NTPC Limited

(A Government of India Enterprise)

Tanda Thermal Power Project

NOTICE INVITING TENDER (NIT)

FOR

Water Proofing Treatment on roof Residential Building Part-A in Township at NTPC-Tanda. (Domestic Competitive Bidding)

NIT No: 40050719

Date:19.01.2016

Bidding Document No: 200058973

 

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40050719

NIT Date

19.01.2016

Document Sale Commencement Date & Time

19.01.2016 10:11:01

Document Sale Close Date & Time

11.02.2016 17:30:00

Source of IFB/NIT

Tanda Thermal Power Project

Contract Classification

Services

Last Date and Time for Bid submission

26.02.2016 11:00:00

Technical Opening Date & Time

26.02.2016 11:30:00

Bid Opening Date & Time

26.02.2016 11:30:00

Cost of Bidding Documents in INR

1,026.00

EMD in INR

100000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

20.02.2016

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Not Given. or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0 Brief Scope of Work & other specific detail SCOPE OF WORK

Name of work:- "Water Proofing Treatment on roof Residential Building Part-A in Township" at NTPC-Tanda.

1- Scope of work of under BOQ item no. NSI-2 includes cleaning of roof surface properly by removing all loose materials, concrete, shifting, rerouting or raising of GI pipe line connecting to overhead tanks, dust from the roof surface of following buildings:-

At some Qtrs of Type-IV, AE, III Qtrs on requirement basis in Township. And other Buildings of township as per requirement.

SPECIAL TERMS & CONDITIONS

1- The work shall be carried out by a specialized agency, who has got previous experience of application of this type of membrane treatment.

2- The contractor shall provide all tools, plants and scaffolding etc. and shall take all safety measures against damage to human life or material.

3- After cleaning the roof surface, exposed surface shall be examined properly and if anything damaged is to be repaired properly for which no separate payment is to be made.

4- Before plastering of roof surface all existing GI/CI lines, water tanks etc. to be removed and re-fixed if required without damaging the same. all loose material existing tar-felt, mud fuska, brick bat coba, concrete, GI pipe line, dust has to be removed from the roof surface.

5- MATERIAL & METHOD OF EXECUTION:

6- While executing 20 mm cement plaster, water proofing compound as per the specifications (2% of the cement quantity by weight) to be mixed and top surface shall be finished smooth by maintaining proper slopes towards rain water / spout pipes. Galvanized (Medium grade) hexagonal wire mesh shall be used for cleaning of roofs. Any visible crack due to shrinkage shall be filled with sealant or polymer cement mix.

7- A cold applied bitumen base compatible primer confirming to IS3384/1986 shall be applied @ 0.3 litres/Sqm and lapping/ sealing of joints etc. and allowed to dry for minimum one day prior to laying of membrane.

8- Water proofing membrane shall be made of using polymer modified bitumen reinforced with non-woven polyester mat. Normal thickness of membrane shall be of 4 mm and normal weight of the membrane shall be 4 kg/sqm. Membrane shall be of high performance and meet the test requirement as mentioned in annexure # 1.

9- Membrane shall be laid as per manufacturer#s instructions. All joints shall be rolled in position and once unrolled while heating the underside sufficiently to cause surface melting. The lap (at least 100 mm) joint shall be heated from top to produce a thin head of molten bitumen at the seam; this shall then be smoothed out with a trowel ensuring a properly welded joints.

10- Aluminum paint on top surface shall be @ of 0.10 litre/Sqm .Aluminum paint shall be of standard manufacturers.

CONTRACT PERFORMANCE GUARANTEE:

11- Defect liability period of this work shall be 120 (One Hundred Twenty) months. The agency shall furnish a bank guarantee (to be renewed from time to time) as a contract performance guarantee as per performance acceptable to NTPC from a Nationalized Bank for an amount equal to 10% of executed value for efficient performance of the roof treatment for a period of 10 (Ten) years from the date of completion of the work as certified by the Engineer-in-charge. During this period of 10 years if at any stage it is found that roof water proofing treatment is not functioning satisfactorily ,the same shall be rectified/ made good by the agency at his own cost. The bank guarantee shall be released after completion of 10 years only on successful performance of roof water proofing treatment on certification of the Engineer-in-charge.

12- Security deposit will be released to the agency only after submitting the bank guarantee acceptable to NTPC and time to time renewal of the same.

TESTING

13- Testing of material shall be carried out at site as well as at third party laboratory as approved by NTPC for routine test. However, for type test, the manufacture shall furnish a certificate about the conformity of the material. All testing charges shall be borne by the contractor for which nothing extra shall be paid for testing charges.

14- Testing shall also be done at various stages during execution of the work. This shall include the following.

-It shall be ensured that no interrupt moisture is left out.

-The slope of the roof shall be checked after plastering.

-The plastered surface shall be completely dried before application of the membrane.

-The lap joints shall be checked for the lap length (atleast 100mm) and proper sealing.

-Water tightening shall be checked at all vulnerable locations particularly at drain /spout pipe by water pounding with minimum 25 mm water depth for a period of not less than 48 hours.

RATES & MEASURMENTS

-The rate shall include the cost of all labour and materials involve in all operations described above in the particular specifications given under diff. Times.

-Length and breadth shall be measured correct to a CM. the area shall be calculated in SQM. Correct to two decimal places. Measurements shall be taken over the entire exposed area of the roofing and flashing treatment including flushing over the parapet walls, Diving walls and expansion joints etc. overlap & tucking into flashing grooves shall not be measured. No deductions in measurements shall be made for either opening or recesses or exhaust fans, roof lights and the like of area upto 0.4 sqm. Nor anything shall be paid for forming such openings but similar area exceeding 0.4 sqm. shall be deducted for full opening and nothing extra shall be paid for forming such openings.

-The agency has to make the transportation arrangements for dismantling brick, tiles and another useful materials if any to the Township civil office at his own cost nothing extra shall be paid for this.

-Completion period for this work shall be 12 months for this work.

-Defect liability period shall be 120 (One hundred twenty) months.

-Cement shall be issued by NTPC free of cost. Transportation, loading & unloading of cement from central store to work site in township shall be borne by agency, no extra payment shall be paid for this.

-The rates will be inclusive of all leads and all elevations arrangement for lifting of materials is to be made by agency.

-Rate shall be inclusive of taxes like Execise duty,CESS, VAT,WCT.

-Price quoted by agency for BOQ items shall be firm and fix till completion of work. No price escalation shall allowed. PROPERTIES OF POLYMER MODIFIED MEMBRANE

1. Nominal thickness = 4mm

2. Nominal weight = 4kg/sq m

3. Softening point = 118°C (Min) ASTM D36

4. Penetration = 20 deci mm. ASTM D5

5. Water absorption = 0.2% (max) ASTM D570

6. Tensile strength Longitudinal = 450 N/ 5cm ASTM D146

Transverse = 300 N/ 5cm

7. Elongation Longitudinal = 40 ASTM D412 Transverse = 45

8.Heat Resonance = No flow (80° C, 21 hours)

9.Resistance to aging & UV pass = ASTM G53

NOTE : For weight and thickness = 5 % (negative) tolerance shall be acceptable for computing the weight, mass of top granular layer shall not be included.

15. Bidders is required to apraise himself with physical visit to site about nature of work & existing condition of roof.

BILL OF QUANTITY

"Water Proofing Treatment on Roof of Residential Buildings part-A in Township" PART- (A) Non SCHEDULED ITEMS

SI. No. Item No. Description of Items Unit Qty

1 NSI-1 Providing and Laying 20 mm cement plaster of mix ,1:4( 1 cement:4 coarse sand ) mixed with plasticizers cum water proofing compound over roof including clear of surfaces removing and refilling of G .I.pipe line ,water tank where ever Necessary (cement shall be issued free of cost) Sqm 5900

2 NSI-2 Providing & Laying on the cured & dry plastered surface high performance heavy duty torch on polymer modified bitumen membrane reinforced with non-woven polyster thickness of 04 mm nominal weight of 4 kg/sqm and top surface protected with either in built state chips/granules or aluminium paint including application of compaitable cold applied primer lapping/ sealing of joints and including shifting, rerouting or raising of existing GI pipe line required for clear gap for the membrane. All complete as per specifications and recmmendations of manufacturers. Sqm 8500

3 NSI-3 Removing of existing old tar felt, plaster,concrete, mudfuska, brick bat coba etc and disposal of rubbish from roof to ground including all lead and lift with all T&p labour etc complete. Sqm 200

4 NSI-4 Providing & Laying of cement concrete screeding with cement concrete 1;2;4 (1cement; 2 coarse sand; 4 graded stone

aggregate 12.5 mm nominal size )cement shall be issued free of cost.

Cum 5

5

NSI-5

Carriage of building rubbish by mechanical transport including loading and unloading lead upto 2 km Cum 200

6

NSI-6

"Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 10

mm and down gauge) including finishing with cement mortar 1:3 (1 cement : 3 fine sand) as per standard design: In 75x75 mm deep chase" Metre 2500

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding

documents.

7.0Qualifying Requirements for Bidders:

Qualifying Requirement

Purchase Requisition No: 200058973

1) The bidder should have executed work of water proofing with Polymer modified bitumen membrane treatment, during the last seven years as on date of BID opening for either of the following values

(i)Three works each costing not less than INR 19.95 Lacs. OR

(ii)Two works each costing not less than INR 24.94 Lacs. OR

(iii)One work costing not less than INR 39.90 Lacs.

2) The average annual turnover of the bidder in the three preceding completed financial years as on date of bid opening shall not be less than INR 49.88 Lacs.

Notes:

A.The word executed means that the bidder should have achieved the progress specified in the QR even if the total contract is not completed/closed.

B.Other income shall not be considered for arriving at annual turnover.

C.In cases where audited results for the last preceding financial year as on the date of Techno commercial bid opening are not available , the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the certificate from practicing chartered accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial years shall be considered for evaluating the financial parameters.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0 Address for Communication

B. N. Gupta, AGM (CS)

Contracts Section, C&M

NTPC LIMITED (ADMINISTRATIVE BUILDING) VIDYUTNAGAR, DISTT: AMBEDKARNAGAR (UP) # 224238 Telephone : 05273 # 292283 Fax : 05273-284188/189

e-mail: bngupta@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in