M. P. AUDYOGIK KENDRA VIKAS NIGAM ... -...
Transcript of M. P. AUDYOGIK KENDRA VIKAS NIGAM ... -...
M. P. AUDYOGIK KENDRA VIKAS NIGAM LTD. (BHOPAL)
(A GOVT. OF M.P. UNDERTAKING)
Tender Notice Text Display
Tender No : /2018-19
N.I.T. Date : 27.08.2018
N.I.T. No : 15 of 2018-19, 27.08.2018
Contractor Class : New Registration MP PWD CIVIL
Tender Category : Work-Percentage Tender, Open
Currency : INR
Description : Infrastructure Development work such as CC Road, Drain, Water Supply Scheme and Electrification at
Textile Park Acharpura Bhopal (IInd call)
Report title : Infrastructure Development work such as CC Road, Drain, Water Supply Scheme and Electrification at
Textile Park Acharpura Bhopal (IInd call)
No. of Work : 1
Splitting Rule : No Restrictions
Tender Type : Open
Basin / Project : Infrastructure Development work such as CC Road,
Drain, Water Supply Scheme and Electrification at
Textile Park Acharpura Bhopal (IInd call)
Circle / Division : M.P. AKVN(Bhopal)
Officer : A.K.S.Sengar
Designation : Executive Engineer
Remark : 2nd
Call
Tender Notice Text Contents
OFFICE OF THE MANAGING DIRECTOR
M.P.AKVN(Bhopal)
DETAILED NOTICE INVITTING TENDER
N.I.T. No. : 15 of 2018-19 dt. 27.08.2018
Online tenders are invited for the following Work-Percentage Tender. The Bid Seals (Hashes) will be received online on the portal mpeproc.gov.in on or before 11.09.2018 5:30 p.m. The Tenders will be opened in the office of the undersigned as mention tender time schedule (key date) If desired, the contractors or their duly authorized representatives may remain present at the time of opening of tender.
S.No. Name of District
Name of Work Probable Amount of contract
(Rs. in Crore)
E.M.D. (in Lakhs)
Cost of tender form
(in Rs.)
Contractor Class
Time allowed
1. Bhopal Infrastructure Development work
such as CC Road, Drain, Water
Supply Scheme and Electrification
at Textile Park Acharpura Bhopal
38.79 19.40 50000 +
9000
(GST) =
59000.00
New
Registration
MP PWD
CIVIL
18 (Eighteen)
months
including rainy
season.
EMD Amount In Rs.: 19,40,000/-
Fee Structure
Sr.No. Stage Amount (Rs.)
1. Tender Purchase - Online 50000 + 9000 (GST) = 59000.00
1 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Key Dates
S.No. MP AKVN Bhopal
Stage
Start Date & Time Expiry Date &
Time
Envelopes
1. Release of Tender 27.08.2018
17:30
-
-
2. Purchase of Tender Start & End Date 27.08.2018
17:30
10.09.2018
17:30
-
3. Bid Submission End Date (online) 27.08.2018 17:30
11.09.2018 17:30
4. Bid Submission End Date (Physically) i.e. EMD
& other documents.
-
12.09.2018
17:30
Envelopes A, B
5. Pre bed Meeting - 05.09.2018
2:00 PM
5. Open EMD & Technical / PQ Bid 14.09.2018
10:30
- Envelopes A, B
6. Open Financial Bid 20.09.2018
10:30
-
Envelopes C
1. The bidders shall have to submit their online (Decrypt the bids and re-encrypt the bids) and upload the relevant documents from as per key dates. Original EMD instruments & Technical documents, Technical staff should reach the office of the Managing Director, Madhya Pradesh audyogik Kendra vikas nigam Bhopal First Floor, Bittan Market, E-5, Arera Colony, Bhopal-462016 M.P. by 12.09.2018 up to 5.30 p.m. through speed post A.D. or hand delivery Nigam will not be responsible for any postal delays.
2. The successful contractor/Firm must get registered as mentioned in the tender document. Failure in compliance of which will lead to the forfeiture of the Earnest Money Deposit.
3. Tender form can be purchased online only from e-portal http:/mpeproc.gov.in by making online payment. The last date of purchase of tender 10.09.2018 up to 5:30 P.M.
4. The Bid Data should be filled and the Bid Seals (Hashes) of all the envelopes and the documents which are to be uploaded by the Bidders should be submitted online upto as per time schedule (key Dates)
5. The Bidders shall have to submit their Bids online (decrypt the bids and re-encrypt the bids) and upload the relevant documents from as per time schedule (key Dates).
6. Bidding documents can also be viewed on M.P. AKVN Bhopal Website http:/www.mpakvnbhopal.nic.in however for bidding purpose online purchase procedure has to be followed as already mentioned in Note No. 3 above.
7. GST as per applicable.
8. Other details can be seen in the tender documents.
Executive Engineer
2 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
M.P. AUDYOGIK KENDRA VIKAS NIGAM (Bhopal)
(A Govervment of M.P. undertaking, subsidiary of MP TRIFAC, Bhopal)
Tender Document
FOR THE DEVELOPMENT WORKS
of Textile Park Acharpura,
Bhopal. (M.P.)
Managing Director “Tawa Complex”, First Floor, Bittan market, E-5 Arera colony, Bhopal- 462016
Phone : (0755) 2420301-3; Fax : (0755) 2420277 Website : www.mpakvnbhopal.nic.in, E-mail : [email protected],
3 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
M.P Audyogik Kendra Vikas Nigam (Bhopal)
Tender Document
For Percentage Rate Tender Office of the : Managing Director,
M.P Audyogik Kendra Vikas Nigam (Bhopal)
NIT Number and Date : No. 15 of 2018-19 Date: 27.08.2018
Agreement Number and Date :
Name of Work : Infrastructure Development Work such as CC
Road, Drain, Water Supply Scheme and
Electrification at Textile Park Acharpura
Bhopal (M.P).
Name of the Contractor :
Probable Amount of Contract
(Rs. In Figure) : Rs. 37.80 Cr. (Construction) plus Rs. 0.99 Cr.
(O&M and Security) = Rs. 38.79 Crores
(Rs. In Words) : Rupees Thirty-Eight Crores Seventy-Nine
Lakhs Only.
Contract Amount
(Rs. In Figure) : Rs. 37.80 Cr. (Construction) plus Rs. 0.99 Cr.
(O&M and Security) = Rs. 38.79 Crores
(Rs. In Words) : Rupees Thirty-Eight Crores Seventy-Nine
Lakhs Only.
Stipulated Period of Completion : 18 (Eighteen) months including rainy season
4 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Appendix 2.10
Tender Document
Table of Contents
Section No/
Sheet No.
No
Particulars
Section 1 NIT
Section 2 Instructions to Bidders (ITB)
Bid Data Sheet
Annexure -A to M
Section 3 Part - I General Conditions of Contract (GCC)- Table of Clauses
General Conditions of Contract (GCC)
Contract Data
Annexure - N to W
Part - II Special Conditions of Contract (SCC)
Section 4 Bill of Quantities (BOQ)
Section 5 Agreement Form
Sheet : 3 Technical Specifications
Sheet : 4 Proforma for Application for Extension of Time Period
Sheet : 5 List of Approved Materials
Sheet : 6 Quality Assurance etc.
Sheet : 7 Drawings
Sheet : 8 Guidelines for tests to be performed by the contractor, Quality control tests
and their frequencies
5 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
M.P Audyogik Kendra Vikas Nigam (Bhopal)
SECTION 1
Notice Inviting e-Tenders N.I.T. No.15/ e-tendering/Engg/2018/ Dated: 27.08.2018
Online percentage rate bids for the following works are invited from registered
contractors:
S. No. Name of Work District Probable Amount
(Rs. in Crores)
Completion
Period (months)
1.
Infrastructure
Development Work such
as CC Road, Drain,
Water Supply Scheme
and Electrification at
Textile Park Acharpura,
Bhopal (M.P)
Bhopal Rs. 38.79 Crores
18 (Eighteen)
months
including rainy
season
1. Interested bidders can view the NIT on website http:// mpeproc.gov.in
2. The Bid Document can be purchased only online from Date: 27.08.2018 17:31 PM
10.09.2018 17:30 PM 3. Amendments to NIT, if any, would be published on website only, and not in
newspaper.
4. Detailed NIT, other details/information regarding tender can be seen in MP AKVN
(Bhopal) Bhopal office during working hours up to 10.09.2018 10:30 to 5:30 PM
5. Conditional Tenders will automatically be rejected.
6 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Office of the Managing Director, M.P Audyogik Kendra Vikas Nigam
(Bhopal)
N.I.T. No.15/e-tender/Engg/2018/ Dated 27.08.2018
NOTICE INVITING TENDER Online percentage rate bids for the following works are invited from registered
contractors:
S. No.
Name
of
Work
District
Probable
Amount
of
Contract
(Rs. in
Crores)
Earnest
Money
Deposit
(EMD)
(In Lacs)
Cost of Bid
Document
(In
Rupees)
Category
of
Contractor
Period of
Completio
n
(in
Months)
1
Infrastructure
Development Work
such as CC Road,
Drain, Water Supply
Scheme and
Electrification with 5
years Operation,
Maintenance and
Security Work at
Textile Park Bhopal
(M.P.)
Bhopal
(M.P.)
Rs. 38.79
Crores
Rs. 19.40
Lacs
50000 + 9000
(GST)
= 59000.00
Registered in
Centralized
Registration
System of
MP PWD or
as per bid
18
(Eighteen)
months
including
rainy
season
1. All details relating to the Bid Document(s) can be viewed and downloaded from
the website. 2. Bid Document can be purchased after making online payment of portal fees through
Credit/Debit/Cash Card/internet banking.
3. At the time of submission of the Bid the eligible bidder shall be required to:
i) pay the cost of Bid Document;
ii) deposit the Earnest Money;
iii) Submit a check list; and
iv) Submit an affidavit.
Details can be seen in the Bid Data Sheet.
7 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
4. ELIGIBILITY FOR BIDDERS:
(a) At the time of submission of the Bid the bidder should have registration with
the Government of Madhya Pradesh, PWD in Centralized Registration System.
However, such bidders who are not registered with the Government of
Madhya Pradesh and are eligible for Centralized Registration System can also
submit their bids after having applied for registration with aforesaid
appropriate authority. (b) The bidder would be required to have aforesaid registration at the time of
signing of the Contract, within 15 days of issue of acceptance letter. (c) Failure to sign the contract by the selected bidder within the
specified/aforesaid period, and for whatsoever reason, shall result in
forfeiture of the earnest money deposit. 5. Pre-qualification – Prequalification conditions, are given in the Bid Data Sheet. 6. Special Eligibility - Special Eligibility Conditions, if any, are given in the Bid Data
Sheet. 7. The Bid Document can be purchased only online from 27.08.2018 17:31 PM to
10.09.2018 17:30 PM other key dates may be seen in bid data sheet. 8. Amendments to NIT, would be published on website only, and not in newspaper.
8 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
A. GENERAL 1. SCOPE OF BID The detailed description of work, hereinafter referred as ‗work‘, is given in the Bid
Data Sheet. 2. General Quality of Work: The work shall have to be executed in accordance with the technical specifications
specified in the Bid Data sheet/ Contract Data, and shall have to meet high standards
of workmanship, safety and security of workmen and works. 3. PROCEDURE FOR PARTICIPATION IN E-TENDERING The procedure for participation in e-tendering is given in the Bid Data Sheet. 4. ONE BID PER BIDDER 4.1 The bidder can be an individual entity as per Bid Data Sheet. 4.2 No bidder shall be entitled to submit more than one bid whether jointly or
individually. If he does so, all bids wherein the bidder has participated shall stand
disqualified. 5. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of his
bid, and no claim whatsoever for the same shall lie on the Nigam. 6. Site Visit and examination of works The bidder is advised to visit and inspect the Site of Works and its surroundings and
obtain all information that may be necessary for preparing the bid and entering into a
contract for execution of the work. All costs in this respect shall have to be borne by
the bidder.
B. Bid Documents 7. CONTENT OF BID DOCUMENTS
The Bid Document comprises of the following documents: 1. NIT with amendments.
2. Instructions to Bidders, Bid Data Sheet with all Annexure
3. Conditions of Contract:
9 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
i. Part I General Conditions of Contract and the Contract Data with all
Annexure and
ii. Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Priced Bill of Quantities
7. Technical and Financial Bid
8. Letter of Acceptance
9. Agreement, and
10. Any other document(s), as specified.
8. The bidder is expected to examine carefully all instructions, conditions of contract,
the contract data, forms, terms and specifications, bill of quantities, forms and
drawings in the Bid Document. Bidder shall be solely responsible for his failure to do
so. 9. Pre-Bid Meeting 9.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any
change in the schedule of pre-bid meeting would be communicated on the website
only, and intimation to bidders would not be given separately. 9.2 Any prospective bidder may raise his queries and/or seek clarifications in
writing before or during the pre-bid meeting. The purpose of such meeting is to
clarify issues and answer questions on any matter that may be raised at that stage. The
Employer may, at his option, give such clarifications as are felt necessary. 9.3 Minutes of the pre-bid meeting including the list of the questions raised and the
responses given together with any response prepared after the meeting will be hosted
on the website. 9.4 Pursuant to the pre-bid meeting if the Employer deems it necessary to amend the
Bid Document, it shall be done by issuing amendment to the online NIT.
10. Amendment of Bid Documents
10.1 Before the deadline for submission of bids, the Employer may amend or modify
the Bid Documents by publication of the same on the website.
10 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
10.2 All amendments shall form part of the Bid Document. 10.3 The Employer may, at its discretion, extend the last date for submission of bids
by publication of the same on the website.
C. Preparation of Bid
11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms
and submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid
required to be uploaded as per the time schedule mentioned in the key dates of the
Notice Inviting e-Tenders after signing of the same by the Digital Signature of their
authorized representative.
12. Documents Comprising The Bid
The bid submitted online by the bidder shall be in the following parts: Part 1 – This shall be known as Online Envelope A. Online Envelop A shall contain
the following as per details given in the Bid Data Sheet:
i) Registration number or proof of application for registration and organizational
details in format given in the Bid Data Sheet.
ii) Payment of the cost of Bid Document;
iii) Earnest Money; and
iv) An affidavit duly notarized. Part 2 – This shall be known as Online Envelope B and required to be submitted only
in works where pre-qualification conditions and/or special eligibility conditions are
stipulated in the Bid Data Sheet and Special Condition of Contract. Online Envelop
B shall contain a self-certified sheet duly supported by documents to demonstrate
fulfillment of pre-qualification conditions. Part 3 – This shall be known as Online Envelope C. Envelop C shall contain
financial offer in the prescribed format enclosed with the Bid Data Sheet. (Annexure
J) 13. Language
The bid as well as all correspondence and documents relating to the bid exchanged
by the Bidder and the Employer shall be in English or Hindi. Supporting documents
and printed literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant passages in English.
In such case, for the purposes of interpretation of the bid, such translation shall
govern.
14. TECHNICAL PROPOSAL
11 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
14.1 Only, in case of bids with pre-qualification conditions defined in the Bid Data Sheet,
the Technical Proposal shall comprise of formats and requirements given in the
Bid Data Sheet. 14.2 All the documents/ information enclosed with the Technical Proposal should be
self-attested and certified by the bidder. The Bidder shall be liable for forfeiture of
his earnest money deposit, if any document / information are found false/fake/
untrue before acceptance of bid. If it is found after acceptance of the bid, the
bid sanctioning authority may at his discretion forfeit his performance security/
guarantee, security deposit, enlistment deposit and take any other suitable action. 15. FINANCIAL BID
i. The bidder shall have to quote rates in format referred in Bid Data Sheet, in
overall percentage, and not item wise. If the bid is in absolute amount, overall
percentage would be arrived at in relation to the probable amount of contract given in
NIT. The overall percentage rate would apply for all items of work.
ii. Percentage shall be quoted in figures as well as in words. If any difference in
figures and words is found, lower of the two shall be taken as valid and correct.
16. PERIOD OF VALIDITY OF BIDS The bids shall remain valid for a period specified in the Bid Data Sheet after the
date of ―close for biding‖ as prescribed by the Employer. The validity of the bid can
be extended by mutual consent in writing.
17. EARNEST MONEY DEPOSIT (EMD) 17.1 The Bidder shall furnish, as part of the Bid, Earnest Money Deposit (EMD), in the
amount specified in the Bid Data Sheet.
17.2 The EMD shall be in the form of Fixed Deposit Receipt of a scheduled
commercial bank, issued in favour of the name given in the Bid Data Sheet. The
Fixed Deposit Receipt shall be valid for six months or more after the last date of
receipt of bids. However, other form(s) of EMD may be allowed by the Employer by
mentioning it in the Bid Data Sheet.
17.3 Bid not accompanied by EMD shall be liable for rejection as non-responsive.
17.4 EMD of bidders whose bids are not accepted will be returned within ten
working days of the decision on the bid.
17.5 EMD of the successful Bidder will be discharged/Released when the Bidder has
signed the Agreement after furnishing the required Performance Security.
12 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
17.6 Failure to sign the contract by the selected bidder, within the specified period, for
whatsoever reason, shall result in forfeiture of the earnest money deposit.
D. Submission of Bid 18. The bidder is required to submit online bid duly signed digitally, and Envelop ‗A‘ in
physical form also at the place prescribed in the Bid Data Sheet.
E. Opening and Evaluation of Bid 19 PROCEDURE
19.1 Envelope ‗A‘ shall be opened first online at the time and date notified and its
contents shall be checked. In cases where Envelop ‗A‘ does not contain all requisite
documents, such bid shall be treated as non-responsive, and Envelop B and/or C of
such bid shall not be opened.
Further, the client can ask specific clarification about the submitted documents in
technical bid, but clarification should not be deliberately shielded or tricked to put
any new document in a manner of clarification asked by the client.
19.2 Wherever Envelop ‗B‘ (Technical Bid) is required to be submitted, the same shall
be opened online at the time and date notified. The bidder shall have freedom to
witness opening of the Envelop ‗B‘. Envelop ‗C‘ (Financial Bid) of bidders who are
not qualified in Technical Bid (Envelop ‗B‘) shall not be opened.
19.3 Envelope ‗C‘ (Financial Bid) shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the Envelop ‗C‘.
19.4 After opening Envelop ‗C‘ all responsive bids shall be compared to determine the
lowest evaluated bid.
19.5 The Employer reserves the right to accept or reject any bid, and to annul the bidding
process and reject all the bids at any time prior to contract award, without incurring
any liability. In all such cases reasons shall be recorded.
19.6 The Employer reserves the right of accepting the bid for the whole work or for a
distinct part of it or may reduce the contract amount.
20. Confidentiality
13 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
20.1 Information relating to examination, evaluation, comparison and
recommendation of contract award shall not be disclosed to bidders or any other
person not officially concerned with such process until final decision on the bid. 20.2 Any attempt by a bidder to influence the Employer in the evaluation of the bids or
contract award decisions may result in the rejection of his bid.
F. Award of Contract
21. Award of Contract
The Employer shall notify the successful bidder by issuing a ‗Letter of
Acceptance‘ (LOA) that his bid has been accepted.
22. Performance Security
22.1 Prior to signing of the Contract the bidder to whom LOA has been issued shall have
to furnish performance security of the amount in the form and for the duration, etc.
as specified in the Bid Data Sheet.
22.2 Additional performance security, if applicable, is mentioned in the Bid Data Sheet
and shall be in the form and for the duration, etc. similar to Performance Security.
23. Signing of Contract Agreement
23.1 The successful bidder shall have to furnish Performance Security and
Additional Performance Security, if any, and sign the contract agreement within
15 days of issue of LOA.
23.2 The signing of contract agreement shall be reckoned as intimation to
commencement of work. No separate work order shall be issued by the Employer to
the contractor for commencement of work.
23.3 In the event of failure of the successful bidder to submit Performance Security and
Additional Performance Security, if any or sign the Contract Agreement, his EMD
shall stand forfeited without prejudice to the right of the employer for taking any
other action against the bidder.
24. CORRUPT PRACTICES The Employer requires that bidders observe the highest standard of ethics during the
procurement and execution of contracts. In pursuance of this policy, the Employer:
i. may reject the bid for award if it determines that the bidder recommended
for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in competing for the Contract; and
14 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ii. may debar the bidder declaring ineligible, either indefinitely or for a
stated period of time, to participate in bids, if it at any time determines that the
bidder has, directly or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for, or in executing, a contract.
For the purposes of this provision, the terms set forth above are defined as
follows:
a. ―corrupt practice‖ means the offering, giving, receiving, or soliciting,
directly or indirectly, anything of value to influence improperly the actions of
another party; b. ―fraudulent practice‖ means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation; c. ―coercive practice‖ means impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to influence
improperly the actions of a party; d. ―collusive practice‖ means an arrangement between two or more parties
designed to achieve an improper purpose, including influencing
improperly the actions of another party.
[End of ITB]
15 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Bid Data Sheet
GENERAL
SR. No. PARTICULARS DATA
1 Office Inviting Tender Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
2 NIT No. No. 15 of 2018-19
3 Date of NIT Date: 27.08.2018
4 Bid document download available from date & time
From 27.08.2018
From 17.31 PM
To 10.09.2018 17:30
PM
5 Website link http:// www.mpeproc.gov.in
SECTION 1 - NIT
NIT
CLAUSE PARTICULARS DATA
2 Portal Fees
(also known as processing fee) As notified in e-Tendering Website
3
Cost of Bid Document 50000 + 9000 (GST) = 59000.00
Cost of Bid Document Payable at
As per e-proc procedure
Cost of Bid Document In favor of
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
4 Affidavit Format As per 'Annexure- B'
5 Pre-qualifications required Yes
If Yes, details As per' Annexure- C'
6
Special Eligibility YES
If Yes, details As per 'Annexure -D'
7 Key dates As per 'Annexure -A'
16 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SECTION 2 - ITB
ITB
CLAUSE
PARTICULARS DATA
1 Name of the ‗Work‘ Infrastructure Development of Textile Park
Acharpura, Bhopal (M.P.)
2 Specifications
As per 'Annexure – E'
in addition to as below:
(a) In case of Roads and Bridge works:
'SPECIFICATION FOR ROAD AND
BRIDGE WORK (fifth Revision) By
MORTH
(b) In case of Building works:
SPECIFICATION FOR BUILDING WORKS By MPPWD
(c) In case of Water supply scheme
Specification laid down by CPHEEO
(d) Stipulation by other applicable SOR in
Force
3 Procedure for participation in e-tendering
As per 'Annexure – F'
4 Whether Joint Venture is allowed.
Yes, as per annexure-G
9
Pre bid meeting to be held Yes
If Yes, Date, Time and Place
Date :- 05.09.2018
Time from :- 2.00 PM
Place :- Office of the Managing Director, M.P.
Adyogik Kendra Vikas Nigam (Bhopal)
17 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Bid Data Sheet
ITB
CLAUSE PARTICULARS DATA
12
Envelope-A containing : i. Organizational details as per
'Annexure H' iii. Cost of Bid Document iv. EMD v. An affidavit duly notarized as per 'Annexure- B'
should reach in physical form in the office of :
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
14 Envelope-B Technical Proposal As per 'Annexure - I' and Annexure - I (Format I-1 to I-5) Special Conditions, Annexure –C & D
15 Envelope-C Financial Bid As per 'Annexure - J '
Materials to be issued by the
department Not Applicable in this tender.
16 Period of Validity of Bid 120 Days
17
Earnest Money Deposit Rs. 19,40,000.00
Forms of Earnest Money Deposit
i. FDR/ e-FDR
ii. Demand draft of scheduled commercial bank iii. Interest bearing securities of post office.
EMD valid for a period of Six months or more
FDR must be drawn in favour of Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
21 Letter of Acceptance (LoA) As per 'Annexure -L'
22 Amount of Performance Security Deposit
5% security deposit amount to be deposited before execution of agreement and 5% amount to be deducted from running bills
18 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Additional Performance Security
If bid of the successful bidder is found to be
more than 15%(Fifteen Percent) below the
contract amount, then the bidder shall have to
deposit additional performance security equal
to the difference of amount quoted by the
bidder beyond below 15% and 15% below
contract amount i.e. Quoted percentage by the
bidder (Beyond below 15%) minus 15% of the
contract amount.
For e.g. if the bidder has quoted 17%
below the Probable amount of contract
(PAC) then the additional performance
Security will have to be deposited by the
bidder equal to
= (17%-15%) x Amount of contract.
Performance Security in the format
As per 'Annexure- M'
Performance Security in favour of
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
Performance Security valid up to
The upfront Bank Guarantee against
performance security shall be taken for a period as mentioned below-
Construction Period + 3 Years+ 3 Months.
It is clarified that in case the construction period
of the work is extended beyond the stipulated
completion period, the bank guarantee against
PG shall have to be got extended by the
contractor for the relevant period so as to satisfy
the validity criteria mentioned above.
Additional Performance security valid up to
The additional performance Security if
applicable shall be taken for a period mentioned
below:-
Construction period.
It is clarified that in case the construction period
of the work is extended beyond the stipulated
completion period, the bank guarantee against
PG shall have to be got extended by the
contractor for the relevant period so as to satisfy
the validity criteria mentioned above.
19 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – A
(See clause 1, 7 of Section 1 -NIT )
KEY DATES
S.No. MP AKVN Bhopal Stage
Start Date & Time Expiry Date & Time
Envelopes
1. Release of Tender 27.08.2018
17:30
-
-
2. Purchase of Tender Start & End Date 27.08.2018
17:30
10.09.2018
17:30
-
3. Bid Submission End Date (online) 27.08.2018
17:30
11.09.2018
17:30
4. Bid Submission End Date (Physically) i.e. EMD
& other documents.
-
12.09.2018
17:30
Envelopes A, B
5. Pre bed Meeting - 05.09.2018
2:00 PM
5. Open EMD & Technical / PQ Bid 14.09.2018
10:30
- Envelopes A, B
6. Open Financial Bid 20.09.2018
10:30
-
Envelopes C
Original term deposit receipt of earnest money deposit, demand draft for the cost of
bid document and affidavit shall be submitted by the bidder so as to reach the office
as prescribed in Bid Data Sheet, at least one calendar day before specified start time
and date in key dates or within time limits for opening of technical proposal as per
Key dates in Bid Data Sheet.
20 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – B
(See clause 3 of Section 1 -NIT )
|| AFFIDAVIT ||
(To be contained in Envelope A)
(On Non Judicial Stamp of Rs. 100)
1. I/we …………………………………… who is/ are …………………………….
(status in the firm/ company) and competent for submission of the affidavit on
behalf of M/S (contractor) do solemnly affirm an oath
and state that: 2. I
/we am/are fully satisfied for the correctness of the certificates/records submitted in
support of the following information in bid documents which are being submitted in
response to notice inviting e-tender No …… for …….... (Name of Work) dated ……….
issued by Managing Director, M.P. Audyogik Kendra Vikas Nigam (Bhopal)
3. I
/we am/ are fully responsible for the correctness of following self-certified
information / documents and certificates:
(i) That the self-certified information given in the bid document is fully true
and authentic.
(ii) That:
a. Term deposit receipt deposited as earnest money, demand draft for cost of
bid document and other relevant documents provided by the Bank are
authentic.
b. Information regarding financial qualification and annual turnover are correct.
c. Information regarding various technical qualifications are correct.
(iii) No close relative of the undersigned and our firm/company is working in
the department/Nigam. OR Following close relatives are working in the
department:
Name ……………………… Post ……………………. Present Posting…………..
4. I
/we ………………………………… also do solemnly affirm an oath and state that
aforesaid firm/company M/s……………………………….. has never been black listed
or debarred from any department/undertaking/subsidiary, working under Government
of India or Government of all states of India including Government of Madhya Pradesh.
Signature with Seal of the Deponent (Bidder)
I/ We, ………………………… above deponent do hereby certify that the facts mentioned in
above para 1 to 4 (with their sub paras) are correct to the best of my knowledge and belief.
Verified today ……………………………. (dated) at …………………… (place).
21 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Signature with Seal of the Deponent (Bidder)
Note : Affidavit duly notarized in original shall reach before opening of the Envelope A.
22 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – C
(See clause 5 of Section 1 -NIT )
PRE-QUALIFICATIONS CRITERIA
The bidder should have:
A. Financial
i. Experience of having successfully executed/completed:
a) Three similar works, each costing not less than the amount equal to
20% of the probable amount of contract during the last 5 financial years;
Or b) Two similar works, each costing not less than the amount equal to 30% of the
probable amount of contract during the last 5 financial years;
Or c) One similar work of aggregate cost not less than the amount equal to
50% of the probable amount of contract during the last 5 financial years;
Note: 1.0 Similar works: Means the following;
a) Integrated infrastructure project consisting of Cement Concrete
Road Works, & Electrical Works under single contract (100% of the
cost of work done will be taken into the consideration for financial
qualification)
Or
b) Project Works consisting of Cement Concrete Road Works under
single contract (only 80% of the cost of work done will be taken into the
consideration for financial qualification.)
Note: Cement Concrete Roads Means M30/M40 cement concrete roads, the
experience should clearly show the grade of cement concrete Roads as M30
or M40 executed with desired paver, otherwise the experience certificates
shall not be considered.
Certificates issued by the principal employer ( Not below the rank
Executive Engineer rank) should be submitted for each executed similar
work.
ii. Average annual construction turnover on the construction works not less than 50%
of the probable amount of contract during the last 5 financial years, If the bidder
has not got audited his account for the financial year 2017-18, then in that case
five financial year may be reckoned from 2012-13 to 2016-17, Attach Audited
copy of Balance sheets and TDS certificates in proof of the same.
23 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
iii. Executed similar items of work in the last 5 financial years under single contract,
which should not be less than the minimum, physical requirement as prescribed in
Clause ―D‖ of the prequalification‘s criteria (Annexure -C), if any, fixed for the
work.
iv. The applicant/Firm should not have incurred any loss in consecutive two years
during the last five years ending 31st March 2017, duly certified by the charted
Accountant.
v. T
he bidder should not have been black listed by any Central /State
Government institutions. An undertaking ( Self -Certificate) in this regard that the
bidder hasn‘t been blacklisted by any central/ state government institutions must
be submitted.
B. Joint Venture: No as per Annexure G
C. Base Year Escalations for calculation of cost of works.
The base year shall be taken as financial year 2017-18
Following enhancement factors will be used for the costs of works executed as per
para(I) and the financial figure as para (II) to a common base value for works
completed.
Financial Year Multiplying Factor
2016-17 1.10
2015-16 1.21
2014-15 1.33
2013-14 1.46
2012-13 1.61
Bidders should indicate actual figures of costs and amount for the works executed by
them without accounting for the above-mentioned factors.
D. Physical
Execution of similar items of during the last 5 financial years should not be less than
the minimum physical requirement fixed for the work.
S. No Particulars Minimum Required
Quantity
Remark/ Period
Mandatory Physical
qualification required
24 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
S. No Particulars Minimum Required
Quantity
Remark/ Period
1 Road - Pavement Quality
Concrete work with Fixed
Form Paver or Slip Form Paver
Minimum M40 or M30
grade of Pavement
Quality Concrete – 8000
cum
completed during
The Last 5
Financial Years under
single work order.
And any three works from
the followings:-
1 R.C.C. Over Head Tank Minimum 300 KL
2 CETP 200 KLD 1 No
3 R.C.C. Drains 5 Km
4 33 KV or 11 KV Line 4 Km
5 Water Supply
DI/GI/MS/CI/HDPE
Pipe Work
4 Km
Note:Certificates issued by the principal employer ( Not below the rank Executive
Engineer rank) should be submitted as proof in support of the above physical requirement.
25 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – D (See clause 6 of Section 1 -NIT )
SPECIAL ELIGIBILITY CRITERIA
No Special Eligibility Criteria are required.
Note: Above criteria are indicative, subject to s u i t a b l e stipulations b y t h e
emplyor
26 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNXURE – E
(See clause 2 of Section 2 – ITB & Clause 18 of GCC)
Specifications
1. MoRTH Specification (Vth Revision) for Road and Bridge Works.
2. CPWD Specification.
3. Central Public Health and Environmental Engineering Organisation (CPHEEO)
Specification/Manual for Water Supply & Treatment Works.
4. PWD E & M Specification for Electrical Works.
5. MP MKVV Co Ltd. Specification for Electrical Works
6. Specifications as mentioned in the Schedule of Rates of following SOR‘s as amended
upto date of 30.04.2018;
a. Schedule of rates for building works in PWD, MP. (w.e.f 01-08-2014),
b. Schedule of rates for Road & Bridge works in PWD, MP. (w.e.f 29.08.2017),
c. Unified Schedule of rates for Water Supply & Sewerage works in PHE,
MP.- ( w.e.f 1.06.2016)
d. Schedule of rates for E & M works in PWD, MP. (w.e.f 1-8-2014),
The provision of general/ special conditions of contract, those specified elsewhere in the bid
document, as well as execution drawings and notes, or other specifications issued in writing
by the Employer shall form part of the technical specifications of this work.
27 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure -F
(See clause 3 of section 2-ITB)
Procedure for Participation in e-Tendering 1. Registration of Bidders on e-Tendering System:
All the PWD registered bidders are already registered on the new e- procurement
portal https://www.mpeproc.gov.in. The user id will be the contractor ID provided to
them from MP Online. The password for the new portal has been sent to the bidders
registered email ID. for more details may contact M/s. _Tata Consultancy Services
Corporate Block, 5th floor, DB City BHOPAL-462011 email id:
[email protected]. Helpdesk phone numbers are available on website.
2. Digital Certificate: The bids submitted online should be signed electronically with a Class III Digital
Certificate to establish the identity of the bidder submitting the bid online. The
bidders may obtain Class III Digital Certificate issued by an approved Certifying
Authority authorized by the Controller of Certifying Authorities, Government of
India. A Class III Digital Certificate is issued upon receipt of mandatory identity
proofs along with an application. Only upon the receipt of the required documents, a
Digital Certificate can be issued. For details please visit cca.gov.in.
Note:
i.It may take upto 7 working days for issuance of Class III Digital
Certificate; hence the bidders are advised to obtain the certificate at the
earliest. Those bidders who already have valid Class III Digital Certificate
need not obtain another Digital Certificate for the same.
The bidders may obtain more information and the Application From required
to be submitted for the issuance of Digital Certificate from cca.gov.in
ii.Bids can be submitted till bid submission end date. Bidder will require
digital signature while bid submission.
The digital certificate issued to the Authorized User of a Partnership firm / Private
Limited Company / Public Limited Company and used for online biding will be
considered as equivalent to a no-objection certificate / power of attorney to that
user. In case of Partnership firm, majority of the partners have to authorize a
specific individual through Authority Letter signed by majority of the partners of
the firm.
in case of Private Limited Company, Public Limited Company, the Managing
Director has to authorize a specific individual through Authority Letter. Unless the
28 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
certificate is revoked, it will be assumed to represent adequate authority of the
specific individual to bid on behalf of the organization for online bids as per
information Technology Act 2000. This Authorized User will be required to obtain a
Digital Certificate. The Digital Signature executed through the use of Digital
Certificate of this Authorized User will be binding on the firm. It shall be the
responsibility of Management / Partners of the concerned firm to inform the
Certifying Authority, if the Authorized User changes, and apply for a fresh Digital
Certificate for the new Authorized User. 3. Set Up of Bidder’s Computer System: In order for a bidder to operate on the e-tendering System, the Computer System of
the bidder is required to be set up for Operating System, Internet Connectivity,
Utilities, Fonts, etc. The details are available at https://www.mpeproc.gov.in 4. Key Dates: The bidders are strictly advised to follow the time schedule (Key Dates) of the bid on
their side for tasks and responsibilities to participate in the bid, as all the stages of
each bid are locked before the start time and date and after the end time and date
for the relevant stage of the bid as set by the Department.
5. Preparation and Submission of Bids The bidders have to prepare their bids online, encrypt their bid Data in the Bid forms
and submit Bid of all the envelopes and documents related to the Bid required to be
uploaded as per the time schedule mentioned in the key dates of the Notice inviting
e-Tenders after signing of the same by the Digital Signature of their authorized
representative.
6. Purchase of Bid Document For purchasing of the bid document bidders have to pay Service Charge online
ONLY which is Rs. [as per Bid Date Sheet]. Cost of bid document is separately
mentioned in the Detailed NIT. The Bid Document shall be available for purchase
to concerned eligible bidders immediately after online release of the bids and upto
scheduled time and date as set in the key dates. The payment for the cost of bid
document shall be made online through Debit/Credit card, Net banking or NeFT
Challan through the payment gateway provided on the portal.
7 Withdrawal, Substitution and Modification Of Bids Bidder can withdraw and modify the bid till Bid submission end date.
29 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – G
(See clause 4 of Section 2 –ITB)
JOINT VENTURE (J.V.)
NOT ALLOWED
30 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure - H
(See clause 12 of Section 2 –ITB & clause 4 of GCC)
ORGANIZATIONAL DETAILS
(To be Contained in Envelope - A) S.
No.
Particulars
Details
1.
Registration number issued by Centralized Registration System of Govt. of M.P. or Proof of application for registration.
2.
Registration of bidder through Centralized
Registration of Govt. of MP
Registration No._________Date_______ (Scanned copy of Registration to be
uploaded, if any)
3.
Name of Organization/ Individual/ Proprietary Firm/ Partnership Firm
4.
Entity of Organization Individual/ Proprietary Firm/ Partnership
Firm (Registered under Partnership Act)/
Limited Company (Registered under the
Companies Act–1956)/ Corporation/ Joint
Venture
5. Address of Communication
6. Telephone Number with STD Code
7. Fax Number with STD Code
8. Mobile Number
9. E-mail Address for all communications
Details of Authorized Representative
10. Name
11. Designation
12. Postal Address
13. Telephone Number with STD Code
14. Fax Number with STD Code
15. Mobile Number
16. E-mail Address
Note: In case of partnership firm and limited company certified copy of partnership deed/
Articles of Association and Memorandum of Association along with registration
certificate of the company shall have to be enclosed.
Signature of Bidder with Seal
Date :-____________
31 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – I
(See clause 14 of Section 2 -ITB)
Envelope – B, Technical Proposal
Technical Proposal shall comprise the following documents:
S. No
Particulars
Details to be submitted
1 Experience – Financial & Physical Annexure - I (Format: I-1)
2 Annual Turnover Annexure - I (Format: I-2)
3 List of technical personnel for the key
positions
Annexure - I (Format: I-3)
4 List of Key equipments/ machines for
quality control labs
Annexure - I (Format: I-4)
5 List of Key equipments/ machines for
construction work
Annexure - I (Format: I-5)
Note:
1. Technical Proposal should be uploaded duly page numbered and indexed.
2. Technical Proposal uploaded otherwise bid will not be considered.
3. At the time of submission of bid, the bidder should have valid registration with the
employer provident fund organization, Ministry of labour for Employment, Govt. of
India, and the bidder should have a Valid PF code or he has to submit at the time of
agreement.
32 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure - I (Format: I-1)
(See clause 14 of Section 2 -ITB)
FINANCIAL & PHYSICAL EXPERIENCE DETAILS
A. Financial Requirement:
The bidder should have executed/completed either of the below:
a) three similar works each costing not less than the amount equal to 20% of the
probable amount of contract during the last 5 financial years; or
b) two similar works each costing not less than the amount equal to 30% of the
probable amount of contract during the last 5 financial years; or
c) one similar work of aggregate cost not less than the amount equal to 50% of the
probable amount of contract during the last 5 financial years;
Note:
1.0 Similar works: Means the following;
a) Integrated infrastructure project consisting of Cement Concrete
Road Works, & Electrical Works under single contract (100% of the cost
of work done will be taken into the consideration for financial qualification)
Or
b) Project Works consisting of Cement Concrete Road Works under single
contract (only 80% of the cost of work done will be taken into the
consideration for financial qualification.)
Note: Cement Concrete Roads Means M30/M40 cement concrete roads, the
experience should clearly show the grade of cement concrete Roads as M30 or
M40 executed with paver, otherwise the experience certificates shall not be
considered.
Certificates issued by the principal employer ( Not below the rank o f Executive
Engineer) should be submitted for each executed similar work.
To be filled in by the contractor:
i. Details of successfully completed / executed similar works shall be furnished in the following format.
ii. Certificate duly signed by the employer shall also be enclosed for each completed similar work.
Agreement
Number & Year
Name of Work Date of Work Order
Date of Completion
Amount of Contract
Employer's Name and Address
33 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
34 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Existing commitments – (Value of ‘C’ for Bid Capacity formula)
Agreement Number &
Year
Name of Work
Date of Work Order
Date of Completion
Amount of Contract
Amount of balance work
Employer's Name and Address
B. Physical Requirement:
Execution of similar items of work in during the last 5 financial years, should not be less than the minimum physical requirement fixed for the work.
S No Particulars Minimum Required
Quantity
Remark/ Period
Mandatory Physical qualification
required
1 Road - Pavement Quality
Concrete work with Fixed Form
Paver or Slip Form Paver
Minimum M40 or M30 grade
of concrete – 8000 cum
completed during
The Last 5
Financial Years
under single work
order.
And any three works from the
followings:-
1 R.C.C. Over Head Tank Minimum 300 KL
2 CETP 200 KLD 1 No
3 R.C.C. Drains 5 Km
4 33 KV or 11 KV Line 4 Km
5 Water supply DI pipeline work 4 Km
Note:
Certificates issued by the principal employer ( Not below the rank Executive Engineer rank) should be submitted as proof in support of the above physical requirement.
35 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure - I (Format: I -2)
(See clause 14 of Section 2 –ITB)
ANNUAL TURN OVER
Requirement: Average annual construction turnover on the construction works not less than 50% of the
probable amount of contract during the last 5 financial years;
To be filled in by the contractor:
Financial Year Payments received for contracts in progress or completed
Remark
1 Please refer
Annexure C
i.e Pre-
Qualification
Criteria
2
3
4
5
Note:
i. Annual turnover of construction should be certified by the Chartered Accountant.
ii. Audited balance sheet including all related notes, and income statements for the
above financial years to be enclosed.
Bid Capacity
Applicants who meet the minimum qualifying criteria in the evaluation as stated
above are to be evaluated further for bid capacity as under and should not the be less
than PAC (Probable Amount of Contract)
Bid Capacity = (1.5 A X B) - C
Where
A A = Maximum value of civil engineering works executed in any one year during
the last five year (10% weightage per year shall be given to bring the value of work executed at present price level)
B C
= =
Proposed contract period in years. Amount of work in hand at present.
36 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure - I (Format: I -3)
(See clause 14 of Section 2 –ITB & Clause 6 of GCC)
List of Technical Personnel for the Key Positions
Minimum requirement
irement
Available with the bidder
S.
No.
Key
Posi
tion
Min
imum
req
uir
emen
t
Min
imum
Qu
alif
icat
ion
Age
Sim
ilar
work
exper
ience
Req
uir
ed
Tota
l W
ork
Exp
erie
nce
S.
No.
Nam
e of
Per
sonnel
Key
Posi
tion
Qual
ific
atio
n
Age
Sim
ilar
work
exper
ience
Tota
l W
ork
Exp
erie
nce
1
Project
Engineer 01
B.E.
Civil
Max
65
Years
Yes 15 years
2 Site/Field
Engineer 01
B.E.
Civil
Max
55 Yr. Yes 10 years
3 Surveyor/
Sub
Engineer
01 Diploma
Civil
Min
30 Yr.
Yes 5 years
4 Sub/Site
Engineer
01 Diploma
Electric
al
Min
30 Yr.
Yes 5 years
Note :- Fulltime technical key persons should be available at site.
Note :- Please fill above column “Available with the bidder”.
37 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure I (Format: I -4)
(See clause 14 of Section 2 -ITB)
List of Key Equipments/ Machines for Quality Control Labs
Minimum requirement Available with the bidder
S. No. Name of Equipment/
Machinery
Quantity Name of Equipment
/Machinery
Quantity
1 Set of I. S. sieves 1 Set
2 Liquid Limit
Apparatus 1
3 Compaction Limit
Apparatus 1
4 CB R. Apparatus 1
5 Crushing Strength
Testing Machine 1
6
Compression
Testing Machine,
Capacity 50 tones.
1
7 Aggregate Crushing
value Apparatus 1
8 Los Angeles
Abrasion Machine 1
9 Aggregate Impact
Test Machine 1
10 Concrete Batching
Plant 1
11 Length and
Thickness Gauges 1
12 Vicat apparatus for
testing setting times 1
13 Slump testing
apparatus 1
14 Needle & Plate
Vibrator 1
15 500gm, 10 Kg
balances 1 Each
16 Length and
Thickness Gauges. 1
Note: Any other equipment/machines required for proper testing of components listed in the
BOQ should also be available with the bidden on demand.
38 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
The Contractor shall make available following office equipment at site office
at his own cost.
(a) Plotter sufficient for A-0 Size Plotting.
(b) Photo Copier/Scanner sufficient for A-3 Size Copying.
(c) Internet Connection shall be required for Email Correspondence
ensuring faster Communication.
(d) Digital Camera with data Transfer Capabilities.
(e) The Contractor shall take HD photographs Videos of site prior to the
commencement of work, during construction, and after the time of
Completion of Project Work as suggested and shall submit soft and
hard copies to the AKVN, Bhopal.
Note :- Please fill above column “Available with the bidder.”
39 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure - I (Format: I -5)
(See clause 14 of Section 2 -ITB)
List of Key Construction Equipments/ Machines for Construction Work
The contractor shall arrange above minimum plants and machineries at site for
execution of the work. This may have to be increased depending upon the site
requirements.
Note: a) The above List is the minimum required Equipment and Plants that need to be
deployed on the contract work, however if required the contractor may have to deploy
more Equipments and Plants depending upon his Work Programme and Methodology,
he/she has to ensure the same.
Note :- Please fill above column “Available with the bidder”.
S.No.
Minimum requirement Available with the bidder
Name of Equipment/
Machinery Capacity
Minimum
Required
Name of Equipment /
Machinery Quantity
1. JCB Machine 01
2. Vibratory / Roller 8-10 T 01
3. Pneumatic tired roller 15 T 01
4. Computerized Batch mix
plant
30 Cum/Hr 01
5. Front end Loader 01
6. Transit Truck Agitator 6Cum 01
7. Kerb Laying Machine 01
8. Mechanical Roller 8 - 10 T 01
9. D.G. Sets 5 KVA &
100 KVA
01
10. Auto Level Instrument 150 m
range
01
11. Concrete mixer with hopper 0.5 Cum 3 Nos.
12. Fixed form or Slip form
paver with electronic Sensor
01 No.
13. Transit Mixer 6 cum 03
40 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – J
(See clause 14 of Section 2 –ITB)
FINANCIAL BID (To Be Contained in Envelope-C)
NAME OF WORK :- Development of Textile Park at Acharpura, Bhopal
I/We hereby bid for the execution of the above work within the time specified at the
rate (in figures) _ (in words) percent below/ above or
at par based on the Bill of Quantities and item wise rates given therein in all respects and in
accordance with the specifications, designs, drawings and instructions in writing in all
respects in accordance with such conditions so far as applicable. I/We have visited the site of
work and am/ are fully aware of all the difficulties and conditions likely to affect carrying out
the work. I/We have fully acquainted myself/ourselves about the conditions in regard to
accessibility of site and quarries/kilns, nature and the extent of ground, working conditions
including stacking of materials, installation of tools and plant conditions effecting
accommodation and movement of labour etc. required for the satisfactory execution of
contract.
Should this bid be accepted, I/We hereby agree to abide by and fulfill all the terms
and provisions of the said conditions of contract annexed hereto so far as applicable, or in
default thereof to forfeit and pay to the Managing Director, M.P. Audyogik Kendra Vikas
Nigam (Bhopal) or his successors in office the sums of money mentioned in the said
conditions.
Note: i. Only one rate of percentage above or below or at par based on the Bill of Quantities
given therein shall be quoted.
ii. Percentage shall be quoted in figures as well as in words. If any difference in figures
and words is found lower of the two shall be taken as valid and correct rate. If the
bidder is not ready to accept such valid and correct rate and declines to furnish
performance security and sign the agreement his earnest money deposit shall be
forfeited.
iii. In case the percentage "above" or "below" is not given by a bidder, his bid shall be
treated as non-responsive.
iv. All duties, taxes, and other levies payable by the bidder shall be included in the
percentage quoted by the bidder but exclusive of Goods and Service Tax (GST) to be
levied on Works/Service Contract..
Signature of Bidder
Name of Bidder
The above bid is hereby accepted by me on behalf of the Audyogik Kendra Vikas Nigam (J) Ltd., Bhopal dated the day of 20
41 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Signature of Officer by whom accepted
Managing Director
Annexure – K
(See clause 15 of Section 2 -ITB)
MATERIALS TO BE ISSUED BY THE NIGAM
Not Applicable
S No Name of material Rate (Issue rate) Unit Remarks
N . A.
42 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – L
(See clause 21 of Section 2 -ITB )
M.P Audyogik Kendra Vikas Nigam (Bhopal)
LETTER OF ACCEPTANCE (LOA)
No. ……………………… Dated :- …………..
To,
M/s .............................. (Name and address of the contractor)
Subject :- ………………………………………..
(Name of the work as appearing in the bid for the work)
Dear Sir(s),
Your bid for the work mentioned above has been accepted on behalf of the M.P.
Audyogik Kendra Vikas Nigam (Bhopal) at your bided percentage below/ above or at
par the Bill of Quantities given therein.
You are requested to submit within 15 (Fifteen) days from the date of issue of this
letter:
a. The performance security/performance guarantee of Rs. …………….. (in figures)
(Rupees ……………………………………………………………………… in words
only). Nationalized/schedule commercial bank valid up to three months after the
expiry of defects liability period.
b. Sign the contract agreement.
Please note that the time allowed for carrying out the work as entered in the bid is 18
(Eighteen) months, shall be reckoned from the date of signing the contract agreement.
Signing the contract agreement shall be reckoned as intimation of commencement of
work and no separate letter for commencement of work is required. Therefore, after signing
of the agreement, you are directed to contact concerned Assistant Engineer for taking the
possession of site and necessary instructions to start the work.
Yours faithfully,
Managing Director
Copy to
1.
2.
3.
43 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – M
(See clause 22 of Section 2 –ITB)
PERFORMANCE SECURITY
To,
……………………… (Name of Employer)
……………………… (Address of Employer)
WHEREAS ………………………………………………(Name and address of
Contractor) (Hereinafter called "the Contractor") has undertaken, in pursuance of
Letter of Acceptance No. ………. Date …………… to execute ………………. (Name of
Contract and description of Works) (hereinafter called ―the Contract‖)
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with the
Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of [amount of guarantee]*
(in words), such sum being payable in the types and proportions of currencies in which the
Contract Price is payable, and we undertake to pay you, upon your first written demand
and without cavil or argument, any sum or sums within the limits of
[amount of guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of
the Contract of the Works to be performed there under or of any of the Contract
documents which may be made between you and the Contractor shall in any way release us
from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.
This guarantee shall be valid until 3 (three) months from the date of expiry of the
Defect Liability Period.
Signature, Name and Seal of the guarantor _____________________________
Name of Bank _______________ Address
Phone No., Fax No., E-mail Address, of Signing Authority Date ____________
44 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
* An amount shall be inserted by the Guarantor, representing the percentage the
Contract Price specified in the Contract including additional security for unbalanced
Bids, if any and denominated in Indian Rupees.
45 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Clause
No Particulars Clause
No Particulars
A. General 21 Payments for Variations and / or Extra
Quantities
1 Definitions 22 No compensation for alterations in or restriction
of work to be carried out.
2 Interpretations and Documents 23 No Interest Payable
3 Language and Law 24 Recovery from Contractors
4 Communications 25 Tax
5 Subcontracting 26 Check Measurements
6 Personnel 27 Termination by Engineer in Charge
7 Force Majeure 28 Payment upon Termination
8 Contractor's Risks 29 Performance Security
9 Liability For Accidents To Person 30 Security Deposit
10 Contractor to Construct the Works 31 Price Adjustment (Not Applicable)
11 Discoveries 32 Mobilization and Construction Machinery
Advance
12 Dispute Resolution System 33 Secured Advance
B. Time Control 34 Payments Certificates
13 Programme E. Finishing the Contract
14 Extension of Time 35 Completion Certificate
15 Compensation for Delay 36 Final Account
16 Contractor‘s quoted percentage F. Other Conditions of Contract
C. Quality Control 37 Currencies
17 Tests 38 Labour
18 Correction of Defects noticed
during the Defect Liability Period
39 Compliance with Labour Regulations
D. Cost Control 40 Audit and Technical Examination
19 Variations - Change in original
Specifications, Designs, Drawings etc.
41 Death or Permanent Invalidity of Contractor
20 Extra Items 42 Jurisdiction
SECTION 3
CONDITIONS OF CONTRACT
Part – I General Conditions of Contract [GCC] Table of Clauses of
46 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
A. General 1. DEFINITIONS
1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming part of
the Bid.
1.2. Chief Engineer: means Chief Engineer of the M.P. TRIFAC, BHOPAL or Other
authorized Officer.
1.3. Completion: means completion of the work as certified by the Nigam, in accordance
with provisions of agreement.
1.4. Contract: means the Contract between the Employer and the Contractor to execute,
complete and/or maintain the work. Agreement is synonym of Contract and carries
the same meaning wherever used.
1.5. Contract Data: means the documents and other information which comprise of the
Contract.
1.6. Contractor: means a person or legal entity whose bid to carry out the work has been
accepted by the Employer.
1.7. Contractor's bid: means the completed bid document submitted by the Contractor to
the Employer.
1.8. Contract amount: means the amount of contract worked out on the basis of accepted
bid.
1.9. Completion of work: means completion of the entire contracted work. Exhaustion of
quantity of any particular item mentioned in the bid document shall not imply
completion of work or any component thereof.
1.10. Day: means the calendar day.
1.11. Defect: means any part of the work not completed in accordance with the
specifications included in the contract.
1.12. Department/Nigam: means M.P. Audyogik Kendra Vikas Nigam (Bhopal) who
adopts this document written in short as MPAKVN(Bhopal).
1.13. Drawings: means drawings including calculations and other information provided
by Competent Authority
1.14. Employer: means the party as defined in the Contract Data, who employs the
Contractor to carry out the work. The Employer may delegate any or all functions to a
person or body nominated by him for specified functions.
1.15. Engineer: means the person named in the Contract Data.
1.16. Engineer in charge: means the person named in the Contract Data.
1.17. Equipment: means the Contractor's machinery and vehicles brought temporarily to
the Site for execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In Writing: means communicated in written form and delivered.
1.20. Material: means all supplies, including consumables, used by the Contractor for
incorporation in the work.
1.21. Superintending Engineer: means Superintending Engineer, o f M.P. Audyogik
Kendra Vikas Nigam (Bhopal) Or M.P. TRIFAC, Bhopal.
47 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
1.22. Stipulated period of completion: means the period in which the Contractor is
required to complete the work. The stipulated period is specified in the Contract
Data.
1.23. Assistant Engineer :- means Assistant Engineer of M.P. Audyogik Kendra Vikas
Nigam (Bhopal) of the Contract Work deputed by the Nigam.
1.24. Junior Engineer :- Means Junior Engineer of M.P. Audyogik Kendra Vikas Nigam
(Bhopal)
1.25 Executive Engineer :- Means Executive Engineer of M.P. Audyogik Kendra Vikas
Nigam (Bhopal)
1.26 Specification: means the specification of the work included in the Contract and any
modification or addition made or approved by the Competent Authority.
1.27. Start Date: means the date of signing of agreement for the work.
1.28. Sub-Contractor: means a person or corporate body who has a Contract with the
Contractor, duly authorised to carry out a part of the construction work under the
Contract.
1.29. Temporary Work: means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
1.30. Tender/Bid, Tenderer/Bidder: are the synonyms and carry the same meaning where
ever used.
1.31. Variation: means any change in the work which is instructed or approved as variation
under this contract.
1.32. Work: The expression "work" or "works" where used in these conditions shall unless
there be something either in the subject or context repugnant to such construction, be
construed and taken to mean the work by virtue of contract, contracted to be executed,
whether temporary or permanent and whether original, altered, substituted or
additional.
2. INTERPRETATIONS AND DOCUMENTS
2.1 Interpretations
In the contract, except where the context requires otherwise:
a. words indicating one gender include all genders;
b. Words indicating the singular also include the plural and vice versa.
c. provisions including the word ―agree‖, ―agreed‖ or ―agreement‖ require
the agreement to be recorded in writing;
d. written‖ or ―in writing‖ means hand-written, type-written, printed or
electronically made, and resulting in a permanent record;
2.2 Documents Forming Part of Contract:
1. NIT with all amendments.
2. Instructions to Bidders (ITB, Bid Data Sheet with all Annexures)
3. Conditions of Contract:
i. Part I General Conditions of Contract and the Contract Data; with all
Annexures
ii. Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Bill of Quantities
48 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
7. Technical and Financial Bid
8. Agreement, and
9. Any other document(s), as specified.
3. Language and Law
The language of the Contract and the law governing the Contract are stated in the Contract Data.
4. Communications
All certificates, notice or instruction to be given to the Contractor by Employer/Engineer shall be sent to the address or contact details given by the Contractor in [Annexure H of ITB]. The address and contact details for communication with the Employer/Engineer shall be as per the details given in the Contract Data. Communication between parties that are referred to in the conditions shall be in writing. The notice sent by facsimile (fax) or other electronic means (email) shall also be effective on confirmation of the transmission. The notice sent by registered post or speed post shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the postal service. In case of any change in address for communication, the same shall be immediately notified to Engineer-in- Charge.
5. Subcontracting
Subcontracting shall be permitted for contracts of value more than amount specified in the Contract Data with following conditions.
a. The Contractor may subcontract up to 25 percent of the contract price with
the approval of the Employer in writing, but will not assign the Contract.
Subcontracting shall not alter the Contractor's obligations.
b. Following shall not form part of subcontracting:
i. Hiring of labour through a labour contractor.
ii. The purchase of Materials to be incorporated in the works. iii. Hiring of
plant& machinery
c. The sub-contractor will have to be registered in the centralized registration
system for contractors of the GoMP.
6. Personnel
6.1 The Contractor shall employ for the construction work and routine maintenance the
technical personnel as provided in the Annexure I-3 of Bid Data Sheet, if applicable.
If the Contractor fails to deploy required number of technical staff, recovery as
specified in the Contract Data will be made from the Contractor.
6.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor's staff or work force, stating the reasons, the Contractor shall ensure
that the person leaves the Site within three days and has no further connection
with the Works in the Contract.
7. Force Majeure
7.1 The term ―Force Majeure‖ means an exceptional event or circumstance:
(a) Which is beyond a Party‘s control,
49 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(b) Which such Party could not reasonably have provided against before entering
into the Contract,
(c) Which, having arisen, such Party could not reasonably have avoided or
overcome, and
(d) Which is not substantially attributable to the other Party. Force Majeure may
include, but is not limited to, exceptional events or circumstances of the kind
listed below, so long as conditions (a) to (d) above are satisfied:
(i) War, hostilities (whether war be declared or not), invasion, act of
foreign enemies,
(ii) Rebellion, terrorism, sabotage by persons other than the
Contractor‘s Personnel, revolution, insurrection, military or usurped
power, or civil war,
(iii) Riot, commotion, disorder, strike or lockout by persons other
than the Contractor‘s Personnel,
(iv) Munitions of war, explosive materials, ionising radiation or
contamination by radio-activity, except as may be attributable to the
Contractor‘s use of such munitions, explosives, radiation or radio-
activity, and
(v) Natural catastrophes such as earthquake, hurricane, typhoon or
volcanic activity.
7.2. In the event of either party being rendered unable by force majeure to perform any
duty or discharge any responsibility arising out of the contract, the relative obligation
of the party affected by such force majeure shall upon notification to the other party
be suspended for the period during which force majeure event lasts. The cost and loss
sustained by either party shall be borne by respective parties.
7.3 For the period of extension granted to the Contractor due to Force Majeure the price
adjustment clause shall apply but the penalty clause shall not apply. It is clarified that
this sub clause shall not give eligibility for price adjustment to contracts which are
otherwise not subject to the benefit of price adjustment clause.
7.4 The time for performance of the relative obligation suspended by the force majeure
shall stand extended by the period for which such cause lasts. Should the delay
caused by force majeure exceed twelve months, the parties to the contract shall be at
liberty to foreclose the contract after holding mutual discussions.
8. Contractor's Risks
8.1 All risks of loss or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
8.2 All risks and consequences arising from the inaccuracies or falseness of the
documents, drawing, designs, other documents and/or information submitted by the
contractor shall be the responsibility of the Contractor alone, notwithstanding the fact
that the designs/ drawings or other documents have been approved by the
department/Nigam.
50 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the
Government/Nigam against all action, suits, claims, demands, costs etc. arising in
connection with injuries suffered by any persons employed by the contractor or his
subcontractor for the works whether under the General law or under workman's
compensation Act, or any other statute in force at the time of dealing with the
question of the liability of employees for the injuries suffered by employees and to
have taken steps properly to ensure against any claim there under. Necessary claim or
insurance charges or premium shall be payable by the Contractor only.
10. Contractor to Construct the Works
10.1 The Contractor shall construct, install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data.
10.2 In the case of any class of work for which there is no such specification as is
mentioned in Contract Data, such work shall be carried out in accordance with the
instructions and requirement of the site SOR and site conditions etc.
10.3 The contractor shall supply and take upon himself the entire responsibility of the
sufficiency of the scaffolding, timbering, machinery, tools and implements, and
generally of all means used for the fulfillment of this contract whether such means
may or may not be approved or recommended by the Engineer.
11. Discoveries
Anything of historical or other interest or of significant value unexpectedly
discovered on the Site shall be the property of the Employer. The Contractor shall
notify the Engineer of such discoveries and carry out the Engineer's instructions for
dealing with them.
12. Dispute Resolution System
12.1 No dispute can be raised except before the Competent Authority as defined in
Contract Data in writing giving full description and grounds of dispute. It is
clarified that merely recording protest while accepting measurement and/or payment
shall not be taken as raising a dispute.
12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute raised
after expiry of 45 days of its first occurrence shall not be entertained and the
Employer shall not be liable for claims arising out of such dispute.
12.3 The Competent Authority shall decide the matter within 45 days.
12.4 Appeal against the order of the Competent Authority can be preferred within 30
days to the Appellate Authority as defined in the Contract Data. The Appellate
Authority shall decide the dispute within 45 days.
12.5 Appeal against the order of the Appellate Authority can be preferred before the
Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh
Madhyastham Adhikaran Adhiniyam, 1983.
51 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
12.6 The Contractor shall have to continue execution of the Works with due diligence
notwithstanding pendency of a dispute before any authority or forum.
B. Time Control
13. Programme
13.1 Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approval a Programme showing the general methods, arrangements,
order and timing for all the activities for the construction of works.
13.2 The program shall be supported with all the details regarding key personnel,
equipment and machinery proposed to be deployed on the works for its
execution. The contractor shall submit the list of equipment and machinery being
brought to site, the list of key personnel being deployed, the list of
machinery/equipment being placed in field laboratory and the location of field
laboratory along with the Programme.
13.3 An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes to the sequence of the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated Programme at
intervals no longer than the period stated in the Contract Data. If the
Contractor does not submit an updated Programme within this period, the
Engineer may withhold the amount stated in the Contract Data from the next
payment certificate and continue to withhold this amount until the next payment after
the date on which the overdue Programme has been submitted.
13.5 The Engineer's approval of the Programme shall not alter the Contractor's
obligations.
14. Extension of Time
14.1 The contract is for completion of works, and therefore non approval of EOT, shall not
in anyway invalidate the contract. The contractor will have to complete the works.
14.2 In the event of delays attributable to contractor the EOT shall not be given by the
Engineer in charge and Liquidated damages shall be levied from the contractor in
accordance with the provisions of contract.
14.3 In the event of delays are not attributable to contractor the EOT may be issued by the
Engineer in charge without imposition of Liquidated damages either suo motto, or on
a written request of the contractor.
14.4 It is clarified that out of the total delays in completion of works, the EOT shall be
issued to the part which is not attributable to the contractor.
14.5. If the Contractor desires an extension of time for completion of the work on the
ground of his having been unavoidably hindered in its execution or on any other
grounds, he shall apply, in writing, to the Nigam, on account of which he desires such
52 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
extension. Assistant Engineer, and Executive Engineer shall forward the aforesaid
application in prescribed proforma in the tender document to the Competent
Authority M.D. M.P. AKVN (Bhopal)
15. Compensation for delay
15.1 The time allowed for carrying out the work, as entered in the agreement, shall be
strictly observed by the Contractor.
15.2 The time allowed for execution of the contract shall commence from the date of signing of the agreement. It is clarified that the need for issue of work order is dispensed with.
15.3 In the event milestones are laid down in the Contract Data for execution of the
works, the contractor shall have to ensure strict adherence to the same.
15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall attract such liquidated damages as is laid down in the Contract Data.
15.5 In the event of delay in execution of the Works as per the timelines mentioned in the
Contract Data the Nigam shall retain from the bills of the Contractor amount equal to
the liquidated damages leviable until the Contractor makes such delays good.
However, the Nigam shall accept bankable security in lieu of retaining such amount.
15.6 If the Contractor is given extension of time after liquidated damages have been
paid, the Engineer in Charge shall correct any over payment of liquidated
damages by the Contractor in the next payment certificate.
15.7 In the event the Contractor fails to make good the delay until completion of the
stipulated contract period (including extension of time) the sum so retained shall be
adjusted against the liquidated damages levied.
16. Contractor's quoted percentage
The Contractor‘s quoted percentage rate referred to in the "Bid for works" will be deducted/ added from/to the net amount of the bill after deducting the cost of material supplied
C. Quality Control
17. Tests
17.1 The Contractor shall be responsible for:
a. Carrying out the tests prescribed in specifications, and
b. For the correctness of the test results, whether preformed in his laboratory or
elsewhere.
c. At least 20% test of material of prescribed frequencies should be carried out by
govt. Engineering College/MPPWD/NABL acredited Lab/only Government
department as directed by Engineer-in- Charge. The charges for the same paid
by the contractor.
53 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
d. For cement concrete roads 20% of payment shall be withheld, which shall be
released after satisfactory core cutting test results, the payment of core cutting
test shall be paid by contractor, and the same can be deducted from the running
bills of the contractor.
e. Quality of the work/item done in the contract.
17.2 The contractor shall have to establish field laboratory within the time specified
and having such equipments as are specified in the Contract Data.
17.3 Failure of the Contractor to establish laboratory shall attract such penalty as is
specified in the Contract Data.
18. Correction of Defects noticed during the Defect Liability Period
18.1 The Defect Liability Period of work in the contract shall be as per the Contract
Data.
18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer well
before the end of the Defect Liability Period. The Defect Liability Period shall
automatically stand extended until the defect is rectified.
18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability
Period to the satisfaction of the Engineer, within the time specified by the
Engineer, the Engineer will assess the cost of having the Defect corrected, and the
cost of correction of the Defect shall be recovered from the Performance Security or
any amount due or that may become due to the contractor and other
availablesecurities.
D. Cost Control
19. Variations - Change in original Specifications, Designs, and Drawings etc.
19.1 The Nigam shall have power to make any alterations, omissions or additions to or
substitutions in the original specifications, drawings, designs and instructions, that
may appear to him to be necessary during the progress of the work and the contractor
shall carry out the work in accordance with any instructions which may be given to
him in writing signed by the Engineer-in- charge, and such alterations, omission,
additions or substitutions shall not invalidate the contract and any altered,
additional or substituted work, which the contractor may be directed to do in the
manner above specified, as part of the work, shall be carried out by the contractor
on the same conditions in all respects on which he agrees to do the main work.
19.2 The time for the completion of the work shall be adjusted in the proportion that the
altered, additional or substituted work bears to the original contract work and the
certificate of the Assistant Engineer, Executive Engineer shall be conclusive as to such
proportion.
20. Extra items
54 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
20.1 All such items which are not included in the priced BOQ shall be treated as extra
items.
21. Payments for Variations and / or Extra Quantities
21.1 The rates for such additional (Extra quantity), altered or substituted work / extra
items under this clause shall be worked out in accordance with the following
provisions in their respective order:-
a. The contractor is bound to carry out the additional (Extra quantity), work at
the same rates as are specified in the contract for the work.
b. If the item is not in the priced BOQ and is included in the SOR, the
rate shall be arrived at by applying the quoted tender percentage on the SOR
rate.
c. If the rates for the altered or substituted work are not provided in
applicable SOR - such rates will be derived from the rates for a similar class
(type) of work as is provided in the contract (priced BOQ) for the work.
d. If the rates for the altered, substituted work cannot be determined in the
manner specified in the sub clause (c) above - then the rates for such
composite work item shall be worked out on the basis of the concerned
Schedule of Rates minus/plus the percentage quoted by the contractor.
e. If the rates for a particular part or parts of the item is not in the Schedule of
Rates and the rates for the altered, or substituted work item cannot be
determined in the manner specified in sub clause (b) to (d) above, the rate for
such part or parts will be determined by the Competent Authority as defined in
the Contract Data on the basis of the rate analysis derived out of prevailing
market rates when the work was done.
f. But under no circumstances, the contractor shall suspend the work on the plea
of non-acceptability of rates on items falling under sub clause (a) to (d). In
case the contractor does not accept the rate approved by the Engineer in
Charge for a particular item, the contractor shall continue to carry out the item
at the rates determined by the Competent Authority. The decision on the final
rates payable shall be arrived at through the dispute settlement procedure.
Note : All SOR amendment will be applicable up to the date of tender.
22. No compensation for alterations in or restriction of work to be carried out.
22.1 If at any time after the commencement of the work, the Nigam, for any reason
whatsoever, not require the whole or any part of the work as specified in the bid to
be carried out; the Nigam shall give notice in writing of the fact to the Contractor and
withdraw that whole or any part of the work.
22.2 The Contractor shall have no claim to any payments or compensation whatsoever, on
account of any profit or advantage which he might have derived from the execution
of work in full or on account of any loss incurred for idle men and machinery due to
any alteration or restriction of work for whatsoever reason.
55 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
22.3 The Nigam may supplement the work by engaging another agency to execute such portion of the work, without prejudice to his rights.
23. No Interest Payable
No interest shall be payable to the Contractor on any payment due or awarded by any
authority.
24. Recovery from Contractors
Whenever any claim against the Contractor for the payment arises under the contract,
the Nigam may be entitled to recover such sum by:
(a) Appropriating, in part or whole of the Performance Security and Additional Performance Security, if any; and/or Security Deposit and / or any sums payable under the contract to the contractor.
(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be recovered from any payment due to the contractor under any other contract of the Nigam, including the securities which become due for release.
(c) The Nigam shall, further have an additional right to effect recoveries as arrears of land revenue under the M.P. Land Revenue Code.
25. Tax
25.1 Please refere Annexure J.
25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and
duties in respect of materials actually consumed on public work, shall be borne by the
Contractor.
25.3 Any changes in the taxes due to change in legislation or for any other reason shall not
be payable to the contractor.
26. Check Measurements
26.1 The Nigam reserves to itself the right to prescribe a scale of check
measurement of work in general or specific scale for specific works or by other
special orders. 100% measurement of work done shall be recorded or checked by
concerning Assistant Engineer of the Contract work and 10% measurement of
contract amount shall be checked by Executive Engineer of the Contract work.
26.2 Checking of measurement by superior officer shall supersede measurements by
subordinate officer(s), and the former will become the basis of the payment.
26.3 Any over/excess payments detected, as a result of such check measurement or
otherwise at any stage up to the date of completion of the defect liability period
specified in this contract, shall be recoverable from the Contractor, as per clause 24
above.
27. Termination of Contract
27.1 If the Contractor fails to carry out any obligation under the Contract, the Managing
Director/Engineer in Charge may by notice require the Contractor to make good the
failure and to remedy it within a specified reasonable time.
56 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
27.2 The Managing Director shall be entitled to terminate the Contract if the
Contractor
a) abandons the Works or otherwise plainly demonstrates the intention not to
continue performance of his obligations under the Contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation;
c) without reasonable excuse fails to comply with the notice to correct a
particular defect within a reasonable period of time;
d) the Contractor does not maintain a valid instrument of financial security as
prescribed;
e) the Contractor has delayed the completion of the Works by such duration for
which the maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set
up a field laboratory as specified in the Contract Data;
g) If the contractor, in the judgment of the Engineer‘ s has engaged in corrupt
or fraudulent practices in competing for or in executing the contract;
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the Nigam may, upon giving 14 days‘ notice
to the Contractor, terminate the Contract and expel the Contractor from the Site.
However, in the case of sub-paragraph (b) or (g) of clause 27.2, the Managing
Director may terminate the Contract immediately.
27.4 Notwithstanding the above, the Managing Director may terminate the Contract for
convenience by giving notice to the Contractor.
28. Payment upon Termination
28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a
certificate for value of the work accepted on final measurements, less Advance
Payments and Penalty as indicated in the Contract Data. The amount so arrived at
shall be determined by the Engineer and shall be final and binding on both the
parties.
28.2 Payment on termination under clause 27. 4 above -
If the Contract is terminated under clause 27.4 above, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of
Equipment, repatriation of the Contractor's personnel employed solely on the Works
and the Contractor's costs of protecting and securing the Works and less advance
payments received up to the date of the certificate, less other recoveries due in terms
of the contract and less taxes due to be deducted at source as per applicable law.
28.3 If the total amount due to the Employer exceeds any payment due to the
Contractor, the difference shall be recovered as per clause 24 above.
29. Performance Security
57 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
29.1 The Contractor shall have to submit performance security and additional
performance security, if any, as specified in the Bid Data Sheet at the time of signing
of the contract. The contractor shall have to ensure that such performance security
and additional performance security, if any, remains valid for the period as specified
in the Contract Data.
29.2 The performance security shall be released after finishing of Construction works plus
3 years plus 3 months.
29.3 Additional performance security shall be released after completion of construction
works.
30. Security Deposit and EMD
30.1 Security Deposit shall be deducted from each running bill at the rate as specified in
the Contract Data. The total amount of Security Deposit so deducted shall not exceed
the percentage of Contract Price specified in the Contract Data.
30.2 The security deposit may be replaced by equivalent amount of bank guarantee or
fixed deposit receipt assigned to the Employer, with validity up to 3 (three) months
beyond the completion of Defect Liability Period/ extended Defect Liability Period.
30.3 The Security Deposit shall be refunded as following:
a) 50% shall be refunded after 3 years from date of completion of works.
b) 50% shall be refunded on expiry of Defect Liability Period.
31. Price Adjustment
31.1 Contract price shall be adjusted for increase or decrease in rates and price of labour,
materials, fuels and lubricants in accordance with following principles and procedures
and as per formula given in the contract data.
(a) The price adjustment shall apply for the work done from the start date given in the
contract data upto the end of the initial intended completion date or extensions
granted by the Engineer and shall not apply to the work carried out beyond the
stipulated time for reasons attributable to the contractor
(b) The price adjustable shall be determined during each month from the formula given in
the contract data/ as per Annexure R
(c ) Following expression and meaning are assigned to the work done during each month:
R= Total value of work during the month. it would include the amount of secured
advance granted, if any, during the month, less the amount of secured advance
recovered, if any during the month. It will exclude value of works executed under
variations for which no price adjustment shall be payable.
31.2 To the extent that full compensation for any rise or fall in costs to the contractor is not
covered by the provisions of this or other clauses in the contract, the unit rates and
prices included in the contract shall be deemed to include amounts to cover the
contingency of such other rise or fall in costs.
31.3 The index relevant to any quarter, for which such compensation is paid, shall be the
arithmetical average of the indices relevant of the indices relevant of the calendar
month.
58 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
32. Mobilization and Construction Machinery Advance
32.1 Payment of advances shall be applicable if provided in the Contract Data.
32.2 If applicable, the Managing Director shall make interest bearing advance payment to
the contractor of the amounts stated in the Contract Data, against provision by the
contractor of an unconditional Bank Guarantee in a form and by a nationalized/
scheduled banks, in the name as stated in the Contract Data, in amounts equal to the
advance payment. The guarantee shall remain effective until the advance payment has
been repaid, but the amount of the guarantee shall be progressively reduced by the
amounts repaid by the contractor.
32.3 The rate of interest chargeable shall be as per Contract Data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of the
cost of construction machinery and admissible only for new construction machinery.
32.5 The advance payment shall be recovered as stated in the Contract Data by
deducting proportionate amounts from payment otherwise due to the Contractor.
No account shall be taken of the advance payment or its recovery in assessing
valuations of work done, variations, price adjustments, compensation events, or
liquidated damages.
33. Secured Advance
33.1 Payment of Secured Advance shall not be applicable.
3.2 If applicable, the Engineer shall recommend advance payment against materials
intended for but not yet incorporated in the Works and against provision by the
contractor of an unconditional Bank Guarantee in a form and by a nationalized/
scheduled bank, in the name as stated in the Contract Data, in amounts equal to the
advance payment. The guarantee shall remain effective until the advance payment has
been adjusted, but the amount of the guarantee shall be progressively reduced by the
amounts adjusted by the contractor.
33.3 The amount of secured advance and conditions to be fulfilled shall be as stipulated in
the Contract Data.
33.4 The Secured Advance paid shall be recovered as stated in the Contract Data.
34. Payment Certificates
The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements of the value
of the work executed less the cumulative amount certified previously,
supported with detailed measurement of the items of work executed.
(b) The Engineer shall check the Contractor‘s monthly statement and certify
the amount to be paid to the Contractor.
(c) The value of work executed shall be determined, after submission of bill
by bidder, based on the measurements approved by the SQC and Engineer.
(d) The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantities completed.
59 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events.
(f) All payments shall be adjusted for deductions for advance payment,
security deposit, other recoveries in terms of contract and taxes at source
as applicable under the law.
(g) The Engineer may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the
light of later information.
(h) Payment of intermediate certificate shall be regarded as payments by way of
advance against the final payment and not as payments for work actually done
and completed.
(i) Intermediate payment shall not preclude the requiring of bad, unsound
and imperfect or unskilled work to be removed and taken away and
reconstructed or be considered as an admission of the due performance of the
contractor any part thereof, in any respect or the occurring of any claim.
(j) The payment of final bill shall be governed by the provisions of clause
36 of GCC.
E. Finishing the Contract
35. Completion Certificate
35.1 A Completion Certificate in the prescribed format in Contract Data shall be
issued by the Nigam after physical completion of the Work.
35.2 After final payment to the Contractor, a Final Completion Certificate shall be
issued in the prescribed format as given in the Contract Data.
36. Final Account
36.1 The Contractor shall supply the Engineer with a detailed account of the total
amount that the Contractor considers payable for works under the Contract within 21
days of issue of certificate of physical completion of works. The Engineer shall issue
a Defects Liability Certificate and certify any payment that is due to the Contractor
within 45 days of receiving the Contractor‘s account if it is correct and complete. If
the account is not correct or complete, the Engineer shall issue within 45 days a
schedule that states the scope of the corrections or additions that are necessary. If the
Account is still unsatisfactory after it has been resubmitted, the matter shall be
referred to the Competent Authority as defined in the Contract Data, who shall
decide on the amount payable to the Contractor after hearing the Contractor and the
Managing Director.
36.2 In case the account is not received within 21 days of issue of Certificate of
Completion as provided in clause 35.1 above, the Engineer shall proceed to
finalize the account and issue a payment certificate within 28 days.
60 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
F. Other Conditions of Contract
37. Currencies
All payments will be made in Indian Rupees.
38. Labour
38.1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for
their payment, housing, feeding and transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in
detail, in such form and at such intervals as the Engineer may prescribe,
showing the staff and the numbers of the several classes of labour from time to
time employed by the Contractor on the Site and such other information as the
Engineer may require.
39. Compliance with Labour Regulations
39.1. During continuance of the Contract, the Contractor and his sub-Contractors shall
abide at all times by all existing labour enactments and rules made there under,
regulations, notifications and bye laws of the State or Central Government or local
authority and any other labour law (including rules), regulations, bye laws that
may be passed or notification that may be issued under any labour law in future either
by the State or the Central Government or the local authority. Salient features of
some of the major labour laws that are applicable to construction industry are given in
the Contract Data. The Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by the competent authority on account of
contravention of any of the provisions of any Act or rules made their under,
regulations or notifications including amendments. If the Employer is caused to pay
or reimburse, such amounts as may be necessary to cause or observe, or for non-
observance of the provisions stipulated in the notifications/byelaws/Acts/Rules/
regulations including amendments, if any, on the part of the Contractor, the
Engineer/Employer shall have the right to deduct from any money due to the
Contractor including his amount of performance security. The Employer/Engineer
shall also have right to recover from the Contractor any sum required or estimated to
be required for making good the loss or damage suffered by the Employer. The
employees of the Contractor and the Sub-Contractor in no case shall be treated as
the employees of the Employer at any point of time.
40. Audit and Technical Examination
Nigam/Government shall have the right to cause an audit and technical
examination of the works and the final bill of the contract including all supporting
vouchers, abstract etc. to be made after payment of the final bill and if as a result of
such audit and technical examination any sum is found to have been overpaid in
61 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
respect of any work done by the contractor under the contract or any work claimed by
him to have been done under the contract and found not to, have been executed, the
Contractor shall be liable to refund the amount of overpayment and it shall be lawful
for Nigam to recover the same from him in the manner prescribed in clause 24 above
and if it is found that the Contractor was paid less than what was due to him, under
the contract in respect of any work executed by him under it, the amount of such
under payment shall be duly paid by Nigam/Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern,
dies during the currency of the contract or becomes permanently incapacitated, where
the surviving partners are only minors, the contract shall be closed without levying
any damages/ compensation as provided for in clause 28.2 of the contract agreement.
However, if the MPAKVN(Bhopal) is satisfied about the competence of the
survivors, then the M.D., MPAKVN(Bhopal) shall enter into a fresh agreement for
the remaining work strictly on the same terms and conditions under which the contract
was awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its
validity, construction, interpretation and legal effect shall be subjected to the courts at
the place where this agreement is entered into. No other jurisdiction shall be
applicable.
[End of GCC]
62 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Contract Data
GCC Clause
Particulars
Data
1.14 Employer Managing Director, M.P. Audyogik Kendra Vikas Nigam (Bhopal)
1.15 Engineer Junior Engineer/Assistant Engineer, M.P. Audyogik Kendra Vikas Nigam (Bhopal) or appointed by the client.
1.16 Engineer in Charge Assistant Engineer/Executive Engineer, M.P. Audyogik Kendra Vikas Nigam (Bhopal) or appointed by the client.
1.22 Stipulated Period of
Completion
18 (Eighteen) months including rainy season
3 Language & Law of Contract English & Indian Contract Act 1872
4 Address & contact details of
the Contractor
As per 'Annexure-H'
Address & contact details of
the Employer –
phone, Fax, e-mail.
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal) Ph. 0755-2420301-3
e-mail : [email protected],
5 Subcontracting permitted for
the Contract Value
Yes
6 Technical Personnel to be
provided by the contractor
As per 'Annexure-I' (Format I-3)
Penalty, if Technical Personnel not employed
1. Project Engineer/Manager Rs. 1,50,000/- per month
2. Deputy Project Engineer/ Manager:
Rs.75,000/- per month per Person.
3. Site Engineer / Junior Engineer: Rs. 40,000/-
per month per Person.
4. Lab Technician: Rs 25000/- per month per
Person
5. Surveor : Rs 10000/- per month per
Person
10 Specifications As per 'Annexure - E'
Drawings As per 'Annexure - N'
63 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
GCC Clause
Particulars
Data
12 Competent Authority for
deciding dispute under
Dispute Resolution System
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
Appellate Authority for
deciding dispute under
Dispute Resolution System
Managing Director, MP TRIFAC, Bhopal
13 Period for submission of
updated construction
program
(a) Every 3 months or
(b) at the end of every milestone, whichever
is less
Amount to be withheld for
not submitting construction
program in the prescribed
period
@ 1 % (one) percent of contract amount,
subject to a maximum of Rs. 50,000/-.
14 Competent Authority for
granting Time Extension
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal)
15 Milestones laid down for
the
Contract
Yes
If Yes, details of
Milestones
As per 'Annexure - O'
Liquidated damage As per 'Annexure - P'
16 List of equipment for lab As per 'Annexure - Q'
Time to establish lab 30 days from date of signing of the Agreement
Penalty for not
establishing
field Laboratory
1% of Contract Amount per month,
subject to a maximum of Rs. 1,00,000/- per
month of delay
17 Defect Liability Period 5 Years from the date of completion of contract work
Please refer Sheet No. 6 :- Quality assurance, maintenance manual and Scope of work during defect liability period and performance guarantee period
18 Competent Authority for
determining the rate
Managing Director, M.P. Audyogik Kendra
Vikas Nigam (Bhopal) on the recommended of
in-charge Engineer‘s
19
Any other condition for
breach of contract
Yes as below:
If the contractor fails to achieve 50%
financial progress in any milestone and
/or fails to achieve 75% financial progress
in two consecutive mile stones
64 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
GCC Clause
Particulars
Data
20 Penalty Penalty Shall include :
(a) Security deposit as per clause 30 of General
Conditions of Contract, and
(b) Liquidated Damages imposed as per clause 15 or
Performance Security (Guarantee) including
Additional Performance Security (Guarantee),
if any, as per clause 29 of General Conditions of
Contract, whichever is higher
21
Performance guarantee
(Security) shall be valid up to
Three months beyond the completion of Contract
22
Security Deposit to be
deducted from each running bill
At the rate of 5% of Gross Amount of Running
Bill
Maximum limit of deduction
of Security Deposit
5% of Final Contract Amount.
23 Clause 31.1(1) Price
adjustment shall be
applicable
As per Annexure R and as below:
(b) Price Adjustment shall be applicable only in
case of Probable Amount of Contract (PAC) in NIT is more than Rs.Ten Cr.
Clause 31.2.4 Weightages of
Component in the work
As per Annexure R
24 Clause 32.1 Mobilization and Construction Machinery Advance Applicable
Yes
Clause 32.2 If yes,
Unconditional Bank Guarantee
Yes
Clause 32.3 If yes, Rate of
interest chargeable on
advances
10%
Clause 32.4 If yes, Type &
Amount of Advance
payment that can be paid
10%
Clause 32.5 If yes,
Recovery of advance
payment
Yes as mentioned
33 Clause 33.1 Secured
Advance Applicable
No
Clause 33.2 if yes,
Unconditional Bank
Guarantee
Not Applicable
65 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
GCC Clause
Particulars
Data
Clause 33.2 if yes,
Amount of Secured
Advance
Not Applicable
Clause 33.3 if yes,
Conditions for secured
advance
Not Applicable
Clause 33.4 if yes,
Recovery
of Secured advance
Not Applicable
35
Completion Certificate –
after physical completion of
the Work
As per 'Annexure - U'
Final Completion
Certificate
– after final payment on
completion of the Work
As per 'Annexure- V'
36
Competent Authority Managing Director, M.P. Audyogik Kendra Vikas
Nigam (Bhopal)
39
Salient features of some of
the major labour laws that
are applicable
As per 'Annexure-W'
66 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNEXURE – N
(See clause 10 of Section 3 -GCC )
Drawings
Note : Drawings are annexed
S.
NO. DRAWING NAME DRAWING NO.
1. LAYOUT PLAN OF ACCHARPURA BHOPAL MA/AKVN/B/ACCHARPURA/TDR/DN1
2. TYPICAL ROAD CROSS SECTION 24 METER MA/AKVN/B/ACCHARPURA/TDR/DN2
3. TYPICAL ROAD CROSS SECTION 15 METER MA/AKVN/B/ACCHARPURA/TDR/DN3
4. TYPICAL ROAD CROSS SECTION 9 METER MA/AKVN/B/ACCHARPURA/TDR/DN4
5. TYPICAL JOINT DETAILS FOR CONCRETE ROAD MA/AKVN/B/ ACCHARPURA /TDR/DN5
6. TYPICAL SECTION OF RCC STORM WATER DRAIN
600X600
MA/AKVN/B/ACCHARPURA/TDR/DN6
7. TYPICAL SECTION OF RCC STORM WATER DRAIN
800X1000
MA/AKVN/B/ACCHARPURA/TDR/DN7
8. LAYOUT PLAN OF HUME PIPE CULVERTS MA/AKVN/B/ ACCHARPURA/TDR/DN8
9. DETAILS OF HUME PIPE CULVERT MA/AKVN/B/ ACCHARPURA/TDR/DN9
10. WATER COLLECTION NETWORK MA/AKVN/B/ACCHARPURA/TDR/DN10
11. WATER SUPPLY DISTRIBUTION NETWORK MA/AKVN/B/ ACCHARPURA/TDR/DN11
12. DETAILS OF BOUNDARY WALL MA/AKVN/B/ ACCHARPURA/TDR/DN12
13. DETAILS OF TOILET BLOCK MA/AKVN/B/ ACCHARPURA/TDR/DN13
14. ELEVATION OF TOILET BLOCK MA/AKVN/B/ ACCHARPURA/TDR/DN14
15. COLLECTING LINE NETWORK FOR CETP MA/AKVN/B/ACCHARPURA/TDR/DN15
16. DRAINAGE PATTERN MODEL MA/AKVN/B/ACCHARPURA/TDR/DN16
17. STREET LIGHT LAYOUT PLAN MA/AKVN/B/ ACCHARPURA/TDR/DN17
18. DETAILS OF ENTRANCE GATE MA/AKVN/B/ ACCHARPURA/TDR/DN18
67 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNEXURE – O
(See clause 15 of Section 3 -GCC )
Details of Milestone
Sl.
No
.
Miles
tone
Duration
Physical Achievement
Financial Achievement
1 1ST Upto 4.5 months of
commencement of work
10% of the Contract
Amount
3.88 Cr
2 2nd Upto 9 months from
commencement of work
30% of the Contract
Amount
11.64 Cr
3 3rd Upto 13.5 months from
commencement of work
60% of the Contract
Amount
23.27 Cr
4 4th Upto 18 months from
commencement of work
100% of the Contract
Amount
38.79 Cr
68 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNEXURE – P
(See clause 15 of Section 3 –GCC)
Compensation for Delay
If the contractor fails to achieve the milestones, and the delay in execution of work is
attributable to the contractor, the Employer shall retain an amount from the sums
payable and due to the contractor as per following scale -
i. Slippage up to 25% in financial target during the milestone under
consideration — 2.5% of the work remained unexecuted in the related time span. ii. Slippage exceeding 25% but Up to 50% in financial target during the
milestone under consideration
- 5% of the work remained unexecuted in the related time span.. iii. Slippage exceeding 50% but Up to 75% in financial target during the
milestone under consideration
-7.5% of the work remained unexecuted in the related time span.. iv. Slippage exceeding 75% in financial target during the milestone under
consideration
-10% of the work remained unexecuted in the related time span. Note: For arriving at the dates of completion of time span related to different milestones,
delays which are not attributable to the Contractor shall be considered. The slippage
on any milestone is if made good in subsequent milestones or at the time of stipulated
period of completion, the amount retained as above shall be refunded. In case the
work is not completed within the stipulated period of completion along with all such
extensions which are granted to the Contractor with penalty, the compensation shall
be levied on the contractor at the rate of 0.05% of contract value per week of delay
limited to a maximum of 10% of contract price.
The decision of Managing Director shall be final and binding.
69 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNEXURE – Q
(See clause 17 of Section 3 –GCC)
List of Equipment for Quality Control Lab
(i) Providing and maintaining fully equipped laboratory for testing and site office
at his own cost during the complete project period and nothing extra shall be
payable on this account, including the supply of testing equipment and
consumables; all as prescribed in the relevant specifications. After
establishment of such laboratory the contractor shall get it approved by SQC
and Engineer. The list of minimum required equipments is shown below –
a) Set of I .S. slieves
b) Liquid Limit Apparatus
c) Compaction Limit Apparatus
a. For I. S Light Compaction
b. For I.S. heavy Compaction
d) C.B.R. Apparatus
e) Compression Testing Machine, Capacity 50 Tones.
Part II Test on Aggregates
a) Indian Standard sieves for aggregates.
b) Apparatus for determining Angularity Number.
c) Compression Testing Machine, Capacity 50 tonnes.
d) Aggregate Crushing value Apparatus.
e) Los Angeles Abrasion Machine.
f) Aggregate Impact Test Machine.
g) Length and Thickness Gauges
Part III Test on Cement and Cement Concrete and Flexible Pavement:
a) Vicat apparatus for testing setting times 1 set
b) Slump testing apparatus 2 sets
c) Needle Vibrator & Plate Vibrator 2 No.
d) Air Meter 1 No.
e) Bitumen Extractor 2 Nos
f) Concrete batching plant 1 Nos
g) Slump Testing apparatus 1 Nos
Note: The items and their numbers listed above in this Clause shall be decided by the
Engineer‘s/ SQC Consultant as per requirements of the Project and modified
accordingly.
70 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Minimum one core cutter test per 500 m length of CC road is mandatory
which shall be executed by Nigam‘s Engineer.
71 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
ANNEXURE - R
(See clause 31 of Section 3 –GCC)
Price Adjustment
The formulas for adjustment of price are as follows:
R = Value of work as defined in Clause 31.2(3) of General Conditions of Contract
Adjustment for Labour Component
(i) Price adjustment for increase or decrease in the cost due lo labour shall be paid in accordance with the following formula.
VL= 0.85 x P1/100 x R x (L1-L0) / L0
VL= increase or decrease in the cost of work during the month under consideration due to changes in rates for local labour.
L0 = the consumer price index for industrial workers for the State on 28days preceding
the date of opening of Technical Bids as published by Labour Bureau, Ministry of
Labour, Government of India.
L1 = the consumer price index for industrIal workers for the State for the month under
consideration as published by Labour Bureau, Ministry of labour, Government Of
India.
P1 = Percentage of Labour component of the work.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement procured by the
contractor shall be paid in accordance with the following formula:
Vc = 0.85 x PC /100 x R x (C1 -C0 )/C0
Vc = increase or decrease in the cost of work during the month under
Consideration due to changes in rates for cement.
Co = The all India wholesale price Index for pozzolana cement on 28 days
preceding the date of opening of the technical bids, as published by the
Economic advisor, DIPP, Mnistry of Commerce and industry,
Government of India, New Delhi
C1 = The all India average wholesale price index for cement for the month
under consideration as published by the Economic Advisor, DIPP,
Ministry of Commerce & Industry Government of India, New Delhi.
Pc = Percentage of cement component of the work
Adjustment of steel component
(iii) Price adjustment for increase or decrease in the cost of steel procur
ed by the Contractor shall be paid in accordance with the following formula:
72 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Vs = 0.85 x PS /100 x R x (S1 -S0 )/S0
Vs = Increase or decrease in the cost of work during the month under
consideration due to changes in the rates for steel.
S0 = The all India wholesale price index for mild steel long products / flats
on 28 days preceding the date of opening of Technical Bids, as
published by the Economic Advisor, DIPP, Ministry of Commerce &
Industry Government of India, New Delhi.
Si = The all India average wholesale price index for mild steel long
products/ flats for the month under consideration as published by the
Economic Advisor, DIPP, Ministry of Commerce & Industry
Government of India, New Delhi.
Ps = Percentage of steel component of the work.
Note : For the application of this clause, index of mild steel long products / flats has been
Chosen to represent steel group. In any work only one of the indices i.e. either for
Jong products or for flats shall be used as decided by the Employer/ Executing
Agency.
Adjustment of bitumen component
(iv) Price adjustment for increase or decrease is the cost of bitumen shall be paid in
accordance with the following formula:
Vb= 0.85x Pb / 100xRx( Bi – Bo) / Bo
Vb= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for bitumen.
Bo = The official retail price of bitumen at the IOC depot nearest to
the work site on the day 28 days prior to the date of opening of
Technical Bids
Bi = The official retail price of bitumen of at IOC depot nearest to the work
site for the 15th day of the month under consideration..
Pb = Percentage of bitumen component of the work.
Adjustment of POL (fuel and lubricant) component
(v) Price adjustment for increase or decrease in cost of POL ( fuel and lubricant)
shall be paid in accordance with the following formula:
Vf= 0.85 x Pf / 100 x R x ( Fi – Fo) / Fo Vf = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for fuel and lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of IOC nearest to the work site on the day 28 days
prior to the date of opening of Technical Bids
Fi = The official retail price of HSD at the existing consumer pumps of
IOC nearest to the work site for the 15"' day of month under
consideration Pf = Percentage of fuel and lubricants component of the work.
73 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Note : For the application of this clause, the price of High Speed Diesel has been chosen to
represent fuel and lubricants group.
Adjustment for Plant and Machinery Spares component
(vi) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be
paid in accordance with the following formula:
Vp= 0.85 x Pp/100 x R x (P1-P0) / P0
Vp= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for plant and machinery spares.
P0= The all India wholesale price index for manufacturer of machines for mining / quarrying and construction on 28 days preceding the date of opening of Technical Bids, as published by the Economic Advisor, DIPP, Ministry of Commerce & Industry Government of India, New Delhi.
P1= The all India wholesale price index for manufacturer of machines for
mining / quarrying and construction for the month under consideration as published by the Economic Advisor, DIPP, Ministry of Commerce & Industry Government of India, New Delhi.
PP= Percentage of plant and machinery spares component of the work
Note: For the application of this clause, index of manufacturer of machines for mining /
quarrying and construct1on has been chosen to represent the Plant and Machinery Spares
group.
Adjustment of Other Materials Component.
(vii) Price adjustment for increase or decrease in cost of local materials other than •
cement, Steel, Bitumen and POL procured by the contractor shall be paid in accordance with the following formula:
Vm= 0.85 x Pm/100 x R x (M1-M0) / M0
Vm= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for local materials other than cement. Steel, Bitumen and POL.
M0= The all India wholesale price index ( all commodities ) on 28 days
preceding the date of opening of Technical Bids, as published by the Economic Advisor, DIPP, Ministry of Commerce & Industry Government of India, New Delhi.
M1= The all India wholesale price index( all commodities) for the month under
consideration as published by the Economic Advisor, DIPP, Ministry of Commerce & Industry Government of India, New Delhi.
Pm= Percentage of local material component (other than Cement, Steel, Bitumen
and POL) of the work. Plant and Machinery spares component of the work.)
74 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
The following percentages will govern the price adjustment for the entire contract:
S.
No.
Component
Nature of Work
BT.Road Construc
tion
B.T. Renewa
l
Rigid Pavement
Construction
Bridge Work/ Culvert/
RCC Drain
1 2 3 4 5 6
1 Labour component Pl 10% 10% 10% 20%
2 Cement component – Pc 5% 0%
23%
15%
3 Steel component - Ps 5% 0% 12% 20%
4 Bitumen component - Pb 00% 00% 0% 0%
5 POL component- Pt 10% 10% 10% 10%
6 Plant and machinery spares Components Pp
5% 5% 5% 5%
7 Other materials Component Pm
45% 45% 40% 30%
Total 100% 100% 100% 100%
75 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – S
(See clause 32 of Section 3 –GCC)
Bank Guarantee Form for Mobilization and Construction
Machinery Advance
To,
…………………………… (name of Employer)
…………………………… (address of Employer)
…………………………… (name of Contractor)
In accordance with the provisions of the General Conditions of Contract, clause
31 ("Mobilization and Construction Machinery Advance") of the above-
mentioned Contract …………………………… (name and address of Contractor)
(hereinafter called "the Contractor") shall deposit with ................................. (name of
Employer) a bank guarantee to guarantee his proper and faithful performance
under the said Clause of the Contract in an amount of ……………………..
(amount of Guarantee)* …………………………… (in words).
We, the …………………… (bank of financial institution), as instructed by the
Contractor, agree unconditionally and irrevocably to guarantee as primary obligator
and not as surety merely, the payment to ………………. (name of Employer) on his
first demand without whatsoever right of obligation on our part and without his first
claim to the Contractor, in the amount not exceeding ……………… (amount of
guarantee)* ……………………………….. (in words).
We further agree that no change or addition to or other modification of the terms of
the Contractor or Works to be performed there under or of any of the Contract
documents which may be made between …………………… (name of Employer) and
the Contractor, shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the
advance payment under the Contract until ……………………. (Name of Employer)
receives full repayment of the same amount from the Contractor.
Yours truly,
Signature and Seal :- ………………….
Name of Bank/Financial Institution :- ………………….
Address : ………………………………………………...
Date :- …………………………..
76 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
* An amount shall be inserted by the Bank of Financial Institution representing
the amount of the Advance Payment, and denominated in Indian Rupees.
77 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – T
(See clause 33 of Section 3 –GCC)
Bank Guarantee Form for Secured Advance
INDENTURE FOR SECURED ADVANCES This indenture made the …………… day of ………………..20…… BETWEEN
…………….. (hereinafter called the contractor which expression shall where the
context so admits or implies be deemed to include his executors, administrators and
assigns) or the one part and the Employer of the other part.
Whereas by an agreement dated …………………. (hereinafter called the said
agreement) the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed
advanced on the security of materials absolutely belonging to him and brought by
him to the site of the works the subject of the said agreement for use in the
construction of such of the works as he has undertaken to executive at rates fixed for
the finished work (inclusive of the cost of materials and labour and other charges.
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of
Rupees ……………………………………… on the security of materials the
quantities and other particulars of which are detailed in Accounts of Secured Advance
attached to the Running Account Bill for the said works signed by the Contractor on
…………………. And the Employer has reserved to himself the option of making
any further advance or advances on the security of other materials brought by the
Contractor to the site of the said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said
agreement and in consideration of the sum of Rupees ………………. On or before the
execution of these presents paid to the Contractor by the Employer (the receipt where
of the Contractor doth hereby acknowledge) and of such further advances (if any) as
may be made to him as a for said the Contractor doth hereby covenant and agree with
the President and declare as follows:
That the said sum of Rupees ……………………… so advanced by the Employer to
(1) The Contractor as aforesaid and all or any further sum of sums advanced as aforesaid
shall be employed by the Contractor in or towards expending the execution of the said
works and for no other purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been
offered to and accepted by the Employer as security are absolutely the Contractor's
own propriety and free from encumbrances of any kind and the contractor will not
78 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
make any application for or receive a further advance on the security of materials
which are not absolutely his own property and free from encumbrances of any kind
and the Contractor indemnified the Employer against all claims to any materials in
respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all other
materials on the security of which any further advance or advances may hereafter be
made as aforesaid (hereafter called the said materials) shall be used by the Contractor
solely in the execution of the said works in accordance with the directions of the
Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate
arrangements for the proper watch, safe custody and protection against all risks of the
said materials and that until used in construction as aforesaid the said materials shall
remain at the site of the said works in the Contractor's custody and on his own
responsibility and shall at all times be open to inspection by the Engineer or any
officer authorized by him. In the event of the said materials or any part thereof being
stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due
to reasonable use and wear thereof the Contractor will forthwith replace the same with
other materials of like quality or repair and make good the same required by the
Engineer.
(5) That the said materials shall not be removed from the site of the said works except
with the written permission of the Engineer or an officer authorized by him on that
behalf.
(6) That the advances shall be repayable in full when or before the Contract receives
payment from the Employer of the price payable to him for the said works under the
terms and provisions of the said agreement. Provided that if any intermediate
payments are made to the Contractor on account of work done than on the occasion of
each such payment the Employer will be at liberty to make a recovery from the
Contractor's bill for such payment by deducting there from the value of the said
materials than actually used in the construction and in respect of which recovery has
not been made previously, the value for this purpose being determined in respect of
each description of materials at the rates at which the amounts of the advances made
under these presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or
observance in any respect of any of the terms and provisions of the said agreement or
of these presents the total amount of the advance or advances that may still be owing
of the Employer shall immediately on the happening of such default be re-payable by
the Contractor to be the Employer together with interest thereon at twelve percent per
annum from the date or respective dates of such advance or advances to the date of
repayment and with all costs, charges, damages and expenses incurred by the
Employer in or for the recovery thereof or the enforcement of this security or
79 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
otherwise by reason of the default of the Contractor and the Contractor hereby
covenants and agrees with the Employer to reply and pay the same respectively to him
accordingly.
(8) That the Contractor hereby charges all the said materials with the repayment to the
Employer of the said sum of Rupees …………………………………….. and any further
sum of sums advanced as aforesaid and all costs, charges, damages and expenses payable
under these presents PROVIDED ALWAYS and it is hereby agreed and declared
that notwithstanding anything in the said agreement and without prejudice to the
power contained therein if and whenever the covenant for payment and repayment
here-in-before contained shall become enforceable and the money owing shall not be
paid in accordance there with the Employer may at any time thereafter adopt all or
any of the following courses as he may deem best:
(a) Seize and utilise the said materials or any part thereof in the completion of
the said works on behalf of the contractor in accordance with the provision in
that behalf contained in the said agreement debiting the contractor with the
actual cost of effecting such completion and the amount due to the contractor
with the value of work done as if he had carried it out in accordance
with the said agreement and at the rates thereby provided. If the balance is
against the contractor, he is to pay same to the Employer on demand.
(b) Remove and sell by public auction the seized materials or any part thereof
and out of the moneys arising from the sale retain all the sums aforesaid
repayable or payable to the Employer under these presents and pay over the
surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or
any sum due to the Contractor under the said agreement.
(9) That except in the event of such default on the part of the contractor as aforesaid
interest on the said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any
dispute or difference arising over the construction or effect of these presents the
settlement of which has not been here-in-before expressly provided for the same shall
be referred to the Employer whose decision shall be final and the provision of the
Indian Arbitration Act for the time being in force shall apply to any such reference.
80 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – U
(See clause 35 of Section 3 –GCC)
Physical Completion Certificate
Name of Work:
……………………………………………….…………………………………………………
……………………………………………….…………………………………………………
……………………………………………….…………………………………………………
Agreement No. ………..……………..…………. Date ………………………..……………..
Amount of Contract Rs. ………………………………………………………………….…….
Name of Agency : ………………………………………………………………………….…
Used MB No. ------------------------------------
Last measurement recorded
a. Page No & MB No. …………………………..
b. Date ……………………….
Certified that the above mentioned work was physically completed on ……………….
(date) and taken over on ……………….. (date) and that I have satisfied myself
to best of my ability that the work has been done properly.
Date of issue
S.Q.C. Agency
Assistant Engineer Executive Engineer
…..................................... ………………………
…..................................... ………………………
…..................................... ………………………
81 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – V
(See clause 35 of Section 3 –GCC)
Final Completion Certificate
Name of Work:
……………………………………………….…………………………………………………
……………………………………………….…………………………………………………
……………………………………………….…………………………………………………
Agreement No. ………………………………………….… Date……………………………
Name of Agency : ……………………………………………………………………………
Used MB No. ----------------------------------------
Last measurement recorded
a. Page No & MB No. …………………………..
b. Date ……………………….
Certified that the above mentioned work was physically completed on ………………. (date)
and taken over on ……………….. (date).
Agreement amount Rs. …………………..
Final Amount paid to contractor Rs. ---------------------- Incumbency of officers for the work
I have satisfied myself to best of my ability that the work has been done properly.
Date of issue
Assistant Engineer Executive Engineer
…..................................... ……………………….
…..................................... ……………………….
…..................................... ……………………….
Managing Director
82 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Annexure – W
(See clause 39 of Section 3 –GCC)
Salient Features of Some Major Labour Laws Applicable
a) Workmen Compensation Act 1923: - The Act provides for compensation in case of
injury by accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act
on satisfaction of certain conditions on separation if an employee has completed the
prescribed minimum years (say, five years) of service or more or on death the rate of
prescribed minimum days‘(say, 15 days) wages for every completed year of service.
The Act is applicable to all establishments employing the prescribed minimum
number (say, 10) or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for
monthly contributions by the Employer plus workers at the rate prescribed (say, 10%
or 8.33%). The benefits payable under the Act are:
i. Pension or family pension on retirement or death as the case may be. ii.
Deposit linked insurance on the death in harness of the worker.
iii. Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for
certain welfare measures to be provided by the Contractor to contract labour and in
case the Contractor fails to provide, the same are required to be provided, by the
Principal Employer by Law. The principal Employer is required to take Certificate of
Registration and the Contractor is required to take license from the designated
Officer. The Act is applicable to the establishments or Contractor of Principal
Employer if they employ prescribed minimum (say 20) or more contract labour.
f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment. Construction of buildings, roads, runways is
scheduled employment.
g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be
paid, when it will be paid and what deductions can be made from the wages of the
workers.
h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for
work of equal nature to male and female workers and for not making discrimination
against female employees in the matters of transfers, training and promotions etc.
83 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing
prescribed minimum (say, 20) or more workmen. The Act provides for payments of
annual bonus within the prescribed range of percentage of wages to employees
drawing up to the prescribed amount of wages, calculated in the prescribed manner.
The Act does not apply to certain establishments. The newly set-up establishments are
exempted for five years in certain circumstances. States may have different number of
employment size.
j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for
resolution of industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing
down the establishment.
k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to
all establishments employing prescribed minimum (say, 100, or 50). The Act
provides for laying down rules governing the conditions of employment by the
Employer on matters provided in the Act and gets these certified by the designated
Authority.
l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade
unions of workmen and Employers. The Trade Unions registered under the Act have
been given certain immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits
employment of children below 14 years of age in certain occupations and processes
and provides for regulations of employment of children in all other occupations and
processes. Employment of child labour is prohibited in building and construction
industry.
n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of
Service) Act 1979: - The Act is applicable to an establishment which employs
prescribed minimum (say, five) or more inter-state migrant workmen through an
intermediary (who has recruited workmen in one state for employment in the
establishment situated in another state). The Inter-State migrant workmen, in an
establishment to which this Act becomes applicable, are required to be provided
certain facilities such as Housing, Medical-Aid, Travelling expenses from home up to
the establishment and back etc.
o) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996: - All the establishments
who carry on any building or other construction work and employs the prescribed
minimum (say, 10) or more workers are covered under this Act. All such
establishments are required to pay cess at the rate not exceeding 2% of the cost of
84 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
construction as may be modified by the Government. The Employer of the
establishment is required to provide safety measures at the building or construction
work and other welfare measures, such as canteens, first-aid facilities, ambulance,
housing accommodations for workers near the work place etc. The Employer to
whom the Act applies has to obtain a registration certificate from the Registering
Officer appointed by the Government.
p) Factories Act 1948: - The Act lays down the procedure for approval of plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing the
prescribed minimum (say, 10) persons or more with aid of power or another
prescribed minimum (say, 20) or more persons without the aid of power engaged in
manufacturing process.
85 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SECTION 3
Part – II Special Conditions of Contract [SCC]
1 Royalty clearance certificate from the concerned Mining Department of the concerned
District is must before payment of Final Bill.
2 Supervision and Quality Control SQC consultant will be appointed by MPAKVN
(Bhopal) for the supervision and quality control related work under the contract project.
The contract work will be executed on the General arrangement drawings and designs
prepared/ approved Nigam‘s authorized Engineer‘s shall also be supervising the contract
work and the contractor(s) shall make available to the SQC consultant full access to the
site of work and the site-testing laboratory and Contractor and their representative will
have to be present during such supervision and inspections. All instruction given by the
SQC consultant shall be followed in full and compliance done.
3 Mobilization Advance – Mobilization advance not exceeding 10% (Ten percent) of
the tendered contract against equal amount of bank Guarantee or FDR value may be
given, if requested by the contractor in writing, within one month of the order to
commence the work. Such advance shall be paid in two installments to be determined by
Managing Director, MPAKVN (Bhopal), at his sole discretion. The first installment of
such advance shall be released to the contractor on the request made by the contractor.
The second installments shall be released only after the contractor furnishes a proof of
the satisfactory utilization of the earlier installment of Mobilization advance is released,
the contractor shall submit a Bank Guarantee Bond from Schedule Bank for the amount
of advance. This shall be renewed from time to time to cover the balance amount and
likely period of complete recovery, together with interest.
4 Interest and Recovery of mobilization advance: The mobilization advance as above
will bear a simple interest at the rate of 10% (Ten percent) per annum, and shall be
calculated from the date of payment to the date of recovery, both days inclusive, on the
outstanding amount of advance. Recovery of such advance shall be made by the
deduction from the contractor‘s bills.
5 For delay in execution of the project the compensation to SQC shall be payable by the
contract agency. The amount of compensation shall be decided by MD AKVN (Bhopal)
in the light of the claim raised by SQC.
6 The tenderer shall acquaint himself with the proposed site of work, its sub soil strata,
soil investigation reports, underground water tables and its approach roads before quoting
his rates. The construction of any diversion road or repair of any existing diversion and its
maintenance during the execution of the work shall all be carried out by the tenderer for
which no extra payment would be made to him.
86 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
The contractor shall furnish the detail programme for completion of work within 15 days
from the date of issue of work order. He will also submit the monthly progress report of
the work done.
If, for any reasons, any part of the site is not available temporarily for some time, for part
of the work under the contract, the agreed construction schedule shall be suitably
modified and contractor shall diligently divert his men and materials to utilize them
appropriately, profitably and no claim of damages whatsoever shall be entertained on this
account. However, the contractor shall be allowed extension of time for completing the
work as deemed fit by the competent authority. The contractor shall also not be entitled
for any compensation for any loss suffered by him and revision in the rates quoted by
him:-
a) On account of delay in commencing the work by the contractor.
b) On account of reduction in the scope of work.
c) On account of suspension of work or abandoned after award of work.
(i) The contractor shall make his own arrangement for obtaining electric
connection required for execution of work and make necessary
payments directly to the concerned departments and nothing extra shall
be payable on this account. The contractor shall make his own
arrangement for water required for construction
Subletting shall be allowed only for specialized works like Electrical, Water supply
work such as over head tank, with prior intimation/permission of MD AKVN, Bhopal,
but the Principal contractor shall not be relieved of any responsibilities as per
agreement.
7 The water for construction work shall be got tested quarterly from the laboratory
stalled at site and approved by the Engineer‘s and SQC agency to ensure its
suitability for construction. The charges for these tests and related arrangements shall
be borne by the Contractor. In the event of water found unsuitable for construction,
the contractor shall make alternative arrangement for suitable water from any other
source to the satisfaction of the Engineer‘s and SQC agency. However, the contractor
shall not be paid any extra on this account.
8 On account of security consideration, some restrictions may be imposed by the
security staff on the working movement of men and materials etc. The contractor shall
be bound to follow all such restrictions/ instructions and he shall organize his work
accordingly. No claim on this account, whatsoever, shall be entertained.
9 The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night, speed limit boards, red flags, red lights and providing
87 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
barriers. He shall be responsible for all damages and accidents caused to existing/ new
work due to negligence on his part. No hindrance shall be caused to traffic during the
execution of the work. The contractor will have to work out and take approval of any
diversion plan needed for execution of work from appropriate authority.
10 The contractor shall take all preventive measures against any damage caused by rain,
snowfall, floods or any other natural calamity, whatsoever during the execution of the
work. The contractor shall be fully responsible for any damage to the Owners property
and to the work for which the payment has been advanced to him under the contract.
This will also cover the defect liability period. Nothing extra on this account shall be
payable to the contractor on this account.
11 The work shall be carried out, complying in all respects, with the requirements of
relevant bye-laws of the local body under the jurisdiction of which the work is to be
executed, specifications, condition of contract, drawings or as directed by the
Engineer‘s and SQC consultant.
12 The contractor shall comply with proper and legal orders and directions of the local or
public authority or municipality and abide by their rules and regulations and pay all
fees and charges which are liable to be paid.
13 All materials to be incorporated in the work shall be arranged by the contractor and
shall be in accordance with the specifications laid down and as directed by the
Engineer‘s and SQC consultant.
14 The contractor shall submit samples of material to the AKVN Engineer and SQC
consultant for approval. Such samples of materials which affect aesthetics of the work
shall also be got approved from the Engineers and SQC consultant of the project
before procuring bulk supplies. These approved samples shall be preserved and
retained in the custody of the Engineer‘s and SQC agency as standards of materials till
the completion of the work. The cost of such samples shall be borne by the Contractor
and nothing shall be payable on this account over the Agreement rates.
15 In order to ensure quality of work during its execution the contractor shall be required
to get all the necessary mandatory and other tests as per MORTH specifications / IS
codes, carried out on materials / work from the site laboratory as per the direction of
the Engineer‘s and SQC consultant. The cost of all material, testing charges and
conveyance from the site may be borne by the contractor. In addition to it, MPAKVN
(Bhopal) shall conduct a random of 20% tests as instructed by Engineer‘s and SQC
agency, which shall be conducted at MANIT Bhopal or RGPV Bhopal or in MPPWD
approved Lab or in LUN Lab or other Government or Semi Government lab as
instructed by Engineer‘s and SQC agency and the cost of the same shall be borne by
contractor. Test can also be conducted at PWD approved NABL lab in addition to
above.
88 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
16 In case any material at work is found sub-standard the same shall be rejected by the
Engineer‘s and SQC consultant representative and the same shall be removed from the
site of work within 48 hours, failing which the same shall be got removed by the
Engineer‘s and SQC agency at the risk and cost of the contractor without giving any
further notice and time.
17 Cement
The contractor shall procure 43 grade (conforming to IS: 8112)/53 grade Ordinary
Portland Cement only as required for the work from the reputed manufacturers of
cement, i.e. from A.C.C., Ultratech, J.K., or Birla only. Supply of cement shall be
taken in 50 kg bags bearing manufacturers name and ISI marking. Samples of cement
arranged by the contractor shall be taken by the Engineer‘s and SQC agency and got
tested in accordance with provisions of relevant IS codes. In case test results indicate
that the cement arranged by the contractor does not conform to the relevant IS codes,
the same shall stand rejected and shall be removed from the site by the contractor at
his own cost within a week‗s time of written order from the Engineer‘s and SQC
agency, to do so. Portland Pozzolana Cement will not be permitted.
18 The cement shall be brought at site in not less than 25 tones lots.
19 The contractor shall procure steel reinforcement bars TMT-FE-415/500 (Thermo
Mechanically Treated bars) conforming to relevant IS codes IS- 32, IS- 1139 and IS-
1786 from SAIL, TISCO, VIZAG RINL, GOYAL, ZINDAL, AMBA, SURYA.
Structural steel of main Producer only shall be permitted for use. The contractor shall
have to obtain and furnish test certificates to the Engineer‘s and SQC agency in
respect of all supplies of steel brought by him to the site of work. Samples shall also
be taken and got tested by the Engineer as per the provision in this regard in relevant
IS codes. In case the test results indicate that the steel arranged by the contractor does
not conform to BIS codes the same shall stand rejected and shall be removed from the
site of work by the contractor at his cost within a week's time from the written orders
from the Engineer‘s and SQC agency to do so. The cost of steel, testing charges and
to & fro cartage shall be borne by the contractor.
The steel reinforcement shall be stored by the contractor at site of work in such a way
as to prevent distortion and corrosion and nothing extra shall be paid on this account.
Bars of different sizes and lengths shall be stored separately to facilitate easy counting
and checking at any time as and when desired by the Engineer‘s and SQC agency.
20 Signboard size 2‘ x 4‘ in angle Iron 50 x 50 x 5 mm MS sheet i/c civil work Painting,
Writing work as per direction of Nigam shall be supplied and installed at site free of
cost before start of work. Location of signboard shall be decided by Nigam.
21 Necessary test report on the expense of Contractor performed by Govt. Deptt./Semi
89 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Govt. Deptt./ Engg. College/Govt. Polytechnic College, Bhopal will be accepted
before preparation of bill in addition to field test to be conducted at work site by own
installed lab of Contract agency.
22 Proof of purchase of cement bags & its consumption duly certified by concerned AE
and SQC is must along with running bills.
23 Security deposit deducted from bills shall be refunded as per special terms and
condition for defect liability and maintenance period from the date of completion.
Rectification of defects of contract work i /c maintenance shall be responsibility of
contractor during five years period. 50% amount will be refundable after 3 years and
balance 50% amount will be refundable after 5 years period subject to satisfactory
completion of defect liability work duly verified by SQC and client.
24 The contractor shall be responsible for completing the work and for satisfying all
terms and conditions of the Contract without any extra payment over his quoted rates
unless otherwise specified. The contractor shall quote his rate for various items of
work accordingly and no claim whatsoever shall be entertained for any incidental or
extra work involved in the execution of the work as per nomenclature of the item and
the specifications indicated in the tender documents.
25 The contractor shall provide, at his own cost instruments for surveying, weighing and
measuring purpose at the site of work as may be necessary for execution of the work.
26 The Contractor shall conduct Total Station Survey of the site, including, Bench
Marking Pillars, DTM, GTS Bench Triangulation, 3d-Polylines, etc., as per IRC-SP-
19, IRC-5 and MORT&H specifications and soil investigations as required. The
contractor shall get the methodology and output model approved by the SQC
Consultant. The survey shall include validation wherever required. The contractor
shall use Digital GPS if required; Total Station based Method for layout of proposed
work including vertical profiling as per approved Design and Drawings.
27 For RCC Over Head Tank work –
a. Necessary Fees of Bhopal Engineering College, Bhopal or other Government
Engineering Colleges such as MANIT Bhopal, RGPV Bhopal related with
approval of Design and Drawings, will be paid by Contractor directly to the
college.
b. The detailed design working drawings etc. for RCC OH Tank, in six copies
shall have to be submitted by the Contractor for scrutiny by the SQC
Consultant and Nigam. These work shall be started after approval granted by
Govt. Engineering College MANIT Bhopal or RGPV Bhopal which can be
altered if required to suit the structural safety & requirement of site of the
work and the contractor shall not make any extra claim on that account. The
90 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
responsibility for execution, commissioning and testing to entire satisfaction
of the MPAKVN Bhopal / SQC consultant will rest solely with the contractor.
The contractor has to conduct survey work for sewer line after preparation of
embankment of roads.
c. Payment of lump sum work such as OH Tank, etc will be done in stage wise
manner as defined in contract. Please refer break up schedule of payment as
given in this tender document.
d. Water, manpower, electric power, fuels, chemicals etc. required for hydraulic
testing, 3 months of trial run period of pipe line and Tube well OH Tank,
Sump well shall be arranged by the contract agency at his own cost.
28 Extension of time in Consequence of Alterations
The time for the completion of the work shall be extended in the proportion of the
work altered or added.
29 Rates for works/items Not in Bill of Quantities
(a) During the execution of work there is likelihood of such items of work which do
not find place in the bills of quantities for which the contractor has not quoted his
rates. On such items, rates printed in
(i) SORs (MPPWD for Road and Bridge works w.e.f 29/08/2017;
(ii) SORs (MPPHED for Water Supply works and sewerage system w.e.f
01/06/2016 with all amended upto date of tender.)
(iii) SORs (MP PWD building works SOR w.e.f 01.08.2014)
(iv) SOR (MP PWD Electrical SOR w.e.f 01.08.2014, and MPMKVVCL Bhopal
SOR of year 2016-17 with all amended upto date of tender).
Execution of extra items will be binding on the contractor. The item, rate
and unit mentioned in relevant SORs‘ shall be binding for execution. The
above or below shall be applicable as per quoted percentage in bid.
(b) If during the course of execution where it is found necessary that certain
item/items of work are not provided in the B.O.Q. require to be carried out then
the Engineer shall identify such item/items including approximate quantity of the
work and ask the contractor to submit his rates in writing supported by the
requisite data within a period of 7 days. The Engineer-in-Charge shall obtain
approval/modification of the proposed rate from the Managing Director and
communicate the same to the contractor. Rates as fixed by the Managing Director
then they shall form a part of the supplementary schedule of the contract
agreement. The contractor will not however be entitled to any compensation due
to delay or hindrance or loss or profit accruing on account of this extra work be
executed.
The quantities of any item in the Bill of Quantities are approximate indicate the extent
of work, which may vary to any extent and may even, be omitted, thus altering the
aggregate value of contract. The Nigam reserve rights to increase/decrease the amount
91 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
of contract value up to to 10% (Ten Percent). and further that, with mutual consent
works may be increased up to 25%.
30 33/11 Kv, Substation and HT Line work shall be executed as per estimate already
approved by MPMKVVCL. Bhopal vide letter No. Dt. and in addition to this
11 KV external electrification work in supervision of MPMKVVCo. Ltd. Bhopal shall
be carried out as per detailed estimate and rate of each item approved from
MPMKVVCo. Ltd, Bhopal.
31 Contractor has to set up a central site office suitably located in project area at his
own cost making it accessible from all the work area. The site office shall have
computer facilities with required configuration, numbers and accessories.
32 The Contractor shall have to provide and maintain furnished temporary Site Office
minimum 50 Sqm area for the Staff of the Nigam and SQC consultant at his own cost,
it shall include all items like Electric Supply, electrical Fittings, internal Partitions,
Telephone, Lights, Fans, Air Coolers, Drinking Water Facilities, etc. The Site Office
with all required Furniture fittings shall be the property of Contractor and same shall
be removed by the contractor on completion of the Works.
33 3 Android Mobile phones (preferable Group Mobiles service with billing limits of
Rs 1500 pm for 3 mobiles) shall be provided and maintained by the contractor at his
own cost during full Construction Period for the AKVN Officials supervising the
project.
34 Submission of Completion Drawings/as built drawings and Coloured photographs of
completed works in Hard + Soft Copy. Any other item as directed by the SQC
consultant including appropriate Indemnity and Insurance policies as specified and as
required.
35 All stipulated measures regarding labour employment and their welfare are to be
complied with. Contractor will pay the minimum wages to workers according to the
rates fixed by Collector, Chhindwara
36 Cleaning of site before handing over of the Works; to the Nigam.
37 The Nigam shall provide the right-of-way for road and other works to the contractor.
However, the contractor shall have to make his own arrangements for the land
required by him for borrow areas, quarries, ancillary site offices except central,
installation of Plants, crusher, casting yard, testing laboratories, including labour
camps, other camps, etc.
38 MPAKVN reserve the right to change the location of works to be constructed.
92 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
39 Traffic Management and Safety
a) The Traffic Management Plan shall be evolved in close co-ordination with SQC
consultant and. Suitable precautions shall be taken to ensure safety of Road Users
and work Personnel during execution by all proper means.
b) The contractor shall prepare traffic diversion plan and provisions for smooth flow
of traffic during execution at site..
c) The Contractor has to arrange for complete safety of the persons working for the
project, users of the Road, i.e. Public and vehicles. The contractors Personnel shall
ensure the safety by provision of Traffic Diversion where ever necessary by using
diversion signs, traffic drums traffic cones, blinkers, safety tapes, and
thermoplastic paint markings etc. securing the area of work from traffic flow. No
extra payment shall be given for the same.
d) For night working, necessary florescent Marking on Traffic Signs/barricading to
be provided that it should be visible at night. The safety in charge Personnel shall
be provided with florescent jackets. Proper illumination of the work site shall be
ensured by the contractor during night working.
40 Insurance
The Contractor shall provide, in the joint names of the Nigam and the Contractor,
insurance cover from the Start Date to the end of the Defects Liability Period, in the
amounts and deductibles stated in the Contract Data for the following events which
are due to the Contractor‘s risks:
i. Loss of or damage to the Works, Plant and Materials and equipment;
ii. Loss of or damage of property (except the Works, Plant, Materials and
Equipment) in connection with the Contract; and
Policies and Certificates for Insurance shall be delivered by the Contractor to the MD-
AKVN before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or
damage incurred.
If the Contractor does not provide any of the policies and certificates required, the
MD-AKVN may affect the insurance which the Contractor should have provided and
recover the premiums the MD has paid from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums shall be a debt due.
Alterations to the terms of insurance shall not be made without the approval of the
M.D., AKVN (Bhopal).
41 The Contractor shall take photographs of site prior to the commencement of work,
during construction fortnightly and at the end of Completion of Work and shall submit
soft and hard copies to the AKVN Bhopal.
42 DI pipes, shall be supplied at site after third party inspection at manufacturing plant.
93 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
The third party quality agencies such as RITES or SGC or CIEPT or other agency
approved by MPLUN Bhopal will be accepted before delivery DI of Pipe.. The
payment to third part quality agency shall be borne by the contractor.
43 Only Zindal Saw or Electro Steel Casings, or Tata Make DI Pipes will be used in the
Contract.
44 Electrical Works
1. Testing, charging etc, of 33 Kv, 11 Kv, street light work 33/11 Kv Substation
from the concerned authorities of MPMKVV Co. Ltd. & electrical Inspector and
obtaining necessary permission will be responsibility of the contractor only. No
extra payment/fees will be payable in this regard.
2. To provide and use standard make of all materials & equipments as approved by
MPMKVV Co. Ltd., please refer estimate of MPMKVV Co.Ltd, Bhopal
carefully.
3. To contact and pursue the concerning authorities to arrange necessary shut downs
as & when required to execute the work and final handling over to them with all
necessary formalities, testing and commissioning as per procedure under rules
and regulation of MPMKVV Co. Ltd. & MPERC Bhopal etc.
4. To replace/repair as the case may be of all defective/damaged/burnt items/part
either himself or from concerning manufacture‘s during guarantee period for not
less than twenty four months except transformer which shall be 24 months from
the date of commissioning and handing over the said electric work under the
contract to MPMKVV Co Ltd.
5. The Electrical Works shall be carried out by a Contractor or his authorised person
holding ‗A‘ Class License issued by the office of Chief Electrical Inspector
Bhopal (Madhya Pradesh) or equivalent as required. The contractor shall appoint
licensed electrical supervisors and wiremen to carry out all the electrification
work.
6. All material used by the contractor in Installation of Street Lighting works, shall
be of specified make.
7. Contractor shall submit test certificates from the manufactures in four copies for
all the materials/Equipment. Guarantee report shall be jointly in the name of MD
MPMKVV Co Ltd. and Contract agency.
8. After completion of work, test report should be submitted to MPMKVV Co. Ltd.
and NOC is to be obtained from MP Licensing Board if necessary, one copy of
the report to be submitted to client alos.
9. Handing Over formalities of completed 11 kv line, 33 Kv line, 33/11 Kv
Substation, street lighting Works etc. must be done by Contractor to MPMKVV
Co. Ltd. along with all required paper formalities.
45 Necessary Civil work shall be executed as per prevailing site condition as per layout
decided by concerning Assistant Engineer incharge.
94 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
46 (a) Degree of specials shall be decided at the time of layout of the work
(b) Necessary connection of Nigam‘s existing GI Pipe or MS Pipe. DI Pipe etc. will
be responsibility of the contractor, Location of such connection work will be decided
during execution of the contract work.
47 The tenderer shall acquaint himself with the proposed site of work, its sub soil strata,
soil investigation reports, underground water tables and its approach roads before
quoting his rates. The construction of any diversion road or repair of any existing
diversion and its maintenance during the execution of the work shall all be carried out
by the tenderer for which no extra payment would be made to him.
48 The contractor shall furnish the detail programme for completion of work within 15
days from the date of issue of LOA. He will also submit the monthly progress report
and bills of the work done.
49 The contractor shall make his own arrangement for obtaining electric connection
required for execution of work and make necessary payments directly to the
concerned power supply compley and nothing extra shall be payable on this account.
The contractor shall make his own arrangement for water required during construction
period.
50 The contractor shall comply with proper and legal orders and directions of the local or
public authority or municipality and abide by their rules and regulations and pay all
fees and charges which are liable to be paid.
51 Submission of Completion Drawings/as built drawings and Coloured photographs of
completed works in Hard + Soft Copy by Contractor.
52 All stipulated measures regarding labour employment and their welfare are to be
complied with. Contractor will pay the minimum wages to workers according to the
rates fixed by Collector, Bhopal.
53 Cleaning of site before handing over of the Works; to the Nigam.
54 (a) The Nigam shall provide the right-of-way to the contractor
(b) Nigam‘s existing staff will help in Contractor in providing water connection to
industrial units after completion of Scheme.
55 MPAKVN reserve the right to change the location of works to be constructed.
56 For night working, necessary florescent Marking on Traffic Signs/barricading to be
provided that it should be visible at night. The safety in charge Personnel shall be
provided with florescent jackets. Proper illumination of the work site shall be ensured
by the contractor during night working.
57 The Contractor shall provide, in the joint names of the Nigam and the Contractor,
95 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
insurance cover from the Start Date to the end of the Defects Liability Period
58 The Contractor shall take photographs of site prior to the commencement of work and
during execution stages.
59 Quantity/Nos of gravel pack or ordianary tube wells to be drilled can be increased or
decreased.
60 Recovery for the quantity of the rock excavated as per relevant SOR should me made.
61 Ykksd LokLFk ;kaf=dh; rFkk yksd fuekZ.k foHkkx ds vkn s’k Øekad ,Q
16&50@2017@2@34 fnukad 31 tqykbZ 2017 rFkk Ø- 4295 fnukad 05-07-2017 ds
vuqlkj 1 tqykbZ 2017 ls ykxw eky ,oa lsokdj (GST) odZ dkaVªsDV ij yxsxkA
'kklu ds bl vkns’k vuqlkj Bsdsnkj dks ns;d Hkqxrku ds le; th-,l-Vh- dh tks
nj ns;d ij ykxw gks mlds vuqlkj VSDl dk Hkqxrku iF̀kd ls Bsdsnkj dks fd;k
tkosxkA th-,l-Vh- dks NksM+dj (Exclusive of GST) 'ks"k leLr dj] midj] ysoh]
Qh] Vksy bR;kfn ds Hkqxrku dk nkf;Ro fufonkdkj dk gksxk rFkk ;g ekuk
tk;sxk fd fufonkdkj }kjk izLrqr foRrh; izLrko (Financial Offer) esa mDr
jkf’k dk Hkqxrku lfEefyr gSA
62 fufonkdkj dk fu;ekuqlkj lacaf/kr dj foHkkx esa iath;u gksuk vko';d gSA ns;d ls
vk;dj] deZpkjh dY;k.k midj bR;kfn dk fu;ekuqlkj dVks=k fd;k tkosxkA
63 l'krZ fufonk, ekU; ugha dh tkosxhA
64 fufonkdkj dks ,usDlj ch vuqlkj :Ik;s 50@& ds ukWu T;wfMfl;y LVkEi
ij uksVjkbZTM 'kiFk i= izLrqr djuk gksxkA
65 vfrfjDr ijQksjesal xkjaVh mlh izk:i esa yh tkosxh ftlesa vjusLV euh@ ijQkjeals
X;kjaVh (Earnest Money / Performance Guarantee½ yh tkrh gSA
66 Additional performance guarantee izkIr gksus ds mijkar gh vuqca/k fu"ikfnr
fd;k tk;sxk
67 Additional performance guarantee HkkSfrd :Ik ls dk;Z iw.kZrk izek.k i= (Physical
Completion Certificate½ tkjh gksus ds i'pkr gh okil dh tkosaxhA
68 fcuk dkj.k crk, fufonk Lohdr̀@ vLohdr̀ djus dk iw.kZ vf/kdkj fufonk
vkea=.k drkZ dks gksxkA
69 dk;Z gsrq fdlh Hkh izdkj dk ifjogu ls lacaf/kr O;;] rFkk fufonkdkj }kjk iz;qDr
fdlh Hkh lkexzh vFkok midj.k ds [kjkc gksus ij vFkok ekudksa ds vuq:Ik u gksus
ij mldks cnyus @ lq/kkj djus esa gq;s O;; dk fuxe }kjk dksbZ Hkqxrku ugha fd;k
tkosxkA
70 ¼d½ tYk çnk; ;kstuk ds lapkYku o la/kkj.k fo|qr dusD’ku fuxe }kjk fYk;k tkosxk tgka
fo|qr dusD’ku dh vko’;drk gksxhA ik¡p o"kZ dh lapkYku o la/kkj.k vof/k esa fo|qr
ns;dksa dk Hkqxrku fuxe }kjk fd;k tkosxkA
96 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
¼[k½ fo|qr dusD’ku ls lacaf/kr] fo|qr Ykkbu] VªkalQkeZj bR;kfn dk dk;Z Bsdsnkj dks fo|qr
daiuh }kjk rS;kj çkDdYku rFkk Lis’khfQds’ku ds vuqlkj , DYkkl fo|qqr dk;Z gsrq vf/kÑr
Ykkblsalh ls djkuk gksxk rFkk fo|qr daiuh ds LohÑr çkDdYku dh njksa ds vk/kkj ij dk;Z
dk Hkqxrku Bsdsnkj dks fd;k tk;sxkA
¼x½ dusD’ku pktsZl] lqj{kk jkf’k rFkk fo|qr daiuh dk lqijfotu jkf’k dk Hkqxrku lh/ks
fuxe }kjk fo|qr daiuh dks fd;k tk;sxkA
71 ;kstuk esa fØ;kfUor leLr vo;oksa ;Fkk L=ksr uydwi] iEi gkÅl] eksVj iEi]
fo|qr dusD'ku vkfn dh fLFkfr] ikbi ykbu mPp Lrjh; Vadh@lEi dk HkkSfrd
lR;kiu fufonkdkj dks fuxe }kjk djk;k tk;sxkA
72 fufonkdkj ds }kjk Engineer-in-Charge ls laikfnr dk;Z iw.kZ gksus ds mijkar rRdkYk
As built drawings izLrqr djuk vfuok;Z gksxkA
73 ;fn lapkyu&la/kkj.k vof/k esa tYk ;kstuk dk L=ksr vlQy gks tkrk gS]
vFkok L=ksr esa ty vkod {kerk vi;kZIr gks tkrh gS rks tYk çnk; vo:) gksus
dh fLFkfr esa Bsdsnkj dks lapkYku o la/kkj.k jkf’k dk Hkqxrku ugha fd;k tkosxkA
74 ;kstuk ds lq/kkj o lapkYku gsrq yxus okys leLr vkStkj ,oa la;a=ksa dh O;oLFkk
fufonkdkj }kjk Lo;a ds O;; ij dh tk;sxhA
75 ;kstuk ds lapkyu&la/kkj.k esa fufonkdkj }kjk fu;ksftr dfeZ;ksa dh lqj{kk gsrq vko’;d
midj.kksa dh O;oLFkk fufonkdkj }kjk Lo;a ds O;; ij dh tk;saxhA
76 fufonk esa ;kstuk ds lapkYku o la/kkj.k gsrq leLr izdkj ds lapkyu&la/kkj.k ;Fkk Jfed]
lkekxzh] eksVj fjokbfUMax le;≤ ij fd;s tkus okys fu;fer la/kkj.k dk;ksZa bR;kfn
ij ij gksus okys O;; lfEefyr gS] ijarq bleas fo|qr ns;dksa dh jkf’k lfEefyr ugha
gSA fo|qr ns;d dh jkf’k dk Hkqxrku fuxe }kjk fd;k tk;sxkA
77 ty L=ksr ,oa ty forj.k iz.kkyh dk vko’;drkuqlkj fMLbuQsD’ku ¼Disinfection½
dk nkf;Ro fufonkdkj dk gksxkA bl gsrq iF̀kd ls dksbZ Hkqxrku fufonkdkj
dks ugha fd;k tk;saxkA
78 fufonkdkj ;g lqfuf’pr djsaxk fd ty L=ksr dh xq.koRrk LFkkuh; dkj.kksa ls ¼tSls&L=ksr
esa iznwf"kr ikuh feyuk] ck<+ dk ikuh tkuk] L=ksr ds ikl dwM+s&dpjs] xkscj gksuk
vkfn½ izHkkfor u gksA fufonkdkj ;g Hkh lqfuf'pr djsxk fd ftl xq.koRrk
dk ty L=ksr esa ik;k tkrk gS] miHkksDrk Lrj ij Hkh mlh xq.koRrk dk ty iznk;
fd;k tk;s] vFkkZr ty forj.k ds nkSjku is;ty ikbZi ykbZu esa VwV&QwV] okYo
yhdst bR;kfn ls iznwf"kr u gksA
79 L=ksr vlQy gksus dks NksM+dj ;fn fdlh vU; dkj.k ls ty iznk; vo:) gksrk gS] rks
fufonkdkj }kjk bls vf/kdre 24 ?kaVs dh le;kof/k eas pkyw djk;k tk;sxk A 24 ?k.Vs ds
mijkar ;kstuk ds can jgus dh fLFkfr esa :i;s 2000@- izfrfnu vfrfjDr vFkZn.M
vkjksfir fd;k tk;sxkA
80 fufonkdkj }kjk dk;Z ds fØ;kUo;u ds nkSjku ;fn fdlh foHkkx ls vuqefr
dh vko';drk gksrh gS rks ,slh vuqefr;kW fufonkdkj }kjk yh tkosxh rFkk fuxe }kjk bu
97 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
vuqefr;ksa dks izkIr djus esa ;FkklaHko enn dh tkosxhA vU; foHkkxksa ls vuqefr izkIr djus
esa ;fn bu foHkkxksa }kjk fdlh Hkh izdkj dh Qhl ;k jkf'k dh ekax dh tkrh gS] rks ;g
Qhl@jkf'k fufonkdkj }kjk lacaf/kr foHkkx dsk nh tkosxh ftldh izfriwfrZ fuxe }kjk
fufonkdkj dks dh tkosxhA
81 fufonk dh ch-vks-D;w- ¼Bill of Quantities½ ds ,sls vk;Ve ftlesa "Providing laying
/jointing/ installation and testing/ commissioning" dk dk;Z lfEefyr gS] mu vk;Veksa
dk Hkqxrku fuEukuqlkj cszdvi esa fd;k tk;sxk %&
1- lkexzh dk LFky lkbV ij iznk; ¼ Providing/ Procurment½ vk;Ve nj dk
60 izfr'kr
2- lkexzh dks fu/kkZfjr LFky ij yxkuk (Laying/ Jointing/
Installation)
¼a½ ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %&
iai LFkkiuk ,oa fu;fer fo|qr la;kstu dk;Z iw.kZ djus ijA
vk;Ve nj dk
20 izfr'kr
¼b½ ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr gks %&
Laying / Jointing rd dk dk;Z iw.kZ djus ijA
vk;Ve nj dk
20 izfr'kr
¼c½ ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr u gks %&
Laying / Jointing rd dk dk;Z iw.kZ djus ijA
vk;Ve nj dk
30 izfr'kr
3- Testing & Commissioning :-
¼a½ ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %&
Testing & Commissioning iw.kZ djus ijA
vk;Ve nj dk
20 izfr'kr
¼b½ ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr gks %&
Testing & Commissioning ,oa Road Restoration (Making
good the same) dk dk;Z iw.kZ djus ijA
vk;Ve nj dk
20 izfr'kr
¼c½ ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr u gks %&
Testing & Commissioning ,oa ikbZi ykbZu VSaªp dh Backfill dk
dk;Z iw.kZ djus ij
vk;Ve nj dk
10 izfr'kr
98 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SECTION 4
BILL OF QUANTITIES (BOQ)
Development works such as Road, Culvert, Drain, Water Supply Work, Street Light 11 KV,
33 KV Electric Line, 33/11 KV Substation etc. related with Textile Park Acharpura, Bhopal.
Probable Amount of Contract:
(Rs. In Figure) – Rs. 38.79 Crores
(Rs. In Words) – Thirty eight crores seventy nine lakhs only
S.
No.
Particulars of Item
of Work
Quantity Unit Rate Amount
(in figure)
Amount
(in words)
Remarks
I II III IV V VI VII VIII
1. See BOQ as Annexed
at Pages ……………
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Total Amount (Rs. in Figure) Rs. Crores
Total Amount (Rs. in Words) –
Assistant Engineer Executive Engineer Managing Director
…............................. …………………….. ……………………..
99 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
PAYMENT BREAKUP SCHEDULE
100 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
PAYMENT BREAKUP SCHEDULE
CONSTRUCTION OF RCC OVER HEAD TANK
SNo. Item Percenta
ge cost
Cumulativ
e
percentage
01 Conducting Soil investigation, Plate Load Test etc.
Approval of design & Working Drawings from Govt.
Engg. College , Bhopal (M.P.) or other college as defined
in bid.
5%
5%
02 After completion of casting of leveling course including
excavation
3% 8%
03 After completion of foundation including column up to
ground level including form work
12% 20%
04 After completion of casting of 50% staging including form
work
15% 35%
05 After completion of casting of balance 50%, staging
including form work
15% 50%
06 After casting of ring beam and bottom slab and supply of puddle collars etc.
15% 65%
07 After casting of vertical wall of tank including Mild Steel
railing etc. at top.
5% 70%
08 After casting of stair case railing from Ground Floor to
tank level and top dome slab i/c form work
5% 75%
09 After supply of all DI pipes, specials, valves and fixing
them etc complete
10% 85%
10 After completion of ground floor protection works i/c M-
40 grade paved block and cement concrete M30 grade approach road up to front road of industrial area.
5% 90%
11 After finishing, white washing of apex quality paint and
completion of works including installation of scale/guage,
lightening arrestor etc.
5% 95%
12 After successful hydraulic testing as per direction of SQC
and Engineer.
5% 100%
Note:-
1. Above Percentage Break-up will be applicable to price quoted in BOQ-Schedule
for above Work. Payment of work executed, in accordance with the break-up
will be made.
101 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
PAYMENT BREAKUP SCHEDULE
CONSTRUCTION OF COMMON EFFLUENT TREATMENT PLANT
COMMON EFFLUENT TREATMENT PLANT
1 Approval of designs and drawings 5%
2 Completion of works upto ground level
including excavation & foundation work. 25%
3 Supply of all electrical and mechanical
equipments 10%
4 Super structure work on pro-rata basis 30%
5 Erection, installation of all electrical and
mechanical equipments. 10%
6 On Successful Testing. 10%
7 Completion of the whole work 10%
Total 100%
102 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SUMMARY OF BILL OF QUANTITY
S.No. Description of Work Physical
Quantity Amount in Rs.
1 A Bill of Quantity for Site Development of
Area by cutting and levelling of hillock
portion including Demarcation of outer
boundary of Industrial Area etc.
Boundary Wall-
750 Meters
Surface Parking
2000 SqM
8361041.00
2 B Bill of Quantity for Cement Concrete Road
Netwrork, 5.5 m and 7.0 m wide
Carriageway 9094 Meters 148917457.00
3 C Bill of Quantity of Storm Water Drains 600mmx600mm
– 14000 Meters
800mmx1000mm
– 1100 Mters
4 D Bill of Quantity for Hume Pipe Culverts
1200 mm dia 24 Nos 9817589.00
5 E Bill of Quantity for Water Supply
Scheme
Tube Well 6 Nos
Sump Well 150
KL 2 Nos
OHT 250 KL 2
Nos
K9 Rising 200
Meter
250,200,150 MM
Dia DI K7 2000
Meter
100 MM dia GI
pipeline: 7000
Meter
31161990.00
6 F Bill of Quantity of Street Light
19369759.00
7 G Bill of Quantity for Erection of
Electrification work 33/11 KV Substation
and 33 KV line etc. (Copy of Estimate of
MPPKVVCo. Enclosed) including
Connection Charges
As Per BOQ
51100000.00
8 H Bill of Quantity for Social Infra Struture
Development such as plantation, green
belt, Retroreflective Over head gantry gate,
Direction Sign Boards etc.
2 Gantry Sign
Board
2 Cantilever Sign
Board
1 Entrance gate
2 Toilet Blocks
6836607.00
9 I Bill of Quantity for Utility Duct 12032 Meters 12183518.00
10 J Bill of Quantity for CETP Scheme CETP Plant-0.40
MLD
OHT 100 KLD
HDPE PN6
46725774.00
103 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Notes :
(1) Rates and Item printed in Concerning SOR‘s in BOQ shall be final and binding for
execution. There might be typographical mistake.
(2) Rate and Item mentioned in Non SOR items in BOQ in this Bid shall be final and
binding for the execution of work.
(3) Tender rate approved either below or above will be applicable either below or above
will be applicable for above items.
Collecting Line
140, 200 Dia
7000 Meter
Treated Water
Distribution 100
MM HDPe PN6
line- 7000 Meter
11 K Bill of Quantity for Operation and
Maintenance and Security Arrangement
for 5 years at Textile Park, Acharpura,
Bhopal
5 Years
9900000.00
104 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
SECTION 5
AGREEMENT FORM
AGREEMENT
This agreement, made on the ……………. Day of …………………………… between
…………….. (name and address of Employer) (hereinafter called " the Employer) and
……………… (name and address of contractor) hereinafter called "the Contractor" of the
other part.
Whereas the Employer is desirous that the Contractor execute ……………………
(and identification number of Contract) (hereinafter called "the Works") and the Employer
has accepted the Bid by the Contractor for the execution and completion of such Works and
the remedying of any defects therein, at a cost of Rs. ………………………………………
NOW THIS AGREEMENT WITNESSED AS FOLLOWS :
1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz.
i. Letter of Acceptance
ii. Contractor's Bid
iii. Condition of Contract: General and Special
iv. Contract Data
v. Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the
Contract.
In witnessed whereof the parties there to have caused this Agreement to be executed
the day and year first before written.
The common Seal of ………………………… was hereunto affixed in the presence of
:
Signed, Sealed and Delivered by the said …….... in the presence of :
Binding Signature of Employer ……………………………………..
105 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Binding Signature of Contractor ……………………………………
106 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Sheet : 3
TECHNICAL SPECIFICATIONS
(Annexure E)
TECHNICAL SPECIFICATION
A. TECHNICAL SPECIFICATION FOR ELECTRIFICATION WORK :-
General Instructions & Scope of work:
The scope of work include execution with complete procurement/manufacture manufacturer‘s
quality assurance shop testing, transportation, storage, shifting ,coverage of theft, insurance,
erection, placing including all civil foundation/plinth, site testing, filtration, commissioning
of all items, equipment and materials as elaborated including taxes, royalties, service tax,
levies, surcharge etc. and all associated activities such as to obtain permission as well
compensation rent of land if required, that though not excluding specified here in but are
required for the completion of the entire works under this tender package.
1. Supply, testing, packing, transportation and insurance from the manufacture‘s work to
the site.
2. Insurance and theft cover upto the completion period, performance guarantee period
and handed over to MPMKVVCo. Ltd.
3. All civil and structural works including testing of materials as required.
4. In addition to the requirements indicated in this section (technical specifications) all the
requirements as stated in other sections shall also be considered as part of this
specifications as if completely bound herewith.
5. All services & activities required to be given contractually, by the bidder, during
warranty period.
6. Earthing Conductors
All earthing conductor shall be of high conductivity copper/or GI as specified and shall
be protected against mechanical damage and corrosion. The connection of earth
electrodes shall be rigidly fixed to the Walls, cable trenches, cable tunnel, conduits and
cables by using suitable clamps. Main earth bus shall be taken from the main medium
voltage panel to the earth electrodes. The number of electrodes required shall be arrived
at taking into consideration the anticipated fault on the medium voltage network.
7. Testing
107 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
On the completion of the entire installation, the following tests shall be conducted:
(i) Earth resistance of electrodes
(ii) Impedance of earth continuity conductors
(ii) Effectiveness of earthing.
B. SUPPLY, LAYING AND JOINTING OF CLEAR WATER DI CONVEYANCE
MAIN :-
(i) According to the sanctioned project, DI – K9-300mm dia DI-K7 class pipes
250,200,150 MM dia, GI Pipe 100 MM dia are proposed for pumping clear
water from tubewells.
Actual layout and Actual length shall be finalized before execution.
(ii) The bends, flanges, gaskets, scour arrangements; air valves, reflux valves,
expansion joints, thrust blocks, water hammer device, sluice valves etc shall be
provided as per site conditions. The length of pumping main shall be measured
net as laid or fixed in running metres through the centre line of the pipe correct
to a centimeter, including all specials.
(iii) The excavation shall be carried out with manual labour or with suitable
mechanical equipment as approved by the Engineer‘s and SQC agency. When
the pipe line is under a roadway, a minimum cover of 1000 mm is
recommended for adoption but it may be modified to suit local conditions.
Where the pipe line or drains crosses the road, the road crossing shall be
excavated half at a time, the second half being commenced after the pipes have
been laid in the first and the trench refilled.
(iv) All water mains, cables and any other such services etc met within the course
of excavation shall be carefully protected and supported. Care shall be taken
not to disturb the electrical and communicator cable met with during course of
excavation. Removal of which, if necessary, shall be arranged by the
Engineer‘s and SQC agency.
(v) The trench shall be excavated to the exact gradient specified so that no making
of the sub grade by back filling is required and the concrete bed where
required may be prepared with greatest ease giving a uniform and continuous
bearing and support for the pipe.
(vi) The width of excavation shall be as per specification given in the relevant IS
specification. The bottom width, which shall be kept as minimum required for
the work as per ISS and if the depth of the trench is more, the top width shall
108 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
depend on the angle of repose for a particular type of soil where the pipe line is
to be laid.
(vii) Then the bottom of the trench at the specified gradient is found to be unstable
or to include ashes and cinders, all types of refuse, vegetable or other organic
material, or large pieces of fragments of inorganic material, they shall be
removed to the satisfaction of the Engineer‘s and SQC agency . Before laying
the concrete bed, where necessary, the specific gradient shall be attained by
back filling with an approved material in compacted layers of 100 mm. The
layer shall then be tamped as directed by the Engineer‘s and SQC agency.
(viii) The bed of the trench, if in soft or made up earth, shall be well watered and
rammed before laying the pipes and depression. If any shall be properly filled
with approved earth and consolidated in 200 mm layer.
(ix) The bed of the trench, if in black cotton soil, shall be excavated 200 mm more
than the normal depth and then filled up by moorum.
(x) Where rock and large stone or boulders are encountered, the trench shall be
trimmed to a depth of at least 100 mm below the level at which the bottom of
the pipe is to be laid and the trench brought back to the required grade by
filling with selected fine sand broken stone (passing sieve of 12.50 mm
aperture size) and compacted so as to provide smooth bedding for the pipes.
(xi) Where the bottom of the trench at sub grade is found to consist of material
which is unstable to such a degree that in the opinion of the Engineer‘s and
SQC agency it cannot be removed and replaced with an approved material
thoroughly compacted in place to support the pipe properly a suitable
foundation for the consist of piling, timbers or other materials, in accordance
with plan prepared by the Engineer‘s and SQC agency shall be constructed.
(xii) Trench excavation in rock in inhabited areas should be done by hammering
and chiseling or other appropriate mechanical means but not by blasting.
Blasting shall be permitted only in open areas with written permission of the
competent authority. All necessary licenses etc shall be the responsibility of
the contractor. Proper precautions shall be taken for the protection of persons
or property during blasting by the contractor. The procedure of blasting shall
conform to the requirements of local administration controlling authorities.
The rules and regulations of the local authority regarding safety provisions
shall be observed.
(xiii) To protect person from injury and to avoid danger to property, adequate
barricades, construction signs, torches, red lanterns and guards as required
109 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
shall be placed and maintained during the progress of the construction work
and until it is safe for traffic to use the road way.
(xiv) All materials, piles, equipment and pipes which may serve as obstructions to
traffic shall be enclosed by fences or barricade and shall be protected by
proper lights when the visibility is poor.
(xv) The rates shall be included of the element of hire and running charges of all
types of plants, machinery and equipment required to complete the work. The
rates shall also include the element of testing of samples of various materials
brought by the contractor for use on the work as well as other necessary test
for item of work as stipulated in the specifications.
(xvi) The work shall not be accepted in any case if the contractor fails to observed
the instructions regarding testing of material. The payment shall be made only
if it is assured that all tests are carried out as per prescribed frequency and
found as per requirement.
(xvii) DI drill, DI pipe cutting machine, spanner, Taparia Make tools shall be
provided free of cost to the client before completion of work
C. SUPPLY AND INSTALLATION OF WATER PUMPING UNITS :-
(i) It is proposed to lift water for supply to Textile Park, Acharpura, Bhopal
(M.P). The scope of work includes the supply, the transportation to the site of
work, erection and field testing and commissioning of Centrifugal pumping
units. Each pumping unit will include pump, base plate, motor, inter-
connecting pipes and specials of suction and delivery complete in each respect
with foot valves on suction side and sluice valve and non return valve on
delivery side, spare parts and instrumentation etc . The installation of motor
will include all wiring and control panel complete in each respect.
(ii) The above scope of work include civil works such as foundation blocks
required for machinery, supports for suction and delivery piping, trench works
for cable, flooring of pump house and making good the holes in walls of the
pump house as per drawing to be supplied by the manufacturer but the final
adjustment of the foundation block as dictated during the process of the
alignment and grouting of holding down bolts shall be done by the contractor
himself.
(iii) General specification of the pumps are:
110 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(a) All the equipment and material to be supplied shall be strictly in
accordance with Indian Standards/International code to be clearly
indicated against each item.
(b) The prime mover shall be screen protected, drip proof slip ring
induction motor horizontal mounted, 3 phase, 50 cycles, AC supply.
The cables from switch board to motor shall run in trenches to be
covered with adequate thickness of chequered plates. In case of an
alternative offer, the prime mover shall be of such capacity as to
provide under working site conditions, a power which is more than the
maximum power required by the pump at any point of specified range.
The name plate on the motor shall indicate the name of manufacturer,
value of HP, ambient temperature, voltage, frequency, efficiency and
RPM. The size and specification of the conductor shall be indicated
which should be adequate, keeping in view the current rating and
voltage drop.
(c) The pump shall meet the requirement as indicated above. The detailed
specification shall be clearly indicated specifically stating the
classification of the pump depending upon the type of impeller and
casing used in the construction of the pump. The shut-off head of each
pump shall be shown.
(d) On delivery end of each of the pump a non-return valve and gate valve
shall be fitted. The non return valve shall be fixed between the pump
and the gate valve. A suitable gauge shall be fixed on the delivery side
to indicate pressure during the working of pump. The pump delivery,
sluice valve, non-return valve and piping system in between shall be
designed for maximum anticipated shut off head and flanged piping
system shall be tested at 1.5 times the working pressure. The common
header shall terminate at 1.5 metres outside the pump house.
(iv) After installation the entire equipment including the piping system shall be
thoroughly cleaned and painted with two coats of approved paint of colour.
(v) Recommended spares for 5 years working and one set of any special tools
including wheeled carriage for rotor etc for servicing and maintenance shall be
offered.
(vi) Only the equipment which meets the contractual commitments, with test
measurements within the permissible inaccuracies as indicated above, during
the shop test, shall be transported to site. The supplier shall satisfy the above
test measurements after the installation of the equipment at site also. The
guarantee shall provide assurance of freedom from defects in the material and
workmanship for one year following the installation of pumping unit. No extra
111 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
shall be paid for necessary replacement of the parts during this period. If the
unit after installation fails to perform according to the stipulated requirements
the supplier shall offer new parts and erection service as required to improve
the performance to meet specified requirement without any extra charges.
(vii) The guarantee of Pump, Motor, Starter etc. shall be jointly in the name of MD
AKVN (Bhopal) and Contract agency.
D. CONSTRUCTION OF OVER HEAD TANK :-
(1) SCOPE OF WORK :
Design, construction, testing and commissioning of 2 No RCC over head tanks
of 250 KL 18M staging and 1 No100 KL 15M staging including providing
and fixing of double flanged cast iron pipes of class A conforming to IS7181-
1986 viz inlet, out let, scour, over flow pipes etc up to 2 metres away from
ground level bracing of reservoir are in scope of works. Cast iron double
flanged heavy class specials and duck foot bends, bell mouth, puddle collars
conforming to IS 1538-1977, double flanged sluice valves (PN 1.6 and 1.0) as
per IS 14846-2000 shall be provided and fixed. Lightening conductor, water
level indicator, RCC stair case from ground level to balcony level, MS ladder
from balcony to roof level, aluminum ladder from roof to inside floor level of
tank, ventilating cowls, man holes, GI pipe railing for stair case, ladders
around the balcony and around the roof, RCC chambers with cover for sluice
valve, chain link fencing with MS GATE, earthing and protection works M-40
grade paved block
(2) DESIGN CONSIDERATIONS :
The over head tanks shall be supported over columns and bracing and shall be
in circular shape. The maximum water depth should not be more than 6
metres. The foundation, columns, bracing etc should be designed so as to have
a provision of construction of single storey building between the ground level
bracing and next higher bracing should be provided in such a way the bracing
top is 0.60 metres above the general ground level. The tenderer should
incorporate certain architectural effects so that tank may give an impressive
view.
(3) DESIGN CRITERIA
(a) Foundation shall be designed after ascertaining safe bearing capacity
of soil and other soil parameters. It will be isolated column footing,
pile or raft as per site conditions. The bearing capacity of soil shall be
determined by conducting plate load bearing test at work site.
(b) The following load and forces should be considered ‗
112 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(i) Dead load, Live load, Load due to water
(ii) Wind pressure as per IS 875-1969
(iii) Pressure due to earth quake
(iv) Vibration force in two conditions as per IS 6922-1973 vize
with empty tank and with tank full condition.
(c) The height of staging shall be considered from average ground level
i.e. either the heist level of site or road level nearest to the site,
whichever is higher.
(d) The tank shall be designed as per IS 456-2000 revised up to date and
IS 3370-1967 (part–I to IV), IS 11682-1985 with up to date
amendment and other standard code in practice besides the stipulations
made in the code. The requirement given in specifications shall also
be considered in the design.
(e) Construction joints shall be as per IS 456. Previously laid concrete
should be first cleaned by water jet and then 10 mm thick layer of
cement mortar of same proportion should be laid before casting of next
lift of concrete. Form work should be 100 mm below the previously
laid concrete layer.
(f) Minimum size of various units shall be as following ‗
(i) Column - 400 mm dia circular
(ii) Container wall - 200 mm thick
(iii) Bottom slab - 150 mm thick
(iv) Top slab - 125 mm thick
(v) Staging of tank - 18 metres & 15 metres
(vi) Chamfering of 400x400 mm shall be provided at corners of
horizontal brace.
(g) Minimum sizes of Reinforcement for design purpose shall be as per
relevant code.
(h) The depth of the face of column shall not be less than 1/3 of the spread
of footing from the face.
(i) Minimum quantity of Cement shall be as below :
(i) For column, staging, foundation, footing and stair case for M-
25 shall be 400 Kg/cum.
113 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(ii) For ring beam, bottom slab, container wall and roof for M-30
shall be 400 Kg /cum
(j) Minimum strength of concrete shall be as below :
(i) Column, staging, foundation, footing and stair case- M 25
(i) Tank including roof - M 30
(k) CEMENT GRADE: It should be grade 43 up to staging i.e. below ring
beam and grade 53 for ring beam and above only OPC Cement should
be procured from major plants and reputed firms.
(l) Water cement ratio should not be more than 0.45 i.e. 22.50 litres of
water per 50 kg bag of cement as per design approved.
(m) The contractor shall have to make the structure chlorine resistant as
heavy doses of chlorine is expected to be given in water.
(n) Hydraulic testing of overhead tank shall be conducted as per direction
of IS Code SQC consultant /Engineer.
(4) GENERAL INSTRUCTIONS
(i) On the bottom floor of the water container, cast iron or stainless steel
gate should be provided over the supply out let and scour out let This is
essential to prevent any accident for the labour attending to periodical
cleaning of the tanks. Cast iron gates 20x20 cm or stainless 20x20 cm
can be used with square frames on top of the out lets.
(ii) The over flow out lets should not be connected to the distribution
system. This should always be kept open for draining any excess
storage in the tank.
E. DRILLING OF BORE WELLS AND INSTALLATION OF ISI SUBMERSIBLE
PUMPS, L&T PANEL BOARD, FINOLEX THREE PHASE CABLE, CASING
PIPE ETC :-
(i) In addition to water supply scheme ground water is also proposed to meet the
requirement of 0.24 MLD water. Therefore, looking to the hydro geological
status of the area 6 initial deep bore wells finished, 200 mm dia and
approximately 180 m deep or up to a depth of sufficient water is encountered,
are proposed. Suitable submersible pumping sets, 150 mm dia, shall be
installed on successful bore, well as declared by the Nigam.
(ii) For details of specifications, refer the Specifications prepared by the Public
Health Engineering Department, IS Code and CPHEEO Manual. However,
some important points are described as below:
114 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(a) A complete tube well shall mean -
(i) A borehole vertical within the prescribed non-vertical limits drilled up to
designed depth in alluviums or rocky areas.
(ii) Installation of requisite well assembly i.e. housing pipe, blind pipe,
slotted pipe or strainers, bail plug and other accessories.
(iii) Placing of suitable gravel pack (in case of gravel packed tube wells).
Placing of suitable sand pack (in case of sand packed tube wells).
(iv) Development of tube well with object of :
* Producing effect of natural gravel pack (in case of naturally packed
design
* Producing maximum sand free yield of water for the specified
standard draw down in alluvium and rocky areas.
(v) Conducting yield test by over pumping of the tube well.
(vi) The tube well shall be disinfected after completion of the yield test.
(b). Tube wells drilled shall be perfectly vertical. The rates for drilling are
inclusive of the verticality test required to be conducted. All the relevant
Indian Standards specifications of the BIS shall also be applicable.
(c) For locating the proper site for the tube well construction within the selected
area, if resistivity survey is required then the resistivity survey shall be carried
out by a well qualified and experienced geo-hydrologist using his own suitable
resistivity meter.
(d) In all types of tube wells the casing pipe of specified diameter shall be lowered
up to a minimum depth of 9 meters or more below ground level. If the
collapsible strata in over burden continue beyond 9 meters depth then the
casing pipe shall be lowered up to rock level and embedded in rock in a depth
of 0.15 meter. The casing pipe shall also be extended above ground level in a
height of about 0.30 meter.
(e) The water samples for chemical analysis shall be collected in 2 liters plastic
bottle and samples for bacteriological analysis shall be collected in 300 ml
sterilized bottle as per the direction of Engineer‘s and SQC agency.
(f) If a tube well is found dry or with less yield and if it is not to be used for water
supply due to any reason, the tube well shall be fitted with MS cap and a
concrete block of 0.45 m x 0.45 m x 0.45 m with M-15 cement concrete would
be constructed on it to prevent any accident or damage to the tube well and
also to use the bore at any later stage for recharging or for any other purpose.
(iii) A pre fabricated pump house of 3 m length x 2.50 m width x 2.5 m height is to
erected on each successful bore well. The pump house shall have a door and
one window. The roof of the pump house shall be covered with GI or
115 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Aluminum sheet. The pump house shall be 0.60 m above ground level, or as
directed by the Engineer‘s and SQC agency. After its erection its flooring will
be of cement concrete over a proper base.
(iv) An ISI marked 150 mm diameter submersible pump shall be installed on each
successful bore well. The yield and head of the pump shall be decided on the
yield test of the bore well. The pump shall have all electrical equipment such
as L&T make Starter, Volt meter etc fitted on wooden board installed inside
the pump house. The suction and delivery of suitable size will also be the part
of the pump.
(v) Connection of successful tube well to existing pipeline and OH Tank shall be
done by Contractor Agency free of cost.
(i) Back filling
Water used for testing should not be carelessly disposed off on land which
would ultimately find its way to trenches
On completion of a satisfactory test any temporary anchor blocks shall be broken
out and stop ends removed. Backfilling of the pipeline shall be completed.
116 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Sheet : 4
PROFORMA FOR APPLICATION FOR EXTENSION
OF TIME PERIOD
117 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
PROFORMA FOR APPLICATION FOR EXTENSION OF TIME PERIOD
1. Name of the Contractor :
2. Name of the work as given in the agreement :
3. Agreement no :
4. Estimated tender amount :
5. Date of commencement of work as per :
Agreement
6. Period allowed for completion of works as :
Per agreement
7. Date of completion stipulated in agreement :
8. Period for which extension of time has been :
given previously
9. Reasons for which extensions have been :
previously given.(Copies of the previous
extensions to be attached).
10. Period for which extension is applied for :
11. Hindrances on account of which extension :
is applied for with dates on which
hindrances occurred and the period for which
these are likely to last.
a) Serial no :
b) Nature of hindrance
c) Whether contractor is responsible for delay: :
d) Date of occurrence :
e) Period for which it is likely to last :
f) Period for which extension required :
for this particular hindrance
g) Overlapping period if any, with :
h) Reference to item(e) above :
i) Net extension applied for :
j) Amount of penalty i/e to be levied if contractor is responsible for delay. :
12. Extension of time required for extra work :
13. Details of extra works and amount involved
a) Total value of extra works :
b) Proportionate period of extension of time :
on estimated amount put to tender.
Total extension of time required for 11) & 12):
Signed by SQC Consultant
Signed by Assistant Engineer
118 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Signature of Contractor
Date:
119 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Sheet : 5
LIST OF APPROVED MATERIALS
120 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
LIST OF APPROVED MAKES
Sr.
No.
Description of Items Name of approved make/ Vendors
Civil and Water Supply Works
1 Cement A.C.C., Ultratech, J.K., Birla
2 Reinforcement Steel SAIL, TISCO, VIZAG RINL, GOYAL, ZINDAL,
AMBA, SURYA only
3 RCC Hume Pipe ISI Mark
4 Joint Sealant Pidilite, Choksey, Shalimar
5 PVC pipes & fittings Prince, Supreme , Finolex
6. D. I. Pipes ISI Marked Electro Steel Castings / Jindal Saw Ltd./ Tata
Metaliks Kubota Pipes Ltd. only
7 DI/CI Specials Electro Steel Castings / Jindal Saw Ltd / KISWOK.
8 Valves of all types
ISI Marked
IVC / IVI / R & D Multiples / Foress / Kirloskar,
KAANTI, SURE SEAL
9 Pumps ISI Marked Kirloskar / Crompton Greaves only
10 Motors ISI Marked Kirloskar / Joyti / Crompton / ABB
11 G.I. Pipes (ISI Marked) TATA, SWASTIK, JINDAL, Surya.
12 Electrical Works Refer Note Below
13 NP-3/NP-4 Pipe Only ISI Mark
14 Clear Water Pumps Kirloskar / Crompton Greaves only
15 Motors ISI Marked Kirloskar / Joyti / Crompton / ABB
16 HDPE Pipes Only ISI Mark
Note: Please refer all orders and amendmends of the concerned department upto the date of
tender shall be applicable.
Refer to the orders and amendmends issued by PIU, Bhopal for Electric related work.
All the makes should bear a relevant ISI mark.
121 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
APPENDIX
Sheet : 6
For Defect Liability, Operation, Maintenance and Security
related work
The defect liability period of the contract is 5 years during which the contractor is required
to repair any defect that arises in his executed items of work of all utilities built under the
contract and no extra on this account shall be payable.
Note: Only Electricity bill shall be paid separately by AKVN (Bhopal), during above 5
years period.
The Contractor shall repair or rectify any Defect or deficiency set forth in
(Repair/Rectification of Defects and Deficiencies) of this Appendix within the time limit
specified therein and any failure in this behalf shall constitute non- fulfilment of the
Maintenance obligations by the Contractor. If the contractor does not fulfill the obligations
of Maintenance the employer shall give 1 month of notice and the Employer upon
occurrence of any breach hereunder shall be entitled to effect reduction in payment or shall
Terminate the agreement thereof, and shall forfeit the entire Performance guarantee and
Security Deposit, and get the required maintenance work done other sources and amount
for the same shall be adjusted from the payments or security deposit of the contractor.
The Contractor shall, always maintain the Project Components in accordance with the
provisions of this Agreement, Applicable Laws and ApplicablePermits.
All materials, works and construction operations shall conform to the Specifications for
Road and Bridge Works, issued by the Ministry of Road Transport & Highways
(MoRT&H) and the relevant IRC publications. Where the Standards and Specifications for
a work are not given, Good Industry Practice shall be adopted to the satisfaction of the
Employer‗s Engineer.
All relevant materials, works and construction operations shall confirm to CPHEEO
Manual on Operation and Maintenance of water supply systems, MOUD, GOI and Good
Industry Practice to the satisfaction of Employer‗s Engineer for Potable water supply
rising mains and distribution networks, Recycle rising mains and distribution networks
including valves, specials, flow meters etc.
Operation and Maintenance of street lighting is inclusive of all material equipment, bulbs,
cables, glands, relays, safety equipment etc.
The contractor shall maintain all required manpower during 5 years period as per bid
including daily Inspection by the Contractor.
122 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
Pre-Monsoon Inspection / Post-MonsoonInspection
The Contractor shall carry out a detailed pre-monsoon inspection of all bridges, culverts
and drainage system before [1st June] every year in accordance with the guidelines
contained in IRC: SP35. Report of this inspection together with details of proposed
maintenance works as required on the basis of this
inspectionshallbesenttotheEmployer‗sEngineerbefore[10thJune]everyyear.TheContractorsh
all complete the required repairs before the onset of the monsoon and send to the
Employer‗s Engineer a compliance report. Post monsoon inspection shall be done by [30th
September] and the inspection report together with details of any damages observed and
proposed action to remedy the same shall be sent to the Employer‗sEngineer.
Repairs On Account Of Natural Calamities
All damages occurring to the project components on account of a force majeure event or
default or neglect of the employer shall be undertaken by the employer. The employer may
instruct the contractor to undertake the repairs.
24Hrs Security
24Hrs Security of Complete Industrial Area of all utilities falling within the industrial area,
including Water Intake Strucutre,Raw Water Pumping Station Located Outside the
Boundary of Industrial Area, and water supply line from water pumping station or OHT to
Consumer units.
The contractor shall designate necessary security personnel to ensure safety and security of
all fittings and fixtures of all components of various items of executed work as per contract
document, for a period of 5 years, located within the industrial area and outside the
industrial area such as rising main watersupply line, Raw water pumping station.The
contractor shall be liable for losses due to theft and shall be liable to repair/ replace or refit
the concerned item.
Quality Assurance and maintenance manual
The contractor shall also prepare and submit a maintenance manual giving procedure for
maintenance with the periodicity of maintenance works including inspection, tools and
equipments to be used. The manual shall be submitted within the contractperiod.
The Contractor shall take photographs of site prior to the commencement of work, during
construction, and after Completion of Work as suggested and shall submit soft and hard
copies to the Executive engineer/consultant.
Maintenance manuals, product catalog, all warranties and guarantees against each section
of works shall be submitted hard bound in triplicate as well as in soft on completion as
123 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
directed by Engineering- Charge. It is the responsibility of the contractor to operate and
maintain all the works constructed under the contract.
The Specification shall apply to all items of road maintenance works as required to be
carried out under the contract or as directed by the Engineer. The work shall be carried out
in conformity with relevant specifications to the required levels, grade and lines using
approved materials. In execution of maintenance works, a reference is made to the
―CPWD specifications, IRC publications manual for maintenance of Roads‖ and
MORT&H Specifications for guidance and compliance, wherever applicable. Wherever the
specification is not clear good engineering practice shall be adopted in the
construction/maintenance to the satisfaction of the Engineer.
Defect liability period shall be of 60 (sixty) months, the scope of work during this period
shall be as follows:
a) The cost of maintenance and rectification of defects shall be deemed to be included in
tender and no extra shall be paid.
b) Upkeep and repairing of road pavement and side shoulders, rain cuts, cutting of grass
etc. at regular intervals.
c) Re-check top and side levels at the interval of 3 (three) months and any deterioration
or change in slope should be rectified within a period of one month.
d) Cleaning road side drains periodically.
e) Keeping the sign boards and other traffic aids and furniture in good conditions.
f) Maintenance of road side arboriculture.
h) Repair of joint grooves with epoxy mortar or epoxy concrete in cement concrete
pavement.
i) Repair of Sealant of contraction, longitudinal or expansionjoints.
After the completion of the contract the bidders shall handover all assets to AKVN
(Bhopal) its authorized agency in healthy good condition failing which MD, AKVN
(Bhopal) reserve the rights to deduct the losses from the security deposit.
The contractor shall submit all the CV‘s of manpower for Operation and maintenance team
to AKVN(Bhopal) and take necessary approval before deputing them to site.
No advance payment will be made at any circumstances. However, on successful
completion of every quarter, payment will be released within 30 days from submission of
bill.
124 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
The contractor will be responsible for the safety insurance cover of their deputed staff
during the 5 year period.
The contractor shall keep the equipment well maintained, neat and clean and adhere to the
operations and maintenance schedule of various equipments given in the respective
manuals andwill prepare the maintenance schedule and discusss the same with AKVN`s
engineer for its implementation. This may be revised from time to time as per the
requirement.
Safety Regulations : a. In respect of all labor, directly or indirectly employed in the work
the contractor shall at his own expense duly insured arrange for all the safety provisions as
per safety codes of Public Works Department,
The contractor shall provide safety Personal protective equipments to all his workers
having following quality standards: Safety Helmet (White), Safety spectacles (Clear),
Safety Gloves, Safety Shoes with steel toe, Ear plug – sort rubber – regular, Goggles -
Safety - Chemical Splash proof, Gloves - PVC supported for acid and alkaline protection,
Dust Respirator – Disposable, Contractor shall engage a license holder electrician at site to
carryout electrical works. The electrician shall maintain the entire electrical installations
and fixture in safe working condition at all time.
It will be responsibility of bidder that water supply to consumer units shall be is maintained
available with adequate pressure in 24 hrs basis. He will maintain and operate all
equipments installed in pumps, pipeline, pump house room and isolating valves / controls
etc. provided at various places.
Maintenance of Pump House It will be duty of bidder to ensure that all equipments
installed in the pump house including pump house building is maintained safe for
operation through planned and predictive maintenance. He will check all sumps wells and
overhead tanks for suspended and bacterial impurities; action taken to clean them with
adequate advance notice to conserve water and shutdown of supply is planed to bare
minimum period. All tools, tackles, scaffoldings and test kits required to attend various
repairs, maintanance shall be deemed to be included in bidder's offer.
The Specification shall apply to all items of road maintenance works as required to be
carried out under the contract or as directed. The work shall be carried out in conformity
with relevant specifications to the required levels, grade and lines using approved materials.
In execution of maintenance works, a reference is made to the ―IRC publications manual
for maintenance of Roads‖ and MORT&H Specifications for guidance and compliance,
wherever applicable. Wherever the specification is not clear good engineering practice shall
be adopted in the construction/maintenance to the satisfaction of the Engineer.
The scope of work for Water Supply works during 5 years period shall be as follows:
(i) Complete Maintenance & Repair of all Mechanical Equipments, Pipe line, OH Tank,
Sump Well etc. will be done by Contractor for the time period of 5 year (five year).
125 Tender documents for Infrastructure development works of Textile park, Acharpura, Bhopal
(ii) Complete Maintenance & Repair of Sealant of contraction, longitudinal or expansion
joints and leakage of OH etc. will be done by Contractor till the end of defect
liability period.
(iii) Any defect, Shrinkage or other fault appear in works during the defect liability period
of 60 months, after certificate of completion issued to contractor, due to defective or
improper material or workmanship, the contractor on receipt of the written notice
shall make good the defect at his own expense. In case of default, the same would
be made good at the expense of the contractor, to be adjusted from any outstanding
dues or the performance guarantee available with the Nigam
Contractor shall provide whether proof paint externally and washable colour inside in all civil
work at the end of defect liability period.
Putty shall not be repeated in such cases except where damage to putty has occurred due to
poor workmanship or leakage seepage.
Defects in water supply pipeline, sumpwell, OHT, Pumps, etc. shall be repaired/ rectified by
the contractor till the end of defect liability and performance guarantee period compulsorily
for five years.
Plantation done by the contractor during the contract period shall also be maintained in defect
liability and performance guarantee period. Number of plants planted during construction
period will be the same as at the end of defect liability and performance guarantee period
with sufficient growth. Water, manure, pesticides, labour, civil work etc. required during
plantation work and its maintenance work shall be arranged by the contract agency. During
1st to 5
th year maintenance replacement of plant casualties, soil conservation work, weeding
of plants, protections of plants safety measures of plants are included in the contract.
Any Delay or inconvenience caused by delay in carrying out repairs/
Defect Removal will be assessed by the Nigam and penalties not exceeding Rs. 60,000/-
(Rupees Sixty Thousand only) Per month or Rs. 2000/- per day will be imposed during a
period of non compliance for maintenance and defect liability.