Professional Documents
Culture Documents
TENDER DOCUMENT
FOR
CONSTRUCTION
OF
Construction of Type IV Residence Work (Balance
Civil Work) , Bundelkhand University, Jhansi(U.P.)
Sealed Percentage rate Tenders are invited for the following work in two bid envelop system (a) Technical
bid (b) financial bid from eligible and approved contractors/Executed the work of central Govt., State Govt.or
any P.S.U.
Sl. Name of works Approxim Earnest Cost of Bid Time of Address of Address of
No. ate Cost Money document Completion Tender Sale Tender
of civil (Rs. in lacs) Office receiving
item
(Rs. in
lacs) only
1 2 3 4 5 6 7 8
2 Sale of Tender 19.01.2015 to 09.02.2015 Submission to tender 10.02.2015 upto 1:00 P.M.
For further details kindly visit our www. Uprnn.com.in or Unit Incharge office, Jhansi Unit ,Jhansi
(Er R.P.Singh)
Unit Incharge
UPRNN LTD. Jhansi Unit
Jhansi
3
2- The Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures
are not accepted.
i) Should have successfully completed similar works during the last Three years ending 31 Mar
2014, as a prime contractor satisfying either of the following.
a) Three similar completed works each costing not less than 40% of Tendered cost.
Or
b) Two similar completed works each costing not less than 60% of Tendered cost.
Or
c) One similar completed work costing not less than 80% of Tendered cost.
Similar work shall mean construction of RCC framed structure / hospital building
ii) Should have had average annual financial turnover should not be less than 40% cost of project
during last three years, ending 31 Mar 2014 ( copy of certificate from CA to be submitted).
iii) Should not have incurred any loss in more than two years during the last five years. Solvency
Certificate from Bankers to be submitted.
iv) Information regarding projects in hand, current litigation, orders regarding exclusion, expulsion
or black listing, if any should be indicated.
3- A Pre-bid conference will be held in the office of Unit Inchagre U.P.R.N.N.Ltd, Jhansi Unit ,Jhansi
,BIET Campus , Kanpur Road, Kochhabhawar, Jhansi for clarifying issues and clearing doubts, if
any.
4- The bids shall remain valid for acceptance for a period of 90 days from the last date of submission of
bids. Bids once submitted cannot be withdrawn.
5- Bidders shall place two separate envelops marked “technical bid” and “financial bid” in outer
envelope.
6- Financial bids shall be opened to those bidders whose bids are Technically qualified and eligible.
[
7- A set of Bidding documents may be purchased from the office of concerned Unit Incharge as
mentioned in column- 4 respectively of the table corresponding to the respective work, between 10:00
am and 5:00 pm on any working day from 19.01.2015 for a non-refundable fee of Rs10000 and
VAT as applicable package work (Total Rs. 10,000/-+Vat@13.5%), for each package in the
form of Demand Draft drawn on any Scheduled Nationalised bank in favour of U.P.R.N.N. Ltd,
Jhansi payable at Jhansi. Interested bidders may obtain further information at the same office from
where the documents are purchased. Bidding documents requested by mail will be dispatched by
registered/ speed post on payment of an extra amount of Rs 200.00 (Rupees two hundred only).
Applications for issue of Bidding documents by post shall be entertained only upto 31.01.2015 The
authority inviting tender will not be held responsible for the postal delay, if any, in the delivery of
documents or non-receipt of the same. Bidding document can also be downloaded from the website
www.uprnn.co.in But its cost, i.e., Rs 10,000.00+VAT as mentioned in Notice inviting tender in the
form of DD drawn on any Nationalised bank in favour of U.P.R.N.N.Ltd, payable at Jhansi will
necessarily be attached with the bid.
8. In case of any discrepancy between the downloaded bid document and that available with the
concerned Unit Incharge, office as mentioned in column-4 the later would be considered authentic.
9. Bids must be delivered to the office of the concerned General Manager as mentioned in column-5 of
the table corresponding to the respective work on or before 1:00 PM Dt 10.02.2015 technical bids
will be opened on the same day, that is, on 10.02.2015 at 3:00 PM, in the office of concerned General
Manager as mentioned in column-5, in the presence of the bidders or their authorised representatives
to attend, in presence of committee constituted by Managing Director, U.P.R.N.N., Lucknow. If the
office happens to be closed on the date of receipt or opening of the bids as specified, the bids will be
received and opened on the next working day, respectively, at the same time and venue, and validity
of bid will be considered from the original date. The date and time opening of financial bid shall be
notified by a notice displayed in the office of concerned General Manager as mentioned in column-5
and by individual notice to the eligibe and qualified bidders. The financial bids shall be opened in the
office of concerned General Manager as mentioned in column-5, in the presence of bidders who wish
to attend.
4
10- Bids must be accompanied with security of the amount specified for the work in the table. i.e.
Rs42.00 Lacs for packageThe Earnest Money may be deposited in the form of Demand Draft of a
Nationalised Bank F.D.R./ C.D.R / N.S.C (payable at Jhansi in favour of U.P.Rajkiya Nirman Nigam
Ltd Jhansi or Bank Guarantee of any Nationalised Bank of the 42.00 lacs in favour of UPRNN Ltd.
wherever applicable.
11- No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative
duties in an Engineering Department of the State / Central Government is allowed to work as a
Contractor for a period of two years after his retirement from Government service, without
Government permission. This contract is liable to be cancelled if either the Contractor or any of his
employees is found any time to be such a person who had not obtained the permission of the
Government as aforesaid before submission of the tender or engagement in the Contractor’s service.
12. Any bidder who is having criminal record is not allowed to participate in the bidding process.
13. Any bidder who is registered with the state Bar Council is not allowed to participate in the bidding
process.
14. Each bidder is required to furnish in the form of an affidavit, on Rs. 100/- Stamp paper that all
information required for evaluation of the bidding capacity of the bidder If any information is found
incorrect or false, the agreement shall be cancelled and the amount deposited shall be for forfeited is
correct. Each bidder is required to satisfy himself about his bidding capacity before submitting his
bid. Bidding capacity will be evaluated as mentioned in section 3. Bids of bidder who do not possess
the required bidding capacity shall not be accepted in any case.
15. Bidder must submit all informations / documents on prescribed proforma with each bid.
16. 1 % Labour Welfare Cess will be reimbursed to Contractor’s the presentation of payment
receipt of the labour department. Otherwise the same shall be deposited to the labour department by
the Nigam directly.
17. Bidding Document’s general conditions of contract can be seen in the office of concerned Project
Manager and concerned General Manager as mentioned in column 4-5. Bidding Documents can also be
downloaded from website :www.uprnn.co.in.
(Er. R.P.Singh)
Unit Inchagre
U.P.Rajkiya Nirman Nigam Ltd.
Jhansi Unit, Jhansi
5
[
[
General Manager
Jhansi Zone
BIET College Campus
Kochhabhawar, Kanpur
Road; Jhansi
A.
SUBMISSION OF TENDER
The Detail of document to be submitted with each envelope is given below:
Envelope marked-1 (Technical Bid)
(i- Earnest money of the value of 16.00 Lacs in the shape of NSC/FDR/CDR/D.D./Bank
Guarantee of Jhansi Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman
Nigam Ltd., Vibhuti Khand, Gomti Nagar, Lucknow. (Appendix – 1)
(ii- Duly filled up Firm’s information appended with the tender. (Appendix – 2)
(iii- List of works satisfactorly completed during the last Three financial years in
Govt./Semi-Govt./Public Sector undertaking and public and private limited
companies along with certificates (Attested copy). (Appendix – 3)
(iv- Proof of liquid assets duly certified by banker as per pre-qualification requirement
(original or attested copy will be entertained). (Appendix – 4)
(v- Latest income tax clearance certificate valid till date (original or attested copy)
clearly indicating turnover of last five assessment years. (Appendix – 5)
(vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Plant for
design mix concrete and quality control lab house to be established at site along with
all necessary tools & plants. (Appendix – 6)
(vii- List of technical staff with their qualification professional experience and length of
the service with the firm in enclosed format. At least one graduate Engineer
supported by necessary technical supervisory staff shall be engaged at site.
(Appendix – 7)
7
(viii- Attested copy of the partnership deed if it is partnership firm and registration
certificate in case of company, sole proprietorship declaration in case of
proprietorship firm. Joint ventures shall not be accepted. (Appendix – 8)
(ix- Authority letter, if firm, in favour of the person who has signed the tender document
with telephone no. and complete postal address. (Appendix – 9)
C. BID PRICES
i. The Contract shall be for the Whole Works, based on the priced Bill of Quantities
submitted by the Bidder.
ii. The Bidder shall adopt the Percentage Rate Method only the same option is allowed
to all the Bidders.
Percentage Rate Method requires the bidder to quote a percentage above/below at
par of the rate of B.O.Q.
1. SCOPE OF WORK
The project involves construction of Type IV Residence Work (Balance Civil Work) .
a) Construction of building with specifications laid under including all material and
labour required, also including the cost of lift elevator.
b) External development with external Plumbing, drainage, development work as per
required for functional of Building .
2. ELIGIBILITY
a) Earnest money of the value of Rs……………. Lacs for work in the shape of
NSC/FDR/CDR/D.D/Bank Guarantee of Nationalized bank duly pledged in favour of
U.P.Rajkiya Nirman Nigam Ltd., Jhansi.
b) Bidder should experienced in the field of construction of projects/Residence
buildings for Govt./P.S.U.’s/R.C.C. framed Structure buildings. Bidders stationed
outside shall have to establish an office in Jhansi with the requisite technical and
supervisory staff stationed.
8
c) The contractors must have completed one project of similar nature (Multistoried
Building on RCC Framed structure) each costing not less than 80% of tendered
amount.
Or
Two projects of similar nature (Multi-Storied Building on RCC Framed structure) each
costing not less than 60% of tendered amount.
Or
Three projects of similar nature (Multi-Storied Building on RCC Framed structure)
each costing not less than 40% of tendered amount.
Similar project work shall mean multistoried Construction of Type IV Residence Work
(Balance Civil Work) . Jhansi project including RCC framed structure technology and
sanitary etc. The intending bidder shall submit certificate of the completion of the
work executed by them indicating there in the scope and cost of works. Works
executed should be furnished in form of annexure-1 appended with the tender
documents.
3. Experience certificate issued by the private firms and private builders
shall not be accounted for.
4. The value of Executed works shall be brought to current costing level by enhancing
the actual value to work at simple rate of 7% per annum; calculated from the date of
completion to last date of receipt of applications for tenders.
a) The minimum annual turnover in any one year should at least 40% tendered cost for
which bid has been invited, during last Three years.
b) The firm should have positive PAT (Profit after Tax) in last three years.
c) All the above parameters have to be supported with the audited balance sheet
certified by CA for last three years.
d) The applicants not fulfilling the above conditions shall summarily be rejected and
shall not be considered for any further evaluation.
e) Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the total bid
value. The available bid capacity will be calculate as under:
Assesses Available bid capacity= (A*N*M-B)
Where
A= Maximum value of civil engineering works executed in any one year during the
last
Five years into taking account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which bids are invited
(Period up to 6 months to be taken as half-year and more than 6 months as one
Year.
M= is taken as 2.5
B= Value, at the current price level, of existing commitments and on-going works to
be completed during the period of completion of the works for which bids are
Invited.
9
Note:- The statements showing the value of existing commitments and on-going works
as well as the stipulated period of completion remaining for each of the works
listed should be countersigned by the Engineer-in-charge, not below the rank of
an Executive Engineer or equivalent.
5. Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
a) Made misleading or false representations in the forms, statements, affidavits and
attachments submitted in proof of the qualification requirements; and/or
b) Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.
c) Participated in the previous bidding for the same work and had quoted
unreasonably high or low bid prices and could not furnish rational justification for
it to the Employer.
6. One Bid per Bidder
Each Bidder shall submit only one Bid for one work. A Bidder who submits
more than one Bid will cause the proposals with the Bidder’s participation to be
disqualified.
7. Pre Bid Meeting:- If Pre-bid meeting is to be held, the bidder or his authorized
representative is invited to attend it, its date, time and venue (address) are given in
tender notice. The purpose of meeting will be to clarify issues. The Bidder is required
to submit any question in writing so as to reach the Employer not later than three
days before meeting. Non-attendance at Pre-bid meeting will be not be a cause for
disqualification for a bidder.
8. GENERAL CONDITIONS OF WORK
All the work shall be carried out as per detailed latest U.P.P.W.D., C.P.W.D,
M.O.R.T.H (Road Wing) instructions issued time to time as per instructions of Engineer-
In-charge and other inspecting officers.
9. EXTENT OF CONTRACT
The contract comprises construction and completion of the specified job and the
provisions of all labour, materials, T & P etc. and transport, temporary works etc.
whether the temporary or permanent in nature required for the construction,
completion and maintenance of the works.
22.AWARD OF CONTRACT
The bidder whose Bid has been accepted will be notified of the award by the
department prior to expiration of the Bid validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter called the “Letter of
Acceptance”) will state the sum that the Employer will pay to the contractor in
consideration of the execution, completion by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the “Contract Price”).
The notification of award will constitute the formation of the Contract, subject
only to the furnishing of a performance security in accordance with the provisions of
Security money.
The security shall be either in the form of Bank Guarantee or fixed deposit Receipts,
pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Vibhuti Khand, Gomti Nagar,
Lucknow from a Nationalized Bank.
Failure of the successful Bidder to comply with the requirements security money
shall constitutes sufficient grounds for cancellation of the award and forfeiture of the
Earnest Money. He also be debarred from participating future bids under U.P.Rajkiya
Nirman Nigam Ltd., Vibhuti Khand, Gomti Nagar, Lucknow.
13
24.EXECUTION OF AGREEMENT
Successful bidder shall have to execute an agreement on stamp paper of value as
applicable, through its authorized representative within two week from date of receipt
of acceptance letter/ work order. The Agreement will incorporate all agreements
between the Employer and the successful Bidder after the performance security is
furnished. Required stamp duty for the contract deed will be borne by the contractor.
28. VARIATIONS
a) The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the Works
he considers necessary or advisable during the progress of the Works. Such Variations
shall form part of the Contract and Contractor shall carry them out and include them in
updated Programmers produced by the Contractor. Oral orders of the Engineer for
various Variations, unless followed by the written confirmation, shall not be taken into
account.
b) If rates for variation items are specified in Bill of Quantity, the Contractor shall carry
out such work at the same rate. This shall apply for variation only up to the limit
prescribed in the contract data. If the variation exceeds this limit, the rates shall be
14
derived under the provision of clause- c for quantities (higher or lower) exceeding the
deviation limit.
iii. If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall
derive the rate from similar items in the Bill of Quantities.
c) If the rate for Variation item cannot be determined in the manner specified in Clause
a or b, the Contractor shall, within 14 days of the issue of order of variation work, inform
the Engineer the rate which he proposes to claim, supported by analysis of the rates. The
Engineer shall assess the quotation and determine the rate based on prevailing market
rates within one month of the submission of the claim by the Contractor. As far as
possible, the rate analysis shall be based on the standard data book and the current
schedule of the rates of the district public work division. The decision of the Engineer on
the rate so determined shall be final and binding on the Contractor.
29. PROGRAMME AND RETURNS TO BE FURNISHED
As soon as practicable, but not later than 7 days after the acceptance of his tender,
the contractor shall submit to the Engineer-In-charge for his approval, a time schedule,
to carry out works and methodology of carrying out work. The contractor shall
whenever required by the Engineer-in-charge, furnish for his information arrangements
for carrying out the work. The submission to and approval by Engineer-in-charge of such
program or furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contracts. In addition, the contractor shall have to
furnish returns of work done by him, as may be directed by the Engineer-in-charge from
time to time. All labour lows enforced by the up Govt/Central Govt. will be applied to
the contractor.
30. EMPLOYMENT OF LABOUR
The contractor shall submit a daily report to the Engineer-in-charge regarding the
total labour employed by him for the work and shall be bound to pay wages which shall
not less than the wages fixed under Minimum Wages Act. All labour laws enforced by
the U.P. Government / Central Government will be applied to the contractor.
32. EXECUTION
The contractor shall have to execute various items of works strictly according to the
order and time schedule approved by the Engineer-in-charge. Materials will also be
tested as per required frequency of tests.
15
borne by the contractor and nothing extra shall be paid on this account. Regular quality
control test registers shall be maintained by the contractor.
The contractor shall be responsible for all injury to the work or workmen to
persons or things and for all damages to the structure.
The contractor shall reinstate all damage of every sort mentioned in this clause, so as
to deliver the whole of the contract works complete and perfect in every respect and
so as to make good or otherwise satisfy all claims for damages to the property or third
parties.
The contractor shall effect the insurance necessary and indemnify the Employer
entirely from all responsibilities in this respect. The insurance must be placed with a
company of repute with scope of insurance to include all damages or loss.
[
46. TERMINATION
1) The Employer may terminate the Contract if the Contractor causes a fundamental
breach of the Contract.
2) Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
a) the contractor stops work for 28 days when no stoppage of work is shown on
the current Programme and the stoppage has not been authorized by the
Engineer;
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation.
48. ARBITRATION
All disputes or differences of any kind what so ever which shall at any time rise
between the parties shall after written notice by either party to the contract to the
other of them and to the U.P.R.N.N. herein after mentioned be referred for
adjudication to a sole arbitrator to the appointed as herein after provided.
For the purpose of appointing the sole arbitrator referred to above, the employer
will send within 30 days of receipt of the notice, to the contractor a panel of three
18
names of persons who shall be presently unconnected with the organization for which
the work is executed.
The contractor shall on receipt of the names as aforesaid; select any one of the persons
named to the appointed, as a sole arbitrator and communicate his name to the
employer within 30 days of receipt of the name. The employer shall their upon without
any delay appoint the set person Sole Arbitrator. If the contractor fails to communicate
such selection as provided above within the period specified, the competent authority
shall make the selection and appoint the selected person as the Sole Arbitrator.
The award of the arbitrator shall be final and binding on both the parties. The fees
and other costs, if any, of the arbitrator shall, if required to be paid before the award is
made and published, be paid half and half by each of the parties.
If any dispute arises between parties to the Contract it shall be under the
jurisdiction of Civil Court at Lucknow (Procedure for resolution of dispute exist in
general conditions of contract clause 25.1 to 25.7).
PROFORMA’S
FOR
TECHNICAL BID
20
Appendix - 1
2. Bank
Guarantee Amount
Bank Guarantee no
Name and Address of
Issuing Branch and Date
Signature of Bidder
21
Appendix - 2
General Information
1) Name of the firm
2) Address
3) Contact Person
Phone
Fax
E-mail
Cell Phone
4) Place and year of incorporation of the firm
a) Class
b) State
c) Date of Registration
d) Validity
7) Constitution of the firm (Pvt. Ltd., Public, Proprietary etc.)
d. Telephone
Fax
E-mail
Mobile
e. Qualification
f. Experience in years as well as projects (attached C.V)
g. Age
Signature of Bidder
22
Appendix - 3
Signature of Bidd
Appendix - 4
Format for availability of Credit Facilities
BANK CERTIFICATE
This is to certify that
M/S ………………………………………………………………………………………………. is a reputed
Company with a good financial Standing.
If the contract for the work namely……………………………..
………………………………….overdraft/Credit facilities to the extent of
Rs …………………………………………………. to meet their working capital requirements for
executing the above Contract.
Appendix - 5
Financial Information
1) Turnov
er for the last five years (Civil Engineering Works)
Sl. No. Year Turnover (Rs. In lacs) Remarks
3 2011-12
4 2012-13
5 2013-14
Enclose certificate from the concerned Officer not below the rank of Chief
Account Officer/Finance controller in the case of Govt. or from Chartered
Accountant in the case of Private Organizations.
Signature of Bidder
25
Appendix - 6
Details of Machinery and Equipment owned
Signature of Bidder
26
Appendix- 7
Signature of Bidder
27
Appendix- 8
SIGNATURE OF BIDDER
28
Appendix- 9
Authority letter, if firm, in favour of the person who has signed the tender
document with telephone no. and complete postal address.
SIGNATURE OF BIDDER
29
Appendix-10
Standard Form of Agreement
Notes on Standard Form of Agreement
The Agreement should incorporate any corrections or modifications to the Bid resulting
from correction of errors
Agreement
In witness whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
The Common Seal of
Appendix-11
Form of Bid
Notes on Form of Bid
The Bidder shall fill in and submit this form with the Bid.
………………………..Date
2. We undertake to commence the work on receiving the notice to proceed with work in
accordance with the contracts documents.
3. This Bid and your written acceptance of itself constitute a bidding contract between us. We
understand that you are not bound to accept the lowest or any bid you receive.
We hereby confirm that this bid complies with the bid ability and earnest money required
by the bidding documents and specified in the appendix to ITB.
Authorized
Signature:………………………………………………………………………………………………………………….
Name of Title of Signatory………………………………………………………………………………………………………….
Name of Bidder………………………………………………………………………………………………………………………….
Authorized Address of Communication:……………………………………………………………………………………..
…………………………………………………………………………………………………………………………………………………..
………………………………………………………………………………………………………………………………………………….
Telephone No. (s):(office):………………………………………………………………………………………………………….
Mobile No :…………………………………………………………………………………………………………………………………
Facsimile (FAX)
No.:…………………………………………………………………………………………………………………….
Electronic Mail Identification (E- Mail ID)…………………………………………………………………………………...
32
Appendix-12
OFFICE OF THE PROJECT MANAGER
…………………………………………….Unit,
District………………………………………..
No……………………………….. Dated……………………………
LETTER OF ACCEPTANCE
To,
M/s…………………………………………..
…………………………………………………
…………………………………………………
Project Manager
………………………………………Unit,
District…………………………………
No. & Dated as above
Copy of G.M. …………………………………………………………………….for information and necessary
action.
Project Manager
………………………………………Unit,
District…………………………………
33
Appendix-13
To,
………………………………………………..
…………………………………………………
…………………………………………………
Dear Sir,
Pursuant to your furnishing the requisite performance security as stipulated in ITB
Clause and signing of the contract for the construction of
………………………………………………………
For Distt. …………………………………………………………………..you are hereby instructed to proceed
with
The execution of the said work in accordance with the Contract documents.
Your’s faithfully
Project Manager
………………………………………Unit,
District…………………………………
34
Appendix-14
(d) Form of unconditional Bank guarantee for advance payment.
BANK GUARANTEE FOR ADVANCE PAYMENT
To,
Project Manager,
………………………………………Unit,
District………………………………….
Gentiemen :
In accordance with the provisions of general conditions of Contract , clause 45
(“Advance Payment”) of the above mentioned contract,
……………………………………………………………………………..……………………………………………………………………
[Name and addresses of contract] (hereinafter called “the Contractor) shall deposit with
performance under the said clause of the contract in the amount of
………………………………………….[amount of guarantee’]
…………………………………………………………………………………[in words].
We, the ……………………………………………..[bank or financial institution], as instructed by
the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and
not as Surety merely, the payment to …………………………………………………………………..[Name of
Employer]on his first demand without whatsoever right of objection on our part and
without his firstclaim to the contract, in amount not exceeding
………………………………………………………………………….[amount of
guarantee]*…………………………………………………… .
We further agree that no change or addition to or other modification of the term of
thecontract or of works to be performed there under or of any of the contractor documents
whichmay be released us from any liability under this guarantee, and we hereby waive notice
of anysuch change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the contract until ………………………………………………………………………………[Name of
Employer]receives full repayment of the same amount from the Contractor.
Your truly,
Signature and seal : ……………………………………..
Name of Bank/Financial Institution : …………….
Addresses : ……………………………………………………
Date : …………………….
Appendix-15
Date of Expiry:
Dear Sir,
M/s………………(Tender Name and Address)…………..wish to submit their bid for award of work for
Construction of Type IV Residence Work (Balance Civil Work),Jhansi per prescribed terms and
conditions of the tender document, and is due for submission by……………2015. The Tender conditions
require the intending tenderer to submit a sum of Rs.42 Lacs as DD/CDR/NSC and rest amount in the
shape of Bank Guarantee as Earnest Money Deposit. This includes Bank Guarantee executed by
Nationalized Bank, on behalf of Intending Tenderer, undertaking full responsibilities to indemnify the
U.P. Rajkiya Nirman Nigam Ltd., Lucknow in case of default of the prescribed terms and conditions of
the said Tender.
M/s………………(Tender Name and Address)…………..has, in view of the above, approached us and at their
request and in consideration of the promises, we,…………..(Bank Name) having our office
at………………..(Address)……………have agreed to give such guarantee as hereunder mentioned:-
2. We,…………(Name of Bank)………., do hereby undertake to pay the amounts due and payable
under the Guarantee without any demur, merely on demand from the U.P.Rajkiya Nirman
Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused to
or would be caused to or suffered by the Nigam by reason of breach by the said bidder of any
of the terms and conditions submitted by the bidder or by reason of failure to perform the said
commitment. Any such demand made of the Bank shall be conclusive with regard to the
amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. ……………………….. .
36
3. We undertake to pay the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand,
Gomti Nagar, Lucknow any money so demanded not withstanding any dispute or disputes
raised by the bidder in any suit or proceeding pending before any court or tribunal relating
thereto or liability under this present being absolute and unequivocal. The payment so made by
us under this bond shall be valid discharge of our liability for payment thereunder and the
bidders shall have no claim against us for making such payment.
4. We,…………(Name of Bank)………., further agree that guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the said
commitment and for any liability which may arise during its legal validity. It shall continue to be
enforceable till all the dues of the Government under or by virtue of the said commitment have
been fully paid and its claims satisfied or discharged or till U.P.Rajkiya Nirman Nigam Ltd, Gomti
Nagar, Lucknow certifies that the Terms & Conditions of the said commitment have been fully
and properly carried out by the said bidder and accordingly discharges this guarantee. Unless a
demand or claim under this Guarantee is made on us in writing on or before……….., we shall be
discharged from all liabilities under this guarantee thereafter.
6. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or changes in the constitution or insolvency of the said bidder but shall
in all respects and for all purposed be binding and operative until payment of all money due to
you in respect of such liabilities is paid.
7. This guarantee will not be discharged due to the change in constitution of Bank.
8. We,…………(Name of Bank)………., lastly undertake not to revoke this guarantee during the
currency except with the previous consent of the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya
Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow in writing.
Yours faithfully,
……………………Bank
By its Constituted Attorney
Dated:………………….
37
1. Definitions
1.1 Terms
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
The Completion Date is the date of completion of the Works as certified by the Engineer, in
accordance with Clause 48.1
The Contractor is a person or corporate body whose Bid to carry out the Works, including
routine maintenance, has been accepted by the Employer.
The Contractor’s Bid is the completed bidding document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days, months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability
Period has ended and upon correction of Defects by the Contractor.
The Defects Liability Period is one year’s calculated from the completion Date.
Drawings include calculations and other information provided or approved by the Engineer for
the execution of the Contract.
The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including
routine maintenance. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions.
The Engineer is the person/ any other competent person appointed by the Employer and
notified to the Contractor, to act in replacement of the Engineer who is responsible for
supervising the execution of Works and administering the Contract.
Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date may be revised only by the Engineer by
issuing an extension of time.
Materials are all supplies, including consumables, used by the Contractor for incorporation in
the Works.
38
Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,
chemical, or biological function.
Site Investigation Reports are those that were included in the bidding documents and are
reports about the surface and subsurface conditions at the Site.
Specifications means the Specification of the Works included in the Contract and any
modification or the addition made or approved by the Engineer.
The Start Date is given in the Contract. It is the date when the Contractor shall commence
execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.
A Sub-Contractor is a person or corporate body who has a Contractor to carry out a part of the
construction work in the Contract, which includes work on the Site.
Temporary Works are works designed, constructed, installed and removed by the Contractor
that are needed for construction or installation of the Works.
5. Delegation
5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other people, after notifying the Contractor, an d may cancel any delegation
after notifying the Contractor.
6. Communications
6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/
Engineer shall be sent on the address or contact details given by the contractor in section 6-
Form of Bid. The address and contact details for communications with the Employer/Engineer
shall be as per the details given Contract Data to GCC. Communications between parties that
are referred to in the conditions shall be in writing. The Notice sent by facsimile (fax) or other
electronic means shall be effective on confirmation of the transmission. The Notice sent by
Registered post or Speed post shall be effective on delivery or at the expiry of the normal
delivery period as undertaken by the postal service.
7. Subcontracting
7.1 The contractor may subcontract part of the construction work with the approval of the
Employer in writing, upto 25% of the contract price but will not assign the Contract.
Subcontracting shall not alter the contractor’s obligations.
7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting
any part of the work during execution of the works, because of some unforeseen
circumstances to enable him to complete the work as per terms of the contract, the Employer
will consider the following before according approval:
a) The Contractor shall satisfy himself before recommending to the employer whether
b) The Contractor shall not sub-contract any part of the work without prior consent of the
Employer. Any such consent shall not relieve the contractor from any liability or obligation
under the contract and he shall be responsible for the acts, defaults and neglects of any his
sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of
the Contractor, his agents and workmen.
7.3 The Engineer should satisfy himself before recommending to the Employer whether
a) The circumstances warrant such sub-contracting: and
40
b) The sub-contractor so proposed for the work possess the experience, qualification and
equipment necessary for the job proposed to be entrusted to him in proportion of the
Quantum of works to be sub-contracted.
8. Other Contractors
7.1 The contractor shall co-operate and share the site with other contractors. Public
authorities utilities, and the employer between the dates given in the schedule of other
contractors, as referred to in the contract data. The contractor shall also provide facilities and
services for them as described in the schedule. The employer may modify the schedule of
other contractor, and shall notify the contractor of any such modification.
7.2 The contractor should take up the work in convenient reaches as decided by the Engineer
to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles
and equipment of other contractors till the completion of the works.
9. Personnel
9.1 The contractor shall employ for the construction work and routine maintenance the
technical personnel named in the Contract Data or other technical persons approved by the
Engineer. The Engineer will approve any proposed replacement of technical personnel only if
their relevant qualifications and abilities are substantially equal to or better than those of the
personnel stated in the Contract Data.
9.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the
person leaves the Site within seven days and has no further connection with the Works in the
Contract.
9.3 The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the State Government and has either not completed two years
after the date of retirement or has not obtained State Government’s permission to
employment with the Contractor.
specifications. The contractor shall deploy the equipment and machinery a given in Contract
Data.
17. The Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Programme submitted by the Contractor, as
updated with the approval of the Engineer, and complete them by the Intended Completion
Date.
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly discovered on
the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall handover complete or part possession of the site to the Contractor 7
days in advance of construction programme. At the start of the work, the employer shall
handover the possession of at-least 75% of the site.
22. Access to the Site
22.1 The Contractor shall allow access to the Site and to any place where work in connection
with the Contract is being carried out, or is intended to be carried out to the engineer and any
person/persons/agency authorized by:
a. The Engineer
b. The Employer
23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the
applicable laws where the Site is located.
24. Dispute Redressal System
24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or
arising out of this Contract or the execution of Works or maintenance of the Works there
under, whether before its commencement or during the progress of Works or after the
termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred
43
for settlement to the competent authority, described along with their powers in the Contract
Data, above the risk of the Engineer,
The competent authority shall within a period of a forty-five days after being requested in
writing by the Contractor to do so, convey his decision to the Contractor. Such decision in
respect of every matter so referred shall, subject to review as hereinafter provided, be final
and binding upon the Contractor. In case the Works if already in progress, the Contractor shall
proceed with the execution of the Works, including maintenance thereof, pending receipt of
the decision of the competent authority as aforesaid, with all due diligence.
24.2 Either party will have the right of appeal, against the decision of the competent
authority, to the arbitration if the amount appealed exceeds rupees one lakh.
25. Procedure for Resolution of Disputes
25.1 The Competent Authority mentioned in clause 24.1 shall give a decision in writing within
45 days of receipt of a notification of a dispute.
25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28
days of the Competent Authority’s written decision Arbitration shall be under the Arbitration
and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28
days, the Competent Authority’s decision will be final and binding.
25.3 The Arbitration shall be conducted in accordance with the following procedure, in case
Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who
has bid under ICB:-
a) In case of a decision of the Competent Authority in a dispute or difference arising
between the Employer and a Contractor relating to any matter out of or connected
with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral
Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer
and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the parties and shall act as presiding Arbitrator. In case of failure of the
two Arbitrators appointed by the parties to reach upon a consensus within a period
of 30 days from the appointment of the Arbitrator appointed subsequently, the
Arbitrator shall be appointed by the Chairman of the Executive Committee of the
Indian Roads Congress.
b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above
within 30 days after receipt of the notice of the appointment of its arbitrator by the
other party, then the Chairman of the Executive Committee of the Indian Roads
Congress shall appoint the arbitrator.
A certified copy of the order of the Chairman of the Executive Committee of
the Indian Roads Congress, making such an appointment shall be furnished to each of
the parties.
c)The decision of the majority of arbitrators shall be final and binding upon both parties.
The cost and expenses of Arbitration proceedings will be paid as determined by the
Arbitral Tribunal. However, the expenses incurred by each party in connection with
the preparation, presentation etc. of its proceedings as also the fees and expenses
paid to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself.
25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore
and below, disputes and differences in which an Adjudicator has given a decision shall be
referred to a sole Arbitrator. The sole Arbitrator would be appointed by the agreement
44
between the parties; failing such agreement within 15 days of the reference to arbitration, by
the appointing authority, namely the Chairman of the Executive Committee of the Indian Road
Congress.
25.5 Arbitration proceedings shall be held at_Lucknow(U.P.), India, and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be English.
25.6 Performance under the contract shall continue even after references to the arbitration
and payments due to the contractor by the Employer shall not be withheld, unless they are the
subject matter of the arbitration proceedings.
25.7 If any dispute arises between parties to the Contractor it shall be under the jurisdiction
of Civil Court at Lucknow.
B. TIME CONTROL
26. Programme
26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer
for approval a Programme showing the general methods, arrangements, order and timing for
all the activities in the Works, along with monthly cash flow forecasts for the construction of
works.
26.2 The Contractor shall submit the list of equipment and machinery being brought to Site,
the list of key personal being deployed, the list of machinery/equipments being placed in field
laboratory and the location of field laboratory along with the programme. The Engineer shall
cause these details to be verified at each appropriate stage of the programme.
26.3 An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes of the sequence of the activities.
26.4 The Contractor shall submit to the Engineer for approval an update programme at
intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor
does not submit an updated programme within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue programme
has been submitted.
26.5 The Engineer’s approval of the programme shall not alter the Contractor’s obligations.
The contractor may revise the programme and submit it to the engineer again at any time. A
revised programme shall show the effect of variations and compensation events.
27. Extension of the intended completion date.
27.1 The Engineer shall extend the intended completion date if a compensation event occurs
or a variation is issued which makes it impossible for completion to the achieved by the
Intended Completion Date without the Contractor taking steps to accelerate the remaining
Works, which would cause the Contractor to incur additional cost.
27.2 The Engineer shall decide whether and by how much time to extend the Intended
Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the
effect of a compensation event or variations and submitting full supporting information. If the
Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be
considered in accessing the new Intended Completion Date.
45
29.2 The Engineer shall record the business of management meetings and provide copies of
the record to those attending the meeting. The responsibility of the parties for actions to be
taken shall by the Engineer either at the management meeting or after the management
meeting and stated in writing to all those who attended the meeting.
C. Quality Control
30. Identifying Defects
30.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test any work that the
Engineer considers may have a Defect.
31. Tests
31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall
establish field laboratory at the location decided by the Engineer. The field laboratory will have
minimum equipments as specified in the Contract Data. The contractor shall be solely
responsible for :
a. Carrying out mandatory tests prescribed in the Specifications, and
b. For the corrections of the test results, whether performed in his laboratory or
elsewhere.
31.2 If the Engineer instructs the Contractor to carry out a test not specified in the
Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows
that it does, the Contractor shall pay for the test and any samples.
32. Correction of Defects noticed during the Defect Liability Period for one year.
32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall
be extended for as long as Defects remain to be corrected.
32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.
32.3 The RFI system will be followed for execution of work.
33. Uncorrected Defects
33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period
under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer,
within all time specified in the Engineer’s notice, the Engineer will assess the cost of having the
Defect corrected, and the Contractor will pay this amount, on correction of the Defect.
46
D. Cost Control
34. Bill of Quantities
34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning, maintaining works, and lump sum figures for yearly routine maintenance for
each of the five years separately to be done by the Contractor.
34.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for
the quantity of the work done at the rate in the bill of quantities for each item for the
construction of roads. The payment to the Contractor is performance based for routine
maintenance of roads.
35. Variations
35.1 The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the Works he
considers necessary or advisable during the progress of the Works. Such Variations shall form
part of the Contract and Contractor shall carry them out and include them in updated
Programmes produced by the Contractor. Oral orders of the Engineer for various Variations,
unless followed by the written confirmation, shall not be taken into account.
e. The Value of work executed shall also include the valuation of variations and
compensation events.
f. The Engineer may exclude any item certified in the previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
g. The Payment of final bill shall be governed by the provisions of clause 50 of G.C.C.
39. Payments
39.1 Payment shall be adjusted for deductions for advance payments, security deposits, other
recoveries in terms of the contract and taxes at source as applicable under the law. The Engineer
shall pay the Contractor the amounts he had certified within 15 days of the date of each
certificate.
39.2 The Employer may appoint another authority, as specified in the Contract Data (or any
other competent person appointed by the Employer and notified to the Contractor) to make
payment certified by the Engineer.
39.3 Items of the work for which no rate or price has been entered in the Bill of Quantities,
will not be paid for by the Employer and shall be deemed covered by other rates and prices in
the Contract.
42. Currencies
All payment will be made in Indian Rupees.
43. Security Deposit/Retention and Release of Performance Security and Security
Deposit/Retention
43.1 The Employer shall retain security deposit of 5% of the amount from each payment due
to the Contractor until completion of the whole of the construction work. No security deposit/
retention shall be retained from the payments for the routine maintenance of works.
43.2 On the completion of the whole of the construction work half the total amount retained
are security deposit is repaid to the contractor and half when the Defect Liability Period has
passed and the Engineer has certified that all the Defects notified by the Engineer to the
Contractor before the end of this period have been corrected.
43.3 The additional performance security for unbalanced bid as detailed in clause 51 of
conditions of Contract is repaid to the Contractor when the construction work is complete.
48
43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions
of Contract is repaid to the Contractor when the period of one years fixed or defect liability
period is over and the Engineer has certified that the Contractor has satisfactorily carried out the
works.
43.5 If the Contractor so desires then the security deposit can be converted into any interest
bearing security of schedule, commercial Bank in the name of the Employer or National Savings
certificate duly pledged in favour of Employer for Defect Liability Period.
shall be restored to the Contractor by adjustment in the next payment certificate. The total
amount of liquidated damages shall not exceed the amount defined in the Contract Data. The
Employer may deduct liquidated damages from payments due to the Contractor, payment of
liquidated damages shall not affect the Contractor’s other liabilities.
44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the
Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting
the next payment certificate.
(i) For new plant and machinery 5% of the tendered value , or 90% of the price of such
new plant and machinery paid by the contractor {for which he shall produce
satisfactory evidence to the Engineer in charge} which ever is lower.
(ii) For second hand used plant and machinery 5% of the tendered value , or 50% of the
depreciated value of the plant and machinery { as may be decided by the Engineer in
charge} whichever is lover. The contractor if so required by the Engineer in charge, shall
submit the statement of value of such old plant and machinery duly approved by a
registered value recognized by the Central Board of Direct Taxes under the Income Tax
Act 1961.
3 No such advance shall be paid on any plant and machinery of perishable nature or of
value less than Rs. 50.000.
4 75% of such amount of advance shall be paid after the plant and machinery is brought
to the site and balance 25% on their successful commissioning.
5 The recovery should be commenced after 10% of work is completed and the entire
amount together with interest shall be recovered by the time 80% of the work is
completed.
6 The contractor shall be at liberty to take away the plants and machinery after the
advance (s) along with the interest due on it (them) is (are) realized by the Department,
and in the opinion of the Engineer in charge they are not required at site for the
execution of the balance items of work.
(C)Secured advances
1. Secured Advance on the security of materials brought to site may be made to the
contractors for items which are to be used on work.
2. The Divisional Officers can sanction the secured advance up to an amount not exceeding
90% of the value of the materials as assessed by the Engineer in charge or an amount
not exceeding 90% of the material element cost in the tendered rate of the finished
item of work whichever is lower.
3. A formal agreement should be drawn up with the contractor under which Government
secures a lien on the materials and is safeguarded against losses due to the contractor
postponing the execution of the work or due to shortage or misuse of the materials and
against the expense entailed for their proper watch and safe custody.
4. Payment of such advance should be made only on the certificate of an officer not below
the rank of sub-Divisional Officer that:
i— The quantities of materials for which the advances are made have actually been
brought to site.
ii— Full quantities of the materials for which the advances are made have actually been
brought to site .for use on items of work for which rates for finished work have
been agreed upon.
iii— The quality of materials is as per the specifica.
(5) Recoveries of advances so made should not be postponed until whole of the work
entrusted to the contractor is completed. They should be made from his bills for work
done as the materials are used the necessary deductions being made whenever the
items of work in which they are used are billed for.
(6) Secured advance shall be granted only for non –perishable items. in can however be
granted for perishable items after the contractor indemnifies the Government through
ab insurance cover The Unit Incharge Officer shall identify whether an item is perishable
or not.
50
(2) Advance payments for work done but not measured should be made on bill Form no. CPWA 26,
and the same be classified in the works accounts under suspense Sub-Head “Advance
Payments”.
No such payment must be made on Hand Receipt.
(C) Advance payment to private firms/autonomous bodies for chemical analysis and testing of
materials
(1) A list of laboratories for chemical analysis and testing shall be approved by the General Manager.
Advance payment may be made by the Unit Incharge to an enlisted laboratory, and for this
purpose no further approval shall be necessary.
(2) The amount of advance shall be drawn on a simple receipt and accounted for under the final
head to which the expenditure on services in question would be debited.
47 Revised cost of the Project
Presently the Rate & Quantity of the items in B.O.Q of the Tender are based on technical
sanction of the Project. If revised estimate of the project will be sanction by the U.P. Government on
the recommendation of EFC for Complete the project. The same will be payable to the contractor as
per revised technical sanction based on revised sanction of the project and terms &condition/LOI &
Agreement. No Claim will entertain without sanction revised estimate by U.P Govt.
48 TIME OF COMPLETION
The entire works to be completed within 09 months from the date of issue of work order including
rainy season. The extension of time of shall be permitted as per CPWD norms if, required
(2)Performance guarantee
(i) The successful tenderer, hereafter referred to as the contractor, shall deposit an amount
equal to 5% of the tendered and accepted value of the work as performance guarantee in
the following forms:
52
(i). Deposit at Call Receipt // Bankers cheque / Demand Draft(D.D.) of nationalized Bank the
favour of U.P.Rajkiya Nirman Nigam Ltd. Jhansi Unit , Jhansi
(ii). Fixed Deposed receipt (FDR) of the nationalized Bank in the favour of U.P.Rajkiya Nirman
Nigam Ltd. Jhansi Unit , Jhansi
(iii) An Irrevocable bank guarantee should be any nationalized Bank in prescribed form given in
Annexure.
(iv). The time allowed for submission of the performance guarantee by the contractor shall be
deposite of U.P.Rajkiya Nirman Nigam Ltd. Within 15 days of issue of the letter . This period
can be further extended, if required, by the Engineer-in-charge for a maximum period 7days
at the written request of the contractor.
(3)Security deposit
(i) The security deposit shall be collected by deductions from the running bill of the contractors
at the rate mentioned below, and the earnest money that is deposited at the time of tender,
shall be treated as part of the security deposit. The security deposit in the form of
Government Securities, Fixed Deposit Receipts etc. Earnest money shall be adjusted first in
the security deposit and further recovery of security deposit shall commence only when the
upto date amount of security deposit starts exceeding the earnest money.
(ii) A sum @ 5% of the gross amount of the bill shall be deducted from each running bill of the
contractor,till the sum along with the sum already deposited as earnest money amounts to
security deposit @5% of the tendered amount of the work. Such deductions shall be made
unless the contractor hasdeposited the amount of security at the rate mentioned in cash or
Government securities or Fixed Deposit Receipts. This is in addition to the performance
guarantee that the contractor is required to deposit as per para 46(2).
(3) Security deposit can be released against bank guarantee issued by a schedule bank on its
accumulation to a minimum amount of Rs. 5 lakhs subject to the condition that amount of
any bank guarantee except last one, shall not be less than Rs. 5 lakhs.
(4) The Bank Guarantee submitted against Security Deposit shall initially be valid up to the
stipulated date of completion of the work ( 09 Month) plus 01 year maintenance period
which shall be extended further time to time depending upon extension of contract granted
under provisions of E/I. The Bank Guarantee submitted against Earnest Money shall also be
extended as above.
50 Cost of Repairs
50.1 Loss or Damage to the works or Materials to be incorporated in the Works between
the Start Date and the end of the Defects Corrections Periods shall be remedied by
the Contractor at his cost if the loss or damage arises from the Contractor’s acts or
omissions.
E. Finishing the Contract
51 Completion of Construction and Maintenance
51.1 The Contractor shall request the Engineer to issue a certificate of Completion of the
construction of the works, and the Engineer will do so upon deciding that the work
is completed.
52 Taking Over
The Employer shall take over the works within 7 days of the Engineer issuing a
certificate of Completion of Works.
53 Final Account
53.1 The contractor shall supply the Engineer with a detailed account of the total amount
that the contractor considers payable for works under the contract within 21 days of
issue of certificate of completion of construction of work. The Engineer shall issue a
53
Defect Liability Certificate and certify any payment that is due to the correct and
complete. If the account is not correct and complete, the Engineer shall issue within
42 days a schedule that states the scope of corrections or additions that are
necessary. If the account is still unsatisfactory after it has been resubmitted, the
Engineer shall decide on the amount payable to the contractor and issue a payment
certificate within 28 days of receiving the Contractor’s revised account. The payment
of final bill for construction of works will be made within 14 days thereafter.
57 Property
57.1 All Materials on the Site, Plant, Equipment, Temporary works, and works shall be
deemed to be the property of the Employer for use for completing balance
construction work if the contract is terminated because of the Contractor’s default,
till the works is completed after which it will be transferred to the contractor and
credit, if any, given for its use.
58 Releases from Performance
58.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely
outside the control of the Employer or the Contractor, the Engineer shall certify that
the Contract has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which a
commitment was made.
notifications and by laws of the State or Central Government or local authorities and
any other labour law(rules), regulations, bye laws that may be passed or notification
that may be issued under any labour law in future either by the State or the Central
Government or the local authority. Salient features of some of the major labour laws
that are applicable to construction industry are given in appendix to part 1st general
conditions of contract. The Contractor shall keep the employer indemnified in case
any action is taken against the employer by the competent authority on account of
contravention of any of the provisions of any act or rules made their under,
regulations or notification including amendments. If the Employer is caused to pay or
reimburse, such amount as may be necessary to cause or observe, or non-observance
of the provisions stipulated in the notification/bye laws/acts/rules/regulations
including amendments, if any, on the part of contract, the Engineer/Employer shall
have the right to deduct any money due to the contractor including his amount of
performance security. The Employer/Engineer shall also have right to recover from
the contractor’s any sum required or estimated to be required for making good the
loss or damage suffered by the Employer.
The Employees of the Contractor and the sub-contractor in no case shall be treated
as the employs of the Employer at any point of time.
64 Any Bidder who is an advocate and Registered with any State Bar Council shall not be
allowed to participate in the bidding. If it is stabilized that contractor is registered with
the State Bar Council, his bid shall be automatically cancelled.
65 Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer
before standing of work and submit No Objection Certificate from Chief Fire Officer
after completion of work.
66 Contractor shall obtain No Objection Certificate from Director Electrical Safety before
energisation of the building.
67 Contractor shall establish and maintain a site office under his authorized
representative/ Technical staff. All relevant documents shall be kept in the site office.
68 Contractor shall make his own arrangement for light (Electricity) and water supply
during course of construction.
SPECIAL CONDITION
1-No claim shall be entertained due to variation in quantities of B.O.Q.
2- Any other condition, which have not been mentioned it the tender documents, will
be apply on the contractor as per circulars / G.O. applicable from time to time by
CPWD/ UPPWD norms/ C.V.C. Guidelines.
3- If any material available at the work site, the cost of the material will be recovered
from the contractor bill on the basis of actual purchased cost of material.
4- The quantities of B.O.Q. may vary +/- 25%.
5- Extra items shall be sanctioned, with in the sanctioned cost of the estimate, if
required and the same shall be compensated from the savings of the items of the
sanctioned estimate, if any
6- For completing the project if revised estimate will be sanctioned by the U.P. Govt. on
the recommendation of E.F.C. The same will be payable to the contractor as per terms
& conditions of L.O.I./Agreement.
58
SPECIFICATIONS
59
Specifications
All works shall be carried out as per detailed U.P.P.W.D. and C.P.W.D.
specifications, unless otherwise specified and as per directions of Engineer-in-charge.
Unit Incharge
………………………………………Unit,
District…………………………………
60
44 Glazed Vitrified Tiles Rectified (Pure Kajaria,Nitco, Johnson, Naveen, Orient & Asian,
Matt Finish)
45 Glazed Vitrified Tiles Rectified (Satin Kajaria,Nitco, Johnson, Naveen, Orient & Asian,
Finish)
46 Glass including high performance Saint Gobain, Modi Guard & AIS
thermal glass
47 Brass Locks Dorset, Crust, Kich & Godrej
48 12 mm Particle Board Novapan, Kitply, greenply,Euro
49 19 mm Block Board Century, Green Ply & Archid
50 Poly Corbonate Sheet GE
51 Acoustical Wall Paneling Armstrong / Anutone
52 Silicon Sealant Dow Coming, GE & 3M
53 Glass Wool Twiga, Rockwool
54 Stainless Steel Hand Rail System Dorset, Crust, Kich, Dorma & Ozone
55 Stainless Steel Pull Handle Dorset, Crust, Kich, Dorma & Ozone
56 Wall Putty Birla Care & JK White
57 Ceramic Wall Tiles for Dedo Nitco, Johnson, Naveen, Orient, Asian & Kajaria
58 W.C., EWC, Wash Basin, Urinal & Hindware, Parryware & Jaguar
Urinal Divition Plates
59 Health Shower, Taps, Jet Spray Jaguar, Moen & Marc
Brick work with common burnt clay F.P.S. (non modular) bricks
of class designation 7.5 in superstructure above plinth level up
1 to floor V level in all shapes and sizes .
6.4.2 Cement mortar 1:6 (1 cement : 6 coarse sand) 1879.28 5325.10 m3 10007353.93
Half brick masonry with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in superstructure
2 above plinth level up to floor V level.
6.13.2 Cement mortar 1:4 (1 cement : 4 coarse sand) 15899.13 647.90 m2 10301046.61
Providing and fixing 18mm thick gang saw cut mirrror polished
premoulded and prepolished machine cut for kitchen plate
forms,vanity counters,window sills,facias and similar locations
of required size of approved shade,colour and texture laid over
20mm thick base cement mortar 1:4 (1 cement :4 coarse sand
)with joints treated with white cement,mixed with matching
pigment,epoxy tuch ups,including rubbing,curing,moulding and
polishing to edges to give high gloss finsh etc. complete at all
8.2 5 laevels
8.2.2 a Granite of any colour and shade
8.2.2.2 b Area of slsb over 0.50sqm. 2642.48 3769.70 sqm 9961356.86
Providing and fixing ISI marked flush door shutters conforming
to IS : 2202 (part 1) decorative type,core of block board
construction with frame of Ist class hard wood and well
matched teak 3 ply veneering with vertical grains or cross and
9.2 6 face veneers on both faces of shutters.
35mm thick including ISI marked stainless steel butt hinges
9.2.1 a with necessary screws 997.92 2323.55 sqm 2318717.016
Providing and fixing aluminium tower bolts,ISI
marked,anodised (anodic coating not less than grade AC 10 as
per IS :1868) transparent or dyed to required colour or shade,
9.97 7 with necessary screws etc. Complete:
9.97.3 a 200x10mm 480 76.40 each 36672.00
17.78 a W.c pas with ISI mark white soiled plastic sheet and light 96 9,965.25 each 956664
providing and fixing stainless steel A ISI 304 (18/8) kitchen sink
as per IS : 13983 with C.I. Brackets with stainless steel plug 40
mm, inclu painting of fitting and brackets, cutting and makings
17.1 3 good the walls wherever required:
17.10.1.1 a 510x1040 mm blow depth 225 mm 96 6975.40 each 669638.4
Providing, laying and jointing glazed stone ware pipes class SP-
1 with stiff mixture of cement mortar in the proportiol of 1:1(1
19.1 9 cement : 1fine sand) including testing of joints etc. Complete:
19.1.1 i 100mm diameter 930 197.6 R.m 183768
19.1.2 150mm dia meter 330 301.90 R.m 99627
5.1 of PAR Providing and placing on terrace R.C.C tank without staging
2012 of and making necessary holes for inlet, out let and over flow pipe
CPWD 23 but without fittngs and the based support for tank 120000 15 per liter 1800000
Provding and fixing C.P. Brass angle valve for basin mixer and
geyser points of approved Qulaity conforming to IS :8931 a )
18.53 24 15mm nominal bre
Inside size 90x80cm and 45cm deep including C.I. Cover with
frame (lightduty) 455x610mm internal dimensions,total weight
of cover and frame to be not less than 38kg (weight of cover
19.7.1 a 23kg and weight of frame 15kg)
Total 221917953.00
Less 5% -11095897.65
Total 210822055.35
SAY 2108.22
APROXIMATE COST Rs.21.00 Cr.