklist of Documents - Letter of Transmittal by Other than Joint Ventures', para 2(i)(a) of ANNEXURE II B(L) and para (c) of

    ANNEXURE II B(N) may be replaced with the following:

    Self attested copy of a certificate, confirming that the applicant is a working contractor or has executed any work within the last five years reckoned from the date of opening of

    tender, issued by a Government Organization / Semi Government Organization of Central

    or State Government; or by a Public Sector Undertaking / Autonomous Body of Central or State Government; or by a Public Ltd. Company listed in a Stock Exchange in India or

    Abroad.

    No. RITES/CPC/CONT

    Dated the 27th September, 2012

    The above corrections to Tender and Contract Document - July 2011 are issued with

    approval of the competent authority.

    fl~' ~ (G.V.Chanana)

    Advisor (Contract Policy)

    All Divisional Heads and SBU heads of RI, B&A, Ul, TI, TS and CS Division

    Copy to:

    1. Secy to MD/DF/DT/DP. The above conection slip may be inserted in the copy of Guidelines on Construction Project Management for information of MD and Directors

    2. CVO

  • RITES Ltd. / Contract Policy Cell / Gurgaon

    RITES Tender & Contract Document, 2011

    Correction Slip No.2

    SECTION 1- Notice Inviting Tenders and Instructions to Tenderers

    Para 9.3 Refund of Money The existing para 9.3(c) may be re-numbered as para 9.3(d) and a new para 9.3(c) may be inserted as under:

    9.3(c) The Earnest Money shall refunded only through Electronic Fund Transfer. The tenderer shall submit RTGSINEFT Mandate as proforma given in

    Annexure IX, duly filled

    Para 11.1 Two Packet System and Single Packet System

    (a) Two Packet System

    PACKET A:- TECHNICAL BID

    In the contents ofEnvelope J, the words "alongwith Mandate as per IX duly filled in" may be inserted after the words Money".

    Para 11.4.1 Two Packet System

    (a) PACKET A - TECHNICAL BID

    Envelope 1 In item (i) the words "alongwith Mandate Form as IX" may be added after the words Money."

    Annexure A new annexure giving details ofMandate Form may be added as Annexure as the format enclosed.

    SECTION 2 Tender and Contract Form for Works

    The following sentence may be added at the end ofpara 4

    "Mandate Fonn authorizing RITES Ltd. to make all payments through as per

    Annexure IX, duly filled in, is enclosed."

  • - -

    ANNEXURE - IX Mandate Form

    To

    RITES Ltd.

    Dear Sir, Authorization for payments tlu'ough Electronic Fund Transfer System (RTGSINEFT)

    We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGSINEFT). The details for facilitating the payments are given below:

    /

    I NAME OF THE BENEFICIARY 2 ADDRESS WITH PIN CODE 3 (A) TELEPHONE NO. WITH STD CODE

    (B) MOBILE NO. 4 BANK PARTICULARS A BANK NAME B BANK TELEPHONE NO. WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO. WITH STD CODE E II CHARACTER IFSC CODE OF THE BANK

    (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

    F BANK ACCOUNT NUMBER AS APPEARING ON THE CHEQUE BOOK

    G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS

    H IF OTHERS, SPECIFY 5 PERMANENT ACCOUNT NUMBER (PAN) 6 E-MAIL ADDRESS I/We hereby declare that the particulars given above are correct and complete. If the transactIOn IS delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not hold RlTES Ltd. responsible. Bank charges for such transfer will be borne by us.

    Date---------- SIGNATURE

    (AUTHORlSED SIGNATORY) Name -----------------------------

    BANK CERTIFICATION

    It is certified that the above mentioned beneficiary holds bank account No.-------------------------with our branch and the Bank particulars mentioned above are correct.

    SIGNATUREDate-----------(AUTHORISED SIGNATORY)

    Name -----------------------------

    OFFICIAL STAMP

  • RITES Ltd / Contract Policy Cell / Gurgaon

    RITES Tender & Contract Document, 2011

    Correction Slip No. 1

    SECTION 1 - NOTICE INVITING TENDERS AND INSTRUCTIONS TO TENDERERS

    Para 11 - Submission of Tenders

    On page 8 the secondpara under heading 'Packet B - Financial Bid'may be modifiedto read psunder:

    ..All rates and o.mounts, wh~ther in figures or words, must be written in indelible ink Each correction, cutting, addition and overwriting should be initialed by the Tenderer."

    ANNEXURE - 1- QUAUFYING CRITERIA FOR WORKS CONTRACTS

    Para 2 - Work Experience

    The fifth bulletappearing under 'Notes' on. page 20may be modified to readas under :

    "Credential certificates issued by Govt. Organizo.tions/Semi Govt. Organizations/Public Sector Undertakings/Autonomous Bodies . of Central State Govts.lMunicipal Bodies/Public Ltd. Cos. Listed in Stock Exchange in India Of' abroad, shall only be accepted for assessing the eligibility of a tenderer:

    Schedule 'F'

    In Schedule 'P (page 64) the following may be addedafter 5.1.{b) Table:

    "Clause 5A - Shifting of stipulated date of completion

    Competent Authority Accepting Authority as

    Specified in Clause 2(vii)

    Of Conditions of Contract

    Above"

    1

  • 3

    RITES LTD

    TENDER AND CONTRACT DOCUMENT

    Design, Supply, Installation, Testing & Commissioning of 13 Nos. Barrier FreeLifts at JNU Campus, New Delhi.

    PART 1 (TECHNICAL BID)

    JUNE- 2015

    TENDER No: RITES/CO/B&A/CP/TC/JNU/Barrier Free Lifts/R1/2015

    ( A Govt. of India Enterprise )CP DIVISION, RITES OFFICE COMPLEX-II ,

    PLOT NO-144, SECTOR-44, GURGAON 122003.

  • 4

    SECTION -1

    NOTICE INVITING TENDER AND

    INSTRUCTIONS TO TENDERERS

    TENDER No: RITES/CO/B&A/CP/TC/JNU/Barrier Free Lifts/R1/2015

    (A Govt. of India Enterprise)CP DIVISION, RITES OFFICE COMPLEX-II,

    PLOT NO-144, SECTOR-44, GURGAON 122003.

  • 5

    SECTION 1

    NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

    1.0 GENERAL

    1.1 Tender Notice

    Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, actingfor and on behalf of Jawaharlal Nehru University, New Delhi (Employer) as an Agent/Power ofAttorney Holder, from working contractors (including contractors who have executed works withinthe last five years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES,DOT, RITES, State PWD or any other Central / State Government Undertaking, Municipal Body,Autonomous Body of Central/State Governments or Public Ltd., Co. listed on BSE/NSE for the workof Design, Supply, Installation, Testing & Commissioning of 13 Nos. Barrier Free Lifts at JNUCampus, New Delhi.(Note : Throughout these bidding documents, the terms bid and tender and their derivatives aresynonymous).1.2 Estimated Cost of Work

    The work is estimated to cost Rs.3,55,70,850.00/- (Rupees Three Crores, Fifty Five Lakhs, SeventyThousand, Eight Hundred and Fifty Only). This Estimate, however, is given merely as a roughguide.

    1.3 Time for Completion

    The time allowed for completion will be 09 months from the date of start which is defined inSchedule F under Clause 5.1a of Clauses of Contract.

    1.4 Brief Scope of Work Design, Supply, Installation, Testing & Commissioning of 13 Nos.Barrier Free Lifts at JNU Campus, New Delhi.

    1.5 Availability of Site

    The site for the work is available/ shall be made available in parts, as specified below:Site for the work shall be made available in parts. The work shall be carried out in the existingworking/ functional area of JNU, New Delhi.

    2.0 QUALIFICATION CRITERIA TO BE SATISFIED

    2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

    2.2 The Qualification Criteria to be satisfied will depend on the category of works, whetherNormal or Large. Normal Works are those costing upto Rs.30 Crores each and Large Worksare those costing more than Rs.30 Crores. The work for which the Tender is being invitedfalls under the category of *Normal / *Large.(* Strike out whichever is not applicable)

  • 6

    2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls inNormal area or difficult area. Difficult area includes North East States, Jammu & Kashmir,Jharkhand, Chhattisgarh and Andaman & Nicobar Islands. Normal area covers all areasother than difficult area. The work for which this Tender has been invited falls under*Normal / *Difficult area. (*Strike out whichever is not applicable).

    2.4 In this Tender Joint Venture is * allowed / *not allowed.(*Strike out whichever is not applicable).In case Joint Venture is allowed the following will apply:

    a) If JV is successful in the Bid, the Contract will be awarded in the name of JV. The JVAgreement should be executed within 15 days of receipt of Letter of Acceptance and the JVAgreement duly registered in accordance with law so as to be legally valid and binding on themembers. The JV shall also open a Bank account in the name of JV and all payments due tothe JV shall be credited by the Employer to that account only. To facilitate statutorydeductions such as towards Income Tax, VAT etc. made from the amounts due to the JVbeing credited to the concerned Government Departments, the JV shall arrange to obtain inthe name of JV, PAN/TIN etc as required.

    b) Bid submitted by a Joint Venture of two or more firms as Partners/Members shall beaccompanied by the following documents:

    i) A copy of Joint Venture MOU/Agreement duly notarized so as to be legally valid andbinding on all the Partners/Members and incorporating the following provisions(Suggested format at Annexure III):

    The Bid and, in case of a successful Bid, the Agreement shall be signed so asto be legally binding on all Partners/Members.

    One of the Partners/Members shall be nominated as being in charge and thisauthorization shall be evidenced by submitting Power of Attorney signed bylegally authorized signatories of all the Partners/Members.

    The Partner-in-charge/Lead Member shall be authorized to incur liabilities andreceive instructions for and on behalf of any and all partners/members of theJoint Venture and the entire execution of the Contract, shall be doneexclusively with the Partner in charge.

    All the partners of the Joint Venture shall be liable jointly and severally for theexecution of the Contract in accordance with the Contract terms and astatement to this effect shall be included in the authorization through a Powerof Attorney in favour of the Partner-in-charge/Lead Member as well as in theBid and in the Agreement (in case of a successful bid).

    Indication of the precise responsibility of all Partners/Members of the JointVenture in respect of planning, design, construction equipment, key personnel,work execution and financing of the Project duly indicating the percentage infinancing of JV by each Partner.

    In the case of Large Works, the maximum number of Partners can be onlythree and the Partner-in-Charge/Lead Member shall have more than 50%participation in financing of the JV and each of the other Members minimum

  • 7

    20% participation in financing of JV. In case of `Normal Works, the Partner-in-Charge/Lead Partner shall be responsible for 100% financing of the J.V.

    All partners/members of the JV shall comply with the provisions in theIntegrity Pact and any violation of the Pact by any partner/member shall beconstrued as a violation by the JV.

    ii) Power of Attorney in favour of the Partner-in-charge/Lead Member on the linesmentioned in item a above. (Suggested format at Annexure V).

    2.5 The documents to be furnished by the Bidder to prove that he is satisfying the QualificationCriteria laid down should all be in the Bidders name, except in cases where though the namehas changed, the owners continued to remain the same and in cases of amalgamation ofentities.

    3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ONQUALIFICATION CRITERIA

    3.1 Other than Joint Ventures

    The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing thedocuments mentioned therein/listed in para 1(a) of Annexure IA.

    3.2 Joint Ventures (For Large Works): Not Applicable

    The Partner in charge / Lead member shall furnish a Letter of Transmittal as given inAnnexure II B (L) enclosing the documents mentioned therein/listed in para 1(b) ofAnnexure I A.

    3.3 Joint ventures (For Normal Works): Not Applicable

    The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given inAnneuxre II B (N) enclosing the documents mentioned therein/listed in para 1(c) ofAnnexure I A.(Note: - Tender document approving authority to delete Sub Para 3.2 or 3.3 or both asapplicable.)

    4.0 CONTENTS OF TENDER DOCUMENT

    4.1 Each set of Tender or Bidding Document will comprise the Documents listed below andaddenda issued in accordance with para 7 :

    PART 1 :- Technical Bid Packet(Read with Correction Slip Nos.1 to 18)

    Section 1 Notice Inviting Tender and Instructions to Tenderers.Section 2 Tender and Contract Form.Section 3 Special Conditions.Section 4 Schedules A to FSection 5 Technical SpecificationsSection 6 Drawings

  • 8

    PART 2 :- Financial Bid Packet

    Schedule of Quantities (Bill of Quantities)

    PART 3:- General Conditions of Contract(Read with correction Slip Nos. 1 to 6)

    Section 7 Conditions of ContractSection 8 Clauses of ContractSection 9 RITES Safety CodeSection 10 RITES Model Rules for protection of Health and Sanitary arrangements for

    WorkersSection 11 RITES Contractors Labour Regulations

    4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correctionslips is also available in RITES website

    5.0 ISSUE OF TENDER DOCUMENT

    5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 4.1above can be seen in the office of the JGM (TC), 3rd Floor, RITES BHAWAN-II, Plot No.-144, Sector-44, Gurgaon-122003 (Haryana), Tel. No. 0124 2728309 between hours of11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

    5.2 One set of Tender Document may be purchased from the office of JGM (TC), 3rd Floor,RITES BHAWAN-II, Plot No.-144, Sector-44, Gurgaon-122003 (Haryana), Tel. No.0124 2728309 from 09.06.2015 to 23.06.2015 for a non refundable fee per set of Rs7,500.00/- (Rupees Seven Thousand and Five Hundred only) in the form of Demand Draft/Pay Order/ Bankers cheque drawn on any Scheduled Bank payable at Delhi/ Gurgaon infavour of RITES Ltd. Gurgaon, on submission of an application.

    5.3 Tender Documents including drawings can also be downloaded from RITES Website(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documentsalong with submission of tender, failing which his tender shall not be opened. The cost oftender documents shall be deposited in the form of a separate Bankers cheque / DemandDraft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. Theamendments / clarifications to the Tender documents will also be available on the abovewebsite.

    5.4 Tender Documents downloaded from RITES website shall be considered valid forparticipating in the tender process. During the scrutiny of downloaded tender document, ifany modification / correction etc. is noticed as compared to the original documents posted onthe website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of aTenderer who has downloaded the document from website is accepted the contract shall beexecuted in the original / manual tender document issued by the concerned RITES officer.

    5.5 Clarifications on Tender Documents

  • 9

    A prospective Tenderer requiring any clarification on the Tender Document may notifyDGM/Elect./CP Division, 2nd Floor, RITES Office Complex II, RITES BHAWAN, No-144, Sector-44, Gurgaon- 122003 in writing or by telefax / or by E-mail at the followingPostal Address / Fax No. / [email protected], [email protected],[email protected].

    In cases where Pre-Bid Meeting is not proposed to be held, request for clarificationsincluding request for Extension of Time for submission of Bid, if any, must be received notlater than 10 (ten) days prior to the deadline for submission of tenders. Details of suchquestions raised and clarifications furnished will be uploaded in RITES website withoutidentifying the names of the Bidders who had raised the questions. Any modification of theTender Document arising out of such clarifications will also be uploaded on RITES websiteonly.

    In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may bereferred to.

    6.0 PRE-BID MEETING

    6.1 The Tenderer or his official representative is invited to attend a pre-bid meeting which willtake place at the Office of Joint General Manager(Tender Cell),CP division, RITESLimited , RITES Bhawan II, Plot No.-144, Sector-44, Gurgaon-122003 on 16.06.2015 at11:00 Hrs.The Tenderers are required to submit any question on issues relating to the tender, in writingor by telefax or by E-mail so as to reach Deputy General Manager(Electrical),CP division,RITES Limited (the official nominated for this purpose) not later than 3 (three) days beforethe date fixed for the meeting or E-mail/ [email protected], [email protected],[email protected].

    6.2 The purpose of the meeting will be to clarify the issues raised and to answer supplementaryquestions on such issues.

    6.3 Minutes of the meeting including the text of the questions raised (without identifying thesource of enquiry) and the responses given will be uploaded on RITES website. Anymodifications of the Tender Document which may become necessary as a result of the Pre-bidMeeting shall be made exclusively through the issue of an Addendum / Corrigendum and notthrough the Minutes of the Pre-Bid Meeting. The Minutes of the Meeting as described aboveand the Addendum / Corrigendum, if any, will be uploaded on RITES website only.

    6.4 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a tenderer.

    7.0 AMENDMENT OF TENDER DOCUMENT

    7.1 Before the deadline for submission of tenders, the Tender Document may be modified byRITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however bestopped 7 days prior to the deadline for submission of tenders as finally stipulated.

  • 10

    7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a part of thetender document. All Tenderers are advised to see the website for addendum/corrigendum to the tender document which may be uploaded upto 7 days prior to the deadlinefor submission of Tender as finally stipulated.

    7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda intoaccount in preparing their tenders, extension of the deadline for submission of tenders may begiven as considered necessary by RITES.

    8.0 TENDER VALIDITY

    8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tenderor any extended date as indicated in sub Para below.

    8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to theexpiry of the original time limit for Tender Validity, the Employer may request that theTenderers may extend the period of validity for a specified additional period. The request andthe tenderers response shall be made in writing. A Tenderer may refuse the request withoutforfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted tomodify his Financial Bid to a higher amount but will be required to extend the validity of theEarnest Money for the period of the extension.

    9.0 EARNEST MONEY

    9.1 The Tender should be accompanied by Earnest Money of Rs. 3,56,000.00 (Rupees ThreeLakhs, Fifty Six Thousand Only) in any of the forms given below:-Bankers Cheque / Pay Order/ Demand Draft payable at Delhi/ Gurgaon, drawn in favour ofRITES Ltd.

    9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected by theEmployer as non-responsive.

    9.3 Refund of Earnest Money

    a) Two Packet System

    The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will bereturned without interest soon after scrutiny of Technical Bid has been completed by theEmployer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whoseTechnical Bid is found acceptable but Financial Bid is rejected will be returned withoutinterest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4

    b) Single Packet System Not Applicable

    After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will bereturned without interest within 28 days of the end of Tender Validity Period subject toprovisions of Para 9.4 (b).

  • 11

    c) In case of both Two Packet and Single Packet System, the Earnest Money of thesuccessful Tenderer, without any interest, will be adjusted as a part of the Security Depositpayable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses ofContract).

    9.4 The Earnest Money is liable to be forfeited

    a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance,whichever is earlier, any Tenderer

    i) withdraws his tender or

    ii) makes any modification in the terms and conditions of the tender which are notacceptable to the Employer.

    b) in case any statement/information/document furnished by the Tenderer is found to beincorrect or false.

    c) in the case of a successful Tenderer, if the Tenderer

    i) fails to furnish the Performance Guarantee within the period specified underClause 1 of Clauses of Contract. or

    ii) fails to commence the work without valid reasons within the period as specifiedin Schedule F after the date of issue of Letter of Acceptance or from the firstdate of handing over of the site, whichever is later.

    In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed toparticipate in the retendering process of the work.

    10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

    The Tenderers shall submit offers which comply strictly with the requirements of the TenderDocument as amended from time to time as indicated in Para 7.0 above. Alternatives or anymodifications shall render the Tender invalid.

    11.0 SUBMISSION OF TENDER

    11.1 Two Packet System and Single Packet System

    (a) Two Packet System

    The tenderer shall submit the Tender in original in two packets as under:-

    PACKET A :- TECHNICAL BID

    Envelope 1 Earnest Money & Cost of Tender Document if the bid issubmitted on the document downloaded from RITES website

  • 12

    Envelope 2 Authority to Sign, Integrity Pact (when applicable) andQualification Information along with all enclosures / documentsas per Letter of Transmittal/ Checklist given in Annexure II A/II B (L)/IIB(N). As regards Authority to Sign Para 11.2below may be referred to. As regards Integrity Pact, para 11.7below may be referred to.

    Technical Bid (Part 1 and Part 3) (Refer Para 4.1) includingsignature on Tender Form (Section 2) duly witnessed afterfilling up blanks therein.Each page of the above documents including all Drawingsshould bear the dated initials of the Tenderer along with the sealof the Company, in token of confirmation of having understoodthe Contents.

    PACKET B: - FINANCIAL BID

    Envelope 3 Schedule/Bill of Quantities.

    Each page of the Financial Bid (Part 2 Refer Para 4.1) should be signed by the Tendereralong with the seal of the company. In the last page of Financial Bid, at the end, the Tenderershould sign in full with the name of the Company, Seal of the Company and Date.

    All rates and amounts, both in figures and words, must be written in indelible ink. EachCorrection, Cutting, Addition and overwriting should be initialed by the Tenderer.

    The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees byignoring fifty paise and less and considering more than fifty paise as rupee one. If the sameitem figures in more than one section/part of Schedule of Quantities, the Tenderer shouldquote the same rate for that item in all sections/parts. If different rates are quoted for the sameitem, the least of the different rates quoted only shall be considered for evaluation of that itemin all sections/parts of the Schedule of Quantities.

    Instructions contained in subsequent Para 17.6 (a) on Item rate tender and 17.6 (b) onPercentage rate tender may be carefully studied and complied with.

    b) Single Packet System: (Not Applicable) Both Technical Bid (including signature on TenderForm in Section 2 duly witnessed) and Financial Bid Documents will be submitted in onePacket. Precautions as described above for Two Packet System shall be observed by thetenderers.

    11.2 Authority to Sign

    a) If the applicant is an individual, he should sign above his full type written name andcurrent address.

    b) If the applicant is a proprietary firm, the Proprietor should sign above his full typewritten name and the full name of his firm with its current address.

    c) If the applicant is a firm in partnership, the Documents should be signed by all thepartners of the firm above their full type written names and current addresses.

  • 13

    Alternatively the Documents should be signed by the person holding Power ofAttorney for the firm in the Format at Annexure IV.

    d) If the applicant is a limited Company, or a Corporation, the Documents shall be signedby a duly authorized person holding Power of Attorney for signing the Documents inthe Format at Annexure IV.

    e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Memberholding Power of Attorney for signing the Document in the Format at Annexure V.The signatory on behalf of such Lead Partner shall be the one holding the Power ofAttorney in the Format at Annexure IV.

    11.3 Items to be kept in mind while furnishing details

    While filling in Qualification Information documents and the Financial Bid, following shouldbe kept in mind:

    i) There shall be no additions or alterations except those to comply with the instructionsissued by the Employer or as necessary to correct errors, if any, made by theTenderers.

    ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in theFinancial offer will however be accepted.

    iii) The Employer reserves the right to accept or reject any conditional rebate/discounts.While evaluating the Bid Price, the conditional rebates/discounts which are in excessof the requirements of the bidding documents or otherwise result in accrual ofunsolicited benefits to the Employer, shall not be taken into account.

    11.4 Sealing and Marking of Tenders

    11.4.1 Two Packet System

    (a) PACKET A TECHNICAL BID

    Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribingTechnical Bid with Envelope Number, Name of the work and Name of the tenderer. Inaddition, the following should also be superscribed on the respective envelopes.

    Envelope 1 i) Earnest Moneyii) Cost of Tender Document if the Bid is submitted onthe document downloaded from RITES website.

    Envelope 2 i) Authority to Sign, Integrity Pact (when applicable asper para 11.7 below) and Qualification Information/documents as per checklist in Annexure IIA / IIB(L)/II B (N).ii) Technical Bid including Drawings

  • 14

    Both the envelopes should be put in a packet which should be sealed. The following shouldbe superscribed on the packet:

    i) Packet A Technical Bidii) Name of the Workiii) Name of the Tenderer

    (b) PACKET B FINANCIAL BID

    Envelope 3 Financial Bid should be put in Packet B which should be sealed. The followingshould be superscribed on the packet.

    i) Packet B - Financial Bid

    ii) Name of the work

    iii) Name of the tenderer

    (c) Both packets A and B should be put inside an outer envelope and sealed. This envelopeshould be superscribed with the following details:

    i) Tender for (Name of work)

    ii) Tender number

    iii) Date and time of opening of Tender

    iv) From (Name of Tenderer)

    v) Addressed to ----Joint General Manager(Tender Cell),CP division, RITESLimited , RITES Bhawan II, Plot No.-144, Sector-44, Gurgaon-122003

    11.4.2 Single Packet System (Not Applicable in this Tender)

    Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated inPara 11.4.1 (a) and (b) above with the Name of the work and Name of the Tenderersuperscribed on each of the envelopes. All the three envelopes shall be put in a Single Packetwhich shall be superscribed in the same manner as given in Para 11.4.1 (c) above.

    11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/11.4.2 above, the Employer will assume no responsibility for the misplacement or prematureopening of the Tender.

    11.5 Deadline for submission of Tender

    11.5.1 Tenders must be received by the Employer at the following address not later than 14:00 Hrs.on 25.06.2015. In the event of the specified date for the submission of the Tender beingdeclared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders willbe received up to the appointed time on the next working day.

  • 15

    Address for submission of Tender: Joint General Manager(Tender Cell),CP division,RITES Limited , RITES Bhawan II, Plot No.-144, Sector-44, Gurgaon-122003.

    11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendmentin writing in accordance with Para 7.3 in which case all rights and obligations of theEmployer and the Tenderer previously subject to the original deadline will be subject to newdeadline.

    11.6 Late Tender / Delayed Tender

    Any Tender received by the Employer after the specified date and time of receipt of Tenderwill be returned unopened to the Tenderer.

    11.7 Integrity Pact Not Applicable

    (i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, inthe Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will besigned by RITES for and on behalf of Employer as its Agent/Power of AttorneyHolder at the time of execution of Agreement with the successful Bidder. Whilesubmitting the Bid, the Integrity Pact shall be signed by the duly authorized signatoryof the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact dulysigned and witnessed, along with the Bid, the Bid is likely to be rejected.

    (ii) In case of any contradiction between the Terms and Conditions of the Bid Documentand the Integrity Pact, the former will prevail.

    Provided always that provision of this para 11.7 Integrity Pact, shall be applicableonly when so provided in para 11.7A below which will also stipulate the name andaddress of the Independent External Monitor as well as the Name, designation andaddress of the official nominated by the Employer to act as the Liaison Officerbetween the Independent External Monitor and the Engineer-in-Charge as well as theContractor.

    11.7A Whether para 11.7 (Integrity Pact) shall be applicable *YES / *NO*Strike out whichever is not applicable

    If Yes, Name and Address of the Independent ExternalMonitor (In case value of contract is Rs.10 crores or more)

    Name, Designation and Address of RITES LiaisonOfficer

    11.8 Modification and Withdrawal of Bids

    11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the deadlineprescribed in Para 11.5 for submission of Bids.

  • 16

    11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered inaccordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally markedModification or Withdrawal as appropriate.

    The envelopes for modifications on Technical Bid and Financial Bid shall be submitted inseparate sealed envelopes and marked as Modifications of Technical Bid or Modificationsof Financial Bid as the case may be.

    11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated below.If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadlinefor submission of Bids, such offer will not be considered for Financial evaluation of Tenders.But if the Tenderer is successful in the Bid based on his original offer without considering thesuo moto offer, the rebate / discount offered will be taken into account for incorporation inthe Contract Agreement.

    11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after thedeadline for submission of Bids shall result in forfeiture of the Earnest Money.

    12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OFAPPLICATIONS

    12.1 The Employer will open all the Tenders received (except those received late or delayed) asdescribed in para 12.2/12.3 below, in the presence of the Tenderers or their representativeswho choose to attend at 14:30 Hrs. on 25.06.2015 in the office of Joint GeneralManager(Tender Cell),CP division, RITES Limited , RITES Bhawan II, Plot No.-144,Sector-44, Gurgaon-122003. In the event of the specified date of the opening being declareda holiday by the Employer, the Tenders will be opened at the appointed time and location onthe next working day.

    12.2 Two Packet System

    (a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and Cost ofTender Document (where Bid is submitted in the document downloaded from RITESwebsite) of all the Tenderers will be opened first and checked. If the Earnest Moneyfurnished is not for the stipulated amount or is not in an acceptable form and whereapplicable, the cost of Tender Document has not been enclosed for the correct amount andin an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKETB will be returned to the Tenderer concerned unopened at the time of opening of theTender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tendererswho have furnished Earnest Money of correct amount in acceptable form and whereapplicable the cost of Tender Document for the correct amount and in an acceptable formwill then be opened. The Tenderers name, the presence of Earnest Money and Authorityto sign and such other details as the Employer may consider appropriate will beannounced by the Employer at the time of opening of Packet A. PACKET B(FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted forevaluation will be checked to see if the seals are intact. All such PACKETS B will be putin an envelope and sealed. The Employers official opening the Tender will sign on thisenvelope and will also take the signatures of preferably at least two Tenderers or theirrepresentatives present. This envelope will be kept in safe custody by the Employer.

  • 17

    (b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whethereach Tenderer

    (i) has submitted `Authority to sign as per para 11.2 above and Integrity Pact (whereapplicable) duly signed and witnessed as per para 11.7 above;

    (ii) meets the Qualification Criteria stipulated in Para 2.0; and(iii) conforms to all terms, conditions and specifications of the Tender Document without

    any modifications or conditions.

    (c) If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid.The request for clarification and the response from the Tenderer will be in writing. If aTenderer does not submit the clarification/document requested, by the date and time set in theEmployers request for clarification, the bid of such Tenderer is likely to be rejected.Tenderers whose Technical Bids are not found acceptable will be advised of the same andtheir Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened.Tenderers whose Technical Bids are found acceptable will be advised accordingly and willalso be intimated in writing of the time and date and place where and when the PACKET B(Financial Bid) will be opened.

    (d) At the appointed place, time and date, in the presence of the Tenderers or their representativeswho choose to be present, the Employer will open the envelopes containing the PACKET B(FINANCIAL BID). The Tenderers name, the tender amount quoted and such other details asthe Employer may consider appropriate will be announced by the Employer.

    12.3 Single Packet System (Not Applicable)

    (a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Moneyfurnished is not for the stipulated amount or is not in an acceptable form and whereapplicable the Cost of Tender Document has not been furnished for the correct amount and inan acceptable form, the remaining envelopes will be returned to the tenderer concernedunopened at the time of opening of the Tender itself. The Envelopes no. 2 of Technical Bidand no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and whereapplicable the Cost of Tender Document, in acceptable form will then be opened. TheTenderers name, the presence of Earnest Money, the Authority to Sign the Tender, amountquoted and such other details as the Employer may consider appropriate will be announced bythe Employer.

    13.0 INSPECTION OF SITE BY THE TENDERERS

    Tenderers are advised to inspect and examine the site and its surroundings and satisfythemselves before submitting their Tenders, as to the nature of the ground and sub-soil (as faras is practicable), the form and nature of the site, the means of access to the site, theaccommodation they may require and in general shall themselves obtain all necessaryinformation as to risks, contingencies and other circumstances which may influence or affecttheir Tender. A Tenderer shall be deemed to have full knowledge of the site whether heinspects it or not and no extra charges consequent on any misunderstanding or otherwise shallbe allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost

  • 18

    all materials, tools & plants, water, electricity, access, facilities for workers and all otherservices required for executing the work unless otherwise specifically provided for in thecontract documents. Submission of a tender by a Tenderer implies that he has read this noticeand all other contract documents and has made himself aware of the scope and specificationsof the work to be done and of conditions and rates at which stores, tools and plant etc. will beissued to him by the Employer and local conditions and other factors having a bearing on theexecution of the work.

    14.0 EMPLOYERS RIGHT ON ACCEPTANCE OF ANY TENDER

    (i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If theTenderer does not submit the clarification by the date and