OFFICE OF THE PANCHAYAT SAMITI. JUNAGARH....
Transcript of OFFICE OF THE PANCHAYAT SAMITI. JUNAGARH....
OFFICE OF THE PANCHAYAT SAMITI. JUNAGARH. KALAHANDI
no. ..QO$.. trt
At / Post./DistPinPhone No.
: - Junagarh, Kalahandi:- 766014: -06672-243259
TENDER CALL NOTICE
Dated. e4 ..t.Ol.t 2014
The Block Development officer, Junagarh invites sealed tenders in conformity with detail tender
call notice to be drawn up in state P.W.D, P1 contract from the eligible registered contractors of State P.W.D /
lrrigation / R.W. / R.W.S.S. and P.H.E.D having valid license from competent authority for civilworks as detailed
below.
st.No
Name of the work Amount putto tender
('.)
EMD tobe
deposited 1o/o
c.)
Cost oftender
documentsincluding
VAT @4o/o( Non
refundable )c.)
Class ofcontracto
r
Time ofcompletion
1 2 3 4 5 6 7SCHEME. BIJU KBK.2O12-13
01
Construction of CD works atMakarsola to Jharbandh inBhainriguda GP
5,44,9171- 5,500/-4000+ 5%
VATD&C 6 Calendar
Month
02
lmprovement of Road fromKarlakot to Budhidar in BanijaraGP
5,46,4041- 5,500/-
4000+ 5%VAT D&C 6 Calendar
Month
03
Construction of Metaling andMoorum Road from Majhipada toCharbahal in Charbahal GP
5,45,649/- 5,500/-
4000+ 5%VAT D&C 6 Calendar
Month
Selling Tender Paper
Place & Date of receipt Tender paper
: - PANCHAYAT SAMITI, JUNAGARH,28.01.2014 to 03.02.2014 (Office hour 10.00 AM to 5.00 PM)
(Except Sunday & public holidays)
:- (1) PANCHAYAT SAMlTl, JUNAGARH,(2) DRDA, KALAHANDT,28.01.2014 to 05.02.2014 (Time 10.00 AM to 4.00 PM)
(Except Sunday & public holidays)
: - PANCHAYAT SAMlTl, JUNAGARH06.02.2014 (Time 11.00 AM ONWARDS)
Place & Date of opening Tender paper
The Tenders documents along with terms & conditions can be purchased from the
PANCHAYAT SAMIT!, JUNAGARH on cash payment as per the cost noted above.
The tender docurnents can be downloaded from Official website (website:
http:/lkalahandi.nic.in, http://www.odisha.gov.in) & the cost of tender documents shall be depcsited at
the time of receipt of the tender in shape of Bankers' cheque or Bank Draft duly pledged in favour of Block
Development Officer, Junagarh payable at Junagarh which is non-refundable. The other details can be seen
in the tender dociments.
The authority reserues the right to reject any or all the tenders without assigning any
Block Developm ent Off icer
reason thereof.
Junagarh.
Memo No. 204 t u
-- Copy to the Collector,necessary action.
oatea.4l. ot. J4 .
Kalahandi / Project Director, DRDA, Kalahandi for kind information &
Memo t'to. &O5 tu
Copy to Press Reporter "The DHARITRI"
necessary action.
Memo *o. 2A6 , 'ro
Copy to D.l.P.R.O., Kalahandi for information.
B I ock D evel opm eit OfficerJunagarh.
oatea. Z4 .ol - rl .
/ "The SAMBAD" for wide publication and
Block Development OfficerJunagarh.
oata. 24.or. t4
-#tBlock Development OfficerJunagarh.
oatea. 24.d. t4Memo No. @7 t lt
Memo No. 2.O9 ttt
action.
Copy to the DlO, NlC, Bhawanipatna, Kalahandifor information & necessary action.
-,A*ew"B t o c k Tr: ::J; irt off i ce r
oatea. 24.ot tiCopy to the Addl. Project Director (Tech), DRDA, Kalahandi for information and necessary
Copy to Computer Programmer, Junagarh Block for necessary action.
Memo No. ?Oq t M
-
*.#B I oc k D ev el o"p m ent Off i c e r
Junagarh.
oatea. * .Ot. t4.
^#Block Devdlopni ent Officer
..q,i
Copy to the Notice Board for wide publication
GOVERNIYIENT OF ODISHAi
PANCHAYATI RAJ DEPARTM ENT
PANCHAYAT SAMITI, JUNAGARH
TENDER DOCUMENT FOR THE WORK:
Received Rs.
M.R No.
Tender documents.
/-(Rupees ) onlY vide
Date...... ..towards the cost of
l
Block Development Officer
Junagarh .
Block Dev. Officer
orraneo reruorn cALL moncrtorcNl ruo. ort.d.L' Sealed percentage tenders are invited from registered pWD Contractors of Sta Govt.and Contractors of equivaient Grade/Class registered with CentralGovernment/MES/Railways/cPWD for execution of civil works on production of definiteproof from the appropriate authority for the works detailed in the tabte below.
sl.
N
o
Name of thework
Amount
Put to !
tender !
(Rs) , i
EMD tobe
deposit
ed t%(Rs)
Cost oftender
documents
including
vAT @ s%
(Non
refundable
I (Rs)
Class
ofcontra
ctor
Time ofcompletion
1 2 3 4 5 6 7
L Construction ofCD Works atMakarsola toJharbandh in
Bhainriguda GP
5,44,917/ 5,500 /- 4000+5%VAT
D&C Six Month
2. lmprovement ofRoad fromKarlakot toBudhidar in
Banijara GP
5,46,404/
-,5,500 /- 4000+5%
VAT
D&C Six Month
3. Costruction ofmetalling and
moorum road
from Majhipada
to Charbahal in
Charbahal GP
5,45,649/ 5,500/- 4000+5%VAT
D&C Six Month
2. Bid documents may be purchbsed from th ,non- refundable fee towards cpst of the documents indicated in Cotumn 5 in shapeof Cash or Demand Draft drawn in favour of the.'Block Development officeq
Contractor Block Dev. Officer
Junagarh,Kalahandi. frorn any Nationalised Bank and payable at State Bank of
lndia,Junagarh..o The Sale and receipt of Bid documents shall start from Dt. l2OL4 to Dt. I
2O:.4 from 10.00 AM to 5.00 PM and close on Dt. 120t4 at 4.00 PM in the
Office of the Panchayat Samiti .Junagarh Kalahandi.
o Bid documents requested by rmail will be dispatched by registeredlSpeed post on
payment of an extra amount of Rs.500/- (Rupees five hundred) only over the cost
of the documents. The BDO.iunagarh will not be held responsible for the postal
delay, if any, in the delivery of the documents or non-receipt of the same.
o Bids must be accompanied by bid security i.e. earnest money deposit (E.M.D.) of
the amount specified for the work indicated in the table above in shape of
N.S.C./K.V.P,/ Post Office Savings Bank Account/ Post Office Time Deposit
Account/Deposit receipt of any Scheduled/Nationalised Bank duly pledged in
favour of the Block Development Officer,Junagarh.o The bid is to be submitted with E.M.D., signed DTCN, attested copies of
registration certificate, PAN Card, Valid VAT Clearance Certificate and documents
required as per the relevant clauses of the DTCN.
o The plan, specification for the work and terms and conditions of the contract and
other necessary documents cffii be seen at the Office of the Block Development
Officer,Junagarh during workirtg hours and days till the last date of sale and receipt
of the bid documents.o Bids can be delivered in the tender box at DRDA, Kalahandi office & Block Office
Junagarh. The tenderers are required to deliver the tender documents along with
the relevant documents of one work ( out of three works mentioned in DTCN) in
the sealed cover with caption of the name of the work over the envelop. Also
he/she should put a tick mark over the work .lf the envelop contains more than one
work's tender documents will likely to be rejected .
o The bids will be opened by the Block Tender Committee of Junagarh Block in the
Office of B.D.O at 11.00AM on dated / lZOt4 in presence of the bidders or
their authorized representatives who wish to attend. lf the Office happens to be
closed on the date of opening, the bids will be opened on the next working day at
o The bidders who download bid documents from INTERNET SITE shall have to pay
the cost of bid documents Rs 10,000/-(Rupees ten thousand only) in shape of
Demand draft in favour of ttre Block Development Officer, Dharmagarh payahle at
S.B.t., Junagarh in a separate envelop marked with "COST OF BID DOCUMENT,
DOWNLOADED FROM INTERNET" along with the bid.
1 1. (a) In case of Engineer Contractors who are willing to avail exemption
of EMD should enclose an Aflidavit for the purpose. In the affidavit itshould be cleared that how many times he/she has availed such facility
prior to this during the current financial year. Also the Engineer
Contractor will produce his / her original license at the time of opening,
Contractor Block Dev. Officer
12.
Contractor will produce h,}s t her original license at the time of opening,so that the authority wilttCInter the exemption of E.M.D in the lir.nr"which is mandatory and failing which UiA sn* be liable for rejection.
(b) Adjustment of E.M.D. given with other bids submitted previously is not to beentertained.
(c) Fixed deposit holders as per Works Department Order No.2ggg3g, dt.1g.12.95are exempted from furnishi,ng E.M.D. but should enclose the copy of theexemption order along with the bid.
The work will be executed through the block. The work is to be completed in allrespect within four calendar months (including monsoon) from the date of issue ofWork order by the B.D.o. Bidder whose bid is accepted must submit a workprogramme at the time of exeqution of the Agreement.
All bids received will remain Valid for a period of 90 (Ninety) days from the lastdate of receipt of bids and valtdity of the bids can also be extended if agreed to bythe bidders and the Department.
For signing, the Agreement by the successful bidders ,wiil be intimated by theBlock Development Officer Junagarh in due course. The date of commencement ofthe work will be counted from the date of work order given to them in writing..
The bidders shall carefully study the tentative drawings and specificationsapplicable to the contract and all documents which will form a part of theagreement to be entered into by the accepted bidder and detailed specification forOdisha and other relevant spepifications and drawings which are available for sale.Complaint at a future date thAt plans and specifications have not been seen by thebidders cannot be entertained.
The drawings furnished with the bid are tentative and subject to revision ormodification during the execution as per actual necessity. But the tendered ratesquoted by the bidder will hold good in case of such modification and shall in noway invalidate the contract and no extra monetary compensation will.beentertained. The work shall however be executed as per final approved drawing tobe issued by the Engineer-in-charge as and when required.
L7. All rates should be for finished item of works mentioned in the tender schedules$..
:
13.
14.
15.
L6.
Contractor Block Dev. Officer
18. The bidder should quote the % ge rates over the amount put to tender both infigure and words for the work.
19. Every bidder is expected before quoting his/her rates to inspect the proposed worksite and should also inspeqt;the quarries and approach roads to quarries and
satisfies himself/herself about the quality and availability of materials. Complaintsat future date that the availability of materials at quarries has been misjudged
cannot be entertained.
20. The bidder may at his option quote reasonable Yo ge rate for the work carefullyduring filled up so that it should not be unworkable during execution.
21. The bid containing the extraneous conditions not covered by the DTCN ar.e liablefor rejection and quotations should be strictly in accordance with the tender callnotice. Any change in the wor,$ing will not be accepted.
22. The authority reserves the r$ht to reject any or all the bids received withoutassigning any'reasons thereof'what so ever.
23. Bids not accompanied by required amount of E.M.D. or exemption order as perWorks Department Memorandum NMo.288838, dt.18.12.95 will be summarilyrejected. No E.M.D. will be accepted after closing hour of the tender.
24. The earnest money will be retained in the case of successful bidder and will bedealt with as per the terms and conditions of the O.P.W.D. Code and will notcarry any interest. The earnest money of the unsuccessful bidders will berefunded on application after the bid is finally accepted.
25. The bid documents received after due date and time will not be entertained.26. NO RELATION CERTIFICATE: - The bidder shall furnish a certificate along with the
tender to the effect that he/she is not related to any Officer in the rank of JuniorEngineer,Assistant Engineer, B.D.O., Under Secretary and above in Panchayati Raj
Department connected with the execution of the works. If the fact subsequentlyproved to be false, the contrhct is liable to be rescinded. The earnest money andtotal security will be forfeited.
27. CONDIilON FOR QUOTINS LESS ANp ApptilONAL PERFORMANCE SECUR|TY
THEREOF:-
lf the bidder quotes his/her rates less than LO % and within t5% of theestimated cost , he/she shall deposit the additional performance security [APS]to the extent of 1.5 times of the differential cost of the bid amount and 90% ofthe estimated cost in shape of P.o.s.B.Alc, P.O.T.D, N.s.c, K.v.p, Deposit receiptof any Scheduled Bank duly pledged in favour of the Block Development OfficerJunagarh along with the tender papers otherwise the tender will not beaccepted. If the rate quoted by the bidder is lesi than 15% of the amountput to tender then such a bid shall be rejected and the tender shall be
!:
)
Contractor Block Dev. Officer
28.
finalized basing on merits of remaining bids. But if more than one bids arequoted at t4.99o/o (Declmals up to two digits will be taken for all practlcalpurposes) less than the estimated cost, the tender accepting authorltywill finalize the tender through a transparent lottery system where allbidders/their authorized rlpresentatives, the Block Development Officer,Junagarh and Accountant sfill remain present.
, .:i
woRK EXPEqTENECE
Each bidder is to submit along with the bid a note regarding his/her experience on
successfully completion of similar nature of work amounting to more than Rs.5.00
Lakh ( Rupees Five lakh ) only during last 3 years. The above information should
be certified by the concerned authority not below the rank of B.D.O /AssistantEngineer/Executive Engineer or any authority. The same is exempted for the
Engineer Contractor.
No bidder will be permitted tq,furnish their bid in their own manuscript paper.
The bidder whose bid is selEcted for acceptance and who has no fixed deposit
29.
30.
with the Govt. of Odisha, $hall within a period of seven days upon written
intimation being given to him/her bid make an initial security deposit (lSD) @ 1%
of the tendered amount in the form of NSC/KVP/ P.O.S.B Alc I P.O.T.D/ Deposit
, Receipt of any scheduled bank and in no other form so that the EMD and ISD will
be 2% (two percent) of the tendered amount and sign the agreement in the
P.W.D from P1 (Schedule XLV No.61) for the fulfillment of the contract in the
"Office of the Block Development Officer, Junagarh" The security deposit
together with the earnest money and the amount withheld according to the
provision of P1 agreement shall be retained as security for the due fulfillment of
this contract. Failure to entgtr into the required agreement and to make the
security deposits as above shall entail forfeiture of the E.M.D. No bid shall be
finally accepted until the required amount of security money is deposited. The
written agreement to be entered into between the contractor and the Govt. shall
be the foundation of the rights of both the parties and the contract shall be
deemed to be incomplete until the agreement has first been signed by the
Contractor and then by the proper Officer authorized to enter into the contract
on behalf of the Govt. as concurred by Law Department and Finance Department
in their U.O.R. No.848, Dt. 21.05.97,J.O.R. No.202, W.F.D.,dated.6.03.98
respectively.The E.M.D. will be forfeited in the casg, where the bidders back out
from the offer before acceptance of the bid by the competent authority.The
Contractor Block Dev. Oflicer
security will be refunded l2[Twelvet months after completion of the work andpayment of the final bill and wiil not carry any interest.
u/s 12 of contract Labour (Reguration and Abotitionwho undertakes execution of work by labour, shouldLicensing Authority of Labourbepartment.
32' The contractor shall be liBble to fully indemnify the department of anycompensation under Workmen Compensation Act Vllt of 1993 on account of theWorkmen employed by the Contractor and full amount of compensation paid willbe recovered from the Contractor.
The bidders are required to abide by the fair wages clause as introduced by theGovt' of odisha and will not pay less than the fair wages fixed by the Govt. to thelabourer engaged by him/her for the work.
x
The contractors are to quotej'the ir % ge both in words and figures and put theirsignature on every over writ,ihgs.
35' The length and sizes of th,e M.s./TMT/Tor steel are to be procured by thecontractor and should be TATA TTSCON / Sn[ or any rod approved by the DRDAKalahandi.
36' No part of the contract shall be subtet without the writtten permission of the BDoand P'D',DRDA. or transfer be made through power of attorney authorizing othersto receive payment on behalt'of the contractor.
37 ' only ACC/Konark/ Ultratech cement (oPc &Ppc) are to be used and weight of eachcement bag being taken as 50 Kg.
38' ln case of any comptaint by the labourer working about the non payment ofhis/her wages as per tatest minimum wages Act, the B.D.o., will have the right to
31.
33.
34.
Act, 1970) the contractor,produce valid license from
ContractorBlock Dev. Offrcer
39.
investigate and if the contractor is found to be in default, he/she may recoversuch amount due from the contractor and pay such amount to the labourerdirectly under intimation to the local labour Officer of the Govt. The contractorwill not employ child labour:. The decision of the B.D.O. is final and binding on thecontractor.
,;!,,f.
No compensation will be paiii by the Department for any damage done by rain,ftood, cyclone, and tide or'b! any other natura! calamities during the executionof the work.
40. It should be understood clearly that no claim whatsoever will beentertained in regard to extra items of work or extra quantity of any itembesides estjmated amount, unless written order is obtained from theB.I).O./Addl. P.D.(Tech) DRDA. and rates settled before the extraitems of work or extra quantity of any item of work is taken up.
4.
The bidder shall have to abi6e by the C.P.W.D. safety Code Rules introduced bythe Govt. of lndia, Ministry gf Works Housing and Supply in their standing orderNo.44150 dt. 25.LL.7957 .
42. The Contractor shall bear various incidentals, sundries and contingenciesnecessitated by the work in full within the following or similar category.
(a)Rent, Royalties and other charges of materials, Octroi duty, all other taxesincluding sales tax, ferry tolls, conveyance charges and other cost on account ofland and building including thmporary building and construction of service road
and diversion road and itsl ,&int"nrnce till completion of the work as required by
the Contractor for collectlsh of materials, storage, housing of staff or otherpurpose of the work. No bidder will however be liable to pay Govt. for temporaryoccupation of land owned by Govt. at the site of work.
4t.
Contractor Block Dev. Officer
..i,r
(b)Labour Camps or huts necessary to a suitable scale including
conservanry und sanitary arrangements there in to the satisfaction
of the local health authorifies.
:az:11:l
!.,
. I :.
equipment and watering aPParatus
operation and medical aid tofor the labour engaged inthe labourer engaged for
(c)Suitable water supply including pipe water supply wherever available
for the staff and labour as well as for the work'(d)Fees and duties levied by the Municipal canal or water supply
authoriies.
(e)Suitableriskythe work.
(f)Suitable fencing, barriers, signals including electric signals where
necessary at -
work and approaches in order to protect public
and ehployees from accident.(g)Compensation including cost of any suit for injury to persons or
property due to neglect of any major precautions also becomes
payable due to operation of the workmen compensation Act.
tnlfne Contractor has to arrange adequate lighting arrangement for the
work wherever necessary at his pwn cost.I
43. All preliminary works such,a! vats, mixing platform etc. are to be done by the
contractor at his own cost.
44. The contractor should arrange the materials like steel, cement, paint, shutters,
bitumen etc. of approved qu,ality and specification at his own cost for completion
of the work with the time schedule. No extension of time will be granted to the
contractor due to delay in procurement of materials. The materials can be
supplied by the BDO on recommendation of the J.E. and A.E. to the contractor on
payment basis.
45. The department will have the right to supply at any time in the interest of the
work any departmental mattrals to be used in the work and the contractor shall
use such materials without any controversy or dispute on that account. The rate
of issue of such materials'witt Ue at the stock issue rate inclusive of storage
charges or rates fixed by the Department or current market rate whichever is
higher.
Contractor Block Dev. Officer
47.
48.
49.
50.
51.
The Contractor will be respdnsible for the loss or damage of any departmentalmaterials during transit and in the execution of the work due to reason what-so-ever and the cost of such materials will be recovered from the bills at stock issuerates or market rates whichever is higher.
lf the contractor removes Govt. materials supplied to him/her from the work sitewith a view to dispose of the same dishonestly, he shall be in addition to anyother liability Civil or criminal arising out of his contract be liable to pay a penaltyequivalent to five times of the price of the materials according to the stock issuerate or market rate whichever is higher. The penalty so imposed shall berecovered at any time from.any sum that may then or at any time thereafterbecome due to the Contractor or from his/her security deposit or from theproceeds of sale thereof. i ,il
The selected contractor may take delivery of departmental supplyaccording to his need for the work issued by the Department subjeri ttthe availability of the materials. The contractor shall make allarrangement for proper storage of materials but no cost for raising shedfor storage, pay of watchman etc. will be borne by the Department. Thedepartment is not responsible for considering the theft of materials atsite. It is contractor's risk. Under any such plea if the Contractor stopsthe work, he/she shall have to pay the full ienalty as per clause of plagreement.After the work is finished al[. surplus materiats and debris's should be removed100 meters clear ways from'iwork site. Preliminary works such as Vats, mixingplatform etc. should be dismbntled and all materials removed from the.work siteand premises left neat and clean and this should be inclusive of the rates.
The contractor should at his/her own cost arrange necessary tools andP.lants required for the efficient execution of work and the rates quotedshould be inclusive of the running charges of each plant and cost ofconveyance.
The machineries, if available, with the department may be supplied on hire as percharges fixed by the Department.
j
Contractor Block Dev. Officer
52. The depth of foundation ind.tated on the drawing are pr.ovisional but these maybe altered if necessary In tlre light of the nature of strata indicated by boringwhich must be taken in advance of actual execution of the foundation,
The stack of road metal and muroom will be measured in box heaps of 1.50 X
1.50 X 0.50 M which will be taken as 1.50 X 1.50 X0.44 M = 1 Cum. The solingstores will be measured in the suitable stacks with deduction for voids @ i./6th ofvolume or more depending upon the looseness of stacking which would bedetermined on actual observation and deduction. No claim for carriage of waterwhat so ever will be entertained.
It is the responsibility of the contractor to procure and store explosive requiredfor blasting operation, if afty. The Department may render necessary possiblehelp for procuring license. i
Items of works not covered by the tender notice shall be paid at the currentschedule of rates of the State and those not covered by the said schedule ofrates will be paid on actual analysis approved by the competent Authority.
On no account, the contract work should be sublet to any body without the priorapproval of the Department. ln such an event the contract may be rescinded.
Dewatering from the foundation of bridges, culverts, buildings worksites etc. andwatering for consolidation in roads embankments when and where necessaryduring execution will have to be done by the contractor and no extra paymentwill be made on that accoung
Number of tests as speci,fied in l.n.C./MORT & H/l.S.l. specification required forthe construction of road/brrldges/buildings or any other structural works will beconducted in any Govt. laboratories or reputed material testing laboratory as tobe decided by the Engineer in-charge. Testing charges including expenditure forcollection/transportation of samples/specimens etc. will be borne by theContractor. The collection of samples and testing are to be conducted for bothprior to execution as may be directed by the Engineer in-charge and on both theaccounts the cost shall be borne bythe Contractor.Any damages caused by natural calamities should be repaired by the Contractorat his own cost. The Department will not be any way responsible for the sameand will not pay any cost towards the repair done by the contractor.
Over and above these cor+tditions, the terms and
regulations and specificatii$ns as laid down iriconditions and rules and
Odisha Detailed Standard
Block Dev. Officer
53.
54.
55.
56.
57.
58.
60.
59.
Contractor
62.
Specification, Odisha P.W.D. Code, Bridge Code and MORT &H specifications
with latest revision/ amendfilent are also binding on the part of the Contractor.,i:,1
61. The COntrartnr chall ct rnnlrr, <ar{inle nf all matariels fr rllv hpfnrc nr^.r rrAme nt for f fig::|
work for testing and dcceptance as may be required by the Engineer in-
charge.
63.
The contractor has to arrange the land required for borrowing earth if necessary
for the road work at his/her cost. No extra payment by the Department will be
made on this account and no claim what so ever will be entertained on this
ground. The rates quoted by the Contractor should be inclusive of all such
charges.
The information furnished +must be sufficient to show that the applicant is1:
capable in all respects to suctessfully complete the envisaged work.I ,rl
Even qualified criteria are met; the bidders can be disqualified for the following
reasons, if enquired by the Department.
(a) Making a false statement or declaration
(b) Past record of poor performance
(c) Past record of abandoning the work half way/ rescinment ofcontract.
(d) Past record of in-ordinate detay in comptetion of the work.t
(e) Past history o'f Iitigation.
ln case of the 1tt lowest tendered or even the next lowest tendered withdraw in
series one by one, thereby facilitating a particular tender for award, and then
they shall be penalized with adequate disincentives with forfeiture of E.M.D.
unless adequate justification for such back out is furnished. Appropriate action
for black listing the tenderers shall also be taken apart from disincentivising the
tender.
PROVIDING FACILITIES TO THE ENGINEER CONTRACTOR :
64.
65.
66.
(a)As per works
price preference
withdrawn.Contractor
Department No.FR tL/2001/10003/00 BBSR, d1.24.05.01, 5%
allowed to the Engineer Contractor in the tender rates has beenill
i;",::r
I
Block Dev. Officer
(b) Exemption of E.M.D. to the Engineer Contractor will be allowed for a
maximum of three works in a financial year for participating in the tender and
the fact of participating with exemption of E.M.D. should be entered in the
original Registration Certificdte of the Engineer Contractor..:
67. lncome Tax will be deducted from the Contractor's bill @ prevailing percentage
fixed by l.T. Department.
68. Prevailing rate of VAT on the gross amount of the bill will be deducted from
Contractor's bill.
59. Under no circumstances interest is chargeable for the dues or additional dues if
any payable for the work.
70. The Contractors are required to pay royalty to Govt. as fixed from time to time
and produced such authenticated documents in support of their payment as
royalty, along with their bitls. Failing which, the amount of royalties of different
materials as utilized by themiin the work will be recovered from their bills.i:
7L. The contractor shall be res.ponsible for the defect liability period for one year
from the date of completion of the Project.
72. ELIGIBILITY CRITERIA :
(a) Required E.M.D. as,per clause NO.5
(b)Furnishing of additional performance security, if any as per Clause
No.27.
(c )Attested copy of valid Registration Certificate, lT PAN Card, Valid VAT
Clearance Certificate along with the bid and furnish the originals of the i
above said documen,t$ on the same day of the opening of the tender
before the tendering authority.i.i
(dllnformation regarding successfully completion of a similar nature of
works amounting to more then Rs.05.00 lakh ( Rupees Five Lakh ) only
during last 3 [Three] years, as per Clause No.28.
73. The terms and conditions stipulated are comprehensive but not exhaustive. All
other terms and conditions as laid down in OPWD Code Vol. l, ll and. Circular in
force shall also be applied for selecting a tender for.award of work.
;.1
..ti{ ,.-1
Contractor Block Dev. Officer
' 74;f,l
S.C/S,T contrec,tors should pay Earnest tvtlneV S! T.1ong
With the, Yjtof .ffia caate certlficate. if the tender of the S.C./S.T. contrector is within 1096 of
the rate quoted by the lowest tenderer for th'E Work; the same will be
considered for aWarded lo hirnlhelat the lowest tender rate.
+'. r*lii
!:l'
{-l
Cosffictor here by $loted my rat€, at.........Iess I Excess orr-er ttre estimated rates.
I
T
Signature of the Contractor.
PERIVIANENTADDRET
of the Contractor:
PHONE NUMBER:
CONTRACTOR.
Block :D,eseloninent ffieer, funagarh,
..if i
''i*.-
- !'-'*
i.'*
*'
'S!
:{._.3;.
fi
s:i:.
itr.. tr.ll'i..!li
Cor*ractor Block Dev. O{Iicer
l.Affidavit submitted l
2.EMD deposited
3.Valid Contractoy's licence copy submitted
s.Valid VAT clearance certificate cqpy submitted
6.Receipt of Cost of Tender Paper [Q&"1 submitted
ti1,ffffi
r
'-ii,ffiffit-l
, -:.[
:-t
:-,T.ffiffi
t -1,
: -'E
{.*,Y&ffi
7.DD for Cost of Tender Paperfirrtelpret] submitted
8.Additionat Performance Security deposited
9. No relation cettificate submitted
10. Experience certificate copy submttted
ll.Copy of caste certificate subrnitted
\\ +ff-d t)
ryk! lril
,.*ffHff:HffffiS;*
ContractorBlock Dev. Ofticer