tender no. ce (p) ctk/47/2014-15 ca no ce (p) ctk… · (iv) undertaking for general conditions of...
TRANSCRIPT
TENDER No. CE (P) CTK/47/2014-15
CA NO CE (P) CTK/ /2015-2016
SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN
Publishing Date 16 Mar 2015 (1500 hrs)
Bid Documents Download/Sale
Start Date
16 Mar 2015 (1600 hrs)
Seek Clarification Start Date 17 Mar 2015 (1000 hrs)
Seek Clarification End Date 24 Mar 2015 (1400 hrs)
Pre Bid Meeting Date 26 Mar 2015 (1000 hrs)
Bid Submission Start Date 27 Mar 2015 (1100 hrs)
Bid submission End Date 06 Apr 2015 (1150 hrs)
„T‟ Bid Opening Date 06 Apr 2015 (1200 hrs)
„Q‟ Bid Opening Date Will be intimated later
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 1 Tender No. CE (P) CTK/47/2014-2015
BORDER ROADS ORGANISATION
CHIEF ENGINEER PROJECT CHETAK
NAME OF WORK:- SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN
INDEX
Srl. No.
Contents Page No
From To
(A) PART I (UNPRICED /TECHNICAL BID)
1. Contents sheet 1 1
2. Tender forwarding letter including eligibility criteria, List & format of
qualification documents and instructions to tenderers 2 14
3. Notice Inviting Tender and Amendment to Notice Inviting Tender 15 18
4. General Conditions of Contract IAFW-1815 (Z) including errata and
amendments*
19 43
5. Special conditions 44 58
6. Particular/technical Specifications including list of drawing 59 65
(B) PART II PRICED BID
7. Item rate contract for Supply of Stores & Material required IAFW
1815 (Z) including Schedule A Notes, Schedule A, B, C & D and Tender Page
66 72
8. Schedule „A‟ (Attached to tender documents, to be quoted by
Bidder and submitted through online only)
(C) OTHER DOCUMENTS FORMING PART OF CONTRACT
AGREEMENT
9. Errata / Amendments to tender documents
10. Relevant Correspondence
11. Tender Conditions Acceptance Letter (Separately attached)
12. Acceptance Letter
13. Total No. of Pages
14. Total Nos of Drawings
SW
(Signature of contractor) For Accepting Officer
Note: Not attached. These documents can be seen in the office of HQ DGBR/HQ CE(P) Chetak/HQ 45 BRTF during working hours.
CA NO. CE(P) CTK/ /2014-2015 Serial Page No.2
Tender No. CE (P) CTK/47/2014-2015
PART- I TECHNICAL BID
Fax : 0151-2250589
Email:- [email protected]
Headquarters
Chief Engineer Project Chetak
C/O 56 APO
PIN 931707 81963/T/10 /E8 16 Mar 2015
M/s ________________
______________________,
______________________ SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN
Dear Sir (s), 1. A Set of Tender Documents containing T-Bid (Technical Bid) and Q-Bid (Priced Bid) for the above work is forwarded herewith. Please note that tender will be received through on-line only by the Chief Engineer Project Chetak, C/o 56 APO upto 1150 hrs on 06 Apr 2015. „T‟ Bid will be opened as per date / time as mentioned in the tender critical date sheet. After online opening of T-Bid, the results of their qualification as well as Q-Bid opening will be intimated later.
2. Tenderers or their duly authorized representative who have submitted their tenders and who wish to be present at the time of opening of tenders may visit the office of The Chief Engineer Project Chetak C/O 56 APO at the above mentioned time. However they can view online tender opening process at their premises.
3. Notice Inviting Tender may also be downloaded from BRO website www.bro.gov.in (for
reference only) and Tender Documents may be downloaded from Central Public Procurement Portal
(CPPP) Website https://eprocure.govin/eprocure/app. Bidder should submit/ post / courier the
Tender Fee, EMD and Tender Conditions Acceptance Letter alongwith Part-II Priced /
Commercial Bid Notes as specified in the tender in original upto one hour before the bid
opening time for the tender. After Due date and time, the Tender Fee, EMD and Tender
Conditions Acceptance Letter alongwith Part II Priced / Commercial Bid Notes will not be
accepted and further Technical Evaluation of these firms will not be carried out. Scanned copy
of the instrument should be uploaded as part of the offer. Earnest money is not required to be
attached with tender by the enlisted contractor; however they have to submit/upload scanned
and signed copy of their enlistment letter as supporting document for not submitting the EMD.
EMD is required from unenlisted contractor / enlisted contractor with BRO, who have not
submitted standing security deposit.
4. Tendering Procedure shall be single stage-two bid system and tender documents are
prepared in two parts as under:- Part – I (Technical Bid – T Bid) Part-II (Price / Commercial Bid –Q Bid) 5. Part-I („Technical Bid‟ – „T‟ Bid) (Srl Page No. 1 to 65) 5.1 Part-I („Technical Bid‟ –„T‟ Bid comprise of the following:- (i) Eligibility /qualification documents
SW
(Signature of contractor) For Accepting Officer
CA NO. CE(P) CTK/ /2014-15 Serial Page No. 3
Tender No. CE (P) CTK/47/2014-2015 (ii) Tender forwarding letter including eligibility criteria, list of qualification
documents and instruction to tenderers.
(iii) Notice Inviting Tender
(iv) Undertaking for General Conditions of contracts (IAFW 2249) forming part of contract agreement.
(v) Special Conditions of Contract
(vi) Particular /Technical Specifications including drawings, if any (vii) Any other tender documents except Priced Bid
(viii) Cost of Tender Documents if not already submitted
(ix) Earnest Money by “Un-enlisted Contractors” and “Enlisted Contractors who have not submitted standing security deposit.
5.2 Technical Evaluation Criteria
5.2.1 Bidder should have submitted cost of tender documents.
5.2.2 If contractor is not enlisted with BRO or enlisted with BRO but has not
submitted standing security deposit, he should have submitted Earnest Money.
5.2.3 All the pages of Priced-Bid notes (Part-II) should have been duly signed by the bidder / authorized rep.
5.2.4 Eligibility Criteria:- (A) Tenderers shall meet the following eligibility criteria:-
A.1 Capabilities (this criteria is exempted for tenderers enlisted with BRO in eligible class* & above for works with estimated cost upto Rs 25 crores as given in NIT).
(a) Working capital: The tenderer should have working capital and / or credit
facilities of at least 10% of the estimated cost of work as given in NIT i.e Rs 28.55 Lacs
Copy of latest balance sheet/income tax return for working capital and/or Banker‟s certificate for credit facilities. If necessary deptt will make inquiries with
the tenderer‟s Banker.
(b) The tenderer should have immovable property of residual market value (i.e. free from loan / mortgage) of at least 10% of estimated cost of work given in NIT i.e Rs 28.55 Lacs Note:- Immovable property shall be exclusively in the name of contractor/company and not in the name of family members/relative/others. In case of limited companies, these should also be reflected in Balance Sheet.
Tenderer shall submit affidavit for immovable property incorporating following certificates in affidavit along-with valuation report from Registered (with any Govt body) valuer and registration certificate with any Govt body of registered valuer:- (a) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.
OR That the immovable is free from any disputes and encumbrance and clearly belongs to the contractor. The immovable property has been mortgaged/hypothecated for Rs………………..market value of immovable property as per valuation report given by Registered valuer is Rs …………………….therefore Residual market value of property i.e Rs………….(market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been
shown for seeking enlistment of a sister concern in BRO. (c) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 4
Tender No. CE (P) CTK/47/2014-2015 A.2 Experience:-
S/No
Experience Criteria Documents to be submitted by the tenderers to prove eligibility
(a) Tenderer should have successfully completed or substantially completed three similar works costing not less than the amount equal
to 40% of estimated cost of work i.e Rs 114.18 Lacs
Or Two similar works costing not less than the amount equal to 50% of estimated cost of work i.e Rs 142.73 Lacs
Or One similar work costing not less than the amount equal to 80% of estimated cost of work i.e Rs 228.36 Lacs in “last seven & current” financial years. These similar works should have been successfully completed or substantially completed** at altitude 1000 m & above, if works is required to be executed
at altitude 1000m & above.
List of works completed/substantially completed in last seven and current financial years and ongoing works in the following
format:- a) Name of work & CA No b) Brief scope of work c) Name and address of employer/clients d) Accepted contract amount e) Date of commencement of work f) Original date of completion. g) Extended date of completion h) Actual date of completion/Present progress j) Cost of completed work k) Remarks explaining reasons of delay if any Note :- Works providing eligibility criteria of experience shall be highlighted and
performance certificate from client in respect of this work shall be submitted.
A.3 Available Bid Capacity (ABC):- as per formula given here-in-after should be more than estimated cost of work given in NIT.
A.4 Vehicles, Equipments and Plants (VEP):-Tenderer should own or have assured access
(through hire/lease/purchase agreement/other commercial means) to the requisite Equipments, Plants and Vehicles in good working condition as given hereunder:-
(a) Hydraulic Excavator/JCB/Wheel Loader - 1 No minimum
(b) Tipper/Trucks - 3 Nos minimum
A.5 Performance and other requirements:- Tenderer shall submit undertaking that
(a) There is no poor/slow progress in running works. (If yes he will submit details
and reasons of delay to check that these are not attributable to him or are
beyond his control).
(b) There are no serious defects observed in works which stand unrectified (If
yes he will submit details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealised
recoveries exist (If yes he will submit details and reasons).
(d) The firm has not been blacklisted by any Govt Deptt (If yes he will submit
details and reasons).
(e) There are no any Govt dues outstanding against the firm (If yes he will
submit details and reasons).
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 5
Tender No. CE (P) CTK/47/2014-2015 (f) Proprietor / partners / directors of firm are not involved in anti national /
social activities and have neither been convicted nor any proceeding are pending
in court for such activities. (If yes he will submit details and reasons).
(g) Tenderer shall submit information of all arbitration / court cases decided during last 5 years and current financial year and presently in progress as per
following format:- (a) Name and address of employer (b) Cause of dispute (c) Amounts involved
(d) Brief of court judgment/arbitration award (if published) otherwise present progress
Notes for (A):-
(i)*Eligible class shall be class E for works with estimated cost up to Rs 0.15 crore (as per NIT), class D for works with estimated cost between Rs 0.15 crore to Rs 0.30 crore (as per NIT), class C for works with estimated cost between Rs 0.30 crore to Rs 0.60 crore (as per NIT), class B for works with estimated cost between Rs 0.60 crore to Rs 1.50 crore
(as per NIT), class A for works with estimated cost between Rs 1.50 crore to Rs3.00 crore
(as per NIT), class S (for works with estimated cost between Rs 3.00 crore to Rs 12 crore (as per NIT) and class SS for works with estimated cost between Rs 12 crore to Rs 25
crore (as per NIT). (ii) Blank (iii) The work may have been executed by the tenderer as prime contractor or as a
member of joint venture or sub contractor. In case project has been executed by a joint
venture, weightage towards experience of the project would be given to each member in
proportion to their participation in the joint venture.
(iv) ** Substantially completed works means those works which are 90% completed
on the date of submission (i.e. gross value of work done upto the last date of
submission is 90% or more of the original contract price) and continuing satisfactorily.
(v) Completion cost of works shall be brought to common base on the date of receipt
of tender as per following formula:-
Completion cost X (1+(Period in days from date of completion to date of receipt of tender / 365 days) X 0.1)).
(vi) Available Bid Capacity (ABC) will be calculated as under:-
Available Bid Capacity = 2.5xAxN-B
A – Maximum value of all civil engineering works in any one year during the last 5 financial years (updated to the current price level with enhancement factors as given below)
Year Multiplying factor
Last first year 1.10 Last second year 1.20
Last third year 1.30
Last fourth year 1.40 Last fifth year 1.50
N – Number of years prescribed for completion of work for which the current bid is invited.
B – Value of the balance ongoing works to be executed in period N
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 6
Tender No. CE (P) CTK/47/2014-2015 (vii) The tenderer shall indicate actual figures of completion cost of work and value of A without any enhancement as stated above.
(viii) To determine the altitude of work, average of minimum and maximum altitudes
of the work site shall be considered.
(ix) Immovable property shall be exclusively in the name of contractor/Company and
not in the name of family members/relatives/Others. In case of Limited Companies,
these should also be reflected in Balance Sheet.
(x) Relaxation may be given in any one criteria (except in criteria of
Experience and performance & other requirements) up to 25% extent i.e. ABC
may be permitted up to 75% of estimated cost of work/VEP may be permitted up to
75% of total Nos of requisite VEP/Working capital may be permitted up to 75% of
requirement/Immovable property may be permitted up to 75% of
requirement/Engineering establishment may be permitted up to 75% of requirement.
No relaxation shall be permitted in criteria of Experience and performance &
other requirements.
(xi) The tenderer may be afforded an opportunity to clarify or modify his qualification
documents, if necessary, with respect to any rectifiable defects. The tenderer will
respond in not more than 15 days of issue of the clarification letter, failing to which his
tender is liable to be rejected.
(B) JOINT VENTURE (JV):- Joint ventures are permitted for Bridge Works with estimated cost more than Rs 10 crores and for other works with estimated cost more than Rs 25 crores.
Number of partners in Joint Ventures shall not be more than three. Evaluation shall be done as under:-
Criteria Method of evaluation
Experience All partners of JV must satisfy collectively.
Available bid capacity Immovable property
Each partner of JV should meet the criteria in proportion of shares of partners of JV. For example, if any partner has 40% share in JV,
he should have available bid capacity more than 40% of estimated cost of work and minimum immovable property equal to 40% of 10% i.e. 4% of estimated cost of work.
Vehicles, Equipments and Plants
Working capital
Engineering Establishment for execution contracts.
All partners of JV must satisfy collectively.
Performance and other requirements All partners of JV must satisfy individually.
Bid shall be signed so as to legally bind all partners of JV, jointly and severally, and shall be
submitted with a copy of the joint venture agreement providing the „joint and several‟ liability
with respect to the contract. Relaxation as per note (A) (x) as stated above shall not be
permissible in case of JV. Payment shall be made either in the name of JV or the name of
lead partner only.
(C) Disqualification
Even though the tenderers meet the above criteria, they are liable to be disqualified if they
have made misleading or false information in bidding documents submitted.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 7
Tender No. CE (P) CTK/47/2014-2015 5.2.5 List & format of eligibility documents to be attached alongwith Part-I of tender
documents to prove eligibility:-
(i) List of works completed/substantially completed in last seven and current
financial years and ongoing works in following format:-
(a) Name of work & CA No (b) Brief scope of work (c) Name & address of
employer/client (d) Accepted contract amount (e) Date of commencement of
work (f) Original date of completion (g) Extended date of completion (h) Actual
date of completion/Present progress (j) Cost of completed work (k) Cost of
Balance works (l) Remarks explaining reasons of delay if any.
Note: Works proving eligibility criteria of experience shall be highlighted and
performance certificate from client in respect of these works shall be submitted.
(ii) Available Bid Capacity:
For-A: Balance sheets/Certificates from Chartered Accountant indicating annual
turnover of Civil Engg works constructed in last 5 years.
For-B: Contractors shall submit details of ongoing works as per format stated
here-in-before.
Tenderers shall calculate ABC and submit details duly signed.
(iii) Equipments, Plants and Vehicles:
(a) Tenderer shall indicate source of requisite vehicles, equipments and Plants
in good working condition required for execution of work in following format:-
(i) Item
(ii) Year of manufacture
(iii) Source from where to be arranged (owned/leased etc)
(iv) Location presently deployed
(v) Based on known commitments, whether will be available for use in the
proposed contract
(b) Copy of Documentary support of ownership/assured access to the satisfaction
of the Accepting Officer.
(iv) Performance and other requirements:
Tenderer shall submit undertaking that
(a) There is no poor/slow progress in running works. (If yes he will submit details
and reasons of delay to check that these are not attributable to him or are
beyond his control).
(b) There are no serious defects observed in works which stand unrectified (If
yes he will submit details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealised
recoveries exist (If yes he will submit details and reasons).
(d) The firm has not been blacklisted by any Govt Deptt (If yes he will submit
details and reasons).
(e) There are no any Govt dues outstanding against the firm (If yes he will
submit details and reasons).
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 8
Tender No. CE (P) CTK/47/2014-2015 (f) Proprietor / partners / directors of firm are not involved in anti national /
social activities and have neither been convicted nor any proceeding are pending
in court for such activities. (If yes he will submit details and reasons).
(g) Tenderer shall submit information of all arbitration / court cases decided during last 5 years and current financial year and presently in progress as per
following format:- (a) Name and address of employer (b) Cause of dispute (c) Amounts involved
(d) Brief of court judgment/arbitration award (if published) otherwise present progress
(v) Working Capital:
Copy of latest Balance Sheet/Income Tax return for working capital and/or
Banker‟s certificate for credit facilities. If necessary Deptt will make inquiries
with the tenderer‟s Banker.
(vi) Immovable Property:
Tenderer shall submit Affidavit for immovable property incorporating
following certificates along with valuation report from Registered (with any Govt
body) valuer & registration certificate with any Govt body of registered valuer.
(a) That the immovable property is free from mortgages,
hypothecation or any other disputes and encumbrances and clearly
belongs to the Contractor.
Or
That the immovable property is free from any disputes and
encumbrances and clearly belongs to the Contractor. The immovable
property has been mortgaged/hypothecated for ` ....... market value of
immovable property as per valuation report given by Registered valuer is `
........ Therefore Residual market value of property i.e. ` ....... (market
value minus mortgaged value) is free from any mortgage/hypothecation.
(b) That the said immovable property has not been shown for seeking
enlistment of a sister concern in BRO.
(c) That the said immovable property will not be sold, transferred, gifted
or otherwise disposed off till satisfactory completion of the work.
(vii) Engineering Establishment for execution contracts only: Tenderer shall submit list of Engineers on his permanent establishment with
qualification & experience along with affidavits from requisite number of Engineers regarding employment with firm and copies of Degree/Diploma Certificates and
experience certificate.
(viii) Constitution of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies).
(ix) Copies of passport of proprietor/partners/directors (if available). If not submitted and Accepting Officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 9
Tender No. CE (P) CTK/47/2014-2015 (x) Copies of PAN card of proprietor/partners/directors.
(xi) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment.
Notes :
(i) Documents as listed at Sl (v) to (vii) above are exempted for tenderers enlisted with BRO in eligible class* & above for works with estimated cost up to Rs 25 crores as given in NIT.
(ii) Documents as listed at Sl (viii) to (xi) above are exempted for tenderers enlisted with BRO in any class.
(iii) Affidavit/undertakings shall be submitted on Non-judicial stamp papers of appropriate values duly attested by the Magistrate/Notary Public.
(iv) Photocopies of documents shall be attested by Gazetted officer/public notary and also self attested.
5.3 The bidder should meet all the technical evaluation criteria indicated in
the bid documents in order that the bid is considered to be technically
responsive and the bidder qualifying to have its Commercial Bid opened.
6. Part-II („Price /Commercial „ – „Q‟ Bid)
6.1 Part-II Price /Commercial Bid „Q‟ Bid) shall comprise of the following:-
(i) Schedule-„A‟ Notes
(ii) Schedule „B‟, „C‟ & „D‟
(iii) Schedule „A‟ (to be quoted by Bidder and submitted through online only) (iv) Tender Page
6.2 Q Bid Evaluation
Commercial Bids will be reviewed to ensure that the figures indicated therein are
consistent with the details of the corresponding Technical Bids. Arithmetical
corrections shall be made as per General Condition of Contracts 4 (A) of IAFW
1815Z.
Commercial bids of „Technically Responsive‟ Bidders shall be evaluated on the
following:-
(i) Commercial Bids shall only be furnished in Schedule „A‟ forming
part of the Tender Documents.
(ii) All payment Terms as forming part of Clause of General Condition
of Contract have been accepted.
(iii) Completion Period as indicated in Schedule „A‟ have been accepted.
(iv) All General Conditions of Contract have been accepted.
6.3 Determination of L-1 :- L1 shall be arrived at by taking into account the rates
quoted in Sch „A‟ which shall be inclusive of all taxes and duties leviable.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 10
Tender No. CE (P) CTK/47/2014-2015
6.4 „Conditional Bids‟ shall be treated as being „Non Responsive‟ - No „Conditional‟
bids shall be accepted.
6.5 Negotiations, if any shall be carried out ONLY with the Lowest evaluated responsive
bidder in accordance with CVC guidelines on the subject.
7. Blank.
8. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted, Tenderer /Contractor are advised to follow the instructions provided in the „Instructions to the Contractors/ Tenderer for the e-submission of the bids online through Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app.
9. Tender shall be opened as per date/time as mentioned in the tender critical date sheet
indicated in Para I herein before in the presence of tenderers or authorized representative
whoever wish to be present. Part-I only shall be opened first on this day. Part-II (Priced Bid)
shall not be opened. Part-I (Technical Bid) will be opened and evaluated as per BRO technical
criteria given in the tender documents. Qualified tender will accordingly be informed alongwith
date & time of opening of priced bid (however date of opening of priced bid shall not be earlier
than 7 days from date of opening of Part-I (Technical Bid)). Unqualified tender will also be
informed through e-mail. Part-II (priced bid) shall be opened on the appointed date/time in the
presence of such tenderer who choose to be present and the amounts quoted by the tenderer
shall be read out by the opening officer(s) to the tenderers. However they can view online
tender opening process at their premises.
10. The Chief Engineer Project Chetak C/O 56 APO will be Accepting Officer here-in after
referred to as such for the purpose of this contract.
11. Tenderers are requested to quote rates in figure only in the provided column in Schedule „A‟ in Excel sheet.
12. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they may submit their comments / suggestions well before last date of submission of tender for consideration by the Deptt for issue of corrigendum / amendments to tender documents. If Deptt considers comments / suggestion suitable, corrigendum / amendments to tender documents shall be issued and also uploaded on web site. If Deptt does not consider comments / suggestion suitable, corrigendum / amendments to tender documents shall not be issued / uploaded on BRO web site/Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app.and tenderers shall quote strictly complying with the various provisions given in the tender documents. Any tender which stipulates any alterations to any of the conditions / provisions laid down in tender documents
(including corrigendum / amendments) or which proposes any other conditions of any description whatsoever is liable to be rejected.
13. The tenderers are advised to visit the work site to acquaint themselves of working and site conditions, before submitting their tender. The submission of tender by a person implies that he has read this tender forwarding letter, the conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and other factors, site conditions, taxes & levies prevailing etc which may affect the quotation and execution of the work. 14. Tenderer must be very careful to deliver a bonafide tender, failing which the tenders are
liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy
each and every condition laid down in the tender documents.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 11
Tender No. CE (P) CTK/47/2014-2015
15. Tenderer must ensure that the tender is unambiguous and is completed in all respects.
Their particular attention is drawn to the following requirements, which must be complied
with:-
(a) Tender documents are to be signed, dated and witnessed at all the pages provided
for the purpose.
(b) Blank
(c) Blank
(d) Blank
(e) If a tender is submitted on behalf of a firm, it may be signed either by all partners or
a person holding a valid power of attorney from all the partners constituting the firm.
The person signing the tender on behalf of another or on behalf of a firm shall attach
with tender a proper power of attorney duly executed in his favour by such other person
or by all the partners stating specifically that he has authority to bind such other
person(s) or the firm as the case may be in all matters pertaining to the contract
including the arbitration clause. The power of attorney shall be executed as indicated
below:-
(i) In case of proprietorship concern if tender is signed by other than proprietor,
person signing tender documents should hold power of attorney from proprietor.
(ii) In case of partnership concern, power of attorney shall be executed by all
partners.
(iii) In case of company, power of attorney shall be executed in accordance with
the constitution of company.
(f) The undertaking is to be signed and attached by tenderer as per format given at
Appx „C‟.
16. Tenderer who has downloaded the tender from the Central Public Procurement Portal
(CPPP) website https://eprocure.gov.in/eprocure/app.shall not temper / modify the tender form
in any manner. In case if the same is found to be tempered / modified in any manner, tender
will be rejected and tenderer is liable to be banned from doing business with BRO.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 12
Tender No. CE (P) CTK/47/2014-2015
17. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as amended
upto date particularly Section 5 thereof.
18. Earnest Money :- (a) Earnest money is not required to be attached with tender by the enlisted
contractor with BRO (term “enlisted contractor” used in tender documents means
“enlisted contractor with BRO”) who have submitted standing security but same is required from un-enlisted contractor / enlisted contractor with BRO, who have not submitted standing security deposit.
(b) Un-enlisted contractors with BRO / enlisted contractors with BRO, who have not
submitted standing security deposit will submit the tender accompanied with Earnest Money amounting to Rs 3,00,000.00 (Rupees Three Lakhs Only) in the form of Deposit at Call Receipt/Term Deposit receipt/Special Term Deposit receipt in favour of Chief Engineer (P) Chetak, C/O 56 APO obtained from any Nationalized/Scheduled Bank. Tender not accompanied with earnest money will not be considered for acceptance. The amount of this receipt should be basic amount and not their maturity value. Any deposit lying with the department in any form against any other tender and / or contract shall not be considered for adjustment as the earnest money against the tender. Any tender not accompanied with the earnest money in the form as indicated here-in-before or accompanied with any letter / communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender.
(c) Earnest money shall be returned to unsuccessful bidders (other than L-1) after
opening of price bids and to successful (L-1) after receipt of Security Deposit.
19. Security Deposit:-
a) In case of a enlisted contractor, who has submitted the Standing Security Deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge Additional Security Deposit (difference of security deposit of work and standing security deposit) as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment.
b) In case of un-enlisted contractor / enlisted contractor who has not deposited the
Standing Security Deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge Security Deposit as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment. The Security Deposit amount will be communicated as per departmental norms but in no case the same shall be more than Rs. 11,25,000.00 (Rupees Eleven Lakhs Twenty-five Thousand Only). Departmental norms of Security Deposit may be seen in any office of BRO.
c) The contractor at his discretion furnish in lieu of Additional Security Deposit or
Security Deposit a Bank Guarantee Bond executed by any nationalized / schedule Bank
for the said amount. The form of Bank Guarantee Bond may be seen in any office of BRO.
SW (Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 13
Tender No. CE (P) CTK/47/2014-2015
20. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a purchase preference over other tender (s) as are admissible under the
Government Policy. No claim for any compensation or otherwise shall be admissible to such
tenders whose tenders may be rejected on account of the said policy.
21. BLANK 22. The tender shall remain open for acceptance for a period of one hundred twenty
(120) days from the date of opening of Priced Bid (excluding the date of opening).
23. BLANK
24. On acceptance of tender, the name of authorized representative (s) of the contractor
who would be responsible for taking instructions from Engineer-in-Charge or its authorized
representative shall be intimated by the contractor within 7 days of issue of Acceptance letters.
25. Revision / Modification of quoted price:-
(a) The tenderer shall quote his rates in figures only in the provided column in
Schedule „A‟ given in Excel sheet only. In case the tenderer has to revise / modify the
rates quoted in the Schedule „A‟ before tender submission end date as mentioned in
critical date sheet, resubmission of bid shall be allowed.
b) In case a tenderer has to revise / modify / withdraw his quoted rates / offer after
it is submitted, he may do so on his own on-line before the latest time fixed for
submission of tenders. Any revision / modification in offer / withdrawal of offer in the
form of an open letter shall not be taken into account, while considering his originally
quoted offer.
(c) The tenderer shall not be permitted to revise / modify / withdraw price bid after
closure of the time fixed for receipt of tender.
26. Revocation of offer:-
In the event of lowest tenderer revokes his offer or revise his rates upward (which will
be treated as revocation of offer), after opening of tenders and before expiry of original validity
period stipulated in tender documents, the earnest money deposited by him shall be forfeited.
In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the
Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO,
failing which the amount shall be recovered from any payment due to such contractor or shall
be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and
his related firms shall not be issued the tender in second or subsequent calls of subject work.
Yours faithfully,
SW (Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 14 Tender No. CE (P) CTK/47/2014-2015
Appendix „A‟
(Ref Para-15 (f) of Forwarding Letter)
UNDERTAKING BY AUTHORISED SIGNATORY
I, the undersigned do hereby under take that our firm M/s _______
__________________________________________ agree to abide by Terms
and Conditions of Tender No. CE (P) CTK/47/2014-15 for “SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE
STATE OF RAJASTHAN” from page No. 01 to 72 is advertised on the
www.eprocure.gov.in/eprocure/app and it shall be binding on us and may be accepted at any time before the expiration of stipulated tender conditions.
___________________________________
(Signed by an Authorized Officer of the firm)
___________________
Title of Officer
__________________
Name of Firm
___________________
Date
SW
(Signature of contractor) For Accepting Officer
CA No. CE (P) CTK/ /2014-2015 Serial Page No. 15 Tender No. CE (P) CTK/47/2014-2015 E-Mail:Web site : www.bro.nic.in, www.gref.nic.in
NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION
CHIEF ENGINEER PROJECT CHETAK
1. Online bids are invited on single stage two bid system for “SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN” The tittle of above heading on CPPP site https:\\eprocure.gov.in/eprocure/app is “Chetak Tender for Supply and Stacking of material for permanent works and surfacing works on Road RAMGARH-TANOT-KISHANGARH under 95 RCC / 45 BRTF in Rajasthan” 2. Tenderers/Contractors are advised to follow the instructions provided in the „Instructions to the Contractors/Tenderers for e-submission of online bids through Central Public Procurement Portal for e-procurement at https:\\eprocure.gov.in/eprocure/app‟ before proceeding ahead.
3. Tender documents may be downloaded from CPPP https:\\eprocure.gov.in/ eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.
CRITICAL DATE SHEET
Publishing Date 16 Mar 2015 (1500 Hrs)
Documents Download Start Date 16 Mar 2015 (1600 Hrs)
Seek Clarification Start Date 17 Mar 2015 (1000 Hrs)
Seek Clarification End Date 24 Mar 2015 (1400 Hrs)
Pre Bid Meeting 26 Mar 2015(1000 Hrs)
Bid Submission Start Date 27 Mar 2015 (1100 Hrs)
Bid submission End Date 06 Apr 2015 (1150 Hrs)
Bid Opening Date 06 Apr 2015 (1200 Hrs)
4. Bids shall be submitted online only at CPP website https:\\eprocure.gov.in/ eprocure/app Manual bids shall not be accepted and liable to be rejected. 5. The work is estimated to cost Rs 285.45 Lacs (Rupees Two Crores Eighty- Five Lacs Forty-Five Thousand Only) approximately or as subsequently amended in tender documents or
uploaded in CPPP website https:\\eprocure.gov.in/ eprocure/app. This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or less, a tenderer shall have no claim on that account of what so ever nature. 6. The tender shall be based on specifications, General Conditions of Contracts IAFW-1815 (Z) and item rate Contract form based on IAFW-1779A with schedule „A‟ (list of works) to be
priced by tenderers.
SW (Signature of Contractor) For Accepting Officer
CA No. CE (P) CTK/ /2014-2015 Serial Page No. 16 Tender No. CE (P) CTK/47/2014-2015
NOTICE INVITING TENDER (Contd...)
7. Not more than one tender shall be submitted by one contractor or contractors having business relationship. Under no circumstances will a father or his son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable to rejection. 8. The work is to be completed within 360 Days or as subsequently amended in tender
documents or uploaded in CPPP website https:\\eprocure.gov.in/ eprocure/app website in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter. 9. The Chief Engineer (P) Chetak will be Accepting Officer here-in-after referred to as such
for the purpose of this contract. 10. Intending tenderers are advised to visit again CPPP website https:\\eprocure.gov.in/ eprocure/app prior to submission of tender for any corrigendum/addendum/amendment. 11. Earnest Money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached with tender documents for Rs 3,00,000.00 (Rupees Three Lacs Only) in the shape of call deposit receipt/Term Deposit receipt/Special Term Deposit receipt in favour of Chief Engineer (P) Chetak, C/O 56 APO obtained from any Nationalized/Scheduled Bank and having maturity/validity
period 30 days more than validity period of his offer. Un enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting Officer if their offer is accepted. 12. Copies of drawings and other documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representative) and sample of materials and stores to be supplied by the contractor will be opened for inspection at the following locations :- Chief Engineer (P) Chetak, C/O 56 APO 13. The tenderers are advised to visit the work site by making prior appointment with the Commander 45 Task Force / OC 95 RCC, C/O 56 APO.
14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not. 15. Any qualification documents/tender which stipulates any alternative to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected 16. Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving a purchase preference over other tender(s) which may be lower, as are admissible under the Govt Policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy.
SW
(Signature of Contractor) For Accepting Officer
CA No. CE (P) CTK/ /2014-2015 Serial Page No. 17 Tender No. CE (P) CTK/47/2014-2015
NOTICE INVITING TENDER (Contd...)
17. The submission of a tender by a tenderer implies that he had read this notice and conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work. 18. Applicant contractor must provide Demand Draft for Rs 2000/- (Rupees Two Thousand Only) in favour of Accepting officer i.e. Chief Engineer (P) Chetak, C/O 56 APO and payable at Bikaner obtained from any Nationalized/scheduled Bank valid for three months with their application/downloaded tenders as the cost of tender forms/documents. The all applicable bank charges shall be borne by the applicant and he shall not have any claim what so ever on this account on Government. In case of re-tendering, the firm which has submitted the DD in earlier calls will require to submit DD along with their tender/application in subsequent calls also. Tender not accompanied with the cost of tender document is liable to be rejected. However, public
sectors undertaking/Govt undertaking firms are exempted from the payment towards cost of tender documents. 19. The Hard Copy of original instruments in respect of cost of tender documents, Earnest money and Tender Conditions Acceptance Letter alongwith Part II Priced / Commercial Bid Notes as specified in the tender in original must be delivered to the Chief Engineer Project Chetak, C/O 56 APO upto ten minutes before the bid opening time for the tender. After due date and time, the Tender Fee, EMD and Tender Conditions Acceptance Letter alongwith Part II Priced / Commercial Bid Notes will not be accepted and further Technical Evaluation of these firms will not be carried out. Scanned copy of the all above mentioned documents should be uploaded as part of the offer. Earnest money is not required to be attached with tender by the enlisted contractor; however they have to submit/upload scanned and signed copy of their enlistment letter as supporting document for not submitting the EMD. EMD is required from unenlisted contractor/ enlisted contractor with BRO, who have not submitted standing security deposit. The Demand Draft attached/submitted for tender fee shall be non refundable.
20. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so.
21. For further particulars, you may refer CPPP website https:\\eprocure.gov.in/ eprocure/app 22. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls
SW (Signature of Contractor) For Accepting Officer
CA No. CE (P) CTK/ /2014-2015 Serial Page No 18 Tender No. CE (P) CTK/47/2014-2015
NOTICE INVITING TENDER (Contd...)
23. A Pre-Bid meeting will be held on 26 Mar 2015 at 1000 Hrs at the office of HQ CE (P) Chetak to clarify the issues and to enable a bidder to question the bidding conditions, bidding
process and / or rejection of its bid, if any. 24. Important–If above particulars change due to Adm or any other reasons, same will be published as Corrigendum for subject tender through eProcurement on CPP Portal website i.e. https:\\eprocure.gov.in/eprocure/app. Therefore bidders / contractors are requested to visit CPP website https:\\eprocure.gov.in/eprocure/app frequently and at least prior to submission of bid, for any changes in above particulars.
25. This notice of tender shall form part of the contract. --------Sd--------- (Jagdish Chander)
EE (Civ) (Signature of Contractor) SW for Accepting Officer File No. 81963/T/05/E8 Dated: 02 Mar 2015 Headquarters Chief Engineer Project Chetak Pin:- 931707 C/O 56 APO Distributions: - For info and vide publicity please.
1. HQ DGBR/E8 Sec
Seema Sadak Bhawan Ring Road, Delhi Cantt, New Delhi – 110 010.
2. HQ CE (P) _____________ C/o_____ APO
3. HQ 45 BRTF, C/o 56 APO 4. HQ 49 BRTF, C/o 56 APO
5. 95 RCC, C/o 56 APO 6. 96 RCC, C/o 56 APO
7. 101 RCC, C/o 56 AP 8. 141 DMC, C/o 56 APO
9. SE (Raj), PWD, Jaipur 10. CE, Indira Gandhi Canal Project, Bikaner
11. Office of the Chief Engineer, PWD Office, Jaipur (Rajastha)-302006
12. The Executive Engineer, NH 11, Sadul Colony, Bikaner, Rajasthan
13 CWE Project, Bikaner
14. Addl CE, Command Area Development, Bikaner
15. DC, Bikaner
16. GE, MES, Bikaner
17. M/s. ______________
18. DC, Hanumangarh
19. Head Office Builder Association of India G-1/G-20 Commerce Centre, 7th Floor, J-Dodaji Road, Tardeo, Mumbai-400034
20. MES Builders Association of India 807, Sahyog 58 Nehru Place, New Delhi-110 019
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 19 Tender No. CE (P) CTK/47/2014-2015
GENERAL CONDITION OF CONTRACT
(IAFW – 1815 (Z))
FOR
*SUPPLY OF STORES & MATERIALS IAFW- 1815 (R)
SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN
1. It is hereby agreed by me/we that the GENERAL CONDITIONS OF
CONTRACT, including Condition No. 37 pertaining to the settlement of disputes by
Arbitration IAFW – 1815 (Z) containing 24 Pages (Serial Page No. 20 to 43 to
be enclosed with the Tender Document) form an integral part of the Tender Documents.
2. This tender submitted by me/us is subject to the aforesaid General
Condition of Contract IAFW – 1815 (Z) and amended copy is in my/our
possession and which I/we have read and fully understood before submission of tender.
3. My/our signature here under is in taken of my/our having accepted the
aforesaid amended General Conditions of Contract together with errata and amendments IAFW – 1815 (Z) and the clause relating to Arbitration forming an
integral part of this tender.
4. Wherever the Phases Commander Works Engineer (CWE) and Garrison Engineer (GE) have been used in the General Conditions of Contract (IAFW-
1815(Z)) the same are considered as Task Force Commander (TFC) and OC
Contract respectively as applicable to Border Roads Organization.
Note: - Serial Page numbers 20 to 43 (General conditions of contract for execution of works IAFW-1815 (Z) will be enclosed with the accepted tender only.
However copy of General Condition of Contracts IAFW-1815 (Z) can be referred
in the office of HQ CE (P) Chetak/HQ 45 BRTF, if required.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 44
Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT 1. GENERAL: The following special conditions shall be read in conjunction with
the provisions of General Conditions (IAFW – 1815 (Z) and whereas variation exists, the special conditions shall take precedence over the aforesaid General Conditions.
The special conditions given in succeeding paragraphs shall be read in conjunction with Schedule “A”, particular specifications and General Conditions of Contract IAFW 1815 (Z). In case of any discrepancies in the various provisions of
the contract, the following order of precedence shall be observed: -
(a) Description given in Schedule “A”. (b) Particular / Technical Specifications. (c) Ministry of Road Transport & Highways (MoRTH) Specifications for
Road and Bridge works (latest revision) published by Indian Roads Congress
New Delhi (d) Drawing and Sketches (e) Special Conditions
(f) General Condition of Contract IAFW-1815 (Z).
2. INSPECTION OF SITE: - The Contractor is particularly advised to inspect the
site (s) of work by making prior appointment with Chief Engineer Project Chetak, C/O 56 APO/ Commander, HQ 45 BRTF so as to acquaint himself with regard to
the nature and conditions of site, nature and means of local communication, working
hours, conditions of access and all other cognate matters concerning the execution and completion of the work. Any paths, tracks, approaches etc, required for the movement
of plants, equipments, machines and vehicles etc to the work site and platform, bund
etc required for the execution of work will be the responsibility of the contractor and
rates quoted must include these aspects also where required. The tenderer shall be deemed to have inspected the site and made himself familiar with various factors
which may affect his quotation whether he actually inspects the site or not. No extra
charges consequent on misunderstanding or otherwise will be allowed.
3. LAND FOR OFFICES ETC
The contractor shall have to make his own arrangements for land as may be required by him for housing of staff and labour and for erection of stores sheds, office,
godowns etc required by him for the work. The contractor must ensure that the staff,
labour, plants, equipments, Machines, vehicles & stores etc. employed or collected in connection with the work are so located that there is no hindrance to the free flow of the
traffic on the highway. Suitable warning & sign boards and other measures are to be
provided by the contractor at his own cost, for safety of the traffic.
4. MINIMUM FAIR WAGES PAYABLE TO LABOURERS
(a) The contractor shall pay wages not less than the fair wages fixed from time to time by the State Govt or minimum wages fixed under Minimum Wages Act by
Central Govt. whichever is higher. He shall have no claim whatsoever, if on
account of any local regulations or otherwise, he is required to pay wages in
excess of the wages so fixed. (b) The contractor shall observe the Laws / Rules /Regulations of Govt.
regarding the employment of labour, mode of payment of wages and cognate
matters relating to the local conditions.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 45 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….) (c) In case local labourers are not available, the contractor may have to obtain
written permit from appropriate authority of State Govt to import labour from
outside the state.
(d) The contractor shall ensure, compliance to all the labour wages laws and
benefit rules for the labour employed by him
(e) The contractor shall maintain muster roll of labourers engaged in the work
alongwith wages being paid to labourers (trade wise). The muster roll shall be
available at site for inspection by Engineer-in-Charge or any authorized Govt
Officials.
5. ROYALTIES (a) No quarries on charge of department are available. The contractor
shall make his own arrangements for obtaining / quarrying sand / stone &
obtaining other materials required for the work. Payment of Royalties of such materials is to be borne by the contractor, and his quoted rates shall
be deemed to include for the same.
(b) If contractor himself is primary license holder of quarry / mines then
he shall submit the royalty payment certificate as per specimen given here
under, since he himself pays the royalty to concerned state deptt. In addition to royalty payment certificate he shall also submit the Vehicle wise
challan for transit of materials. These documents shall be sent to mining
deptt for information and verification at their end. ROYALTY PAYMENT CERTIFICATE
It is certified that I/We, M/s. __________ (Primary License Holder as
well as Contractor) having a license No. __________ issued by Forest/Mining Dep‟t, Govt. of _____________ have supplied the following
materials
against CA No. CE (P) CTK-______/2012-13 during the period from
___________ to _____________. Materials Quantity Supplied
(i) ……… ………
(ii) ……… ………
It is further certified that royalty etc for above quantity of materials,
at applicable rates have been paid by us to the concerned department of
the Govt of _______________.A copy of no demand certificate/Challan/Permit/Affidavit duly verified by the concerned deptt etc
is attached herewith.
(M/s._______________)
(Primary Licence Holder)
(c) If contractor is purchasing material from primary licence holders /
secondary sources then royalty payment certificate shall not be insisted
upon the contractor, since he does not pay royalty directly to the state deptt. In such cases following documents shall be obtained.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 46 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
(i) Purchase voucher (original purchase vouchers shall be defaced
by the Engineer-in-Charge/OC under his dated signature stating
“verified against CA No. _______, so as to avoid these being used
again. CTC of Defaced purchase voucher shall be kept on record.)
(ii) Vehicle wise challan for transit of materials.
The above documents shall be sent to mining deptt for information /
verification at their end.
(d) Since as per Condition 8 (b) of IAFW-1815 (Z), the contractor has to
indemnify Govt for payment of any royalty and he is primarily responsible
for paying the royalty to concerned deptt therefore if any demand of royalty
is received from concerned deptt at any tme after verification of above
documents, the contractor shall pay the same to concerned state deptt.
Undertaking to this effect shall be given by the contractor before receiving
any payment.
(e) Receipt of confirmation of verification of documents sent to mining
deptt shall not be mandatory before making payment to the contractor,
unless there are statutory order /instructions in any state that verification of
payment of royalty is mandatory.
(f) Dispatch details of all intimations / documents sent to concerned
State Govt Authorities shall be properly kept in records and should be
readily available with the respective units of BRO.
6. MOVEMENT OF CONTRACTOR‟S VEHICLE: -
6.1 Minimum classification of existing bridges on the roads are “Class
18R Bridges”, contractor should not bring any heavier plant / equipment as
such vehicle/ plant / equipment shall not be allowed on the bridges. The
contractor‟s vehicle may be required to ply in convoys as per directions
given by the concerned Civil / Military authorities. No extra payment / time
will be admissible on this account.
6.2 In case the condition of these bridges warrant further downward load classification due to any unforeseen circumstances, the same will be done
by the OC Contract whose decision shall be final and binding. In case of
such eventuality, the contractor may have to unload his heavy load carried
at locations, indicated to suit the load classification indicated by the OC Contract. Any such heavy load carriage thus necessitated across such
indicated bridge(s) shall have to be done by the contractor without any
additional payment and no claim whatsoever on these accounts will be
entertained.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 47 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
7. SECURITY RESTRICTIONS
7.1 Contractor intention is invited to condition 17 of IAFW-1815 (Z)
contractor shall employ only Indian National after verifying their
antecedents and loyalty. The contractor shall on demand by the Engineer-in-Charge / OC Contract, submit list of his agents, employees and work
people concerned and shall satisfy the Engineer-in-Charge / OC Contract as
to the bonafide credential of such people.
7.2 The contractor and his workmen shall observe all the rules
promulgated by the authority controlling the area in which work is to be
carried out e.g. prohibition of smoking, lighting, fire precautions, search of persons on entry and exit, keeping to specified routes and restricted hours
of work etc. Thorough search of all persons and transport may be
conducted by the departmental authorities at the site of works at any time
and any number of times for security reasons Necessary Permits are to be obtained from Civil Authorities by the contractor, for himself, his staff and
labour. Nothing shall be paid extra on this account.
7.3 Necessary assistance will be extended to the contractor by the department
for providing passes / permits to the contractor, his representatives and workmen
to enter the state.
8. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS
The contractor shall give all reasonable facilities to this department personnel for the inspection of the works being executed under this contract. He
will also provide free access to the works if being executed by this department or
other agencies and if such works are located near the sites covered under this
contract. Responsibility of all the works covered in this contract will lie on the contractor and these works will be fully completed and accordingly handed over
to this department.
9. TAXES ETC
The tendered amount shall inter-alia be deemed to be inclusive of all taxes,
viz Work Contract Tax, terminal taxes, toll taxes, Royalty, Octroi Sale Tax / VAT, Service Tax or any other taxes and the like levies payable under the respective
existing States etc. No claim on account of any taxes will be payable to contractor
whatsoever except as provided in Sub Para 9 (b) here-in-after.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 48 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
10. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY
RELATED TO CONTRACT VALUE”:-
(a) The rates quoted by the contractor shall be deemed to be inclusive of
all taxes (including sales Tax/VAT on materials. Sales Tax/VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc)
,duties, Royalties, Octroi and other levies payable under the respective
statues. No re-imbursement /refund for variation in rates of taxes ,duties,
royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made
except as provided in sub para (b) here-in-below.
(b) (i) The taxes which are levied by Govt. at certain percentage rates of contract Sum/Amount shall be termed as “taxes directly related to
contract value” such as Sales Tax /VAT on works contracts, Turnover Tax,
Labour Welfare Cess/tax and like but excluding Income Tax. The
tendered rates shall be deemed to be inclusive of all “taxes directly
related to contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of
“taxes directly related to contract value” with reference to prevailing
rates on last due date for receipt of tenders shall be reimbursed to the
contractor and any decrease in percentage rates of “taxes directly related to contract value” with reference to prevailing rates on last due
date for receipt of tenders shall be refunded by the contractor to the
Govt. / deducted by the Govt. from any payment due to the contractor.
Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the
contractor and abolition of any “taxes directly related to contract value”
prevailing on last due date for receipt of tenders shall be refunded by the
contractor to the Govt. /deducted by the Govt. from the payments due to the contractor.
(ii) The contractor shall, within a reasonable time of his becoming
aware of variation in percentage rates and/or imposition of any “taxes
directly related to contract value” give written notice thereof to the OC
Contract stating that the same is given pursuant to this Special Condition, together with all information relating thereto which he may be in a
position to supply. The contractors shall submit the other documentary
poof /information as the OC Contract may require.
(iii) The contractor shall, for the purpose of this condition keep such
books of account and other documents as are necessary and shall allow
inspection of the same by a duly authorized representative of Govt., and
shall further, at the request of the OC contract furnish, verified in such a manner as the OC Contract may require, any documents so kept and
such other information as the OC Contract may require.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 49 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
(iv) Reimbursement for increase in percentage rates /imposition of “taxes
directly related to contract value” shall be made only if the contractor necessarily & properly pays additional “taxes directly related to contract
value” to the Govt. without getting the same adjusted , against any other
tax liability or without getting the same refunded from the concerned
Govt. Authority and submits documentary proof for the same as the OC Contract may require”.
11. SECURITY OF DOCUMENTS
The contractor shall not communicate any classified information regarding
works / organization either to sub contractor or others without prior
approval of the Engineer-in-Charge. Any violation on this aspect will
forfeit the right of the contractor to claim any amount due to the
contractor whatsoever held with organization.
12. FOREIGN EXCHANGE IMPORT LICENSE
No foreign exchange and/or import license will be arranged by the department in connection with the work under this contract.
13. CONTRACTOR‟ S VEHICLE / PLANT AND EQUIPMENT AT SITE
(a) The contractor shall furnish to the Engineer-In-Charge a distribution return of his plant / equipment on the sites of works, stating the
following particulars: -
(i) Particulars of plant / equipment i.e. Make, Machine No, Model No. if any, Registration No. if any, Capacity, Year of Manufacture, Year and place of Purchase etc.
(ii) Total quantity on site of work.
(iii) Location indicating quantity at the site of work.
(b) For the purpose of this condition, plant / equipment shall include vehicles, trucks and lorries but not the workmen‟s tools and / or any manually operated tools / equipment.
(c) The Engineer-In-Charge shall record the particulars supplied by the contractor as aforesaid in the works diary and send a return to OC Contract for record in his Office.
(d) The first return shall be submitted immediately after any plant or equipment is brought to the site. Thereafter every week changes in return
shall be furnished in the following form-
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 50 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
Ser No
Particulars of Plant / Eqpt
Total No at site of work
Location Remarks
Additional since ------------------------------
Reduction since ----------------------------- (Signature of contractor)
-----------------------------------------------------------------------------------------
(e) A complete return showing the upto date position of plant /
equipment at site shall be submitted on 15th of every month till the works are completed and the site cleared.
(f) No tool, plant /equipment shall be removed off the site without
written approval of the OC contract. 14. FOSSILS
14.1 All fossils, coins, articles of value or antiquity, and structures and other
remains or items of geological or archaeological interest found on the site shall be
placed under the care and authority of the Employer. The contractor shall take
reasonable precautions to prevent contractor‟s personnel or other persons from
removing or damaging any of these findings.
14.2 The Contractor shall, upon discovery of any such findings, promptly give
notice to the Engineer-in-Charge / OC Contract, who shall issue instructions for
dealing with it. If the contractor suffers delay and / or incurs cost from complying
with the instructions, the contractor shall give a further notice the Engineer-in-
Charge / OC Contract describing in details the delay sustained by him and cost
measured by him for following the instructions of the Engineer-in-Charge / OC
Contract in dealing with the fossils alongwith all supporting documents / proof,
within 7 days of the occurrence. The contractor then be certified for the following.
(a) an extension of time for any such delay, if completion is or will be
delayed due to such act in following the instructions of the Engineer-in-
Charge / OC Contract.
(b) Payment of any such cost, which shall be included in the Contract
Price.
14.3 After receiving this further notice, the Engineer-in-Charge / OC Contract
shall examine the case with facts and figures and disagreements if any will be
communicated to the contractor.
14.4 In case of any disputes, the matter shall be referred to the Accepting Officer
whose decision shall be final and binding.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 51 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
15. DELIVERY SCHEDULE
(a) Material shall be delivered to keep the departmental works going smoothly.
The delivery schedule appended below shall be followed. Failure to supply material as per the delivery schedule shall attract non-revocable penalty every time contractor fails to supply the material. Part-I (Materials for permanent works)
Period at the end of (from the date of handing over of site as per WO)
Minimum supply during the period
Non revocable penalty in case of failure in percentage of full contract value of materials under
part-I
30 days 10% of all items 0.50%
60 days Upto date total 25% of all
items
Additional 0.50%
90 days Upto date total 40% of all items
Additional 0.50%
120 days Upto date total 60% of all
items
Additional 0.50%
150 days Upto date total 80% of all items
Additional 0.50%
180 days Upto date total 100% of all items
Additional 0.50%
Note :- Compensation for delay beyond 180 days shall be as per the General conditions of contract IAFW-1815Z.
Part-II (Materials for WMM work)
Period at the end of (from
the date of handing over of site as per WO)
Minimum supply during the
period
Non revocable penalty in
case of failure in percentage of full contract value of materials under part-II
60 days 10% of all items 0.50%
120 days Upto date total 25% of all items
Additional 0.50%
180 days Upto date total 40% of all
items
Additional 0.50%
240 days Upto date total 60% of all items
Additional 0.50%
300 days Upto date total 80% of all items
Additional 0.50%
360 days Upto date total 100% of all items
Additional 0.50%
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 52 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
Note :- Compensation for delay beyond 360 days shall be as per the General conditions of contract IAFW-1815Z. (b) Acceptance of delivery at site in no way be considered as acceptance of
material unless it is tested by the Engr-in-charge. It will be the pure discretion of the Engr-in-charge to get the test done in departmental laboratory or in third party independent laboratory. If the material is found sub-standard in third party independent laboratory, no excuse of the contractor regarding third party
independent testing will be tenable. In all cases the cost of tests is to be borne by the contractor only. Sample material shall be provided in 20 kg/Ltr sealed jars and kept in sample room with Engr-in-charge. (c) Delivered material shall be stacked and measured on weekly basis in presence
of rep of contractor, recorded in work diaries, signed by the Engineer-in-charge as well as rep of contractor and informed to TF by signal/fax/e-mail. If rep of contractor does not report, the measurement will be taken in absentia. A work diary shall be maintained and signed by Engr-in-charge and rep of contractor daily. The contractor
shall intimate the name, address and contact number with two photographs of his rep to the OC Contract before placement of work order.
(d) Situation may arise to modify delivery schedule. It will be done under the
joint signatures of Commander and OC Contract.
(e) No extension of time shall be provided for routine excuses such as :-
(i) Lobourers going on leave due to festival/cultivation season etc (ii) Self or family member of contractor falling sick
(iii) Area under Anti-national activities and ransom being asked by local
goonda elements
(iv) Crusher/Truck becoming defective or electric supply erratic
(v) Diesel not available in local market (vi) Earthquake/rain/fire/flood etc unless declared as calamity by the
Govt/Administration (Minimum supply as per supply schedule to be
ensured, what may come)
(f) Extension may be provided if
(i) Department is not in a position to clear RAR and backlog has
exceeded 1/5th of CA amount. (ii) OC Contract/Engineer-in-charge not able to provide dumping space
or any other departmental reason.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 53 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
16. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLE: -
Contractor shall make his own arrangements for obtaining necessary permit from local authorities for plying his vehicles for the work in accordance with the Rules
and Regulations of the land.
17. ELECTRICITY & WATER SUPPLY: - No electricity or water will be supplied by the department. The contractor shall make his own arrangement for
execution of the work.
18. RATE QUOTED:
(i) Unit rates shall be deemed to include the provisions for all materials, stores, labour, process, operations and requirements detailed in technical specifications
irrespective of whether these appear as specific items or not in the Schedule “A”.
(ii) The rates quoted shall also include transportation of materials required for
completing the work including loading/unloading charges.
19. APPOINTMENT OF ARBITRATOR (APPLICABLE ONLY FOR CONTRACT AGREEMENT TO BE EXECUTED BETWEEN BRO AND A PUBLIC ENTERPRISES :
In the event of any dispute or difference between the parties hereto, such dispute or differences shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government. In the event of any such dispute or differences relating to the interpretation and application of the provisions of contracts where such resolution is not possible then the un-resolved dispute or differences shall be referred by either party to the Arbitration of one of the Arbitrators in the department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Bureau of Public Enterprises and in such case the Arbitration and Conciliation Act 1996 shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be bindings upon both the parties to the dispute. Provided, however, any party, aggrieved by such award, may make a further reference for setting aside or revision of the award to the Law Secretary, department of Legal Affairs, Ministry of Law and Justice, Government of India, upon such reference the dispute shall be decided, the Law Secretary or the special Secretary/additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties conclusively. The parties to the dispute will share equally; the cost of arbitration proceedings as intimated by the Arbitrator.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 54 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
20. MEASUREMENTS
(a) Measurements pertaining to the work completed under this contract will
be recorded and signed in the measurement book (IAFW-2261) by the Junior Engineer after taking in to account that the required laboratory
tests have been done as per the limits stipulated and as per the
frequencies laid down in the “Particular Specifications” of this contract
agreement and MORTH Specifications for Road and Bridge Works (Latest revision) and connected documents thereof and test results are found
satisfactory and proper records are maintained.
(b) If the supply is made in the form of pure grade material (only one grade), the contractor shall supply all grades in such a manner that all the grades
are provided in required proportions to make the required mixed grade at
site. Measurement shall be restricted to the extent that required grade can
be made by mixing pure grade metal at site.
(c) The measurement recorded by the Junior Engineer shall be 100% checked
and signed by the Engineer-in-Charge.
(d) 25% test check will be carried out by OC Contract on each day of measurement by the Engineer-in-Charge.
(e) 5% test check will be carried out by the Cdr Task Force before making
payment to the contractor.
(f) The measurements should also be signed by the contractor as token of
acceptance of the measurement.
(g) In case of discrepancies in arriving out work done details, the decision of
the Accepting Officer will be final and binding for both the parties.
21. ACCEPTANCE OF MATERIAL
The Engineer-In-Charge shall exercise control over the quality of
materials and work done by carrying out tests for the specified properties as per frequencies given in particular specifications and specifications of MORTH (Ministry of Road Transports and Highways) for roads and bridge latest revision.
22. REIMBURSEMENT/REFUND ON ACCOUNT OF VARIATION IN PRICES:-
FUEL / MATERIAL / WAGES OF LABOUR (This supersedes condition 32 of IAFW-1815 (Z)
No claim on account of increase in price of any materials required to be
incorporated in the supplies and/ or wages of labour and/or fuel as a direct result of the coming into force if any, fresh law, or statuary rule or order shall
be admissible.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 55 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
23. PAYMENT
Payment to the parties will be made in INR in the following manner:-
(a) No advance payment will be made to the contractor against any
material if not properly safeguarded against loss / damage due to natural calamities / theft. (Condition 33 of IAFW-1815 (Z) shall be deemed
amended to this extant).
(b) No payment shall be made for any rejected work
(c) Taxes (Income tax , service tax / sales tax / VAT on works contracts, labour cess etc) shall be deducted at source from the payment due to
contractors as per prevailing laws / statutory orders and TDS certificate
shall be issued to the contractor.
(d) The actual volume of the aggregates to be paid for shall be computed
after deducting the specified percentage for voids as given below: -
S. No.
Size of aggregates Percentage reduction in volume computed by stack measurements to
arrive at the volume to be paid for
(a) GSB Material 12.50%
(b) Rubble Stone 15.00%
(c) Stone Metal 40 MM 10.00 %
(d) Stone chips 20/10/6.3 MM 5.00 %
(e) Coarse Sand / Crusher Dust 5.00 %
(e) All payments will be made by e-payment / account payee cheque.
24. CO-OPERATION WITH OTHER AGENCIES
The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the Govt to carryout their part of
the work, if any, under separate arrangements.
25. PHOTGRAPHIC RECORDS : Photographic record of stacks shall be made
using digital/mobile camera.
26. FIELD LABORATORY: To maintain proper quality control at site, contractor shall
establish adequately equipped field laboratory without any extra cost. The field
laboratory be manned by qualified technician/ Engineer. The following minimum testing
equipments shall be provided in field laboratory:-
(i) Set of I.S Sieves (ii) Moisture Content Apparatus (iii) AIV Apparatus (iv) Flakiness/
elongation gauge
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 56 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
27. TRAFFICE MOVEMENT:- Contractor shall ensure that no hindrance to traffic
movement shall occur during supply and stacking of material.
28. VENUE OF ARBITRATION:- Place of arbitration hearing shall be at New Delhi.
(HQ of BRO) 29. ARBITRATION:- All cases of disputes under this contract shall be referred to
Arbitration as per clause 37 of General Condition (IAFW (1815 (Z)) and arbitration
proceedings will be governed by The Arbitration & Conciliation Act 1996. The arbitration
award published by the Arbitrator shall be filed in the appropriate court at Bikaner (Rajasthan) only and Bikaner court shall be deemed to have legal jurisdiction on all
matters executed/to be executed under this contract. The Arbitrator shall give reasons
for the award in each and every case irrespective of the value of claims or counter
claims. Director General Border Roads shall be the appointing authority of arbitrator.
Annexure-I to special conditions
FORMAT FOR BANK GURANTEE FOR ADVANCE PAYMENT From:
Bank___________
To The President of India
Sir,
1. With reference to contract Agreement No__________________
concluded between the president of India, hereinafter referred to as “The
Government” and M/S__________________ hereinafter referred to as the “the contractor” for _______________ as detailed in the above contract agreement
hereinafter referred to as “the said contract” and in consideration of the
Government having agreed to make an advance payment in accordance with
the terms of the said contract to the said contractor, we the
__________________bank, hereinafter call „the Bank‟ hereby irrevocably undertake and guarantee to you that if the said contractor would fail to provide
works in accordance with the terms & conditions of the said contract for
any reason whatsoever or fail to perform the said contract in any respect or
should whole or part of the said on account payments at any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum up to a maximum of Rs.________(Rupees ______________only) paid as advance to the Contractor in accordance with the
provisions contained in clause______________ of the said contract. 2. We further agree that the Government shall be the sole judge as to whether the contract has failed to provide works in accordance with the terms & conditions of the said contract or has failed to perform the said contract in any respect or the
whole or part of the advance payment made to contractor has become repayable to the Government and to the extent and monetary consequences thereof by the Government.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 57 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….) 3 We further hereby undertake to pay the amount due and payable under this
Guarantee without any demur merely on a demand from the Government stating the amount claimed. Any such demand made on the Bank shall be conclusive and binding upon us as regards the amounts due and payable by us under this Guarantee and without demur, However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs__________ (Rupees______________________ ___________only). 4. We further agree that the Guarantee herein contained shall remain in full
force and effect for a period up to__________ (03 months+due date of recovery of advance) unless the Government in his sole discretion discharges the Guarantee earlier.
5 We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder.
6. We further agree that the Government shall have that fullest liberty without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the said contract or extend the time of development/delivery from time to time or to post pone for any time or
from time to time any of the powers exercisable by the Government against the contractor and either to forebear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act
omission on the Government or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us.
7. We lastly undertake not to revoke the Guarantee during the currency of the
above said contract except with the prior consent of the Government in writing.
Yours faithfully,
For___________ Bank
(Authorised Attorney)
Place: ___________
Date : __________ Seal of Bank
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 58 Tender No. CE (P) CTK/47/2014-2015
SPECIAL CONDITIONS OF CONTRACT (Contd….)
Appendix-A to special conditions No. 23 (e)
NEFT / RTGS MANDATE FORM 1. Name of Firm / contractor as per account in the
Bank
2. Beneficiary‟s Account Number (As appearing on
the Cheque Book)
3. Name of Bank where a/c is held
4. Name of Branch
5. Address of Branch
6. Telephone No. of Branch
7. IFSC Code of Branch
8. 9-digit MICR Code Number of the Bank & Branch
9. E-mail ID of Contractor
Note:- Please attach a blank cancelled cheque for verification of the above particulars.
I, hereby, declare that the particulars given above are correct
and complete. If the transaction is delayed or not effected due to incomplete or incorrect information of the bank details, I will not hold the
payment releasing authority responsible for it.
Dated: Signature of the Contractor (Seal) CERTIFICATE BY BANK
Certified that the particulars furnished above are correct as per our records.
Seal of Bank (Signature of the branch manager of the Bank) Dated :
SW (Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 59 Tender No. CE (P) CTK/47/2014-2015
PARTICULAR SPECIFICATIONS All materials to be used, all methods adopted and all works performed shall be
strictly in accordance with the requirements of the specifications mentioned herein.
However, in case of any situation wherein any omission, the standard specification for roads and bridges as per MORT&H publication shall be followed. In case of any variation
given herein these tender documents with respect to standard specifications as per
MORT&H publication, the former shall rule. However, in case of any doubt whatsoever, the decision of Accepting officer shall be final and binding.
1. SCOPE OF WORK
The work consists of SUPPLY & STACKING OF RUBBLE STONE, STONE METAL 40MM, STONE CHIPS 20 MM AND COARSE SAND FOR PERMANENT WORKS BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-I AND SUPPLY & STACKING OF STONE METAL 40 MM, STONE CHIPS 20 MM, STONE CHIPS 10 MM AND STONE DUST AT KM 15.300 (WMM PLANT SITE) ON ROAD RAMGARH-TANOT-KISHANGARH FOR CARRYING OUT SURFACING WORKS (WMM 10.00 CM AND WMM 7.50 CM THICK) BETWEEN KM 20.00 AND KM 44.00 ON ROAD RAMGARH-TANOT-KISHANGARH UNDER PART-II UNDER 95 RCC/45 BRTF PROJECT CHETAK IN THE STATE OF RAJASTHAN
2. MATERIALS FOR PERMANENT WORKS
(A) RUBBLE STONE
(a) Rubble Stone supplied should be suitable for stone masonry works. It shall
be hard, sound, free from cracks, decay and weathering, and shall be freshly
quarried from approved quarry. Stone with round surface shall not be used. (b) The stone when immersed in water for 24 hrs shall not absorb water by
more than 5% of their dry weight when tested in accordance with IS:1124.
(c) The size of stone shall not be less than 20 Cm in least direction and shall
not pass through a ring of 20 Cm inner dia. The length of stone shall not exceed 3 times its height nor shall they be less than twice its height plus one joint. No
stone shall be less in width than the height and width on the base shall not be
greater than three-fourth of the thickness of the wall nor less than 150mm.
(d) It should have Minimum Compressive strength of 200 Kg/Sqcm.
(e) Quality control: - Quality control tests on materials supplied against this
contract shall be carried out through various tests at the cost of contractor
to the frequency stipulated as under: -
S. No. Item/Test Test method Frequency
(i) Water Absorption IS-1124 One test per 200 Cum
(ii) Compressive
Strength
BIS One test per 200 Cum
(iii) Size Any standard Method As desired by the Engr-
in-charge
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 60 Tender No. CE (P) CTK/47/2014-2015
PARTICULAR SPECIFICATIONS (Contd….)
(B) STONE METAL 40 MM
(a) General:-
Stone Metal 40mm shall be crushed stone and clean, hard, tough, strong,
dense, non-porous, durable, and of uniform quality throughout. It shall be free
from excess flaky & elongated particles, soft, disintegrated particles, dirt, salt, alkali, vegetable matter and other deleterious materials. It should have at least
two fractured faces. It should conform to IS:383 and the following specifications
and tests.
(b) Grading (Refer table 1000-1 of MORT&H specification for Roads and
Bridges works 5th revision)
IS Sieve designation Percentage by weight
Passing the sieve
-------------------- -------------------- 63 mm 100
40 mm 95-100
20 mm 30-70
10 mm 10-35 4.75 mm 0-5
(c) Aggregate Impact value: - The Aggregate Impact Value shall not be more than 30%, when tested in accordance with the procedure laid in IS-2386 (Part-
IV)
(d) Flakiness Index : - The maximum value for flakiness index for coarse
aggregate shall not exceed 35%.
(e) Water absorption: - It should not be more than 2% when tested in
accordance with procedure laid in IS 2386 (Part –III).
(f) Quality control: - Quality control tests on materials supplied against this
contract shall be carried out through various tests at the cost of contractor to
the frequency stipulated as under:-
S/No. Item/Test Test Method Frequency
(i) Aggregate Impact Value
IS-2386 (Part-IV)
One test per 100 Cum
(ii) Grading IS-2386 (Part-
I)
One test per 100 Cum
(iii) Flakiness Index IS-2386 (Part-I)
One test per 100 Cum
(iv) Water absorption IS-2386 (Part-
III)
One test per 100 Cum
SW (Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2015-16 Serial Page No. 61 Tender No. CE (P) CTK/47/2014-2015
PARTICULAR SPECIFICATIONS (Contd….)
(C) STONE CHIPS 20 MM
(a) General: -
Crushed Stone Chips 20 mm shall consist of angular fragments and shall be crushed stone and clean, hard, strong, dense, non-porous and durable and of
uniform quality throughout and of fairly cubical shape. It shall be free from
disintegrated pieces, soft, flaky, elongated particles, salt, alkali, vegetable
matter, organic or other deleterious material and adherent coating. The aggregate shall be hydrophobic and of low porosity. It should conform to IS-383
and the following specifications and tests: -
(b) Grading: - (Refer Table 1000-1 of MORT&H specification for Roads and
Bridge works 5th Revision)
IS Sieve designations Percentage by weight
Passing
-------------------- --------------------
40mm 100 20mm 95-100
10mm 25-55
4.75mm 0-10
(d) Aggregate Impact value: - The Aggregate Impact Value shall not be more
than 30%, when tested in accordance with the procedure laid in IS-2386 (Part-IV)
(e) Flakiness Index: - The maximum value of Flakiness index for stone chips 20mm shall not be more than 35%, when tested in accordance with the
procedure laid in IS-2386 (Part-I).
(f) Water absorption: - It should not be more than 2% when tested in
accordance with the procedure laid down in IS 2386(Part III).
(g) Quality control: - Quality control tests on materials supplied against this contract shall be carried out through various tests at the cost of contractor to
the frequency stipulated as under:-
S/No. Item/Test Test Method Frequency
(i) Aggregate Impact
Value
IS-2386 (Part-
4)
One test per 100 Cum
(ii) Grading IS-2386 One test per 100 Cum
(iii) Flakiness Index IS-2386 (Part-
I)
One test per 100 Cum
(iv) Water absorption IS-2386 (Part-
III)
One test per 100 Cum
SW (Signature of contractor) For Accepting Officer
CA NO. CE(P) CTK/ /2014-2015 Serial Page No. 62
Tender No. CE (P) CTK/47/2014-2015 PARTICULAR SPECIFICATIONS (Contd…)
(D) COARSE SAND
(a) General: -
Coarse Sand shall be natural/river sand, crushed stone/crushed gravel sand or a combination of both and shall consist of clean, hard, strong, durable,
uncoated dry particles. It shall be free from dust, lumps, soft, over
flaky/elongated material, mica, organic matter and other deleterious substances. Coarse sand shall not have positive alkali-silica reaction. Coarse
sand shall conform to IS- 383 and the following specifications and tests.
(b) Grading: - The grading of coarse sand should conform to the following (Table 1000-2 of MORT&H Specification for Road and Bridge works 5th
Revision):-
IS Sieve Size Percent Passing for
Grading Zone I Grading Zone II Grading Zone III
10 mm 100 100 100
4.75 mm 90-100 90-100 90-100
2.36 mm 60-95 75-100 85-100
1.18 mm 30-70 55-90 75-100
0.600 mm 15-34 35-59 60-79
0.300 mm 5-20 8-30 12-40
0.150 mm 0-10 0-10 0-10
(c) Fineness Modulus (FM): - Fineness Modulus of Sand shall not be less than
2.0 nor more than 3.5.
(d) Frequency of Tests:- Tests on materials will be carried out as per the directions of OC Contract/Engineer-in-Charge.
3. MATERIALS FOR WMM WORKS
A. COARSE AGGREGATE (STONE METAL 40 MM/STONE CHIPS 20 MM
AND STONE CHIPS 10 MM
Coarse aggregates shall be crushed stone, crushed gravel/Shingle, not less than 90%
by weight of the gravel/Shingle pieces retained on 4.75 mm sieve shall have at least two fractured faces. The aggregate shall conform to the physical requirements given
below: -
S.No Test Test Method Requirement
a) Los Angeles Abrasion value IS:2386 (Part – IV)
40% (Max)
OR Aggregate Impact value IS:2386 (Part – IV) or IS 5640
30% (Max)
b) Combined Flakiness and
elongation indices (Total)
IS:2386 (Part – I)
30% Max
c) Water absorption IS:2386 (Part-III) 2% Max
SW
(Signature of contractor) For Accepting Officer
CA NO. CE(P) CTK/ /2014-2015 Serial Page No. 63
Tender No. CE (P) CTK/47/2014-2015 PARTICULAR SPECIFICATIONS (Contd…)
B. STONE DUST
Stone dust/Coarse Sand shall be natural/river sand, crushed stone/ crushed gravel sand or a combination of both and shall consist of clean, hard, strong, durable,
uncoated dry particles. It shall be free from dust, lumps, soft, over flaky/elongated
material, mica, organic matter and other deleterious substances.
C. GRADING
(i) STONE METAL 40 MM
IS Sieve designation Percentage by weight
Passing the sieve
-------------------- -------------------- 63 mm 100
40 mm 85-100
20 mm 0-20 10 mm 0-5
(ii) STONE CHIPS 20 MM
IS Sieve designation Percentage by weight Passing the sieve
-------------------- --------------------
40 mm 100
20 mm 85-100 10 mm 0-20
4.75 mm 0-5
(iii) STONE CHIPS 10 MM
IS Sieve designation Percentage by weight
Passing the sieve
-------------------- --------------------
12.5 mm 100 10 mm 85-100
4.75 mm 0-20
2.36 mm 0-5
(iv) STONE DUST: - The grading of coarse sand should conform to the
following (Table 1000-2 of MORT&H Specification for Road and Bridge works 5th Revision):-
IS Sieve Size Percent Passing for
Grading Zone I Grading Zone II Grading Zone III
10 mm 100 100 100
4.75 mm 90-100 90-100 90-100
2.36 mm 60-95 75-100 85-100
1.18 mm 30-70 55-90 75-100
0.600 mm 15-34 35-59 60-79
0.300 mm 5-20 8-30 12-40
0.150 mm 0-10 0-10 0-10
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2014-2015 Serial Page No. 64 Tender No. CE (P) CTK/47/2014-2015
PARTICULAR SPECIFICATIONS (Contd…)
(v) COMBINED GRADING :- The proportions of the different materials should
be decided through Job Mix Formula (JMF) so as to obtain a combined grading conforming to the Table 400-13 of MORTH specifications (Fifth revision) which is
reproduced as under
IS Sieve Designation Percent Weight passing the IS Sieve
53.00 mm 100
45.00 mm 95-100
22.40 mm 60-80
11.20 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
600 micron 8-22
75 micron 0-5
Materials finer than 425 micron shall have Plasticity Index (PI) not exceeding 6.
4. Quality control: - Quality control tests on materials supplied against this contract shall be carried out through various tests at the cost of contractor to the frequency
stipulated as under: -
S. No. Item/Test Test method Frequency
(i) Aggregate Impact Value
IS-2386 (Part-IV)
One test for every consignment of 200 Cum
(ii) Grading IS-2386 (Part –
I)
One test for every consignment
of 100 Cum
(iii) Flakiness Index IS-2386 (Part - I)
One test for every consignment of 200 Cum
(iv) Water absorption IS-2386 (part-
III)
One test for every consignment
of 200 Cum
5. MEASUREMENT: The measurement shall be recorded as per particular specifications. All measurements for materials should be properly recorded in the
measurement book as and when materials delivered. No payment “ on account “ shall
be made to the contractor for materials which are not delivered at the places mentioned in the tender and not measured and not recorded in the measurement
book.
6. RATES QUOTED : Tendered rates shall be deemed to include the provisions of
all materials processes, operations and requirements detailed in the particular
specifications, irrespective of whether those appear as specific items, or are mentioned
in the description of Schedule‟ A‟ item or not and the contractor will not be paid extra for the same, it is an express condition of this contract that the rates quoted by the
contractor in the tender for various items of works shall be deemed to include all
taxes, Octroi/toll tax central excise duty, sales tax, value added tax (VAT), royalties, education cess, freight charges etc and for the full, entire and final completion of the
supplies in accordance with the provisions given elsewhere in the contract. The rates
should be inclusive of cost on account of experts required to be provided for supervision of works and training of tradesmen.
SW
(Signature of contractor) For Accepting Officer
CA NO. CE (P) CTK/ /2014-2015 Serial Page No. 65
Tender No. CE (P) CTK/47/2014-2015 PARTICULAR SPECIFICATIONS (Contd…)
7. DATE OF OFFERING OF STORES FOR INSPECTION
7.1 The contractor is advised in their own interest to deliver the items for inspection
well in advance before the expiry of the delivery date stipulated here above, to ensure
inspection and examination of adequacy thereof in time.
7.2 However, if the items are offered within the delivery period and well in advance
but due to delay in inspection, provided such delay was not due to faulty/defective/in-completed works the acceptance of supply got delayed beyond the delivery date, the
client may agree for extension of delivery period.
7.3 The materials found substandard by Engineer-In-Charge or any other Officer/Board of Officer detailed by the Accepting Officer for inspection, checking and
testing etc, within the contract period or afterwards within 6 (Six) calendar months as
per clause 20 of IAFW 1815(Z), General Condition of Contract, shall be rejected. The Contractor shall have no claim on account of supply and removal of the rejected
quantity of item.
8. Inspection and Testing: Refer to Condition 20 of General Conditions of
Contract IAFW-1815 (Z) forming part of the Contract.
8.1 The Accepting Officer shall have the over-riding powers to amend and / or alter and / or modify and / or cancel the decision/instructions given by any officer/person
detailed and / or connected with the administration of the contract and the decision /
orders instructions of the Accepting Officer shall be final.
8.2 The matter shall be referred to the Accepting Officer for his decision in event of
any misunderstanding as regards to the interpretations of particular specification; whether materials obtained mentioned hereinbefore conform to the laid down
specifications or not/or any other matter, as mentioned in these tender documents and
the decision of the Accepting Officer shall be final and binding on all such issues.
However, Engineer-In-Charge/OC Contract reserves the right to carry out tests at any intervals at their sole discretion. Cost of all such tests will be borne by the contractor.
9. Latest version/revision of all IS/IRC codes referred will be followed.
SW
(Signature of contractor) For Accepting Officer