Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Индии


Integrated Project for Source Sustainability and Climate Resilient Rain-fed Agriculture in Himachal (Индия - Тендер #38576903)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Индия (другие тендеры и закупки Индия)
Организатор тендера: The World Bank
Номер конкурса: 38576903
Дата публикации: 16-02-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P165129

  • Project Title

Integrated Project for Source Sustainability and Climate Resilient Rain-fed Agriculture in Himachal

  • Country

India

  • Notice No

OP00214596

  • Notice Type

Invitation for Bids

  • Notice Status

Published

  • Borrower Bid Reference

IN-DPO, SHIMLA-288871-CW-RFQ

  • Procurement Method

Request for Quotations

  • Language of Notice

English

  • Submission Deadline Date/Time

Feb 23, 2023 11:00

  • Published Date

Feb 14, 2023

  • CONTACT INFORMATION
  • Organization/Department

District Project Office, Shimla, Himachal Pradesh Forestry Department

  • Name

NPS Dhaulta

  • Address

District Shimla, Himachal Pradesh

  • City
  • Province/State

India

  • Postal Code
  • Country

India

  • Phone

9418497333

  • Email

idpdposhimla@gmail.com

  • Website
Details

REQUEST FOR QUOTATIONS (RFQ) FOR SECONDARY WATER STRUCTURE WORKS.

Government of India has received a credit from the International Development Association (IDA) towards the cost of the Integrated Development Project for Source Sustainability and Climate Resilient Rainfed Agriculture and intends to apply part of the proceeds of this credit to eligible payments under the contract for which this invitation for quotations is issued.

District Project Officer(Integrated Dev. Project) Shimla at Shoghi invites quotations from the registered contractors with HP Govt. on standard W-5 Proforma for execution of following works in Nerwa & Sainj unit as tabulated below:-

Job No.

Name of work

Estimated work cost (Rs.)

Period of completion

Bid Security (2% of estimated cost in the shape of FDR/TDR)

Cost of tender form in cash(non refundable)

1

2

3

4

5

6

Nerwa Unit

SWS/01/22-23

Construction of RCC circular Tank (36000 Ltrs) near village Khoka in G.P. Ruslah under APO Unit Nerwa for the year 2022-23

4,11,700/-

30 days

8,500/-

350/-

SWS/02/22-23

Construction of RCC circular Tank (36000 Ltrs) near village Koli Dhar in G.P. Mundli under APO Unit Nerwa for the year 2022-23

4,98,600/-

30 days

10,000/-

350/-

SWS/03/22-23

Construction of RCC circular Tank (50000 Ltrs) near village-Dewat in G.P. Dewat under APO Unit Nerwa for the year 2022-23

4,57,400/-

30 days

9,200/-

350/-

SWS/04/22-23

Construction of RCC circular Tank (36000 Ltrs) near village-Bhalu in G.P. Bhalu under APO Unit Nerwa for the year 2022-23

4,52,500/-

30 days

9,100/-

350/-

SWS/05/22-23

Construction of RCC circular Tank (50000 Ltrs) near village Kopurtua in G.P. Dhanat under APO Unit Nerwa for the year 2022-23

4,72,200/-

30 days

9,500/-

350/-

SWS/06/22-23

Construction of RCC circular Tank (50000 Ltrs) near village-Kutangan in G.P. Tharoch under APO Unit Nerwa for the year 2022-23

4,35,300/-

30 days

8,700/-

350/-

SWS/07/22-23

Construction of RCC circular Tank (50000 Ltrs) near village-Machaad in G.P. Manu Bhabia under APO Unit Nerwa for the year 2022-23

4,19,100/-

30 days

8,500/-

350/-

SWS/08/22-23

Construction of RCC circular Tank (50000 Ltrs) near village-Boot in G.P.-Bharanu under APO Unit Nerwa for the year 2022-23

4,83,800/-

30 days

10,000/-

350/-

Sainj Unit

SWS/09/22-23

Construction of RCC circular Tank (36000 Ltrs) near village-Dharech in G.P.- Dharech under APO Unit Sainj for the year 2022-23

3,87,000/-

30 days

7,500/-

350/-

SWS/10/22-23

Construction of RCC circular Tank (40000 Ltrs) near village- Garyanj in G.P. Tiyali under APO Unit Sainj for the year 2022-23

4,54,100/-

30 days

9,100/-

350/-

SWS/11/22-23

Construction of RCC circular Tank (36000 Ltrs) near village-Chatog in G.P.- Dharech under APO Unit Sainj for the year 2022-23

4,99,000/-

30 days

10,000/-

350/-

SWS/12/22-23

Construction of RCC circular Tank (36000 Ltrs) near village-Rail Bhatho in G.P. Balag under APO Unit Sainj for the year 2022-23

4,28,300/-

30 days

8,600/-

350/-

SWS/13/22-23

Construction of RCC circular Tank (36000 Ltrs) near village- Jeha in G.P. Balag under APO Unit Sainj for the year 2022-23

4,25,900/-

30 days

8,500/-

350/-

SWS/14/22-23

Construction of RCC circular Tank (36000 Ltrs) near village- Badion in G.P.- Kuthar under APO Unit Sainj for the year 2022-23

4,27,400/-

30 days

8,600/-

350/-

SWS/15/22-23

Construction of RCC circular Tank (22500 Ltrs) near village- Jarashi in G.P. Sainj under APO Unit Sainj for the year 2022-23

4,99,900/-

30 days

10,000/-

350/-

SWS/16/22-23

Construction of RCC circular Tank (40000 Ltrs) near village-Bagda in G.P.- Dhamandri under APO Unit Sainj for the year 2022-23

3,24,400/-

30 days

6,500/-

350/-

SWS/17/22-23

Providing, Laying and fixing of HDPE pipe Nallah to near village-Bagda in G.P.- Dhamandri under APO Unit Sainj for the year 2022-23.

4,71,700/-

30 days

9,500/-

350/-

SWS/18/22-23

Construction of RCC circular Tank (40000 Ltrs) near village- Stog Garpeya in G.P. Satog under APO Unit Sainj for the year 2022-23

4,61,300/-

30 days

9,300/-

350/-

The standard quotation/bid form W-5(Schedule of quantity) along with instructions to bidders (quotation notice) can be obtained/ procured by the bidders from this office on any working day during the office hours w.e.f. 10-02-2023 to 22-02-2023 by 2.00 PM on cash payment(non-refundable) as shown above against each job

The quotation on standard W-5 proforma (Schedule of quantity)duly filled in, accompanied with self attested copies of documents pertaining to the qualification / eligibility criteria of the bidder and bid security in shape of FDR/TDR duly pledged in favour of the undersigned are required to be submitted as per the condition laid below:-

Instructions to bidders:

  • Quotation should reach in the office of the undersigned on or before 23.02.2023 up to 11.00 A.M; Quotations shall be opened on the same day at 11.30 A.M, in presence of the interested bidders or their representative who wish to be present. For more details, please contact the office of the undersigned on any working day between 10.00AM to 5.00PM or visit project website www.hpidp.org.
  • Scope of Works: The scope of work is as per the schedule of quantity attached / supplied with the prescribed W-5, containing schedule of quantities. The details of works is tentative, which may vary depending on the geographical conditions/terrain of the area; and thus bidder(s) is (are) advised to visit the site of works, prior to bidding for said work for obtaining all relevant information that may be necessary for preparing the quotation.
  • Qualification of the bidder: The bidder shall provide qualification information at the time of submission of application for issue of standard W-5(Schedule of quantity), which shall include:-
  • Self attested Photo copies of his/her PAN card and Bank Account duly covered under RTGS/NEFT.
  • Self attested copy of registration & GST number.
  • Work done certificate of competent authority in executing similar nature of work.
  • Bid security as per column-5 against each job duly pledged in favour of under signed in shape of FDR/TDR.
  • Photo copy of documents as mentioned vide Sr. No. 3.1 to 3.3 should be attached with the application for issue of quotation form vide sr. no. 3.4 alongwith Bid.
  • Bid Price:
  • It is be assumed that the bidder(s)/contractor(s) has (have) visited the site of work prior to bidding for the above work and has obtained all the relevant factors in to account /consideration that may be necessary for preparing the quotation and therefore, he shall have no right to object the details of works, at a later stage.
  • Prices shall be quoted in Indian Rupees only.
  • Bidder shall bid /quote for each item of work as described in the schedule of quantities and correction(s) made in the quoted rates in W-5, if any, shall be made by crossing out, duly attesting the cutting(s) and neatly re-writing the same.
  • The rates quoted by the bidder shall be fixed for the duration of the contract and shall not be subject to adjustment on any account.
  • All duties, taxes and other levies payable / applicable, if any should be included in the total price.
  • Validity of Quotation:
  • The quotation shall remain valid upto 60days for consideration by the Employer from the last date specified for submission of quotations /bids.
  • Submission of Quotations:
  • Each bidder shall submit only one quotation on standard W-5 proforma, for each Work/Job.
  • To complete the quotation process minimum three quotations are required, if less than three quotations in tender box for one job is received, the same shall be returned to the bidders unopened and tender for the same be treated as cancelled.
  • The bidder/contractor shall furnish complete address and all other information in the relevant space provided in W-5 and shall strike off whichever is not relevant.
  • The Quotations not received on given W-5 proforma, incomplete quotations, conditional quotations, quotation received after the last date & time for submission of quotations and quotations received through Fax or E-mail shall not be entertained / considered.
  • Those bidder(s) who submit their quotations by post or do not participate in the quotation opening process shall have to submit signed copy of quotation notice, appending his/her signature, in the given box in Quotation notice, in token of accepting / agreeing to the terms and conditions of the quotation notice and shall submit/attach the same with the W-5 standard quotation Proforma (Schedule of Quantity). Whereas, other bidders present in the quotation opening process shall sign the office copy of the quotation notice at the time of opening process.
  • The bidder shall seal the quotation in an envelope addressed to the DPO(IDP),Shimla at Shoghi, and the outside of the envelope will also bear the following identification on the top of the envelope:- Quotation for ____________________(Name and no. of the Job/Contract/Work) Do not open before _______________ (time and date of quotation opening).
  • In case, the last day of tendering of quotations happens to be a holiday, the whole process will commence on the next working day with same time & schedule for which no separate notice or order shall be issued.
  • In case, there is overlapping in schedule for submission of quotations on such deemed date assumed for submission of quotations “on next working day” due to postponement of the date of submission of quotations invited vide another notice issued separately, the revised time schedule for submission of quotations shall be notified to the bidders through the ‘notice’ paste/ displayed on the notice board of this office.
  • Opening &Evaluation of Quotations:
  • In case, the day of opening of quotation happens to be a holiday, the whole process will commence on the next working day with same time & schedule for which no separate notice or order shall be issued.
  • Quotations will be opened in the presence of bidders or their representatives who choose to attend on the date and time and at the place specified in the letter of invitation.
  • Information relating to evaluation of quotations and recommendations for the award of contract shall not be disclosed to bidders or any other persons not officially concerned with the process until the award to the successful bidder is announced.
  • Quotations with cutting/overwriting in quoted rates shall not be accepted. However, quotations with cutting/overwriting, duly attested by the bidder(s) before submission / tendering of quotation into tender box, shall be considered.
  • Submission of false information(s) and/or document(s) shall automatically lead to forfeiture of security/earnest money to the Govt. and rejection of quotation or cancellation of contract at the cost of such bidder without prejudice to criminal proceedings against the bidder/contractor.
  • The Employer / purchaser will evaluate and compare the quotations determined to be substantially responsive i.e. which (a)-are duly signed; (b)-conform to other terms and conditions of the Quotation.
  • The Quotations would be evaluated for all the items together.
  • The Employer (Chairman/committee) will evaluate and compare the quotations determined to be substantially responsive keeping in view the criteria as specified above.
  • The quotation / bid security deposited by the lowest bidder shall be retained and shall be returned / refunded to remaining bidders after the evaluation of bids/quotation.
  • The tenders of the contractors/firms who fail to fulfill the eligibility information will be summarily rejected.
  • No subletting of works by the contractor/firm is permissible.

For tendered amount on minus (-) side Conditions

  • If the Bid Price offered by the lowest bidder is up to 10% below the amount put to tender, no Additional Performance Security is required except for any particular absurdly low rated item quoted by him, which the competent authority feels necessary for taking Additional Performance Security.
  • If the Bid Price offered by the lowest bidder is lower than the Additional Performance Security shall be calculated @ 20% of the difference in the (a) Project Cost as per working estimate – 10% of the Project Cost as per Working estimate and (b) the Bid Price offered by the lowest bidder.
  • If the price offered by the lowest bidder is lower than 20% up to 30% of the amount put the tender, then the Additional Performance Security shall be calculated @ 30% of the difference in the (a) Project cost as per Working estimate – 10% of the project cost as per Working estimate and (b) the bid price offered by the lowest bidder.
  • If the Bid price offered by the lowest bidder is lower than 30% of the total amount or item wise put to tender, the tender will be cancelled and recalled immediately.
  • The lowest bidder has to deposit Additional Performance Security in the shape of Bank Guarantee or FDR duly pledged in favour of DPO, IDP, Shimla before award of work.
  • Award of Contract & Execution of Work:
  • After the evaluation of bids /quotations is over, the successful bidder(s) whose quotation(s) has (have) been determined to be substantially responsive and who has offered the lowest evaluated quoted price and meets the specified qualification criteria, shall be conveyed the acceptance of his/her bid by the Employer.
  • In case of tie on quoted rates between / among contractors, the work order shall be divided / split equally between / among all such lowest bidders or to one of them on the written consent of all of them.
  • The bidder whose bid is accepted will be notified of the award of contract by the Employer prior to expiry of the quotation validity period.
  • The successful bidder/contractor shall have to sign an agreement deed within 02 days of the award of work and shall have to start the work within 3 days of date of signing of agreement deed. The contractor/ bidder shall have to complete the work within the specified/allowed period in writing & within agreed costs, and nothing extra shall be payable on account of escalation of cost in material, labour etc. in due course of time, which may be due to unforeseen reasons.
  • The contractor shall have to start the awarded work within the 5 days* of award of work to him/them and shall have to complete the same within the stipulated period of completion. And in case, the work is not started within stipulated period, the award of work is liable to be cancelled and security may be forfeited.
  • The Contractor / bidder shall have to execute and complete the work under the supervision and technical guidance of project staff of the concerned DPO/APO Unit.
  • For ensuring quality and specifications, besides carrying out the regular inspections by the project officer/officials, it shall be the responsibility of the contractor to document the execution of works in the desired manner as provided in the schedule of quantity and also, get the work inspected from competent authority of the project, by giving intimation in the writing to the concerned APO or this office at least 3 days in advance, for carrying out the mandatory inspections, on achieving/during the following stages of execution of work as:- i) Excavation of foundation ii) super structure iii) final work.
  • In case mandatory inspection as laid down vide condition 8.8 above, has not been got conducted/done by the contractor from the APO’s concerned or other authorized officials of the project, the contractor shall not be eligible to seek the payment of the work done.
  • The income tax @ 1% shall be deducted on total amount of contract & GST @ 2% will be deducted from the total amount of the contract.
  • Under normal circumstance, no extension in working period will be granted and the decision of the Employer in this regard shall be final.
  • If the contractor fails to complete the work within stipulated time and delays the execution / construction of work beyond stipulated period, a penalty / liquidated damages @0.05% per day, of the total bid/quoted amount, will be imposed for such delay and will be deducted from the payment of the contractor. However, in case delay in completion of allotted work exceeds 20 days, Employer shall be authorized to penalize the contractor upto 10% of the total cost of the allotted work.
  • The employer shall be authorized to cancel the award of work and forfeit the performance security to the Govt. under following circumstances:- i) That, the contractor fails to start the work within stipulated period. ii) That, undue delay is being caused in execution of the awarded work due to slow pace of work. iii) That, the contractor abandons the work at any stage of construction.
  • If the contractor delays the start of work beyond the stipulated period or abandons the work in between or project is convinced that due to undue slow pace of work, contractor will not be able to complete the work within the stipulated period, the project staff will take over the execution of this work and complete the remaining work at the risk and cost of the contractor.
  • No advance payment will be made to the bidder/contractor and payment shall be made only for the work executed of different stages by the contractor, as per the detail bill prepared after measurement of the work done by the authorized official of the project on spot and on fulfillment of all other terms and conditions of the quotation notice/award of work and its execution/completion to the satisfaction of the project.
  • The contractor/bidder shall bear /pay all the applicable taxes and other charges as applicable from time to time.
  • Performance Security:
  • The Performance Security shall be 5% of total contract value.(The successful bidder shall deposit 3% amount of contract value in addition to 2% bid security already deposited). The Performance Security shall be kept till the successful completion of awarded work within stipulated period. Performance security will be released after one month of successful completion of works. Concerned APO will issue a certificate that he /she is satisfied with the work and recommend the release of performance security. The bid security deposited by the lowest bidder shall be converted into performance security and shall be returned / refunded to remaining bidders after the evaluation of bids/quotation is over.
  • Earnest money deposited by the lowest bidders shall be converted into performance security.
  • Miscellaneous:
  • The contractor / bidder shall pay the minimum wages to the labourers and shall be bound to abide by/comply all other provisions of the labour , EPF, ESI and other applicable laws or rules applicable in this regard and as may be notified by the GOI/GHP from time to time. The contractor will contribute EPF and ESI share of all labour engaged by him, and submit a copy of return to this office.
  • The contractor/bidder shall give first preference to the local labour of the concerned G.P. In case of non-availability of labour in concerned GP, the contractor shall intimate the Pradhan of this GP where work is being done, in writing, with its copy to the concerned APO regarding this fact and shall engage labour from the other GPs near to this work or elsewhere.
  • Notwithstanding the above, the Employer reserves the right to accept or reject any quotations and to cancel the bidding process and reject all quotations at any time prior to the award of contract without assigning any reasons.
  • In case of any dispute, the DPO Shimla / Chief Project Director, Solan will be the final authority to decide the matter and the decision will be binding on both the parties.
  • All legal disputes if any will be settled within the jurisdiction of Court(s) at Shimla.
  • The contractor will follow COVID-19 protocol strictly as per instructions of the State Govt. as well as the Govt. of India.
  • That the tender is for composite work, therefore rate of material and other applicable taxes/contributions should be included in Quotation (W-5 format).

It is certified that I/we agree to the terms and conditions of the quotation and I/we fully understand that any violation of the terms and conditions by me/us shall render me/us liable for suitable action, against me/us as deemed fit by the purchaser.

Name(s):- Signature(s)

You are, therefore, requested to offer your most competitive bid(s) for the above work, latest by (11.00AM) on 23-02-2023, we look forward to receiving your quotations and thank you for your interest in the project.

(Employer)

Name: District Project Officer (IDP),

Address: Shimla at Shoghi


Источник закупки

Перейти

Импорт - Экспорт по стране Индия

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru