Gowlipura Slaughter House

267
Contractor - 1 - Engineer-In –Chief Ph. No: GHMC GREATER HYDERABAD MUNICIPAL CORPORATION Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) . EPC – TURNKEY SYSTEM Name of Work : Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) . OFFICE OF THE ENGINEER-IN-CHIEF Greater Hyderabad Municipal Corporation 5 th floor, C.C. Complex, Tank Bund Road, Hyderabad

Transcript of Gowlipura Slaughter House

GREATER HYDERABAD MUNICIPAL CORPORATION

Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) .

EPC TURNKEY SYSTEM Name of Work : Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) .

OFFICE OF THE ENGINEER-IN-CHIEF Greater Hyderabad Municipal Corporation 5th floor, C.C. Complex, Tank Bund Road, Hyderabad

Contractor Ph. No:

-1-

Engineer-In Chief GHMC

GENERAL INDEX FOR DOCUMENTS SL. NO. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTIONI SECTIONII SECTION - III SECTIONIV SECTIONV SECTIONVI SECTIONVII SECTIONVIII SECTIONIX SECTIONX SECTIONXI DESCRIPTION SCOPE & DELIVERABLES, BASIC PARAMETERS, EXPERIENCE AND ELIGIBILITY CRITERIA NOTICE INVITING TENDER INSTRUCTION TO TENDERERS CONDITIONS OF THE CONTRACT GENERAL CONDITIONS OF CONTRACT TECHNICAL SPECIFICATIONS MATERIALS, PLANT & MACHINERY SUPPLEMENTARY SPECIFICATIONS SPECIFICATIONS FOR CIVIL AND MECHANICAL WORKS FOR SHEEP SPECIFICATIONS FOR SLAUGHTERING MACHINERY INCLUDING ELECTRICAL UNITS SPECIFICATIONS FOR EFFLUENT TREATMENT PLANT (ETP) 41 KLD FINANCIAL BID MODEL FORMS PROFORMA FOR BANK GUARANTEES PROFORMA FOR CHECKLIST AND DECLARATIONS QUALIFICATION INFORMATION SOIL INVESTIGATION DATA AVAILABLE WITH DEPARTMENT (FOR GUIDANCE ONLY) DRAWINGS Page No.s 3 12 13 24 25 -41 42 -50 51 113 114 170 171 175

176 185 186 - 198 199 - 204 205 - 226 227 233 234 246 247 253 254 255 256 -263 264 264 265 -266

Contractor Ph. No:

-2-

Engineer-In Chief GHMC

GREATER HYDERABAD MUNICIPAL CORPORATION, HYDERABAD Name of the Work: Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) complete at Gowlipura, Hyderabad under Engineering Procurement & Construction (EPC) System.

Greater Hyderabad Municipal Corporation, Hyderabad Under the aegis of Municipal Administration & Urban Development Department (M.A. & U.D) Government of Andhra Pradesh (GOAP) invites proposals from eligible bidders for the work of Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) complete Gowlipura, Hyderabad under Engineering Procurement & Construction (EPC) System. The scope of work includes Surveying, Investigation, Design, Preparation of Detailed Estimates and Execution and Build of the following Deliverables. Salient features are given in the following table: The Project shall be designed as per applicable Indian Standards The design for all the components should be got approved by the Department. I) SCOPE OF THE PROJECT: Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) etc., -1) Site Preparation, Construction of Sheep Processing Building, Toilets, Over Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps( 0.48 Lakhs Liters Capacity), Electrical and Plumbing Works including water distribution lines, & sanitary works, internal and external borewells, electrical items with street lights, Power Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses 2) Slaughtering Machinery including all accessories (Hydraulic hooves and Leg Cutter& Steriliser, Hydraulic neck Cutter& Steriliser, including Transportation and erection charges 3) Effluent Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works, Mechanical, Electrical, Instrumentation and Piping works with all accessories and associated works etc., complete under Engineering Procurement & Construction (EPC) System. The Project shall be designed as per applicable Indian Standards

Contractor Ph. No:

-3-

Engineer-In Chief GHMC

DELIVERABLES OF THE SCHEME along with the details of how the value of IBM arrived PERIOD OF COMPLETION : 12 MONTHS Sl. No. I 1 2 3 4 5 II Name of Work CIVIL UNITS Site Preparation Construction of Sheep processing building Construction of Toilets Construction of Over head water tank Construction of Under ground water sump All Electrical and Plumbing Works including water distribution lines, & sanitary works, internal and external borewells, electrical items with steel lights, Power Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses SLAUGHTERING MACHINERY UNIT (Plant & Machinery) including all the accessories associated with the unit. SHEEP AND GOAT SLAUGHTER HOUSE MACHINERY AND EQUIPMENTS Live sheep and goat weighing scale Restrainer Electric stunner Halal conveyor Bleeding conveyor Dressing conveyor Head, red and white offal conveyor Skin puller Stainless steel by product disposal chute Single stage gambrel hooks for two sheep SS Hand wash with knife sterilizer Stainless steel fix platform Apron wash Online weighing scale SHEEP AND GOAT SLAUGHTER LINE HAND TOOLS WITH CENTRALIZED HYDRAULIC POWER PACK Hydraulic hooves leg cutter + sterilizer Hydraulic neck cutter + sterilizer CENTRAL EXCISE DUTY @ 14.42 % TRANSPORTATION AND ERECTION CHARGES @ 20 % EFFLUENT TREATMENT PLANT 41 KLD CIVIL Units Bar Screen chamber-4-

Length/Qty/ Area

Total Estimated Cost in Rs. Lakhs. 75.09

IBM Value in Rs. Lakhs 75.09

16700 Sqm 913 Sqm 12 Sqm 0.48 Lakh Ltr. 0.48 Lakh Ltr.

18.77

18.77

III

101.88

101.88

1 2 3 4 5 6 7 8 9 10 11 12 13 14

1 1 1 1 1 1 1 1 LOT 200 8 LOT 6 1

1 2

1 1 14.69 20.38 14.69 20.38

IV

22.87 1Engineer-In Chief GHMC

22.87

1

Contractor Ph. No:

2. 3

4

5

MOC : RCC M30 Size: 0.60x1.00x0.70+0.3FB Scum Trap Unit MOC: RCC M30 Size:0.70x2.50x1.00+0.3FB Primary Clarifier MOC: RCC M30 Size: Dia1.60x2.30 + 0.3FB Collection / Equalization Tank MOC: RCC M30 Size:4.00x4.00x2.50+0.3FB Anaerobic Digester/Filter MOC: RCC M30 Size:2.50x2.50x4.20+0.3FB

1

1

1

1

6

7

8

9

10 11 12

Aeration Tank MOC: RCC M30 Size:3.60x3.60x3.50+0.3FB Secondary Clarifier MOC: RCC M30 Size:Dia2.30x2.50+0.3FB Supernant Tank MOC: RCC M30 Size:1.30x1.30x2.00+0.3FB Sludge Drying Beds MOC: CC base & Brick Masonry Size: 4 Nos. of 2.00x2.00x0.90+03FB RCC Foundations for Pumps, Blowers, Dosing Tanks, Pressure Filters etc., Walkways, Foot paths, Drains, Man hole chambers etc., within the battery limits Construction of Operators room, chemical storage and MCC room. MOC : RCC 1:2:4 Size: 5.00x4.00x3.00 MECHANICAL, ELECTRICAL, INSTRUMENTATION AND PIPING WORKS for EFFLUENT TREATMENT PLANT 41 KLD Bar Screen . MOC: SS 304 Size: 0.60x1.00 in SS round of 8mm dia at 8mm spacing Scum remover MOC: MS EP, V' belt drive with helical gear box at 12 RPM Size:0.70x2.50 Primary Clarifier MOC: MSEP, Drive rating 1 HP to suit in 1.60 dia 2.5 SWD. Floating aerator to accommodate in-5-

1

1

1

1 1 1

1

37.20 2

37.20

1

2

1

3

1

4

1Engineer-In Chief GHMC

Contractor Ph. No:

5

equalization Tank MOC:FRP, Drive Capacity, 5HP, Shaft: Fully machined solid shaft. Chemical dosing Tank, Agitator and Dosing Pump MOC of Tank : HDPE, Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr. Raw effluent feed pumps Type: Self Priming, capacity 2cum/hr., head 10 MLC Primary clarifier sludge Transfer pumps Type: Self Priming, capacity 2cum/hr., head 10 MLC BIO Fills: To fill in anaerobic Filter Size:2.50x2.50x1.00 Nutrient dosing tank with agitator and dosing pump. MOC of Tank : HDPE, Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr. Air Diffuser & Purging grid in AT of 3.60x3.60x3.50. Air Blowers: Twin lobe air blowers - Roots type Secondary clarifier mechanism, MOC: MSEP, Drive rating 1 HP to suit in 2.3mtr dia 2.5 SWD. Bio Sludge recycling pumps: Type: Self Priming, capacity 2cum/hr., head 10 MLC Chlorine dosing tank, agitator and pump MOC of Tank : HDPE, Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr. Pressure feed pumps , Type: Self Priming, capacity 2cum/hr., head 30 MLC Duel media pressure filter Flow rate 2.0 Cum /hr. MOC - MS Activated carbon filter Flow rate 2.0 Cum /hr. MOC - MS Providing of Interconnecting pipes between tanks in MS ERW flanged ends with rubber lining Suction and discharge lines between pumps and tanks in MS,HDPE pipes, necessary fittings valves etc., within the battery limits. Providing of Motor control center with 1 No. incomer and 22nos. Outgoing feeders, with star delta /DOL starters, control wiring-6-

2

6

2

7

2

8 9

1 2

10 11 12

1 2 1

13

2

14

1

15 16

2 1

17

1

18

1

19

1

20

1

Contractor Ph. No:

Engineer-In Chief GHMC

21

22

an metering alignment Providing of control / power wiring within the battery limits to individual equipments along with local push button stations. Providing of MS Structures for supporting pipe lines, electrical cables, instruments etc., within the battery limits. Sub Total 1 VAT @ 4% on Total Sub Total 2 Banker Charges @0.25% Insurance @ 0.44% Technical Persons (2 Nos. Graduates and 2 Nos. Diploma holders) Add Contingencies at 0.10% Service Tax at 4.12% Sub Total 3 IBM Value for the Project in Lakhs Provision towards unforeseen items (Not included In IBM ) Total Estimate Cost in Lakhs

1

1

290.88 11.64 302.52 0.76 1.33 4.27 0.30 12.46 321.64

290.88 11.64 302.52 0.76 1.33 4.27 030 12.46 321.64 321.64

18.36 340.00

The Committee-I has reviewed the above Items and finalized the Internal Bench Mark (IBM) for the above scope of work and deliverables as Rs.321.64Lakhs.

1)

The Contractor has to take Policies and certificates of insurance and they shall be

delivered to the GHMC at the time of concluding Agreement. Failing to comply with the above, the GHMC shall take insurance policy at the cost of Contractor duly deducting the premium from the Contractor bills. 2) If the contractor fails to employ technical persons, the work will be suspended or

department will engage technical persons and recover the cost thereof from the contractor along with penalty. 3) The maximum reimbursable amounts are as follows Insurance Banker Charges Central Excise duty - Rs. 1.33 Lakhs Rs. 0.76 Lakhs Rs. 14.69 Lakhs

Transportation & Erection ChargesRs. 20.38 Lakhs VAT at 4% Technical Persons - Rs. 11.64 Lakhs - Rs. 4.27 Lakhs

Contractor Ph. No:

-7-

Engineer-In Chief GHMC

If the VAT is paid by the bidder, the amount paid will be reimbursed and also subject to the orders issued by the Government from time to time. But the authenticated documentary evidence shall be submitted by the bidder in this regard. For all the above items authenticated documentary evidence shall be submitted by the bidder in this regard 4) The maximum recoverable amounts are as follows Service Tax at 4.12% 5) Contingencies at 0.10% - Rs. 12.46 Lakhs - Rs. 0.30 Lakhs

i. During Execution of Work, Traffic shall be diverted wherever necessary by barricading and duly providing Traffic Signals as per the Standard Specifications. ii. During Construction Work, care shall be taken so that the existing services such as water supply lines / Electrical Cables / Telephone Cables are not effected. Any

damages to any cable or installation shall have to be replaced to the Original Position at the bidders own cost. iii. Any Surplus Earth after Refilling and Leveling Site must be carted to the nearest place as directed by the GHMC Officers. iv. The Defect Liability for Entire work after Completion and Commissioning is 2 Years. v. On Completion the Bidder Should Submit 6 Sets of Completion Drawings. vi. The Bidder shall take up the Construction of the above components in the Land Provided by GHMC. Hence the Bidder has to take up the Survey and Designing of the Scheme Accordingly. All Necessary Permissions / Clearances / Approvals are to be Processed and Obtained by the Firm Only. As a User Agency this Department will initiate the Proposals in respect of above. Any quantity / item excess over the scope of work will be paid as an additional quantity / item and any quantity / item less than the scope of work will be deducted.

The Eligibility Criteria for the Above EPC Tender is as Follows ;(Note : The bidder shall satisfy all the eligibility criteria, Period of Completion : 12 Months 1. Contractors / Contracting firms having registration with Government of Andhra Pradesh in appropriate eligible class as per the following GOs specified. (i) G.O.Ms.No.178, I&CAD (PW-COD) Dept., dt: 27.9.1997. (ii) G.O.Ms.No.132, TR&B (R.1) Dept., dt: 11.8.1998.

Contractor Ph. No:

-8-

Engineer-In Chief GHMC

(iii) G.O.Ms.No.8, TR&B (R1) Dept., dt: 8.1.2003. (iv) G.O.Ms.No.94, I & CAD (PW-COD) Dept., dt: 1.7.2003 OR Contractors / Contracting firms having registration with Government of Andhra Pradesh / Any other State Government / Union Territory / Public Sector Undertakings in Indian Union / Any other Government of a country abroad in appropriate eligible class as per the GOs. specified. 2. General Eligibility Criteria: It is proposed to allow the Bidders who cannot meet the qualification requirement stipulated above Provided if they have executed at least one Industrial Process Building with minimum built up area of 457 sqm & Collaboration / Association with a firm who are having experience in construction of Slaughter Houses. In such a case, the bidder has to furnish an undertaking jointly executed by him & his Collaborator / Associate for successful performance of the contract along with the bid. In case of award of the work, the Collaborators/ Associates will be required to furnish a performance indemnity bond and demand draft / bank guarantee of five percent of the total contract value or IBM value of the respective work which ever is more in addition to the contract performance security. The defect liability period is Two Years. Further, the bidders shall maintain plant and machinery for a period of 2 years. Maintenance cost of these two years will be evaluated and paid later. Hence this tender, rate quoted shall be exclusive of maintenance costs. 3. i) Experience: Value of Similar Works: It is proposed to consider the values of works of Industrial Process Buildings also which is as follows The bidder as a prime contractor should have completed similar works / Industrial

Process Buildings of value not less than Rs. 160.82 Lakhs in any One Financial year during the last Five financial years (2003-2004 to 2007-08) updated to 2008-09 price level duly giving 10% simple weight-age per year to bring them to 2008-09 price level).Sub contractors/ GPA Holders experience shall not be taken into account. ii) Physical Quantities / Items: The bidder should have executed the following minimum Physical Quantities / Items in any One Financial year during the last Five financial years (2003-2004 to 2007-08). Construction of one mechanized slaughter house project and meat processing plant with minimum capacity of 200 Sheep or Cattle or Combined.Contractor Ph. No: -9Engineer-In Chief GHMC

Construction of one number of Effluent Treatment Plant / Waste Water Treatment Plant of 20.50 KLD Capacity or Combined The bidder should enclose experience certificates in support of values of similar works and physical quantities/ Items issued by the Engineer In - charge of the State / Central Government departments / Undertakings not below the rank of Executive Engineer or Equivalent and countersigned by the next higher authority not below the Rank of SE or Equivalent. If there is any Global Experience, it shall be supported by the good performance certificate issued by the Employer / Client. Further, the experience certificates should clearly indicate the date of commencement of work, date of completion, Financial Year Wise Break up of the values of similar works done and physical quantities/ Items executed. All the Experience Certificates Shall be in English. 4. Financial Requirement: Liquid asset / credit facilities / Solvency certificates: The bidder should produce liquid asset / credit facilities / Solvency certificates from any Indian Nationalised / Scheduled Banks of value not less than Rs. 80.41 Lakhs. The audited balance sheet for the last five financial years shall be submitted and must demonstrate the soundness of the applicants financial position, showing long-term profitability (including an estimated financial projection for the next two financial years). Where necessary, the Employer will make inquiries with the Applicants bankers. Bid Capacity: Assessed available Bid capacity as per formula (2AN-B) should be greater than Internal Bench Mark (IBM) value assessed by the GHMC. The current bid capacity should be more than the Internal Bench Mark (IBM) value of the work. A= Maximum Value of Similar / Any Engineering works executed in any one financial year during the last five financial years (updated 2008-09 price level duly giving 10% simple weight-age per year to bring them to 2008-09 price level) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which tenders are invited. B=Value of existing commitments and ongoing works to be completed during the period of completion of the project for which tenders are invited. The value of works for which Tenders are submitted [awarded / likely to be awarded) will also be considered as existing commitments (updated 2008-09 price level duly giving 10% simple weight-age per year to bring them to 2008-09 price level). In case the financial figures and value of completed works are in foreign currency, currentContractor Ph. No: - 10 Engineer-In Chief GHMC

market exchange rate will be applied for the purpose of conversion of foreign currency into Indian rupees (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of submission). In case the financial figures and value of completed works are in foreign currency, the above-enhanced factors will not be applied. Instead, the foreign currency will be converted into equivalent Indian rupees (INR) at the (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of submission). Applicant should indicate actual figures of costs and amounts for the works executed by them in the schedule without accounting for the above-mentioned factors. 5). Key Personnel : Key Personnel, Personnel Capabilities: The contractor must provide suitably qualified personnel with at least Two Graduate Engineers in Mechanical Engineering or Industrial Engineering and One Graduate Engineer in Civil Engineering who are having experience in execution of similar projects. The contractor shall submit details of the qualifications and experience of both the candidates. Critical Equipment: Further, the contractor shall give a declaration on Rs.100/- Non Judicial Stamp Paper stating that he has availability either owned or leased/ hired of all the key and critical equipment needed for execution of the above works. 6). The Bidder further submit the following Particulars / Certificates and Statements:

Quality Control Testing Lab: The bidders should furnish the particulars of quality control testing Lab owned, or tie up with established quality control testing laboratories.The bidder shall give a declaration on Rs.100/- Non Judicial Stamp Paper stating that he has his own quality control testing Lab, or Tie up with established quality control testing laboratories. 7). Litigation History The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five financial years. A consistent history of awards against the Applicant or any partner of a joint venture will result in rejection of the application. EMD Cost of Tender Schedule Sales Tax Registration Proof of ExperienceContractor Ph. No: - 11 Engineer-In Chief GHMC

Data Sheet-1 Bidders Appreciation of the Project Data Sheet-2- Bidders Organizational setup for the Project Data Sheet-3 Project Components along with Drawings Data Sheet-4- Management of Design and Engineering Services Data Sheet-5 Construction Methodology of different components proposed Data Sheet-6 Proposed Deployment of Key Personnel Data Sheet-7 - Proposed Deployment of Construction Equipment Data Sheet-8- Proposed Sub-Contractors Data Sheet-9- Proposed Source of Key Materials Data Sheet-10- Proposed Construction Schedule of the Project Data Sheet-11 Quality Control and Assurance System Any other documents required as per tender conditions shall also be submitted. The Domestic Bidders should furnish the Income Tax, Pan and submission of Income Tax return along with proof of receipt. The Domestic Bidders should furnish the VAT Registration Certificate and Latest VAT Clearance certificate. Note:-The Internal Bench Mark (IBM) is arrived based on the probable quantities/Items indicated in the deliverables. Any change in quantities/Items will be paid extra / recovered as the case may be. NOTE: The Internal Bench mark for the above mentioned deliverables is worked out Rs.321.64 Lakhs inclusive of all Government Taxes and duties and all other Government levies and recoverable / reimbursable amounts such as VAT, Seigniorage charges, Technical Personnel employed on the work, Compensation, Site Supervision, contingencies, Service Tax, and Insurance Policy till defect liability period and Bank Commission charges.

CED,

The interested bidders may download the EPC Tender document from the web site www.ghmc.gov.in.

Contractor Ph. No:

- 12 -

Engineer-In Chief GHMC

SECTION I NOTICE INVITING TENDER (NIT) (International Competitive Bidding) International Competitive Bidding Tender Notice No.147/GHMC/ENC/TA-III/K1/2008, dt: 19/01/2009 Tender Type: Open and EPC/ Turnkey Name of work: Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) . The Project shall be designed as per applicable Indian Standards. . Greater Hyderabad Municipal Corporation, Department Name Hyderabad Special Projects Circle, Division __, Greater Circle / Division Name Hyderabad Municipal Corporation. Tender Number 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial Tender Subject run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) including 24 Months Defect Liability Period .The Project shall be designed as per applicable Indian Standards. Estimated Contact Value (Internal Bench Mark) Period of Contract Form of Contract Tender Type Tender Category EMD / Bid Security Rs. 321.64 Lakhs 12 (TWELVE) Months EPC Turnkey system. Open Works Rs. 3,21,700/In the shape of unconditional & irrevocable Bank Guarantee (OR) in the shape of Demand Draft in the standard format enclosed and the same to be obtained from any Government owned Public Sector Bank or any scheduled commercial bank in favour of Commissioner, Greater Hyderabad Municipal Corporation payable at Hyderabad to be valid for a period of 6 months from the date of bid notice. Rs.10,000/In the shape of Demand Draft to be obtained from any Government owned Public Sector Bank or any scheduled commercial bank in favour of Commissioner, Greater Hyderabad Municipal Corporation payable at Hyderabad to be valid for a period of 6 months from the date of bid notice. Rs. 1250/-

1. 2. 3. 4.

5. 6. 7. 8. 9. 10 11.

EMD / Bid Security Payable to

12 13.

Cost of Tender Schedule

Cost of Tender Schedule Payable to

14

Sales Tax towards Tender Schedule Sale

Contractor Ph. No:

- 13 -

Engineer-In Chief GHMC

15. Sales Tax Payable to

16 17. 18. 19. 20.

Schedule Sale Opening Date Schedule Sale closing Date Pre-Bid Meeting Date Bid submission closing Date(online) Pre-Qualification / Technical bid opening date (Qualification and Eligibility stage) Price Bid Opening Date (Financial Bid Stage) Place of Price Bid Opening Officer Inviting Bids/ Contract Person Address / E-mail ID Contact Details/Telephone, Fax

In the shape of Demand Draft to be obtained from any Government owned Public Sector Bank or any scheduled commercial bank in favour of Commercial Tax Officer(CTO),Bashher Bag, Hyderabad payable at Hyderabad to be valid for a period of 6 months from the date of bid notice.. 20-01-2006 at 5.00 PM 05-02-2009 at 3.00 PM No Pre Bid Meeting will be held 05-02-2009 up to 3.30 PM 05-02-2009 after 4.00 PM at office of the Engineer-InChief, Greater Hyderabad Municipal Corporation (GHMC),Hyderabad. 05-02-2009 after 4.00 PM. Engineer-In-Chief, GHMC,Hyderabad Engineer-In-Chief, GHMC,Hyderabad Engineer-In-Chief,GHMC,Hyderabad @yahoo.co.in Sri Dr.P.Pandu Ranga Rao Engineer-In-Chief, GHMC,Hyderabad PH No: 040 23225267 Cell No.:9959244408 Fax. No: 040 23225267

21. 22. 23. 24. 25.

26.

Eligibility Criterion The Eligibility Criteria for the Above EPC Tender is as Follows ;(Note : The bidder shall satisfy all the eligibility criteria, Period of Completion : 12 Months 2. Contractors / Contracting firms having registration with Government of Andhra Pradesh in appropriate eligible class as per the following GOs specified. (i) G.O.Ms.No.178, I&CAD (PW-COD) Dept., dt: 27.9.1997. (ii) G.O.Ms.No.132, TR&B (R.1) Dept., dt: 11.8.1998. (iii) G.O.Ms.No.8, TR&B (R1) Dept., dt: 8.1.2003. (iv) G.O.Ms.No.94, I & CAD (PW-COD) Dept., dt: 1.7.2003 OR Contractors / Contracting firms having registration with Government of Andhra Pradesh / Any other State Government / Union Territory / Public Sector Undertakings in Indian Union / Any other Government of a country abroad in appropriate eligible class as per the GOs. specified. 2. General Eligibility Criteria: It is proposed to allow the Bidders who cannot meet the qualification requirement stipulated above Provided if they have executed at least one Industrial Process Building with minimum built up area of 457 sqm & Collaboration / Association with a firm who are having experience in construction of Slaughter Houses. In such a case, the bidder has to furnish an undertaking jointly executed by him & hisContractor Ph. No: - 14 Engineer-In Chief GHMC

Collaborator / Associate for successful performance of the contract along with the bid. In case of award of the work, the Collaborators/ Associates will be required to furnish a performance indemnity bond and demand draft / bank guarantee of five percent of the total contract value or IBM value of the respective work which ever is more in addition to the contract performance security. The defect liability period is Two Years. Further, the bidders shall maintain plant and machinery for a period of 2 years. Maintenance cost of these two years will be evaluated and paid later. Hence this tender, rate quoted shall be exclusive of maintenance costs. 3. i) follows The bidder as a prime contractor should have completed similar works / Industrial Process Buildings of value not less than Rs. 160.82 Lakhs in any One Financial year during the last Five financial years (2003-2004 to 2007-08) updated to 2008-09 price level duly giving 10% simple weightage per year to bring them to 2008-09 price level).Sub contractors/ GPA Holders experience shall not be taken into account. ii) Physical Quantities / Items: The bidder should have executed the following minimum Physical Quantities / Items in any One Financial year during the last Five financial years (2003-2004 to 2007-08). Construction of one mechanized slaughter house project and meat processing plant with minimum capacity of 200 Sheep or Cattle or Combined. Construction of one number of Effluent Treatment Plant / Waste Water Treatment Plant of 20.50 KLD Capacity or Combined The bidder should enclose experience certificates in support of values of similar works and physical quantities/ Items issued by the Engineer In - charge of the State / Central Government departments / Undertakings not below the rank of Executive Engineer or Equivalent and countersigned by the next higher authority not below the Rank of SE or Equivalent. If there is any Global Experience, it shall be supported by the good performance certificate issued by the Employer / Client. Further, the experience certificates should clearly indicate the date of commencement of work, date of completion, Financial Year Wise Break up of the values of similar works done and physical quantities/ Items executed. All the Experience Certificates Shall be in English. 4. Financial Requirement: Liquid asset / credit facilities / Solvency certificates: The bidder should produce liquid asset / credit facilities / Solvency certificates from any Indian Nationalised / Scheduled Banks of value not less than Rs. 80.41 Lakhs.Contractor Ph. No: - 15 Engineer-In Chief GHMC

Experience: Value of Similar Works: It is proposed to consider the values of works of Industrial Process Buildings also which is as

The audited balance sheet for the last five financial years shall be submitted and must demonstrate the soundness of the applicants financial position, showing long-term profitability (including an estimated financial projection for the next two financial years). Where necessary, the Employer will make inquiries with the Applicants bankers. Bid Capacity: Assessed available Bid capacity as per formula (2AN-B) should be greater than Internal Bench Mark (IBM) value assessed by the GHMC. The current bid capacity should be more than the Internal Bench Mark (IBM) value of the work. A= Maximum Value of Similar / Any Engineering works executed in any one financial year during the last five financial years (updated 2008-09 price level duly giving 10% simple weight-age per year to bring them to 2008-09 price level) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which tenders are invited. B=Value of existing commitments and ongoing works to be completed during the period of completion of the project for which tenders are invited. The value of works for which Tenders are submitted [awarded / likely to be awarded) will also be considered as existing commitments (updated 2008-09 price level duly giving 10% simple weight-age per year to bring them to 2008-09 price level). In case the financial figures and value of completed works are in foreign currency, current market exchange rate will be applied for the purpose of conversion of foreign currency into Indian rupees (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of submission). In case the financial figures and value of completed works are in foreign currency, the above-enhanced factors will not be applied. Instead, the foreign currency will be converted into equivalent Indian rupees (INR) at the (State Bank of India BC selling rate OR RBI Authorised Money Exchanger as on the date of submission). Applicant should indicate actual figures of costs and amounts for the works executed by them in the schedule without accounting for the above-mentioned factors. 5). Key Personnel : Key Personnel, Personnel Capabilities: The contractor must provide suitably qualified personnel with at least Two Graduate Engineers in Mechanical Engineering or Industrial Engineering and One Graduate Engineer in Civil Engineering who are having experience in execution of similar projects. The contractor shall submit details of the qualifications and experience of both the candidates. Critical Equipment: Further, the contractor shall give a declaration on Rs.100/- Non Judicial Stamp Paper stating that he has availability either owned or leased/ hired of all the key and critical equipment needed for execution of the above works. 6). The Bidder further submit the following Particulars / Certificates and Statements:- 16 Engineer-In Chief GHMC

Contractor Ph. No:

Quality Control Testing Lab: The bidders should furnish the particulars of quality control testing Lab owned, or tie up with established quality control testing laboratories.The bidder shall give a declaration on Rs.100/- Non Judicial Stamp Paper stating that he has his own established quality control testing laboratories. 7). Litigation History The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five financial years. A consistent history of awards against the Applicant or any partner of a joint venture will result in rejection of the application. EMD Cost of Tender Schedule Sales Tax Registration Proof of Experience Data Sheet-1 Bidders Appreciation of the Project Data Sheet-2- Bidders Organizational setup for the Project Data Sheet-3 Project Components along with Drawings Data Sheet-4- Management of Design and Engineering Services Data Sheet-5 Construction Methodology of different components proposed Data Sheet-6 Proposed Deployment of Key Personnel Data Sheet-7 - Proposed Deployment of Construction Equipment Data Sheet-8- Proposed Sub-Contractors Data Sheet-9- Proposed Source of Key Materials Data Sheet-10- Proposed Construction Schedule of the Project Data Sheet-11 Quality Control and Assurance System Any other documents required as per tender conditions shall also be submitted. The Domestic Bidders should furnish the Income Tax, Pan and submission of Income Tax return along with proof of receipt. The Domestic Bidders should furnish the VAT Registration Certificate and Latest VAT Clearance certificate. Note:-The Internal Bench Mark (IBM) is arrived based on the probable quantities/Items indicated in the deliverables. Any change in quantities/Items will be paid extra / recovered as the case may be. NOTE: The Internal Bench mark for the above mentioned deliverables is worked out Rs.321.64 Lakhs inclusive of all Government Taxes and duties and all other Government levies and recoverable / reimbursable amounts such as VAT, CED, Seigniorage charges, Technical Personnel employed on the work, Compensation, Site Supervision, contingencies, Service Tax, and Insurance Policy till defect liability period and Bank Commission charges. quality control testing Lab, or Tie up with

The interested bidders may download the EPC Tender document from the web site www.ghmc.gov.in.

Contractor Ph. No:

- 17 -

Engineer-In Chief GHMC

6. PROCEDURE FOR BID SUBMISSION

SEALING AND MARKING OF BIDS The bidder shall submit its bid in two parts, the Technical Bid and a Financial Bid. Each part of the bid shall be sealed in the separate envelope and the two sealed envelopes shall be sealed in an outer envelope. The bid envelopes shall be marked as follows OUTER ENVELOPE: Technical and Financial Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) . NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 INNER ENVELOPE, TECHNICAL BID Technical Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) . NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 The Technical Bid shall comprise the following: a. Scanned copy of EMD, Cost of Tender Schedule and Sales Tax. b. Scanned copy of Registration c. Scanned copy of Proof of Experience d. Data Sheet-1 Bidders Appreciation of the Project e. Data Sheet-2- Bidders Organizational setup for the Project f. Data Sheet-3 Project Components along with Drawings g. Data Sheet-4- Management of Design and Engineering Services h. Data Sheet-5 Construction Methodology of different components proposed i. Data Sheet-6 Proposed Deployment of Key Personnel j. Data Sheet-7 - Proposed Deployment of Construction Equipment k. Data Sheet-8- Proposed Sub-Contractors l. Data Sheet-9- Proposed Source of Key Materials m. Data Sheet-10- Proposed Construction Schedule of the Project n. Data Sheet-11 Quality Control and Assurance System o. Any other information/ certificates/ documents required as per tender conditions.

INNER ENVELOPE, FINANCIAL BID

Financial Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 a) The envelope marked Technical Bid' shall contain the following: i.Contractor Ph. No:

Bid Security in a separate envelope marked Bid Security- 18 Engineer-In Chief GHMC

ii. iii. b) i. ii.

Documents listed to be furnished in Volume 5 in a separate sealed envelope including any related Addenda. Only one Copy of Technical Bid' shall be submitted

The envelope marked Financial Bid' shall contain the following: Items listed above including any related Addenda. Only one Copy of Financial Bid' shall be submitted

c) The technical, financial bids shall be submitted by the bidder in hard bound form, all pages numbered serially and by giving an index of submission. The hardbound implies binding between two covers through stitching. The bids submitted in other forms like spiral form, loose form etc., shall be rejected. The inner and outer envelope shall a) Be addressed to the Employer at the following address : The Engineer in Chief , Greater Hyderabad Municipal Corporation, Hyderabad b) Bear the following identification:

Bid for Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP)

NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 To be opened only in presence of the evaluation committee In addition to the identification required, the inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared "late" If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

Deadline for Submission of Bids Bids must be received by the Employer at the address as specified in NIT. The Employer may, at his discretion, extend the deadline for submission of bids by issuing an amendment, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. Late Bids Any bid received by the Employer after the deadline for submission of bids will be returnedContractor Ph. No: - 19 Engineer-In Chief GHMC

unopened to the bidder. Modification, Substitution and Withdrawal The bidder may modify, substitute or withdraw his bid after bid submission, provided that written notice of the modification substitution or withdrawal is received by the Employer prior to the deadline for submission of bids. Any MODIFICATION SUBSTITUTION in respect of TECHNICAL BID and FINANCIAL BID shall be submitted in separate sealed envelope duly marked so. Incase of modification to financial bid, the envelope containing the same should clearly exhibit such contents. The bidder's modification, substitution or withdrawal notice shall be prepared, sealed, marked and delivered, with the outer and inner envelopes additionally marked "MODIFICATIONS", SUBSTITUTION or "WITHDRAWAL" as appropriate. No bid shall be modified by the bidder after the deadline for submission of bids. Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in the Form of Bid shall result in the forfeiture of the bid security and criminal action will be initiated. The bidders shall submit their eligibility and qualification documents, Technical bid, Financial bid etc., in the standard formats prescribed in the Tender documents. The bidder shall submit copies of all the relevant certificates, documents etc., in support of their eligibility / criteria / technical bids. The bidder shall sign on the statements, documents, certificates, submitted by him owing responsibility for their correctness / authenticity. The bidders are requested to submit the originals of DD/BG towards EMD, Cost of Tender Schedule and sales Tax to the Tender Inviting Authority at the time of submission of the bid. The bidder shall invariably furnish DD/BG towards EMD, Cost of Tender Schedule and sales Tax to the tender inviting authority. The department shall not take any responsibility for any delay or non-receipt. If any of the documents furnished by the bidder is found to be false/fabricated/bogus, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution.

The bidders found defaulting in submission of DD/BG towards EMD, Cost of Tender Schedule and sales Tax to the Tender Inviting Authority and other documents will be disqualified. The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements submitted by him before concluding agreement. The tenderers shall be required to furnish a declaration stating that the documents submitted by them are genuine. Any incorrectness / deviation noticed will be viewed seriously and apart from canceling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business.

General Terms & Conditions To qualify for consideration of award of contract each tenderer should fulfill the following criteria. 1. The details and certificates are to be furnished as per the proforma available in the tender schedules. 2. The tenderer should have the key and critical equipment (either owned or leased) as mentioned in the tender document.

Contractor Ph. No:

- 20 -

Engineer-In Chief GHMC

3. The bidder is subjected to be disqualified and liable for black listing and forfeiture of EMD, if he is found to have misled or furnished false information in the forms/statements/ certificates submitted in proof of qualification requirements. 4. Even while execution of the work, if found that the contractor had produced False/fake certificates of experience he will be liable for black listing and the contract will be liable for termination and liable for forfeiture of EMD and all the amounts due to him. Special Conditions: 1. Tenders with an excess of more than 5 % over the internal benchmark value arrived by the department shall be summarily rejected. 2. In respect of tenders beyond 25 % less than Internal Benchmark arrived by the Department, a Bank Guarantee (or) Demand Draft for the difference between the tendered amount and 75 % of internal benchmark value should be furnished at he time of agreement as additional security deposits. 3. Cost of Tender Schedule: The Cost of Tender Schedule of Rs.10000/- has to be paid by each participating bidder at the time of Bid submission. 4. Sales Tax: The Sales Tax of Rs.1250/- has to be paid by each participating bidder at the time of Bid submission.` 5. 0.15 % CM Relief Fund and 0.10 % N.A.C and 1% Worker Welfare Cess have to be paid by the successful bidder to be recovered from the bills during execution. 6) Government reserves the right to cancel/alter the bid conditions at any time. 7) The bidder should submit a copy of valid VAT registration certificate issued by the VAT registration authority. 8) In case of discrepancy between the price quoted in figures and words, then the price quoted in words will prevail.

SCOPE OF WORK: Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) etc., -1)Site Preparation, Construction of Sheep Processing Building, Toilets, Over Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps( 0.48 Lakhs Liters Capacity), Electrical and Plumbing Works including water distribution lines, & sanitary works, internal and external borewells, electrical items with street lights, Power Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses 2) Slaughtering Machinery including all accessories (Hydraulic hooves and Leg Cutter& Steriliser, Hydraulic neck Cutter& Steriliser, including Transportation and erection charges 3) Effluent Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works, Mechanical, Electrical, Instrumentation and Piping works with all accessories and associated works etc., complete under Engineering Procurement & Construction (EPC) System. The Project shallContractor Ph. No: - 21 Engineer-In Chief GHMC

be designed as per applicable Indian Standards 1. The scope of work shown above is indicative and the bidder should submit the detailed designs duly conducting survey. The time for completion of the project is 12 months. Issue of bid document will not automatically construe the eligibility of the bidders for participation in the subsequent bidding process and will be determined during evaluation. Department reserves the right to accept or reject any or all the bids without assigning any reasons whatsoever. 5. The dates stipulated in the NIT are firm and under no circumstances they will be relaxed unless officially extended. The bidders shall submit their tenders in time. The department is not responsible for any sort of difficulties for the problems in submission of tenders. Other conditions can be seen in the bidding document. Issue of bid document will not automatically construe the eligibility of the bidder(s) for participation in the subsequent bidding process and eligibility will be determined during evaluation. The Engineer-In-Chief, Greater Hyderabad Municipal Corporation (GHMC), Hyderabad. reserves the right to accept or reject any or all the bids without assigning any reason what so ever.

2. 3.

4.

6.

7. 8.

9.

10. Government reserves the right to cancel/alter the bid conditions at any time. 11. In the process, if the works are stalled due to legal intervention or due to natural calamities, no compensation will be paid. 12. All necessary permissions / clearance / approvals are to be processed and obtained by the firm only. As a user agency this Department will initiate the proposals in respect of above. 13 All land cost required for the disposal of muck is rest with firm only i.e., no land the department. will be supplied by

The IBM indicated is inclusive of following recoverable / reimbursable amounts. 1. VAT as applicable on gross amount. 2. Seigniorages wherever applicable. 3. Payment towards Technical Personnel employed on the work. 4. Insurance Policy till defect liability period. 5. Bank commission charges. 6. Compensation, Site Supervision, Quality Control Charges, workers welfare cess, CM relief fund and NAC. Note: - The Internal Bench Mark (IBM) is arrived based on the probable quantities indicated in the deliverables. Any change in quantities will be paid extra / recovered as the case may be.

Contractor Ph. No:

- 22 -

Engineer-In Chief GHMC

The contractors who have experience in construction of similar work and have established organisation for taking up such works and who satisfy the qualification criteria of bid documents need only apply. The qualification criteria have been indicated in detail in the preceeding pages of Bidding Documents. The interested bidders may ascertain the qualification criteria at the office of the Employer from Engineer-In-Chief (GHMC), HYDERABAD before purchase of bid documents. The defect liability period for the entire project is Two years. The bidders shall maintain plant and machinery for a period of 2 years. This tender, rate quoted shall be exclusive of maintenance costs. Bidders may HYDERABAD. obtain further information from Engineer-In-Chief (GHMC),

A complete set of bidding documents can be downloaded from GHMC website http://www. ghmc.gov.in. The cost of bid document is Rs. 10,000/- to be paid in the form of a Demand Draft issued by any Nationalised Bank in favour of Commissioner and Special Officer, GREATER HYDERABAD MUNICIPAL CORPORATION, and RS. 1250/- towards Sales Tax to be paid through DD issued in favour of CTO, Basheerbagh both payable at Hyderabad and should be enclosed while submitting tender.

Sealed Bids along with bid security, cost of tender schedule and sales tax mentioned above should reach GHMC at the address of communication given as specified in NIT 10. All Bids must be delivered to Engineer-in-Chief, Greater Hyderabad Municipal Corporation, Hyderabad within stipulated time. The Bid shall be submitted in two parts namely: a) b) Technical Bid Financial Bid

11.

The Technical Bids will be opened as spicified in NIT i.e. last date of submission of bids in the presence of bidders or their authorized representatives who choose to attend. In the event of the specified date of bid submission/ opening being declared a holiday for the Employer, the bids shall be received/ opened on the next working day at the same time and place. Bidders are also required to furnish the softcopy (MS Office) of the duly filled and completed Vol. 5 of the bidding documents. 12. The Financial Bids of the responsive bidders will be opened by the Employer in the presence of interested bidders on date, time and venue to be notified separately after Technical Evaluation of bid is completed.- 23 Engineer-In Chief GHMC

Contractor Ph. No:

13.

GHMC will not be responsible for any delay in receiving the bid documents and keep the right reserved to accept/reject any or all bids without assigning any reasons thereof. Address for Communication:

Office of Engineer-in-chief 5th Floor ,GHMC head office Tank Bund Hyderabad, Ph. No. +9140-23225267

Contractor Ph. No:

- 24 -

Engineer-In Chief GHMC

SECTION II INSTRUCTIONS TO BIDDERS A. General 1. SCOPE OF BID

The Greater Hyderabad Municipal Corporation hereinafter termed "the Employer" wishes to receive bids only on post qualification basis. Bidders who fulfill the qualification criteria indicated in detail in Clause 5.1(ii) of section I (ITB) for Survey, Investigation, Design & Construction of Modern Slaughter Houses including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) etc., At Gowlipura, Hyderabad -1) Site Preparation, Construction of

Process Building Sheep, Toilets, Over Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps(0.48 Lakhs Liters Capacity), Electrical and Plumbing Works including water distribution lines, & sanitary works, internal and external borewells, electrical items with street lights, Power Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses 2) Slaughtering Machinery including all accessories(Hydraulic hooves and Leg Cutter& Steriliser, Hydraulic neck Cutter& Steriliser, transportation and erection charges 3) Effluent Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works, Mechanical, Electrical, Instrumentation and Piping works with all accessories and associated works etc., complete under Engineering Procurement &

Construction(EPC) / Turn Key system. As defined in these bidding documents, hereinafter referred to as "the Works". The Works shall, inter alia, include the following, as specified or as directed. SALIENT FEATURES: THE DETAILS OF PROJECT COMPONENTS: Survey, Investigation, Design & Construction of Modern Slaughter Houses including Civil, Mechanical and Electrical Items and trial run etc., along with Effluent Treatment Plant (ETP) etc. At Gowlipura, Hyderabad -1) Site Preparation, Construction of Process Building Sheep, Toilets, Over Head Tank (0.48 Lakhs Liters Capacity), Under Ground Water Sumps (0.48 Lakhs Liters Capacity), Electrical and Plumbing Works including water distribution lines, & sanitary works, internal and external borewells, electrical items with street lights, Power Distribution Transformer, LT&HT Cables, DG sets and all other accessories with Fabrication and Erection Expenses 2) Slaughtering Machinery including all accessories(Hydraulic hooves and Leg Cutter& Steriliser, Hydraulic neck Cutter& Steriliser, transportation andContractor Ph. No: - 25 Engineer-In Chief GHMC

erection charges 3) Effluent Treatment Plant (ETP) 41 KLD capacity with all accessories and associated works, Mechanical, Electrical, Instrumentation and Piping works with all accessories and associated works etc., complete.

SOURCE OF FUNDS: Expenditure for this Project will be met from the fund released by the Greater Hyderabad Municipal Corporation, Hyderabad or Government of Andhra Pradesh. Bid is open to firms and voluntarily formed Joint Ventures. Any entity, which has been debarred by GHMC from participating in GHMC projects and the bar, subsists as on bid submission date, would not be eligible to submit the bid either individually or as a member of consortium. The successful bidder will be expected to complete the Works within 12 (Twelve) calendar months from the date of issue of LOA to commence the works. Throughout these bidding documents, the terms "bid" and "tender" and derivatives (bidder/ tenderer, bid/ tender, bidding/ tendering, etc.) are synonymous, and "day" means calendar day. Source of Funds The funding for the work shall be done by Greater Hyderabad Municipal Corporation with its own funds / grants from GOI (MFPI). OTHER QUALIFICATIONS: This invitation for bids is open to all bidders who satisfies the qualification criteria and meeting the following requirements: A bidder shall not be affiliated with a firm or entity: i) ii) Which has provided consulting services during the preparatory stages of the Works or of the project of which the Works form a part, or Which has been hired (or is proposed to be hired) by the Employer as Engineer for the Contract.

A bidder shall not be under a declaration of ineligibility for corrupt or fraudulent practices. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request. Material, Equipment and Services At the Employer's request, the bidder having offered the lowest evaluated bid may be required to provide evidence of the origin of materials, equipment, and services to the satisfaction of the Employer. For purposes of Clause 4.1 above, "origin" means the place where the materials are mined,Contractor Ph. No: - 26 Engineer-In Chief GHMC

produced or manufactured similarly for equipments and from where the services are provided. TO BE QUALIFIED FOR AWARD OF CONTRACT, BIDDERS SHALL: a) Submit a written power of attorney authorizing the signatory of the bid to commit the bidder; and Have adequate experience, financial capacity, adequate bid capacity and technical capacity to undertake the contract, which is indicated in Sub-Clause 5.1 (ii) below. The bidders shall submit the above informations in the forms given in Section XII of Volume 4 and information indicated in bid data Section VIII of Volume 3. The bidder shall submit the following information on eligibility and qualification on the forms given in section XII of Volume 4. i)Financial predictions for the current year and the two following years, including the effect of known commitments. iii) Current contract Commitments /Works is in Progress. iv) Annual Audited turnover v) Current information regarding litigation, debarment, arbitration. vi) Evidence of the availability of the required nominated key personnel in the site organization proposed for the administration and execution of the Contract. vii) Availability of critical equipment. viii) Any other information details required to be furnished for qualification criteria. ix) Work programme supported with details x) Affidavit xi) Submit proposed methodology in sufficient detail and programme of construction backed with equipment planning and deployment duly supported with broad output calculation and quality assurance procedures proposed to be adopted justifying the adequacy of the bidders proposal to meet the technical specification and the completion of work within the stipulated period of completion.

b)

c)

ELIGIBILITY AND QUALIFICATION REQUIREMENTS:For Evaluation & Selection of a bidder for the project, Single Stage process is proposed to be followed. No separate Pre-Qualification is proposed for short listing of bidders. Eligibility Criteria: As Specified in NOTICE INVITING TENDER(NIT)

The proposals of only those bidders who possess the following minimum Experience and & Financial capability would be technically evaluated and financial bids of bidders who qualify in technical evaluation shall only be opened and lowest bidder shall be awarded the work.Contractor Ph. No: - 27 Engineer-In Chief GHMC

6. 6.1

One Bid per Bidder A bidder is permitted to submit only one bid per contract package either on his own behalf or as a partner in a joint venture. A bidder who submits or participates in more than one bid (other than alternative pursuant to Clause 18) will be disqualified. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. Site Visit The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the bidder's own expenses. The bidder and any of his personnel or agents will be granted permission by the Employer to enter in his premises and lands for the purpose of such inspection, but only upon the express condition that the bidder, his personnel and agents, will release and indemnify the Employer and his personnel and agents from and against all liability in respect thereof and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of the inspection. B. Bid Document

7. 7.1

8. 8.1

8.2

9. 9.1

Bid Document The bidding documents are those stated below and should be read in conjunction with any Addenda issued in accordance with Clause 11: One original bid document including all the five volumes duly signed are to be submitted.

9.2

9.3

The bidder is expected to examine carefully the contents of all the above documents. Failure to comply with the requirements of bid submission will be at the bidder's own risk. Pursuant to tender conditions, bids which are not substantially responsive to the requirements of the bidding documents will be rejected. Clarification of Bidding Documents A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter, the term "cable" is deemed to include facsimile) at the Employer's address indicated in the Invitation for Bids. The Employer will respond to any request for clarification, which he receives atleast 3 days prior to holding of Pre-bid meeting. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

10. 10.1

Contractor Ph. No:

- 28 -

Engineer-In Chief GHMC

11.

Amendment of Bidding Documents

11.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by issuing addenda. The addendum will be kept in website www.ghmc.gov.in

11.2 11.3

Any addendum thus issued shall be part of the bidding documents pursuant to tender conditions To afford prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may extend as necessary the deadline for submission of bids, in accordance with tender conditions.

C. Preparation of Bids 12. 12.1 Language of Bid The bid, and all correspondence and documents related to the bid exchanged by the bidder and the Employer shall be written in the English language. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the above stated language, in which case, for purposes of interpretation of the bid, the English translation shall prevail. Documents Comprising the Bid The tender to be prepared by the bidder shall comprise of the form of tender and appendices thereto, the Bid Security, the information on technical man power to be available on this work, the contractors alternative technical proposals based on scope of work as defined in Volume II, design criteria, soil data and other such relevant information and any other material required to be completed and submitted in accordance with the instructions to bidders embodied in tender document. The forms and the data provided in this document shall be used without exception. The Bid comprising of all the comprising of all the volumes and split as a. Price bid b. Technical Bid The Technical Bid shall comprise of the following: a. Scanned copy of EMD,Cost of Tender Schedule and Sales Tax. b. Scanned copy of Registration c. Scanned copy of Proof of Experience d. Data Sheet-1 Bidders Appreciation of the Project e. Data Sheet-2- Bidders Organizational setup for the Project f. Data Sheet-3 Project Components along with Drawings g. Data Sheet-4- Management of Design and Engineering Services h. Data Sheet-5 Construction Methodology of different components proposed i. Data Sheet-6 Proposed Deployment of Key Personnel j. Data Sheet-7 - Proposed Deployment of Construction Equipment k. Data Sheet-8- Proposed Sub-ContractorsContractor Ph. No: - 29 Engineer-In Chief GHMC

13.

l. Data Sheet-9- Proposed Source of Key Materials m. Data Sheet-10- Proposed Construction Schedule of the Project n. Data Sheet-11 Quality Control and Assurance System any other documents / certificates/ informations required as per tender conditions shall also be submitted 14. Bid Prices 14.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole Works as described in tender conditions, based on the schedule of unit rates and prices entered by the bidder. The bidder shall fill in rates and prices for inclusive all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed to be covered by the other rates and prices in the Bill of Quantities. All duties, Custom duties, taxes (including all central excise tax, central Govt. + all state Govt. taxes if any) and other levies payable by the Contractor under the Contract, or for any other cause as on the date, 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total bid price submitted by the bidder and the evaluation and comparison of bids by the Employer shall be made accordingly. The rates and prices quoted by the bidder are subject to adjustment during the

14.2

14.3

14.4

performance of the Contract in accordance with the provisions of the Conditions of Contract. The bidder shall quote his offer on form of tender Volume III as Lump sum at appropriate place of the tender document to be submitted as per procedure set in tender conditions. The Bidder shall quote further breakdown of Lump sum costs in Annexure I, Volume III. The bidder shall also quote unit prices in Annexure II, Volume III. Negotiations are not permitted at any stage in respect of price bid. The additions & deductions will be worked out based on the Annexure II. The lump sum price quoted by the bidder shall include all the costs towards designing, executing and completing the works as per defined scope of work and based on design criteria. The lumpsum offer shall provide for all superintendence, labour, material, plant, equipments and all other things required for work including all taxes, VAT, Worker Welfare Cess, duties, royalties, octroi and such other charges except for the exceptions provided for in the contract. In addition to L.S. Price the bidder are also to quote unit prices as an Annexure II & III which shall be reviewed and approved by the employer.

15 15.1

Currencies of Bid and Payment The prices shall be quoted by the bidder entirely in Indian Rupees. The Employer shall make eligible payments to the contractor in local currency only without any commitment for repatriation in to foreign currency. However, repatriation of eligible payment in foreign currency shall be governed as per prevailing rules and laws of the country.

Contractor Ph. No:

- 30 -

Engineer-In Chief GHMC

16. 16.1

Bid Validity Validity of the tender will be 120 days from the date fixed for opening of the tenders and thereafter until it is withdrawn by notice in writing duly addressed to the authority opening the tender. Such withdrawal after 120 days shall be effective from the date of receipt of notice by the Employer. In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will be required to extend the validity of his bid security for the period of the extension, and in compliance with tender conditions in all respects. EARNEST MONEY DEPOSIT, ITS FORFEITURE AND PENAL ACTION The Internal Bench Mark(IBM) for the above mentioned deliverables is worked out Rs. 321.64 Lakhs inclusive of all Government Taxes and duties and all other Government levies and recoverable / reimbursable amounts such as VAT, Seigniorage charges, Technical Personnel employed on the work, Compensation, Site Supervision, Quality Control Charges, Insurance Policy, workers welfare cess, CM relief fund and NAC till defect liability period and Bank commission charges.

16.2

17. 17.1

17.2 The bidder shall furnish as part of his Bid, a bid security for an amount of Rs. 3,21,700/- at 1% of IBM at the time of submission. The bid security shall be payable in Indian Rupee currency, in any of the following acceptable forms. b) c) A Demand Draft / Bankers Cheque in favour of The Commissioner, GHMC payable at Hyderabad. Irrevocable and Unconditional Bank Guarantee shall be from any Nationalised Bank including reputed and acceptable schedule bank and valid upto 6 months from the date of NIT. The Bank Guarantee shall be in favour of Commissioner, Greater Hyderabad Municipal Corporation, Hyderabad in the format prescribed in Volume 5 of the Bidding Documents.

17.3

Any bid not accompanied by an acceptable bid security shall be rejected by the Employer as non-responsive. In case of Joint Venture (JV) consisting foreign and domestic partners, the domestic partners shall not be allowed to deposit Bank Guarantee (BG) towards Bid Security either on behalf of the foreign partner(s), or any other local partner(s) of the JV. The foreign partner(s) shall use his own funds to submit the required Bank Guarantee in proportion to his participation in the JV and enclose a certificate in this regard issued by the concerned bank from whom such Bank Guarantee has been got issued by foreign partner(s) towards Bid Security. Likewise all local partners are also required to use their respective funds for providing Bank Guarantee towards bid security. In the event of the tender being accepted subject to provisions of the tender conditions the said amount of bid security, if so requested by the bidder be appropriated towards the amount of performance security deposit payable by him under the conditions of contract. Forfeiture of Bid security: If after submitting the tender, the bidder withdraws his offer or modifies the same or if after acceptance of his tender fails or neglects to furnish the Performance security, without prejudice to any rights and powers of the Employer here under or in law, the employer shall be entitled to forfeit the full amount

Contractor Ph. No:

- 31 -

Engineer-In Chief GHMC

of Bid Security deposited by the bidder. The employer shall also have right to forfeit the full amount of Bid security if the contractor fails to submit the performance guarantee (as per tender conditions) within 21 days from the receipt of LOA issued pursuant to tender conditions. In the event of tender being not accepted the amount of Bid Security deposited by the bidder, shall unless it is prior thereto to forfeit under provisions of tender conditions above, be refunded to him on passing of receipt thereto without any interest.

Any bid not accompanied by both the EMD, Cost of Tender schedule and Sales Tax will be rejected by the employer as non responsive 0.15 % C.M. Relief Fund, 0.10 % NAC, and 1% Workers Welfare Cess has to be paid by the Successful bidder to recovered from the bills during the execution. 17.4 The bid securities of the unsuccessful bidders will be returned as promptly as possible but not later than 28 days after the expiration of the period of bid validity or finalization of tender, which ever is later(earlier). 17.5 Successful bidder has to provide Security deposit for an amount 1.5% of ECV at the time of signing of the Agreement. The bid security may be forfeited a) b) If the bidder withdraws his bid during the period of bid validity; if the bidder does not accept the correction of his bid price, pursuant to tender conditions; or In the case of a successful bidder, if he fails within the specified time limit to I. Sign the Agreement, and/ or II. furnish the required Security deposit, III. furnish the required performance security, In the event of tender being not accepted the amount of Bid Security deposited by the bidder, shall unless it is prior thereto to forfeit under provisions, be refunded to him on passing of receipt thereto without any interest. 18. Alternative Proposals by Bidders

17.6

c)

18.1 Bidders shall submit offers, which comply with the requirements of the bidding documents, including the basic technical design as indicated in the Drawings and Specifications. Bid based on alternatives designs will not be considered. The attention of bidders is drawn to the provisions of tender conditions regarding the rejection of bids, which are not substantially responsive to the requirements of the bidding documents.

Contractor Ph. No:

- 32 -

Engineer-In Chief GHMC

18.2

No Variations in tendering conditions The bidders are hereby instructed to not alter any changes the bidding documents. If any changes are made by bidder it shall be treated as tampering of documents and the bid shall be summarily be rejected.

19.

Pre-Bid Meetings

No pre-bid meeting will be held. 20. 20.1 Format and Signing of Bid The bidder shall prepare documents comprising the bid as described in tender conditions of these Instructions To Bidders (ITB) bound with the Volumes containing the Form of Bid and clearly marked ORIGINAL. In the event of discrepancy between them the ORIGINAL shall prevail. The Original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, Photostats are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the bidder, pursuant to tender conditions, as the case may be. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid. The bid shall contain no alteration, omissions or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid. All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be printed below their signatures. All signatures shall be dated.

20.2

20.3

20.4

Contractor Ph. No:

- 33 -

Engineer-In Chief GHMC

D. 21. 21.1 Sealing and Marking of Bids

Submission of Bids

The bidder shall submit its bid in two parts, the Technical Bid and a Financial Bid. Each part of the bid shall be sealed in the separate envelope and the two sealed envelopes shall be sealed in an outer envelope. The bid envelopes shall be marked as follows Outer Envelope:

Technical and Financial Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) .NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 Inner Envelope, Technical Bid

Technical Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) .NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 The Technical Bid shall comprise the following: a. Scanned copy of EMD,Cost of Tender Schedule and Sales Tax. b. Scanned copy of Registration c. Scanned copy of Proof of Experience d. Data Sheet-1 Bidders Appreciation of the Project e. Data Sheet-2- Bidders Organizational setup for the Project f. Data Sheet-3 Project Components along with Drawings g. Data Sheet-4- Management of Design and Engineering Services h. Data Sheet-5 Construction Methodology of different components proposed i. Data Sheet-6 Proposed Deployment of Key Personnel j. Data Sheet-7 - Proposed Deployment of Construction Equipment k. Data Sheet-8- Proposed Sub-Contractors l. Data Sheet-9- Proposed Source of Key Materials m. Data Sheet-10- Proposed Construction Schedule of the Project n. Data Sheet-11 Quality Control and Assurance System o. Any other information/ certificates/ documents required as per tender conditions.

Inner Envelope, Financial Bid

Financial Bid for the work Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP)

Contractor Ph. No:

- 34 -

Engineer-In Chief GHMC

NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 a) The envelope marked Technical Bid' shall contain the following: i. ii. iii. b) iii. Bid Security in a separate envelope marked Bid Security Documents listed in clause. 13.1(a) to be furnished in Volume 5 in a separate sealed envelope including any related Addenda. Only one Copy of Technical Bid' shall be submitted

The envelope marked Financial Bid' shall contain the following: Items listed at a above in tender conditions including any related Addenda. iv. Only one Copy of Financial Bid' shall be submitted

c)

The technical, financial bids shall be submitted by the bidder in hard bound form, all pages numbered serially and by giving an index of submission. The hardbound implies binding between two covers through stitching. The bids submitted in other forms like spiral form, loose form etc., shall be rejected. 21.2 The inner and outer envelope shall a) Be addressed to the Employer at the following address : The Engineer in Chief , Greater Hyderabad Municipal Corporation, Hyderabad b) Bear the following identification:

Bid for Survey, Investigation, Design & Construction of Modern Slaughter House of capacity 400 sheep including Civil, Mechanical & Electrical Items and trial run etc., complete at, Gowlipura along with Effluent Treatment Plant (ETP) NIT Number: 147/GHMC/ENC/TA-III/K1/2008,dt: 19/01/2009 To be opened only in presence of the evaluation committee 21.3 In addition to the identification required in Sub-Clause 21.2, the inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared "late" pursuant to Clause 23. If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid. Deadline for Submission of Bids Bids must be received by the Employer at the address specified above as specified in NIT.

21.4

22. 22.1

Contractor Ph. No:

- 35 -

Engineer-In Chief GHMC

22.2

The Employer may, at his discretion, extend the deadline for submission of bids by issuing an amendment in accordance with tender conditions, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. Late Bids Any bid received by the Employer after the deadline for submission of bids prescribed in tender conditions will be returned unopened to the bidder. Modification, Substitution and Withdrawal The bidder may modify, substitute or withdraw his bid after bid submission, provided that written notice of the modification substitution or withdrawal is received by the Employer prior to the deadline for submission of bids. Any MODIFICATION SUBSTITUTION in respect of TECHNICAL BID and FINANCIAL BID shall be submitted in separate sealed envelope duly marked so. Incase of modification to financial bid, the envelope containing the same should clearly exhibit such contents. The bidder's modification, substitution or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of tender conditions, with the outer and inner envelopes additionally marked "MODIFICATIONS", SUBSTITUTION or "WITHDRAWAL" as appropriate. No bid shall be modified by the bidder after the deadline for submission of bids. Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in the Form of Bid shall result in the forfeiture of the bid security pursuant to tender conditions.

23. 23.1

24. 24.1

24.2

24.3 24.4

Contractor Ph. No:

- 36 -

Engineer-In Chief GHMC

E. Bid Opening and Evaluation 25. 25.1 Bid Opening The opening of Bids shall take place in the presence of the interested bidders by the Evaluation Committee; for each Bid, the sealed outer envelope containing complete Bid (both Technical and Financial) shall be opened. The Technical Bid shall be opened first to retrieve the Bid Security placed inside the Technical Bid. The envelope containing Bid Security shall be opened and the amount, form and validity period of Bid Security shall be announced by the Committee. The Bids accompanying proper Bid Security shall be evaluated further and those Bids which are not found proper by the Evaluation Committee shall be announced and kept aside for return to the bidders without opening any other documents related to such Bids. The other envelope forming part of the Technical Bid shall be opened & evaluated subsequently for those whose Bid Security is found to be in order. Such evaluation shall be carried out to establish the Bid responsiveness. Accordingly, all those responsive bidders shall be informed and invited to be present during opening of Financial Bids. The date, time and venue shall be notified to all responsive bidders. The list of responsive bidders shall be displayed at least one day earlier to the notified date, time and venue for opening of the Financial Bids. The sealed Financial Bids including modifications made pursuant to tender conditions shall be opened by the Committee in the Presence of bidders' representatives who choose to attend, at the notified location. The bidders' representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for the Employer, the bids shall be opened at the appointed time and location on the next working day. 25.2.1 Envelopes marked "WITHDRAWAL" shall be opened and read out first at the time of opening of Technical Bids. Bids for which an acceptable notice of withdrawal has been submitted pursuant to tender conditions shall not be opened. Financial Bids would proceed as follows:25.3 The bidders' names, the Bid Prices, the total amount of each bid, any discounts, BID MODIFICATIONS will be announced by the Employer during the opening. Any bid price, discount or alternative bid price which is not read out and recorded at bid opening will not be taken into account in bid evaluation. The Employer shall prepare minutes of the bid opening, including the information disclosed to those present in accordance with tender conditions. Process to be Confidential Information relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Employer's processing of bids or award decisions may result in the rejection of the bidder's bid.- 37 Engineer-In Chief GHMC

25.4

26. 26.1

Contractor Ph. No:

27. 27.1

Clarification of Bids To assist in the examination, evaluation and comparison of bids, the Employer may, at his discretion, ask any bidder for clarification of his bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetical errors discovered by the Employer in the evaluation of the bids in accordance with tender conditions. Subject to tender conditions, no bidder shall contact the Employer on any matter relating to its bid from the time of bid opening to the time contract is awarded. If the bidder wishes to bring additional information to the notice of the Employer, it should do so in writing. Tender liable for rejection The tender is likely to be rejected if on opening it is found that a) The bidder has not strictly followed the procedure laid down for submission of tender. b) The bidder has proposed conditions which are inconsistent with or contrary to the terms and conditions specified. c) Additions, corrections or alteration are made by the bidder on any page of the tender document. d) Any page or pasted slips are missing. e) The bidder has not signed the tender. f) The bidder has specified any additional condition.

27.2

g) The bidder has not attached the addendum to the main tender form as stated in para 7. h) In case the technical proposal of bidder who has quoted lowest price and who has satisfied other criteria is not conforming to the stipulations made, the bidder without revising the cost shall modify the same to conform to the stipulations. If the bidder refuses to modify this then the tender shall be treated as non responsive and rejected. i) The bidder has quoted financial offer any where other than specified in Financial Bid.

28. 28.1

Examination of Bids and Determination of Responsiveness Prior to the detailed evaluation of bids, the Employer will determine whether each bid (i) meets the prescribed eligibility criteria, (ii) has been properly signed; (iii) is accompanied by the required securities; (iv) is substantially responsive to the requirements of the bidding documents; and (v) provides any clarification and/ or substantiation that the Employer may require. A substantially responsive bid is one which conforms to all the terms, conditions and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (i) which affects in any substantial way the scope, quality or performance of the Works; (ii) which limits in any substantial way,- 38 Engineer-In Chief GHMC

28.2

Contractor Ph. No:

inconsistent with the bidding documents, the Employer's rights or the bidder's obligations under the Contract; or (iii) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids. 28.3 If a bid is not substantially responsive it will be rejected by the Employer and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. Correction of Errors Bids determined to be substantially responsive, will be checked by the Employer, for any arithmetical errors. Errors will be corrected by the Employer as follows: a) b) Where there is a discrepancy between the amounts in figures and in words for any rate in the unit rate column, the amount in words will govern and Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected.

29. 29.1

29.2

The amount stated in the Form of Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, his bid will be rejected, and the bid security may be forfeited in accordance with tender conditions.

30. Evaluation and Comparison of Bids:The Engineer-In-Chief, Greater Hyderabad Municipal Corporation(GHMC), Hyderabad will evaluate whether each tenderer is satisfying the eligibility criteria prescribed in the tender document and declares them as a qualified tenderer. If the technical bid of a tenderer is not satisfying any of the eligibility criteria it will be rejected by the Engineer-In-Chief, GHMC, Hyderabad. However, the tender accepting authority detects any error in the evaluation of tenders by Engineer-In-Chief, GHMC, Hyderabad, the tender accepting authority while returning the tenders may direct the Engineer-In-Chief, GHMC, Hyderabad as the case may be, to re-evaluate the tenders. If any alteration is made by the tenderer in the tender documents, the conditions of the contract, the drawings, specifications or statements / formats or quantities the tender will be rejected. 30.1 The Employer will evaluate and compare only the bids determined to be substantially responsive in accordance with tender conditions. In evaluating the bids, the Employer will determine for each bid the Evaluated Bid Price by making any correction for errors pursuant to tender conditions and adjusting the bid price accordingly. The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation. If the bid of the successful bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of the Works to be performed under the Contract, the Employer may require the bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate