Tendernotice - 1 MCGM

Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

Volume 1

Notice of Intimation to E-TENDER and Instructions to Tenderer

Notice of Intimation to E-TENDER (NIT) / E-Tender Notice

Brihanmumbai Municipal Corporation


Mumbai, Maharashtra, India

6
BRIHANMUMBAI MUNICIPAL CORPORATION
1. Tenderer should follow the special instruction to e-tendering provided in Instruction to the
Tenderers.

2. All bids shall be submitted online in e-tendering module only, unless instructed specifically.

3. The Municipal Commissioner reserves the right to reject/modify all or any of the e- tender(s)
without assigning any reasons at any stage.

4. The dates and time for submission and opening the bids are as shown in the Header Data. If
there are any changes in the dates the same will be displayed on the Procurement Portal of
Government of Maharashtra. (https://mahatenders.gov.in)

5. The Applicants interested for the above referred works may contact the Chief Engr. (Bridges)
at the following address on any working day during office hours.
Office of Chief Engineer (Bridges)
Engineering Hub Building, Dr. E Moses Road,
Worli Naka, Worli, Mumbai 400 018

6. The applicants may wish to visit the site under reference located at Orange Gate of Eastern
Freeway and Grant Road, and can collect the information of the present status from the
department who have invited the bids. The BMC reserves the rights to accept any of the
application or reject/modify any or all the application received for above works, without
assigning any reasons thereof. The information regarding above subject matter is available on
Procurement Portal of Government of Maharashtra. (https://mahatenders.gov.in).

-Sd
Chief Engineer (Bridges)

7
BRIHANMUMBAI MUNICIPAL CORPORATION
No.CHE/ 13763 / Bridges/ Dated 20/03/2024
E-Tender ID: 2024_MCGM_988279_1

Notice of Intimation to E-TENDER/ E-TENDER NOTICE

Subject: Construction of Elevated Road from Eastern Freeway (Orange Gate) to Grant Road Area

1. The Brihanmumbai Municipal Corporation (BMC) invites e-tender to appoint Contractor for the
above mentioned work from contractors of repute, multidisciplinary engineering organizations i.e.
eminent firm, Private Limited Companies/ Public Limited Companies/Companies registered under
the Companies Act 2013, the contractors registered with the Brihanmumbai Municipal
Corporation (BMC) in Class I (A) as per new registration (Except for those who have been in a
negative list / prohibited / debarred / blacklisted / FIR registered against non-performance in last
two years by any central govt. dept. / state govt. / PSU / local body, etc. or the agencies whose
blacklisting term is in force at the time of submission of this tender or those who have exhausted
all the options of appeal or those having equal or more work experience from Central or State
Government/ Semi Govt. Organization/ Urban Local Bodies / Central or State Public Sector
Undertakings, will be allowed subject to condition that, the contractors/ sub-contractors who are

period from the acceptance of Letter of Acceptance (LOA), otherwise their Bid Security i.e. E.M.D
(Earnest Money Deposit) will be forfeited/ recovered by the executing department. The
contractor, who fails to get registered with BMC in Civil/ Mechanical and Electrical disciplines, shall
not be considered for BMC work in future in that discipline. The assessment of actual costs for
inclusive
of all taxes other than GST (Excluding GST), Levies, Duties, Cess, etc. (which shall be applicable at
the time of payment) will have to be made by the Tenderers at this E-Tender Stage.
2.
be payable immediately after opening of Packet A & B in any of the Citizens Facilitator Centers
(CFCs) as per circular No. CA/FRG/03 dt. 11.05.2023 and circular No. CA/FRG/10 dt. 19.10.23.
3. The scope of work will broadly include elevated road, elevated road ramp, obligatory spans, one
cable stayed bridge over Hancock bridge across Central railway, one bow string girder bridge over
Harbour line railway, suitable protection works, etc. with all allied works (wherever applicable) as
per the alignment suggested by BMC from time to time. The successful bidder will be responsible
for obtaining all required NOCs from various government authorities such as but not limited to
MMRDA, MbPA, MMRCL, Railway Authorities, Urban Development Department, Revenue
Department, Traffic Police, Environment Clearance authority Power, Oil Marketing and other

documents in reasonable time for the applications as and when required and shall reimburse all
the relevant fees required for the above to the contractor. The BMC authorities will assist only for
the applications as and when required. The statutory charges, fees shall be paid by the Contractor
for obtaining all required NOCs/ clearances and BMC shall reimburse the said amount to the
Contractor on submission of the payment challan or receipt or invoice of payment from the
relevant Government authorities.
i. There is a possibility of minor change of alignment on recommendations of Government

8
departments which the execution agency has to take cognizance during construction. In case
of change of alignment, the quantity variation to the extent of approved change in scope shall
be worked out as per the prevailing Uniform Schedule of Rates (USOR) of BMC and the
contractor shall be bound to carry out the work within the specified allotted time. The
difference in amount thus arrived due to change in alignment will be either paid or reduced
as the case may be. The time extensions shall be granted to carry out the work in case of extra
work due to change in alignment, if required. In case of increase or decrease in scope of the
work the same principle will be applicable. 4% Contingencies have been provided for such
changes, if required.
ii. Six months preparatory period (initial three months for the surveys, investigations,
preparation, and submission of proposals for obtaining statutory approvals from statutory
authorities) shall be allotted separately for obtaining all essential NOCs and preparation of
detailed design drawings and approvals. The Project period shall be 42 months (6 months
preparatory period + 36 months construction period) inclusive of monsoon period. The scope
of the Contractor shall include co-ordination with all agencies, obtaining permissions and
approvals from all concerned agencies and Government Authorities, such as railway
authorities, electrical inspector, safety o
providers etc. relevant to the project.

4. Parties having a financial background and qualification criteria as specified below, are invited to
bid for this work by submitting a completed Tender Submission online. The detailed qualification
criteria required to be met are set out in the Instructions to Tenderers. The qualification criteria
are given below:

a) Financial Criteria:

Net worth: The Bidder shall have a minimum requirement of Net Worth calculated as the difference
between total assets and total liabilities should be positive and not less than Rs. 300 Cr. (Rupees
Crores Only).

b)

9
c) Technical Criteria:
i.

ii.

iii.

iv.

v.

1.

2.

10
2013-2014 2.36 2018-2019 1.46
2014-2015 2.14 2019-2020 1.33
2015-2016 1.95 2020-2021 1.21
2016-2017 1.77 2021-2022 1.10
2017-2018 1.61 2022-2023 1.00

d)

i. made misleading or false representation in the forms, statements and attachments


submitted in proof of the qualification requirements;
and/or
ii. Record for poor performance such as abandoning* the works, Termination by the client due
to non- performance;
and/or
iii. The Bidder shall neither have obtained/ applied for/ undergone nor be in the process of any
type of debt restructuring in the immediately preceding two (2) years from the Bid
Submission deadline.

*The Bidder (or) any JV partner Contract is terminated or the Bidder is one of the partners to the Joint
Venture/ Consortium of the terminated Contract, where such contract is entered with any of the state
Government or Government of India or Government bodies formed as per any Act of State
Government or Government of India, where such contract is terminated after commencement of the
work or after part execution of work.

5. Joint Venture (JV) / Consortium of maximum 2 (Two) firms is allowed in this tender. A member of
JV firm shall not be permitted to participate either in individual capacity or as a member of another
JV firm in the same tender.

6. All official fees / deposits / / taxes / any other charges stipulated by any Government
Authority pertaining to the clearances/ permissions/ NOCs shall be paid by Tenderer and the same
shall be reimbursed by Employer at actual. This condition will supersede any other conflicting
provisions in the entire Tender document. Permission should be obtained by the contractor in the
name of BMC.

7. The Applicants are advised to visit the site and familiarize themselves with the Project. Any queries
or request for additional information concerning this E-TENDER shall be submitted by e-mail to
the Engineer as below.
Applicants may obtain further information from
11
Office of the Chief Engineer (Bridges)
Ground Floor, Engineering Hub Building
Dr. E. Moses Road, Near Worli Naka
Worli, Mumbai-400 018, Maharashtra, India
Phone: +91-022-24919252, Fax: +91-022-24919262
E-mail: [email protected]

8. All pre-qualified tenderers shall login with Procurement Portal of Government of Maharashtra
(https://mahatenders.gov.in) for e-tendering process.

9. Bidding Process will comprise of THREE stages


i. The E-tender notice is available on Procurement Portal of Government of Maharashtra
(https://mahatenders.gov.in) as mentioned in the Header Data of the tender.
ii. The Tender documents are available on Procurement Portal of Government of
Maharashtra (https://mahatenders.gov.in) to the bidders.
iii. In case of any difficulties faced while uploading data by bidder in online process, you can
contact on following E-mail ID and Telephone No. before end date and time:
iv. IT Help Desk No.: - 022-24811275, Mahatenders Help Desk No.: 0120-4711508
E-mail: [email protected], [email protected]
[email protected]
v. All interested bidders whether already registered or not registered with BMC are
mandated to get registered & obtain login credentials to participate in the online
bidding process. The details of the same are available on the above-mentioned portal
under 'e-procurement' tab.
vi. For registration, enrollment for digital signature certificates and user manual,
please refer to respective links provided in e-tendering tab. Vendors can get digital
signature from any one of the Certifying Authorities (CA's) licensed by controller of
certifying authorities available on website https://cca.gov.in-> Licensed CAs

10. In terms of the 3 stage system of e-tendering, Bidders are required to pay the EMD of Total Rs.
11,23,18,000/- (Rupees Eleven Crores Twenty Three lakhs and Eighteen Thousand Only) to be
submitted in (i) Rs. 1,12,31,800/- (Rupees One Crore Twelve Lakhs Thirty One Thousand and Eight
Hundred Only) through online gateway of Mahatender Portal (https://mahatenders.gov.in) and
(ii) rest of Rs. 10,10,86,200/- (Rupees Ten Crores Ten Lakhs Eighty Six Thousand and Two Hundred
Only) in the form of Bank Guarantee (Valid for 180 days from the date of submission of the tender),
on or before the end date and time of submission specified in the tender, failing which, the tenders
shall be treated as not submitted and any sort of submissions of such Bidder shall not be
considered.

11. The EMD shall be refundable in accordance to the relevant clause of bid document, from the Bid
Due Date, except in the case of the selected Bidder whose Bid Security/EMD shall be retained. The
Bid shall be summarily rejected if it is not accompanied by the Earnest Money Deposit.

12. If tenderer becomes technically non-responsive or fails to furnish the required information in e-
packet B even after intimation is given to him, the online EMD of Rs. 1,12,31,800/- shall be
forfeited; however, Bank Guarantee of Rs. 10,10,86,200/- shall be refunded in accordance with
Clause 4.5.9(a) of Section II, Volume I.
12
13. As per THREE Packet systems, the document for Packet A & B is to be uploaded by the bidder in
vendors in Packet A, B. Packet A, B & C shall be opened on dates as mentioned
in header data. All the responsive and eligible bidders if they so wish can be present at the time
of opening of bids, in the office of Chief Engineer (Bridges). The Packet C shall be opened if bids
submission in Packet A & B satisfies/includes all the requirements and same are found acceptable
to the Authority.

14. Key Details and Schedule of Submission are as follows: -

Sr.
Particulars Schedule
No.
Construction of Elevated Road from
1 Project Name Eastern Freeway (Orange Gate) to Grant
Road Area
Rs. 1,12,31,800/- through Online Gateway
Tender Security Amount Rs. 10,10,86,200/- in the form of Bank
2
(EMD) (Refundable) Guarantee from Approved List of Banks by
BMC
Tender Scrutiny Fee
3 Rs. 25,000 + 18% GST (Rs. 29,500)
(Non-Refundable)
4 Contract Period 42 months (Inclusive of monsoon)
5 Sale of E-Tender starts from From 23/01/2024 16:00 hrs. onwards
6 Pre-Bid conference At 31/01/2024 15:00 hrs.
Conference Hall, 2nd Floor, Office of
7 Venue of Pre-Bid conference Additional Commissioner (Projects), Head
Office, Annexe Building, Mahapalika
Marg, Mumbai, Maharashtra 400001
Clarifications of queries:
The interested tenderers have to
download E-Tender documents and
raise all the queries including Up to 17:00 hrs. on 29/01/2024
technical, design etc. by e-mail to the
8
Engineer within stipulated time.
Email Id: [email protected]
9 Last Date & Time of e-Tender Sale Up to 16:00 hrs. on 16/02/2024
Date & Time of uploading document
in e-
10 Up to 17:00 hrs. on 16/02/2024
in e- and Commercial
Proposal in e-
Date & Time of Opening of e- Packet In the office of Chief Engineer (Bridges)
11
- From 17:15 hrs. on 17/02/2024
From 11:00 hrs. on 29/02/2024
Date & Time of opening of e-Tender,
12 At the Office of Chief Engineer (Bridges),
e-
Worli

13
Note: Bidder should note that the Tender Scrutiny Fee of Rs, 25,000 + 18% GST shall be payable
immediately after opening of Packet A & B in any of the Citizens Facilitator Centers (CFCs) as per
circular No. CA/FRG/03 dt. 11.05.2023 and circular No. CA/FRG/10 dated 19.10.2023. Tenderer
should follow the special instruction to e-tendering provided in Instruction to Tenderer should
follow the special instruction to e-tendering provided in Instruction to the Tenderers.

15. Tenderer should follow the special instruction to e-tendering provided in Instruction to the
Tenderers.

16. All bids shall be submitted online in e-tendering module only, unless instructed specifically.

17. The Municipal Commissioner reserves the right to reject/modify all or any of the e- tender(s)
without assigning any reasons at any stage.

18. The dates and time for submission and opening the bids are as shown in the Header Data. If there
are any changes in the dates the same will be displayed on the Procurement Portal of Government
of Maharashtra. (https://mahatenders.gov.in)

19. The Applicants interested for the above referred works may contact the Chief Engr. (Bridges) at
the following address on any working day during office hours.
Office of Chief Engineer (Bridges)
Engineering Hub Building, Dr. E Moses Road,
Worli Naka, Worli, Mumbai 400 018

20. The applicants may wish to visit the site under reference located at Orange Gate of Eastern
Freeway and Grant Road, and can collect the information of the present status from the
department who have invited the bids. The BMC reserves the rights to accept any of the
application or reject/modify any or all the application received for above works, without assigning
any reasons thereof. The information regarding above subject matter is available on Procurement
Portal of Government of Maharashtra. (https://mahatenders.gov.in).

-Sd
Chief Engineer (Bridges)

Signature Not Verified


Digitally signed by Rahul Prabhakar Shinde
Date: 2024.01.23 17:31:41 IST
14 Location: Maharashtra-MH

You might also like