Академический Документы
Профессиональный Документы
Культура Документы
Name of Work:
A/R & M/O PWD Roads under C and ND-Roads division during 2016-17 (SH:Hiring of 1 Nos. mechanical vacuum sweepers for two months.
ESTIMATED COST
:-
Rs. 8,33,050/-
EARNEST MONEY
:-
Rs. 16,661/-
PERFORMANCE GUARANTEE
:-
5% of Quoted amount
TIME PERIOD
:-
02 Months.
Correction - Nil
Executive Engineer
C and ND, PWD
Bhairon Road T-Junction,
New Delhi-110002
AE(P)
EE(P)
rate quotations from specialised agencies / firms of repute for the following works :
Name of work :
A/R & M/O PWD Roads under C and ND-Roads division during 2016-17
(SH:- Hiring of 1 Nos. mechanical vacuum sweepers for two months.
Estimated Cost:- Rs. 8,33,050/-Earnest Money:- Rs. 16,661/Performance Guarantee:- 5% of Quoted amount
Period of completion:- 02 Months
Last date and time of submission of quotation 27.04.2016 3.00 PM.
The
quotation
forms
and
other
https://govtprocurement.delhi.gov.in/
Correction - Nil
details
can
be
AE(P)
obtained
EE(P)
from
the
website
3
NOTICE INVITING QUOTATION FOR e-QUOTATIONING FORMING PART OF BID AND TO BE
POSTED ON WEBSITE
1.
The Executive Engineer PWD Division (C&ND) Road (Old M-413) (GNCTD), Bhairon road, T-Junction,
Ring Road, Near Pragati Power Station, New Delhi-02 on behalf of the President of India invites online
At 3.30 PM on 27/04/2016
Up to 3.00 PM on 27/04/2016
Time Allowed
02 Months
Up to 3.00 PM on 27/04/2016
Rs. 16,661/-
Rs. 8,33,050-
Earnest Money
Name of Work
Estimated Cost
Sl.
No.
item rate quotations from specialised agencies / firms of repute for the following works :
The eligibility criteria for agencies participating for the quotation are as under:
1.
The bidders, who are in possession of 1 nos. mechanised vacuum sweepers meeting the
specification as below either owned or leased (registered) will be eligible for participation for
quotation. They will have to submit definite proof of ownership/lease deed (registered) of
mechanised vacuum sweepers:
Mechanised vacuum sweeping machines having (a) Exhaust air quality within the ambient air
quality standard as notified by Central Pollution Control Board vide notification No. B-29016/20/
90/PCI-L dated 18-11-2009 in respect of PM 10 particles (b) Engine emission norms as legally
permissible in NCT Delhi (presently BS-IV Norms for Diesel machines or CNG engine
machines). (c) Machines with minimum dust tank capacity of 5 cum and minimum sweeping
width of 2 m and fitted with hydraulic dust unloading facility.
Correction - Nil
AE(P)
EE(P)
4
2.
SCOPE OF WORK
(i)
Hiring & operation of Mechanised sweeping of roads by vacuum sweeping machines for cleaning of
PWD Road Carriageway under East Zone with a frequency of 3 days e.g. days nos. 1,4,7,10 ..........
having
(a) Exhaust air quality within the ambient air quality standard as notified by Central Pollution
Control Board vide notification No. B-29016/20/90/PCI-L dated 18-11-2009 in respect of PM 10
particles.
(b) Engine emission norms as legally permissible in NCT Delhi (presently BS-IV Norms for Diesel
machines or CNG engine machines).
All the mechanical operations shall be monitored by GPS based tracking and sensing mechanism as well as
by videography. These records shall be maintained by the agency and submitted to PWD on daily basis.
3.
4.
The intending bidder must read the terms and conditions carefully. He should only submit his bid if he
considers himself eligible and he is in possession of all the documents required.
5.
Information and Instruction for bidders posted shall form part of bid documents.
6.
After submission of the bid the contractor can re-submit revised bid any number of times but before last date
and time of submission of bid as notified.
7.
While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times
(he need not re-enter rate of all the items) but before last date and time of online submission of bid as
notified.
8.
The time allowed for carrying out the work will be 02 Months from the date of start.
List of Documents to be uploaded within the period of bid submission
(i)
(ii)
(iii)
(iv)
The documentary proof of possession of 1 nos. mechanised vacuum sweepers meeting the
specification as mentioned above either owned or leased (registered) will also be eligible for
participation for quotations.
Certificate of Registration for Sales Tax / VAT and acknowledgement of up to date filed return
(Sale Tax / VAT registration certificate should be attached)
Treasury Challan / Demand Draft / Pay Order or Bankers Cheque / Deposit at call Receipt / Fixed
Deposit Receipts / Bank Guarantee of any Schedule Bank towards EMD, copy of receipt of
original EMD.
Correction - Nil
AE(P)
EE(P)
9.
Earnest Money of Rs. 16,661/- in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of
Executive Engineer, PWD M-413, New Delhi).
The original EMD should be deposited either in the O/o Executive Engineer inviting bids or
division office of any EE, PWD, GNCTD within the period of bid submission. (The EMD
documents shall only be issued from the place in which the O/o receiving division office is
situated). The EMD receiving Executive Engineer shall issue a receipt of deposition of
earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender
inviting EE in the NIT.
This receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
1.
2.
3.
4.
5.
6.
1.
2.
3.
4.
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
Name of contractor ...........................................................#
From of EMD ..............................................#
Amount of Earnest Money Deposit ...................................#
Date of submission of EMD ......................................... #
Signature e, Name and Designation of EMD
Receiving officer (EE/AE(P)/AE/AAO)
Alongwith Office stamp
(# to be filled by EMD receiving EE)
A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank
having validity for six months or more from the last date of receipt of bids which is also to be
scanned and uploaded by the intending bidders.
But the bid can only be submitted after deposition of EMD in favour of Executive engineer in the
form prescribed in NIQ and uploading the mandatory scanned documents such as receipt for
deposition of EMD and other documents as specified.
10.
Earnest money so deposited by the bidder shall be converted into performance guarantee deposit. The
balance amount of the performance guarantee shall be recovered from the 1st R.A. bill. The performance
guarantee shall be released after successful completion of the work. In case fresh Bank Guarantee of
equivalent amount valid for contract duration plus one month is submitted by the agency the performance
guarantee amount so deposited/withheld can be released on request of agency.
Correction - Nil
AE(P)
EE(P)
6
11.
The contractor shall obtain a valid licence under Contract Labour (R&A) Act-1970 and the Contract
Labour (R&A) Central Rules, 1971 before the commencement of work and continue to have a valid
licence until the completion of work. The contractor shall also abide the provisions of Child Labour
(Prohibition and Regulation) Act-1986.
12.
The ESI and EPF contribution on the part of employer in respect of this contract shall be paid by the
contractor. The contribution on the part of the employer paid by the contractor shall be reimbursed by
the Engineer-in-Charge to the contractor on actual basis.
13.
The contractor shall comply with the all the provisions of Minimum Wages Act-1948 amended from time
to time and rules framed there under and other labour laws affecting contract labour that may be brought
into force from time to time.
14.
All the statutory taxes (except service tax) in respect of this contract shall be payable by the contractor
and Govt. shall not entertain whatsoever in this respect. However in respect of service tax, same shall
be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the
Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.
15.
Deduction of Income Tax under section 194-C of the Income Tax Act, 1961 shall be made by the
Engineer-in-Charge from the payments made to the contractor.
16.
Based on the measurement of actual execution of work the monthly running account bill be paid to the
agency. The final bill shall be released within 1 month of satisfactory completion of work. The necessary
recovery as per the statutory provision shall be done from R.A. bills & final bill.
Correction - Nil
AE(P)
EE(P)
7
INFORMATION AND INSTRUCTION FOR BIDDERS
1.0
GENERAL : --
1.1
Any information furnished by the bidder found to be incorrect either immediately or at a later
date, would render him liable to be debarred from quotationing / taking up of work in PWD Delhi.
If such bidder happens to be enlisted contractor of any class in CPWD, his name shall also be
removed from the approved list of contractors.
1.2
To assist in the examination of the quotation document, the Department may, at its discretion, ask
any quotationer for clarification(s) which shall be submitted within a stated period of time. If the
clarification(s) as sought are not furnished by the specified date and time, the quotation document
submitted by the quotationer may be rejected.
2.0
METHOD OF APPLICATION:-
2.1
2.2
If the bidder is an individual, the application shall be signed by him above his full type written
name and current address.
2.3
If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full
typewritten name and the full name of his firm with its current address.
2.4
If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm
above their full typewritten names and current addresses or alternatively by a partner holding
power of attorney for the firm. In the later case a certified copy of the power of attorney should
accompany the application. In both cases a certified copy of the partnership deed and current
addresses of all the partners of the firm should accompany the application.
2.5
If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy of
the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of
Association duly attested by Public Notary.
3.0
4.0
SITE VISIT
The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings
himself to collect all information that he considers necessary for proper assessment of the
Correction - Nil
AE(P)
EE(P)
8
prospective assignment. No claim regarding lack of information about the site shall be entertained
at later stage. The detailed information can be had from the office of Executive Engineer, C and ND, PWD
Bhairon Road T-Junction, New Delhi-110002 on any working day between 10.00 AM to 05.00 PM.
5.0
5.1
The department reserves the right, without being liable for any damages or obligation to inform
the bidder, to :
(a)
(b)
Correction - Nil
AE(P)
EE(P)
Correction - Nil
AE(P)
EE(P)
10
FORM FOR EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has
submitted his quotation dated ............. (date) for the construction of .............................................. (name
of work) (hereinafter called "the Quotation") KNOW ALL PEOPLE by these presents that we
......................................... (name of bank) having our registered office at ...................................
(hereinafter called "the Bank") are bound unto ................................................... (Name and division of
The Executive Engineer, PWD M-413, New Delhi. (hereinafter called "the Engineer-in-Charge") in the
sum of Rs. ......................... (Rs. in words .................................................) for which payment well and truly to
be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
(1)
If after quotation opening the Contractor withdraws, his quotation during the period of validity of
quotation (including extended validity of quotation) specified in the Form of Quotation;
(2)
If the contractor having been notified of the acceptance of his quotation by the Engineer-inCharge:
(a)
(b)
Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required;
OR
Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
quotation document and Instructions to contractor
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in
his demand the Engineer-in-Charge will note that the amount claimed by his is due to him
owing
to the occurrence of one or any of the above conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of
quotation as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineerin-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this
Guarantee should reach the Bank not later than the above date.
DATE .............
WITNESS ..................
SEAL
Correction - Nil
AE(P)
EE(P)
11
ADDITIONAL TERMS AND CONDITIONS
1.
The contractor shall provide uniform along with Badge and shoes within 15 days of start of work. In the
event of non compliance a recovery of Rs.25/- per day per employee shall be made. The employee and
labours engaged by the contractor under this contract shall wear neat and clean uniforms alongwith name
badges as approved by Engineer-in-Charge.
2.
Unless otherwise specified, the agreement rates for all items of work of the schedule of quantities are for all
heights, depths, leads and lifts involved in the execution of work.
3.
The contractor shall comply with proper and legal orders and directions of the local or public authority or
Municipality and abide by their rules and regulations and pay all fees and charges of which he may be
liable.
4.
The contractor shall take all precautions to avoid accidents by exhibiting caution boards, red flags, red lights
and providing necessary barriers and all other measures required from time to time. The contractor shall be
responsible for all damages and accidents due to negligence on his part.
5.
The contractor shall give due notices to Municipality, Police and/ or other authorities that may be required
under the law/ rules under force and obtain all requisite licenses for temporary obstructions/ enclosures and
pay all charges which may be leviable on account of his execution of the work under the agreement. Nothing
extra shall be payable on this account.
6.
On account of security consideration and timing of opening of schools, there could be some restrictions on
the working hours, movement of vehicles for transportation of materials, the contactor shall be bound to
follow all such restrictions and adjust the programme for execution accordingly.
7.
The work shall be carried out in a manner complying in all respects with the
requirements of relevant
bye laws of the local bodies, labour laws, minimum wages act, workmen compensation act and other
statutory laws enacted by Central Govt. as well as State Govt.
8.
No residential accommodation shall be provided to any of the staff engaged by the contractor.
9.
The contractor shall take immediate action to attend any complaint downloaded by E-mailed, SMS,
telephone or assigned to him through site order book/verbal instructions from Engineer-in-charge.
10.
Record of log-book duly verified by the concern JE/AE in-charge, GPS etc. and other records will have to be
produced either daily, according to the requirement or when asked to do so by the Engineer-in-charge or his
authorized representative. The contractor shall maintained GPS in the machine at his own cost. The ID and
Password of GPS website indicating machine movement shall be provided to the Engineer-in-charge
11.
All required register will be issued by Engineer-in-charge duly marked in chronological order but the
contractor will have to arrange all such registers/stationery etc. Nothing extra shall be paid on this account.
Correction - Nil
AE(P)
EE(P)
12
12.
The contractor will have to arrange all the required Computer, furniture etc. at his own cost pertaining to his
job and he will take all these things back only after the expiry of the agreement for which nothing extra shall
be paid.
13.
Staff employed by the contractor should be well behaved, polite & courteous. Any complaint against staff on
behaviour shall be taken very seriously and such staff should be removed by the contractor immediately
from the site and arrange replacement for the same failing which the Engineer-in-Charge has to recover as
per corresponding condition.
14.
Safety of the staff employed will be the responsibility of the contractor, PWD will not be responsible for any
mishap, injury/accident or death of the staff. No claim in this regard shall be entertained/ accepted by the
department.
15.
Contractor shall be fully responsible for any damages caused to govt. property by his or his labour in
carrying out the work and shall be rectified by the contractor at his own cost.
16.
Contractor shall have to take instruction from the concerned Executive Engineers/Assistant Engineers/Junior
Engineers of the concerned area.
17.
18.
The contractor shall have to carry out the work other than day to day maintenance according to programme
given by the Executive Engineer / Assistant Engineer / Junior Engineer-in-charge. The contractor shall have
to adhere to this programme failing which he shall be wholly responsible if or any inconvenience caused to
the occupants. No claim for idle labour on any account shall be entertained. The contractor shall depute his
representative daily to the site of work. His name and Signature shall be attested by the contractor for record
in the department.
19.
The contractor shall make his own arrangement for water (including drinking water) and electricity including
charges for temporary connection. However water a electricity if supplied by the department a recovery @
1% for water and actual expenditure on electricity consumption and connection shall be recovered from
contractors R.A./Final Bill.
SIGNATURE OF BIDDER(S)
Correction - Nil
AE(P)
EE(P)
13
TECHNICAL SPECIFICATIONS
1
GENERAL REQUIREMENTS
1.1
The Technical Specifications in accordance with which the entire work described hereinafter shall be
executed and completed by the Contractor shall comprise of the following:
GENERAL TECHNICAL SPECIFICATIONS
The General Technical Specifications shall be the CPWD specification 2009 with up-to-date correction
slips. In the absence of any definite provisions on a particular issue in aforesaid specifications reference
may be made to SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (FIFTH REVISION, August 2013)
issued by the Ministry of Road Transport & Highways, Government of India and published by the Indian
Roads Congress, hereinafter referred to as MORT&H Specifications.
1.2
Deleted
1.4
PARTICULAR SPECIFICATIONS
1.4.1
Mechanised Cleaning of Main Carriageway, Service Road, footpath, Central verge, planters,
sidewalks and other katcha area in ROW (right of way)
1.4.1.1. Scope
(i)
The work shall consist of hiring & operation of mechanised removal and disposal of loose materials such as
dust, debris and rubbish deposited on or along the road; as necessary by using vacuum sweeping
machines.
Safety devices and signs shall be placed as per MORT & H clause no.112
(ii)
The Road sweeper to be deployed for cleaning and sweeping of the Road shall have
(a)
(b)
Exhaust air quality within the ambient air quality standard as notified by Central Pollution Control
Board vide notification No. B-29016/20/90/PCI-L dated 18-11-2009 in respect of PM 10 particles.
Engine emission norms as legally permissible in NCT Delhi (presently BS-IV Norms for Diesel
machines or CNG engine machines).
The Road sweeper shall have additional facility for storage and spraying of water, controlling and
suppressing the dust cloud during sweeping operation. The prime mover and emissions from the Road
sweeper shall conform to emission norms as specified by the Govt. of India for Delhi, from time to time. The
engine emission level should comply with latest norms of Central Motor Vehicles Act applicable to Delhi.
Presently BS-IV norms are applicable in respect of Diesel Vehicle. However CNG driven vehicles will be
preferred.
Correction - Nil
AE(P)
EE(P)
14
i.
ii.
iii.
iv.
1.4.1.3
The sweeper speed of the Road sweeper shall be between 5 to 8 kms. per hour, during sweeping
operation.
The Road sweeper shall be maintained and operated as per the manufacturers guide lines etc., and if
required, the Department will get the operation worthiness of sweeping machine checked by the
manufacturer from time to time.
The work shall be carried out preferably during the night and early (before 6.00 AM) morning time when
traffic density will be minimum. The mechanical road sweeper shall move & sweep generally along the
edges of road with full available sweeping span/width. Any dirt or spillage in between the edges of road
where sweeping is required and even two passes on one carriageway are not sufficient to keep the
road clean, more passes by shifting machine laterally shall be made to clean the road.
Method of Disposal of collected rubbish: It must be ensured that the malba/rubbish collected after
sweeping shall not be stacked around carriageway to provide neat look to the road. The collected
rubbish or malba may either be unloaded to tippers/dumpers or contractor shall provide leak proof
containers of approved design and shape which can be used to offload waste collected by sweeping
machines or by other means. These containers shall be placed at suitable intervals so that sweeping
machines need not to travel to extended distances. These containers shall have arrangements to lift
them with crane/hook-loader. The rubbish so collected shall be disposed off to municipal dumping yard
or at locations approved by the Engineer-in-Charge at no extra cost.
1.4.2
GPS System
1.4.2.1
Scope
The work shall consist of :a. Providing and Installing GPS tracking instrument on identified machines.
b. Operating and maintaining web based GPS Tracking System installed on the machines.
c. Generating requisite MIS Report in both forms i.e. electronic and hard copy etc.
Correction - Nil
AE(P)
EE(P)
15
SCHEDULE OF WORK
Correction - Nil
AE(P)
EE(P)
16
Schedule of Quantity
Name of Work:- A/R & M/O PWD Roads under C and ND-Roads division during 2016-17
(SH:- Hiring of 1 Nos. mechanical vacuum sweepers for two months.
S.No.
Description of Item
Quantity
Unit
25
Per Day
Rate
Amount
Total
Correction - Nil
Executive Engineer
C and ND, PWD
Bhairon Road T-Junction,
New Delhi-110002
AE(P)
EE(P)