0% found this document useful (0 votes)
40 views15 pages

Tender 158

This document is a notice inviting e-tenders from eligible contractors to bid on a project with the following details: 1) Name of Work: Supply and installation of Fan Pad fully automized polyhouse at Nursery for Biodiversity studies and Horticultural work at BARC, Trombay, Mumbai. 2) Estimated Cost: Rs. 72,58,000 3) Earnest Money: Rs. 1,45,160 4) Period of Completion: 6 calendar months It provides information on tender availability dates, pre-bid clarification dates, bid submission dates, and bid opening dates. Eligibility criteria for bidders and initial documents required are also

Uploaded by

Onkar Khutwad
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
0% found this document useful (0 votes)
40 views15 pages

Tender 158

This document is a notice inviting e-tenders from eligible contractors to bid on a project with the following details: 1) Name of Work: Supply and installation of Fan Pad fully automized polyhouse at Nursery for Biodiversity studies and Horticultural work at BARC, Trombay, Mumbai. 2) Estimated Cost: Rs. 72,58,000 3) Earnest Money: Rs. 1,45,160 4) Period of Completion: 6 calendar months It provides information on tender availability dates, pre-bid clarification dates, bid submission dates, and bid opening dates. Eligibility criteria for bidders and initial documents required are also

Uploaded by

Onkar Khutwad
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 15

Government of India

Bhabha Atomic Research Centre


Architecture & Structural Engineering Division

Trombay,
Mumbai - 400 085.

NOTICEINVITINGe-TENDER

TENDER NOTICE NO: BARC/ASED/ET/12/2022-2023 Dated 27.02.2023

NIT Details:

1. On line item rate tender in Two parts i.e. Part-A –Techno-commercial Bid and Part-B-
Financial Bid are hereby invited through e-Tendering mode on behalf of the President of India
by Head, A&SED, Bhabha Atomic Research Centre, Trombay, Mumbai-400 085 for the following
work from eligible contractors on approved list of CPWD, MES, Railways, State PWDs, Public
Sector Undertakings of Central or State Governments / Central Autonomous bodies or those
having adequate experience and capabilities to execute similar works of such magnitude in
Department of Atomic Energy (DAE).

i) Name of Work : Supply and installation of Fan Pad fully automized


polyhouse at Nursery for Biodiversity studies and
Horticultural work at BARC, Trombay, Mumbai.
ii) Estimated Cost : ` 72, 58, 000/-
iii) Earnest Money : ` 1, 45,160/-
Note: Earnest Money in original to be submitted preferably in the form of Fixed Deposit
Receipt or in the form of Demand Draft / Bankers Cheque /Pay Order of a Scheduled
Bank, issued in favour of Accounts Officer, BARC, Mumbai.

A part of Earnest Money is acceptable in the form of Bank Guarantee also. In such case
minimum 50 % of the Earnest Money or ` 20.00 Lakhs, whichever is less, shall be in the
form prescribed above and balance can be accepted in the form of Bank Guarantee issued
by a Scheduled Bank as per Appendix ‘A’ of Tender Part ‘A’.

iv) Cost of Tender Document : NIL

v) Tender Processing Fee NIL

vi) Period of completion : 06 (Six) calendar months including monsoon


period.
vii) Dates of availability of Tender : From 09.03.2023 (10:00 Hrs.) to 29.03.2023
Documents for Download (15:00 Hrs.) To Download – please visit CPPP
website on https://eprocure.gov.in/eprocure/app
Detailed NIT is also available on website
www.barc.gov.in for view only.
viii) Date of Pre-bid clarification : The contractors are requested to send their Pre-
bid queries by email not later than –NA- . Pre-
Bid meeting will be held –NA-. The Pre-Bid
clarifications will be uploaded in CPPP website
by –NA-.

ix) Start Date and time of online 09.03.2023(13:00 Hrs.)


submission of tenders

x) Last date and time of closing of : 29.03.2023 (15:00 Hrs.)


online submission of tenders

xi) Last date for submission of On or before 30.03.2023 (15:00 Hrs.) at North
EMD Gate to Head, L&CMS, A&SED, BARC,
Trombay, Mumbai 400085 in a sealed super
scribed envelope mentioning name of work and
NIT Number. Original documents should be
submitted preferably in person. However
documents sent by post or courier will also be
considered provided the same is received within
due date & time.
xii) Date and time of online opening : 31.03.2023 (15:30 Hrs.)
of Part A ie. Technical Bid

xii) Date of opening of Part B ie. : Will be notified at a later date.


Financial Bids of qualified
bidders

II. Initial Eligibility Criteria:

2. i) The bidder shall be compliant to the Public Procurement (Preference to Make in India),
Order 2017 (as amended from time to time) issued by Department for Promotion of Industry
and Internal Trade (DPIIT), Ministry of Commerce and Industry. Also bidder must submit
undertaking along with bid for local content of…. % offered in subject tender.

ii) Only ‘Class-I local supplier’ as defined in Public Procurement (Preference to Make in
India), Order 2017, are eligible to participate for subject tender.

iii. The bidder should have the following:

(a) Registration in appropriate class of contractors, if any.


(b) Bank solvency certificate of a Nationalised Bank / Scheduled Bank for a minimum of
` 29.00 Lakhs and should not be older than one year from the date of opening of tender.
(c) Average Annual Financial Turnover on works should be at least ` 72.58 Lakhs, during
the immediate last 3 consecutive financial years ending 31st March 2022. This should be
duly audited by a registered Chartered Accountant.
(d) Should not have incurred any loss in more than two years during last five years ending
31st March 2022.
(e)Carried out similar works during last 7 years.
(f) Performance Certificates.
(g) Construction Plant & Machinery, equipment’s, accessories & other infrastructure
facilities to complete the work in time.
(h) Required technical staff.
(i) Permanent Account Number (PAN) & GST Certificate.

The bidder should have satisfactorily completed (based on certification of performance by


client of the works) 3 (Three) similar works each of value not less than ` 29.00 Lakhs or 2
(Two) similar works each of value not less than ` 43.55 Lakhs or 1 (One) similar work of
value at least ` 58.00 Lakhs during the last 7 (Seven) years ending on the last day of the
month previous to the one in which the tenders are invited/the works completed up to
previous day of the last date of submission of tenders shall also be considered and if the
eligible similar works are not carried out in Central Government / State Government / Public
Sector Undertaking of Central or State Governments / Central Autonomous bodies, then
TDS certificates should be produced by bidder for the same.

3. For the purpose, ‘cost of work’ shall mean gross value of the completed work including the
cost of materials supplied by the Government / Client, but excluding those supplied free of
cost. For the purpose of clause ‘similar works’ means “Supply and installation/Erection of
polyhouse”. The similar works should have been executed in India.

4. The value of executed works shall be brought to the current costing level by enhancing the
actual value of work at simple rate of 7% (seven percent) per annum, calculated from the date
of completion to last date of submission of tenders.

5. The bidding capacity of the contractor should be equal to or more than the estimated cost of
the work put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [A x N x 2] – B where,

A = Maximum value of construction works executed in any one year during the last 5
(five) years taking into account the completed works as well as works in progress.

N = Number of years prescribed for completion of work for which bids have been
invited.

B = Value of existing commitments and ongoing works to be completed during the


period of completion of work for which bids have been invited.

6. Bidder should be a registered firm in India. Joint Ventures and or Consortiums are not
acceptable.

III. Information:

7. Tender document is prepared in two parts viz. Part ‘A’ (Techno-commercial Bid) and Part ‘B’
(Financial Bid). Part ‘A’ consists of Techno-commercial Bid viz. Section I – Notice Inviting
e-Tender (English & Hindi versions), Section II - Form of Agreement and General Rules and
Directions for the guidance of Contractors, Memorandum, Section III – General Conditions of
Contract, Additional conditions, Section IV - Special Instructions to Tenderers, Section V –
Technical specifications, Section VI - List of Tender Drawings, Section VII – Schedule ‘A’
(Schedule of Materials to be supplied by Department), Appendix ‘B’ – Form of BG bond for
performance security, Appendix ‘C’ – Indenture for secured advance, Appendix ‘D’ –
Guarantee bond for waterproofing works, Appendix ‘E’ – Guarantee bond for anti-termite
treatment, Annexure ‘A’ – Statement of men and machinery, Annexure `B’ – List of approved
manufacturer of building materials, all corrigendums to tender documents and Proforma of
Schedules ‘A’ to ‘F’. Part ‘B’ (Financial bid) consists of Schedule ‘B’ - Schedule of
Quantities. All the above documents will form part of Agreement after award of work to the
successful bidder.

OBTAINING OF STANDARD DOCUMENTS: Prospective Bidders or general public can


see and download free of cost PDF format of the above documents from website
www.barc.gov.inTenders and NITsOther Information

IV. Guidelines for e-Tendering in CPPP website:

To participate in the Tendering process on the CPP Portal, Prospective Bidders require a
valid Class III Digital Signature Certificates. All the documents related to the eligibility criteria
of tender should be submitted electronically through CPPP portal only. The instructions given
below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
8. Registration
(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL:https://eprocure.gov.in/eprocure/app ) by clicking on the link
“Online Bidder Enrolment” on the CPP Portal which is free of charge.
(ii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
(iii) Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP Portal.
(iv) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
(v) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
(vi) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC /e-Token.

9. Searching for Tender Documents


(i) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
(ii) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS/e- mail in case, there is any corrigendum issued to the tender
document.
(iii) The bidder should make a note of the unique Tender ID assigned to each tender, in
case, they want to obtain any clarification / help from the Helpdesk.
10. Preparation of Bids
(i) Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
(ii) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid. The tender
shall be summarily rejected if any price bid information is disclosed along with
EMD or Techno-commercial Bid (Part-A)
(iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/ JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
(iv) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.)
has been provided to the bidders. Bidders can use “My Space”or "Other Important
Documents’’ area available to them to upload such documents. These documents may
be directly submitted from the “MySpace” area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading
process. If Bidder has uploaded his Documents in My Documents space, this does not
automatically ensure these Documents being part of Technical Bid.

11. Submission of Bids


(i) Bids shall be submitted online only at CPPP website :
https://eprocure.gov.in/eprocure/app
(ii) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
(iii) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
(iv) Bidder has to select the payment option as “offline” to pay the EMD as applicable and
enter details of the instrument.
(v) Bidder should prepare the EMD as per the instructions specified in the tender
document. The original should be posted/couriered/given in person to the concerned
official, latest by the last date of bid submission or as specified in the tender documents.
The details of the DD/any other accepted instrument, physically sent, should tally with
the details available in the scanned copy and the data entered during bid submission
time. Otherwise the uploaded bid will be rejected.
(vi) The agency shall download the pre bid clarification if any for the work and upload the
same (scanned copy) duly signed and sealed. The revised documents (if any) shall be
uploaded in e tender portal.
(vii) Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given as
a standard BoQ format with the tender document, then the same is to be downloaded and
to be filled by all the bidders. Bidders are required to download the BoQ file, open it and
complete the SKY BLUE coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed.
Once the details have been completed, the bidder should save it and submit it online,
without changing the filename. If the BoQ file is found to be modified by the bidder, the
bid will be rejected.

(viii) Tenderers are advised to upload their documents well in advance, to avoid last minutes
rush on the server or complications in uploading. BARC, in any case, shall not be held
responsible for any type of difficulties during uploading the documents including server
and technical problems whatsoever.

(ix) Bid documents may be scanned with 100 dpi with black and white option which helps
in reducing size of the scanned document.

(x) The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

(xi) Submission of the tender documents after the due date and time (including extended
period) shall not be permitted.

(xii) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener’s public
keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.

(xiii) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal),the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.

(xiv) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid.

(xv) Intending Bidders are advised to visit this website regularly till closing date of
submission to keep themselves updated as any change/ modification in the tender will be
intimated through this website only by corrigendum / addendum/ amendment.

12. Assistance to Bidders


1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

Conditions:

13. After opening of Part ’A’ of tender, Chief Engineer shall constitute a Technical
Evaluation Committee which will first verify the online credentials submitted by the
bidder with respect to their eligibility for the work and if required, will visit selected
worksites of on-going/completed works of the bidders to evaluate the capability of the
bidders based on the following,

a) Financial capability and their turnover during the last 5 years.


b) Technical capabilities of the company in the light of subject work.
c) Nature of works executed by the bidder during last7 years.
d) Organizational structure of the company.
e) Necessary Resource required by company to carry out the subject work.
f) Time & quality consciousness.
g) Tendency of the company with regard to making extraneous claims and
disputes.
h) Site planning ability.
i) Tendency of the company to award the work on back to back / subletting.

14. As per the security procedure in force in Bhabha Atomic Research Centre, the successful
bidder shall be vetted by the Security Section of BARC before award of the work.

15. No modifications in the tender shall be allowed after opening Part ‘A’.

16. Tenders with any condition including conditional rebate shall be rejected. However,
tenders with unconditional rebate will be accepted.

17. If any information furnished by the applicant is found to be incorrect at a later stage, they
shall be liable to be debarred from tendering / taking up works in BARC. Also if such a
violation comes to the notice of Department before start of work, the Engineer-in-charge
shall be free to forfeit the entire amount of EMD & Performance Guarantee.

18. The time allowed for carrying out the work will be reckoned from the 15th day after date
of written order to commence the work or from the first day of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the tender
documents.

19. Tender will be kept valid for 180 (One Hundred Eighty) days from the Last date of
closing of online submission of tenders.

20. In case the last date of receipt of original document towards EMD and opening of tender
are declared as holiday, the respective date shall be treated as postponed to the next
working day, correspondingly.

21. Original Demand Draft/Bankers Cheque/Pay Order / Fixed Deposit Receipt / Bank
Guarantee, if any of a Scheduled Bank towards Earnest Money Deposit as applicable shall
be submitted at aforementioned place, date and time otherwise Tenders are liable to be
rejected and will not be processed further.

22. Cheques for Earnest Money Deposit will not be accepted.

23. The contractor whose tender is accepted will be required to furnish by way of security
deposit for the due fulfilment of his contract, such sum as will amount to 2.5% of the
tendered value of work. In addition, the contractor shall be required to deposit an amount
equal to 3%of the tendered value of the contract as Performance Security. Time allowed
for submission of Performance Guarantee shall be 15 days from the date of issue of letter
of acceptance. Performance Security of 3%to be submitted in the form of Bank
guarantees. It can also be accepted in the form of fixed deposit receipts of Scheduled
Bank or in the form of Government Securities.

24. The Security Deposit will be collected by deductions @ 2.5 % of the gross amount of the
running bill of the contractors till the total security deposit recovered will amount to 2.5%
of the tendered value of work. The Security deposit will also be accepted in the form of
Governments Securities, Fixed deposit Receipts of Scheduled Bank and Nationalised
Bank. These shall be endorsed in favour of the Accounts Officer, BARC, Mumbai.
Earnest Money Deposit of successful bidder shall be retuned back / refunded on receipt of
Performance Security Deposit, however in case Performance Security Deposit is in the
form of Bank Guarantee, Earnest Money Deposit will be released subsequent to
confirmation of verification of Bank Guarantee from the issuing Bank.

25. If the successful tenderer, fails to furnish the prescribed performance guarantee on or
before stipulated dates of commencement the department (BARC) shall without prejudice
to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.

26. The acceptance of tender shall rest with department which does not bind itself to accept
the lowest tender and reserves to itself the authority to reject any or all of the tenders
received, without assigning any reason. All tenders in which any of the prescribed
conditions are not fulfilled or incomplete in any respect are liable to be rejected.

27. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by
the contractors who resort to canvassing will be liable for rejection.

28. On acceptance of the tender, the name of the accredited representative(s) of the contractor
who would be responsible for taking instructions from the Engineer-In-charge shall be
communicated to the Engineer-In-charge.

29. The department reserves the right to accept the whole or only part of the tender and the
tenderer shall be bound to perform the same at the rates quoted.

30. LEVY/TAXES Payable by Contractor:

i) Goods &Services Tax (GST)or any other tax applicable in respect of inputs procured by
the Contractor for this contract shall be payable by the Contractor and Government will not
entertain any claim whatsoever in respect of the same. However, component of GST at time
of supply of service (as provided in CGST Act 2017) provided by the contract shall be
varied if different from that applicable on the last date of receipt of tender including
extension if any.
ii) All tendered rates shall be inclusive of all taxes, GST, levy or cess applicable on last
stipulated date of receipt of tender including extension if any.

ii) Labour welfare cess @1% of gross value of work done shall be recovered from each bill
paid to the contractor.

iii) Income tax and cess as applicable shall be deducted from each bill paid to the contractor.

iv) Contractor should be registered under EPF & ESIC and shall pay EPF & ESIC of contract
workers to concerned Department and it will be reimbursed to him by the Department after
satisfying that it has been actually and genuinely paid by the contractor. The bidder should
not consider EPF & ESIC in his rates.

Contractors shall comply provisions of the EPF Act, 1952 in respect of all the eligible
employees / workers/ labours and submit the documentary proof regularly with every RA
Bill.

v) Any other taxes /cess as per Government directives shall be deducted from each bill paid
to the contractor, from time to time.

31. Bidder has to submit Undertaking on their letter head pursuant to the Section 206AB (as
applicable) of the Income Tax Act, 1961 in prescribed format as enclosed at Annexure-2.

32. If any tenderer withdraws his tender within the validity period and before award of work
whichever is earlier or make any modifications in the terms and conditions of the tender
which are not acceptable to the department, then the Government shall without prejudice to
any right or remedy, be at liberty to forfeit 50 % (Fifty Percent) of the Earnest Money
absolutely.

Further, the tenderer shall not be allowed to participate in the re-tendering process of the
work.

33. After award of work to the successful bidder, the successful bidder shall submit time
schedule & cash flow statement for approval of Competent Authority which will form
part of Agreement.

34. The Successful bidder whose tender is accepted will be required to obtain Police
Verification Certificate (PVC) issued by Special Branch of Police at his own cost for
all his workmen i.e. Engineers, Supervisors and Labourer’s to work inside BARC.

BIDDERS MAY PLEASE NOTE THAT ONLY POLICE VERIFICATION


CERTIFICATE (PVC) HOLDER WORKMEN WILL BE ALLOWED TO ENTER
BARC PREMISES AND SHOULD QUOTE ACCORDINGLY.

In case of receipt of any adverse charter and antecedent remarks/ notification against the
Contractor/ Company/ firm/proprietor and/ or his contract personnel, consequent to the
security vetting, BARC reserves absolute right to terminate the contract forthwith without
assigning reason/ show cause notice. Under the circumstance the Contractor will have no
right to claim good any losses/liability that may be incurred as consequence to the above
action initiated by BARC. BARC also reserves the right to forfeit in part/full performance
security and/ or security deposit in possession of the Government for failure on the part of the
contractor to abide/adhere to the Security instruction issued by DAE/ BARC from time to
time.
Instructions:

35. The contractor should be registered with https://eprocure.gov.in/eprocure/app. Those


contractors not registered on the website mentioned above, are required to get registered.

36. The intending bidder must have valid class-III digital signature for Request for purchase /
Download of Tender Document (excel / word formats). The bid can only be
submitted/uploaded after providing details of Fixed Deposit Receipts and or Bank Guarantee of
any Scheduled Bank towards Earnest Money Deposit and other documents as specified.

37. Tenders will be received online up to time & date as mentioned in the NIT details above.
Part A will be opened on the time & date as mentioned in the NIT details above. The
receipt of EMD will be checked first. If found in order, Part ‘A’ will be opened. After
opening of Part ‘A’, for evaluation, the contractor’s Techno-commercial Bid related
documents shall be evaluated and accordingly tenderers will be qualified/disqualified by
the Competent Authority. The Part ‘B’ (Financial Bid) of the qualified tenderers shall
then be opened at notified date and time. Date of opening of Part ‘B’ (Financial Bid) will
be intimated to all bidders through the CPP Portal website.

38. The EMDs of the unsuccessful bidders will be returned without any interest only after
publishing financial evaluation status of bidders on CPP portal.

39. The Financial Proposal/Commercial bid / BoQ format is provided as BoQ_XXXX.xls


along with this tender document at https://eprocure.gov.in/eprocure/app. Bidders are
advised to download this BoQ_XXXX.xls as it is and quote their offer/rates in the
permitted column and upload the same in the commercial bid. All tendered rates shall
be inclusive of all taxes and levies payable under respective statues. Bidder shall not
tamper/modify downloaded price bid template in any manner. In case if the same is
found to be tampered/modified in any manner, tender will be completely rejected and
appropriate action will be taken by department.

40. On opening date, the contractor can login and see the status of Bids after opening.

41. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in SKY BLUE colour. While selecting any of the cells a warning appears
to mandatorily fill all such cells with any value, including “0” (ZERO).

Note: Prospective agencies shall satisfy themselves of fulfilling all the NIT criteria before
submission of tender. Department reserves the right of non-consideration of tender of
the agencies not fulfilling the stipulated criteria.

42. List of Documents to be scanned from original & uploaded within the period of bid
submission by bidder:

i. Financial Turn Over certified by CA.


ii. Profit & Loss statement certified by CA.
iii. Latest Bank Solvency Certificate.
iv. List of Similar Works completed in last seven years indicating i) Agency for whom
executed , ii) Value of work, iii) Stipulated and Actual time of completion, iv)
Performance certificates of the eligible similar works from the clients.
v. List of Works in Hand indicating: i) Agency ii) Value of Work, iii) Stipulated time
of completion / present position.
vi. List of Construction Plants and Machinery
vii. List of Technical Staff
viii. Certificates:
a. Registration certificate, if any
b.Certificate of Registration for GST.
c. PAN (Permanent Account Number) Registration
d. Certificates of Registration for EPF & ESIC
ix. FDR/DD/PO/BC of any Scheduled Bank against EMD.
x. Bank Guarantee of any Scheduled Bank against part of EMD, if any.
xi. Undertaking on the bidder's letter head that "The eligible similar work(s) have not been
executed through another contractor on back to back basis".
xii. Undertaking on bidder's letter head as under:

"I / We, hereby tender for the execution of the work specified for the President
of India within the time specified in Schedule “F”, viz., Schedule of Quantities
and in accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Section II of Part A and Clause - 11 of the
General Clauses of Contract and with such materials as are provided for, by,
and in respects in accordance with, such conditions so far as applicable".

xiii. Tender Acceptance letter on bidder’s letter head as shown in Annexure 1.

xiv. Undertaking on bidder’s letter head as under:

“We ________________ (Name of bidder) undertake that we meet the mandatory


Local Content (LC) requirement for qualifying as ‘Class I Local Supplier’ as per the
PP-LC Policy, against tender no. ______________________ . The percentage of
Local Content in the bid is _____%”.

Note: During technical evaluation missing documents, if any, can be asked by inspection
committee for submission.

43. The Bidder is required to fill the following:

a) Techno-commercial Bid

b) Schedule - ‘B’(Financial Bid)


44. Eligible source countries:

Any Bidder, from a country which shares a land border with India must comply to the Order
(Public Procurement No.1) & Order (Public Procurement No. 2) issued by Public
Procurement Division, Department of Expenditure, ministry of Finance, Government of India
vide F. No. 6/18/2019-PPD dated 23.07.2020 and its addendum from time to time. Also, the
bidder shall provide a certificate as per proforma given ‘Appendix- F’. If such declaration or
certificate is found to be false or to be incorrect at any time of submission of Bid or after
awarding the Contract, then the said Contract will be terminated, along with such other
actions as may be permissible under the relevant law of India.

APPENDIX - F

FORM OF CERTIFICATE FOR ELIGIBLE SOURCE COUNTRIES

(To be submitted on Bidder’s Letter head)

I/We, ………. (Name of the Bidder) …………., have read the NIT clauses regarding
restrictions on procurement from a Bidder of a country which shares a land border with India,
and I/we am/are not from such a country’’ or, from such a country (indicate country…….),
have been registered with Competent Authority and submit a certificate herewith as an
evidence of valid registration by the Competent Authority’’.
I/We hereby certify that I/We am/are fulfilling all requirements in this regard and eligible to
be considered, in accordance to NIT clauses.
I/We acknowledge the right of the Employer that absence of such a certificate in the bid, if
the Bidder belongs to such country stated above, shall disqualify the Bidder.
I/We acknowledge the right of the Employer to terminate the Bidder for false declaration or
certificate, along with such other actions as may be permissible under law.

Signature of the Bidder

Notes:

1. Interested agencies may visit website https://eprocure.gov.in/eprocure/app for registration and


Bid Submission.

2. Contact for assistance/ clarifications related to tender documents - (022) 25596136/


25594990/25594755.

3. Contact for assistance for registration and participation in e-Tendering:


a) 24x7 CPP Portal Helpdesk - 0120-4001 002, 0120-4001 005, 0120-6277 787
b) Local Helpdesk - Shri. Bhushan / Shri. Mayur at 022 25487480

c) email at [email protected]

4. Email Ids for sending request for Site visit / clarifications

To : [email protected], [email protected]
CC: [email protected]

In case difference between wordings of English and Hindi version of NIT, the
English version will prevail.

Head,
Architecture & Structural Engineering Division
Bhabha Atomic Research Centre
For and on behalf of President of India
ANNEXURE-1

TENDER ACCEPTANCE LETTER


(To be given on Company Letter Head)
Date:
To,

HEAD
Architecture & Structural Engineering Division,
BARC, Trombay, Mumbai. 400 085.

Sub: Acceptance of Terms & Conditions of Tender.


Tender Reference No:

Name of Tender / Work: -


_____________________________________________________________________________
_
Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned Tender
/ Work from the web site(s) namely: https://eprocure.gov.in/eprocure/app and www.barc.gov.in
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 (including A&SED Tender documents, annexure(s), schedule(s), corrigendum(s),
Technical Specifications for Civil and Public Health works, Construction Safety Manual for
Works Contract etc., available at BARC website http://barc.gov.in/tenders/ under Other
Information section etc.),which will 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/ organisation 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 & correct and in the
event that the information is found to be incorrect/untrue or found violated, then your
department/ organisation 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 actions taken by Department.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)


ANNEXURE 2

(To be given on Company Letter Head) TO


WHOMSOEVER IT MAY CONCERN

Undertaking Pursuant to Section 206 AB of the Income Tax Act 1961


Declaration confirming filing of Income Tax Return from immediate two preceding Years.

I, [Name], in the capacity of


Individual / Proprietor/ Partner/ Director/Authorized signatory
of [Entity Name] with PAN
, do hereby make the following declaration as required under the
relevant provisions of the Income Act, 1961 (hereinafter referred as ‘the Act’):

• That I/We am /are authorized to make this declaration in the capacity as Individual /
Proprietor/Partner/Director.
• I/We hereby declare and confirm that I/We do not fall under the definition of ‘specified
person’ as provided in section 206AB of the IT Act.
• I/We have duly filed return of income for FY 20-21& FY 21-22 within due date as per
Section 139 (1) of the Income-tax Act, 1961 -Yes/No (strike out whichever is not
applicable).
• If return has been filled the details are as follows:
I/We, having PAN
,
hereby confirm that the provision of Section 206 AB is not applicable in my/our case as I/we
am/are regular in filling of Income Tax Return. The details (along with proof of documents) of
acknowledgement numbers and date of filling of Income Tax Returns for last two financialyears
are furnished below:

S.No. Financial Year / ( AssessmentYear) Date of Filing ITR


Income Tax Acknowledgement
Return Number
1 2020-21 / (2021-22)
2 2021-22 / (2022-23)

• I /We hereby take responsibility for any loss/liability fully including any tax, interest,
penalty, etc. that may arise due to incorrect reporting of above Information.

All the aforesaid representations are true and correct, and we /I agree to furnish any evidence
required at any time in support thereof.

On behalf of

<< Name of the authorized signatory >>

<< Designation >>

Name of the Entity:


Seal:
Date:

You might also like