Академический Документы
Профессиональный Документы
Культура Документы
List of Contents
1 Press Notes
6. Drawings
PRESS NOTICE
GOVERNMENT OF INDIA
CENTRAL WATER COMMISSION
The Executive Engineer, UBD, CWC, P.O. CR. Building, Dibrugarh, Assam, invites on behalf of the
President of India sealed tenders from the bonafide eligible contractors registered with CPWD,
Railways, MES, P&T (Civil) and State PWD / Govt. Undertakings upto 1500 hours on 18.12.2006 for
the following works (a) Construction of Site office at GDSWQ Site Jagibhakatgaon in
Marigaon District (Assam) at an estimated cost of Rs.5,67,400/-(Rupees five lakhs sixty seven
thousand four hundred only). The Earnest Money Deposit is Rs.11,500/- (Rupees eleven thousand
five hundred only) (b) Construction of office building at G&D Site Bhalukpong in West
Kameng District (Arunachal Pradesh) at an estimated cost of Rs.3,89,100/-(Rupees three lakhs
eighty nine thousand one hundred only). The Earnest Money Deposit is Rs.10,000/- (Rupees ten
thousand only). Both the tenders will be opened at 1530 hours on the same day at the office of the
Executive Engineer, UBD, CWC, P.O. CR. Building, Dibrugarh, Assam, PIN 786 003, Phone No.
(0373) 2314398, 2313905 & Fax No. (0373) 2314398. The Earnest Money should be deposited along
with the tender in the form of A/C payee demand draft only, drawn on any Schedule Bank in favour of
the Executive Engineer, UBD, CWC, payable at Dibrugarh. Tender forms for both the works can be
purchased from this office upto 1600 hours 16.12.2006 on all working days on payment of Rs.500/-
(Rupees five hundred only) through demand draft (non-refundable and non-transferable only). Tender
forms requested by mail will be dispatched by speed post / registered post on payment of an extra
amount of Rs.150/- (Rupees one hundred fifty only). Above tenders can also be downloaded from the
website http://www.cwc.nic.in. In case the tender is downloaded from the website, the firm has to
enclose an A/C payee DD of Rs.500/- (Rupees five hundred only) at the time of the bid failing which
the tender will not be considered. More details are available on website http://www.cwc.nic.in. Tender
forms will be issued to the parties only after their production of definite proof of registration and from
the appropriate authorities of having satisfactorily completed similar works during the last 5 years and
subject to production of latest ITCC.
Executive Engineer
Upper Brahmaputra Division, CWC,
Dibrugarh, Assam 786 003
No.UBD/DIB/DB/NIT-1/2006/
Government of India
Central Water Commission
Upper Brahmaputra Division
2. Estimated Amount :- Rs.5,67,400/- (Rupees five lakhs sixty seven thousand four hundred only)
3. Earnest Money Deposit :- @ 2% of Estimated Cost i.e. Rs.11,500/- (Rupees eleven thousand five
hundred only) by Demand Draft only in favour of the Executive Engineer, U.B.
Division, CWC, Dibrugarh payable at SBI, Dibrugarh.
4. Security Deposit :- @ 10% of the Estimated Cost. This will be deducted from the running and
final bills.
5. Cost of NIT Form :- Rs.500/- (Rupees five hundred only) Non refundable and Non transferable
by Demand Draft only in favour of the Executive Engineer, U.B. Division,
CWC, Dibrugarh payable at SBI, Dibrugarh.
6. Date of Sale of NIT :- The NIT forms can be had from the office of the Executive Engineer, U.B.
Division, CWC, Dibrugarh from 04.12.2006 to 16.12.2006 between 11.00 hrs.
to 16.00 hrs. on all working days.
8. Date of Opening of NIT :- 18.12.2006 at 15.30 hrs. at the office of the Executive Engineer, U.B.
Division, CWC, Dibrugarh by the Executive Engineer
9. Time for Completion of Work :- 120 (one hundred twenty) days from date of issue of work order.
Executive Engineer
U.B. Division, CWC, Dibrugarh
Copy for information to :-
1) The Superintending Engineer, H.O. Circle, CWC, Guwahati.
2) The Executive Engineer, Middle Brahmaputra Division, CWC, Guwahati
3) The Accounts Branch, U.B. Division, CWC, Dibrugarh
4) The Assistant Executive Engineer/The Assistant Engineer, U.B. Sub-Division No-I, II, D(S)K
Sub-Division and Subansiri Sub-Division, CWC, Dibrugarh/ Jorhat/ Nagaon/Itanagar.
5) The Site In-Charge, Jagibhakatgaon
6) Notice Board.
Executive Engineer
U.B. Division, CWC, Dibrugarh
CPWD-6
GOVERNMENT OF INDIA
CENTRAL WATER COMMISSION
1. Item rate tenders are invited on behalf of the President of India by the under signed from the
approved and bonafide eligible contractors registered With CPWD, Railways, MES,
P&T(Civil), and State PWD/Govt. Undertakings for the under mentioned work at
Jagibhakatgaon site office, Central Water Commission, Jagibhakatgaon having sufficient
experience of similar works for works as detailed below
1.1 Only contractors having sufficient experience of similar works shall quote for the works.
While asking for tender forms intending tenderers shall produce proof from the appropriate
authorities having satisfactory completed similar works during the last 5 years which could
be inspected and tender forms is subject to above will be issued only to those firms who fulfill
the above conditions to the satisfaction of the Executive Engineer, Upper Brahmaputra
Division, CWC, Jibon Phukan Nagar, P.O. C.R. Building, Dibrugarh 786003.
2. Agreement shall be drawn with the successful tenderer on prescribed CPWD Form No.8
which is available as a Government of India Publication; Tenderer shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the works will be 120 days from the 10 th day after the date
of written orders to commence the works.
5. Receipt of applications for issue of forms will be stopped by 1600 hours two days before the
date fixed for opening of tenders. Tender documents consisting of plans, specifications, the
schedule of quantities of the various classes of work to be done and the set of terms &
conditions of contract to be complied with by the contractor whose tender may be accepted
and other necessary documents can be seen in the office of the Executive Engineer, Upper
Brahmaputra Division, CWC, Jibon Phukan Nagar, P.O. C.R. Building, Dibrugarh
786003(Assam) between hours of 11:00 A.M & 04:00 P.M. every day except on Sundays and
Public Holidays. Tender documents, excluding standard form, will be issued from his office,
during the hours specified above, on payment of Rs. 500/-(Rupees five hundred only)
through demand draft in favour of Executive Engineer, U.B. Division, CWC, Jibon
Phukan Nagar, Dibrugarh 786003 (Assam) payable at Dibrugarh. Tender forms
requested by mail will be dispatched by speed post/registered post on payment of an extra
amount of Rs. 150/- (Rupees one hundred and fifty Only).
6. The tenderer must produce an Income-Tax clearance certificate in the revised forms as
modified under Ministry of Finance O.M.No.67/30/69/TAL dated 02.07.1970 as amended
from time to time before tender papers can be sold to him.
7. Tenders, should always be placed in sealed envelope, with the name of work and due date
written on the envelops, will be received by the Executive Engineer, Upper Brahmaputra
Division, CWC, Jibon Phukan Nagar, P.O. Central Revenue Building, Dibrugarh 786003
(Assam) upto 15.00hours on 18.12.2006 and bid will be opened by him or his authorised
representative in his office on the same day at 16.00hours.
Copies of other drawings and documents pertaining to the works will be open for inspection
by the tenders at the office of the above mentioned officer.
Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects
or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all
materials, tools & plants, water, electricity access, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a tender by a tenderer implies that he has read this notice and all
other contact documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plants etc. will be
issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
10. The competent authority on behalf of President of India does not bind it self to accept the
lowest or any other tender, and reserves its right to reject any or all of the tenders received
without the assignment of a reason.
The competent authority also reserve its right to allow to the Central Government Public
Sector Enterprises a purchase preference with reference to the lowest valid price bid as per
Government of India rules prevalent on the date of opening of bid.
All tenders, in whom any of the prescribed conditions are not fulfilled or are incomplete in
any respect, are liable to be rejected.
11. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
12. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the tender and the tenderer shall be bound to perform the
same at the rate quoted.
13. The contractor shall not be permitted to tender for works in the CWC Circle (responsible for
award and execution of contracts) in which his near relative is posted as Divisional
Accountant or as an officer in any capacity between the grades of Superintending Engineer
and Assistant Engineer (both inclusive). He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him and who are near
relatives to any gazetted officer in the Central Water Commission or in the Ministry of Water
Resources. Any breach of his condition by the contractor would render him ineligible for
tendering in future in the Department.
15. The tender for the works shall remain open for acceptance for a period of ninety days from
the date of opening of tenders. If any tenderer withdraws his tender before the said period or
makes any modifications in the terms and conditions of the tender which are not acceptable to
the department, then the Government shall, without prejudice to any other right or remedy, be
at liberty to forfeit 50% of the said earnest money as aforesaid.
16. This Notice Inviting Tender shall form a part of the contract document. The successful
tenderer/ contractor, on acceptance of his tender by the Accepting Authority, shall, within 15
days from the stipulated date of start of the work sign the contract consisting of: -
a) The notice inviting tender, all the documents including additional conditions,
specifications and drawings, if any, forms the tender as issued at the time of invitation
of tender and acceptance thereof together with any correspondence leading thereto.
EXECUTIVE ENGINEER
U.B.DIVISION,CWC,DIBRUGARH
PIN 786003
CPWD 8
GOVERNMENT OF INDIA
CENTRAL WATER COMMISSION
Tender for the work of : Construction of Site office at GDSWQ Site Jagibhakatgaon in
Morigaon District under D(S)K Sub-Division, CWC, Nagaon.
Issued to :
_________________________________________________________
(Contractor)
Designation
________________________________________________________
TENDER
I/We have read and examined the notice inviting tender, Schedule A,B,C.D,E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
I/We hereby tender for the execution of the work specified for the President of India within
the time specified in Schedule F, viz., schedule of quantities and in accordance in all
respects with the specifications, designs, drawings and instructions in writing referred to in
Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and
with such materials as are provided for, by, and in respects in accordance with, such
conditions so far as applicable. We agree to keep the tender open for ninety (90) days from
the due date of submission thereof and not to make any modifications in its terms and
conditions.
A sum of Rs.11,500/- (Rupees eleven thousand five hundred only) is hereby forwarded in
Demand Draft of a Scheduled Bank as earnest money. If I/We fail to commence the work
specified I/We agree that the said President of India or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely otherwise the said earnest money shall be retained by him towards security deposit
to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to therein and to carry out such deviations as may be ordered up to
maximum of the percentage mentioned in Schedule F and those in excess of that limit at the
rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of
the tender form.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are
authorised to communicate the same or use the information in any manner prejudicial to the
safety of the State.
I/We agree that should I/We fail to commence the work specified in the above memorandum,
an amount equal to the amount of the earnest money mentioned in the form of invitation of
tender shall be absolutely forfeited to the president of India and the same may at the option of
the competent authority on behalf of the President of India be recovered without prejudice to
any other right or remedy available in law out of the deposit in so far as the same may extend
in terms of the said bond and in the event of deficiency out of any other money due to me/us
under the contract or otherwise.
Postal Address
Witness:
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs. ______________
(Rupees _______________________________________________)
The letters referred to below shall form part of this contract Agreement:
i)
ii)
iii)
Signature...................
Dated............. Designation................
SCHEDULES
SCHEDULE A
1 2 3 4 5
1 2 3 4
2(xiii) Standard CPWD contract Form CPWD form-8 as modified & corrected (Copy
enclosed)
Clause 2: Authority for fixing compensation Superintending Engineer, CWC
under clause 2
Clause 5
I). Time allowed for execution of work: 120 days
II). Authority to give fair and reasonable
extension of time for completion of work:
Superintending Engineer, CWC
ContdP/2
-:- 2 :-
Clause 16:
Competent Authority for deciding reduced Superintending Engineer, CWC
rates
Clause 36 (i):
Minimum qualifications& experience required for Principal Technical Representative
Qualification Graduate Engineer
Discipline to which Principal Technical Civil/Elect/Mech
Representative should belong
Minimum experience of Works 5 years
Recovery to be effected from the contractor in Rs.4,000/- pm for Graduate and Rs.2000/pm
the event of not fulfilling provision of clause for Diploma holder
36(i)
Clause 42
(a)Schedule/statement for determining
theoretical quantity of cement & Not Applicable
bitumen on the basis of Delhi
Schedule of Rates 1997 printed by CPWD
ii)Variations permissible on theoretical
quantities
(a)Cement for works with estimated cost put to
tender not more than IRs. 5 lakhs 3% plus/minus
__________________________________________________________________
S. No. Description of Item Rates in figures and words at which
recovery shall be made from the contractor
1. The bidder should furnish the documentary evidence of his experience in the field for the past
5 years and details of current contract and the certificate of the past supplies and satisfactory
performance.
2. A prospective Bidder requiring any clarification of the bidding Documents may notify the
department in writing, which should reach the Executive Engineer-in Charge at least fifteen
days before the closing date. Written copies of the departments response(including an
explanation of the querry) will be sent to all prospective bidders and this shall form part of
the tender document.
3. At any time prior to the deadline for submission of bids, the department may for any reason,
whether at its own initiative or in response to a clarification requested by a prospective bidder,
modify the bidding documents by amendment in writing, which will be binding on all the
bidders.
4. The bid prepared by the Bidder, as well as correspondence and documents relating to the bid
exchanged by the bidder and the department shall be written in English language. Supporting
documents and printed literature furnished by the Bidder may be in another language
provided they are accompanied by an accurate translation of the relevant passages in the
English language in which case, for purposes of interpretation of the Bid, the translation shall
govern.
5. The bid prepared by the bidder shall comprise the following components
b) All the terms and conditions clearly indicating variation, if any, with tender
requirements;
c) Documentary evidence to establish that the Bidder is eligible to bid and is qualified to
perform the contract if the bid is accepted;
f) Original tender
7) Fixed price. Prices quoted by the Bidder shall be fixed during the validity period of the
Contract and not subject to variation on any account. A bid submitted with an adjustable price
quotation is liable to be treated as non-responsive and rejected.
10) Arithmetical errors will be rectified on the following basis. If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price shall be corrected. If there is a discrepancy between
words and figures, the amount in words will prevail. If the supplier does not accept the
correction of errors, its bids will be rejected.
11) The department will evaluate and compare bids which have been determined to be
substantially responsive, satisfactory & up to mark.
12) The department reserves the right to split the work and award the same to more than one
tenderer.
13) The evaluation for determining the lowest bid shall include:
14) The Bidder shall not contact the Department on any matter relating to its bid, from the time of
the bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional
information to the notice of the Department, it should do so in writing.
15) An affirmative determination will be a prerequisite for award of the work to the contractor.
16) The department reserves the right at the time of contract award to increase or decrease by up
to 50% the quantity of goods and services originally specified in the Schedule of Quantities &
Rates without any change in unit price or other terms and conditions.
17) The work done under this Contract shall conform to the standards mentioned in the Technical
Specifications, as per Annexure-I.
18) The Department or its representative shall have the right to inspect and/or to test the work
done to confirm their conformity to the Contract specifications at no extra cost to the
Department.
19) Should any inspected or tested works/goods fail to conform to the specifications, the
Department shall reject the work/goods and the Supplier shall either replace the rejected
Goods/work or make all alterations necessary to meet specification requirements free of cost
to the Department.
20) The Departments right to inspect, test and, where necessary, reject the Goods after the
Goods arrival at Project site shall in no way be limited or waived by reason of the Goods
having previously been inspected, tested and passed by the Department or its representative
prior to the Goods transportation.
21) The Supplier shall provide such packing of the Goods as is required to prevent their damage
or deterioration during transit to their final destination as indicated in the Contract. The
packing shall be sufficient to withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit and open storage.
Packing case size and weights shall take into consideration, where appropriate, the
remoteness of the Goods final destination and the absence of heavy handling facilities at all
points in transit.
22) Tenderer shall be responsible till the entire stores ordered for arrive in good condition at
destination and are installed, tested and commissioned.
23) Security deposit at 10% of the tendered amount and AGST at 4% or as applicable from time
to time will be deducted from the running and final bill. The EMD will be adjusted from the
running/final bill and security deposit will be released only after successful competition of
guarantee period against no defective in work.
24) The payment shall be made on the successful completion of the work and submission of bill.
25) The Income tax @ 2% as per codal provisions shall be deducted at source from the bill.
26) Certificate on account of taxes payable/paid to the Government shall be given by the
contractor.
28) No materials including cement, steel and other building materials will be supplied by the
Department and the same to be arranged by the Contractor himself duly got approved by the
competent authority.
29) These additional conditions shall be applicable in addition to the other general conditions of
the contract. Where there is conflict between the two sets of conditions, these additional
conditions shall prevail.
30) Any corrections/ cuttings in the tender document shall be initialed by the bidder.
31) The contractor shall take all necessary precaution so that forest trees and plants are not
destroyed. In the event of any damage to trees and plants the contractor shall be fully
responsible, The contractor shall also ensure that none of his workers or their family members
cut any trees in the area of the project failing which the contractor shall be held liable for the
act of such worker or their family members.
32) The contractor shall ensure free supply of fuel to each of the workers engaged on the works
under the contract, throughout the contract period for their daily needs.
33) The contractor shall always give preference to the employment of unskilled,
semiskilled/skilled labour and workmen from the local area. The contractor shall adhere to all
the prevailing labour laws and acts.
34) The contractor will provide suitable/congenial conditions and atmosphere, and maintain law
and order during the execution of work.
35) The contractor shall comply with the provisions of relevant standards and code of practices
like current edition IS codes and shall own liabilities on account of default, if any.
36) Contractor shall be responsible for providing, erecting and maintaining all safety signs
necessary for the safety of those working on or passing through the site.
37) Not withstanding the contractors obligation to comply with the requirement of the safety
manual the contractors attention is particularly drawn on the following requirements
specified.
A) The contractor shall be responsible for providing operating and maintaining a first aid
station at the site at his own cost for treatment of his employees.
38) On completion of the work to the satisfaction of Engineer-in-charge, the contractor shall
remove all equipment, material temporary facilities remains, rubbish, debris and excess
excavated soil resulting from his work area and from other area placed at his disposal by the
Project from public path, roads and from streams and ditches and shall restore all these places
to proper conditions to the satisfaction of the Engineer-in-charge.
39) The contractor should be well concerned with any statutory rules, regulations as may be
prevalent in the respective territory and the contractor shall indemnify and keep the Project
free from and against such liability.
40) The contractor should ensure that local inhabitation/structures falling into vicinity of work are
not disturbed while executing the job. Damage, if any, occurring due to negligence of the
contractor shall be to his account.
41) The contractor shall make his own arrangement for electricity, and water required for both
drinking and construction works.
42) The contractor shall provide an experienced foreman/supervisor and technicians to perform
the work covered here in. The Project has the right to require the removal of any personnel
from the work, who in its opinion are not qualified, unwilling or are unable to perform the
work and responsibilities assigned to them by the contractor
Executive Engineer
Upper Brahmaputra Division, CWC,
Jiban Phukan Nagar,P.O. C.R.
Building,
Dibrugarh, Assam. PIN 786 003
ANNEXURE - I
SCHEDULE OF WORK
EXECUTIVE ENGINEER
U.B.DIVISION,CWC,DIBRUGARH