TENDER SCHEDULE

Transcription

TENDER SCHEDULE
TENDER SCHEDULE
1
2
3
4
5
6
7
8
9
Sl.
No
1
1
Construction of Compound Wall at Girls Hostel
EMRS Pungar.
Name of the Work
:
Name of the Block
Estimated Cost
Tender Value
E.M.D. Required
No of Item
Class of Contractor
Cost of Tender Paper
Period of Completion
Description
:
Semiliguda
:
Rs.
10,71,500/:
Rs.
1060115.00
:
Rs.
10,600/:
12 (Twelve) Items Only
:
"D" & "C"
:
Rs.
6,300/- (Rs.6,000/- + VAT-Rs.300/:
3(Three) Calendar Months
Quantity
Unit
Rate
Amount
2
Earth work in excavation of foundation
in hard soil in foundation within 50M
initially lead and 1.50M initially lifts
including rough dressing and breaking
clods to maximum 5cm to 7cm and
laying in layer not exceeding 0.03Mtr in
depth & levelling bed etc complete as
directed by the Engineer-in-Charges.
2 C.C. of proportion (1:3:6) in foundation
and floors using 4cm (3/2”) size Clean
hard black crusher broken granite
metal of approved quality from
approved quarry including hosting
lowering and laying in layers not
exceeding 15cm (6”) thick to the
required level, ramming watering and
curing etc complete including all cost,
conveyance, taxes and royalties of
materials and labour with T&P
required for the work, but excluding
cost of Centering and Shuttering for
Mass Concrete etc complete.
3 Random Rubble stone masonry in
cement mortar (1:6) in foundation
and plinth with hard black granite
stone of not less than 0.025 cum
approved size and quality and from
approved quarry including splays
cutting circular moulding & similar
such type of work and curing etc
complete as per direction of Engineerin-Charges.
3
149.71 Cum
One
4
Cum
Rs.
5
91.40 Rs.
6
13683.00
29.83
Cum
One
Cum
Rs. 3687.94 Rs.
110011.00
109.85
Cum
One
Cum
Rs. 2366.55 Rs.
259966.00
4 Well Brunt Clamp Brunt Brick Masonry
work in Cement Mortar (1:6) in
Superstructure using W.B.C.B. brick of
9” size having crushing strength not
less than 35 Kg per Sq. Cm. including
splays cutting, circular molding,
chamfering and corbelling, watering
and curing etc complete as per
direction of Engineer-in-Charges.
Ground Floor
Super Structure
5 R.C.C. Work of M-20 grade with 20mm
and down grade black hard granite
crusher broken chips of 150mm cubes
at 28days using minimum quality of
cement as per clause 003.5 of IRC – 21
– 1987 and IS – 456 – 1987 with clean
crusher broken hard granite chips of
20mm. to 10mm including watering
and curing, Centering and Shuttering
for R.C.C. Work, Cost, conveyance, tax
and royalty of all materials and labour
with T&P required for the work etc
complete.
Column Base
Column Super Structure
6 Supplying fitting and placing uncoated
HYSD Bar reinforcement complete as
per drawing and technical specification
and placing in proper position as
required for R.C.C. Work including cost,
conveyance, taxes of Steel and cost of
binding wire 18 to 20 gauge and labour
with T&P required for the work etc
complete in all respect in all floors as
per direction of Engineer-in-Charges.
7 Cement Plaster in cement motor
finished smooth to brick walls/ stone
work after raking out joints cleaning &
finishing the plaster surface smooth
including watering and curing,
Scaffolding screening sand etc complete
with cost, conveyance, taxes and
royalties of all materials and labour
with T&P required for the work etc
complete in all respect in all floors as
per direction of Engineer-in-Charges.
Ground Floor
A) 12mm Plaster in C.M. (1:6)
127.99
Cum
One
Cum
Rs. 3127.94 Rs.
400345.00
1.05
1.40
Cum
Cum
One
One
Cum
Cum
Rs. 6086.20 Rs.
Rs. 9728.32 Rs.
6391.00
13620.00
3.50
Qntl.
One
Qntl. Rs. 6229.68 Rs.
21804.00
595.84
Sqm
One
Sqm
50348.00
Rs.
84.50 Rs.
8
9
10
11
B) 16mm Plaster in C.M. (1:6)
C) 20 mm thick C.P in C.M. (1:6) to
Stone work surface
Labour Charges for fitting and fixing of
M.S. Door, Window, Grill Gate and Grills
including all cost of Labour with T&P
required for the work etc
complete.with cost of all materials,
labour, conveyance, taxes , T&P etc.
complete as per the direction of
Engineering -in-charge.
Ground Floor
Manufacturing and Supplying of M.S.
Door, Window, Ventilator and Grill Gate
made up all round angular frame size
35x35x5mm, Door and Window
angular frame size 25x25x3/5mm with
20 gage C.R. Sheet supporting flat size
25x8mm and 18x5mm including fitting
of clamp, hinges, tower bolt, aldrops
including all cost, conveyance tax of
materials and labour with T&P
required for the work etc complete
Ground Floor
C.C. (1:2:4) using 12mmsize C.B.H.G.
chips of approved quality and free from
whethered skins and foreign materials
including mixing the materials and
laying the concrete in layers not
exceeding 0.15m in depth to required
level, watering and curing, ramming,
finishing etc. with all lead and lifts and
delifts and cost, conveyance, tax and
royalty of all materials etc. complete in
all respect as directed by the E.I.C.
Ground Floor
Painting Two Coats (Plastic Enamel
Paint) with any approved shade on
New Door and windows over a coat of
Primer/Red Oxide Paint including all
cost, conveyance, tax of materials and
labour with T&P required for the work
etc complete.
595.84
234.00
Sqm
Sqm
One
One
Sqm
Sqm
Rs.
Rs.
116.65 Rs.
128.28 Rs.
69504.00
30018.00
6.30
Sqm
One
Sqm
Rs.
70.10 Rs.
442.00
kg
One
kg
Rs.
71.07 Rs.
14328.00
7.80
Cum
One
Cum
Rs. 4902.52 Rs.
38240.00
6.30
Sqm
One
Sqm
Rs.
201.60
105.28 Rs.
663.00
12 Providing & Painiting with two coats to
the entire outside surface with Water
proofingcement paint of any approved
made to the outer surface after
scarping and cleaning the surface
including all cost of materials,
scaffolding, labour, watering & curing T
& P etc complete as per direction of
Engineer-in- charge.
1425.68 Sqm
One
Sqm
Rs.
21.57 Rs.
Rs.
30752.00
1060115.00
(Rupees Ten Lakhs Sixty Thousand One Hundred Fifteen )only
My / Our Quoted Rate is __________________% (________________________________________
__________ ___Percent (In Words)) less than/ equal to / more than the tendered cost.
Signature of the Contractor.
Project Administrator,
I.T.D.A, Koraput.
Terms and Conditions
1.
The bidders has to deposit Rs 10,000/- towards cost of the tender paper and
4% VAT (non refundable) in a separate cover mentioning “cost of bidding
document down loaded from the internet”.
2.
Tender documents for the individual work may be obtained from the office of
the PA, ITDA, Koraput on payment of cost (non refundable) of the tender paper in
shape of cash/bank draft/bankers cheque drawn on any nationalized bank in
favour of Project Administrator, ITDA, Koraput.
3.
The tender papers received after the stipulated DATE & time will not be
considered. No tender papers will be received by hand or by courier service. The
tender papers shall be opened on 04.03.15 at 4.00 PM onwards in the office
chamber of PA, ITDA, Koraput in presence of the bidders or their authorized
representatives having written authorization for the purpose.
4.
The following documents should be furnished along with the tender papers
failing which the tender is liable for rejection.
a) EMD duly pledged in favour of PA, ITDA, Koraput.
b) Attested copy of the contractor Registration certificate.
c) Attested copy of PAN card/VAT clearance certificate
d) An affidavit in support of the authenticity of the documents including EMD
should be attached with the tender paper.
e) The Engineering contractor desirous of availing exemption of EMD should submit
an affidavit to the effect that he has not availed exemption of EMD facility more
than three times in the current financial year.
f) SC/ST Contractor desirous of availing preference should submit an affidavit in
support of caste certificate and attested copy of recent caste certificate(issued
within last one year) otherwise their tender will be liable for rejection.
5. Bids must be accompanied with EMD as specified above in shape of TDR
deposit receipt of schedule bank/Kissan Vikas Patra/National Saving
certificate/Post office time deposit duly pledged in favour of Project Administrator,
ITDA, Koraput
6. Performance security shall be deposited by the tenderer at time of dropping, if
the tenderer quoted their rate less than the tender value. They should deposit the
less amount i.e. difference between the net quoted amount by the tenderer and the
tender value specified in shape of post office time deposit pass
book/KVP/NAC/Term deposit of any schedule bank duly pledged in favour of PA,
ITDA, Koraput otherwise the tender paper may be rejected.
7. The bidders who have earlier participated in the tender process of this ITDA but
backed out or not responded for drawl of agreement during the financial year 201011, 2011-12 and 2012-13 causing abnormal delay in finalization of tenders are not
allowed to participate in this tender. If any such bidder participates in this tender
his case will be summarily rejected.
8.
Contractors whose agreements have been rescinded and work order(s)
cancelled due to their inefficiency in completing the awarded projects of this ITDA
from 01.04.2010, they are not allowed to participate in this tender process.
9. The tenderer quoting their rates less exceeding 7.5% of the tender value have to
submit their item wise analysis of rates in support of their quoted rates..
10. The detailed list of successful bidders against each work will be displayed in
the notice board. The successful bidders have to collect the letter of acceptance
from the office of the undersigned within seven days from the date of declaration of
list of successful bidders on the notice board in order to avoid postal delay for early
execution of the work. No further claim will be entertained for non receipt of the
acceptance letter.
11. The EMD amount is to be forfeited if the tenderer backs out from the offer of
acceptance of tender by the competent authority.
12. The successful tenderer will have to submit the detailed work programme for
timely completion of the work.
13. The cover containing the tender paper should be super scribed at the top
“Tender work for ITDA Koraput” only. The name of the work should not be
mentioned.
14. The tender papers will be received through Registered Post/Speed Post only. No
tender pepers will be received by hand or by courier service. The undersigned will
not be held responsible for any delay in postal service
15. In case of shortfall of any required documents, the tender paper is liable for
rejection.
16. Since the works are time bound programme, the tenderer have to complete the
same within the stipulated period of time of completion. Those who are unable to
complete the work within the specified time, penalty up to 10% will be imposed.
17. The tenderer has to show his original documents (Contractor license, PAN card,
VAT clearance certificate, caste certificate in case of SC/ST/ Engineering contractor
license for engineering contractor etc.) at the time of opening of the tender papers.
18.
If the rate quoted by the bidder is less than 15 % of the tendered amount,
then such a bid shall be rejected and the tender shall be finalized basing on merits
of rest bids. But if more than one bid is quoted at 14.00% (decimals up to two
numbers will be taken for all practical purpose) less than the estimated cost, the
tender accepting authority will finalize the tender through a transparent lottery
system, where all bidders/ their authorized representatives, the concerned
Executive Engineer and DAO will remain present.
19. The authority reserves the right to reject any or all the tenders without
assigning any reason thereof.
Sd/Project Administrator,
ITDA Koraput.
OFFICE OF THE PROJECT ADMINISTRATOR
I.T.D.A., KORAPUT
TENDER CALL NOTICE NO.________________
DETAILED TENDER CALL NOTICE
WITH SCHEDULE OF QUANTITIES
Name of work tendered for
____________________________________________
______________________________________________
Estimated Amount
Rs.
______________________________________________
Name of the Tenderer ______________________________________________
Date of receipt of Tender
______________________________________________
OFFICE OF THE PROJECT ADMINISTRATOR
I.T.D.A., KORAPUT
DETAILED TENDER CALL NOTICE
1. Sealed tenders on plain papers to be eventually drawn in P.W.D. form No. F-2 will be
received up to on ______________________ by the PROJECT ADMINISTRATOR, I.T.D.A.,
KORAPUT for the work from ________________ and above class contractors and will be
opened on the same day by the Project Administrator, ITDA, Koraput in the presence of the
tenderers or their authorized agents.
The amount of the estimate is approximately Rs. _____________________
2. The tenderers should please note that the work will have to be completed within
________________ months commencing from the date of issue of work order. Tenderers
are required to submit detail programme of works along with the tender which they
consider necessary keeping in view of the Clause 2 of the P.W.D. Form No.F-2 without these
programmes of works, the tender will be considered defective, Authority for acceptance of
tenders would rest over the Project Administrator, ITDA, Koraput.
3. Tenders other than those who have made deposits with the Chief Engineer (R&B), Orissa are
required to pay earnest money @ 1% of estimated amount either in shape of N.S.C. or Postal
Time Deposit Pass Book minimum for one to the Project Administrator, ITDA, Koraput,
otherwise their tender will not be considered. The E.M.D. furnished without fulfilling the
above conditions and not as per the terms and conditions of para 272 of G.D.F.R. will not be
considered.
The earnest money will be refunded to the unsuccessful tenderers on application as per the
terms and conditions laid down in O.P.W.D. Code and the same will be retained in case of
the successful tenderers and will not carry any interest.
4. The plan and the specification for the work can be seen at the office of the Project
Administrator, I.T.D.A., Koraput during the working hours and days. Complaints at a future
date that the plan and specification have not been seen can not be entertained. The
Contractor may obtain a set of tender documents for the work from the Office of the Project
Administrator, I.T.D.A., Koraput on payment of Rs. _________________ (Rupees
_________________________________________________ ) for the tender papers. This
amount is not refundable. Tender must be submitted in a sealed cover, the name of the
tenderer and the name of the work being noted on the cover.
(b) All other information can be obtained on applications to the Project Administrator, I.T.D.A.,
Koraput.
5.
The Project Administrator, I.T.D.A., Koraput reserves the right to reject any or all the
tenders received without assigning any reasons thereof.
6.
The tenderer whose tender is selected for acceptance and who has no fixed deposits with
the Project Administrator, I.T.D.A., Koraput a period of seven days upon written intimation
being given to him of acceptance of his tender make an initial security deposit of 1% (One
percent) of the tendered amount so that the earnest money and security deposit will be
2% of the tendered amount as shown in clause 3 above and sign the agreement in the
P.W.D. Form No.F-2 (Schedule XLV No.61) for the fulfillment of the contract in the office of
the Project Administrator, I.T.D.A., Koraput.
This security deposit, together with the earnest money and the amount withheld
according, to the provisions of F-2 agreement shall be retained as security deposit for the
due fulfillment of this contract. Failure to enter into the required agreement, and to make
the security deposit as above shall entail forfeiture of the earnest money. No tender 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 Government shall be
deemed to be incomplete until the agreement, has first been signed by the contractor and
then by the proper officers authorized to enter into the contract on behalf of the Govt.
The Department will accept the security deposit in the form of National Saving Certificate,
Postal Time Deposit Pass Book duly pledged to the Project Administrator, I.T.D.A., Koraput
and in no other form. In case of the tenderers who have made fixed deposits, action will
be taken to degrade them if they decline to sign the agreement within the period as in
above case.
7.
The rate should be quoted in words and figures and the units in words otherwise the
tender will be liable for rejection. In case of discrepancy between words and figures the
words shall prevail and in case of discrepancy between unit rate and totals, the unit rate
shall prevail. The rates should be quoted in Rupees and paise, but not in Rupees and
annas. Tender should also show the totals of each item and grand total of the tender.
The tender shall be written legibly and free from erasures, over writing or conversion of
figures. Corrections where unavoidable should be made by scoring out, initiating, dating
and rewriting.
8.
The Contractors will be responsible for payment of all royalties or other charges for
quarrying materials. All local taxes inclusive of State Sales Tax, Income Tax, Ferry &
Tollage charges, Octroi taxes are to be paid by the contractor.
9.
The tender may not, at the descretion of the competent authority be considered unless
accompanied by attested copies of Sales Tax clearance certificate, Income tax clearance
certificate, non-assessment certificate as the case may be and the original certificate
produced before the Project Administrator, I.T.D.A., Koraput at the time of opening of
tender.
10. If the contractor removes any materials or stocks so supplied to him from the site of work
with a view to disposing of the same dishonestly, he should, in addition to any other
liabilities, Civil or criminal arising out of the contract be liable to pay a penalty equivalent
to five times the price of the materials or stock according to the stipulated rates and the
penalty so imposed shall be recovered from any sum that may than or at any time
thereafter become due to the contractor or from his security or from the proceeds of sales
thereof.
11. The contractor should be fully liable to indemnify the Department for payment of any
compensation under Workmen Compensation Act. VIII of 1923 on account of the workmen
being employed by him and the full amount of compensation paid will be recovered from
the contractor.
12. Every tenderer must examine the Detailed Specification of Orissa before submitting his
tender. The right is reserved without impairing the contract to make such increase or
decrease in the quantities or items of work mentioned in the schedule attached to the
tender notice as may be considered necessary to complete the work fully and satisfactorily.
Such increase or decrease shall in no case invalidate the contract or rates. It shall be
definitely understood that the Government do not accept any responsibility for the
correctness or completeness of the quantities shown in the schedule. The schedule is liable
to alteration by omission, or additions and such omission or deductions shall in no case
invalidate the contract and no extra monetary compensation will be entertained.
13. The following materials will be supplied by the Department to the contractor at P.W.D.
Godown at the rates inclusive of storage charges as noted against each. After issue it will be
the contractor’s responsibility for safe custody and up-keep of materials. He has also to bear
all incidental charges such as transportation, storage handling and return of empty cement
bags and empty paint drums at the issuing stores. His rate quoted for the work is to be
inclusive of all such charges.
(a) Cement in gunny bags at the rate of Rs._______________ (Rupees ____________
_________________________) only per quintal excluding cost of empty gunny bags.
(b) Paints Rs._____________ ( Rupees _____________________________ ) only, per litre
excluding cost of containers.
(c) M.S. rods will be supplied at the rate of Rs. ______________ (Rupees _________
__________________________ ) only per quintal.
(d) The steel will be supplied at the rate of Rs.________________ (Rupees ________
__________________________ ) only per quintal.
(e) Departmental shutters will be supplied at the store yard at free of cost.
14. All the materials which are to be supplied from the P.W.D. stores will be as per the
availability of stock and the contractor will have to bear charges of straightening, cutting,
jointing, welding, cranking & hooking etc. of M.S. rods or tor steel to required size. No cut
pieces of M.S. rods, M.S. angles, Tees & joists etc. will be accepted back as surplus and all
these will be the contractor’s property. After issue from the P.W.D. stores the materials will
be under the custody of the contractor and the contractor will be responsible for its safety
and damage during storage.
15. Empty cement bags empty paint drums, empty wheat or rice bags etc. are to be returned in
good and serviceable conditions, at the issuing stores failing which Rs.______________
(Rupees __________________________________ ) and at the rate of Rs._____________
(Rupees ______________________________ ) only will be recovered per bag per drum
respectively from the contractor.
16. All reinforced cement work should conform to Orissa. Detailed Standard Specification and
should be of M.150 (equivalent to proportion of 1:2:4) having minimum compressive
strength of 150 Cm² with 6 mm to 18mm size hard black broken granite chips (18mm size
not to exceed 25%).
17. Shuttering and centering shall be with seasoned sal wood planks, the inside of which shall be
lined with suitable sheeting and make leak proof and water tight or alternatively steel
shuttering and centering may be used.
18. The selected contractor may take delivery of departmental supply of materials according to
his need for the work issued by the Sub-divisional officer in-charge, of the work. The
contractor shall make all arrangements of materials, but not cost for raising shed for the
storage of materials and pay of watchmen etc. will be borne by the Department. These are
to be borne by the contractor. The Department is not responsible for considering the theft
of materials at site. It is the contractor’s risk. Under any such plea if the contractor stops
the work, he shall have to pay the full penalty as per clause of the F-2 contract.
19. For the purpose of jurisdiction in the event of dispute, if any, contract should be deemed to
have entered into within the State of Orissa and it is agreed that neither party to the
contract nor the agreement will be competent to bring a suite in regard to the matters
covered by this contract at any place outside the State of Orissa.
20. After the work is finished all surplus materials and debris are to be removed by the
contractor and preliminary works such as vats, mixing platform etc. are to be dismantled and
all the materials removed from the site. The ground upto 15 M (50 ft.) wide from the
building should be cleared and dressed. No extra payment will be made to the contractor on
this account. The rate quoted should be inclusive of all these items.
21. The contractor shall not interfere with the execution of water supply of electrical fittings
arrangement and any other works entrusted to any other agency by the department at any
time during the progress of the work.
22. Department will have the right to inspect the scaffolding and centering made for the work
and can reject partly of fully such structures if found defective in their opinion.
23. The contractor will have to arrange for water supply for all works and make sanitary
arrangements at his own cost for his labour camps. Contractor has to arrange adequate
lighting arrangements for night work whenever necessary at his own cost.
24. Bailing out water from the foundation either rainwater or sub-soil water if necessary should
be, borne by the contractor. No payment will be made for bench marks, level pillars, profiles
and benching and leveling the ground where required. The rate quoted shall be for finished
items of work inclusive of these items of work.
25. All the quantities mentioned in the schedule are combined for ground floor and multifloors,
in case of multistoried buildings, the rates should be through for the same.
26. Cement concrete in roof slab, beams etc. wherever prescribed by the Engineer-in-Charge
shall be machine mixed and vibrated and the contractor should arrange his own concrete
mixers, vibrators, pumps etc. for the purpose.
27. It should be clearly understood that no claims, whatsoever, will be entertained.
28. Tenderer shall have to abide by the C.P.W.D. Safety Code rule introduced by the
Government of India, Ministry of works, Housing and supply in their standing orders No.44
to 50 dated 25.11.1957 which can be seen in the Office of the Project Administrator, ITDA,
Koraput during working hours and on working days.
29. The tenderers are required to abide by the Fair wage clause, as introduced by the
Government of Orissa, Works Department No.CA VIIIR 18/52-25 dt.26.02.55 and about the
non payment or less payment of his wages as per minimum wages act, the Project
Administrator will have the right to investigate and if the contractor is found to be in default,
the Project Administrator, ITDA, may recover such amount from the dues of the contractor
and pay the due amount to such labourer directly under intimation to the Local Labour
Officer and the Governemnt and the decision of the Executive Engineer, will be final and
binding on the contractor.
30. (a) If the contractor quotes abnormal low rates in items and the Department decides to
accept his tender, then the Department would have the discretion of withholding, the
differential cost between such highly low items and schedule of rates from their payment
due against other item till such low rated items are completed.
(b) The Department will not be responsible if there is any delay in receipt of tender
documents of the intending contractors sent by the Department through Registered Post
and similarly if the tender documents sent by the intending contractor through ‘Registered
Post’ do not reach the concerned – Division by the appointed date and time. Their offer will
not be considered on any account, even if the tender documents were dispatched by the
intending tenderer before the due date.
31. The department will have the right to supply at any time in the interest of work any
departmental materials to be used in the work, in addition to those mentioned in the clause
No.13 and the contract or shall use such materials without any controversy or dispute on
that account. The rates of such materials will be at the stock issue rates fixed by the
department plus storages charges or market rates whichever is higher.
32. The contractor will be responsible for the loss or damage if any, of departmental materials
supplied to him under clause 13 & 31 during execution of the work due to reasons what-soever and the cost of such materials will be recovered from him at the prevailing stock issue
rate plus storage charges or market rates whichever is higher.
33. The contractor should arrange at his own cost necessary tools and plants, machines concrete
mixers and other machineries such as pumps etc. required for the efficient execution of the
work and the rates quoted should be inclusive of the running charges of such and cost of
consumables.
34. The contractor will have to submit the Project Administrator, ITDA, Koraput monthly return
of labour both skilled and un-skilled employed by him on the work.
35. The tenderers are required to go through each clause of P.W.D. Form No.F-2 carefully in
addition to clauses mentioned here in before tendering.
36. No. part of the contract shall be sublet without written permission of the Project
Administrator, ITDA, Koraput or transfer be made by power of attorney authorizing others to
receive payment on the contractor’s behalf.
37. No. tender documents will be sold to the tenderers on the date of opening of tender.
38. If further necessary information is required, Project Administrator, ITDA, Koraput Division
will furnish such, but it must be clearly understood that the tenders must be received in
order and according to instructions.
39. Cement shall be used by bags and weight or one cubic meter of cement being taken as 14
42 Quintals.
40. In the event of any delay due to Department in the supply of departmental materials or
supply of detailed structural designs for unavoidable reasons, reasonable extension of time
will be granted on the application of the contractor. But no claim for monetary
compensation will be entertained under any such circumstances for which a no claim
undertaking has to be furnished, by the contractor in the application for extension of time
submitted by him.
41. No Contractor will be permitted to furnish their tenders in their own manuscript papers.
42. Every tenderer is expected before quoting his rates to inspect the site of proposed work. He
should also inspect the quarries and satisfy himself about the quality, availability of
materials, medical aids, labour and food stuff etc. and the rates may be inclusive of all those
items. In every case the materials must comply with the relevant specification and samples
of stones, metals and chips to be used deposited in sealed bags or dully labeled nothing the
name of quarry under dated initials by the tenderer for approval of the Project
Administrator, ITDA, Koraput.
43. Government will not, however, after acceptance of contract rate pay any extra charge for
lead or for any other reason in case the contractors is found later on to have misjudged the
materials available.
44. All fittings for doors and windows supplied by the contractor should be of best quality and
should be got approve by the Project Administrator, ITDA, Koraput before they are used on
the work.
45. The tenders containing extraneous condition not covered by the tender call notice are liable
for rejection.
46. The contractor shall have to furnish a certificate along with the tender to the effect that he is
not related to any officers of ITDA of the rank of Asst. Engineer and above any officer of the
rank of Assistant Secretary and above of the work department.
47. All the tenders received will remain valid for a period of ninety days from the date of receipt
of tenders. The period of validity, however, can also, be extended if agreed to by the
Department and the contractor.
48. After completion of the work the contractor shall arrange at his own cost all requisite
equipment for testing the building if found necessary and the entire cost of such test will be
borne by the contractor.
49. Tenderers are required to submit a list of works in their hand in the prescribed proforma
enclosed herewith.
50. Letters etc. found in the tender box raising or lowering the rates of dealing with any point in
connection with the tender with the tender will got be considered.
51. All reinforced cement concrete works like lintels column beam, chajja, roof slab and other
such works should be finished smooth and no extra charges for plastering shall be paid by
the department.
52. Tenderers may at their opinion quote reasonable rates for each item of work carefully so
that the rate for one item should not be unworkably low and other too high.
53. The contractor shall employ one or more Engineering Graduate or Diploma Engineers as
apprentices at his own cost for works costing Rs.2.50 lakhs or more. The apprentices will be
selected by the Project Administrator, ITDA, Koraput. The stipend to be paid to the
apprentices should not be less than Rs.200/- and Rs.150/- per month in case of graduate
Engineers & Diploma Engineers respectively. The period of employment will commence
within one month of the date of the work order and will last till the date when 90% of work
is completed. Number of apprentices employed should be fixed by Chief Engineer in any
manner so that the total expenditure does not exceed 1% of the tendered cost of the work
(vide Works & Transport Department No.67811 Dt.12.8.67).
54. No claim for carriage of water and any damages due to natural calamities earth quake, Civil
commotion, stike etc. what so ever and due to any hindrance which is beyond the control of
the department and which could have been avoided by human efforts will be accepted by
the departments and the contractor will bear all the expenses due to such hindrances.
55. The tenderer shall the cost of various incidental, sundries and contain agencies necessitated
by the work falling within the following of similar category.
a) Rent, royalties and other charges of materials, octroi duties all other taxes including sales
tax, ferry/toils, conveyance charges and both cost on account of land and building including
temporary building required by the tenderer for collection of materials storage housing of
staff or other by the tenderer for purpose of the work. No rent will however be payable to
Government for temporary occupation of land owned by Government at the site of the
work.
b)
Labourers camp or hut necessary to a suitable scale including conservancy and sanitary
arrangements therein to the satisfaction of the local health authorities.
c) Suitable water supply including pipe water supply whenever available for the staff and the
labour as well as for the work.
d) Fees and dues levied by the municipal canal or water supply authorities.
e) Suitable equipments and wearing apparatus for labour engaged in risky operations.
f)
Suitable fencing, barriers, signals including paraffin and electric signals where necessary for
works and approaches in order to protect the public and employees from accidents.
g) Compensation including cost of any suit for injury to persons or property due to neglect of
any major precautions also sums which may become payable due to operation of workmen
compensation act.
h)
The contractor has to arrange adequate lighting arrangements for night work wherever
necessary at his own cost.
56. Measurement of earth work in road embankment will be borne by section measurement,
after the earth is well consolidated and rolled with hand or power road roller or sheep foot
roller and no extra payment will be made for the jungle clearance for taking earth from the
borrow areas. Earth work from cutting will economically be utilised in filling.
57. The stacks of road metal and gravel will be measured in boxes of size 1.5 m X 1.5 m X 0.5 m
which will be taken as 1.5 m X 1.5 m X 0.44 m = 1 cum. The solling stones will be measured
in suitable stacking with deduction for voids @ 1/6 of volumes or more depending on the
looseness of stacking which would be determined on actual observations and deducted.
58. If there, is any damage to the work due to natural calamities like flood, cyclone or any other
cases during the course of execution of work or up to six months after completion of work or
any imperfections become apparent to the work within six months from the date of final
certificate of completion of work which could have been avoided by human efforts the
contractor shall make good of all such damages at his own cost with no extra cost to the
department. No claims, what so ever, in this regard will be entertained.
59. Concrete and reinforced concrete specimens will be tested in Government test house at
Alipore or control and Research Laboratory at Bhubaneswar. Cost of testing all specimens
and samples shall be borne by the Contractor.
60. The machineries if available may be issued at the direction of the Department to the
Contractor on hire subject to the condition that the Contractor executes in advance an
agreement with the Engineer-in-Charge at the rates (Statement enclosed) as per CE (R)s’
No.26416, dated 31.03.89 to the Secy. To Govt. Works Department effective from 1.4.88 and
as per, Works Dept. instruction vide No.26278 dated 1.1.1988.
61. The Contractor has to sign the terms and conditions for hiring the machinery supplied along
with the tender and return to the department along with the tender papers which also
forms a part of the tender documents. The Contractor has to arrange his own consumable
to make and run the P.R.R. at his cost and with no extra cost to the department.
In addition to these any damages the machinery and repairs necessary should be paid by the
contractor. The roller shall be returned to the department in good working conditions
without any charges.
62. In this event of any delay in the supply of departmental road roller for unavoidable reasons
extension of time will be granted on the application of the contractor but no claim for
compensation will be entertained under any circumstances for which the contractor has to
furnish an undertaking to the effect while applying for extension of time.
63. Concrete of strength below 85% of the required strength (as determined by actual tests)
shall not be accepted.
64. List of tools and plant in possession of contractor is to be furnished.
65. It is the responsibility of the contractor to procure and store explosives required for blasting
operations. Department may, however, render necessary possible help for the procuring
explosive license.
66. The Orissa Construction Corporation Ltd. will be allowed a price preference upto 3% on the
lowest quotation or tender as laid down in Works and Transport Department resolution
No.285 dt.17.4.74.
67. 2% (Two percent) of gross amount of the bill will be deducted towards income tax from the
contractors bills.
68. The contractor will have to make his own arrangement to make necessary diversion road on
private land for which arranging such land by the side of the bridge & culverts and the rental
charges for such private land shall be borne by the contractor including its proper
maintenance, lighting arrangements during night time, signaling during day time and
barricading etc. till the bridge or culvert is opened to the traffic. No extra rates will be paid
to the contractor for the above rental charges etc. His rates in the tender for other items
shall include the arrangement of land rent charge for the land, maintenance, lighting,
removal of such temporary road crust from the private land and to bring the land to its
original condition etc. complete.
69. The contractor has to arrange the samples of materials required for execution to be got
tested and approved by the department before taking of the work and during the course of
execution as and when required from time to time. All such sarrples are to be tested at
Government test House, Alipore or at Control and Research Laboratory, Bhubaneswar at the
cost of the contractor with no extra cost to the department.
70. Where it will be found necessary by the department, the officer-in-Charge of the work shall
maintain an order book at the site of the work with pages serially numbered. Order
regarding the work wherever necessary are to be entered in this book by the P.W.D. officerin-charge over their dated signatures and duly noted by the contractor or his authorized
agent, over their dated signatures, Orders entered in this book and noted by the contractor’s
agent shall be considered to have been duly given to the contractor for the following
instructions of the department. The order book shall be the property of the P.W.D. and shall
not be removed from the site of work without the written permission of the Project
Administrator, ITDA, Koraput.
71. The contractor shall requisition a claim book from the date of commencement of the work
from the department and shall maintain in proper P.W.D. from with pages serially numbered
in order to record items of work which are not covered by this contract and are claimable as
extra. Claims shall be entered regularly in this book under the dated signature of the
contractor or his duly authorized agents at the end of each month. A certificate should also
be furnished along with these claims to the effect that beyond this claim entered in the book
the contractor has got no other claims upto date. If in any month there are no claims to
record, certificate to that effect should be furnished by the contractor in the claim book.
Each claim must be definite and should be given as far as possible the quantities as well as
the total amount claimed. The claim book must be submitted regularly to the Project
Administrator, ITDA, Koraput by 10/15th day of each month far his orders. Claims not made
in this manner or the claim books not maintained from commencement. The work are liable
to be summarily REJECTED. ‘The claim book is the property of the P.W.D. and shall be finally
surrendered by the contractor to the Project Administrator, ITDA, Koraput after completion
of the work or before rescission of the contract by the department which ever is earlier for
record.
72. Over and above to this conditions the terms and conditions and rules and regulations as laid
down in Orissa detailed Standard Specifications and Orissa P.W.D. code are also binding on
the part of this contract.
73. The C.B. Bricks will have to be manufactured, supplied by the contractor and such rate of
manufacture, supply and conveyance etc. are to be included in the item rates for well burnt
C.B. Brick masonary. The contractor should ensure that the C.B. Bricks so supplied and
utilised in the work shall conform to relevant I.S.I. specifications and will have compressive
strength of not less then 50 Kg/CM². Bricks of lesser strength will not be accepted.
74. Under no circumstances interest is chargeable for the dues or additional dues, if any payable
for the work.
75. The tenderer will be deemed to have satisfied himself by actual inspection of the site and
locality of the work about the quality and availability of the required quantity of materials
including medical aid, labour and food stuffs etc, and that the rates quoted by him in the
tender will be adequate to complete the work according to the specifications and conditions
attached there to and that he had taken into account all conditions and difficulties that may
be encountered during the progress and to have quoted labour rates and materials rates
which shall include cost of material with taxes, octroi, and other duties leads lifts loading and
unloading, freight for materials and all other charges necessary for the completion of work
to the entire satisfaction of the Engineer-in-charge of the work and his authorized
subordinates. After acceptance of the contract, Govt. will not pay any extra charges, for any
reason in case the contractor is found later on to have misjudged the conditions as regards
availability of materials, labour or any other factors.
76. It should be understood clearly that no claims, what-so-ever, will be entertained in regards
to extra items of works or extra quantity of any items besides estimated amount. A written
order must be obtained from the responsible officer of P.W.D. and rates settled for the extra
items of works or extra quantity of any item or work according to clause 11 of F2 contract.
The rates for any item not covered in the agreement will be arrived on derivation from the
rate of same class of item of work with any different specification provided in the agreement
with addition or substraction of corresponding cost of materials. In case no rate can be
derived from the agreement. The same will be arrived or derived from the schedule of rates
in vogue at the time of actual execution of that item of work.
77. a) “If during the progress of the work the price of any material incorporated in the work
(not being materials supplied from the Engineer-in-charges store in accordance with clause
there of increases or decreases as a result of increase or decrease in the Average wholesale
Price Index (all Commodities), and the contractor there upon necessarily and properly pays
in respect of the materials (incorporated in the work) such increased or decreased price,
then he shall be entitled to reimbursement or liable to refund, quarterly, as the case may be,
such an amount as shall be equivalent to the plus or minus difference of 75% in between the
Average Wholesale price Index (All commodities) which is operating for the quarter under
consideration and that operated for the quarter in which the tender was opened, as per the
formula indicated below.
Formula to calculate the increase or decrease in the price of materials :Vm = 0.75 X
PM
X R X (i – i0)
100
i0
Vm = Increase or decrease in the cost of work during the quarter under consideration due to
change in the price of materials.
R - The value of work done in rupees during the quarter under consideration.
i0 - The Average Wholesale Price Index (all commodities) for the quarter in
which the tender was opened as published in ____________________).
i - The Average Wholesale Price Index (all commodities) for the quarter
under consideration.
Pm -
Percentage of material Component (Specified in Schedule of analysis) of
the item.
b) Similarly, if during the progress of work, the wage of labour increase or decrease as a result of
increase or decreases in the Average Consumer’s Price Index for industrial workers (Wholesale
Price), and the contractor thereupon necessarily and properly pays in respect of labour engaged on
execution of the work such increased or decreased wages, then he shall be entitled to
reimbursement or liable to refund quarterly as the case the may be such, an amount as shall be
equivalent to the plus or minus difference in between the Average Consumer’s Price Index for
industrial workers (wholesale price) which is operating for the quarter under consideration and that
operated for the quarter in which the tender was opened, as per the formula indicated below.
Formula to calculate the increase or decrease in the cost of labour :VI = 0.75 X PI X R X (i – i0)
100
i0
VI - Increase or decrease in the cost of work during the quarter under
consideration due to change in the rates of labour.
R
- The value of work done in rupees during the quarter under consideration.
i0 - The Average Consumer’s Price Index for industrial workers (Wholesale
price for the quarter in which the tender was opened (as published in
_____________________________ ).
PI
- Percentage of labour component as per Sub-Clause of this clause.
c) Similarly, if during the progress of work, the price of Petrol, Oil and lubricants (Diesel oil being
the representative item for price adjustment) increases or decreases as a result of the price fixed
there for by the Government of India, and the contractor thereupon necessarily and properly pays
such increased or decreased price towards Petrol, Oil and lubricants used on execution of the work,
then he shall be entitled to reimbursement or liable to refund, quarterly as the case may be such an
amount, as shall be equivalent to the plus or minus difference in between the price of P.O.L. which is
operating for the quarter under consideration and that operated for quarter in which the tender was
opened as per the formula indicated below :
KI
=
0.75 X K X R (D2 - D1 )
100
KI
=
D1
Increase or decrease in the cost of work during the quarter under
consideration changes in the price of P.O.L.
R
=
The value of work done in Rupees during the quarter under consideration.
D1
=
Average price per litre of diesel oil which is fixed by the Government of
India during the quarter in which the tender was opened.
D2
=
Average price per litre of diesel oil which is fixed during the quarter under
consideration.
K2
=
Percentage of P.O.L. component as per the sub-clause of this issue.
b)
The following shall be the percentage of materials. Labour and P.O.L. component for
reimbursement / refund on variation in the price of material, labour and P.O.L. as per Sub-Clause (a),
(b) and (c) of this clause
Category of Works.
Contractor's supply.
Sl.
% of
Material
% of
Labour
% of Departmental
P.O.L.
supply of
materials.
1
2
IRRIGATION WORKS :
a) Structural works
b) Earth work, canal work,
Embankment work etc.
(R & B) WORKS :
a) Bridge Works
b) Road works
c) Building works
3
4
5
6
20%
20%
30%
60%
5%
5%
45%
15%
20%
45%
30%
30%
40%
30%
5%
5%
5%
45%
10%
35%
(Where brick is supplied by the Department, it should be 20% instead of 30%)
Reimbursement / Refund on variation in price of materials, labour and P.O.L. as per Sub Clauses (a) (b) and (c) of this clause shall be
applicable only in respect of contract of one year or more provided that the work has been carried out within the stipulated time or
extension there of as are not attributable to contractor. However where the original contractual period is less than one year but
subsequently it has been validity extended and period becomes one year or more escalation clause shall be applicable only for the
balance portion of work to be executed beyond one year provided the delay is not attributable to the Contractor.
(f) The Contractor shall for the purpose of Sub-clause (a), (b) and (c) of this clause keep such
books of account and other documents as are necessary to show that the amount of increase
claimed or reduction available and shall allow inspection of the same by duly authorized
representative of Govt. and further, shall at the request of the Engineer-in-charge furnish, verified in
such a manner as the Engineer-in-charge may require any document kept and such other
information as the Engineer-in-charge may require.
The contractor shall within a reasonable time of his becoming aware of any alteration in the
price of such material, wages of labour and or P.O.L. give notice there of to the Engineer-in-charge
starting that the same given pursuant to the condition together with an information relating thereto
which he may be in a position of supply.
78 . In rule T.A. of P.W.D. Contractor Registration Rules 1967 and letter No.1606
dt.17.1.1986 of Works Department.
79. Crache-Cum-Balwadi facilities for the children of women labourers as per C.D. and R.R.
Department notification No.10784, dt.15.11.84 as communicated in Chief Engineer, R & B’s
Memo No.73933, date 11.12.84 are to be provided at the contractor’s cost.
80. Sales Tax and T.O.T. on departmental materials as well as other materials will be borne
by the Contractor.
81. The contractor has to conduct necessary soil exploration testing of founding strata.
Borrow area, obtain other data, testing etc. at his own cost which should be inclusive of the
offer.
82. In the event of any particular item(s) of work for which the contractor has quoted rate(s)
which are grossly below the corresponding estimated rates (or CSR) for that particulars item,
the difference between the amount according to the estimated or CSR rates and the grossly
under quoted rate for quantity of work to be executed by the contractor shall be kept withheld
from the payment due to the contractor shall be kept withheld from the payment due to the
Contractor until such time as the execution of the said item(s) of work is/ are completed in all
respect by the contractor to the full satisfaction of the Engineer-in-charge.
83. Number of tests as, specified in IRC/ MOST/IS specification required for the
construction of roads/ bridges/ buildings or any structural works will be conducted in any
Govt. laboratory test house/ departmental – laboratories/ reputed materials testing laboratory
as to be decided by the Engineer-in-Charges including expenditure for collection/
transportation of samples/ specimen etc. will be borne by the contractor. The collection of
samples and testing are to be conducted both prior to execution and during execution as may
be directed by Engineer-in-Charge and on both the counts the cost shall be borne by the
contractor.
84. Providing that in cases of tender relating to externally aided project any other works of
special nature where the state Government are required to prescribe conditions of deposit of
E.M.D. and I.S.D. in such cases the fixed deposit holders will not be entitled for exemption
and they will have to deposit necessary E.M.D. and I.S.D.
85. The contractor shall make his own arrangements to procure steel and cement from
approved manufactures at his own cost in case the department is unable to provide the
necessary quantities of such materials at any point of time and no claim shall be entertained
in this regard.
86. The contractor shall do trial boring at each abutment and pier point and get the soil tested
at his own cost prior to commencement of work.
87. Before issue of the departmental materials, the contractor shall furnish bank guarantee of
any of the nationalized Bank for a sum equal to the cost of materials. The bank guarantee
should be valid for the entire period of agreement. The same may be refunded to the
contractor only after the materials supplied to him are fully utilised in the works and cost
thereof recovered from his bill(s) in full or if the materials are party utilised the unutilized
materials are returned by him to the department in full and in good condition and receipt
thereof duly acknowledged by the concerned departmental officer.
NEW CLAUSE :
“Special class contractor shall employ under him one Graduate Engineer and two diploma holders
belonging to the state of Orissa. Like wise ‘A’ Class contractor shall employ under him one Graduate
Engineer or two diploma holders belonging to state of Orissa. Such class of contractors executing
civil works, electrical works etc. shall employ under them the technical staff as specified above
belonging to the respective disciplines for supervisions of their works.
The contractor shall pay to the Engineer personnel monthly emoluments which shall not be
less than the emoluments of the personal of equivalent qualification employed under the State
Government of Orissa. The Chief Engineer, Roads, Orissa may, however, assist the contractor with
names of such unemployed Graduate Engineers and Diploma Holders, if such help is sought for by
the contractor. The names of such Engineering personnel appointed by the Contractors should be
intimated to the tender receiving authority alongwith the tender.
Each bill of the special class or ‘A’ Class contractor shall be accompanied by an employment
roll of the Engineering personnel together with a certificate or the Graduate Engineer or Diploma
holder so employed by the contractor to the effect that the work executed as per the bill has been
supervised and measured by him/ them”.
N.N. Clause No.13,14,18,31, 40, 61, 62, 66,71,77,87 stands cancelled.
AMENDMENT
(In the standard F2 – Contract form by clubbing together. The existing clauses 2 and 3 vide Works
Department No. Codes – 3/2000/3734 dated 26.2.2000).
COMPENSATION FOR DELAY :Clause – 2 (a) : The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the contractor and shall be reckoned from the date, on which the written order to
commence work is given to the contractor. The work shall throughout the stipulated period of the
contract, be carried on with all due diligence (time being deemed to be of essence of the contract on
the part of the contractor) and the contractor shall pay as compensation on amount equal to ½
percent on the estimated cost, if the whole work as shown by the tender for every day that the work
remains uncommenced, or unfinished after the proper dates (The work should not be considered
finished until such date as the Executive Engineer shall certify as the date on which the work is
finished after necessary rectification of defects as pointed out by the Executive Engineer or his
authorized agents, are fully complied with by the contractor to the Executive Engineers satisfaction).
And further, to ensure good progress during the execution of the work the contractor shall be bound
in all cases in which the time allowed for any work exceeds one month; to complete one fourth of
the whole of the work before one fourth of the whole time allowed under the contract has elapsed;
one half of the work, before one half of such time has elapsed, and three fourth of work before
three fourths of such time has elapsed, in the events of the contractor failing to comply with the
condition, he shall be liable to pay as compensation an amount equal to one – third percent on the
said estimated cost of the whole work for everyday that the due quantity of work remains
incomplete. Provided always that the entire amount of compensation to be paid under the
provisions of this clause shall not exceed 10 percent on the estimated cost of the work as shown in
the tender.
b)
If there are possibilities of exceeding this compensation amount as mentioned in clause
(a) 10% of the estimated cost, or in any case in which under any clause or clauses of
this contract, the contractor shall have rendered himself liable to pay compensation
amounting to the whole of his security deposit in the hands of Government
(Whether paid in one sum or deducted by instalments) the Executive Engineer on
behalf of the Governor of Orissa, shall have power to adopt any of the following
courses, as he may deem best suited to the interest of the Government.
i)
To rescind the contract (of which rescission notice on writing to the contractor
under the hand of the Executive Engineer shall be conclusive evidence) and in
which case, the security deposit of the contractor shall stand forfeited, and be
absolutely at the disposal of Government.
ii)
To employ labour paid by the Public Works Department and to supply materials to
carry out the work or any part of the work, debiting the contractor with the cost
of the labour and the price of the materials (of the amount of which the cost and
price certificate of the Executive Engineer shall be final and conclusive against the
contractor) and crediting him with the value of the work done, in all respects in
the same manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract; the certificate of the Executive
Engineer as to the value of the work done shall be final and conclusive against
the contractor.
iii)
To measure up the work of the contractor and to make such part of the contract as
shall be unexecuted out of his hands and to give it to another contractor to
complete in which case any expenses which may be incurred in excess of the sum
which have been paid to the original contractor if the whole work had been
executed by him (of the amount of which excess the certificate in writing of the
Executive Engineer shall be final and conclusive) shall be borne and paid by the
original contractor and may be deducted from any money due to him by
Government under the contract or otherwise or from his security deposit or the
proceeds of sale thereof or a sufficient part thereof.
In the event of any of the above courses being adopted by the Executive Engineer
the contractor shall have no claim compensation for any loss sustained by him by
reason of his having purchased or procured any materials, or entered into any
engagements, or made any advances on account of or with a view to the
execution of the work or the performance of the contract. And in case the
contract shall be rescinded under the provision aforesaid, the contractor shall not
be entitled to recover or be paid any sum of for any work thereto for actually
performed under this contract, unless and until the Executive Engineer shall have
certified in writing the performance of such work and the value payable in
respect thereof and he shall only be entitled to be paid the value so certified.
iv)
Security deposit of the contractor shall be refunded only six months after the date
of completion of the work provided the final bill has been paid and defects, if any
rectified.
2.
The existing Clause – 4 and subsequent clauses shall be re-numbered accordingly e.g.
existing clause – 4 be re-numbered as clause – 3, clause – 5, shall be re-numbered as clause
so on.
3.
This above amendment shall take effect from the date of issue of the order.
4.
This has been concurred in by the Law Department in their U.O.R. No.599 – L dated 28.4.99
and the Finance Department in their U.O.R. No.329-WF-I dated 18.05.99.
CERTIFICATE OF PREVIOUS EXPERIENCE
I/We do hereby declare that the following works have been executed by me / us in the past.
Sl.
No.
Particulars of
works already
executed.
Approximate
amount of each
work.
1
2
3
Name of Dept.
under which the
works were
executed.
4
Period of
Whether the works
commencement were completed in
and period of
stipulated period.
complemention.
5
6
I/ We also note that non-submission of this certificate will render my/ our tender liable for rejection.
Signature of the tenderer
Date :
CERTIFICATE OF TOOLS AND PLANTS
I/ We do hereby certified that the following tools and plants, machineries and vehicles are in my/ our possession in working orders.
i)
ii)
iii)
iv)
v)
I/ We also note that, non-submission of this certificate will render my/ our tender liable for rejection.
Signature of the tenderer
Date :
CERTIFICATE OF NO RELATIONSHIP
I/ We hereby certify I/ We _____________________________________ am/ are not related to any officer of P.W.D. of the rank of
Assistant Engineer and above and any officer of the rank of Assistant Secretary and above in the Works Department. I am also aware
that if the facts subsequently proved to be false my/ our contract will be rescinded with forfeiture of E.M.D. and total security deposit
and I/We shall be liable to make good the loss or damage resulting from such cancellation.
I/ We also note that, non-submission of this certificate will tender my/ our tender liable for rejection.
Signature of the tenderer
Date :
CERTIFICATE OF LIST OF WORKS IN HAND
I/ We do hereby certify that at present the following works are my/ our hand.
Sl.
No.
Particulars of
works now in
hand.
1
2
Amount of each Period in which the Approximate value of Department under
work.
work is stipulated work done against which the work is
to be completed
each work on the
being taken up.
(in months)
date of submission of
tender.
3
4
5
6
I/ We also note that non-submission of this certificate will render my/ our tender liable for rejection.
Signature of the tenderer
Date :