NEPA LIMITED NEPANAGAR CORRIGENDUM (I) works.pdf · 2019-06-03 · NEPA LIMITED NEPANAGAR...
Transcript of NEPA LIMITED NEPANAGAR CORRIGENDUM (I) works.pdf · 2019-06-03 · NEPA LIMITED NEPANAGAR...
NEPA LIMITED NEPANAGAR
CORRIGENDUM (I)
With reference to Tender no. Civi l/19-20/01 dated 08/05/2019 for “Structural, A.C/GI Sheeting & Roofing work inside factory on labour rate basis ”.
Due date for submission & opening of tender is extended as under:-
1. Last date of submission of tender :- 26.06.2019 up to 3.00 PM
2. Date of opening of Tender :- 28.06.2019 at 3.30 PM
----------------------------------------------------------------------------------------------------
All other terms and conditions of the tender shall remain unchanged.
Manager (Civil)
1
NEPA LIMITED NEPANAGAR
TENDER DOCUMENT
FOR
INDEX
Structural, A.C. /G.I Sheeting & Roofing Works inside Factory on Labour Rate Basis
Sr.
No.
Description Page No.
1 Index 1 2 Tender Notice 2
3 Instruction of online bid submission 3 to 7 4 Particulars of Tender 8 to 9
6 Annexure-I 10
7 Letter of Submission 11 8 General Conditions 12 to 21
9 Special Condition of Contract 22
10 Letter of Declaration 23
11 Price Bid (Bill of Quantities) 24 to 26
Manager (Civil)
2
NEPA LIMITED NEPANAGAR Civil/19-20/01, Date: -08.05.2019
TENDER / E-TENDER NOTICE
Sealed Tenders / e-Tenders are invited on percentage basis under Single bid systems from reputed / experienced contractors or contractors registered with PWD, CPWD, MES, Public Sectors undertaking as detailed below:- 1) Name of Work: Structural, A.C. /G.I Sheeting & Roofing Works inside Factory on Labour Rate Basis. 2) Period of Completion : 06 Months (Six Months). 3) E.M.D. Amount : Rs.4,000/- 4) Dates of Issue of Tender : From 08.05.2019 to 01.06.2019 up to 01.00 PM. 5) Last Date of submission of Tender : 01.06.2019 up to 3.00 PM.
6) Date of Opening of Tender : 03.06.2019 at 3.30 PM. 7) Cost of Tender Document : Rs. 500/- (non refundable)
8) Cost of Tender documents and EMD will be deposited through DD in favour of Nepa limited Nepanagar
or Bidder may select the payment option as "offline" to pay the tender fee / EMD as applicable and enter details of the instrument Or can pay online through RTGS/NEFT in favour of Nepa Limited, payable at
State Bank of India Nepanagar.
9) Tender documents can be downloaded through internet and submitted along with a DD of Rs.500/-
payable to Nepa Limited Nepanagar Or can pay online through RTGS/NEFT in favour of Nepa Limited, payable at State Bank of India Nepanagar as a cost of tender document.
10) Tender form in sealed cover addressed to the Manager (Civil), Nepa Limited Nepanagar, shall be
submitted in Tender box kept at our Administrative office. Name of work, No. & date of Tender shall be written on top of sealed envelope or bidders can submit soft copies of their bids electronically on the
CPP portal, using valid Digital signature Certificate.
11) Tender without EMD shall not be considered.
12) Nepa limited Reserves the right to accept or reject any or all the tender without assigning any reason
thereof. 13) The work will be executed strictly as per specifications mentioned in the tender and latest IS
Specifications amended up to date. 14) Complete tender document is available on Web site- www.eprocure.gov.in / www.nepamills.co.in
15) Bidders are required to enrol on the e-procurement module of the central public procurement portal (url: https://eprocure.gov.in/eprocure/app) by clicking on the link "click here to enrol" on the CPP portal is free of charge.
16) Percentage above/ below with corresponding amount, should be quoted in the price bid (BOQ) on
initial amount and GST amount should be mentioned separately in the last column on total basic amount. Any other duties, octtoi or Levy etc & shall be payable by the contractor. No claim in respect of duties, octroi or Levy shall be entertained by the Company at a later date.
17) Any queries relating to the process of online bid submission or queries relating to CPP portal in general may be directed to the 24x7 CPP portal helpdesk. The contact number for the helpdesk is 1800 233
7315. 18) The bidder must visit the site & study entire specified work before quoting the bid.
19) This is a percentage based contract on labour basis.
Manager (Civil)
3
INSRUCTIONS FOR ONLINE BID SUBMISSION:
As per the directives of Department of Expenditure, this tender document has been published on the Central
Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given
below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link "Click here to Enroll" on the CPP
Portal is free of charge. 2. As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts. 3. Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal. 4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class
II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sift' / TCS / nCode /eMudhra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC's to others which may lead to misuse. 6. Bidder then logs in to the site through the secured log-in by entering their user ID /password and the
password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS 1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by
several parameters. These parameters could include tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective 'My Tenders' folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before
submitting their bids. 2. Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option.
4
4. To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use "My Space" area available to them to upload such documents. These documents may be directly submitted from the "My Space" area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues. 2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document. 3. Bidder has to select the payment option as "offline" to pay the tender fee / EMD as applicable and
enter details of the instrument. 4. Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. A standard BOQ format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the BOQ file, open it
and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
6. The serve time (which is displayed on the bidders' dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.
8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
9. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS 1. Any queries relating to the tender document and the terms and Conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.
5
Tips to bidders
A. Enrollment process in the Tender site. 1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll”. Enrolment on the CPP Portal is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA
India, with their profile. 5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSCs to others which may lead to misuse. 6. Bidder then logs in to the site through the secured log-in by entering their user ID /password and the
password of the DSC / eToken.
B. Tender search 1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other
keywords etc. to search for a tender published on the CPP Portal. 2. Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Favorites’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document. 3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk. E-Procurement (GePNIC)
C. Preparation of bids
1. Make folders with the name of the tender number so as to identify the folders easily during the bid document uploading.
2. File and Folder name should not contain any special characters (&, #, etc) or space in between. 3. Download the tender document, NIT, BOQ of the required tender in that folder. 4. Scan the EMD fee instruments/ Tender fee instruments for offline payments if any. 5. In the case of offline payment, the details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the bid submitted will not be acceptable.
6. Scan and keep ready Pre qualification documents like life certificates, PAN etc if any 7. Prepare the technical bid document and then convert into PDF 8. Prepare the BOQ i.e. fill up required figures in the downloaded XLS document. The BOQ file with the
same name has to be uploaded while uploading the financial bids. If there is any change in Name it may not get uploaded or give an error.
9. Keep all the documents in the same folder for the easy bid document upload. 10. The bid summary has to be printed and kept as an acknowledgement as a token of the submission of the
bid. It will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date. For any clarifications with the TIA, the bid no can be used as a reference.
6
D. Submission of bids
1. Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document. 3. Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender E-Procurement (GePNIC) Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
4. If a standard BOQ format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the BOQ file, open it and complete the while colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
5. The serve time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
6. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the
time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.
7. Any document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers / bid-openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
8. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
9. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. eProcurement (GePNIC).
E. Password maintenance
1. The length of the password should be of 8 to 32 characters. 2. The password should be of any English lowercase and uppercase (a-z and A-Z) characters.
3. The password must contain at least one number between 0-9. 4. The password must contain at least one special character from these [! @ # $ ̂* _ ~] 5. Sample password is just like Admin123$, India2000#, etc.
F. About DSC
1. Digital Signature Certificates (DSC) is the digital equivalent (that is electronic format) of physical paper certificates.
2. Like physical documents are signed manually, electronic documents, for example e-forms are required to be signed digitally using a Digital Signature Certificate. Transactions that are done using Internet if signed using a Digital Signature certificate becomes legally valid.
7
3. Bidders have to procure Class2or 3 signing certificates only. Only Class 2 or 3 is valid for e-tendering
purpose. 4. The Certifying Authorities are authorized to issue a Digital Signature Certificate with a validity of one
or two years. The maximum period for which the DSC is issued is only two years. On the expiry of the term, the Digital Signature Certificate can be revalidated by paying the fees again.
5. Digital Signatures are legally admissible in a Court of Law, as provided under the provisions of IT. 6. Digital Signature Certificate (DSC) is not required by Companies but by individuals. For example the
Director or the Authorized signatory signing on behalf of the Company requires a DSC. E-Procurement (GePNIC)
7. Each user logs in to the tender site thro' the secured log in by giving the user id/ password allotted during registration & then by giving the password of the DSC. The DSC password will get locked if
successively wrong password is given many times.
G. DSC providers for Private firms A licensed Certifying Authority (CA) issues the digital signature. Certifying Authority (CA) means the authority that has been granted a license to issue a digital signature certificate under Section 24 of the Indian IT-Act 2000.
1. The vendors like TCS (www.tcs-ca.tcs.co.in ), Sify, MTNL, nCode ([email protected]), e-Mudhra (www.e-mudhra.com) is issuing DSC’s for bidders.
2. The time taken by Certifying Authorities to issue a DSC may vary from three to seven days.
H. Advantage of “My Space” on CPP Portal 1. The bidder can upload Non Sensitive documents prior at any point of time once he logs in to the
application. These are not encrypted.
2. The can be anything like PAN Certificate, GST registration, Equipment Details, Manpower Details, Copies of Balance Sheet of last few years, Details of quantity of work executed etc.
3. In some cases the TIA might have uploaded a format while in many cases it may just be a scanned copy of the original which needs to be uploaded.
4. This will avoid repeated upload of common documents and also save space and time.
I. System requirements 1. Windows XP with latest service pack 2. Loaded IE 7.0 or above 3. Loaded JRE 1.6 or above 4. Antivirus Software with latest definition. 5. Internet connectivity 6. Scanner to scan the documents if required 7. Printer and PDF Creator. E Procurement (GePNIC) J. Assistance to Bidders
1. Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is
1800 233 7315.
Manager (Civil)
8
NEPA LIMITED NEPANAGAR PARTICULARS OF TENDER
Ref: Tender No. Civil/19-20/01, Dated 08.05.2019
Sub: - Structural, A.C. /G.I Sheeting & Roofing Works Inside Factory on Labour Rate Basis.
Sealed Tenders / e-Tenders are invited on percentage basis under Single bid systems from reputed /
experienced contractors or contractors registered with PWD, CPWD, MES, Public Sectors undertaking as detailed below:-
1) Introduction.
Nepa Limited (Nepa), Nepanagar is a Public Sector Undertaking (PSU) under the administrative jurisdiction of Department of Heavy Industry (DHI), Ministry of Heavy Industries and Public Enterprises, Government of India (GOI).Nepa Limited (NEPA) is the pioneer newsprint Company of India centrally located at Nepanagar, Dist. Burhanpur in Madhya Pradesh .NEPA is the oldest
newsprint mill in the country.
2) Scope of Work:-
1) To draw the required material like GI sheets, roofing bolts and other required consumable
materials, etc. From Central Stores/Civil Store.
2) To carry out the work as per bill of quantities, specification and direction of engineer-in-charge like dismantling, GI/AC sheeting dismantling / fixing, straining & fixing barbed wires fencing, replacing roofing bolts, cleaning of Valley Gutter, Cave Gutter, Half Round Gutter including all load and lift sides of Gutter to be cleaned up to ridge height, fixing tarpaulins at roof tops etc.
3) Dismantling of steel structure, fabrication of steel structure, erection of steel structure, fabrication
and erection of Hand Railing etc. as per BOQ. 4) To arrange other materials and augment manpower, tools and tackles, truck/tractor- trolley,
scaffolding, shuttering, safety appliances, etc. as per the items of work & requirement.
5) To return the surplus materials as directed by Engineer I/c and cleaning the site after the work with
proper reconciliation of materials consumptions.
6) Contractor shall depute site supervisor at site for proper co-ordination and smooth execution of
work & also to ensure safety of work.
7) Maintenance necessary housekeeping after completion of work. 8) Stacking of serviceable and disposal of unserviceable material within 50m lead as per direction of
Engineer-in-charge.
3 Instruction to Bidders: -
Interested parties can download this document from web site www.eprocure.gov.in / www.nepamills.co.in. Tenders so downloaded must be accompanied with Demand Draft for Rs.500/- in favour of Nepa Limited, Nepanagar towards the cost of tender document or bidder can submit soft copies of their bid electronically on CPP portal using valid DSC.
9
Bidder are requested to submit separate closed covers in a bigger envelope duly sealed
containing Bid or bidder can submit soft copy of their bids electronically on the CPP portal,
using valid Digital Signature Certificate.
Tendered may depute their authorised representative at the time of opening of bid.
4) Offer must be submitted on or before 01.06.2019 by 15.00 Hrs, clearly super scribing description, enquiry No., date of opening, in the tender box kept at Administrative Office or bidder can submit
soft copies of their bids electronically on the CPP portal, using valid Digital Signature Certificate .
5) Bidders must submit along with bid list of similar jobs completed in last Five years along with client’s certificates.
6) Offer submitted shall be valid for a period of Three months from the date of opening of the tender.
7) Earnest Money Deposit
Bidders are requested to deposit EMD of Rs. 4,000/- along with technical bid in the shape of demand draft in favour of Nepa limited, Nepanagar drawn on State Bank of India / Bank of India Nepanagar or bidder may select the payment option as “offline to pay the tender fee & EMD as applicable and entered details of the instrument or can pay online through RTGS/NEFT in favour of Nepa Limited, payable at State Bank Of India Nepanagar. EMD shall bear no interest. Tender not accompanied with EMD is liable for rejection.
Name of Bank SBI( State Bank of India)
Name of Beneficiary Nepa Limited. Account Number 32212167441
Branch Address Nepanagar, Dist-Burhanpur (MP) 450221
IFSC Code SBIN0001306
8) Bidders are advised to ensure that their offer reaches us well before the closing date and time of the tender, as the offer received after the closing date and time will not be considered. The company is
not responsible for postal delays. 9) The Nepa Limited Nepanagar reserves the right to accept or reject any tender in whole or in part(s)
without assigning any reasons whatsoever.
10) Percentage above/ below with equivalent amount should be quoted in the price bid (BOQ) on initial amount & GST amount should be mentioned separately in the last column on total basic amount.
Any other duties, octroi & Levy etc & shall be payable by the contractor.
11) The bidder must visit the site & study entire specified work before quoting the tender.
12) The similar work means the same as shown on the cover sheet of this document or construction of building/structure, civil maintenance of plant, buildings.
Manager (Civil)
10
NEPALIMITED NEPANAGAR (M.P.)
Annexure – I 1. Name of bidder :-
2. Postal Address :-
3. Mobile No :-
4. Tender No :- Civil/19-20/01 Dated 08.05.2019
5. Tender Description : - Structural, A.C. /G.I Sheeting & Roofing Works Inside Factory
on Labour Rate Basis.
6. Details of Tender Document Cost :
7. Details of E.M.D. Deposit :
8. Completion Period of Contract :
9. Whether payment terms stipulated: in the tender are acceptable.
10. Whether penalty clause for delay : is acceptable.
11. Whether General conditions of tender:
are acceptable.
12. List of similar type of job executed in last Five years along with client certificate:-
13. Proof of PAN Card.
14. GST Registration No:-
15. Labour Licence registration No:-
16. List of Current commitments:-
Further it is confirmed that: a) All terms & conditions written in the tender documents are acceptable. b) Bid has been submitted in a closed cover.
c) Letter of Submission of tender no. Civil/19-20/01 dated 08.05.2019 is duly signed.
Date : ________________ SIGNATURE WITH SEAL OF BIDDER
11
LETTER FOR SUBMISSION OF TENDER No Civil/19-20/01 Date 08.05.2019
To,
The Manager (Civil),
Nepa Limited,
NEPANAGAR-450221.
Dear Sir,
With reference to the tender invited by you for “Structural, A.C. /G.I Sheeting & Roofing Works Inside
Factory on Labour Rate Basis”. I/we do hereby offer to execute the works under contract at the respective
rates mentioned in the Schedule of quantities. I/we, have read all the terms & conditions of tender,
specifications and special clauses, forming part of the schedule of quantities, I/we agree to finish the whole of
the works within Six months from the date of getting possession of the site or order to start the work.
I/we have enclosed / deposited Rs 500/- as Tender cost and Rs. 4,000/- only as Earnest Money by Bank Draft
/RTGS/NEFT in your favour for which amount is not to bear any interest. I/we do hereby agree that this sum
shall be forfeited by you in the event in case if I/we fail to execute the contract when called upon to do so.
I/we understand that you are not bound to accept the lowest or any tender that you receive.
Yours Faithfully,
Contractor
Name of Partners of the Firm if any.
1. __________________ 2. __________________
Address: ___________________ ___________________
___________________ Phone No.: ___________________
12
NEPA LIMITED, NEPANAGAR (M.P.)
GENERAL CONDITIONS OF CONTRACT
1. Sealed tenders should be addressed to the Manager (Civil), Nepa Limited; Nepanagar super scribed “Tender for “Structural, A.C. /G.I Sheeting & Roofing Works Inside Factory on Labour Rate Basis”
should be sent / submitted in tender box of Nepa Limited so as to reach not later than as mentioned under any circumstances whatsoever.
2. No tender will be received after 15.00 P.M. on 01.06.2019 under any circumstances, whatsoever.
3. Tender shall remain valid for a period of 3 months from the date of opening the tender.
4. Each of this tender documents is required to be signed by the:
a) Person or persons submitting the tender in token of his/their having acquainted himself/themselves with the General Conditions of contract, General Specifications, Special
Conditions, etc. as laid down. Any tender with any of the documents not so signed shall be
rejected.
b) The tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract otherwise the tender is liable to be rejected.
5. The tender form must be filled in English or in Hindi and all entries:
a) Must be made by hand and written in ink. If any of the documents is missing, or Unsigned, the tender will be considered as invalid.
6. All erasures and alterations made while filling the tender must be attested by initials of the bidder. Over writing of figures is not permitted, failure to comply with, either of these conditions shall render the tender void. No advice of any change in rate or conditions after the opening of the tender will be entertained.
7. Intending bidders shall pay an earnest money as mentioned in Tender Notice through Bank Draft / RTGS / NEFT in favour of Nepa Limited Nepanagar. A tender which is not accompanied by earnest
money shall not be considered. The earnest money shall be returned to the bidder if his tender is not accepted but without any interest.
8. The earnest money deposit paid by the successful bidder along with his tender shall be hold by the
Nepa Limited as Security Deposit for the execution and due fulfilment of the contract. No interest shall be paid on the said deposit.
9. This is a percentage based contract on Labour basis
10. In addition to the money held by the Company under clause 8 further 5% of the value of work done for the due fulfilment of the contract shall be deducted from payment made to the contractor (This Security Deposit shall be retained by the Company without interest for one year as a Guarantee against defect liability). In case of any defects observed during said period of one year from the date of completion, contractor has to rectify the same at his own cost and risk within 7 days after issue of notice. All compensation or other dues of money payable by the contractor to Company under the terms of this contract may be deducted from his earnest money and the security deposits.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
13
a) The earnest money of the unsuccessful bidder shall be refund to them within one month from the date
of award of contractor to the successful bidder.
b) The Security Deposit and EMD will be refund after one year from the date of satisfactory completion of
work, after recovery of any or all sums due to the company.
11. The Contractor shall carry out all the work strictly in accordance with tender specification, I.S.
specifications amended till date and instructions of the Company.
12. A schedule of probable quantities in respect of such work and specifications accompany these special conditions. The schedule of probable quantities is liable to alterations by omissions, deductions, or additions at the discretion of Company.
13. The bidder must obtain for himself on his own responsibility and at his own expense all the
information which may be necessary for the purpose of making a tender and for entering into a contract and must inspect the site of the work and acquaint himself with all local conditions, means of access to the work, nature of the work and all matters pertaining there to.
14. A) The rates quoted in the tender should include all charges for materials and cost of equipments
hire for, any tools and plants, making out and clearing of site as mentioned in specifications. The rates quoted shall be deemed to be for the finished work to be measured at Site. Rates should be quoted in the price bid (BOQ) as basic amount & GST amount should be mentioned separately in the last column on total basic amount. Any other duties, Octroi or levy etc levied by the Central Government or any State Government or Local Authority wherever applicable shall be paid by the bidder. No claim in respect of other duties, octroi or levy shall be entertained by the Company at a later date. The calculations made by the bidder should be based upon probable quantities but it must be clearly understood that the contract is only a item rate contract, neither the probable
quantities for the value of the individual items nor the aggregate value of the entire tender will form part of the contract and that the Company does not in any way assure the bidder or guarantee
that the said probable quantities are correct or that the work would correspond there to.
B) Taxation Clause
a) Taxes, Duties & Cess will be chargeable as per extant Government Laws/ Guidelines prevailing
in India. b) Vendor/ Supplier/ Contractor is required to quote their prices in the Price Bid inclusive of all
taxes, loading/unloading till the supply of goods/ services received at NEPA site at Nepanagar. c) Vendor/ Supplier/ Contractor is required to pass on the benefits arising out of GST including
seamless flow of Input Credit, reduction of tax rate on Input as well as on final goods/ services by way of reduction of price in their Price Bid clearly and separately.
d) Vendor/ Supplier/ Contractor must show/ indicate the breakup of basic price and taxes etc. separately on their invoices.
e) If in future the rate of Tax is increased or any new Tax is declared by Government of India after
the date of submission of tender then the difference part will be borne by Nepa and if reduction or exemption on the same is declared then the benefits must be passed on to NEPA.
C) TDS/ TCS on Income Tax and GST will be deducted as per the statuary provisions.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
14
15. CONTRACT PERIOD :-
Time shall be considered as the essence of the contract. The entire work must be completed in Six Months (06 months). Contract shall be effective from the 10TH day of issue of LOI/work order
whichever is earlier.
16. Tenders will be considered only from recognised bonafide contractors in the trade concerned. Each bidder shall submit with his tender, a list of similar works of a like nature he has executed giving
details as to their magnitude and cost, the proportion of work done by the contractor in it and the time within which the works were completed.
17. Compensation and Action in Case of Bad Workmanship
The contractor shall not be entitled to any compensation for any loss suffered by hi m on account of delays in commencing for executing the work whatever the cause of delays may be, including delays
arising out of modification to the work entrusted to him or in any sub contracts connected there with or delays in awarding contracts for othe r trades of the project in commencement or
completion of such works or in procuring governments controlled or other materials or for any other reason whatsoever and the Company shall not be liable for any claim, in respect thereof. The
Company does not accept liability for any sum besides the tender amount subject to such variations as are provided for herein.
A. The successful bidder is bound to carry out any items of work necessary for the completion of job even though such items are not included in the quantities and rates. Schedule of instructions in respect of such additional items and their quantities will be issued in writing by the Company. The rates of such extra items shall be decided before the execution of extra items.
B. The successful bidder must co-operate with other contractors appointed by the Company so that the
work shall proceed smoothly with least possible delay and to the satisfaction of the Company.
19. The Security Deposit of the successful bidder will be forfeited without notice, if he fails to comply with any of the conditions of the contract.
20. Damage to Work
The contractor shall be responsible for all damages except damages cost by riots, civil, war, earthquake and by the air crash till the work is handed over.
21 Qualified Engineers for Supervision of work.
If the contractor is not qualified Engineer he shall at his own expense, employ a Diploma holder in Engineering from a Govt. recognised institution or a well experienced supervisor in the field of Civil engineering works.
22. Alteration in Specification & Designs
The Company shall have power to make any alteration and additions/omission or substitution for the original specifications and instructions that may appear to him to be necessary during the progress of work. The rates for such additional altered or substituted work under this, clause shall be worked out in accordance with following provision in their respective order:
a) If the rates for the additions altered or substituted work are not specifically provided in the
contract for the work, the rates will be derived for similar class of work as are specified in the contract for the work.
b) The rates for such item or items will be determined by Company on the basis of prevailing market rates, when the work was done and Company’s decision given in this behalf shall be final and
binding on the contractor.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
15
c) The rates for such item or items will be determined by the rates provided in the PWD schedule of
rates 2014 with contractor over head and profit calculation on the whole tender value.
23. Method of Measurement and Payment Measurements of items shall be jointly recorded in the measurements books as per the actual
measurements of work. The method of measurement for various items of work shall be in general as per IS-1200 latest edition as per PWD practice.
You shall raise monthly R.A. bills/a final bill as per joint measurement and payment of the same
shall be made after deduction of Income tax & other deduction applicable accordingly. 5% retention money shall be deducted from each R.A. bill and final bill. Retention money so deducted shall be
released after one year from the date of completion of work no interest shall be paid on this account.
24. PAYMENT ON ACCOUNT
Running Account bills shall be submitted by the Contractor monthly on or before the date fixed by the Engineer-in-Charge for the work executed. The Engineer-in-Charge shall then verify the bills with
reference to the measurements recorded in the measurement book(s). Payment on account for amount admissible shall be made on the Engineer-in-Charge certifying the
sum to which the contractor is considered entitled by way of interim payment for the work executed, after deducting there from the amounts already paid, the security deposit and such other amounts as may be withheld/deductable or recoverable in terms of the Contract.
Payment of the Contractor's bills shall be made by the Employer within 30 days from the date of
submission of the bill by the contractor subject to the acceptance of the Engineer - in- charge. In case of any disagreement between Engineer in charge / finance and Contractor on any part of the
bill, such part shall be severed from the rest and payment of such part shall be withheld by the company and payment of balance admissible part of Contractor’s bill shall be processed and released
within specified 30 days. The clarification on disagreed part, if any, required on any item of Contractor’s bill shall be sought by
the EIC within 07 days of bill submission and except in exceptional circumstances, these clarification shall be sought in one go. Similarly, the Contractor shall also be required to submit the clarification
sought within next 07 days. Payments due to the Contractor shall be made by crossed Cheque/RTGS/NEFT by the company. Such
cheques shall be issued direct to the Contractor on furnishing a stamped receipt for the amount of the cheque or to his constituted attorney duly authorized to receive such payments from the Company.
Any Running Account bills given relating to work done or materials delivered, may be modified or corrected by any subsequent Running Account bills or by the final bill. No certificate(s) of the Engineer-in-Charge supporting a Running Account bill shall itself be conclusive evidence that any work or materials to which it relates is/are in accordance with the Contract.
Should there be a request for extension of Time for Completion, pending its consideration; interim
payments shall continue to be made as provided herein.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
16
25. DELAYED PAYMENT All the undisputed payments for the works performed by the contractor on receipt of bill in finance
department payment for the same shall be released within 8 (eight) days from the receipt of invoice/bills. In case, payment is not released as mentioned above, the Employer shall grant
reasonable time extension to the contractor without penalty for the delay.
26. VARIATION IN QUANTITIES:- Quantities of any item / items mentioned in bill of quantities may vary to any extent on either side
plus or minus. The rates shall be same as mentioned. No claim shall be entertained what so ever it may be.
27. Labour Clause
The contract shall observe and abide by all the Labour Laws in force and as amended from time to
time during the tenure of this contract and the labour laws that are enacted in fut ure and in particular.
The CONTRACTOR shall comply with all industrial and labour rules and regulations which are in
force from time to time. The CONTRACTOR has to follow strictly the government labour acts which are in force at present and at all future times and all necessary arrangements for labour will have
to be made by the CONTRACTOR.
No labourer below the age of eighteen years shall be employed in the work.
The CONTRACTOR shall pay not less than minimum district wages to labourers engaged by him on the work.
The CONTRACTOR shall notwithstanding the provisions of any Contract to the contrary cause to be paid a fair wage to labourers indirectly engaged on the work including any labour engaged by his SUB-CONTRACTORS in connection with the said work, as if the labourers had been immediately employed by him.
The Company shall have the right to deduct from the money due to the CONTRACTOR, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-payment of wages or of deductions made from his or their wages which are not justified by their terms of the Contract or non-observations of regulations.
Any deviation or dilution of statutory Labour laws while executing the work will be liable to the termination of contract on risk-purchase basis.
Contractor should submit labour licence registration certificate along with technical bid.
The contractors have to comply the Gate Pass and Daily Attendance Sheet procedure. (Preferably
in their letter heads).
Jfedks ds osru Hkqxrku ,oa lsok 'krksZ dk ikyu
1- Bsdsnkj dks e/;izns’k ’kklu }kjk le;≤ ij ?kksf"kr U;uwre etnwjh dk Hkqxrku] Hkfo";fuf/k va’knku@Hkqxrku bR;kfn rFkk
Je ,oa lqj{kk fu;eksa dk ikyu djuk vko’;d gksxkA le;≤ ij la’kksf/kr osru njsa tks e/;izns’k ’kklu }kjk ?kks f"kr dh
tkosxh mu njkas ds vk/kkj ij ekrgr fu;ks ftr Jfedkas dks osru Hkqxrku deZpkfj;ksa ds cSad [kkrs esa djuk gksxk A
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
17
2- Bsdsnkj dks Bsds esa dk;Zjr Jfedksa dks o"kZ esa 10 ¼nl½ isM gkWyh&Ms dk Hkqxrku vius Jfedksa dks djuk gksxk tks laLFkku }kjk
?kks f"kr fd;s x;sA blds vfrfjDr ;fn dksbZ isM&gkWfyMs dh ?kks"k.kk dsUnz@jkT; 'kklu@laLFkku }kjk dh tkrh gS rks mldk Hkh
Hkqxrku djuk gksxkA
3- Jfedksa dh nsunkfj;ksa ds en esa Bsdsnkj ds izR;sd jfuax fcy ls 10 izfr’kr jkf’k dkV dj ys[kk foHkkx esa tek j[kh tkosxh
ftlls Jfedksa ds ck sul@fyCg fcFk cstsl ds Hkqxrku gsrq ,oa vU; Jfedksa dh nsunkfj;ksa ds fy;s nhikoyh ioZ ds iwoZ deZpkjh
laca/k ,oa dY;k.k foHkkx dh vuq’kalk ij forfjr fd;k tkosxkA bl en ij ’sk"k cph jkf’k dk Hkqxrku Bsdk vof/k lekIr gksu s
ds i’pkr Jfedksa dh laiw.kZ nsunkfj;ksa dks Hkqxrku lqfuf’pr gksus ds mijkar laink foHkkx dh vuq’kalk ls deZpkjh laca/k ,oa
dY;k.k foHkkx dh vuq’kalk mijkar fd;k tk;sxkA ;fn mDr Bsdk ,DlVsaM fd;k tkrk gS rks bl en ij dkVh x;h jkf’k dk
Hkqxrku vxys Bsds dh larks"kizn lekfIr ds Ik’pkr gh fd;k tk ldsxkA
Je fu;eksa dk ikyu %
1 fufonknkrk dks e/; izns’k ’kklu }kjk ?kks f"kr fefueecst ds vuqlkj Bsds esa fu;ksftr Jfedksa dks Hkqxrku lh/ks Jfedka s ds cSad
[kkrs eas Hkqxrku djuk gksxkA bl gsrq laca f/kr nLrkost tSls gkftjh jftLVj] ih-,Q- pkyku] osru Hkqxrku i=d] vksojVkbe
jftLVj] vfxze jftLVj dks fujh{k.k ds nkSjku izLrqr djuk gksxk o izfrekg bu nLrkostksa dh Nk;kizfr flfoy foHkkx ds ek/;e
ls deZpkjh laca/k ,oa dY;k.k foHkkx dks izLrqr djuk gksxkA ftuds izkfIr ds mijkar gh lacaf/kr fufonknkrk ds fcy Hk qxrku dh
vuq’kalk dh tk ldsxhA
2 Bsds esa fu;ksftr Jfedksa dh nsunkfj;ksa dk Hkqxrku djus esa vlQy jgus dh n’kk esa deZpkjh laca/k ,oa dY;k.k foHkkx dks
Bsdsnkj ds jfuax fcy ls /kujkf’k jksdus vFkok dkVus dk vf/kdkj lqjf{kr jgsxk o bl en esa dkVh xbZ jkf’k d k forj.k Jfed
nsunkfj;ksa gsrq fd;k tk ldsxkA
3- lQy fufonknkrk }kjk Bsdk lapkyu gsrq fu;ks ftr fd;s x;s Jfed iw.kZr% Bsdsnkj ds v/khu gksdj Bsdsnkj ds fu;a=.k esa dk;Z
djsxsa ftudh lsokvksa dk laLFkku dh lsokvksa ls dksbZ Hkh izR;{k vFkok vizR;{k laca/k ugha gksdj ,sls Jfedx.k iw.kZr% Bsdsnkj
}kjk fu;ksftr Jfed gh ekus tk;sxsaA
4 lQy fufonknkrk }kjk Bsdk lapkyu gsrq fu;ksftr Jfedksa dk d̀R; ds fy;s laca f/kr fufonknkrk tokcnsg gksxk o bl gsr q
laLFkku esa izpfyr fu;ekuqlkj mDr Bsdsnkj ds fo:} dk;Zokgh dh tk ldsxhA
28. Extension of Time
1. Time for Completion allowed for execution of the Works is two Months. However, if the work is delayed on account of delay in handing over of site to the Contractor, delay in supply of construction
drawings, temporary Suspension of the work, Force Majeure" conditions as per clause 29, any other cause which, in the opinion of the Engineer-in-Charge is beyond the Contractor's control.
2. Immediately upon the happening of any such event as aforesaid, the Contractor shall inform the Engineer- in - charge accordingly, but the Contractor shall nevertheless use constantly his best
endeavors to prevent and/or make good the delay and shall do all that may be required in this regard. The Contractor shall request, in writing, for extension of time, to which he may consider himself
eligible under the Contract, within 14 (fourteen) days of the date of happening of any such events as indicated above failing which the same shall not be considered or taken into account for any purpose
whatsoever. In the event, no monetary claims shall be admissible to the Contractor for such extension of Time.
3. In any such case as may have arisen due to any of the events, as aforesaid, and which shall be brought out by the Contractor in writing, the company may give a fair and reasonable extension of Time for Completion, after taking into consideration the nature of the work delayed and practicability of its execution during the period of extension.
29. Force Majeure Force majeure is herein defined as:
i) Any cause which is beyond control of the contractor or the client, as the case may be.
ii) Natural phenomenon, flood, drought, earth quake, epidemics. iii) Acts of any Governmental Authority.
iv) Accidents and disruptions. v) Transportation delay due to force major or accidents.
vi) Strikes, Slowdown, Lock out and Sabotage. vii) Riots and Civil commotion.
viii) Failure or delay in contractor’s source of supply due to force majeure.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
18
30. The Company reserves right to accept or reject any or all offers without assigning any reason
whatsoever.
31. In case of downloaded tender document, if it is observed at any stage that the bidder has modified/ altered any of the contents/ matter of the tender documents then his tender shall be rejected and his
EMD shall be forfeited. In such event, the Company shall be free to take appropriate legal action against the said bidder.
32. The complete tender document is available on our website www.eprocure.gov.in / www.nepamills.co.in any further corrigendum/ addendum to this tender document shall be made available on the aforesaid
website only. The bidders may regularly visit the website for checking any corrigendum/ addendum to this document.
33. JURISDICTION
For the Purpose of enforcing legal rights/remedies in respect of this contract, Courts in Burhanpur (District), Madhya Pradesh shall alone have exclusive jurisdiction.
34. SIGNING OF BID DOCUMENT / BID BY FIRM
In the event of Bid being submitted by a firm, it must be signed separately by each partner thereof
or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorising him to do so. Such power of attorney shall be enclosed with Bid and it must disclose that the firm is duly registered under the Indian Partnership Act.
The bid must be duly signed with the name and designation of the signatory with the seal of the firm affixed.
Bids by partnership firm must bear the signature of the authorized person. A certified copy of the Partnership Deed/Agreement shall also be furnished along with the bid.
Bids by Corporations/Companies must be signed in the legal name of the Corporation / Company by the President / Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation/Company, with the seal of the Corporation/Company. A certified copy of the Memorandum / Articles of Association / Certificate of Incorporation shall accompany the bid.
The BIDDER’s name stated in the bid shall be the exact legal name of the firm/Company/Corporation, etc. as registered or incorporated.
35. ELIGIBALITY- CRITERIA. Bidders shall not have been banned/ de-listed/ black listed/ debarred from business on any ground.
Self-declaration in this regard is to be submitted along with the bid.
The Bidders whose contract(s) have been terminated due to poor performance by employer, shall not
be allowed to participate in the bidding process for next 5 years w.e.f the date of notification of
termination. Self declaration in this regard to be submitted along with the bid.
36. BID - VALIDITY- EXTENSION. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request the
bidders to extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by e-mail or facsimile. Bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his earnest money for a period of the extension.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
19
37. BID REJECTION. Any bid not accompanied by an acceptable Earnest Money shall be rejected by the Employer as non-
responsive.
38. EARNEST MONEY MAY BE FORFEITED
if the Bidder withdraw or modify / revise the bid in the interval between the Bid submission deadline
and the expiration of the bid validity period; or
if the Bidder adopts corrupt or fraudulent or collusive or coercive practice(s) or defaults under
Integrity Pact:
In the case of a successful Bidder, if the Bidder fails within the specified time limit to sign the Agreement/ Accept the LOI or Work Order.
39. CLARIFICATIONS ON BID
During techno-commercial Bid evaluation, the Employer may, at its discretion, ask any Bidder for a
clarification of its Bid. The request for clarification and response shall be in writing or e-mail or
through the portal, however, no change in the price or substance of the Bid shall be sought, offered
or permitted. Reply shall be submitted by Bidder within a stated reasonable period of time. If
Bidder does not provide clarifications of the information requested by the date and time set in the
Employer’s request for clarification, its Bids may be rejected .
40. FORECLOSURE OF CONTRACT IN FULL OR IN PART DUE TO ABANDONMENT OR REDUCTION IN
SCOPE OF WORK: If at any time after acceptance of the tender the Employer decides to abandon or reduce the scope of
the Works for reason whatsoever and hence does not require the whole or any part of the Works to be carried out, the Engineer-in-Charge shall give notice in writing to that effect to the Contractor, and the contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he could not derive in consequence of the fore- closure of the whole or part of the Works. The Contractor shall be paid at Contract rates for full amount of the works executed at Site.
41. RESOLUTION OF DISPUTES- ARBITRATION In the event of any difference or dispute regarding the execution, performance or satisfaction of this
contract or any part of this contract than the matter shall be referred to Joint Conciliators of Nepa Limited (to be appointed /nominated by the Chairman cum Managing Director Of Nepa Limited) with
prior intimation to Nepa Limited for conciliation the dispute. Upon failure of conciliation efforts, the matter shall be referred for arbitration to the Chairman cum Managing Director of Nepa Limited or
any other person nominated by him whose decision and award shall be final and binding on both the parties. The cost of the conciliation/ arbitration shall be borne by the party equally. This is as per
provisions of Indian Arbitration and conciliation Act 1996 as amended from time to time.
42. HEALTH SAFETY AND REGULATORY REQUIREMENTS:- The work covered in this specification, shall comply with all relevant government and local laws,
regulations and standards. For subjects not covered by regulations, codes, standards or specifications, the materials and construction shall be based on good engineering practice, subject to approval by Owner.
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
20
Contractor shall ensure that all health and safety regulations are observed for the erection of
scaffolding and use of the selected paint material. All necessary precautions shall be taken to ensure the safety of personal and property. Extreme
caution shall be used when working with oil or oil-based paints, cleaning fluids etc., especially in close proximity to oxygen piping or oxygen equipment. Heavy concentrations of volatile or toxic fumes must
be avoided and in confined areas, blowers or exhaust fans shall be used. Rags and other waste material soiled with paints, thinners or solvents shall be kept in tightly closed
metal containers while on the jobsite and not in use. Legal disposal of waste materials outside the site premises is Contractor’s responsibility.
The contractor shall take all safety precautions and ensure use of safety appliances by his workmen.
In the event of any accident, the contractor shall entirely be responsible for any accident to his workmen & for any other claim and or arising out of any law in force and he should indemnity the
company against any or all such claims.
43. SPECIFICATIONS.
All the works shall be carried out as per specifications mentioned in MP PWD SOR 2014, tender & According to I. S. specification amended up to date.
44. Facilities Provided by the Company At one point water supply & power connection shall be provide by the company free of cost.
Required materials shall be issued by the company at its store free of cost. First aid facility.
Work shop facility free of cost.
45. LIQUIDATED DAMAGES
Liquidated damage (penalty) shall be imposed of Rs 500/- per day on delay beyond the date of completion of the work specified in the Contract, subject to a maximum of ten (10) per cent of the
total value of the Contract.
46. DEFECT LIABILITY PERIOD
Defect liability period shall be one year from the date of issue of completion certificate.
47. INSURANCE- POLICY
After award of the contract it shall be the liability of the contractor to take out a contractor’s All risk
Policy to cover all his workmen for contingencies like accident etc together with other ri sk. A copy of
such policy shall have to be submitted to the Office of Manager (Civil) Nepa Limited before start of the
work.
48. Remedial action for unsatisfactory / performance of the contractor:-
a) If the contractor commits any breach of any of the terms & conditions of this agreement / Contract and if it is not proposed to terminate the agreement on account of any such breach the
Company may impose a penalty of 200 Rs per day (Subject to 10 % of the total Contract value).
SIGNATURE WITH SEAL OF BIDDER Manager (Civil)
21
b) If the contractor commits any breach of any of the provisions of the agreement / contract or his progress of works is found unsatisfactory or taken in ordinate delays as has been ordered by the
Company officer, then without prejudice to any other rights and remedies the Company may, at its option, terminate the contract / agreement by giving seven days notice to the contractor. On
termination of agreement / contract the Company shall be entitled to:- a) Forfeit the Security Deposit, either whole or in part there of as may be decided by the Company.
b) Recover all amounts of penalty, Compensation, Losses, Dues, and Govt. Dues recoverable or likely to
be recoverable from the contractor in terms of this contract.
c) In the event of termination of the contract or has slowed down the work, or he failed to continue the work or has expressed his unwillingness to continue the work, the Company may get the balance work
completed departmentally or through any other agency at the cost and risk of the contractor and the excess expenditure, if any, incurred by and loss that may be caused to the Company on this account
shall be recoverable from the contractor. The loss as assessed by the Company officers shall be final and binding on the contractor.
Manager (Civil)
The above conditions are accepted to me/us.
Signature of Contractor
Name:-__________________________ Address:-________________________ ________________________ PAN No._________________________ Mail I.D._________________________
22
SPECIAL CONDITIONS OF THE CONTRACT
NAME OF THE WORK: - Structural, A.C. /G.I Sheeting & Roofing Works Inside Factory on Labour Rate Basis.
1. This is a percentage based contract on Labour basis.
2. The contractor must get acquainted with the proposed site for the work and study specified
conditions carefully before tendering.
3. The rates quoted shall be firm during the entire period of contract and no escalation shall be paid on
any ground whatsoever it may be.
4. The works will be executed strictly as per specifications of MP PWD SR 2014.
5. All the materials required for execution of works shall be according to ISI specification/ISI mark, latest
revision.
6. The rates shall be inclusive of all leads and lifts for all items with all duties, freight, etc.
7. Enclosed bill of quantities are approximate and may vary. However the rates quoted will remain firm
for variation up to any extent.
8. The rates shall be inclusive of carrying out all the work at all heights including scaffolding charges etc.
complete and no extra payment shall become payable on this account.
9. Contractor has to abide all the prevalent labour laws & statutory regulations in force & applicable for
the faithful execution of this work.
10. The work is of high risk nature, therefore it is advisable that contactor must visit/ inspect the site before
bidding.
11. Contract has to pay minimum district wages enforced.
12. Only trained workers/experienced in height works & medically fit, in the concerned field shall be
allowed to work on the site/spot also complete work will be carried out under full time continuous
supervision.
13. Contractor shall utmost care for safety of his workers during the course of execution of work. Since
works are even above 10 Meter height.
14. Contractor at his own cost has to make necessary arrangement for disposal of debris/waste material
to the nearest dumping yard.
15. Arrangement for PPE’s including high work accessories like safety belt, fall arrestors guide, ropes etc.
will be in contractor scope.
16. Bidder has to submit live registration of vehicle used for transport of materials as well as valid driving
licence of the vehicle driver.
17. During shut-down & or/any urgency, works may required to carry-out beyond the working hours, or
with extra manpower to get the activity complete in time, hence, the contractor must ensure for
compliances of works allotted to him by company.
Manager (Civil)
The above conditions are accepted to me/us.
(Signature & seal of the bidder)
23
ANNEXURE-II
LETTER FOR DECLARATION OF TENDER No Civil/19-20/01 Date 08.05.2019
(To be submitted with bid in bidders letter head)
DECLARATION
I / We hereby declare that no case is pending with the police/ court against the bidder/ firm/ company
(Agency). Also I/We have not been banned/de-listed/debarred/suspended / blacklisted by any PSU /
Government Department / Financial Institution / Court etc.
Yours Faithfully,
Contractor
Address: ___________________ ___________________ ___________________ Phone No.: ___________________
24
NEPA LIMITED NEPANAGAR
PRICE BID (BILL OF QTY)
( To be submitted with Bid in Contractor’s letterhead)
Sub: - Structural, A.C. /G.I Sheeting & Roofing Works Inside Factory on Labour Rate Basis.
Ref: - Tender No. Civil /19-20/01, dated 08.05.2019
Sr.
No
Particulars Qty Unit Rate Amount
A (AC/GI Sheeting & Roofing Works)
1
Labour only for dismantling/removing of AC or GI sheet
by removing roofing bolts, nuts, washers (for roof above
10 mtrs height from floor).
300.00 Sqm 27.00 8100.00
2
Labour only for fixing GI or AC sheet on roof including
fixing required size and number of roofing bolts, nuts
washers windties, as per standard procedure including
fabrication of roofing bolts (in roof above 10 mtrs height
from floor).
300.00 Sqm 43.00 12900.00
3
Labour only for fixing AC sheet ridges & hips corners
appearances by putting required bolts, nuts, washers,
including fabrication of roofing bolts(for roof above 10
mtrs height from floor).
100.00 RMT 18.00 1800.00
4
Labour only for dismantling/removing of GI/AC sheet by
removing roofing bolts, nuts, washers (for roofing below
10 mtrs height from floor).
300.00 Sqm 20.00 6000.00
5
Labour only for fixing GI/AC sheet on roof including
fixing all lead & lift and transportation of sheet from
Central Stores, yard to working spot.(for roofing below
10 mtrs height from floor).
300.00 Sqm 40.00 12000.00
6
Labour only for straining and fixing barbed wire to
wood/iron/concrete post including screening it with GI
hips with GI stepper and steel pin etc. for each row of
wire.
200.00 RMT 3.00 600.00
25
Sr. No
Particulars Qty Unit Rate Amount
B ( Roofing Bolts & Cleaning AC Gutters)
7 Labour only for replacing old roofing bolts with new
roofing bolts. Scope including unscrewing old bolts,
removing it with nuts, washers and providing new
roofing bolts, nuts, washers including fabrication of new
roofing bolts. (Note: New Bolts to be inserted from
bottom of sheet)
8000.00
Nos.
8.00 6400.00
8 Labour only for fixing of AC/GI Gutter including
fabrication and fixing of required clamps supports for
Gutter of any size, AC Valley Gutter, Cave Gutter, Half
Round Gutter etc.
50.00
RMT
13.00 650.00
9 Cleaning of Valley Gutter between Paper Machine No. I
& II near live crane wire after taking permit of crane
including cleaning of adjoining roof of Gutter.
250.00
RMT
23.00 5750.00
10 Labour only for fixing Tarpaulin at roof of/in Load
Centre, Godown, and platform to prevent leakages of
rain water. Tarpaulin to be provided by putting pipes,
rafters, bamboo to avoid gapping. Tarpaulin to be fixed
by coir string, wire etc. scope including fixing of pipes,
bamboo & transportation of same from stores (work to
be done at any height from floor).
250.00
Sqm
10.00 2500.00
11 Cleaning of Valley Gutter, Cave Gutter, Half Round
Gutter, etc. of Paper Godowns, Load Centre Stores, etc.
and disposal of debries after cleaning into nearby
dustbins. Including all load and lift along with Gutter
adjoining AC Sheet Roofing, Bolts sides of Gutter to be
cleaned up to ridge height.
250.00
RMT
20.00 5000.00
C ( Structural Steel Works)
12
Dismantling of steel structure including required Sca-
folding transportation of dismantled steel from work
site to Stores or to site as instructed by our Engineer I/c
etc. completed.
5.00 MT 3100.00
15500.00
26
Sr. No
Particulars Qty Unit Rate Amount
13
Labour only for erection fixing of MS/GI grating by
welding or bolted arrangement as instructed by our
Engineer I/c etc. completed including one coat of Red
Oxide Primer.
10.00 Sqm 35.00 350.00
14
Labour only for fabrication of steel structure (heavy)
having main member of ISMB Plate Girders, Channels
above 150 mm as per drawing or as instructed by
Engineer I/c including one coat of Red Oxide Primer.
4.00 MT 8000.00 32000.00
15
Labour only for erection of steel structure heavy as per
Item No.3 above and as per drawing and directed by
Engineer I/c.
4.00 MT 3300.00 13200.00
16
Labour only for fabrication of light steel structure MS/GI
pipeline of 150 mm and as shown in the drawing or as
per instruction of Engineer I/c etc. including one coat of
Red Oxide Primer (Door, Windows frames, Purlin
Section bult of angles flat sheets).
3.00 MT 9300.00 27900.00
17 Labour only for erection of light steel structure
complete as per drawing or as directed by Engineer I/c 3.00 MT 3000.00 9000.00
18
Labour only for fabrication and erection of Hand Railing
as per drawing or as directed by Engineer I/c including
applying one coat of Red Oxide Primer.
0.50 MT 5000.00 2500.00
Initial amount in Rs 1,62,150.00
Percentage Above or below on initial amount :- ( ) Amount of percentage on initial amount Rs:-
Total (Basic) amount Rs:-
Add GST 18 % over total basic amount Rs:-
Grand Total
Rs. Grand Total Amount in Words :-
Manager (Civil)
(Signature & seal of the Contractor)
Name of contractor:-_____________________________
Address:-____________________________
Phone NO.:-_____________________________________
PAN NO: - ___________________________ GST NO:-
Mail I.D:-