Вы находитесь на странице: 1из 3

NORTH DELHI MUNICIPAL CORPORATION

OFFICE OF THE EX. ENGINEER (M)-I/KPZ


KESHAV PURAM: DELHI-110035
E-Mail ID: eem1kpz@gmail.com

NIT No. E.E.(M-I)/KPZ/TC/2019-20/13 DATED: 09.08.2019


NOTICE INVITING TENDER

Start date of sale/download of tender document : 09.08.19 upto 5:00 P.M.


Last date tender Document online Submission : 16.08.19 upto 02:00 P.M.
Opening of financial Bid : 16.08.19 upto 02:15 P.M.

For ONLINE TENDERING TIME TABLE PLEASE REFER- www.tenderwizard.com/NORTHDMCETENDER. Online tenders rates
basis are invited for the execution of the following works from the approved and eligible contractors of MCD and will
be received as per time table and will be opened on 16.08.19 at 02:15 P.M. on website www.tenderwizard.com/
NORTHDMCETENDER by Ex. Engineer (M-I) KPZ, Keshav Puram, Delhi-110035 in the presence of the contractors, if any.
The registered contractors of MCD only are eligible to tender for the amount they are registered in their respective
category subject to the condition that they are neither blacklisted nor debarred at the time of purchase of tenders. Conditions
given in the printed NIT form A-32 as per Chapter –IV, Clause-9 of the Municipal Accounts Code Part-I will hold good. The
contractors will have to give a declaration about the name of their relatives employed in MCD alongwith each tender. The
contractors will have to submit a list of works, which are in hand at the time of purchase of tenders. The list shall have the
following information: (a) Name of work, (b) Name of Division, (c) Amount of work, (d) Date of completion as per agreement, (e)
Position of work, (f) Remarks (Reason for delay, if any).
In addition to the enlisted contractor of the MCD in the relevant category, all contractors already registered with CPWD,
MES Railways and other Central Govt. Department, Delhi PWD, DDA & NDMC and having a valid local Sales Tax number of Delhi
and having Computerized Hot Mix Plant in the near vicinity of Delhi in satisfactory running conditions and also possessing tandom
rollers/ vibratory roller/ pneumatic tyred rollers and pavers finisher with censor device shall be allowed to tender in the
Municipal dense carpet works.
The works shall be carried out as per prevailing M.O.S.T. specification IIIrd revision 1995 for roads & bridges and NIT
conditions. The contractor should posses the Computerized Hot Mix Plant in the near vicinity of Delhi in satisfactory running
conditions, tandom roller/ vibratory rollers/ pneumatic tyred rollers and pavers finishers with Censor Device and also possessing
the requisite machinery for carrying out the work for which they shall submit an affidavit at the time of purchase of tenders. Only
those tenderer who have executed works upto total amount (turn over) of 40% of the amount put up to the tender or Rs. 2.00
crore whichever is maximum during the previous financial year shall only eligible to tender.
Bidding documents may be downloaded from the website www.tenderwizard.com/NORTHDMCETENDER. Both tender
cost and earnest money can be paid through Net Banking/Credit/Debit Card or can be deposited in the form of Challan generated
from the website. If any holiday falls on above dates, the N.I.T. sale/ opening will be deferred on next working day.
Conditions of clause -7, Clause-9 & Clause 9-A regarding payment of bills as issued vide no. D/EE(P)-III/27/2006-07 dated
19.05.2006 and Clause 10-CA regarding payment due to increase/ decrease in price of cement, steel & bitumen as issued vide no.
D-08/EE(P)-III/NDMC/2012-13 dated 27.11.2012 will be applicable. Clause 9 has been amended to the effect that no interest will
be payable by MCD if delay in payment is due to non-availability of the funds in the concerned Head of account. It has further
been categorically stated in amended clause 9 of the said terms and conditions that passed bill will be paid only after clearing
bills of other contractors already pending in queue as issued vide No. LAW(HQ)/NDMC/2014/158 dated 17.1.2014. The payment
will be made as per guideline of Head Quarter i.e. Civic Center and availability of budget under relevant head of account i.e.
XL-VIII-R-I & XL-III-D-IV. The contractor shall be liable for disciplinary action as per the provisions of enlistment rules issued vide
no. G-IV/ADC/Engg/HQ/2012/1727 dated 02.03.2012. Clause 36 regarding employment of technical staff & employees has been
amended vide circular no.D-08/EE(P)-III/NDMC/2014-15 dated 06.05.2014 . The contractor shall have to display a board at site
after award of work mentioning following points :- (a) Name of work (b) amount of work (c) name of the contractor (d) date of
start (e) date of completion (f) specifications of work.
The following conditions shall also apply:
I. Quality assurance/ Audit of works by the approved testing organization as per MCD resolution No. 573 dated 13.03.03
will be carried out and decision of the same will be applicable on the contractor.
II. The contractor himself as per terms & conditions of the department if any, will arrange Cement/ Steel. The contractor
should have a valid Sales Tax No. or GST Bill applicable.
III. If the rate quoted by the lowest tenderer are found abnormally low the payment to the contractor for the work shall
only be made after inspection by the Quality Control Cell at different stages and these findings shall be final and binding
on the contractor. All the testing charges from the independent laboratory shall be borne by the contractor. In case, the
lowest contractor fails to commence/ complete the work within the stipulated period, the contractor shall be liable for
disciplinary action as per the provision of the enlistment rule/ instruction issued from time to time.
IV. Circular No. D/4/EE/(P)-III/06 dated 07.03.06 regarding security deposit and Circular No. D/398/EE(P)-III dated 17.06.05
regarding earnest money will be applicable. Circular No. D/SE(QC)/2006/1571 dated 25.10.06 regarding the quality
assurance of work, Circular No. SE(QC)/06-07/D-2816 & 2817 dated 20.02.07 regarding addition of due weightage I
justification of rates, Office Order No. D-167/EE(P)-III/2006-07 dated 11.12.06 regarding deletion of arbitration clause
from general condition of contract shall be followed and applicable and Circular No. D-08/EE(P)-III/NDMC/2012-13 dated
27.11.12 regarding clause 10-CA of general condition of contract will be applicable. The requisite charges fee for third
party quality assurance will be borne by the contractor. As per circular issued by E.E.(P) III dated 11.12.2006, arbitration
clause/Clause 25 of the General Conditions of the Contract regarding settlement of disputes & arbitration has been
deleted. The circular No. D/4/EE(P)III/06 dated 7.3.2006 issued regarding security deposit by the contractor
V. As per instruction GST will be applicable & as per circular of ME-cum-E-in-C, NDMC No. ENC/NDMC/ 2017-18/ D-155
Dated 10.07.2017, the Security deposit shall not be refunded to the contractor before the expiry of one year from the
date of completion of work & Security deposit shall not be refunded to the contractor till he produce the clearance
certificate from the labour officer.
VI. As per Circular No. EE(P)-III/471 dated 22.02.06, weightage @ 1.00% on aggregate value of work will be added for labour
cess which is to be deducted from contractor on total cost of work order.
VII. All the Design/Drawings should be got checked from Planning Deptt./Competent Authority by the contractor.
VIII. District Urban Development Agency North West shall assure Quality Assurance and Technical Audit at the time of
execution of work 70% completed in the works of DUDA head of A/c :XL-VIII-S.
IX. It is imperative upon the part of the contractor to ensure that one meter space around each and every tree be left as
open space so that there should not be any impediment towards the percolation of water which is of utmost necessity
towards the growth of the trees and if the contractor does not abide the same and if any tree is damaged due to the
work undertaken by the contractor, he shall be penalized for the same.
X. The progress of works shall be monitored both in physical and financial terms on the monthly basis by District Urban
Development Agency (North West).
XI. The agencies at whose disposal MLA funds have been placed must under account constituency wise along with details of
work executed and get a certificate from MLA relating to satisfactory of works just after completion of work.
XII. The Executive Agency will inform to Urban Development department at the time of execution of work 70% completed
for Quality Assurance and Technical Audit.
XIII. All the NGT orders & Circular Vide No. D-09/EE(P)-III/North DMC/ 2015-16 Dated 09.06.2015, relating to the sites of
construction in context of air pollution etc. and relating to hazardous to labours are binding on the part of contractor.

Bitumen shall confirm to grade and quality as specified in the nomenclature of items. Bitumen required for works shall be
purchases and brought at site, by the contractor from approved manufacturer and stored properly. The contractor shall be
required to submit the following document:-

I. Photo copy of the invoice in duplicate from the manufacturer as a proof of procurement of fresh bitumen.
II. The name of the work shall be written by the contractor on the photocopy of invoice. The photocopy will self-attested
by the contractor certifying that this is a true copy of original invoice. This attestation will be done by the contractor in
the presence of the Engineer-in-charge of Divisional Accountant.
III. One photocopy of the invoice, self-attested by the contractor will be given to Engineer-in-charge at site or Divisional
Accountant.
IV. Every Contractor shall put tarpaulin on scaffolding around the area of construction and the building. No person including
contractor can be permitted to store any construction material particularly sand on any part of the street, roads in any
colony.
V. The construction material of any kind that is stored in the site will be fully covered in all respects so that it does not
disperse in the Air in any form.
VI. All the construction material and debris shall be carried in the trucks or other vehicles which are fully covered and
protected so as to ensure that the construction debris or the construction material does not gate dispersed into the air
or atmosphere in any form whatsoever.
VII. The dust emissions from the construction site should be completely controlled and all precautions taken in that behalf.
VIII. The vehicles carrying construction material and construction debris of any kind should be cleaned before it is permitted
to ply on the road after unloading of such material.
IX. Every worker working on the construction site and involved in loading, unloading and carriage of construction material
and construction debris shall be provided with mask to prevent inhalation of dust particles.
X. Every contractor and or builder shall be under obligation to provide all medical help, investigation and treatment to the
workers involved in the construction of building and carry of construction material and debris relatable to dust emission.
XI. Compulsory use of wetjet in grinding and stone cutting.
XII. Wind breaking walls around construction site.

Special condition to be incorporated in NIT to comply directives of Hon'ble National Green Tribunal and EIA Guidance
Manual.
1. The contractor shall not store/ dump construction material or debris on metalled road.
2. The contractor shall get prior approval from Engineer-in-Charge for the area where the construction material or
debris can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic/
inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such
permissible storage.
3. The contractor shall take appropriate protection measures like raising wind breakers of appropriate height on all
sides of the plot/ area using CGI sheets or plastic and / or other similar material to ensure that no construction
material dust fly outside the plot area.
4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction purposes/ or
are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall
take every necessary precautions that the vehicle are properly cleaned and dust free to ensure that enroute their
destination, the dust, sand or any other articles are not released in air/ contaminate air.
5. The contractor shall provide mask to every worker working on the construction site and involved in loading,
unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.
6. The contractor shall provide all medical help, investigation and treatment to the workers involved in the
construction of building and carry of construction material and debris relatable to dust emission.
7. The contractor shall ensure that C&D waste is transported to the C&D waste site only and due record shall be
maintained by the contractor.
8. The contractor shall compulsory use of wet jet in grinding and stone cutting.
9. The contractor shall comply all the preventive and protective environment steps as stated in the MoEF guidelines,
2010.
10. The contractor shall carry out on-road-inspection for black smoke generating machinery. The contractor shall use
cleaner fuel.
11. The contractor shall ensure that all DG sets comply emissions norms notified by MoEF.
12. The contractor shall use vehicle having pollution under control certificate. The emissions can be reduced by a large
extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be used to ensure speed reduction. In
cases where speed reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to nearby
paved areas.
13. The contractor shall ensure that the construction material is covered by tarapaulin. The contractor shall take all
other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage.
14. The paving of the path for plying vehicles carrying construction material is more permanent solution to dust control
and suitable for longer duration projects. The NIT approving authority shall carry out cost benefit ratio analysis of
the same.

The relevant files and other concerned papers can be seen and detail, terms and conditions may be obtained from the
office of the Ex. Engineer (M-I)/ Keshav Puram Zone, Keshav Puram, Delhi-110035.

Rates
Tender Earnest Time of Cost of
Sr. Head of Estimated Hold
Name of Work Amt. Money Comp- Tender
No A/c Amt. (Rs.) Good
(Rs.) (Rs.) letion (Rs.)
for
Const. of Common Toilet Block at DP 3 6
1. XL-VIII-S 689000 757900 13800 500/-
Market, Pitampura, C-64/KPZ. Months months
Imp. Dev. of drainage system and lane by
providing RMC from H. No. GP-107 to GP- XL-VIII-S 3 6
2. 1487840 1636500 29800 500/-
119 in GP-Block, Pitampura Ward No. C- (d) Months months
64/KPZ.
Imp. Dev. of drainage system and lane by
providing RMC from H. No. GP-13 to GP-25 XL-VIII-S 3 6
3. 1505954 1656500 30200 500/-
in GP-Block, Pitampura Ward No. C- (d) Months months
64/KPZ.
Imp. Dev. of drainage system and lane by
providing RMC from H. No. GP-42 to GP-56 XL-VIII-S 23850 3 6
4. 1191724 1310800 500/-
in GP-Block, Pitampura Ward No. C- (d) Months months
64/KPZ.
Imp. Dev. Walkway of Parks near Choupal
XL-VIII-Z- 3 6
5. and along CTC at Singhalpur Village, 1167271 1058000 23350 500/-
F-I Months months
Shalimar Bagh (S) in Ward No. C-63/ KPZ.

Copy to: All Concerned Ex. Engineer (M)-I/KPZ

Вам также может понравиться