0% found this document useful (0 votes)
63 views24 pages

Construction of SHED Retendering

The document provides information about a tender notice for construction of a shed. It includes instructions to bidders, conditions of tender and contract, description of work, evaluation criteria for technical bids, price bid format, and annexures including drawings. Bidders are invited to submit separate technical and price bids for the construction by the given dates.

Uploaded by

Architects Asia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
63 views24 pages

Construction of SHED Retendering

The document provides information about a tender notice for construction of a shed. It includes instructions to bidders, conditions of tender and contract, description of work, evaluation criteria for technical bids, price bid format, and annexures including drawings. Bidders are invited to submit separate technical and price bids for the construction by the given dates.

Uploaded by

Architects Asia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 24

Page |1

NIELAN-TECHNOLOGY
BUSINESS INCUBATOR
(Sponsored by Department of Science and Technology, GoI)

TENDER NO. TBI/18/38/NIELAN/17

TENDER DOCUMENT
FOR CONSTRUCTION OF SHED

NIELAN-TECHNOLOGY BUSINESS INCUBATOR


ICAR-INDIAN INSTITUTE OF MILLETS RESEARCH
Hyderabad 500 030, Telangana State
Page |2

TENDER DOCUMENT
INDEX

NIT : Notice Inviting Tender 3

Chapter I : Instructions to Bidders 4-7

Chapter II : Conditions of Tender /Contract 8-9

Chapter III : Description of Work 10-14

Chapter IV : Evaluation of Technical Bid 15

Chapter V : Proforma for price bid 16-19

Annexure 1 : Detailed description & value of works done 20

Annexure 2 : Works on Hand 20

Annexure 3 : Certificate to be signed by the Bidders 21

Annexure 4 : Tender Acceptance Letter 22

Annexure 5 : Drawing for construction of shed 23

Annexure 6 : Letter of Authorization 24


Page |3

NIELAN-TECHNOLOGY BUSINESS INCUBATOR


(Sponsored by Department of Science and Technology, GoI)
Nesting Incubation and Entrepreneurship for Leveraging Agri-Innovations in Nutricereals

Phone : 040-24599331, web: www.millets.res.in, email: nielan-tbi@millets.res.in,

NOTICE INVITING TENDERS

NAME OF THE WORK : Construction of shed


EMPLOYER : NIELAN-TECHNOLOGY BUSINESS INCUBATOR OF IIMR

Open Bids are invited from the interest firms/vendors under two bids system for
CONSTRUCTION OF SHED for NIELAN-TECHNOLOGY BUSINESS INCUBATOR at ICAR-Indian
Institute of Millets Research, Rajendranagar, Hyderabad.

Tender document may be downloaded from IIMR website at: www.millets.res.in or CPP portal or
from this office on payment of Tender Fee of Rs.500/- (Rupees Five Hundred only) by Demand
Draft in favour of “Nesting Incubation and Entrepreneurship for Leveraging Agri-Innovations in
Nutricereals (NIELAN)”, which sum is non-refundable.

1. Tender No. No. TBI/18/38/Nielan/17


2. Date of Publishing 31-10-2017

3. Document Download/Sale Start date and 10.00 a.m. on 31-10-2017


time
4. Bid submission start date and time 4.00 p.m. on 31-10-2017

5. Bid submission end date and time 2.30 p.m. on 13-11-2017

6. Date and time for Opening of technical bids 3.30 p.m. on 13-11-2017

7. Date and time for opening of financial bids Bidders qualified for opening of their
price bids shall be informed about the
date and time of price bid opening
through email.
8. Address for communication Dr B Dayakar Rao
Chief Executive Officer
NIELAN-Technology Business
Incubator, ICAR-Indian Institute of
Millets Research, Rajendranagar,
Hyderabad 500 030

Sd/-
CHIEF EXECUTIVE OFFICER
NIELAN-TBI, ICAR-Indian Institute of Millets Research, Hyderabad 50030
Page |4

Chapter I
INSTRUCTIONS TO BIDDERS

1. SUBMISSION OF THE BIDS

Separate envelope should be used for Technical Bid as well as for Price Bid. The word
"TECHNICAL BID / PRICE BID “for Construction of shed” due to open on 13-11-2017 at 3.30
p.m. shall be prominently marked on the top of envelope and both these sealed envelopes
(Technical Bid and Price bid) should further be put in a bigger envelope duly sealed and super-
scribed properly before putting in tender Box.

Tender envelope(s) must be sealed and super-scribed “TENDER FOR CONSTRUCTION OF SHED”
which shall be addressed to Dr B Dayakar Rao, Chief Executive Officer, NIELAN-TBI, ICAR-Indian
Institute of Millets Research, Hyderabad 500030.

2. TECHNICAL BID

The envelope containing the Technical Bid (as per Chapter-IV)) super scribed as “Technical Bid
for Construction of Shed” and shall be dropped only in the Tender Box placed in NUTRICEREALS
INNOVATION CENTRE at NIELAN-TBI, IIMR, Hyderabad. If the envelope is not dropped in tender
box properly sealed and marked, IIMR / NIELAN-TBI will assume no responsibility for the
misplacement or premature opening of the bid. Bid documents.

3. PRICE BID

It shall contain price only and no other documents shall be enclosed with the price bid. All taxes
of the item quoted by the bidder shall be submitted on their Letter Pad as per Chapter V in clear
terms, in words and in figures. The cutting & over-writing in the price bid is not valid.

1. For more details bidders may refer to IIMR website www.millets.res.in and for any
further assistance on bidding process, bidders may contact Dr B Dayakar Rao, Chief
Executive Officer at email: nielan-tbi@millets.res.in.
2. No stipulation, deviation, terms & conditions, presumption, basis etc. shall be
stipulated in the price bid. Any conditions, if stipulated, shall be treated as null and
void and shall render the bid liable for rejection.
3. Unless stated otherwise in the Bidding Documents, the Contract shall be for the total
works as described in Bidding Document.
4. Bidder shall quote the lump sum price for each item after careful analysis of cost
involved for the performance of the complete order considering all parts of the
Bidding Document.
5. Alternative or conditional bids shall not be considered.
6. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion
of the Contract and will not be subject to variation on any account.
7. Price shall be quoted in figures as well as in words. If some discrepancies are found
between the price given in words and figures, the price quoted in words shall be
taken as correct.
Page |5

4. QUALIFYING CRITERIA: The bidders should meet the following criteria for evaluation of
technical bids.

1. Affidavits mentioning that he/she/firm/company/HUF is not blacklisted by any


Govt. organization / undertaking that no criminal or vigilance case is pending
against the Tenderer.
2. Tender fee has been enclosed with technical bid
3. Earnest money Deposit (EMD) has been enclosed with technical bid.
4. Copy of PAN card has been enclosed.
5. Enclose copy of latest income tax return
6. Copy of GST Registration Certificate has been enclosed
7. Experience of having successfully completed similar works during last 7 years
ending last day of month previous to the one in which tenders are invited should be
either of the following: -

(a) Three similar completed works costing not less than the amount equal to 40%
of the estimated cost. or
(b) Two similar completed works costing not less than the amount equal to 50%
of the estimated cost. or
(c) One similar completed work costing not less than the amount equal to 80% of
the estimated cost.

8. Average Annual financial turnover during the last 3 years, ending 31st March of the
previous financial year, should be at least 30% of the estimated cost. CA certificate
has been enclosed.

5. BID SECURITY / EMD

The Bidder shall furnish, as part of its technical bid, a bid security for an amount of Rs 70,000/-.
The bid security shall be in Indian Rupees and shall be in one of the following forms. (i) A bank
guarantee issued by a Nationalized /Scheduled bank and it should be valid for 45 days beyond
the final bid validity period; or (ii) A Banker’s cheque/demand draft in favour of “NIELAN”. Any
bid not secured in accordance with Bid Security/EMD will be rejected by the Purchaser as non-
responsive.

Bid securities of the unsuccessful bidders will be returned to them at the earliest after expiry of
the final bid validity and latest on or before the 30th day after the award of the contract. The bid
security is forfeited if they withdraw or modify their Bids during the period of validity, or if they
fail to sign the contract, or to submit a performance security.

6. BID VALIDITY

Bid submitted by Bidders shall remain valid for a minimum period of three months from the
date of opening of Technical Bid. Bidders shall not be entitled during the period of three
months, without the consent in writing of the Purchaser to revoke or cancel their bid or to vary
the bid given or any terms.

The Purchaser may solicit the bidder's consent to an extension of the period of validity of bid.
However, bidders agreeing to the request for extension of validity of bid will not be permitted to
modify the bid.
Page |6

7. BID OPENING

The Technical Bids will be opened in the presence of bidders designated representatives at date
and time as stipulated in tender document. The bidder’s representatives who are present shall
sign bid opening statement evidencing their attendance.

The Price Bid of only those bidders whose bids are determined to be technically qualified shall
be opened. Bidders selected for opening of their financial bids shall be informed about the date
of price bid opening through email. Bidders may depute their authorized representative to
attend the opening. During price bid opening total price as quoted by the bidders shall be read
out.

8. SERVICE SUPPORT AND WARRANTY

The bidder should carry an onsite comprehensive warranty/guarantee for a period of at least 24
(Twenty Four) months. The maintenance services shall be free of cost during the warranty/
guarantee period.

If the performance of any individual equipment or System fails to meet the contract
specifications then the same shall be replaced by the Supplier free of cost during the term of
the warranty/guarantee period.

During the term of warranty/guarantee the service/repair calls will have to be attended by the
Supplier within forty eight hours from the time of such calls. The defective card/item/
equipment should be repaired the same day at Purchaser’s location. In case of major defects
requiring the defective card/item/equipment to be taken to the Supplier’s workshop, it should
be returned within a week duly repaired and an immediate substitute card/item/equipment will
be provided by the Supplier for the smooth operation of the System. The to and fro
transportation and other incidental expenses of the card/item/equipment will be the
responsibility of Supplier.

Apart from the service/repair calls, the service engineer deputed by the Supplier will visit the
site once every month to assess the serviceability of the System and once in every 03 months
to carry out the Preventive Maintenance and diagnostics of the system during the Warranty
Period.

9. PERFORMANCE SECURITY
Within 21 days of the receipt of notification of award/purchase order from the Purchaser, the
successful Bidder shall furnish the performance security (10% of the order value unless
mentioned otherwise.

The Performance Security may be furnished in the form of an Account Payee Demand Draft,
Fixed Deposit Receipt from a Commercial bank, bank Guarantee from a Commercial bank. The
Performance security should remain valid for a period of six days beyond the date of completion
of all contractual obligations of the supplier including warranty obligations. The bid security will
be refunded to the successful bidder on receipt of Performance Security. Failure of the
successful bidder to accept the order shall constitute sufficient grounds for the annulment of
the award and forfeiture of the bid security and call for new bids.
Page |7

The performance security may be forfeited in part or full for breach of the any of the
terms/conditions of the tender or if it is found at any time during the contract period that the
supplies provided by the firm are poor/defective/unsatisfactory. The decision of NIELAN-TBI of
IIMR in this regard shall be final and binding on the firm.

10. PRICE BID EVALUATION


(a) Lowest overall evaluation will be done on the basis of total quoted price as per the
schedule of rates as per price bid.
(b) Bidder quoting overall lowest as at (a) above and adhering to tender stipulations in
an unqualified manner shall be recognized as L-1 and further price negotiation shall
be done at the discretion of the competent authority
(c) If rates are found to be identical for any item/product by more than a firm,
preference will be given to firm with highest turnover in last financial year.
(d) The Competent Authority does not pledge himself to accept the Lowest offering Bid
or any Bid and reserves to himself the right of accepting the Bid in whole or any part
thereof.

11. PAYMENT TERMS


The payment for supplies made should be released only after receipt/acceptance of goods in
good condition. No advance payment will be made. Under no circumstances, sub-standard
material will be accepted.

If the supply is found inferior to the sample approved by the Purchase/Technical Committee,
the consignment will be rejected. The supplier will have to take back the consignment at his
own cost and replace it within fresh stock as per approved samples within 15 days.

12. NOTIFICATION OF AWARD


The competent authority shall issue Letter of Award to successful bidder and communicate the
same through courier / fax / email as per details given by bidder.

13. ORDER ACCEPTANCE


The successful bidder should submit acceptance of the Letter of Award immediately but not
later than 21 days in any case from the date of issue of the Letter of Award failing which it shall
be presumed that the vendor is not interested and his bid security is liable to be forfeited.

14. COMPLETION OF WORK


The successful bidder shall be able to complete work and handover the shed complete in all
respects WITHIN A PERIOD OF TWO MONTHS from the date of award of work order,

Signature of the Bidder with Official Seal


Page |8

Chapter II
CONDITIONS OF TENDER/CONTRACT

1. Bidder shall, as part of their bid, submit a written Authorization Letter from
Partner/Director of bidding firm, if the signatory is other than Partner/Director.
2. Bidder shall not be under liquidation, court receivership or similar proceedings.
3. Bidding documents shall at all times remain the exclusive property of the NIELAN-TBI
4. NIELAN-TBI reserves the right to accept or reject any Bid and to annul the Bidding
process and reject all Bids at any time prior to award of contract without assigning any
reason whatsoever or the reasons for the said action.
5. Canvassing in any form by the bidder or by any other agency on their behalf may lead to
disqualification of their bid.
6. In case any bidder is found to be involved in cartel formation, his bid will not be
considered for evaluation / placement of order. Such Bidder will be debarred from
bidding in future.
7. The Contractor shall not enter into sub-contract, transfer or assign the contract or any
part thereof to any other person / firm / organization.
8. The Bidder shall quote in Indian Rupees.
9. The Bidder is expected to examine the Bidding Document, including all instructions,
forms, terms and specifications in the Bidding Document. Failure to furnish all
information required as per the Bidding Document may result in the rejection of the Bid.
10. Clarification, if any, in respect of this tender can be obtained from Dr B Dayakar Rao,
Principal Scientist and Chief Executive Officer at email: nielan-tbi@millets.res.in, the
responses to Bidder’s queries/ clarifications raised will be furnished as expeditiously as
possible. Any modification of the Bidding Document, which may become necessary as a
result of the Bidder's query, shall be uploaded in the above mentioned websites through
the issue of an Addendum/ Amendment.
11. This contract shall be governed by the laws of India. The contract shall be interpreted in
accordance with these laws. The courts of Hyderabad only shall have jurisdictions to
decide any dispute arising out of or in respect of the contract.
12. Any change in the ownership pattern of the contracting agency will not nullify the
provisions of the Contract. The contract will devolve on the successor owners.
13. All bids complete in every respect must reach this office within the last date and time of
receipt of bid. No extension shall be allowed for any reason whatsoever. Late tenders,
Tenders received without cost of tender document/Bid security/Earnest Money shall be
rejected summarily. Interested bidders may download tender document directly from our
website.
14. Only authorized representatives will be allowed to attend the meeting of the Bid Opening
Committee.
15. The tender fee is non refundable. The demand draft of Rs.500/- as tender fee in favour
of “Nesting Incubation and Entrepreneurship for Leveraging Agri-innovations in
Nutricereals” payable at “HYDERABAD” should be attached with the Technical Bid.
16. The demand draft of Rs.70,000/- as Bid Security/EMD in favour of “NIELAN” payable at
“HYDERABAD” should be attached with the Technical Bid.
17. In case the firm fails to attach the demand draft of tender fee, and bid security/EMD, the
tender shall be rejected straightway.
Page |9

18. Incomplete / Conditional / Optional tender will not be accepted. The firm should have to
quote only one model. The option either in model or in rates will not be accepted and the
tender will be rejected straightway.
19. Bidder would not be permitted to alter or modify their bids after expiry of the deadline for
receipt of Bids.
20. A copy of terms and conditions duly signed & stamped by the bidder, as a token of
acceptance of the same should be attached along with the Technical Bid.
21. Only GST payee agencies are eligible to fill this tender. Interested agencies must quote
their GST in their quotation and also attach documentary proof of having registered with
GST Department for sale of items etc. with technical bid.
22. Bidders shall indicate complete technical specifications and all features of the quoted
work and also submit its literature/brochures with the technical bid.
23. The tendering firm will also submit a certificate that the product offered by them is as
per technical specifications of the tender.
24. All the bidders whose technical bid is declared qualified by the Technical Bid Evaluation
Committee will demonstrate their product before the Technical Bid Evaluation
Committee at a short notice.
25. All annexure, attached with the Tender should be duly filled in and supported with
requisite documents for considering any offer as a complete offer.
26. Penalty for use of undue influence: A decision of the purchaser or his nominee to the
effect that a breach of the undertaking had been committed shall be final and binding on
the seller. Giving or offering of any gift, bribe or inducement or any attempt at any such
act on behalf of the seller towards any officer /employee of the purchaser or to any other
person in a position to influence any officer /employees of the purchaser for showing any
favour in relation to this or any other contract shall render to cancel the contract and all
or any other contract with the Institute bidder and recover from the bidder the amount of
any loss arising from such cancellation.
27. Termination of contract: Time shall be the essence of the contract. The purchaser shall
have the right to terminate the contract without any notice in part or in full in any of the
following cases.
(a) The completion of the work is delayed for causes not attributed to Force
Majeure after the scheduled date of delivery.
(b) The bidder is declared bankrupt or becomes insolvent.
(c) The completion of work is delayed due to causes of Force Majeure by more
than reasonable time.
(d) In case Performance Security is not furnished within the time period specified
by the purchaser. The contract in the case of successful bidder should strictly
confirm to the specifications of the work being executed.
28. Page Numbering and Signatures: - Every page of the tender must be numbered and
signed by the authorized signatory giving his/her name and designation below the
signature.

Signature of the Bidder with Official Seal


P a g e | 10

Chapter III
DESCRIPTION OF WORK
NAME OF THE WORK: Construction of Shed of size 24mx12mx7m for NIELAN-TBI of IIMR

SN Description Unit L B D Qnty T. Qty


nos M m M
Earthwork in excavation by mechanical
means (Hydraulic excavator) / manual
1
means in foundation trenches or drains
( not exceeding 1.5m )
1.1 All kinds of soil 219
for columns and footings Cum 13 2.5 2.5 2.5 203.125
1 60 0.45 0.6 16.2

Back Filling with existing soil Cum 150

Supplying and filling in plinth with morrum


2 under floors including, watering, ramming cum 1 24 12 0.75 216 216
consolidating and dressing complete.
Providing and laying in position cement
concrete of specified grade excluding the
3
cost of centering and shuttering – All work
up to plinth level: footings and pedestals
1:5:10 ( 1 cement : 5 coarse sand : 10
3.1 graded stone aggregate 40 mm nominal cum 59.44
size) for PCC bed
for columns and footings Cum 13 2.5 2.5 0.15 12.2
1 60 0.45 0.15 4.05
under flooring 1 24 12 0.15 43.2

Providing and laying in position specified


grade of reinforced cement concrete
4 excluding the cost of centering, shuttering,
finishing and reinforcement – All work up
to plinth level :
1:1.5:3 ( 1 cement : 1.5coarse sand : 3
graded stone aggregate 20 mm nominal
size)
For Footings cum 13 2 2 0.6 31.20 31.20

1:1.5.3 (1 cement : 1.5 coarse sand : 3


4.1 graded stone aggregate 20 mm nominal cum 13 0.6 0.6 3 14.04 16.2
size) for pedestals
P a g e | 11

SN Description Unit L B D Qnty T. Qty


nos M m M
1:1.5.3 (1 cement : 1.5 coarse sand : 3
4.2 graded stone aggregate 20 mm nominal cum 1 60 0.3 0.3 5.4 5.4
size) for Plinth beams

Centering and Shuttering including


5 strutting, propping etc. and removal of
form for :
Foundations, footings, bases of columns,
5.1
etc for mass concrete
Footing sqm 13 2 2 0.6 62.4 62.4
Lintels, beams, plinth beams, girders,
5.2
bressumers and cantilevers
Plinth Beam sqm 1 60 0.3 0.3 75.6 75.6
Columns, Pillars, Piers, Abutments, Posts
5.3
and Struts. Upto plinth
Columns sqm 13 0.6 0.6 3 93.6 108
Reinforcement for R.C.C work including
straightening, cutting, bending, placing in
6
position and binding all complete. Up to
plinth level
Thermo-Mechanically Treated bars at
@15
Kg. 2800 2800
kg/
cum
Brick work with modular fly ash lime
bricks (FALG Bricks) conforming to
IS:12894-2002, class designation 100
cum 46.92
average compressive strength in super
structure above plinth level up to floor V
level in :
Cement mortar 1:4 (1 cement : 4 coarse
cum 2 12 0.23 3 16.56
sand)
2 24 0.23 3 33.12
Deductions -2 4 0.23 3 -5.52
Windows -8 2 0.23 1.2 -4.416
Random rubble masonry with hard stone
in foundation and plinth including leveling
up with cement concrete 1:6:12 ( 1
cement : 6 coarse sand : 12 graded stone
aggregate 20 mm nominal size) at plinth
level with:
Cement mortar 1:6 ( 1 cement : 6 coarse
cum 1 60 0.45 1.2 32.4 32.4
sand)
P a g e | 12

SN Description Unit L B D Qnty T. Qty


nos M m M
Providing and fixing M.S grills of required
pattern in frames of windows etc. with
M.S. flats, square or round bars etc. all
complete
Fixed to steel windows by welding Kg 480 480
Supplying and fixing rolling shutters of
approved make, made of required size
M.S. laths interlocked together through
their entire length and joined together at
the end by end locks mounted on specially
designed pipe shaft with brackets, side
guides and arrangements for inside and
outside locking with push and pull
operation complete including the cost of
providing and fixing necessary 27.5 cm
long wire springs grade No.2 and M.S top
cover of required thickness for rolling
shutters
80x1.25mm M.S. laths with 1.25mm thick
sqm 2 4 3 24 24
top cover. Size 4m x 3 of 2 nos
WINDOWS IN Aluminum sections and
sqm 8 2 1.2 19.2 19.2
plain glass 4mm thick
Steel work in built up sections or tubular
columns and tubular trusses including
cutting, hoisting fixing in position and
applying a priming cost of approved steel
primer, welded and bolted including
special shaped washers etc. complete
kg 10800 10800
insert plate 4mm thick sqm 1 12 3.75 45 45

Providing and fixing pre-coated galvanized


iron profile sheets ( size, shape and pitch
of corrugation as approved by Engineer-in-
Charge) 0.5mm +/- 5% total coated
thickness (TCT) Zinc coating 120 gsm as
per IS:277 in 240 mpa steel grade, 5-7
microns epoxy primer on both side of the
sheet and polyester top coat ‘ 15-18
microns. Sheet should have protective
guard film of 25 microns minimum to
avoid scratches while transportation and
should be supplied in single length upto
12 metre or as desired by Engineer-in-
Charge. The sheet shall be fixed using self
P a g e | 13

SN Description Unit L B D Qnty T. Qty


nos M m M
drilling / self tapping screws of size (5.5 x
55mm) with EPDM seal or with polymer
coated J or L hooks, bolts and nuts 8mm
diameter with bitumen and G.I limpet
washers or with G.I limpet washers filled
with white lead complete upto any pitch in
horizontal / vertical or curved surfaces
excluding the cost of purlins, rafters and
trusses and including cutting to size and
shape wherever required for cladding
for roof sqm 1.15 24 12 331.2 526.2
Cladding Sqm 1 60 3.25 195

Cement concrete flooring 1:2:4 (1 cement


: 2 coarse sand : 4 graded stone
aggregate) finished with a floating coat of
14
neat cement including cement slurry, but
excluding the cost of nosing of steps etc.
complete
75 mm thick with 20 mm nominal size
14 Sqm 1 24 12 288 288
stone aggregate
Providing and fixing on wall face
unplasticised Rigid PVC rainwater pipes
conforming to IS : 13592 Type A including
15
jointing with seal ring conforming to IS :
5382 leaving 10mm gap for thermal
expansion (i) Single socketed pipes.
15 110mm diameter Metre 45 45
Providing and fixing on wall face
unplasticised Rigid PVC rainwater pipes
conforming to IS : 13592 Type A including
16
jointing with seal ring conforming to IS :
5382 leaving 10mm gap for thermal
expansion
16 Shoe (Plain)
16.1.1 110m Shoe Each 6 6
19 12mm cement plaster of mix
19 1:4 (1 cement : 4 fine sand) Sqm 175 175
15mm cement plaster on the rough side
20
of single or half brick wall of mix:
20 1:4 (1 cement : 4 fine sand) Sqm 3.75 175 175
Distempering with oil bound washable
21 distemper of approved brand and
manufacture to give an even shade
P a g e | 14

SN Description Unit L B D Qnty T. Qty


nos M m M
New work (two or more coats) over and
21 Sqm 350 350
including priming coat with cement primer
Finishing walls with Acrylic Smooth
22
exterior paint of required shade:
New work ( Two or more coat applied @
1.67 ltr / 10 sqm over and including base
22 Sqm 175 175
coat of water proofing cement paint
applied @2.20 kg /10 sqm)

23 Exhaust fans Nos 6 6

24 Epoxy coating over floor Sqm 1 24 12 288 288


Application System (2mm+1mm):
including Surface Preparation, Application
of one coat of primer and Epoxy Screed of
2mm thick, application of 1mm thick
Epoxy Color topping. Including labour for
application charges. Complete.
4" Border lines with epoxy coating on top
Rmt quote only
of Epoxy Flooring

Signature of the Bidder with Official Seal


P a g e | 15

CHAPTER IV
EVALUATION OF TECHNICAL BID

1. Name of the applicant / organization


2. Address of the registered office (with Phone Nos., Fax Nos. & Email
ID & Contract Person)
3. Year of establishment
4. Type of the organization (whether sole proprietorship, Partnership,
Private Limited or Limited Company etc.). Enclose Copy of
Certificate of Registration, in case of Company.
5. Authorization letter in submitting the Tender Paper on behalf of the
Partnership firm / Company / Hindu Undivided family.
6. Affidavits mentioning that he/she/firm/company /HUF is not
blacklisted by any Govt. organization / undertaking that no criminal
or vigilance case is pending against the Tenderer.
7. Tender fee has been enclosed with technical bid
8. Earnest money Deposit (EMD) has been enclosed with technical
bid.
9. Copy of PAN card has been enclosed.
10. Detailed description and value of works done (Annexue-1) has been
enclosed
11. Works on Hand as per Annuexure-2 has been enclosed.
12. Experience of having successfully completed similar works during
last 7 years ending last day of month previous to the one in which
tenders are invited should be either of the following: -
13. (a) Three similar completed works costing not less than the
amount equal to 40% of the estimated cost. Or
(b) Two similar completed works costing not less than the
amount equal to 50% of the estimated cost. Or
(c) One similar completed work costing not less than the
amount equal to 80% of the estimated cost.
14. Average Annual financial turnover during the last 3 years, ending
31st March of the previous financial year, should be at least 30% of
the estimated cost. Enclose CA certificate.
15. Bid shall be kept valid for a period of 90 days has been accepted
16. Enclose copy of latest income tax return
17. Tender Acceptance Letter of Bid on Bidder’s letterhead as per
Annexure-4.
18. Price bid as per Chapter V.
19. Copy of GST Registration Certificate has been enclosed

Declaration:

I/We hereby certify that the information furnished above is correct and true to the best of our knowledge.
I/We understand that in the event of information being found false at any stage, the agency will be
blacklisted and will not have any dealing with NIELAN/TBI or IIMR in future.

Signature of the Bidder with Official Seal


P a g e | 16

Chapter V
PROFORMA FOR PRICE BID FOR CONSTRUCTION OF SHED

BILL OF QUANTITIES

SN PARTICULARS Unit Qty Rate Amount

Earthwork in excavation by mechanical


means (Hydraulic excavator) / manual
1
means in foundation trenches or drains
( not exceeding 1.5m )
1.1 All kinds of soil Cum 219
for columns and footings

Back Filling with existing soil Cum 150

2 Supplying and filling in plinth with morrum cum 216


under floors including, watering, ramming
consolidating and dressing complete.
Providing and laying in position cement
concrete of specified grade excluding the
3
cost of centering and shuttering – All work
up to plinth level: footings and pedestals
1:5:10 ( 1 cement : 5 coarse sand : 10
3.1 graded stone aggregate 40 mm nominal cum 59.44
size) for PCC bed
for columns and footings Cum

under flooring

Providing and laying in position specified


grade of reinforced cement concrete
4 excluding the cost of centering, shuttering,
finishing and reinforcement – All work up
to plinth level :
1:1.5:3 ( 1 cement : 1.5coarse sand : 3
graded stone aggregate 20 mm nominal
size)
For Footings cum 31.20

1:1.5.3 (1 cement : 1.5 coarse sand : 3


4.1 graded stone aggregate 20 mm nominal cum 16.2
size) for pedestals

1:1.5.3 (1 cement : 1.5 coarse sand : 3


4.2 graded stone aggregate 20 mm nominal cum 5.4
size) for Plinth beams

Centering and Shuttering including


5 strutting, propping etc. and removal of
form for :
Foundations, footings, bases of columns,
5.1
etc for mass concrete
P a g e | 17

BILL OF QUANTITIES

SN PARTICULARS Unit Qty Rate Amount

Footing sqm 62.4


Lintels, beams, plinth beams, girders,
5.2
bressumers and cantilevers
Plinth Beam sqm 75.6
Columns, Pillars, Piers, Abutments, Posts
5.3
and Struts. Upto plinth
Columns sqm 108
Reinforcement for R.C.C work including
straightening, cutting, bending, placing in
6
position and binding all complete. Up to
plinth level
Thermo-Mechanically Treated bars Kg. 2800
Brick work with modular fly ash lime
bricks (FALG Bricks) conforming to
IS:12894-2002, class designation 100
cum 46.92
average compressive strength in super
structure above plinth level up to floor V
level in :
Cement mortar 1:4 (1 cement : 4 coarse
cum
sand)

Deductions
Windows
Random rubble masonry with hard stone
in foundation and plinth including leveling
up with cement concrete 1:6:12 ( 1
cement : 6 coarse sand : 12 graded stone
aggregate 20 mm nominal size) at plinth
level with:
Cement mortar 1:6 ( 1 cement : 6 coarse
cum 32.4
sand)
Providing and fixing M.S grills of required
pattern in frames of windows etc. with
M.S. flats, square or round bars etc. all
complete
Fixed to steel windows by welding Kg 480
Supplying and fixing rolling shutters of
approved make, made of required size
M.S. laths interlocked together through
their entire length and joined together at
the end by end locks mounted on specially
designed pipe shaft with brackets, side
guides and arrangements for inside and
outside locking with push and pull
operation complete including the cost of
providing and fixing necessary 27.5 cm
long wire springs grade No.2 and M.S top
cover of required thickness for rolling
shutters
80x1.25mm M.S. laths with 1.25mm thick
sqm 24
top cover. Size 4m x 3 of 2 nos
P a g e | 18

BILL OF QUANTITIES

SN PARTICULARS Unit Qty Rate Amount

WINDOWS IN Aluminum sections and


sqm 19.2
plain glass 4mm thick
Steel work in built up sections or tubular
columns and tubular trusses including
cutting, hoisting fixing in position and
applying a priming cost of approved steel
primer, welded and bolted including
special shaped washers etc. complete
kg 10800
insert plate 4mm thick sqm 45

Providing and fixing pre-coated galvanized


iron profile sheets ( size, shape and pitch
of corrugation as approved by Engineer-in-
Charge) 0.5mm +/- 5% total coated
thickness (TCT) Zinc coating 120 gsm as
per IS:277 in 240 mpa steel grade, 5-7
microns epoxy primer on both side of the
sheet and polyester top coat ‘ 15-18
microns. Sheet should have protective
guard film of 25 microns minimum to
avoid scratches while transportation and
should be supplied in single length upto
12 metre or as desired by Engineer-in-
Charge. The sheet shall be fixed using self
drilling / self tapping screws of size (5.5 x
55mm) with EPDM seal or with polymer
coated J or L hooks, bolts and nuts 8mm
diameter with bitumen and G.I limpet
washers or with G.I limpet washers filled
with white lead complete upto any pitch in
horizontal / vertical or curved surfaces
excluding the cost of purlins, rafters and
trusses and including cutting to size and
shape wherever required for cladding
for roof sqm 526.2
Cladding Sqm

Cement concrete flooring 1:2:4 (1 cement


: 2 coarse sand : 4 graded stone
aggregate) finished with a floating coat of
14
neat cement including cement slurry, but
excluding the cost of nosing of steps etc.
complete
75 mm thick with 20 mm nominal size
14 Sqm 288
stone aggregate
Providing and fixing on wall face
unplasticised Rigid PVC rainwater pipes
15 conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS :
5382 leaving 10mm gap for thermal
P a g e | 19

BILL OF QUANTITIES

SN PARTICULARS Unit Qty Rate Amount

expansion (i) Single socketed pipes.


15 110mm diameter Metre 45
Providing and fixing on wall face
unplasticised Rigid PVC rainwater pipes
conforming to IS : 13592 Type A including
16
jointing with seal ring conforming to IS :
5382 leaving 10mm gap for thermal
expansion
16 Shoe (Plain)
16.1.1 110m Shoe Each 6
19 12mm cement plaster of mix
19 1:4 (1 cement : 4 fine sand) Sqm 175
15mm cement plaster on the rough side
20
of single or half brick wall of mix:
20 1:4 (1 cement : 4 fine sand) Sqm 175
Distempering with oil bound washable
21 distemper of approved brand and
manufacture to give an even shade
New work (two or more coats) over and
21 Sqm 350
including priming coat with cement primer
Finishing walls with Acrylic Smooth
22
exterior paint of required shade:
New work ( Two or more coat applied @
1.67 ltr / 10 sqm over and including base
22 Sqm 175
coat of water proofing cement paint
applied @2.20 kg /10 sqm)

23 Exhaust fans Nos 6

24 Epoxy coating over floor Sqm 288


Application System (2mm+1mm):
including Surface Preparation, Application
of one coat of primer and Epoxy Screed of
2mm thick, application of 1mm thick
Epoxy Color topping. Including labour for
application charges. Complete.
4" Border lines with epoxy coating on top
Rmt
of Epoxy Flooring
TOTAL
GST

Signature of the Bidder with


Official Seal
P a g e | 20

Annexure-1
DETAILED DESCRIPTION AND VALUE OF WORKS DONE

S.No. Name of Name & Contract Stipulated Actual Any other Enclose
work/ full amount time time of relevant clients
project postal (Rs.) completion completion information. certificate
with address (years) (years) Actual for
address of the amount of satisfactory
owner the project completion
specify if increased,
give
reasons

NOTE: (1) Information has to be filled up specifically in this format. Please do not write
remark “As indicated in Broacher”
(2) For certificates, the issuing authority shall not be less than an executive In
charge

Signature of the Bidder with Official Seal

Annexure-2
WORKS ON HAND

S. Name of Name & full postal Contract Stipulated Present Any other
No. work / address of the owner amount time of status of relevant
project specify whether Govt. (Rs.) with completion the information
with under taking along copy of project
address with name, address work order
and contact nos. of 2
persons (Executive
Engineers or top
officials of the
organization)

NOTE: (1) Information has to be filled up specifically in this format. Please do not write remark
“As indicated in Broacher”

Signature of the Bidder with Official Seal


P a g e | 21

Annexure-3
CERTIFICATE TO BE SIGNED BY THE BIDDERS

CERTIFICATE

It is certified that I have read and understood and will comply all instructions contained in
tender enquiry and its schedule. All pages of schedule to tender from page
____________________ to ___________________ have been filled properly and signed.

Signature of Bidder: -_____________________


Name in block letters: -_____________________
Name of firm:_____________________________
Full address:______________________________
______________________________
______________________________
______________________________
i) Telephone No._____________________
ii) Mobile No.______________________
iii) Fax No._________________________
iv) Email id__________________________
v) Website__________________________

Signature of the Bidder with Official Seal


P a g e | 22

Annexure-4
TENDER ACCEPTANCE LETTER
(to be submitted on bidder’s letterhead)

Date: _______________

The Chief Executive Officer


NIELAN-Technology Business Incubator,
ICAR-Indian Institute of Millets Research,
HYDERABAD 500 30, Telangana

Sub: Acceptance of terms and conditions of tender


Tender Reference No.
Name of tender/work: Construction of Shed for NIELAN-TBI at ICAR-IIMR

Dear Sir,

1. I/we have downloaded / obtained the tender documents(s) for the above mentioned
‘Tender/work’ from the web site(s) namely:

As per your advertisement, given in the above mentioned website(s).

2. I/we hereby certify that I/we have read the entire terms and conditions of the tender
documents from Page No. ______ to _____ (including all documents like annexure(s),
schedules(s), etc.,) which form part of the contract agreement and I/we shall abide
hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department / organizations too
have also been taken into consideration, while submitting this acceptance letter.
4. I/we hereby unconditionally accept the tender conditions of above mentioned tender
document(s)/corrigendum(s) in its totality / entirety.
5. I/we do hereby declare that our Firm has not been blacklisted / debarred by any Govt.
Department/Public Sector Undertaking.
6. I/we certify that all information furnished by the our Firm is true and correct and in the
event the information is found to be incorrect/untrue or found violated, then your
department/organization shall without giving any notice or reason therefore or
summarily reject the bid or terminate the contract, without prejudice to any other rights
or remedy including the forfeiture of the full said earnest money deposit absolutely.
7. I/we agree to keep our tender open for 90 days from the date of opening of technical
bid.
Yours truly,

(Signature of the Bidder, with Official Seal)


P a g e | 23

Annexure-5
DRAWINGS FOR CONSTRUCTION OF SHED

Signature of the Bidder with official seal


P a g e | 24

Annexure-6
LETTER OF AUTHORIZATION
(to be submitted on bidder’s own letterhead)

Chief Executive Officer


NIELAN-Technology Business Incubator
ICAR-Indian Institute of Millets Research
Rajendranagar,
HYDERABAD 500 030

Sub: Tender for construction of shed for NIELAN-TBI of ICAR-INDIAN INSTITUTE OF MILLETS
RESEARCH, Hyderabad 30.

Dear Sir,

We ___________________________________ hereby authorize following representative(s) to


sign all the bid documents / attend Technical / Price bid opening against your Bidding
document No.

Name and Designation _______________________________

Signature __________________________________

We confirm that we shall be bound by all commitments made by aforementioned authorized


representatives.

Yours truly,

(Signature of the Bidder, with Official Seal)

NOTES:
1. This letter of authority should be on the letterhead of the bidder and should be signed by
a person competent and having the power of attorney to bind the bidder.
2. Not more than one person is permitted to attend technical and price bid opening.
3. Bidder’s authorized executive is required to carry this authority letter while attending the
technical bid opening and price bid opening and submit the same to NIELAN-TBI.
Representative should carry their ID proof.

You might also like