executive engineer provincial division no...

62
1 1 EXECUTIVE ENGINEER PROVINCIAL DIVISION NO-II PWD B&R Br. SONIPAT Technical Bid For Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat Distt N.I.T./DNIT Amount : 32.00 Lacs (Approved Cost) Date of Sale : From to Date of Receipt : (upto 11:00 A.M.) Date of Opening of : (4:00 P.M.) Technical Bid Date of opening of : As per the decision of Committee intimated later on Financial Bid Time Limit : 3 (Three) Months. M/s_____________________________________

Upload: trinhdung

Post on 29-Mar-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

1

1

EXECUTIVE ENGINEER PROVINCIAL DIVISION

NO-II PWD B&R Br. SONIPAT

Technical Bid

For

Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat Distt

N.I.T./DNIT Amount : 32.00 Lacs (Approved Cost)

Date of Sale : From to

Date of Receipt : (upto 11:00 A.M.)

Date of Opening of : (4:00 P.M.)

Technical Bid

Date of opening of : As per the decision of Committee intimated later on

Financial Bid

Time Limit : 3 (Three) Months.

M/s_____________________________________

2

2

HARYANA PWD (B&R)

PRESS NOTICE

Sealed tender on prescribed form from eligible Societies / Govt. Contractors are

hereby invited on behalf of Governor of Haryana in respect of the following works.

Sr.

No.

Name of work Cost of

work

Cost of

bid

document

Bid

security

Time

limit

Last date of

sale of

tender

documents

Date / time of

receipt of

tender

Date / time of

opening of

tender

1 Synthetic tennis

courts at Moti Lal

Nehru School of

Sports, Rai in

Sonepat Distt

Rs. 32.00

Lacs.

Rs. 5000/- Society

Rs. 0.32

Lacs. /

Contr.

Rs. 0.64

Lacs.

3

(Three)

months

27.06.2011

upto 16.00

PM

28.06.2011

upto 13.00 PM

29.06.2011 at

13.00 AM in

Division

office

1. The bidder would submit bid through E-Tendering only from of 21.06.2011-11.01 to 27.06.2011-

13.00 Hrs.

2. Bidding document is available on website http://haryanapwd-bandr.org

Online From Website- http://haryanapmgsy.etenders.in

Executive Engineer

Provincial Division No-II

PWD B&R Br. Sonepat

Ph. No. 0130-2200575.

3

3

HARYANA PWD (B&R)

PRESS NOTICE

Name of Work Synthetic tennis courts at Moti Lal Nehru School of

Sports, Rai in Sonepat Distt

Estimated Cost. 32.00 lacs.

Earnest Money. From L&C Societies/Contractors

0.32 lacs./ 0.64 lacs

Tenders to be received. 27.05.2011-13.00 Hrs. Through E-tendering only

For further details visit website http://haryanapwd-bandr.org /

Online From Website- http://haryanapmgsy.etenders.in concerned offices.

Executive Engineer

Provincial Division No-II

PWD B&R Br. Sonepat

Ph. No. 0130-2200575.

4

4

GOVERNMENT OF HARYANA.

INVITATIONS FOR BIDS (IFB)

Date :

Bid No. : 1. The Governor of Haryana invites bids from Class-II & Class-I Contractors for the construction of

works detailed in the table. The bidders may submit bids for any or all of the following works.

TABLE Sr. No. Name of Work Approximate

of Works

In lacs

Bid security

In lacs

Cost of

document

In lacs

Period of

completion

1 2 3 4 5 6

1 Synthetic tennis courts at

Moti Lal Nehru School of

Sports, Rai in Sonepat Distt

Rs. 32.00 Lacs Rs. 0.32 Lacs

Society /

Rs. 0.64 Lacs

Contractor

Rs. 5000/- 3 (Three)

Months

Schedule

Seq

No

HaryanaPMGSY

Stage Contractor Stage

Start Date

& Time

Expiry Date

& Time Envelopes

1 Release of Tender - 21-06-2011

10:00

21-06-2011

10:30 -

2 - Download Tender

Document

21-06-2011

10:31

27-06-2011

13:00

Price Bid

Envelope,Technical

Envelope

3 - Online Bid Prepration &

Hash Submission

21-06-2011

10:31

27-06-2011

13:00

Price Bid

Envelope,Technical

Envelope

4 Technical and

Financial Lock -

27-06-2011

13:01

27-06-2011

16:00

Price Bid

Envelope,Technical

Envelope

5 - Re-encryption of Online

Bids

27-06-2011

16:01

27-06-2011

23:00

Price Bid

Envelope,Technical

Envelope

6 Open EMD &

Technical/PQ bid -

28-06-2011

11:00

28-06-2011

13:00 Technical Envelope

7 Technical Evaluation - 28-06-2011

11:00

28-06-2011

13:00 Technical Envelope

8 Open Financial / Price-

Bid -

29-06-2011

11:01

29-06-2011

14:00 Price Bid Envelope

5

5

Executive Engineer, Provl. Divin No-II PWD B&R Br. Sonipat

TENDER DOCUMENT

FOR

SYNTHETIC TENNIS COURTS

AT MNSS RAI IN SONEPAT

DISTT.

AT

EXECUTIVE ENGINEER

PROVL. DIVIN. NO-II PWD B&R

Br. SONIPAT

HARYANA

(INDIA)

6

6

EXECUTIVE ENGINEER PROVL. DIVIN. NO-II PWD B&R Br.

SONIPAT

TENDER DOCUMENT FOR:

Synthetic tennis courts at Moti Lal Nehru School of

Sports, Rai in Sonepat Distt

7

7

INDEX FOR TENDER FORM

Name of Work : Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in

Sonepat Distt

Sr. No. Contents Page No.

PART - A

1. Cover Page for Technical Bid Documents -

2. Press Notice -

3 Broad Scope of Work -

4 List of documents to be supplied for the Technical Bid -

5 Prescribed Performa – Introduction, General

Guidelines, Draft Agreement, General Terms and

Conditions of Contract.

-

6 Technical Specification of Synthetic Surface

Conforming

-

7 Time Schedule of Work -

8 Soil Testing Report -

9 Evaluation of Post Qualification of Contractors -

10 Schedule of Quantity (Bill of Quantity) -

PART – B

11 Cover Page for Financial Bid Document -

12 Board specification on various material -

13 Schedule of Quantities for Financial Bid -

14 General condition /Escalation clause -

15 Agreement

16 Tender on Turn key basis -

Certified that this Tender Form contains Pages ….. to ……

Issued by :…………………..

(Signature)

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

TENDER DOCUMENT NO……………….

8

8

EXECUTIVE ENGINEER PROVL. DIVIN.NO-II

PWDB&R Br. SONIPAT

TECHNICAL BID DOCUMENT

FOR

Synthetic tennis courts at Moti Lal Nehru School of

Sports, Rai in Sonepat Distt

Issued to:-

_____________________________________

_____________________________________

_____________________________________

Issued on:- _____________________________________

Issued by:- _____________________________________ (Signature)

_____________________________________ (Designation)

9

9

EXEUTIVE ENGINEDER PROVL. DIVIN NO-II PWD B&R Br.

SONIPAT

(HARYANA) INDIA

NOTICE INVITING BIDS FOR LAYING OF SYNTHETIC HOCKEY SURFACES

ON TURN KEY BASIS

1. Executive Engineer Provl. Divin No-II PWD B&RF Br. Sonepat Haryana (India) invites bids

from Global Firms for Global Category Synthetic surface for tennis courts approved by NABL

Shri Ram Centre New Delhi details given below:-

Description of Work App.

Cost

Cost of

Tender

Document

Earnest

Money

to be

Deposited

Last Date

& Time

of

Submissi

on of

Tender

Documen

ts

Time &

Date

of Opening

of Tender

Time

allowed

for

comple

tion

i

Synthetic tennis courts at

Moti Lal Nehru School of

Sports, Rai in Sonepat

Distt

Rs.32.00

Lacs

Rs. 5,000/-

only (Non-

refundable)

Rs 64000/-

4.00 PM

for technical

Bids in

Division

Office

Sonepat

financial

Bids as per

diction of

EEP-II

Sonepat

on or

before

3 (Three)

Months

10

10

The tender must be accompanied by a Demand Draft/ Pay order for the amount of Rs. 64000/-

(Rupees Sixty Four thousand only), on a schedule bank drawn in favour of The Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India), as Earnest Money for the above tender.

The tender documents (Non-Transferable) shall be obtained from the Office of the undersigned on

any working day from 9.00AM to 5.00PM against payment of Rs.5,000/- each (Non-Refundable) in

the form of bank Draft/Pay Order in favour of The Executive Engineer Provl. Divin No-II PWD

B&R Br. Sonipat Haryana on any schedule bank payable at Sonepat.

1. Sealed Tender Documents duly signed on all pages shall be deposited, in the Tender Box

lying in the Office of the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat

Haryana (India) upto 11.00 hrs. on --------------. The Technical Bids will be opened at 4:00

P.M. Hrs. on -------- And the Financial Bids of those tenders fulfilling the requirements

will be opened as per decision of EEP-II Sonepat letter on the above said office.

2. Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) does not

bind itself to accept the lowest rate and reserves the right to accept or reject all or any part of

tender without assigning reasons, thereof.

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

11

11

BROAD SCOPE OF WORK

1. Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat

Distt

12

12

LIST OF DOCUMENTS TO BE SUPPLIED FOR THE

TECHNICAL BID

WORKS COSTING MORE THAN 32.00 LACS

Sr.

No.

Name of Documents Attached /

Not Attached

Remarks

Authority

1 2 3 4

1 The full information regarding financial

resources & capacity in Schedule 1.

Yes/ No

Page No.___ to___

2 Balance sheet, profit & loss account

statement with Auditor’s report last

three years

Yes/ No

Page No.___ to___

3 Details of works of similar type &

magnitude completed by the tenderer in

Schedule II(a)

Yes/ No

Page No.___ to___

4 Details of plant & machinery proposed

for used in this work Schedule III.

Yes/ No

Page No.___ to___

5 Details of maximum value of Civil

Engineering works executed in any one

year during the last five years in

Schedule IV.

Yes/ No

Page No.___ to___

6 Details of existing commitments & on-

going works to be completed in Schedule

V.

Yes/ No

Page No.___ to___

7 One work of similar nature in last three

years not less than 50% of the cost of

the work.

Yes/ No

Page No.___ to___

8 Proof of adequate financial resource

(over draft/ credit line/ letter from

bank).

Yes/ No

Page No.___ to___

Signature of Contractor

13

13

EXECUTIVE ENGINEER PROVL .DIVIN. NO-II PWD B&R Br. SONIPAT

HARYANA (INDIA). NOTICE INVITING BIDS FOR LAYING OF SYNTHETIC SURFACE

ON TURN KEY BASIS.

Executive Engineer, Provl. Divn. No. II PWD B&R Br. Sonipat Haryana (India) invites bids from

Global Firms for Synthetic surface tennis courts as per details given below:-

Description of Work App.

Cost

Cost of

Tender

Documen

t

Earnest

Money

to be

Deposited

Last Date

& Time of

Submissio

n of

Tender

Documents

Time &

Date

of Opening

of Tender

Time

allowed for

completion

i

Synthetic tennis courts at

Moti Lal Nehru School of

Sports, Rai in Sonepat

Distt

Rs.

32.00

Lacs

Rs.5,000/-

only

(Non-

refundable

)

Rs

64000/-

11.00

hrs.

16:00 hrs

for technical

Bids

as per

decision of

EEP-II

Sonepat

intimated

later on

for financial

Bids

3 (Three)

Months

from the

date of

Opening of

LC.

1. The tender must be accompanied by a Demand draft/pay Order for the amount of Earnest

Money i.e. Rs.1.00 lacs is to be deposited on a scheduled Bank drawn in favour of Sonipat

Haryana as earnest money for the a Executive Engineer Provl.Divin No-II PWD B&RF Br

above tender. The tender documents (Non-Transferable) shall be obtained from the Office

of the undersigned on any working day from ---------- to ---------- against payment of

Rs.5,000/- each (Non-Refundable) in the form of bank Draft/Pay Order in favour of The

Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) on any

schedule bank payable at Sonepat.

2. Sealed Tender Documents duly signed on all pages shall be deposited, in the Tender Box

lying in the Office of the Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat

Haryana (India) upto 11.00 hrs. on -----------. The Technical Bids will be opened at 16:00

Hrs. on --------- and the Financial Bids of those tenders fulfilling the requirements will be

opened as per decision of EEP-II Sonepat intimated later on the above said office.

14

14

3. Executive Engineer Provl. Divin No-II PWD B&RF Br. Sonipat Haryana (India) does not

bind itself to accept the lowest rate and reserves the right to accept or reject all or any part of

tender without assigning reasons, thereto.

4. The tender shall be for the approved by the authority of MNSS Rai fulfilling the required

parameters for Global Multipurpose Indoor sports Competitions which shall ensure the

quality of surface throughout the warranty period which should be acceptable to Executive

Engineer Provl. Divin No-II PWD B&R Br. Sonepat Haryana (India).

5. Tenderers are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their tenders as to the nature of the ground and sub-soil (so far

as is practicable), the form and nature of the site, the means of access to the site and, in

general, shall themselves obtain all necessary information as to risks, contingencies and

other circumstances which influence or affect their tender. A tenderer shall be deemed to

have full knowledge of the site, whether he inspects it or not, and no extra charges

consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be

responsible for arranging and maintaining at its own cost all materials, tools and plants,

equipment etc. and all other services required for executing the work unless otherwise

specifically provided for in the contract documents. Submission of a tender by tenderer

implies that he has read this notice and all other contract documents and has made

himself aware of the scope and specifications of the work to be done and local conditions

and other factors having a bearing on the execution of the work. Any damages done to the

property of Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

or other persons due to any act of commission or omission by the successful tenderer shall

be made good by the Tenderer at his own cost.

6. The Tender shall be submitted in three separately sealed envelopes. The language used shall

be English. In case any information is given in foreign language, then translated (in

English) copies of those pages must be enclosed, failing which the tender will be

disqualified.

9. ENVELOPE ‘A’

The tender shall be accompanied by earnest money of Rs. 64000/- in the form of Demand

Draft/Pay Order in favour of The Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) payable at local branch at Sonepat / issued by State Bank of India

or any Scheduled Bank in India. The Demand Draft/Pay order towards Earnest Money will

be placed in Sealed Envelope ‘A’.

10. ENVELOPE ‘B’

15

15

This Envelope “B” Shall contain :

10.1 The documents and information pertaining to the technical bid, the product & its ingredients,

Test Reports of the Synthetic Surface conducted by NABL Shri Ram Centre New Delhi

(India) accredited laboratory on identical sample of the product intended to be offered as per

FIH approved format, installation & maintenance manual and prescribed technical

specification/documents for pre-qualification given hereinafter alongwith the Technical Bid

document duly signed on each page.

10.2 Four sealed samples of each product offered, of size not less than 6.7 mm to maximum of

10mm thickness duly labeled and signed at the back with the company’s seal and date,

specifying the brand name of the product and code if any and validity of product by the

manufacture .

10.3 The tenderer shall indicate the technical parameters, norms along with referred codes,

standards and practices for the surfaces and its ingredients to be utilised for the surfaces.

11. ENVELOPE ‘C’

The Envelope ‘C’ shall contain the documents and information related to the schedule of

quantities of various items of work quoting the Rates/Price per unit and nos. for all work

itemized for each item constituting the financial bid on the Financial Bid Document, issued

by Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India)

alongwith the tender document.

12. The tenderer shall clearly indicate the specific cost of the materials required to be imported

from outside India and the amount required to be paid in to enable the Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) to obtain necessary sanction for

such payments.

13. The rates for item No. 2 of Appendix-I shall be quoted in the rate for all other items included

in the scope of work shall, however, be in Indian Currency only. The payment in would be

regardless of the exchange rate, as on the day of payment. However, if any Agency quotes

the price of the Synthetic Surface in then payment would be made in equivalent.

14.1. Envelope-‘A’ (Earnest Money), Envelope ‘B’ (Technical Bid Document), and Envelope-

‘C’ (Financial Bid Document), shall be in separate sealed envelopes, each marked as

‘Envelope A’, ‘Envelope-B’ and ‘Envelope-C’. All the three envelopes shall be submitted

in another sealed envelope, super scribing there on “Tender for Synthetic surface Grass

Surfaces at Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat (Haryana)”

The envelope should be addressed to the Executive Engineer Provl.Divin No-II PWD

B&RF Br. Sonipat Haryana (India) mentioning the name of the firm submitting the

16

16

tender. The envelope marked ‘Envelope ‘B’ of only those tenderers shall be opened, whose

earnest money placed in the ‘Envelope ‘A’ is found to be in order.

15. The amount of earnest money, in the case of successful tenderer, shall be refunded on

completion of work and receipt of satisfactory test reports of samples of the surface actually

laid from the FIH approved accredited laboratory specified by SAI. However E.M.D. of

unsuccessful tenderers will be refunded after 30 days after opening of the bids or the award

of the contract to the successful tenderer, whichever is later.

16. Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) does not

bind itself to accept the lowest or any other tender, and reserves to itself the authority to

reject any or all of the tenders received without the assignment of any reason and/or to

negotiate with the tenderers. All tenders in which any of the prescribed conditions are not

fulfilled or are incomplete in any respect or there is any correction not duly dated, initialled

by the tenderer are liable to be rejected. However, the final decision for accepting or

rejecting any or all tenders, will be in the sole discretion of Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) .

17. Tender shall remain open for acceptance for a period of Ninty days from the date of opening

of the tenders. If any tenderer withdraws his tender before the said period or makes any

modifications in the terms & conditions except on request by Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) , then Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) shall, without any prejudice

to any other right or remedy, be at liberty to forfeit 50% of the said earnest money

absolutely. The decision of Executive Engineer Provl.Divin No-II PWD B&RF Br.

Sonipat Haryana (India) in this behalf shall be final and binding on the tenderer.

18. The Notice Inviting Tender shall form a part of the contract document. The successful

tenderer shall sign the necessary contract documents consisting of the notice inviting tender,

all the documents including additional conditions, specifications and drawings, if any,

forming the tender as issued at the time of invitation of tender and acceptance thereof

together with any correspondence leading thereto, within the time specified in the letter

communicating the acceptance of the tender. In case of delay or refusal in signing the

contract for work beyond 30 days the earnest money may be forfeited and the tender

cancelled.

19. If the Head Quarter of the successful tenderer is at a place other than MNSS Rai Sonipat he

shall appoint a duly Authorised Representative in M.N.S.S. Rai In Sonepat from the date

of Commencement of the Work until the work is physically completed. Such Representative

shall be authorised to act on behalf of the successful tenderer. Any notice under the contract

shall be deemed to have been served on the successful tenderer, if served upon such

Representative or sent by registered letter at his address in ……….. Such Representative

17

17

shall not be changed and shall not leave ………..during the period of the contract without

the prior approval of the Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat

Haryana (India) . If Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat

Haryana (India) shall require the successful tenderer to carry out rectification of the defects

under the terms of the contract after the work has been completed, the successful tenderer

shall appoint the same or another duly Authorised Representative in ……….., while such

rectifications are being carried out.

20. The tenderer shall employ a qualified Graduate Engineer at the place of the Site from the

date of Commencement of the Work till the work is completed and handed over to

Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India). In the

event of non-employment of the said Engineer, a recovery of Rs.15, 000.00 per month will

be recovered from the running payment.

21. The tenderer shall submit a detailed work schedule on the basis of the various items of work

to be completed for execution of the work as per Appendix-II of the contract documents.

22. No additional conditions from the tenderer shall be acceptable. The tenders having any

additional conditions will be summarily be rejected without assigning any reason.

For and on behalf of Governor of Haryana

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

Signature of the Tenderer

Dated:

18

18

EXECUTIVE ENGINEER PROVL. DIVIN. NO-II

PWD B&R Br. SONIPAT

TENDER ON TURN KEY BASIS AND CONTRACT FOR WORKS

General Rules and Conditions:

1. All works proposed for execution by contract will be notified in a form of invitation of

tender by Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana

(India). This form will state the works to be carried out, as well as the date for submitting

and opening tenders and the time allowed for carrying out the work, also the amount of

earnest money to be deposited with the tender. Copies of the specifications, designs and

drawings and a schedule of quantities and any other documents required in connection with

the work shall also be open for inspection by the Tenderer at Executive Engineer Provl.

Divn. No. II PWD B&R Br. Sonepat. during office hours.

2. The tender submitted by the tenderer must be signed by the Company’s Executive or on his

behalf by Authorised Signatory being a person holding the Power of Attorney authorizing

him to do so. Such Power of Attorney shall be submitted with the tender.

3. Any person who submits a tender shall fill up the schedule of quantities stating at what rate

he is willing to undertake each item of the work. Tenders, which propose any alteration in

the work specified in the said form of invitation to tender, or in the time allowed for

carrying out the work, or which contain any other conditions of any sort, will be liable to

rejection.

4. Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) will

open the tenders in the presence of any intending Tenderers who may be present at the time,

and will enter the details of the tenders in a comparative statement in a suitable form. In the

event of a tender being accepted, the Tenderer shall for the purpose of identification sign

copies of the specifications and other documents mentioned in Rule 1. In the event of a

tender being rejected, the earnest money forwarded with such unaccepted tender shall

thereupon be returned to the Tenderer remitting the same, without any interest.

-5. Rates quoted by the Tenderer in figures and words shall be accurately filled in so that there

is no discrepancy in the rates written in figures and words. However, if a discrepancy is

found, the rates, which correspond with the amount worded out by the Tenderer, shall,

unless otherwise proved be taken as correct. If the amount of an item is not worked out by

the Tenderer or it does not correspond with the rates written either in figures or in words,

then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates

quoted by the Tenderer in figures and in words tally, but the amount is not worked out

19

19

correctly, the rates quoted by the Tenderer will, unless otherwise proved, be taken as correct and

not the amount.

6. All rates shall be quoted in the schedule of quantities. The amount for each item should be

worked out and requisite totals given. Special care should be taken to write the rates in

figures as well as in words and the amount in figures only, in such a way that interpolation

is not possible. The total amount should be written both in figures and in words. 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.

7. On acceptance of the tender, the name with address and telephone numbers of the accredited

representative (s) of the Tenderer who would be responsible for taking instructions, shall be

communicated in writing to the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India).

8. The Financial quotations shall be inclusive of the taxes payable on material as applicable

under the clause of Haryana Sales Tax and T.D.S. (Income Tax Deduction at Source) or

any tax on the material or work done in respect of contract shall be payable by the

Tenderer only and Executive Engineer Provl.Divin No-II PWD B&RF Br. Sonipat

Haryana (India)

will not entertain any claim whatsoever in respect of the same. Additional taxes if applied

new after agreement to be paid by the construction Agency.

9. The tenderer is required to submit the following information with documentary proof and

failure to submit any of the documentary proof will render the tender document invalid:

1. Name (s) and Full Address of the Firms

Telephone No.

Telex:

Fax:

(a) Balance Sheet and profit & Loss Account for the last

three years duly audited by a registered Chartered

Accountant alongwith Banker’s Insolvency Certificate.

(b) Annual Administrative Report for the last three years

(c) Latest Income Tax Clearance Certificate

2. (a) Brand Name of the Product being offered

20

20

EXECUTIVE ENGINEER PROVL. DIVIN. NO-II PWD B&R Br SONIPAT

INTERPRETATIONS & DEFINITIONS

1. The “Contract” means the documents forming the tender and acceptance thereof and the formal

agreement executed between the competent authority on behalf of the Executive Engineer

Provl.Divin No-II PWD B&RF Br. Sonipat Haryana (India) and the supplier (hereinafter called

the Tenderer), together with the documents referred to therein including those conditions, the

specifications, designs, drawings and instructions issued from time to time by SAI, and all these

documents taken together, shall be deemed to form one contract and shall be complementary to one

another.

2. In the contract, the following expression shall, unless the context otherwise requires, have the

meanings, hereby respectively assigned to them:-

i. The expression “Works” or “Work” shall, unless there be something either in the subject or

context repugnant to such construction, be construed and taken to mean the works by or by

virtue of the contract contracted to be executed whether temporary or permanent, and

whether original, altered, substituted or additional.

ii. The “Site” shall mean the land/or other places on, into or through which work is to be

executed under the contract i.e. Executive Engineer Provl.Divin No-II PWD B&RF Br.

Sonipat Haryana (India) or any adjacent land, path or street through which work is to be

executed under the contract or any adjacent land, path or street which may be allowed to

used for the purpose of carrying out the contract.

iii. The “Tenderer” shall mean the successful tenderer/supplier agency undertaking the works

and shall include the legally authorized representatives or such individual or the persons

comprising the supplier agency, or the successors of the supplier and the permitted assignees

of the supplier agency or the successors of the agency having possession of the property or

holding in the event of the firm is liquidated before completion of work.

iv. The Executive Engineer Provl. Divn. No. II PWD B&R Br. Sonepat (Haryana), who shall

supervise the work.

v. The “Engineer-in-Charge” means Executive Engineer, Provl. Division No.2, PWD B&R

Br., Sonipat (Haryana).

vi. “Tendered Value” means the value of the entire work as stipulated in the letter of award.

vii. “Equipment” means all machinery, apparatus and articles to be provided under the contract

by the Tenderer.

3. Where the context so requires, words imparting the singular only also include the plural and vice

versa. Any masculine gender shall whenever required include feminine gender and vice versa.

4. Headings and marginal notes to the conditions of the contract shall not be deemed to form part

thereof or be taken into consideration in the interpretation or construction thereof or of the contract.

5. The Tenderer/supplier agency shall be furnished, free of cost one certified copy of the contract

documents. Standard specifications, schedule of rates and such other printed and published

documents, together with all drawings as may be forming part of the tender papers shall be arranged

by contractor/agency at his own level.

21

21

CLAUSES OF CONTRACT

Clause: 1 Works to be carried out :

The work to be carried out under the contract shall, except as other wise provided in these

conditions, include all labour, materials, tools, plants, equipment and transport which may

be required in preparation of and for and in the full and entire execution and completion of

the works. The descriptions given in the Schedule of Quantities shall, unless otherwise

stated, be held to include wastage on materials, carriage and cartage, carrying and return of

empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and

for the full and entire execution and completion of the work as aforesaid in accordance with

good practice and recognized principles. All works except item I & II of schedule should be

carried out as per MORTH Specification.

Clause: 2 Sufficiency of Tender :

The Tenderer shall be deemed to have satisfied himself before tendering as to the

correctness and sufficiency of this tender for the works and of the rates and prices quoted in

the Schedule of Quantities, which rates and prices shall except as otherwise provided, cover

all his obligations under the contract and all matters and things necessary for the proper

completion and maintenance of the works.

Clause 3: Time for Performance

3.1 The Work should be completed on or before 15 weeks in all respects and the

Synthetic Surfaces should be handed over to Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India)

3.2 Notwithstanding anything herein contained, the parties hereto acknowledge and

agree that the time is the essence of the contract in all respects for their respective

performance and discharge of obligations under this contract and the parties shall

adhere to the time/delivery schedule as provided in Appendix-II of the contract

unless otherwise mutually agreed to by the parties in writing.

Clause 4(a) SUPPLIER/CONTRACTOR HEREBY AGREES THAT:

4.1 SUPPLIER/CONTRACTOR has obtained the SOIL TEST REPORT from

the USER AGENCY for the SITE and studied carefully the investigations

and test of sub surface and latent physical conditions at the site or otherwise

affecting cost, progress or performance of the work which were relied upon

by SUPPLIER in the preparation of the Drawings, Specifications and Bid.

4.2 The SUPPLIER/CONTRACTOR has himself independently obtained all

necessary information for the purpose of preparing the Bid and his Bid as

accept shall be deemed to have taken into account all contingencies as may

arise due to such information or lack of the same.

22

22

4.3 The SUPPLIER/CONTRACTOR has examined the contract document to

have generally obtained information on all matter whatsoever that might

affect the carrying out the work as required. The supplier is fully aware of the

scope, nature and magnitude of the work and the requirements of materials

and labour involved etc. with respect to all the work he has to complete in

accordance with the CONTRACT/whatever be the defects, omissions or

errors that may be found in the CONTRACT DOCUMENT. The

SUPPLIER/CONTRACTOR has visited carefully examined the site and

surrounding, to have satisfied himself to the nature of all existing structure, if

any, and also as to the nature and the conditions of the Railways, Roads,

Bridge and Culverts, means or transport and communications whether by

land, water or air, and as to possible interruptions there to and the access to

the SITE, to have made enquiries, examined and satisfied himself as to the

Sites for obtaining sand, stone, bricks and other materials, the sites for

disposal of surplus material, the available accommodation and such other

Buildings as may be necessary for executing and completing the work, to

have made local and independent enquiries as to the sub-soil water level,

climatic conditions and all other similar matter effecting the WORK. He has

acquainted himself as to his liability for payment of Government, taxes,

charges, levies etc.

4.4 Any neglect or omission or failure on the part of the CONTRACTOR in

obtaining necessary and reliable information upon the foregoing or any other

matter affecting the CONTRACT shall not relieve him from any risks or

liabilities or the entire responsibility for completion of the work in strictly in

accordance with CONTRACT DOCUMENT. It is, therefore, expected that

should be CONTRACTOR have any doubt as to the meaning of any portion

of the CONTRACT DOCUMENT he shall set forth the particulars thereof in

writing to the OWNER in duplicate, before signing the CONTRACT. The

User Agency will provide such clarifications as may be necessary, in writing

to Supplier/Contractor.

4.5 The Supplier/Contractor shall design and prepare drawings of Sub-base,

drainage, layout and setting out plan indicating offsets from permanent

structures, grids of existing/finished levels for all facilities identifying the

areas of high stress and thickness of the tract intended to be laid, and

23

23

Schedule / programme of the work as to ensure its compliance with all the

requirements of the FIH within the stipulated time.

4.6 Deleted

4.7 The Supplier shall arrange all materials, machineries, Electronic Sensor

Paver, equipments, tools, mixers protective clothing, fork lift, truck, dumper,

office equipment (hereinafter collectively referred to as 'materials and

equipments') and such other materials and equipment as may be necessary for

efficient and timely installation and operation of the said surface at the

prescribed place in accordance with the terms of this contract.

4.8 The supplier shall provide six sets of drawings to the User Agency within the

time specified as Appendix-II.

4.9 The said Surface will be installed under the technical supervision of technical

experts of the SUPPLIER and the Supplier shall be responsible to place at the

installation site all materials and equipment as mentioned in this contract at

his own cost and free of any charges to the User Agency except where

specified herein for the use of its experts, and otherwise for the purpose of

installation of the said surface.

4.10 The installation of synthetic surface shall be completed within a period of

weeks from the date of Opening of letter of credit.

4.11 The SUPPLIER shall ensure that the work is done according to approved

specifications, drawings and design. The synthetic surface should not be laid

unless the supplier is fully satisfied with construction of sub base in all

respects and certifies to that effect in writing.

4.12 A full account shall be maintained of all the consumables and ingredients

imported and must be accounted for. No diversion shall be permitted for any

purpose other than the laying of the surface contracted. Reasonable additional

quantity of materials required for repairing during the warranty period shall

be left in the custody of the USER AGENCY by the SUPPLIER.

4.13 Having installation the surface the supplier shall supply an authenticated

drawing from the approved survey showing all the dimensions, making and

measurements of the Surface as laid. He shall also certify that surface has

been laid according to NABL Shri Ram Centre New Delhi specifications with

regard to thickness, dimensions, marking, playing characteristics etc.

24

24

4.14 After the completion of the installation of the surface the supplier shall

arrange at his cost for an inspection of the surface by the representative of

any of the accredited laboratories specified by the User Agency. The

inspection shall cover the tests required as per performance specifications for

the synthetic surface. In addition, physical tests on the samples collected

during laying shall also be performed by the accredited laboratories for the

parameters specified by NABL Shri Ram Centre New Delhi. The

arrangement of tests and the expenditure thereof shall be the responsibility of

the supplier.

4.15 The SUPPLIER shall discharge his duty as per Guarantee of the work under

Article 6 and specification of the work under Appendix-I

Clause 5: Executive Engineer Provl.Divin No-II PWD B&R Br., shall:

5.1 Being a party of this Contract shall sign the agreement within seven days of issue of

Acceptance Letter by Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India)

5.2 Hand-over the site to the Tenderer within five days of signing of the agreement.

5.3 Allow the work to be commenced by the Tenderer within Seven days after signing

of the agreement.

5.4 Provide necessary assistance if required for obtaining import licence and Custom

Duty exemption certificate for the synthetic surface.

5.5 Will provide necessary power supply and at the cost of agency. However, the

Tenderer shall make own arrangements for flood lighting.

5.6 Provide adequate and secure storage space for materials and equipment as may be

mutually agreed upon.

Clause 6: Performance Guarantee:

6.1 The contractor shall submit an irrevocable PERFORMANCE GURANTEE of 5%

(Five percent) of the tendered amount calculated in term of Rupees in Indian

currency as per foreign exchange rate for sale of US dollars relevant to the date of

opening of Financial bid as notified by Reserve Bank of India, in addition to other

deposits mentioned elsewhere in the contract for his proper performance of the

contract agreement, (not withstanding and/or without prejudice to any other

provision in the contract) within 15 days of issue of letter of intent. This period can

be further extended by the Executive Engineer Provincial Division No. II, PWD

B&R Br. Sonepat Haryana (India) upto a maximum period of 7days on written

request of the contractor stating the reason for delays in procuring the Bank

Guarantee, to the satisfaction of the Executive Engineer Provincial Division No. II,

PWD B&R Br. Sonepat Haryana (India) .This guarantee shall be in the form of

25

25

Government Security or fixed deposit receipts/ Guarantee Bonds issued by State

Bank of India or by any other Scheduled Bank of India or by Indian Branch Indian

of any of the first 100 international bank in accordance as per prescribed format.

In case a fixed deposit receipt of any Bank is furnished by the contractor Executive

Engineer Provincial Division No. II, PWD B&R Br. Sonepat Haryana (India) as

part of the performance guarantee and the Bank is unable to make payment against

the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and

the contractor shall forthwith on demand furnish additional security to Executive

Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) to make good

the deficit.

6.2 A letter of intent shall be issued in the first instance informing the successful tender

of the decision of the competent authority to accept his tender and the award letter

shall be issued only after the Performance Guarantee in the prescribed form is

received. In case of failure by the contractor to furnish the performance guarantee

within the specified period, Executive Engineer Provincial Division No. II, PWD

B&R Br. Sonepat Haryana (India) shall without prejudice to any right or remedy

available in law, be at liberty to forfeit the earnest money absolutely.

6.3 The Performance Guarantee shall be initially valid for 10 Year (Ten Year). In case

the time for completion of work gets enlarged, the contractor shall get the validity

of Performance Guarantee extended to cover such enlarged time for completion of

work. After recording of the completion certificate for the work by the competent

authority i.e. after receiving test reports accredited laboratory and acceptance of the

work by the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) and Engineer-in-Charge of the work , whichever is later, the performance

guarantee shall be returned to the contractor, without any interest.

6.4 The Engineer-in-Charge shall not make a claim under the Performance Guarantee

except for amounts to which Executive Engineer Provincial Division No. II, PWD

B&R Br. Sonepat Haryana (India) is entitled under the contract (not withstanding

and/or without prejudice to any other provisions in the contract agreement) in the

event of:-

(a) Failure by the contractor to extend the validity of the Performance Guarantee

as described herein above, in which event the Engineer-in-Charge may claim

the full amount of the Performance Guarantee.

(b) Failure by the contractor to pay Executive Engineer Provincial Division No.

II, PWD B&R Br. Sonepat Haryana (India) any amount due, either as agreed

by the contractor or determined under any of the Clauses/Conditions of the

agreement, within 30 days of the service of notice to this effect by Engineer –

in-Charge.

6.5 In the event of the contractor being determined or rescinded under provision of any of

the clause/condition of the agreement, The Performance Guarantee shall stand forfeited

in full and shall be absolutely at the disposal of Executive Engineer Provincial Division

No. II, PWD B&R Br. Sonepat Haryana (India)

Clause 7: Work to be executed in accordance with specifications, drawings, orders etc.

7.1.1 The Tenderer will submit the drawings/designs of the work to be executed within

Seven days of signing of the agreement. The design and drawings so submitted

shall be the sole and exclusive property of Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India)

26

26

7.1.2 The Tenderer shall execute the whole and every part of the work in the most substantial

and workman like manner both as regards materials and otherwise in every respect in strict

accordance with approved specifications and the product sample approved including

designs for synthetic surfaces and MORTH specifications with upto date corrections of

receipt of the tender for sub-base work. Necessary site test for the sub-base with respect to

quality and workmanship, as deemed fit by Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India), would have to be undertaken at the cost of the supplier.

7.2 All works shall be executed under the Engineer-in–Charge of work

oversee/supervise and approve the work at various stages. Any report in this regard

has to be forwarded to Superintending Engineer Jhajjar Circle PWD B&R Br.

Jhajjar Haryana (India)

7.3 The Synthetic Surface identical to the sample approved shall be laid after the said

Engineer-in-Charge of work is fully satisfied with the leveling and surfacing work

of sub-base (including removal of the existing surface wherever applicable) and

certifies to that effect in writing. Any change to the quality of the Synthetic

Surface other than to the sample approved shall not be accepted.

7.4 The supplier agency firm namely the Tenderer when requiring to engage any local

contractor for construction of sub-base must engage a reputed registered contractor

with the approval of SAI having experience of carrying out of work of similar

nature and quantity in the past. Such contractor’s particulars with registration

number and list of machinery available with the Contractor must be given to

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

7.5 The Tenderer shall employ his technical experts including a Graduate Engineer for

technical supervision during execution of work and as long thereafter as may be

necessary for proper fulfilling all the obligations under the contract.

Clause 8: Discrepancies and Adjustment of Errors:

8.1 The several documents forming the contract are to be taken as mutually explanatory

of one another, detailed drawings being followed in preference to small-scale

drawings and figured dimensions in preference to general conditions.

8.2 In the case of discrepancy between the Schedule of Quantities, the Specifications

and/or the Drawings the following order of preference shall be observed :

i. Description of Schedule of Quantities.

ii. Particulars Specification and Special Condition, if any.

iii. Drawings

27

27

iv. MORTH. Specifications in respect of the ‘Sub-base’.

v. Indian Standard Specifications or B.I.S.

8.3 If there are varying or conflicting provisions made in any one document forming

part of the contract, Executive Engineer Provl. Divin No-II PWD B&R Br. Sonipat

Haryana (India) shall be the deciding authority with regard to the intention of the

document and his decision shall be final and binding on the tenderer.

8.4 Any error in description, quantity or rate in Schedule of Quantities or any omission

therefrom shall not vitiate the contract or release tenderer from the execution of the

whole or any part of the works compromised therein according to drawings and

specifications or from any of his obligations under contract.

Clause 9: Materials, Equipment, Tools & Plant.

9.1 The Tenderer shall arrange all materials, labour, machinery, equipment, tools and plant,

mixers, protective clothing, fork lift, truck, dumper, office equipment (hereinafter

collectively referred to as ‘materials & equipment’) and such other materials and equipment

as is necessary for efficient and timely execution of the work Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall in no way be responsible

to any accidents or injury caused during the execution of the work.

9.2 The work of dense bituminous concrete surfacing course over the existing sub-base as per

Items provided in the schedule of quantities Appendix-I and Appendix-II shall be got done

from the specialized and experienced agencies having necessary expertise, equipment, plant

and machinery etc.

9.3 All materials and equipment related to this contract shall be properly packed by the

Tenderer to avoid any loss, damage or deterioration in transit and during storage or

laying/fixing in India. Notwithstanding the said transit insurance, the responsibility of safe

transportation of materials & equipment shall be with the Tenderer. Should any loss or

damage occur, the Tenderer shall initiate and pursue claims till settlement and promptly

make arrangement for repairs and/or replacement of any damaged items irrespective or

settlement of claims by the under writers. Delay arising out of damage to materials and

equipment in transit shall not be considered for extension of the schedule date of

completion.

Clause 10: Price

10.1 Rates: The rates tendered by the Tenderer shall be for completed items of work covering

all materials, labour, carriage, royalties, fees, rents, sales tax Income Tax +2%Edu. Cess+

Labour cess and any other taxes, octroi, levies, insurance charges and demurrage, wastage,

tools, plant, equipment, transport, temporary construction, overhead charges and profits as

well as general liabilities, obligations and risks etc. arising out of the conditions of the

contract etc. complete. The prices will also include cost of testing of samples, collected

during execution laboratory as also for field (site) tests and repair/replacement of defective

of worn out portions of surface during the warranty period. No extra charges, whatsoever,

consequent on any misunderstanding or otherwise shall be allowed.

10.2 The prices shall also be inclusive of all expenses, taxes, levies, insurance and demurrage

and any other fees and expenses etc. levied by the authorities in the place of origin, on

28

28

voyage and in India and shall be paid by the Tenderer except for the custom duty payable in

India for which the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) will apply and obtain ‘Custom Duty Exemption Certificate’. Necessary assistance

if required will be provided by Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) This will be subject to the Tenderer complying with

the condition, including re-export within six months from the date of importation of the

equipment for laying/fixing of the said surface specified in Annexure to the Notification

NO.11/97-Customs dated 1.3.1997, as amended from time to time, regarding customs duty

exemption in respect of equipment required for laying/fixing of the surface.

10.3 The price will remain firm during the entire period of contract and there will not be any

escalation in the tendered value due to any reason whatsoever.

10.4 Income Tax @2% and Sale Tax @4% alongwith surcharge,+2% Edu.Cess +1%Labour

Cess+ as applicable shall be recoverable from contractor/agency from its running/final

bills.

Clause 11: Quality Control

11.1.1 Samples for testing by the NABL Shri Ram Centre New Delhi accredited Laboratories as

determined by Executive Engineer, Provl. Divn. No. II PWD B&R Br. Sonepat is to be

provided by the supplier upon material reaching the site of size 6.7mm to maximum of

10mm thickness and before laying of the surface and also during execution of work as

determined under for which no additional expenses are to be given.

11.1.2 Samples shall be taken as per the discretion of the Executive Engineer Provl. Divin No-II

PWD B&R Br. Sonipat Haryana (India) in presence of the authorized representative of

the Tenderer. Samples shall be sealed and signed by both the parties/indicating the location

from where the same were taken. The samples shall be sent to any of the

approved/accredited laboratories specified by the Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India) for testing at the cost of the Tenderer.

11.1.3 The Test Reports of the samples in original must be sent by the accredited laboratory

directly to Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) within a period of 90 days from the date of physical completion of work.

11.1.4 The samples will be tested for the same parameters as indicated in the Test Reports

submitted at the time of submission of tender.

11.2 The tendered value shall be inclusive of all costs in taking and preparation of samples,

their sealing, carriage and testing etc. to ensure that the material supplied and work has

been done in accordance with specifications of sample offered with the tender in all

respects.

29

29

11.3 The materials used for the sub-base will be got tested as per directions of EE , P-II,

Sonepat (Haryana) for the purpose of ensuring the quality of materials being used during

the construction of sub-base. Such tests will be arranged by Executive Engineer

Provl. Divin No-II PWD B&R Br. Sonipat Haryana (India), but cost will be borne by

the Tenderer.

11.4 After completion of laying/fixing, the said surface shall be put to use for trial for a period

of 30 days to the entire satisfaction of the Committee of Experts/Players, so as to ensure

that the said surface and providing/fixing thereof is strictly in accordance with

requirements. In case, any defect or any shortcomings are noticed in the said trial or

subsequent use, the Tenderer shall at his own cost rectify the said defects/short-comings or

replace the defective materials to make the surface comply with the requirements.

11.5 Upon receipt of Test Report of the samples from the accredited laboratory and

performance report of experts and players, the user Agency shall arrange for Joint

inspection of the completed work by the Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) and a technical representative of Department of Youth

Affairs & Sports, Govt. of Haryana. A technical expert and a representative of the

Tenderer for certifying satisfactory completion of work as per contract and its acceptance.

If the performance of the surface is not satisfactory than filed staff field Test of the

Synthetic Surface would be undertaken from an accredited laboratory at the cost of the

tenderer.

11.6 At the time of laying of the top bituminous Surface of Sub-Base, the Technical

representative of the firm supplying Synthetic Surface shall remain present during the full

period of laying to ensure that the top bituminous concrete surface has been laid as per

their specification and requirement. No extra cost will be payable for the same. A

Certificate to this effect from the technical representative of the firm supplying the

Synthetic Surface for satisfactory laying of the top Bituminous surface including the sub-

base is to be obtained before commencing the laying of Synthetic Surface. Defects if any

in the sub-base located shall have to be rectified by the supplier agency free of cost.

Clause 12 Payment

The payment will be made in Indian currency. All the items of work as contained in the

schedule of quantities enclosed with the tender would be paid on basis of actual

measurement of work executed. Any additional quantity would be paid on the basis of

actual measurement of work on basis of the rate agreed upon in the contract/agreement.

30

30

12.1 Payment regarding Sub-Base & Sprinkler System.

12.1.1 The 80% cost of the Sub-base will be paid on completion of Sub-Base work as per

specification on actual measurements monthly.

12.1.2 The balance 20% cost of Sub-Base will be paid after the Synthetic Surface has been laid

and accepted by Tender Processing Committee Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India)

12.2 Deleted

12.2.3 On receipt of satisfactory test report from the accredited laboratory as per Clause 11.2.3,

inspection and acceptance of the surface as per Clause 10.4 & 10.5 as also satisfactory

reports of prescribed post laying tests, if any, the final payment of 35% of the contract value

of the Synthetic Material shall be paid to the Tenderer provided the Tenderer furnishes a

performance warranty supported by an irrevocable bank guarantee equal to 5% of the

tendered value of the full contract including sub-base, Sprinkler system, drainage and chain

link fencing etc.. All the Bank Guarantee given earlier at 1st & 2

nd Stage (40%+25%) will be

released on submission of the 5% Performance Bank Guarantee of the tendered value.

The Bank Guarantee shall be on State Bank of India or a schedule bank in Sonepat in

favour of Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

and shall be valid for period of Ten years from the date of acceptance of surface.

12.2.4 In case, it comes to notice at any stage that defective materials have been supplied or the

workmanship is defective or any defects develop during the warranty period, the Executive

Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall be entitled to

encash the available guarantees without prejudice to other contractual condition/ obligation.

12.2.5 With holding and lien in respect of sums due from Contractor

i) Whenever any clause or claims for payment of a sum of money arises out of or under the

contract or against the tenderer, The Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) shall be entitled to withhold and also have lien to

retain such sum or sums in whole or in part from the security, if any deposited by the

tenderer and for the purpose aforesaid for any other work being funded by Tenderer.

The Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

shall be entitled to withhold the security deposit, if any, furnished as the cause may be

and also have a lien over the same pending finalization or adjudication of any such

claim. In the event of the security being insufficient it cover the claimed amount or

amounts or if no security has been taken insufficient it cover the claimed amount or

amounts or if so security has been taken from the tenderer, the Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall be entitled to

withhold and have a lien to retain to the extent of such claimed amount or amounts

referred to above, from any sum or sums found payable or which may at time thereafter

31

31

become payable to the tenderer under the same contract or any other contract with the

any Govt. agency.

ii) Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall

have the right to cause an audit and technical examination of the works and the final

bills of the contractor including all supporting vouchers, abstract etc. to be made after

payment of the final bill and if as a result of such audit and technical examination and

sum of found to have been overpaid in respect of any work done by the contract under

the contract or any work claimed to have been done by him under the contract and found

not to have been executed, the tenderer shall be liable to refund the amount of over-

payment and it shall be lawful for the Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) to recover the same from him in the manner

prescribed in sub-Clause(i) of this caluse or in any other manner legally permissible; and

if it is found that the tenderer was paid less than what was due to him under the contract

payment shall be dully paid by Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) to the tenderer, without any interest thereon whatsoever.

Provided that the Government shall not be entitled to recover any sum overpaid, nor the

tenderer shall be entitled to payment or any sum paid short where such payment has

been agreed upon between the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) on the one hand and the tenderer on the other under any term

of the contract permitted payment for work after assessment by the Executive

Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

Lien in respect of claims in other Contracts.

Any sum of money due and payable to the tenderer (including the security deposit

returnable to him) under the contract may be withheld or retained by way of lien by the

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

contracting person or persons through Executive Engineer Provl.Divin No-II PWD B&R

Br. Sonipat Haryana (India) against any claim of the Executive Engineer Provl.Divin

No-II PWD B&R Br. Son Executive Engineer Provl.Divin No-II PWD B&R Br Sonipat

Haryana (India) or Government or such other person or persons in respect of payment of a

sum of money arising out of or under any other contract made by the tenderer with the

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) It is an

agreed term of the contract with the sum of money so withheld or retained Under the clause

by the Executive Engineer Provl.Divin No-II PWD B&R Br Sonipat Haryana (India)

or the Govt. will be kept withheld or retained as such by Executive Engineer Provl.Divin

No-II PWD B&R Br. Sonipat Haryana (India) or the Govt. or till his claim arising out of

the same contract or any other contract is either mutually settled or determined by the

arbitration clause or by the competent court, as the case may be and that the contractor shall

have no claim for interest or damages whosoever on this account or on any other ground in

32

32

respect of any sum of money withheld or retained under this clause and duly notified as such to the

tenderer.

Clause 13: Warranty of the work

13.1 The Tenderer shall certify that no sub-standard materials have been used in the work and

provide written warranty to the effect that Synthetic Surfaces shall duly and fully comply

with all the requirements of and against sub-standard materials and workmanship for a

period of (10 Year) Ten years from the date of acceptance of the laid surface. The

warranty will be to repair or replace any part or whole of the said surfaces found defective

or otherwise contrary to the specifications with no cost to Executive Engineer Provl.Divin

No-II PWD B&R Br. Sonepat

13.2 The Tenderer undertakes that all remedial work or repairs or replacement necessary under

the terms of warranty will be carried out promptly on notification in writing by the

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) in this

regard and repairs or replacements will be carried out with materials identical to the

original surface and at set times as may be agreed with the Executive Engineer Provl.Divin

No-II PWD B&R Br. Sonipat Haryana (India) and Work-Supervisory Committee, MNSS

Rai, so that the programme of activities is not affected.

In case the Tenderer fails to carry out the said repairs/replacements/removal of the defects

within the stipulated time, the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat

Haryana (India) shall get the bank guarantee encashed and forfeit the amount of Bank

Guarantee.

13.3 The Tenderer shall post one qualified Engineer at site for day to day supervision of the

Work and to ensure that work is being carried out as per the specification and prescribed

time schedule.

13.4 The Tenderer shall discharge the obligations at his cost under the warranty clause.

Clause – 14 Breach of Contract

14.1 The Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) while

executing a contract with the Supplier Agency shall have the full right to see that the terms

& conditions, specifications, quality, workmanship of the works assigned to the Supplier

Agency or the party to the contract is full complied and are satisfactory/ acceptable before

payments are released.

14.2 If at any stage it is seen that the quality of material being used is below the standard

accepted. Specified in the agreement or any deviation from the approved specification of the

product or the laid down norms are not being followed/ there is contravention to the terms

and conditions of agreement, the same will be considered as breach of contract and in such

case, without prejudice to any other right remedies against the contractor, Executive

33

33

Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) will have full right to stop

further payment even if due, until and unless the discrepancies/ objections are set right or

replaced/clarified by the Supplier Agency to the entire satisfaction of Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat (Haryana), failing to comply with the above

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) would

initiate legal action as deemed fit within the jurisdiction of Punjab & Haryana High Court.

Clause 15 : Force Majeure

15.1 The term “Force Majeure” shall mean acts of God or any act not within the control of

parties, such as lightening and unprecedented floods, earthquake, hurricane and wars,

revolts, riots, fire, sabotage. Upon the occurrence of such cause and upon its termination,

the party, alleging that it has been rendered unable, as aforesaid, shall notify the other party

in writing immediately but not later than seven days of the alleged beginning as well as

ending thereof, giving full particulars and satisfactory evidence in support of its claim.

15.2 In the event of either party being rendered unable by force majeure to perform any duty or

discharge any responsibility arising out of the contract, the relative obligation of the party

affected by such force majeure shall upon notification to the other party be suspended for

the period during which force majeure event lasts. The cost and loss sustained by either

party shall be borne by respective parties.

15.3 The time for performance of the relative obligation suspended by the force majeure shall

stand extended by the period for which such cause lasts.

15.4 Should the delay caused by force majeure exceed two months, the parties to the contract

shall hold discussions to resolve the situation mutually.

Clause 16: Liquidated Damages:

16.1 The Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) and the

Tenderer recognize that “time is the essence of contract” and the Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) will suffer financial loss and

other damages including loss of face and reputation of the country, if the work is not

completed within the stipulated date of completion. They also recognise the delay, expense

and difficulties involved in proving in legal or arbitration proceedings the actual loss

suffered by the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) if the work is not completed within the stipulated time; accordingly, instead of

requiring any such proof Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat

Haryana (India) and the Tenderer agree that as liquidated damages for delay (but not as a

penalty) the Tenderer shall pay the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) Rupees One lacs for each week or part thereof that expires after

the stipulated date of completion until the work is completed, unless such delay is due to

34

34

Force Majeure as defined in the contract or due to Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) default. The total incidence of liquidated damages for

the entire work covered under the Contract shall, however, not exceed a sum of 10% (Ten

Percent) of the tendered value.

16.2 The parties agree that the figures of liquidated damages indicated here above are genuine

pre-estimates of the loss/damage which the Executive Engineer Provl.Divin No-II PWD

B&R Br. Sonipat Haryana (India) would have suffered on account of delay/breach on the

part of the Tenderer and the said amount will be payable on demand without there being

any proof of the actual loss or damages caused by such delay/breach. All sums payable by

way of liquidated damages shall be considered as reasonable compensation without

reference to the actual loss or damage which shall have been sustained.

16.3 The decision of the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) and Work-Supervisory Committee Executive Engineer Provl.Divin No-II PWD

B&R Br. in the matter of applicability of the clause of liquidated damages shall be final

and binding on the Tenderer.

16.4 The Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) may

without prejudice to any other method of recovery of such liquidated damages, deduct the

amount so payable by the Tenderer, from any amount due or falling due to the Tenderer.

The payment of deduction of such amounts shall not relieve the Tenderer from his

obligations to complete the work or from any other obligations and liabilities of the

Tenderer under the contract.

16.5 If the Tenderer fails to execute the work with due diligence and within the prescribed time

scheduled for different items of work or refuses or neglects to comply with reasonable

orders given to him, in writing by the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) in connection with the works, or contravenes the provision of the

contract, the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India)

may give notice in writing to the Tenderer to make good such failure, neglect or

contravention. Should the Tenderer fail to comply with the notice within three days from

the date of service thereof, the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) shall be at liberty to employ other workmen and forthwith execute

such part (s) of work as the Tenderer may have neglected to or if the Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall think fit, it shall be lawful

for it, without prejudice to any other right, it may have under the contract, to take the work,

wholly or in part out of Tenderer’s hands and re-contract and complete the same or any part

thereof to the Tenderer’s account and in that event Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India) shall have free use of Tenderer’s equipment that

may have been at the time on site in connection with the work without being responsible to

the Tenderer for reasonable wear & tear thereof and to the exclusion of any right of the

35

35

Tenderer over the same, and the Executive Engineer Provl.Divin No-II PWD B&R Br.

Sonipat Haryana (India) shall be entitled to retain and apply any amount due to the Tenderer

or such part thereof as may be necessary, to the payment of the cost of executing the said

part of the work or of completing the work or executing a part thereof as aforesaid exceeds

the balance amount (s) due to the Tenderer, the Tenderer shall pay such excess. Such

payment of excess amount shall be independent of the liquidated damages for delay, which

the Tenderer shall have to pay if the completion of work is delayed.

16.6 In addition, such action by Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat

Haryana (India) as aforesaid shall not relieve the Tenderer of his liability to pay liquidated

damages for the delays in completion of work.

Clause 17: Arbitration

17.1 Except where otherwise provided in the contract, all questions and disputes relating to the

meaning of the specifications, designs, drawings and instructions herein before mentioned

and as to the quality of workmanship or materials used on the work or as to any other

question, claim, right, matter or thing whatsoever in any way arising out of or relating to

the contract, designs, drawings, specifications, estimates, instructions, orders or conditions

of the contract or otherwise concerning the works or the execution or failure to execute the

same whether arising during the progress of the work or after the cancellation,

termination, completion or abandonment thereof shall be settled amicably between the

parties. If amicable settlement cannot be reached, disputes or differences shall be referred

for adjudication through arbitration by a sole arbitrator appointed by the Head of

Department Haryana Chandigarh If the arbitrator so appointed is unable or unwilling

to act or resigns his appointment or vacates his office due to any reason whatsoever,

another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be

entitled to proceed with the reference from the stage at which it was left by his

predecessor.

17.2 It is a term of this contract that the party invoking arbitration shall give a list of disputes

with amounts claimed in respect of each such dispute along with the notice for appointment

of arbitrator.

17.3 It is also a term of this contract that no person other than a person appointed by the Head of

Department Haryana Chandigarh as aforesaid, should act as arbitrator and if for any reason

that is not possible, the matter shall not be referred to arbitration at all.

17.4 It is also a term of this contract that if the Tenderer does not make any demand for

appointment of arbitrator in respect of any claim in writing as aforesaid within 120 days of

receiving the intimation from the Executive Engineer Provl.Divin No-II PWD B&R Br.

36

36

Sonepat Haryana (India) that the final bill is ready for payment, the claim of the Tenderer

shall be deemed to have been waived and absolutely barred and Executive Engineer

Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall be discharged and released

of all liabilities under the contract in respect of these claims.

17.5 The arbitration shall be conducted in accordance with the provisions of the Arbitration and

Conciliation Act, 1996 (26 of 1996) or any statutory modifications or re-enactment thereof

and the rules made thereunder and for the time being in force shall apply to the arbitration

proceedings under this clause. It is also a term of this contract that the arbitrator shall

adjudicate on only such disputes as are referred to him by the appointing authority and give

separate award against each dispute and claim referred to him and in all cases, the arbitrator

shall give reasons for the award.

17.6 It is also a term of the contract that if any fees are payable to the arbitrator and any other

expenses incurred for arbitration proceedings, these shall be paid equally by both the parties.

17.7 It is also a term of the contract that arbitrator shall be deemed to have entered on the

reference on the date he issues notice to both the parties calling them to submit their

statement of claims and counter statement of claims. The venue of the arbitration

proceedings shall be such place as may be fixed by the arbitrator in his sole discretion.

The fees, if any, to the arbitrator shall, if required to be paid before the award is made and

published, be paid half and half by each of the parties. The cost of the reference and of the

award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator

who may direct to and by whom and in what manner, such costs or any part thereof shall be

paid and fix or settle the amount of costs to be so paid.

17.8 Notwithstanding anything contained in this contract, the parties shall not be entitled to

invoke reference of dispute to the arbitration after acceptance of the final payment until it is

so recorded on the bill that the same was being received under protest.

17.9 The award shall be final and binding on both parties. Arbitration proceedings shall be

conducted in English language and in India only.

Clause 18: Jurisdiction and applicable law

Indian Laws will govern this contract/ and any application in respect of any proceedings

under this contract will be to the jurisdiction of Punjab & Haryana High Court only and also

for any application to entertain any suit in connection with this contract. Provided that

nothing herein contained shall operate to the prejudice of any rights/recourses of the

Executive Engineer Provl. Divin No-II PWD B&R Br. Sonipat Haryana (India) and Work-

Supervisory Committee, MNSS Rai regarding blacklisting or any other matter for which

there exists any condition in writing.

Clause 19: Cancellation of contract

Notwithstanding anything herein contained:

37

37

19.1 The Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) shall

have the right to cancel the contract and be entitled to the restitution of all moneys paid by

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) to the

Tenderer under this contract alongwith interest at 18% per annum and the damages as

assessed by the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) in its sole discretion in case the Tenderer fails to perform the obligations strictly

within the time stipulated herein or otherwise fails to discharge the duties and obligations

undertaken by the Tenderer. The work can be got completed at the risk and

cost of the Tenderer and the delivered materials or part thereof may be utilised subject to

cost adjustment for the same as determined by the Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India)

19.2 Provided that in case of any failure or delay on the part of the parties as aforesaid arising

out of the force majeure such other party shall not be entitled to rescind or revoke this

contract.

19.3 Superintending Engineer Jhajjar Circle PWD B&R Br. Jhajjar Haryana (India) reserves the

right to cancel the contract in the event of omission/misrepresentation of any material fact.

Clause 20: Non-Assignment

The supplier shall not assign or transfer the contract or any part thereof without prior

approval of the Government and User Agency in writing.

Clause 21: Modification of the Contract

Modification(s) if any, effected in any of the provision of the present contract shall be valid

only in case of the written agreement of the both parties.

Clause 22: Taxes, Levies, Insurance etc.

22.1 All taxes, levies, insurance demurrage and any other fees and expenses etc. in India and

outside India shall be paid by the supplier except for the custom duty payable in India. The

custom duty, if leviable, shall be the responsibility of the User Agency, subject to the

supplier complying with the conditions (including re-export within six months from the

date of importation of the equipments for installation of the said tracks and surfaces)

specified in Annexure to the notification No.11/97-Custom dated 1.3.97, as amended from

time to time, regarding custom duty exemption in respect of equipments required for

installation of synethetic tracks and artificial surfaces.

22.2 All materials and equipment pertaining the said surface and otherwise related to this

contract shall be properly packed by the Supplier to avoid any loss, damage or deterioration

in during the storage or installation in India. Notwithstanding the said transit insurance, the

responsibility for safe transportation of materials shall lie with the supplier. Should any loss

or damage occur, the Supplier shall intimate and pursue claims till settlement and promptly

38

38

make arrangements for repair and/or replacement of any damaged items irrespective of settlement

of claims by the underwriters.

Clause 23: Extension of Time

If the CONTRACTOR desires an extension of time for completion of the work on the

ground of his having been unavoidably hindered in its execution, he shall request in writing

to the User Agency for extension within 10 days of the date of hindrance on account of

which he desires such extension as aforesaid. The Executive Engineer, Provincial Division

No. II, PWD B&R br. Sonepat shall, if in his opinion (which shall be final) reasonable

grounds have been shown thereof, authorise such extension of time as may, in his opinion

extension of time, it awarded, shall be without prejudice to the provision that time is the

essence of CONTRACT and to any other terms and conditions related to time of

completion an are provided in the CONTRACT.

Clause 24: Project Works

The contractor shall arrange to protect, at his own cost, in an adequate manner, ali cut stone

work and other work, requiring protection and to maintain such protection, as long as work

is in progress. he shall remove and replace this protection, as required by the Engineer-in-

Charge, from time to time. Any damage to the work, so protected no matter how it may, be

caused shall be made good by the Contractor free of cost. All templates, forms, moulds,

centering, false works and models, which in the opinion of the Engineer-in-Charge are

necessary for the proper and workmen like execution of the work, shall be provided by the

Contractor free of cost.

Clause 25

The tenderer shall be the sole and principal employer of all labour employed on the work

and shall comply with all the Indian Labour Laws as well as other laws, bylaws, orders and

instructions used by any competent authority in this behalf. The tenderer shall be liable for

all payments under any law including labour laws as also any compensation required to be

paid on account of any injury, accident or mishap.

Clause 26: Consultancy Facilities

The Supplier, besides the supervision of the installation of the said surface at

Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana (India) will

also provide free of any additional charge consultancy services to the user agency to

advise the latter in the construction of the sub-structure for the said surface. The

service include help in the preparation of all detail drainage design and working,

drawing, layout and setting out drawings, preparation of girds of levels for all

facilities and site supervision of work of construction and programming of the base

foundation to ensure its compliance with all the requirements. The consultancy

39

39

services in the India would include a minimum of three trips of atleast one week

duration each by the supervisor of the supplier.

Clause 27: Death of Contractor

Without prejudice to any of the rights or remedies under the contractor, if the contractor

dies, the legal heirs of the Contractor or the Chief Engineer or duly authorised Engineer

shall have the option of terminating the contract without any compensation.

Clause 28 : Tenderer to indemnify the Executive Engineer Provl.Division-II PWD B&R Br.

Sonipat Haryana (India)

The Tenderer shall fully indemnify and keep indemnified the Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India) against any action, claim or proceedings relating to

infringement or use of any patent design or any alleged patent or design rights and shall pay any

royalties, which may be payable in respect of any article or part thereof included in the contract. In

event of any claims made under or action brought against Executive Engineer Provl.Divin No-II

PWD B&R Br. Sonipat Haryana (India) in respect of any such matters as aforesaid, the Tenderer

shall be notified thereof and the Tenderer shall be at liberty, at his own expense, to settle any

dispute or to conduct any litigation that may arise therefrom; provided that the Tenderer shall not be

liable to indemnify the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat Haryana

(India) if the infringement of the patent or design or any alleged patent or design right is the direct

result of an order passed by the Executive Engineer Provl.Divin No-II PWD B&R Br. Sonipat

Haryana (India) in this behalf.The contract comes into force on the date of signing by the authorized

representatives of both parties.

WITNESSES:

In witness whereof, the parties, through their respective duly authorized representative have

signed this agreement on the days mentioned against respective signatures.

Signed this day of..........................................

1. ............................................................ for and on behalf of USER AGENCY/OWNER

Address...............................................

............................................................

2. ............................................................for and on behalf of SUPPLIER/CONTRACTOR

.............................................................

Address................................................

..............................................................

2. ……………………………..

40

40

EVALUATION OF POST QUALIFICATION OF CONTRACT

Name of Work: Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat

Distt Special conditions of contract for Post Qualification as detailed here under, shall be

applicable in addition to all other terms and conditions already prescribed under standard

agreement forms/rules and regulations relating to contracts.

Applicability:

1. The requirement of Post Qualification of contractors would be applicable only for

execution of works costing as follows:

Rs. Upto Rs. 2.00 crores for Building & Synthetic Surface.

Procedure:

2. Procedure for Post Qualification would be as follows:

i) Two envelop system would be adopted for Post Qualification envelop-A being the

Technical Bid and envelop-B being the Financial Bid. Each envelop would be

sealed separately and subscribed Envelop-A Technical Bid and Envelop-B Financial

Bid. Both envelops would be placed in a third envelop duly sealed, bearing the name

of the work and the name of the bidding contractor. In this third envelop; envelop of

earnest money and sales tax clearance certificate should also be kept. Sales Tax

clearance certificate valid upto last six months would be considered.

ii) The technical bid envelop would be opened on the date and time specified in Notice

inviting tender and the bid would be evaluated by a committee consisted by

Superintending Engineer Jhajjar Cicle Haryana (India) according to the criteria for

post qualification laid down hereunder.

iii) The Financial bid envelope would be opened of only those bidders who fulfill the

Post Qualification criteria.

Criteria:

3. Criteria for Post Qualification would be as follows:

i) The bidder should have executed at least 50% of the following quantities of work in

any one of the last five financial years.

41

41

Synthetic Surfaces Play Grounds

Sr.No. Item Qty.as per BOQ

a) Earth Work

b) W.B.M./W.H.M.(Cum)

c) B.T.Work

d) Cement Concrete Pavement by Batch Mix Plant

e) International Synthetic Surface 3200 Sqm

f) Drain Work

ii) The bidder should have completed at least one work of similar nature of international

Synthetic Surface work in last Three Years of the value not less than Rs.-------- Lacs

of the estimated cost of the work updated to present price level.

iii) The bidder should have achieved a financial turnover of at least 60% of the cost of

work (bid cost - Rs.----------) in any one of the last three financial years.

iv) The bidder should be able to deploy the machinery and equipment specified in

schedule-III, in the execution of this work. The machinery and equipment should be

available to the bidder on ownership or confirm lease basis for which appropriate

proof will have to be submitted.

v) Bid Capacity:

Bidders who meet the minimum qualification criteria will be qualified only if their

acceptable bid capacity is more than the total bid value. The available bid capacity

will be calculated as under:-

Assessed available bid capacity = (2 X N X A) - B

Where

A= Maximum value of International Synthetic Hockey Surface executed in any one year

during the last five years updated to present 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 bids are invited.

B= Value, at present price level, of existing commitments and on-going works to be

completed during 'N' (the period prescribed for completion of the works for which

the bids are invited).

Note:

i) The statements showing the value of existing commitments and on-going works as

well as the stipulated period of completion remaining for each of the works listed

should be counter signed by the Engineer Incharge.

ii) The present price level for turn over and cost of completed work of similar nature in

the previous years, value shall be given weightage of 10% per year.

42

42

(vi) Litigation History

Bidders should provide accurate information on any litigation or arbitration resulting

from contracts completed or under execution by over the last five years. The max.

value (updated at the present price level) of disputed amount claimed in

litigation/arbitration resulting from contracts executed in last five years shall be

deducted from the calculated Bid capacity of the bidder. The details shall be

furnished in Schedule-VI.

Note:

1) The statements showing the value of existing commitments and on-going works as

well as the stipulated period of completion remaining for period of the works listed

should be countersigned by the Engineer Incharge.

2) The present price level for turn over cost of completed work and disputed amount of

similar nature, the previous years value shall be given weightage of 10% per year as

follows:

a) for Current year - 1.00

b) for last year - 1.00

c) for one year before - 1.10

d) for two year before - 1.21

e) for three year before - 1.33

f) for Four year before - 1.46

Documentation:

4. The bidder should furnish the following documents alongwith the Technical Bid.

a) Information regarding financial resources and capacity, in Schedule-I

b) Information regarding works executed in the last five years in Schedule-II

c) Certificates from the concerned Engineers-in-charges in supports and verification of

the information furnished in Schedule-II.

d) Information regarding machinery and equipment required for deployment, as

detailed in Schedule-III.

e) Information regarding details of Maximum value of International Synthetic Surface

executed in any one year during the last five years taking into account the completed

as well as works in progress in Schedule-IV.

f) Information regarding existing commitments and on-going works to be completed in

Schedule-V.

g) Information regarding details of litigation or arbitration contracts to be furnished in

Schedule - VI.

43

43

Important:

5. (a) The bidder must ensure that all the information required in

the documents is furnished by him complete in all respects. He would not be allowed

to withdraw any document, or to rectify any information furnished therein, after

submitting the bid.

b) In place of immediate availability of the certificates as mentioned in clause 4(c). The

bidder should give an affidavit that the "Information furnished in Schedule I, II, III,

IV, V & VI is correct". If any information is found to be incorrect, the offer of the

bidder shall be rejected and action as per rules shall be taken.

Rejection of bids:

6. The department reserves the right to reject any bid, or to disqualify any or all the

bidders, without assigning any reason.

7. (i) If a bid is not accompanied with the requisite documents mentioned in clauses 4(a) to

4(g) or is not in accordance with procedure specified in para 2, or is not

accompanied with the earnest money, sales tax clearance certificate, it would be

liable for rejection.

ii) Furnishing of incorrect or incomplete information of concealment of any information

required in the bid documents, would render the bid liable for rejection.

8. The Sales Tax clearance certificate and earnest money should be kept in separate envelopes

which shall be kept in third envelop in which envelop No.1 Technical Bid and envelop No.2

of Financial Bid would be placed. Only after evaluating the correctness of eanrest money,

Sales Tax clearance certificates, the Technical Bid would be opened.

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

44

44

EVALUATION POST QUALIFICATION OF CONTRACTOR

ABSTRACT DETAILS

1. Name of Work : ...............................................................

2. Name of the Contractor : ...............................................................

3. Sales Tax Certificate valid upto : ...............................................................

CRITERIA

4. Maximum Quantity of Work executed

in any one of the previous years

International Synthetic Work

a) Earth Work (Cum) : ...............................................................

b) W.B.M./W.M.M.(Cum) : ...............................................................

c) SDBC/BM/AC by paver (M.T.) : ...............................................................

d) SDBC/PMC/MSS may be the paver

or by mannual (MT) : ...............................................................

e) Synethetic Surface (Sqm.) : ...............................................................

f) Concrete Work (cum) : ...............................................................

g) Drain Work (Rmt.) : ...............................................................

h) Reinforcement (MT) : ...............................................................

i) Masonry (Stone/Brick) : ...............................................................

j) Shuttering (Sqm.) : ...............................................................

6. Max.value of single synthetic

surface work completed in last

three years (as per Schedule-IV)

Type of Work Completion Cost

Synthetic Surface Work : ...............................................................

7. Max. financial turnover in any one of : ...............................................................

the last three years (As per Schedule-I)

8. Availability of Machinery and

Equipment (as per Schedule-III) No. No. Total

Owned Leased

Synthetic Surface Work

a. Smooth Wheeled Roller : ............... .............. ................

b. Truck/Tractor/Dumpers : ............... .............. ................

c. Bitumen boiler with sprayer : ............... .............. ................

d. Hot Mix Plant : ............... .............. ................

e. Paver finisher electronic Sanser : ............... .............. ................

f. J.C.B. : ............... .............. ................

g. Vibratory Roller : ............... .............. ................

h. Tipper 8-10 Tonnes : ............... .............. ................

45

45

i Concrete Mixer Capacity (10/7)

with hopper : ............... .............. ................

j) Needle Vibrator : ............... .............. ................

k) Plate Vibrator : ............... .............. ................

l) Weight Batcher : ............... .............. ................

9. Litigation/Arbitration (as per Schedule-VI)

Maximum value. As present price level of

disputed amount claimed in litigation/

arbitration resulting from contracts

executed in last five years : ............... .............. ................

10. Bid Capacity = (2XNxA)-B where

A= Max. value of works executed

in any one of the last five years

updated to the current price

level (as per Schedule-IV) : ............... .............. ................

N= Number of years prescribed for

completion of the works

for which the bids are invigted : ............... .............. ................

B= Value at present price level of

existing commitments and on-

going works to be executed

during period 'N'(Period pre-

scribed for completion of the

works for which the bids are

invited (as per Schedule-V)

11. Acceptable Bid Capacity

Bid Capacity calculated as per (10)

above - Maximum value of disputed

items as per (9) above : ............... .............. ................

46

46

SHEDULE – I

FINANCIAL RESOURCES AND CAPABILITY

1 Name of Bidder

2 Total Financial turnover achieved by the bidder in the last three financial years:

Year Turnover

(i)

(ii)

(iii)

(iv)

Note : Balance Sheets and Profit and Loss Accounts for the last five financial years should

be enclosed.

3 Total financial turnover projected in the current financial year.

4 Has the bidder ever been debarred from tendering for Central Government/ State

Government/ any Government undertaking?

5 Has the bidder ever been declared insolvent?

Yes/No, if yes give details:

6 Name/(s) and Branch/(s) of bidder’s Bankers

I/we hereby certify that the above information is correct to the best of my/ our knowledge

and belief.

Date: Signature of Bidder

(with seal, wherever applicable)

47

47

SCHEDULE – II A

[ Reference Clause 4(b)]

DETAILS OF QUANTITIES OF WORKS EXECUTED DURING LAST FIVE FINANCIAL YEARS

Principal items of work Sr.

No.

Name of work (with agreement

No. & Date)

Place

(District/

State)

Financial

year Earth Work

(Cum)

WBM or

WMM

(Cum/

Sqm)

Drainage

Work

(Rmt.)

PMC/SDBC/MSS

by paver in Sqm/

Tonnes

DBM/BM/AC

by paver in

Tonnes

Synthetic

Surface

work (in

Sqm)

Signature of Bidder

(With seal wherever applicable)

Note: Certificates form concerned Engineer – Incharge should be enclosed in support and verification of the above statement.

48

48

SCHEDULE – III

Details of minimum machinery and equipment required to be deployed by the contractor in

the execution of the tendered work

Name of Bidder:

Item Minimum Source of

Nos. availability

(Owned/Leased)

Synthetic Surface Works

a) Smooth Wheeled Roller :

b. Truck/ Tractor/ Dumpers :

c. Bitumen boiler with sprayer :

d. Hot Mix Plant :

e. Paver finisher Electronic Sanser :

f. J.C.B. :

g. Vibrator Roller :

h. Tipper 8-10 Tonnes :

i. C.C. Mixer Capacity :

j. Niddle Vibrator :

k. Plate Vibrator :

I/We hereby undertake to deploy the machinery and equipment, listed above as and when required

in the execution of this work.

Date Signature of Bidder

(With seal, wherever applicable)

49

49

SCHEDULE – IV

DETAILS OF MAXIMUM VALUE INTERNAITONAL SYNTHETIC SURFACE WORK EXECUTED

IN ANY ONE YEAR DURING THE LAST FIVE YEARS TAKING INTO ACCOUNT THE COMPLETED

AS WELL AS WORKS IN PROGRESS

Sr.

No.

Name of works (with

agreement No. & Date)

Client Place

(District/

State/

Country)

Financial

Year

Cost of work

as per work

order

Stipulated date of

commencement

Stipulated

date of

completion

Value of

work done

during the

year

Signature of Bidder

(With seal wherever applicable)

Note: Certificates form concerned Engineer – Incharge should be attached in support and verification of the above statement.

50

50

SCHEDULE - V

DETAILS OF EXISTING COMMITMENTS & ON GOING WORKS TO BE COMPLETED

Sr.

No.

Name of work (with agreement

No. & Date

Client Cost of work

as per work

order

Stipulated

date of

commence-

ment

Stipulated date

of completion

Value of

balance work

on date of

tender

Likely date of

completion of

balance work

Signature of Bidder

(With seal wherever applicable)

Note: Certificates form concerned Engineer – Incharge should be attached in support and verification of the above statement

51

51

SCHEDULE -VI

DETAILS OF LITIGATION OR ARBITRATION CONTRACTS

Sr.

No.

Name of work with Agreement No.

& Date)

Client Work order

amount

Disputed

amount

claimed in

Litigation/

Arbitration

Date of

Raising

Disputed

Amount

Actual Award

Amount, if the

case is decided

Cause of

litigation &

matter is

Disputed

Signature of Bidder

(With seal wherever applicable)

Note: Certificates form concerned Engineer – Incharge should be attached in support and verification of the above statement

52

52

APPENDIX – 1(A)

SCHEDULE OF QUANTITY

(BILLS OF QUANTITY)

Sr

No.

Description of Item Quantity Unit Amount Rate Remarks

1. Full description of

Synthetic Surface material

indicating total quantity of

different ingredients

(a)

(b)

(c)

2. Full description of the sub-

base work and the

insertions to be provided

(a)

(b)

(c)

3. Full description of drainage

works including cover

4. Other works/supply

53

53

Executive Engineer Provl. Divn. No. II, PWD B&R Br. Sonepat

Financial Bid

for

Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat Distt.

N.I.T./DNIT Amount : Rs 32.00 Lacs (Approved Cost)

Date of Sale : From ------- to -------

Date of Receipt : ------------ (upto 11:00 A.M.)

Date of Opening of : ---------- (4:00 P.M.)

Technical Bid

Date of opening of : As per the decision of Committee intimated later on

Financial Bid

Time Limit : 3 (Three) Months.

M/s_____________________________________

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

TENDER DOCUMENT NO……………….

54

54

EXECUTIVE ENGINEER PROVL. DIVIN NO- II PWD B&R

Br.SONIPAT

FINANCIAL BID DOCUMENT

FOR

Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai in Sonepat Distt

Issued to:-

_____________________________________

_____________________________________

_____________________________________

Issued on:- _____________________________________

Issued by:- _____________________________________ (Signature)

_____________________________________ (Designation)

55

55

DNIT for the synthetic tennis courts at MNSS Rai in Sonepat Distt.

App Cost. Rs. 32.00 lacs

E/Money Rs. 32000/64000/-

Time Limit :- 3 Months

Item No.

Description of Work Quantity Rate Unit

1 Cement concrete 1; 2; 4 with stone aggregate 20 mm nominal size in foundation and plinth. (HSR 10.41)

0.54 Cum

Rate to be qtoted by the

agency

Per Cum

2 Preparation of sub grade, including trenching, rough dressing of spoil final dressing of earth, to given levels and camber, watering, rolling with road roller, and compacting the bed (HSR 24.1)

1338 .00 Sqm

Rate to be qtoted by the

agency

Per sqm

3 Providing and laying 150mm thick compacted granular sub base with well graded material to the granular base specification compacting with vibratory roller to achieve the desired density including lighting , guarding, barricading and maintenance of diversion etc. as per MORD specification and as directed by the Engineer-in-Charge complete in all respect (NS)

100.00 Cum

Rate to be qtoted by the

agency

Per Cum

4 Providing and laying spreading and compacting of stone aggregate of WBM sub-base course of proper grade and chamber including application of screening for interlocking sprinkling of water and rolling with power roller as per MORTH specification latest revision clause 104 including making furrows as per MORTH specification clasue 404-3-1 grading No. 2 material (63mm to 45 mm size) of table 400-7 with stone screening material type 'B' of table 400-8 and binding material in layers as per specification.

200.00 Cum

Rate to be qtoted by the

agency

Per Cum

5 Providing and laying spreading and compacting of stone aggregate of WBM sub-base course of proper grade and chamber including application of screening for interlocking sprinkling of water and rolling with power roller as per MORTH specification latest revision clause 104 including making furrows as per MORTH specification clasue 404-3-1 grading No. 3 material (53mm to 22.4 mm size) of table 400-7 with stone screening material type 'B' of table 400-8 and binding material in layers as per specification.

200.70 Cum

Rate to be qtoted by the

agency

Per Cum

6 Providing & laying Prime Coat of grade (medium setting) bitumen emulsion using emulsion @ 0.60 kg per % sqm; all inclusive including cleaning the surface as per PWD specification.

1338.00 Sqm

Rate to be qtoted by the

agency

Per Sqm

7 Providing & laying tack coat on existing black top surface with bitumen 80/100 @ 30 Kg. Per Hundred Sqm. of medium setting grade confirming to relevant IS code including cost of bitumen. 80/100 grade.

2676.00 Sqm

Rate to be qtoted by the

agency

Per Sqm

56

56

8 Providing and laying 50mm thick compacted bituminous macadam mixed in 100-120 TPH Hot Mix Plant with using crushed aggregate of specified grading and 80/100 grade bitumen as a binder 3.3% to 3.5% content by the total weight of mix transported to site laid over a previously prepared surface with paver finisher to the required grade level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction as per table No.500.4 G2 to conform the clause 504 of MORT&H specification (4th revision) of 2001/ latest edition.

66.90 Cum

Rate to be qtoted by the

agency

Per Cum

9 Second layer of 40mm thick compacted hot mix SDBC course with 6mm down chips well graded upto 2mm size with 10% stone dust powdered lime.

53.52 Cum

Rate to be qtoted by the

agency

Per Cum

10 Carriage of 5 layer acrylic synthetic surface and storage of the same including cleaning, laying and maintenance equipment at identified store of MNSS RAI, Sonepat , Haryana (India)

1 job - Per Job

11 Submitting a layout plan including the colour scheme and getting it approved by designated authority at MNSS RAI Sonepat detailing the line markings as per approved guidelines of ITF

1 job Rate to be qtoted by the

agency

Per Job

12 Marking the space and making provisions required to install removable/fixed type poles & posts for the lawn tennis courts

1 job Rate to be qtoted by the

agency

Per Job

13 Installing the sleeves required for removable Poles and installing fixed type poles on the Asphalt floor as approved by site engineer using cement concrete mix with nominal mix in ratio of 1x1.5x3 mix as per Haryana Schedule rates (HSR) and bring it to the level of existing floor.

Provision Rate to be qtoted by the

agency

Per Job

14 Providing and installing chain link fencing around the playing area (4800 sq.ft approx.) as per details given in annexure 2 attached here with.

4800 sft Rate to be qtoted by the

agency

Per sft

15 Supplying & laying a 5 layer outdoor synthetic sports surface which is all weather, non glaring and non porous in the form of acrylic paint Total Area being 1338 sq. mtr in accordance with Annexure 4.attached herewith.

1338 sqm

Rate to be qtoted by the

agency

Per sqm

16 Supplying and installing 4 light towers & lights in the playing area as per details given in annexure 3 attached here with.

4 Nos Rate to be qtoted by the

agency

Per each

17 Supplying and fixing of 2 sets removable poles with sleeves having 46mm dia sq. pipe with inbuilt lever for net tightening along with 2 nets of Garware brand with centre tape.

2 Nos Rate to be qtoted by the

agency

Per Each

DNIT approved for Rs. 32.00 Lacs vide SE (Jhajjar) letter No. 4982 dated 20.06.2011

HDM Executive Engineer,

Provl. Divn. No.II

PWD B&R Br., Sonepat

57

57

Annexure 1

Details of constructing asphalt sub base at MNSS RAI, Sonepat , Haryana(India)

1. Excavation and filling with good earth, removing weeds and other impurities , filling murum & good

earth, spreading, watering, rolling and compacting the court to .30 mtr. thickness.

2. Treating the court with appropriate chemicals to ensure that ground becomes infertile and

unwanted growth of vegetation can be stopped.

3. Providing and laying of WBM layer of 150 mm thick with 60 to 80 mm size metal compacted

including murum, spreading, watering, rolling etc. complete in all regards.

4. Laying 50 mm thick semi grout bitumen court surface including laying metal layer, heating bitumen,

spreading chips and rolling. Grade of bitumen shall be 80-100 and spread should be 2.75 Kg per sq.

meter.

5. Providing & Laying 40 mm thick carpet 12 mm premix seal coat by hot mixer or appropriate

machinery , compacting it with power roller.

6. Premix carpet bitumen should be 3.5% by metal weight and premix seal coat bitumen must be 5.5%

by metal weight with grade being 80-100.

7. All through maintain a slope of 1% i.e 1” at the interval of every 10ft approx. towards the agreed

side having an outlet of water.

8. The entire surface should be rolled once again when cold , recommended to be rolled in the early

morning hours.

9. Construction of open drain of 4” wide and 6” deep on the down side of slope ending in the water

outlet / sewer.

10. Construction of toe wall on all four sides of court with A grade bricks having a width of 13” and a

depth of 12” complete with necessary masonry work.

11. Providing PCC work on the toe wall using concrete mix of 1:2:4.

Executive Engineer,

Provincial Division No.II

PWD B&R Br., Sonepat

58

58

Annexure 2

Providing & installing chain link fence for tennis court at mnss RAI (Sonepat) Haryana

Total qty of Chain link fencing

1. 120’-0” x 10’-0” = 1200

2. 120’-0” x 10’-0” =1200

3. 120 ’-0” x 10’-0” =1200

4. 120’-0” x 10’-0” =1200

4800 Sq ft.

a. Qty = 4800 sq ft. for two tennis court

b. Providing & fixing 2” M.S. pipe of 12 gauges 58 OD to make the pole fixed at the gap of 10’. Pole will

be 10’ above ground with 2’ deep inside the wall grouted with hold fast with P.C.C. 1:1/2: 3.

c. Providing and fixing 2” M.S. pipe of 12 gauges welded on top and bottom for making the frames.

d. Gate will be provided at the main entrance side with 2” M.S. pipe of 12 gauges.

e. Providing & fixing Chain Link Jali of 2 mm or 3 mm G.I. wire.

f. Cement concrete 1:2:4 (1 cement :2 coarse sand 4 stone graded)

g. Providing one coat of primer on pipes.

h. Painting the pipe and fence in colour of client’s choice.

Executive Engineer,

Provincial Division No.II

PWD B&R Br., Sonepat

59

59

Annexure 3

Providing & installing Light poles & lights for tennis court at mnss RAI (Sonepat) Haryana

FLOODLIGHTS: a) Four 30ft high poles of 5”dia reducing to 4” dia on top MS Medium Pipe Electric Poles grouted 5’

deep in ground and 25’ above the ground. The poles will be positioned at an equidistance of 21’

from the net.

b) Make a rectangular frame 8’x4’ of 35 mm angle iron/ sq. pipe and installation the top of the poles.

c) Put steps on each of the pole of 1” MS pipe so that maintenance can be easier.

d) Put 1.5 mm 3 core wires from top of the pole to the bottom for each metal halide and 4 core 10

gauge wire for main cable underground fittings from the main point

e) Install MCB and other electrical switches for metal halides – in an electrical box, one each

for one pole and one main box where all these four pole boxes come.

f) Install 24 metal halides of 400 watts, 6 light each on all poles complete with choke and casing.

Alternatively 16 lights of 600 watts i.e 4 lights on each pole can be put.

g) Main service line will be provided by client up to the main junction box near the courts

h) Four 30ft high poles of 5”dia reducing to 4” dia on top MS Medium Pipe Electric Poles grouted 5’

deep in ground and 25’ above the ground. The poles will be positioned at an equidistance of 21’

from the net.

i) Make a rectangular frame 8’x4’ of 35 mm angle iron/ sq. pipe and installation the top of the poles.

j) Put steps on each of the pole of 1” MS pipe so that maintenance can be easier.

k) Put 1.5 mm 3 core wires from top of the pole to the bottom for each metal halide and 4 core 10

gauge wire for main cable underground fittings from the main point

l) Install MCB and other electrical switches for metal halides – in an electrical box, one each

for one pole and one main box where all these four pole boxes come.

m) Install 24 metal halides of 400 watts, 6 light each on all poles complete with choke and casing.

Alternatively 16 lights of 600 watts i.e 4 lights on each pole can be put.

n) Main service line will be provided by client up to the main junction box near the courts

Executive Engineer,

Provincial Division No.II

PWD B&R Br., Sonepat

60

60

Annexure 4

Providing & laying 5 layer acrylic all weather synthetic surface for tennis court at mnss RAI

(Sonepat) Haryana

1. Prior to any application of synthetic surface the asphalt sub base must be checked for water

leveling and cracks.

2. Any uneven patches or cracks should be repaired.

3. One coat of resurfacer / Filler should be applied with squeeze or paver as the case may be.

4. Two subsequent coats of fine cushion material / texture course should be similarly applied. Care

should be taken to mix the ingredients at the site with mechanical mixer as per manufacturer’s

instructions. Mixture should be stirred until homogeneous. Appropriate curing and drying time

should be provided as given in manual of company concerned.

5. Two subsequent coats of colour finish should be provided over such dried and cured surface. Again

the mix should be prepared at site in accordance with the manufacturer’s instruction with the help

of mechanical mixer. Appropriate curing and drying time must be provided considering the weather

conditions with regard to humidity and temperature prevailing.

6. Lastly the court markings should be applied in accordance with the ITF instructions with undiluted

white paint. All lines must be 2” wide.

Eligibility Criteria of Vendor:

• The Vendor must have executed atleast 2 similar projects covering an area of 10000

sq ft. in India.

• The manufacturer company of surface must be in existence of not less than 10 years

or the period for which warranty is provided whichever is higher.

• The vendor must provide a letter of approval from the manufacturer company for

being authorized to lay the surface.

Executive Engineer,

Provincial Division No.II

PWD B&R Br., Sonepat

61

61

AGREEMENT

This agreement made on this ………… between Executive Engineer, Provl. Divn. No. II,

PWD B&R Br. Sonipat Haryana (India) (hereinafter referred to as ------------------ and

…………………., which expression shall unless otherwise excluded by or repugnant to the context

be deemed to include its successors, representatives and permitted assignees) of the one part and the

........................................................., the Tenderer (which expression shall unless otherwise

excluded by or repugnant to the context be deemed to include its successors, representative and

permitted assignees) of the other part.

Whereas, pursuant to the offer of the Tenderer, the Tenderer has agreed to undertake the

following works:

1. Providing & Laying of multipurpose indoor sports synthetic surface of not less than 6.7 mm

to maximum of 10 mm thickness (Subjects to technical conditions specified in Annexure -2)

on the existing concrete floor measuring 53 mtr. X 30 mtr. (Approximate / subject to

change) including provision and installation of various poles posts & nets as given in

Annexure-1 complete in all respect at Moti Lal Nehru School of Sports Rai, Sonepat District

(Haryana) (India)………………... on Turn-Key basis for a tendered value of

Rs…………..… as per the terms and conditions of the work award letter No.

…………………………….dated …………….. and terms & conditions annexed hereto.

The following documents will also form part of the Agreement:

Sr. No. LIST OF DOCUMENTS:

1. Press Notification inviting the offers, issued by Principal & Director Motilal Nehru

School of sports Rai Sonipat Haryana (India) dated ………..

2. Offer Letter No. ………………. dated…………….

3. Work Award Letter No. ………. dated…………….

4. Time Schedule of work.

5. Schedule of Quantity.

6. Terms & Conditions.

In witness whereof, the parties have hereunto set and subscribed their handed seals on the

day and the year first above written.

for and behalf of Governor of Haryana

Executive Engineer

Provl. Divn. No. II

PWD B&R Br. Sonepat

For and on behalf of Tenderer

Witness:

62

62

EXECUTIVE ENGINEER PROVL. DIVN. NO. II PWD B&R Br.

SONIPAT

TENDER ON TURN KEY BASIS

I/We have read and examined the notice inviting tender, schedule of quantities, specification

applicable, drawings and designs, general rules and directions, conditions of contract, clauses of contract,

special conditions, schedule of rates and 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, for Executive Engineer Provl. Divn. No. II PWD B&R

Br. Sonipat Haryana of the work specified in the underwritten memorandum within the time specified

in such memorandum at the rates quoted in the 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 of the conditions of contract and in all respects in accordance with such conditions.

Memorandum:

Name of work: Synthetic tennis courts at Moti Lal Nehru School of Sports, Rai

in Sonepat Distt

Earnest Money: Rs. 64000/- (Rupees Sixty four thousand only)

(a) Time allowed for completion of work 3 (Three) Months from the date of opening of LC.

I/We agree to keep the tender open for seventy-five days from the date of opening thereof

and not to make any modifications in its terms & conditions.

A sum of Rs. 64000/- (Rupees Sixty four thousand only) Executive Engineer Provl. Divn. No.

II PWD B&R Br. Sonipat as earnest money payable in Sonepat

Should this tender be accepted, I/We hereby agree (i) to abide by and fulfill all the terms &

provisions of the said conditions annexed hereto and all the terms and provisions contained in notice

inviting tender, and/or in default thereof to forfeit and pay to Executive Engineer Provl. Divn. No. II

PWD B&R Br Sonepat the sum of money mentioned in the said conditions. If I/we fail to commence

the work specified in the above memorandum, I/we agree that Executive Engineer Provl. Divn. No.

II PWD B&R Br Sonepat shall without prejudice to any other right or remedy, be at liberty to forfeit

the said earnest money absolutely (ii) to execute all the works referred to in the tender documents upon the

terms & conditions contained or referred to therein.

Signature of the Tenderer

Dated:

Address…………………. Witness:

Address:

Occupation: