delhi agricultural marketing boarddelhigovt.nic.in/upload/103-2015-00012.doc  · web viewdelhi...

28
1 DELHI AGRICULTURAL MARKETING BOARD 9, INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI, NEW DELHI-110058 N.O.W :- Supply, installation, testing & commissioning of CCTV camera on gates at NGM Nazafgarh. ITEM RATE TENDER AND CONTRACT FOR WORKS INDEX S. No. Description Page No. 1. Press Notification 3 2. Notice Inviting Tender ( PWD – 6 ) 4 3. Tenders form CPWD-8 7 4. Correction Slip & Fair wages schedule 12 5. List of OF Approved Makes 13 6. Terms & Conditions 14 7. Schedule of Quantities 16 This NIT contains 18 pages marked as Sr. No. 1 to 18 Executive Engineer(E) DAMB

Upload: others

Post on 24-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

1

DELHI AGRICULTURAL MARKETING BOARD9, INSTITUTIONAL AREA, PANKHA ROAD,

JANAKPURI, NEW DELHI-110058

N.O.W :- Supply, installation, testing & commissioning of CCTV camera on gates at NGM Nazafgarh.

ITEM RATE TENDER AND CONTRACT FOR WORKS INDEX

S. No. Description Page No.

1. Press Notification 3

2. Notice Inviting Tender ( PWD – 6 ) 4

3. Tenders form CPWD-8 7

4. Correction Slip & Fair wages schedule 12

5. List of OF Approved Makes13

6. Terms & Conditions 14

7. Schedule of Quantities 16

This NIT contains 18 pages marked as Sr. No. 1 to 18

Executive Engineer(E) DAMB

Page 2: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

2

DELHI AGRICULTURAL MARKETING BOARD9, INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI

NEW DELHI-110058

Notice Inviting Tender NO. 5/ DAMB/EE(E)/2015www.delhigovt.nic.in/website tender no.103-2015-00 00

Sealed item rate Tenders as detailed below are invited for the under mentioned

work on behalf of Chairman APMC Najafgarh up to 2.30 p.m. on date indicated below

from the Manufacturers , Authorized dealers, specialized firms, having adequate past

experience of the works of similar nature( CCTV System) and magnitude as indicated.

The tender will be opened on the same day at 3.00 p.m. in the office of undersigned in the

presence of the tenderers./ quotationers or their authorized representatives who may like

to attend. Tenders received after the prescribed time and date shall not be considered.

Sl.No.

Name of work Estimated cost

Earnest money

Time of compln.

Cost ofTender Paper

Last date of Sale oftender

Date of receipt of tender & Opening

(1)

(2) (3) (Rs.)

(4) (Rs.)

(5) (6) (Rs.)

(7) (8)

.1. Supply, installation,testing & commissioning of CCTV camera on gates at NGM Nazafgarh.

1,98,356/- 4000/- one month

500/- 27.05.15 28.05.15

The earnest money as indicated shall have to be deposited by the tenderers

along with the application for issue of tenders by a Pay order/bank draft or call deposit

receipt in favour of APMC Najafgarh .

The tender forms and other contract conditions can be obtained from the office of

the undersigned on any working day upto the last date of issue of tender indicated above

till 1.00 p.m. on furnishing receipt of tender cost to be deposited in cash (non-refundable)

and earnest money as specified above. Income Tax/Sales Tax Clearance Certificates,

Partnership-deed, Authority letter, Experience of having completed successfully at least

two specialized work equivalent to the value of estimated cost of works as mentioned,

during the last seven years and proof of Manufacturer/authorized dealer certificate etc. in

original are to be shown before the issue of tender documents and attested copies of the

same are to be enclosed with the request for issue of tender documents. The rates of the

Page 3: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

3

items should be written in words as well as in figures, failing which tenders liable to be

rejected.

The tender documents including schedule of quantities, drawings and other details

of work can be seen in the office of the undersigned on any working day before applying

for issue of tender.

The firm who down loads the tender documents from our website shall have to

submit cost of tender documents (non refundable) and earnest money in the form

prescribed above along with the attested copies of Registration, Sales Tax Clearance

Certificate, partnership deed, proof of Manufacturer/authorized dealer certificate and

experience certificate as prescribed above in one envelope packet “A” marked

Technical bid and tender documents in another envelop packet “B” marked

commercial bid . These both envelopes shall be placed in a bigger envelope on which

name of work shall written. All these envelopes are to be sealed individually. The

commercial bid part ‘B’ shall be opened only for those tenderers who fulfills the

eligibility criteria / required documents if found in order under Technical bid. In this

regard decision of competent authority shall be final and binding upon all parties. The

Deptt. reserves the right to reject any or all the tenders without assigning any reason.

EXECUTIVE ENGINEER(E)DELHI AGRICULUTRAL MARKETING BOARD

Tender may also be seen at website www.delhigovt.nic.in

Page 4: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

4

PWD-6

DELHI AGRICULTURAL MARKETING BOARD

NOTICE INVITING TENDERS

(Central P.W.D. Code, Paragraph – 94-95)

1. Tenders are hereby invited on behalf of the Chairman APMC Najafgarh . Supply, installation,testing & commissioning of CCTV camera on gates at NGM

Nazafgarh. Estimated cost:- Rs 1,98,356/-2. The Contract documents consisting of the detailed plans, complete specification the

edition of quantities of the various classes of work to be done, and the set of conditions of contract to be complied with by the person whose tenders may be accepted, which will also be found printed in the form of tenders, can be seen/purchased at the Executive Engineer office between the hours of 11.00 a.m. and 4.00 p.m. everyday except on Saturday, Sundays and public holidays.

3. The site of the work is available/or the site for the work shall be made available in parts as specified below.

3. Tenders which should always be placed in sealed cover with the name of work written on the envelops will be received by the Executive Engineer(E) upto 2.30 p.m. on and will be 28.05.15 opened by him in his office on the same day at 3.00 p.m.

4. Tenders are to be on P.W.D. form no. 7/8 which can be obtained from the office of Executive Engineer(E) concerned on payment of a sum of Rs. 500/- in cash. The time allowed for the carrying out of the work will be reckoned from the date as mentioned in the written orders to commence work.

5. The contractor should quote in figures as well as in words the rate, amount tendered by them. The amount for each item should be worked out and the requisite totals given.

6. When a contractor signs a tender in a Indian language the percentage above or below and the tendered amount in the case of CPWD form no.7 and the total amount tendered in the case of CPWD forms nos. 8 and 12 should also be written in the same language. In the case of illiterate contractors the rates or the amount tendered should attested by a witness.

7. Issue of tender form will be stopped at 1.00 p.m. one day before the date fixed for the opening of tenders.

8. Earnest money amounting to Rs.4000/- (unless exempted)/through Pay order/ Bank Draft or call deposit receipt in favour of APMC Najafgarh must accompany each tender and each tender is to be in a sealed cover superscribe “Supply, installation & commissioning of CCTV camera on gates at NGM Nazafgarh.” addressed to the Executive Engineer,(E) without Earnest money or in the case of Earnest money deposited in other form than the prescribed in the tender shall be liable for rejection.

9. The contractor, whose tender is accepted (Unless exempted) will be required to furnish by way of security deposit for the due fulfillment of his contract, such sum as will amount :

i) Performance Guarantee::The contractor shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (five percent) of the tendered amount in addition to other deposits mentioned elsewhere in the contract for his proper performance of the contract agreement.

ii) Security deposit :The person/persons whose tenders(s) may be accepted (herein after called the contractor) shall permit Government at the time of making any payment

to him for work done under the contract to deduct a sum at the rate of 10% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the tendered value of the work. The security amount will also be accepted in cash or in the shape of Govt. securities. Fixed deposit receipt and guarantee bonds of scheduled banks and State Bank of India will also be accepted for this purpose confirmatory advice is forthcoming from the Reserve Bank of India.

Page 5: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

5

10. The acceptance of a tender, will rest with the Vice-Chairman, DAMB/ Chairman APMC Najafgarh who does not bind himself to accept the lower tender and reserves to himself the authority to reject any or any or all the tenders received without the assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

11. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12. All rates shall be quoted on the proper form of the tender alone.13. Any item rate tender containing percentage below/above will be summarily rejected.

However, where a tenderer voluntarily offers a rebate for payment within a stipulated time.

14. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated to the Engineer-in-Charge.

15. Special care should be taken to write the rates in figures as well as in words, and the amounts in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures the word (Rs.) should be written before the figures of rupees and words ‘P’ after the decimal, figures i.e. Rs.2.15p. and in case of word ‘Rupees’ should proceed and the word ‘paise’ should be written at the end. Unless the rate is in whole rupees and followed by the words ‘only’, it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word only should be written closely following the amount and it should not be written in the next line.

16. The Vice-Chairman, DAMB does not bind himself to accept the lowest or any tender and reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

17. Sale tax or any other tax on material in respect of this contract shall be payable by the contractor and government will not entertain any claim what so ever in this respect.

18. The contractor shall not be permitted to tender for works in DAMB (responsible for award and execution of contractor) if his near relative is posted as Division Accountant or as an officer in any capacity between the graded of Superintending Engineer and Asstt. Engineer (Both inclusive). He shall also intimate the name of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the DAMB. Any breach of this condition by the contractor would render him liable to be removed from the approved from the approved list of contractors of this department.

19. No Engineer of gazetted rank or other gazetted officer in engineering or Administrative duties in an Engineering Department of the Govt. of India is allowed to work as a contractor for a period of two years of his retirement from Govt. services without the previous permission of the Govt. of India/DAMB. This contractor is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the tender Govt. of India/DAMB as aforesaid before submission of the tender of engagement in contractor’s service.

20. The tender for works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the DAMB shall, without prejudice to any other right or remedy, be at liberty to forfeit the entire said earnest money absolutely and department will intimate the Registering Authority accordingly. In addition to all these, the party will not be allowed to tender for any work for a period of five years.

21. The tender for the works shall not be witnessed by a contractor or contractor’s who himself/themselves has/have tendered or who may and has/have tendered for the same work. Failure or observe this condition would render tenders of the contractors tendering as well as witnessing tender liable to summary rejection.

22. The tender for the composite work includes the sanitary and water supply installations. Electrical works and Horticulture works.

23. It will be obligatory/on the part of the tenderer or tender and sign the tender documents for all the components parts and that after the tender documents for all the component parts and that after the work is awarded, he will have to enter into an agreement for each component with the competent officer concerned viz:-(i) Executive Engineer civil for civil component.(ii) Executive Engineer(Elect) for elect. Component.

Page 6: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

6

(iii) Dy. Director of Horticulture for horticulture component.

24. The tenderer apart from being a class-I(B&R) contractor must associate himself with agencies of the appropriate class which are eligible to tender for (i)Electrical (ii) Sanitary and water supply installation (iii) Horticulture.

25. Rates quoted by the contractors in item rate tender in figure and words shall be accurately filled in so that there is no discrepancy.

26. If the amount of an item is not worked out by the contractor or it does not correspond with the rate written either in figures or in words then the rate quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rate quoted by the contractor will be taken as correct, not the amount.

27. Tender will not be sold after 4.00 p.m. on all working days.28. The contractor should see all drawings and in case of doubt obtain required particulars,

which may in any way influence his tender from the Executive Engineer as no claim whatsoever will be entertained for any alleged ignorance thereof.

29. Before tendering, the contractor should visit the site and satisfy himself as to the conditions prevalent there.

30. If it is found that the tender is not submitted in proper manner or contains too many contractors or disbursed rates or amount it would be opened for the DAMB to take suitable disciplinary action against the contractor.

31. Where tenderer voluntarily offers a rebate for payment within a stipulated period, this may be considered.

32. The contractor shall comply with the provisions of the apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the contract. The contractor shall also be liable for any pecuniary liable arising on account of any violation by him of the provision of the Act.

33. If the last date of receipt of tender/date of opening of tenders as mentioned in the N.I.T. happens to be the holiday or is declared as holiday then the same shall be shifted to the very next working day of the offices of the DAMB.

Sd/-

EXECUTIVE ENGINEER(E) Delhi Agricultural Marketing Board,

For and on behalf of VC, DAMB

Page 7: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

7

CPWD-7/8

DELHI AGRICULTURAL MARKETING BOARDGOVT. OF DELHI

STATE CIRCLEBRANCH DIVISION

ZONE SUB-DIVISION

PERCENTAGE RATE TENDER ITEM RATE TENDER & CONTRACT FOR WORKS

Tender for the work of “Supply, installation,testing & commissioning of CCTV camera on gates at NGM Nazafgarh.

i) To be submitted by 2.30 hours on 28.05.15 to the Executive Engineer( (E)ii) To be opened in presence of tenderers who may be present at 3.00 P.M. hours on

28.05.15 in the office of Executive Engineer(E)

Issued to: __________________________________________________(Contractor)

Signature of officer issuing the documents

___________sd/____________

Designation Executive Engineer(E) DAMB

Date of issue :______________

TENDER

I/we have read and examined the notice inviting tender, schedule, A,B,C,D,E & F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender documents for the work.I/We hereby tender for the execution of the work specified for the Vice-Chairman, DAMB within the time specified in Schedule ‘F’, viz. schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the conditions of contract and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Ninty (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

A sum of Rs. 4000/- is hereby forwarded in cash/Receipt Treasury Challan/Deposit at call Receipt of Schedule Bank as earnest money. If I/we, fail to commence the work specified I/we agree that the said Vice-Chairman, DAMB or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision containedin Clause 12.2 and 12.3 of the tender form.

Page 8: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

8

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.I/we agree that should I/we fail to commence the work specified in the above memorandum, an amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be performance guarantee absolutely forfeited to the Vice-Chairman, DAMB and the same may at the option of the competent authority on behalf of the Vice-Chairman, DAMB be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

Dated_________ Signature of Contractor Postal Address Witness:

Address :

Occupation :

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder)

is accepted by me for and on behalf of the Vice -Chairman, DAMB for a sum of

Rs.________________(Rupees_________________________________

___________________________________________________________

The letters referred to below shall form part of his contract Agreement:-

i)

ii)

iii)

For & on behalf of the Vice -Chairman, DAMB

Signature_________________________

Dated_________ Designation : Executive Engineer-(E)

SCHEDULES

SCHEDULES ‘A’

Schedule of quantities (Enclosed)

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

Page 9: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

9

S.No. Description of item Quantity Rates in figures & Place ofwords at which the

issuematerial will becharged to theContractor

1 2 3 4 5

--------------------------------------Nil -------------------------------------------------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractorSl. No. Designation Hire charges per day Place of issue 1 2 3 4

----------------------------------------------Nil--------------------------------------------------------

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work. if any. Nil

SCHEDULE ‘E’

Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation.

CLAUSE 10 CC

Component of Cement Xc …………N.A.………%expressed as per cent of total value of work

Component of Steel Xs …………N.A.………%expressed as per cent of total value of work

Component of Materials Xm …………N.A.………%expressed as per cent of total value of work

Component of Labour Y …………N.A.………%expressed as per cent of total value of work

Component of POL Z …………N.A.………%expressed as percent total value of work

SCHEDULE ‘F’

Reference to General Conditions of contract.

Name of work : Supply, installation,testing & commissioning of CCTV camera

Page 10: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

10

on gates at NGM Nazafgarh.

Estimated Cost of work : Rs 1,98,356/-

Earnest Money : Rs 4000=00

Performance guarantee : 5% of tendered value

Security Deposit : 5% of tendered value

General Rules & Directions:

Officer inviting tender: Executive Engineer (E), DAMB

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3. see below

Definitions:

2(i) Engineer-in-Charge Executive Engineer (E) or any other officer authorized by V.C., DAMB

2.ii) Accepting Authority Secretary APMC Najafgarh/ Vice -Chairman, DAMB

2(iii) Percentage on cost of materials and labour to cover all over heads and profits. 15%

2(iv) Standard schedule of Rates DSR -2014

2(v) Department DAMB

2.vi) Standard CPWD contract Form CPWD form 7/8 as modified & corrected upto date

Clause 2

Authority for fixing compensation Executive Engineer (E) or anyUnder clause 2. other officer authorized by

V.C., DAMB.

Clause 5

Time allowed for execution work …………………..

Authority to give fair and reasonable Executive Engineer (E) or anyExtension of time for completion other officer authorized byof work V.C., DAMB.

Clause 7

Gross work to be done together with Nil net payment/adjustment of advances ______________________for material collected, if any, ______________________since the last such payment for ______________________being eligible to interim payment

Clause 11

Specifications to be followed for CPWD specification with upexecution of work to date correction slip.

Clause 12

Page 11: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

11

12.1.2(iii) Schedule of rates for determiningrates for additional, altered or substituted Market rate and

DSR 2014 items that cannot be determined under12.1,2(i) & (ii).

12.1.2(iii) Plus/minus the % over the rateentered in the schedule of rates Deleted

12.1.2(vi)A. Deviation limit beyond which sub-clauses(i) to (v) shall not apply and Deletedclauses 12.2 & 12.3 shall apply

B(a). Limit for value of any item of anyIndividual trade beyond which sub-

Clauses(i) to (v) shall not apply DeletedAnd clauses 12.2 & 12.3 shall apply

12.2 & 12.3 Deviation limit beyond which clause Nil 12.2 and 12.3 shall apply for buildingwork -----------------------------------------

Clause 12.5 Deviation limit beyond which clause 12.2Nil 12.3 shall apply for foundation work

------------------------------------------------

Clause 16

Competent Authority for deciding Executive Engineer (E) or reduced rates. any other officer authorized by V.C., DAMB.Clause 36(i)

Minimum qualifications & experiencerequired for Principal Technicalrepresentative.

a) For works with estimate costput to tender more than

(i) Rs. 10 Lakhs for civil work Graduate or retired AE possessing(ii) Rs. 5 Lakhs for Elect/Mech works at least recognized diploma

b) For works with estimated-costput to tender.

1) More than Rs. 5 Lakhs but lessthan Rs. 10 lakhs for civil work. Recognized Diploma holder

2) More than Rs. 1 Lakh but less than Rs.5 Lakh for Elect/Mech works Recognized Diploma holder

3) Discipline to which the PrincipalTechnical Representative shouldbelong Civil/Elect/Mech.

iv) Minimum experience of works five years.

a) Recovery to be effected from the Rs. 4,000/-p.m.for Graduatecontractor in the event of not Rs. 2,000/- for diploma holderFulfilling provision of clause36(i)

Page 12: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

12

CORRECTION SLIP

1. Wherever, there is a reference of CPWD officers it shall construed to mean

officers and other staff of Delhi Agricultural Marketing Board as applicable therein.

2. The reference of government in the tender form shall constructed to means

Delhi Agricultural Marketing Board in connection with payments or other contractual

implications. For all acts and regulations the reference of Govt. and the orders of

government shall be followed.

3. The contractor shall obtain a valid licence of the enrolment in Delhi Labour

Welfare Board regarding contribution/statutory Deposit under the Bombay Labour

Welfare Fund Act, 1953 as extended to NCT of Delhi. Contractor shall deposit all the

statutory dues with the Delhi Labour Welfare Board directly.

4. In addition to Clearance Certificate from Labour Officer as per clause-45

of the General conditions of the Contract. The contractor has to produce a clearance

certificate from “Welfare Commissioner. Delhi Labour Welfare Board for getting the

Security Deposit of the work refunded.

FAIR WAGES SCHEDULE

The latest minimum fair wages schedule as in force in Delhi Admn. at the time of opening of tender shall be applicable.

EXECUTIVE ENGINEER-E Delhi Agricultural Marketing Board

Page 13: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

13

LIST OF APPROVED MAKE

1. CCTV Camera :- Hikvision LG, SAMSUNG

2. NVR :- Hikvision, LG, SAMSUNG

3. HDPE Pipe:- Rex, Gwalior Poly pipes or other ISI Marked.

(i) Cat-6 cable : DLINK, FINOLEX, DIGILINK, AMP

(ii) Fibre optic cable: USHAMARTIN, , FINOLEX, DIGILINK

(iii) PVC conduit National, NIC, BEC, Vikas, AKG

(iv) Online UPS/Invertor: Microtek , Luminous

(v) Professional Display panel: LG, SAMSUNG, SONY

Executive Engineer (E)

Page 14: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

14

TERMS AND CONDITIONS

1. The rates quoted should be inclusive of Sales Tax, Octroi Royalties, Cess, Taxes and other levies and duties on the price of the materials and nothing extra on this amount shall be payable by the department.

2. The income tax, work contract tax or any other taxes applicable as per rule of State/Central Govt will be recovered/deducted from each running bill of the contract as per the Govt rules existing at the time of payment.

3. Bidders are advised to study the site and tender document thoroughly. Submission of tender shall be deemed to have been done after careful study and examination of the tender document and site with full understanding of its implications.

4. It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the materials. They are also advised to visit the Markets and acquaint themselves with the locations wherever the Cameras are to be installed, to measure the length of various cables required and also the civil works. No request for the change of price or time schedule of delivery of materials shall be entertained, on account of any local condition or factor once the offer is accepted by the Purchaser.

5. No conditional/optional bid shall be accepted and bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

6. After evaluation of the Technical bids, financial bid will be opened of those only the short-listed Bidders, who fulfill the evaluation criteria. The decision of the committee on technical suitability of the offer shall be final and shall not be open for discussion.

7. No advance payment shall be made, however part payment shall be released against the delivery of material. The final payment shall be made only after successful completion of work .

8. Material is required at F.O.R destination at site. Any cartage, carriage, loading, unloading shall be borne by the supplier.

9. The Purchaser reserves the right to vary the quantities and/or split the order among the selected Bidders at the time of placement of Supply Order/signing of Contract.

10. The Bidder shall provide on site comprehensive Guarantee/Warranty for all CCTV cameras /equipment at least for a period of one Year from the date of final acceptance of the equipment.

11. The Firm shall supply necessary Guarantee/Warranty Card and shall stand Warrantee for a period of one year against any manufacturing defect and for any fault/damage nothing shall be paid by deptt.

12. If the performance of any individual equipment or System fails to meet the contract specifications then the same shall be replaced by the Supplier free of cost during the term of the warranty/guarantee period.

13. The maintenance services, including spares shall be free of cost during the warranty/guarantee period.

Page 15: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

15

14. During the term of warranty/guarantee the service/repair calls will have to be attended by the Supplier within 48 hours from the time of such intimation by email or calls. The defective card/item/equipment should be repaired/replaced within one week at Purchaser’s location. In case of major defects requiring the defective card/item/equipment to be taken to the Supplier’s workshop, it should be returned within a week (7 days) duly repaired and an immediate substitute card/item/equipment will be provided by the Supplier for the smooth operation of the System. The to and fro transportation of the card/item/equipment will be the responsibility of Supplier.

15. Apart from the service/repair calls, the service engineer deputed by the Supplier will visit the site once every fortnight to assess the serviceability of the System and once in every 03 months to carry out the Preventive Maintenance and diagnostics of the system during the Warranty Period.

16. Delays in attending the calls and or repairing the defective card/item/equipment beyond time limit specified as above , without providing the substitute, will attract penalties in accordance with Clause 14.

17. If the Supplier fails to repair or replace the defective Equipment/ Item, the Purchaser will be free to get the same repaired/replaced from the market and its cost will be adjusted from the Supplier’s Contract Performance Security

18. All rights are reserve to accept & cancel the tender with the department.19. Department reserves the right to remove or alter any item or its quantity from the

scope of work on the basis of site requirements.20. Loss of life/damages/accidents etc at site, shall be the sole responsibility of the firm

and no compensation shall be payable by the department.21. All material to be used on this work by the contractor shall be got approved form the

Engineer-in –Charge before installation at site.22. The contractor shall make his own arrangement at his own cost for electric/general

tools and plants required for the work.23. Watch and ward of the material up to commissioning of system and final handing

over to department will be the responsibility of the firm. 24. The contractor (s) shall be liable for any breach or delay in completion of work. In

case delay, compensation @ 1% per week of delay to be computed on per day basis shall be levied .

25. The Purchaser reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/ signing of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the Purchaser’s action.

26. No claim for interest in case of delayed payment will be entertained by the Department.

27. The Supplier must have a maintenance base in Delhi to provide maintenance service, of the System being offered, efficiently and promptly

28. The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all the Equipment and the complete System for a period of 10(Ten) years .

29. The firm shall provide site plan and equipment layout plan for the System. The complete installation of the System at the depptt’s site shall be the responsibility of the supplier.

30. Department reserves the exclusive right to accept & reject any or all tenders/quotations without assigning any reason thereof.

Executive Engineer [E]

Page 16: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

16

Page 17: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

17

DELHI AGRICULTURAL MARKETING BOARDSchedule of Quantity

N.O.W :- Supply, installation,testing & commissioning of CCTV camera on gates at NGM Nazafgarh.  

S No Description of item Qty Unit Rate Amount1 Supply, installation, testing, commissioning of indoor dome camera 1.3 Mega Pica

DIS, 720 TVL Horizontal Resolution Effective Pixels: 1280 *960, 0.1Lux @ F 1.2, AGC On , 0 Lux with IR, 3.6mm, 6mm,8 mm fix Lens, Up to 20m IR distance. Up The Coax(via coaxial cable).OSD menu, 3D DNR & Smart IR IP66 weatherproof. Digital Wide Dynamic Range, Sharpness, Brightness, Saturation, Resolution, Digital Zoom, Mirror, Reset certified CE,FCC,UL 2 Nos.

2 Supply, installation, testing, commissioning of outdoor bullet camera 1.3 Mega Pica DIS, 720 TVL Horizontal Resolution Effective Pixels: 1280 *960, 0.1Lux @ F 1.2, AGC On , 0 Lux with IR, 3.6mm, 6mm,8 mm fix Lens, Up to 20m IR distance. Up The Coax(via coaxial cable).OSD menu, 3D DNR & Smart IR IP66 weatherproof. Digital Wide Dynamic Range, Sharpness, Brightness, Saturation, Resolution, Digital Zoom, Mirror, Reset certified CE,FCC,UL

4 Nos.

3. Supply, installation, testing, commissioning of 8 Channel DVR H.264 Compression embedded Linux technology operation record,live view,playback,transmit, backup & remote access simultaneously,real time monitoring all channel, 960 H DVD video quality Display one channel Audio record 24 hours continuous recording motion recording and sensor alarm triger recording emergency manual recording schedule recording,email notification support,OSD message event report ,Hard Disk support 4 TB 1 unit of HDD 1 No.

Page 18: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

18

4. Supply and fixing Hard Disk 2 TB Sata Make WD/SEGATE1 No.

5. Supply and fixing 32 Inch LED Monitor ( For Common monitoring at APMC Office for all cameras ) 1 No.

6. Supply/Laying/Fixing of Two core armored 1.5 Sq mm copper cable of reputed make on surface/or in existing underground pipe etc as required. 350 Mtr.

7. Supply/Laying/Fixing of Wire RG-6 armored Make D-Link 50 Mtr.8. Supply/Laying/Fixing of Fiber Optic 8 core armored non duplex, Smode cable of

reputed make on surface/or in existing underground pipe etc as required 350 Mtr.9. S/I/T/C Fiber optic converter Transmitter Receiver two channel with all inclusive of

required accessories video and Data on fiber single mode fiber optical interface FC,SC& ST, wave length 1310/1550 nm single mode, Video Bandwidth 5MHz~10MHz weighted signal noise ratio >65 Data parameter RS232,RS485,RS422 Manchester, Bi-phase 0~300kbps 10bit digital code and non compression video transmission APC circuits with constant output optical power and wide Dynami Range. TDM ADM, and CWDM technology LED indicator for power video,optic-link and data, unique lightening surge protection design. certified CE,FCC,UL

1 No.10. S/I/T/C Four side 6U CRCA powder quoted wall mounted rack certification &

standard meet DIN41494 IEC 602971 No.

11. Supply & fixing Power supply unit SMPS 2 Amp 4 Nos.12. Providing and fixing 6 SWG dia G.I. wire on surface for holding and supporting the cable as

required. 350 Mtr.13. Supply and fixing of PVC conduit 25 mm along with accessories on surface I/C

cutting of wall etc as required 50 Mtr.14 Supply installation, testing, commissioning of Invertor single Phase 625 VA with

battery Back up of 4-5 Hour.1 No.

Page 19: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

19

15 Supply and erection of 65mm dia GI Pipe/ Pole of 4.5 mtr long with 300x300x6mm MS base plate i/c holes at bottom and with reducer ,socket of suitable size, foundation of base for pole erection etc. as required.

1 No.16 Supply of MS straight pole sewage and welded with base plate size of 300x300x5

mm 410 SP- 9 1 No.17. Erection of above metallic pole in cement concrete 1:3:6 (1 cement : 3 coarse sand :

6 graded stone aggregate 40 mm nominal size) foundation including excavation and refilling etc. as required.

1 No.Total

A.E (E) EE (E)I/We have read the conditions of the contract carefully and am/are ready to carry out the above job at the rates mentioned in schedule.

(Signature of Contractor with Seal)

Page 20: DELHI AGRICULTURAL MARKETING BOARDdelhigovt.nic.in/upload/103-2015-00012.doc  · Web viewDelhi Labour Welfare Board for getting the Security Deposit of the work refunded. FAIR WAGES

20