NIT No. MBL/SIDC/NIT-01/2015-16/2

On behalf of Sundarban Infrastructure Development Corporation Ltd. (A State Government Company), General Manager (Tender), Mackintosh Burn Limited, invites sealed bids from eligible bidders for the works mentioned below on Percentage Rate basis as per Approximate Bill of Quantities with Price Schedule.

Estimated Cost Put to SL NO. Description of works Tender (Rs.) Construction of Bituminous Road from Kharampur Uchha Vidyalaya to Kharampur Adibasipara 1 S.S.K.Vidyalaya, G.P-Bhebia, P.S & Block- , 5558048.00 under Nazat Sub-Division, CED No.-III, Ch.-0.00m to 785.00m= 785.00m [Core Plan] Construction of Bituminous Road from the front side of Vidyasagar Academy to the House of Shyamal Mondal 2 at Uttar Sona Nagar G.P-Bhebia, P.S & Block- 7788351.00 Hasnabad, under Nazat Sub-Division, CED No.-III, Ch.- 0.00m to 1600.00m= 1600.00m [Core Plan] Construction of Bituminous Road from the house of Susil Das Rajbari to the House of Dulal Mahato at Kanmari,vis. Dakshin Kanmari at G.P-Hatghai, Block- 3 23091504.00 -I, under Nazat Sub-Division, CED No.-III, Road Length- 2550.00m during the year 2014-2015. [Core Plan] Construction of Bituminous Road from Nayapara Roy House More to Bazzapota F.P.School in G.P-, 4 7023050.00 P.S. & Block-Hasnabad, under Nazat Sub-Division, CED No.-III, Ch.-0.00m to 1000.00m = 1000.00m [Core Plan] Construction of Bituminous Road from Gabtala P.W.D.Road to Khidirpur via Harikathi in G.P-Amlani, 5 9802411.00 P.S. & Block-Hasnabad, under Nazat Sub-Division, CED No.-III, Ch.-0.00m to 1770.00m = 1770.00m [Core Plan] TOTAL ESTIMATED COST PUT TO TENDER (Rs.) 5,32,63,364.00

1. The bids shall be submitted in one part (in one envelope) comprising of :- i) Techno Commercial bid and (ii) Price Bid. 

The Techno-Commercial bid shall contain Technical and Commercial aspects, and Price Bid shall contain Price Elements. The Sealed Cover should be clearly marked with N.I.T. No. On due date, the Techno-Commercial bids will be opened along with price bid & EMD. MBL reserves the right to evaluate the Technical and Pricing Evaluation after opening and cancel the tender without assigning any reasons thereof. Conditional Tenders will be summarily rejected.

2. Earnest Money Deposit (EMD): - EMD (approx. 2% of the total estimated cost, i.e.,Rs.10,65,267/-) in the form of Demand Draft/ Banker’s Cheque should be enclosed in same cover along with other documents mentioned in the commercial conditions of Bid Documents. D.D. /B.C. should be drawn in favour of “Mackintosh Burn Limited”, payable at Kolkata from any scheduled bank in .

3. Completion Period: The work shall be completed within 150 calendar days from the start date, which will be reckoned from the date of issue of Letter of Acceptance (LOA). Mackintosh Burn Limited will issue the work order to the contractor after the signing of the Formal Agreement. However, the contractor can mobilize their teams at site after the issue of LOA. No escalation of the contract amount is permitted and no compensation whatsoever will be entertained by the authority.

4. Purchase of Bid Documents: The Bid Documents can be obtained from the Purchase Department, Salt Lake Office of Mackintosh Burn Limited on submission of non- refundable fee of Rs 10,000/- (Rupees Ten Thousand Only) by Demand Draft drawn in favour of “Mackintosh Burn Limited”, payable at Kolkata from any scheduled bank in India.

5. Defect Liability Period: Twelve months (12 months) from the date of completion of work and handing over of site to the Employer.

6. Security Deposit: The Earnest Money Deposit of the successful bidder (2%) submitted with Tender will be converted to Security Deposit and further Security Deposits are to be recovered from each RA Bill of the contractor, @ 8% on the executed value of work. However, the total security deposit will be restricted to 10% of the gross value of executed work. The said Security Deposit will be released to the after the expiry of the Defect Liability Period mentioned in Cl. No.5.

7. General Terms & Conditions: a) R A T E S: i) The tenderer should quote the rate both in figures and words on the basis of percentage above/ below or at par on the space provided in the Approximate Bill of 

Quantites with Price Schedule. The rate should be quoted in one single handwriting and preferably with the same ink. Rates quoted in different hand writing should be treated as informal. ii) The quoted rate should be inclusive of cost of all materials, labour, tools & plants, machinery, transportation charges, hire charges of machinery, cost of consumables & all other charges including statutory obligation, workmen compensation, insurance coverage, taxes, duties, cess, royalties, incidental charges, miscellaneous expenses etc. including Service Taxes. iii) Quoted rate(s) will remain firm during pendency of the Contract for any extent of increase / decrease in the quantity/ item of work.

b) MATERIALS: All materials required for the work shall be procured by the contractor at their cost. These materials should be of approved quality & as per specifications mentioned in the Tender Documents upto the full satisfaction of the Employer and Engineer in Charge or his authorized representatives. Relevant test certificates should be collected by the contractor and must produce the same before the use of the materials. Substandard quality of materials/ workmanship shall have to be replaced/ rectified forthwith without any additional charges. Regarding stone chips, sand etc., necessary Royalty & other Taxes shall have to be paid by the party at their cost. No unauthorized materials shall be brought to site under any circumstances.

c) MACHINERY, EQUIPMENT, TOOLS & TACKLES: All machinery, equipments, tools & tackles required for the work shall be arranged / purchased by the party at their cost. These should be in good & running condition, having full efficiency. Spares of such machinery, equipments, tools & tackles etc. shall be kept at site to avoid any stoppage of work.

d) SITE ESTABLISHMENTS: i) Contractor should make arrangement at their cost necessary accommodation for labourers, including furnished site offices for MBL site engineers & Employer, including cupboards with locking facilities, computer with internet connection, stationeries for day to day work etc., arrangement of construction water & drinking water, adequate power at site (electrical power) for night work, running the pumps & other machinery as required in the work. Arrangements of drinking water & toilets including sanitary arrangements etc. are to be arranged by the contractor at their own cost. A well equipped car (6 seater), including driver and fuel should be kept at every site and maintained by the Contractor on daily basis for the Engineers of Mackintosh Burn Limited for supervision of the Road Works, and additional cars will have to be arranged by the contractor during Site visits of the Officers of MBL and SIDCL, failing which, MBL can recover the above expense @ 2.5% (two point five zero percent) from the R/A Bills of the contractor. ii) Contractor will arrange Watch & Ward at site round the clock for guarding all materials, machinery etc. at their own cost. iii) Contractor will arrange at their cost storage space & godown for proper storage of all equipments / consumable materials. 

iv) The site of work will be handed over in “as is where is” condition. In case of any underground obstruction, party should bear necessary charges for their removal/ shifting. The site should be kept open for inspection as and when required. Contractor should keep in mind all the above factors while quoting their rates, as no extra payments can be claimed by the contractor for the above expenses.

e) SPECIFICATIONS: i) All work shall be carried out as per Drawings, IS Specifications, IRC, PWD Schedule of Rates, Tender Stipulation, Decision & Direction issued by the Engineer-in-Charge from time to time. ii) Mode of measurement of work shall be as per Standard Practice. iii) All tests related with the work may be done at the discretion of Engineer-in-charge either at site or at the laboratories specified in the Tender, at contractor’s cost. All other tests pertaining to any material involved in the work / any product as deemed necessary shall also be carried out upto the full satisfaction of the owner. iv) All test results are to be submitted to Mackintosh Burn Limited timely and regularly, failure of which will lead to reduction of rate(s) / Non-payment of the item(s), which may deem fit by MBL. Mackintosh Burn Limited will also have the sole authority to take appropriate action, as deemed fit, if these are not properly maintained at site.

8. OTHER TERMS & CONDITIONS: a) Contractor should depute at site (i) Qualified Engineers as may be required for day to day supervision / execution of work, recording measurement of work, preparation of bills, (ii) Other related Personnel as required for smooth & un-interrupted progress of work at site. Local skilled & unskilled labourers may have to be engaged by them in the work as per Govt. Policy. b) All statutory Govt. Rules & Regulations should strictly be followed during execution of work. c) Time is the essence of Contract. Therefore, the work allotted is to be completed in all respect within the stipulated time as specified in the tender, failing which, MBL shall get the work done by some other agency at your risk and cost. The decision of MBL in this regard would be final and binding on the part of the contractor. d) The site of work should be made clear after completion of all work upto the entire satisfaction of Engineer-in-Charge. e) Contractor should not go on arbitration under any circumstances. In case of any dispute of any nature, the same shall be settled by mutual discussion. Decision of the Managing Director, Mackintosh Burn Limited shall be final & binding on them. f) During execution of work, if it is found that the performance is not satisfactory in terms of their progress / workmanship, MBL shall have the right to cancel this order and get the balance work done by any other agency at their risk and cost. g) Contractor should make at their own cost all weather access road to approach to their work front including access road(s) for movement of materials, equipments, labourers, machinery etc. h) Contractor should take all necessary precautions at their own cost for the safety of their workmen and of general public. The work must be done in such a way as not to 

damage any property, existing structure, and public utility services during the entire execution period. All costs arising out of any damage to the existing structures or properties due to their work should be borne by them. i) No additional cost can be approved for the aforesaid works over the approved works over the approved estimate except necessity as per demand for unforeseen items of works with prior approval from SIDCL through MBL. In such cases, the contractor will not have any financial claims in delay of getting approval, from SIDCL. j) The contractor shall do photography/ video photography of the site firstly before the start of work, secondly mid-way in the execution of different stages of work and lastly, after the completion of the work. No separate payment will be made to the agency for this and the contractor should consider this factor while quoting rates. k) Display Board as per specification to be followed by the contractor, should be erected for better monitoring & transparency in execution of the works. Display of notice Board should be erected in the properly visible location. Display of the board should be provided at the starting and end points of the location of the schemes within 15 days from the work order.

9. Validity of Bid The Bid shall remain valid upto 150 days from the date of opening of Tender.

10. Payment: a) Payment will be made on submission of R/A Bills. b) Payment against the RA Bills shall be made subject to the availability of fund from and no financial claim in case of delay of payment will be entertained.

11. Time Schedule: a) Last date of application for purchase of Tender documents – 04.05.2015, 05:00 PM b) Last date & time for purchase of Tender to the eligible bidders- 11.05.2015, 05:00 PM. c) Last date & time for submission of Tender – 15.05.2015, 01:00 PM. d) Date & time of opening of Tender –15.05.2015, 03:00 PM.

12. Eligibility Criteria: 1.) The intending bidders shall have experience of working in remote and difficult sites of Sundarban Areas and has successfully carried out similar nature of works having value of 40% of estimated cost put to tender, during the last three years, through Govt. PSU. 2.) i) The technical eligibility shall be judged by financial capability (credential, own resource, manpower with adequate technical qualification and experience of construction of bituminous roads. At least having one Civil Engineering Diploma with 5 years experience or Civil Engineering Degree with 3 years experience shall be associated with the intending bidder, who will look after day to day works. ii) The intending bidder shall own through purchase or lease at least one road roller (10 tonne static) and spot mix plant similarly. iii) The intending bidder shall possess party code of MBL as is notified through MBL’s website for judgement of reliability and initial qualification criterea. 

iv) Depending upon financial and technical capability, organizational set up and past work record with MBL or Sundarban Infrastructure Development Corporation Ltd. (SIDCL) or any other Govt. Department in the same area, any bidder can be eligible for more than one work.

Self attested copies of the above documents should be furnished with the application for purchase of tender documents and also with the tender documents.

General Manager (Tender) MACKINTOSH BURN LTD.