Вы находитесь на странице: 1из 22

1

GOVERNMENT OF INDIA DEPARTMENT OF SPACE SDSC : SHAR CONSTRUCTION & MAINTENANCE DIVISION

Issue to: Shri/ M/s ______________________________________ ______________________________________ ______________________________________ ______________________________________ Signature: ______________________________ Engineer-In-Charge(Tech) CMD / SDSC SHAR

TENDER FOR TERM CONTRACT

Term contract for execution of Minor/ Maintenance Civil & PH Works for the year 10-11 . Estimate Cost : Rs. .. lakhs

TENDER NO: .

GOVERNEMENT OF INDIA DEPARTMENT OF SPACE SDSC :: SHAR SRIHARIKOTA-524 124 CONSTRUCTION & MAINTENANCE DIVISION

SCHEDULE OF TERM CONTRACT (FOR MINOR / MAINTENANCE CIVILWORKS)

Term / Rate contract for execution of minor works / maintenance works Civil & PH / works in area, .

Tender Amount: Rs. . Lakhs


Ref: Schedule of rates for Civil & PH works . approved by

Our rates are -------------- % (--------------------------------------Percent only) with reference to the SOR mentioned above for all the items of works.
The Tenderer shall mention the tender premium % both in figures and words. The entire quantity of cement required for the work shall be procured by the Contractor Steel will be issued by the Department as per schedule A.

The quoted T.P shall be inclusive of all taxes.

Signature of the tenderer: Name & Address

Pan No. TIN No.

DETAILS TO BE FURNISHED BY THE TENDERER


(If the tenderer fails to furnish the following information, then his offer is liable to the rejected) 1. a) b) c) d) 2. ORGANISATION: Name of the firm / Contractor. Registration number. Value of registration. Validity of registration : : : :

FINANCIAL CAPABILITY: ( Total value of work carried out during the last 3 years) Year 2009-2010 2008-2009 2007-2008 Value of work

3.

EXPERIENCE: Details of works carried out during the last three years period (April, 2007 Jan 2010) Name of work Work order number and date Value of work Period of completion

Note: 1. Only major woks carried out by the tenderer need be included. 2. Xerox copies of the work orders shall be enclosed.

4.

ORGANISATIONAL STRUCTURE EXPERIENCE OF STAFF) Number Engineers Supervisors Mistries

(INCLUDING

QUALIFICATION

&

Qualification

Experience

5.

RESOURCES: Number Jeep Motor cycle Tractors Mixer machine Vibrators

6. a) b) c) d) 1. 2. 3.

PLAN OF ACTION FOR EXECUTING THE PROPOSED WORK: Number of Engineers proposed to be employed. : Number of Supervisors proposed to be engaged. : Number of Mistries proposed to be engaged. : Number of Equipment / Machinery Proposed to be deployed for the work. Mixer Machines. Vibrators. Levelling instruments.

Note: Qualification and experience of staff, proposed to be deployed shall be mentioned.

Signature of the tenderer Name & Address

GOVERNMENT OF INDIA DEPARTMENT OF SPACE SDSC : SHAR Sriharikota-524 124

Term/Rate contract for execution of Minor works/ Maintenance works. 1. Term/Rate contract is not a contract for works by itself and is only for the limited purpose of enlisting the contractors with their quoted/accepted rates for various items of Civil and Electrical discipline, described in current schedule of rates SOR 2009-10 in respect of Civil & PH works for executing minor / maintenance works in EMD, SDSC SHAR, during the tenure of term / rate contract. The specification mentioned in current schedule of rates in force are only brief and to be read in conjunction with the relevant IS codes. The tender shall be submitted in the printed form annexed to this terms. The term/rate contract is valid for one year from the date of acceptance of the tender and extendable for one more year based on mutual agreement and performance. The rates to be quoted by the tenderer shall be in the form of percentage excess or less than schedule of rates as a whole in force for such items, as approved by the Director, SDSC SHAR. All works proposed to be executed during the currency of the term contract, shall be separately estimated incorporating the accepted rates and clear work order in each case shall be issued in favour of the successful tenderer. All the works for which the clear work orders shall be placed in favour of successful tenderer shall be governed by the separate terms and conditions applicable to petty works or item rate contracts as the case may be. The tenderer shall peruse all the booklets containing such conditions as mentioned in (7) above, in the office of the Gr.Head, CMG, SDSC SHAR and also sign the declaration appended herein below for having perused and for having committed to the said conditions in the execution of the minor works. The maximum value of each minor work proposed to be executed shall not exceed Rs. 10.00 lakhs. However, the value of maintenance work may exceed Rs. 10.00 lakhs depending on the nature of work. Department do not assure any guarantee towards the value of the minor / maintenance works to be executed during the tenure of the term contract. Approximate value of such works in a year is given as below. SDSC SHAR Civil works - Rs. 25.00 lakhs

2. 3. 4. 5. 6.

7.

8.

9. 10.

The Department reserves the right to execute any work, under term contract or under any other contract. However, the contractor cannot refuse to undertake any work, awarded by the department, during the currency of the contract. 11. All minor works proposed to be executed during the currency of the term contract, shall be commenced within 15days of from the date of issue of a clear work order or letter of intent and shall be completed within the stipulated time mentioned in the said work order. No work with period of completion of more than six months shall be entered under this term contract. In case the period of completion is extended beyond the tenure of the term contract the contractor do not have any claim what so ever on that account. The earnest money deposit paid is returnable after the expiry of the term contract. The contractor shall pay a security deposit at the rate of 10% of each clear work order and is recoverable proportionately from the running bills and the security deposit so recovered is returnable after the expiry of the defect liability period as indicated in the general conditions of the contract.

12. 13. 14.

15.

At no point of time, the contractor during the currency of the term/rate contract shall have liberty to refuse to accept the clear work orders placed on them and in that event the CMG paid along with the tender shall be fully forfeited. The decision of Grup Head, CMG, SDSC SHAR, shall be binding and final. Not withstanding the above clauses, the successful tenderer shall abide by all the conditions of contract for all the works for which clear work orders are issued during the currency of the contract as if the works are awarded to him through regular call of tenders except that rates for various items above are prefixed. The rates for any extra / additional / substitute items, not covered in the work-order schedule shall be worked out as per clause 12/12A of general conditions of contract read along with other relevant clauses of the contract. The Officer inviting the tenders shall have the right to reject all or any of the tenders without assigning any reason and will not be bound to accept the lowest tender always. Declaration

16.

17.

18.

1.

I/We here by 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 the same or use the information in any manner prejudicial to the security of the Country. I/We have perused in detail and examined closely copy of 'General Rules and Directions for Guidance of Contractors' kept in the office of the Group Head, CMG, SDSC SHAR, Sriharikota and I/We agree to be bound and comply with all conditions there in for all works.

2.

Signature of tenderer: Address:

Date:

IMPORTANT CONDITIONS OF CONTRACT

1.

The intending tenderer should submit the tender in complete shape i.e. all conditions should be fulfilled and rates shall be quoted both in figures and words. Any corrections in rates should be duly initiated by the tenderers. In addition to covering letter (if any), 6 of General Rules and directions for the guidance of the contractors i.e. "Memorandum item rate tender" should invariably be filled and signed by the tendered. In token of having gone through the various aspects of tender documents all the pages should be signed and stamped, including the enclosed pages, while submitting their offers. Earnest Money Deposit (EMD) in the prescribed form shall be enclosed along with Tender offer, and tenders without EMD are liable to be rejected. The tenderers attention is invited to "General Rules and Directions for the guidance of contractor 2009 Edition, the declaration for standard specification shall be invariably signed by the tenderer with date, stamp at the appropriate place before submitting their tenders. Tenders received without signature shall be held invalid. Clause 10CC of above condition is not applicable for this tender. The tenderer shall return the tender documents and drawings in full even if a blank tender is submitted. Tender drawings forming a part of tender documents shall also be invariably signed by the tenderers while submitting their tender offers. Labour camps will not be permitted to be build within the fenced area of the Department. However a suitable place will be identified by the Department only to construct a Temporary office-cum-cement stores shed of the contractor for the duration of work and shall be demolished and site cleared on completion of work.

2.

3.

4.

5. 6. 7.

8.

9.

The contractors have to follow strictly the regulation of the Department at the work site regarding entry of personnel, material etc., and any other regulation that might be enforced form time to time. Contractors personnel / worker should possess valid passes and should produce the passes to security / Department authorities when demanded. Contractors personnel / workers should not enter the Department premises other than those for whom the passes are issued and also should not enter after / before working hour without obtaining prior approvals. Any person found in the Departmental premises without authorised passes, during, before or after working hours in liable for action as per the Departmental procedures and rules. All materials and articles brought by the contractor to the work site shall have to be declared at the security gate. Similarly, no materials shall be taken out form the Departmental premises without proper gate pass which will be issued/ caused to be issued by the Engineer-In-Charge to the Contractor on written request. It is to be noted that loading of contractor's materials in vehicles and trucks shall be done in the presence of Department personnel. The contractor's representative will have to escort the materials till the security check is over. For working on Sundays, holidays and late hours, even though permission will be accorded by the Engineer in charge the contractor will have to make application to the Security Department also and keep them informed well in advance. Any breach of above security regulations and rules in force form time to time will be viewed seriously. No claim whatsoever will be entertained by the Department on account of observance of Security Regulations.

10.

Whenever drawings / instructions are issued contemplating extra / substitute items, it will be treated as an order on the contractor. If the contractor feels that the execution of an item as per drawing / instructions involves additional work not contemplated in the item description given in the work order, then the contractor must give rate analysis for the item and get it approved by the Engineer-in-charge, before taking up the work. In case the work is carried out by the contractor without the rate being got approved by the Department, the contractor hereby agrees to the rate to be approved by the Department later. Any item in the work order will be read along with the relevant drawing. The tenderers are requested to refer to the tender drawings and any clarifications regarding the levels must be obtained before submitting their offer. If lead / lift / height / location is not mentioned in the description of the agreement item it is to be taken that the item has to be carried out at all heights / leads / lifts / locations and no extra shall be paid on this account. The contractor should note that Southwest monsoon and Northeast Monsoon bring heavy rains to this site of work. No extra payment will be admissible towards de-watering in all the items below ground level. The normal water table leveled at Sriharikota Island is about 2.5 m below ground level during summer and at ground during rainy season. Hence, well point de-watering system shall be installed and de-watering shall be continued till all the works up to ground level are completed. The rates quoted for earthwork, concreting, masonry works below ground level etc., should include this component of dewatering also. If there is any delay by the Department in arranging clearances for work, the contractor is eligible only for extension of time. The contractor shall be always in touch with the Department and ascertain when such clearances will be used and accordingly arrange labour and machinery. Under no circumstances compensation due to any idle labour, or machinery or loss of profit due to the delay by Department shall be claimed. When the R.A Bills are accepted by the contractor, in the absence of any specific mention, it will be construed that contractor accepts the measurements in the bill. Wherever part rates / provisional rates are only released by Engineer-in-charge in the R.A. bills for extra items, rates released are to be treated as advances, against the rates to be finally approved by the competent authority and the part rates released in R.A bills shall not bind the Department. It is the responsibility of the contractor to prepare and submit the running account bills and final bill. In case, the contractor can not do the same and requests the Department to prepare the R.A / final bills, contractor has no claim for any delay in preparation of these bills by the Department. For any special items like anti-termite treatment, waterproof treatment, tarfelt work and other such items, guarantee shall be furnished by the contractor to the extent mentioned in the relevant item. If the contractor fails to submit the guarantee before the date of completion, no payment will be made for the items of work and any amount paid for the work in earlier bills will be recovered in the final bill, and in case of defects noticed in the above items of work within the guarantee period, Department has the right to get the defects attended at risk and cost of the contractor without any further notice. The contractor of this work should work in co-operation with all other agencies likely to work in this area / site. The contractor shall not cause inconvenience to other contractor / (s) working there and shall not have any claim against the Department, if there is any delay / hindrance caused to his work by other agencies except for suitable extension of time, if felt reasonable by the engineer-in-charge and any hindrance caused by other agency working in the same site should be brought to the notice of engineer-incharge immediately on occurrence.

11.

12. 13.

14.

15.

16.

17.

18.

19.

20.

21.

10

22.

Contractor or his representative shall be present while taking measurements and so far as concealed items like reinforcement, work below ground level / road level / bed level etc., contractor shall not have any claim regarding discrepancies on the measurements at a later date. The measurement recorded for concealed items by the Department and accepted once by the contractor are final and binding. The contractor should provide double scaffolding for construction / finishing works and quoted rate includes the same. No holes in the masonry shall be permitted. All scaffoldings and stagings for formwork shall be from ground level for all heights and depths. No extra payment will be admissible for staging and scaffolding for any heights or depths and rates for items quoted should include this component irrespective of whether a specific mention is made or not in all the items for clarity. Removal of scaffolding/centering for RCC members shall be done only with the specific approval of the Engineer-in-charge in writing. If any scaffoldings/centering is removed prematurely, and / or if any damage has happened, the contractor shall dismantle and reconstruct the member at his cost. It is the responsibility of the contractor to work out the requirement of materials as per approved drawing. If during execution any materials are found surplus and even in case secured advance was paid by the Department for these materials, Department shall restrict the secured advance and contractor should take back the surplus materials and dispose at his cost. No claim on this will be accepted by the Department. For the item of Pre-cast mosaic tiles, cement required shall have to be arranged by the contractor only. At the commencement of the work, the contractor shall intimate the Engineer-in-charge about the name of the person whom he wished to keep as site engineer along with documentary evidence on the qualification, year of passing etc., of the Engineer. Contractor shall arrange proper and safe storage of all the materials / equipment either brought by the contractor or supplied by the Department. In case of any damage due to cyclone, earthquake or any other phenomena on which Department has no control, it is the responsibility of the contractor to make good the losses or damages and no claim on the department shall be entertained in this regard. If certain materials available in the market at the time of quoting of the tender, become scarce or not available at the time of issue of work under, the contractor shall immediately (within 15 days from the date of the work order) bring this to the notice of Engineer-in-charge along withdocumentary evidences to this effect. Further contractor should submit alternate materials / proposal for accomplishing the work for the approval of Engineer-in-charge. If no such intimations / proposal is submitted to Engineer-in-charge within 15 days from the date of work order, contractor should procure such materials. In case of failure on this account or stoppage of the work on the plea that such materials are not available in the market, Department reserves the right to terminate the contract or get the item completed through any other agency at the risk and cost of the contractor. The contractor shall not stock / dump his materials on the road causing inconvenience to the public. Engineer-in-charge reserves the right to get the quantities in excess, beyond 25% of the quantities provided in the work order, executed through the same agency or any other agency. However, Contractors are requested to ensure that prior approval of the Engineer-in-charge is obtained before executing the excess quantities as stated above. In case the excess quantities are executed by the contractor without the prior approval of the engineer-in-charge, the rate decided by the engineer-in-charge in this regard will be final and binding on the contractors. In the unit column and quantity column (a) abbreviations M/Rm./Mtr/m/ shall be a "metre" in length (b) abbreviations SQm/sqm/SM/sm/M2 shall mean "square metre" in area, (c) abbreviations M3 /Cum/m3 shall mean "cubic metre" in volume, (d) abbreviations Kg/KG shall mean "Kilogram" in weight and (e) MT/mt shall mean "Metric Tonne" in weight.

23.

24.

25.

26. 27.

28.

29.

30. 31.

32.

11

33.

Attention of tenderer / contractor is also invited to the provisions in clause No. 9(f) of Special conditions of contract on Page No. 66 of printed booklet which shall be strictly applied to resolve any clarifications on the specification on the specifications/details of working and scope of the item of work and the decision of the Engineer-in-charge shall be binding and conclusive in this regard. If details are insufficient for offering of rates the Tenderers shall approach the office of the CMD, SDSC SHAR for clarifications before submitting their tender offer. Failure to do so shall not absolve the Tenderers / Contractors from their duty in complying with the instructions and decisions of Engineer-incharge in such matters during the progress of works at no extra cost to the Department. All supply items should confirm to relevant IS standards and must be procured form approved companies or their authorised dealers only. Samples must be got approved by Engineer-in-charge before supplying the materials. All special works like false ceilings, wall panelings, partitions, false flooring, aluminium doors/glazing, PVC doors, under decking insulation, anti termite treatment, tarfelting, acoustic treatment etc., should be got done through reputed agencies dealing with corresponding items of work. The technical literatures / manuals, information brochure, and samples of certain new materials kept in this office may be persued by the Tenderes during office hours. For all earth work excavation items the depths indicated are from the existing natural ground level. The earth work excavation in foundation shall be measured to the area of foundation concrete and with sides assumed vertical. No extra payment will be allowed for removing the earth falling into the foundation while de-watering the foundation trench or due to not providing shoring / strutting to retain the sides of the trench. The following may please be noted regarding the finishing items. a) The plaster mix specified is for cement : Fine river sand.

34.

35.

36.

37.

38. 39. b)

The wording "more coats" indicate the additional coats to be painted wherever the desired finish has not been achieved after the application of the specified number of coats given. No extra payment will be made for the additional coats required to be rendered on account of the above and the decision of the Engineer-in-charge in this regard in final binding on the contract. c) For plastering items, the rate to include cost of providing 6mm grooves around doors, windows, ventilators and at junction of dissimilar materials, at junction of plastering and skirting /dado etc., No extra is permissible and the rates quoted should include this. d) For internal painting items the rate is applicable for works involved upto 10mtr and for external painting items the rates are applicable for works involved upto 10mtr level from GL e) The rate quoted for plastering should include the cost of providing drip mould/plaster band along the edges of sunshades / chajjas and other roof projections, and no extra will be paid on this account. 40. No extra will be admissible for cutting PVC sheets/AC sheets/ false ceiling boards/underdeck insulation boards /acoustic boards /false flooring boards etc., to required size and shape and the quoted rate should include all the wastage's and cutting charges. Normally Tenderers are requested to take care to quote the rates for all the items without any corrections/ overwriting. If any corrections / overwriting are found inevitable, the same should be attested by full signature of the contractor with date. All such corrections made in the tender by the tenderer should be tabulated and entered in a format and that format should be signed by the tenderer. The tenderer should note that only the corrections / over writings entered in the format shall be taken into consideration by the Department and the tender will be decided accordingly. The tenderer should note that if any tenderer found not following that above stand the risk of getting his tender rejected by the Department without assigning any reason.

41.

42.

43.

44.

12

45.

"It must be noted that the original contracts on whom the work order is issued only should carryout the work directly and no power of Attorney Holder of the Contractor shall be allowed to carry out the work. As a special case, in case of a partnership firm, one of the partners can be the power of Attorney Holder and carry out the work, provided the partnership deed to the above effect is submitted to the Department. Similarly in case of a public limited company, any of the senior employee of the company duly authorized by competent person of the company may be authorized to act as a Power of Attorney Holder to carry out the work. All such proposals must be made clear by the tenderer while submitting the tender itself and got specifically approved by Department. In case, during the execution if the Engineer-in-charge feels that the Power of Attorney Holder is not able to manage works, the contractor will arrange to remove the Power of Attorney Holder immediately as per the instructions of Engineer-in-charge.

A)

FOR ISLAND WORKS Electrical power supply at medium voltage (415 volts 3 phase 4 wire) for constructional purposes and general lighting will be made available at site or near site of the work at the discretion of engineer-incharge at one point. The distance will not however exceed 50 meters from the nearest corner of the building / structure in the direction of the power sources. The contractor has to lay the power line from this point at his own cost in an approved manner as indicated in subsequent clauses. The power supply will be made available subject to following:

i.

The contractor should submit a list of equipment he proposes to connect for constructional/ general lighting purposes indicating his power requirements in appropriate form for approval of Engineerin-charge. A list of licensed electrical staff will be posting at site should be submitted to the engineer-incharge. The contractor should pay the charges based on his power demands at the tariff rates prevailing at the time of supply and as charged by supply authorities including levy of panel tariff rates that may be imposed by supply authorities from time to time. Suitably rated KWH meter will be supplied and installed by contractor and test certificates as per ISS from authorised test lab or manufacturer is to be submitted. All extensions from this point shall be executed in an approved manner with prior permission of Electrical Engineer. The installation shall confirm to Indian Electricity rules and Indian Electricity Act 1910 & IEE Regulations as per the latest revisions and get executed by licensed Electrical Contractors only including portable equipments. The testing procedure and results shall provide the necessary skilled and unskilled labour and also instruments for conditioning the tests. The tests shall be carried out in the presence of electrical engineer and submitted in proforma. Double Ground will be provided for all equipments. Power supply will be effected only after completion of the requirement. The following tests shall be carried out by the contractor on all the electrical installation once in every 2 months or after rectifying any faulty section and test report submitted in the specimen test report ahead enclosed. Also, one such test report for the complete installation shall be submitted before on set of mansoon. Insulation resistance test. Polarity test of switches. Earth continuity test. Earth electrode resistance test.

ii.

iii.

iv.

v.

vi.

vii.

a) b) c) d)

13

(B) After energizing the installations continuity of power supply will be subject to following:

i. Government will not be liable for any loss to the contractor arising from failure due to interruption or storage of temporary power supply and delays or stoppage of works consequent upon such failure, interruption or stoppage of power supply or variation in voltage or frequency. ii. The contractor should not connect any additional load without prior permission of electrical engineer. For obtaining additional power required, test reports should be submitted.

FOR SULLURPETA WORKS a) Water Contractor(s) shall make his / their own arrangements for water required for the works confirming to the departmental specifications as per clause 31 of General conditions of contract on page 60. b) Electricity Contractor(s) shall make his / their own arrangements for temporary power connections required in connection with execution of the work tendered for, by approaching the A.P.S.E.B. Authority. Over Head Lines existing near by the site should be inspected by the Tenderers before submitting their tender offer. The Department if necessary, may issue a letter addressing the local A.P.S.E.B. authorities certifying for the bonafide use of the Temporary power supply connections. All other arrangements to avail and draw the Power supply in connection with the work shall be made by the contractor at his / their own cost. The necessary consumption charges and other charges shall be borned by the contractor and directly paid to A.P.S.E.B. 46. If any of the above said conditions are contradicting to what is given elsewhere, in the tender document, the most stringent of the two will be followed.

Signature of the Tenderer:

Name & Address.

14

SRIHARIKOTA COMMON FACILITIES GENERAL CONDITIONS FOR TENDER 1. All works proposed for execution by contracts will be notified in a form of invitation to tender. This form will state the work to be carried out, as well as the date for submitting and opening tenders, also the amount of earnest money, if any to be deposited with the tender, and the percentage to be deducted from bills. Copies of the specifications, designs and drawings and any other documents, required in connection with the work assigned for the purpose of identification by engineer-in-charge shall also be opened for inspection by the contractor(s) at the Office of the Group Head CMG during office hours. A tender by a firm must be signed separately by each member thereof, or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorised him to do so. Such power of attorney to be produced with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act. Receipts for payments made on account of work, when executed by a firm must be signed by the several partners except where contractors are described in their tender as a firm in which case the receipts must be signed in the name of the firm by one of the partners, or by some other persons having authority to give official receipts for the firm. Any person who submits a tender shall fill up the usual printed form stating at what rates he is willing to undertake the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender or which contain any other conditions of any sort will be liable to rejection. No single tender shall include more than one work but contractors who wish to tender for two or more works shall submit a separate tender. Each tender shall have the name and number of the work to which they refer written outside the envelope. The Group Head CMG or his duly authorised assistant and Accounts Officer or his nominee will open tenders in the presence of any intending contractor (s) who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall be given to the contractor (s) who shall there upon for the purpose of identification, sign copies of the specifications and other documents mentioned in Rule-I. In the event of a tender being rejected, the earnest money, if any forwarded with such unaccepted tender, shall there upon the returned to the contractor (s). The officer inviting tenders shall have the right of rejecting all or any of the tenders, and will not be bound to accept the lowest tender.

2.

3.

4.

5.

6.

15

CONDITIONS
1. Interpretation Clause :The President means the President of India and his successors. The Group Head CMG means, Engineerin-charge, CMD, SCF, words importing the singular number only include the plural number and viceversa. EMD in the prescribed form should be enclosed along with the tender and tenders without EMD are liable to be rejected. The validity of tender shall be for a minimum period of 4(four) months from the date of opening of tender. 2. The work is to be carried on with due diligence and all works executed is to be done in a workman like manner the material used supplied by the party tendering to be of the best of the several kinds procurable and in all cases is to be subject to the approval of the Engineer-in-charge or his authorised assistant whose decision as to the rate of progress and the quality of work or material shall be final. The quantity of work executed shall be measured and payments made usually once in a month, and on the completion of the works, or termination of this agreement, final measurement will be made and the account adjusted accordingly. Payments due to the contractor (s) may, if so desired by him / them provided that the contract (s) furnished to the Group Head CMG (1) an authorisation in the form of a legally valid documents such as a power of attorney conferring authority on the bank to receive payments and (2) his / their own acceptance of the corrections of the accounts made out as being due to him / them by The Departments of the space, ISRO : SHAR : SCF before settlement by the Group Head CMG of the accountant or claim by payment to the Bank. While the receipt given by such bank shall constitute a full and sufficient discharge for the payment of contractor (s) should, wherever possible, present his/ their bills duly receipted discharged through his /their bankers, nothing herein contained shall operate to create in favour of the bank any rights or equities via-vas the President of India. The party tendering shall permit the Department of Space, ISRO/SCF at the time of making any payment to him/them for work done in pursuance of the acceptance of his tender to deduct ten percent from all moneys so payable and to held such money as security for the performance by him / them of the work hereby tendered for. It is also hereby agreed that any sum due by the party tendering to the Department of Space, Indian Space Organization, SCF in connection with this work may be realised from the amount deducted as aforesaid or from any sum which may be due or may before due to him / them by Department of Space, ISRO, SCF on any account whatever. The Group Head CMG may put an end of this agreement at this option at any time and in the case of bad work material, the Group Head CMG may remove the same and have it replaced deducing the value of the rejected or materials removed or cost of replacing the same, as it may become necessary from the party making this tender. If the contractor(s) of his/their work people or servants shall break, the deface, injure or destroy any part of the building in which they may be working or any pipes, cables, drawings, electric or telephone port or wire, trees, grass lands or any other cultivated ground continuous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work or any part of it is being executed while in progress from any cause whatever or any imperfection become apparent in it within three months (six months in this case of a road work) after a certificate final or other of its completion shall make good the dame at his/their cost or in the event of his/their refusing or falling to do the Head EMD, who shall deduct the cost from any sum due, or which may become due, for the contractor(s). The contractor shall pay his laborers not less than the wages paid for similar work in the neighborhood and as per the minimum wages fixed by A.P Government. No labour below the age of eighteen years shall be employed on the work. The contractor(s) will make his/ their own arrangements for the water required for the work and in case water is to be drawn from the installation, of the department, the Contractor(s) will have to lay/ their own pipe line to the site of the work at his/ their own expenses.

3.

4.

5.

6.

7.

8. 9. 10.

16

11.

The security deposit shall not be returned to the contractor until a period of twelve / three months (depending on the value of work) have lapsed after completion of the work but portion their of may be refunded at the discretion of the Group Head CMG if he is satisfied that the portion retained will cover any claim that may be outstanding against the contractor(s). In every case in which by virtue of the provisions of section 12 sub section (1) of the workmen's compensation act-193, the department of space ISRO, SCF under section 12 sub- section (2) of the said act, shall be at liberty to recovery such amount or any part thereof by deducting if from the security deposit or from any sum due by the Department of Space ISRO :SCF to the contractor(s) whatever under this contract or the Department of Space, ISRO : SCF shall not be bound to contest any claim made against it under the section (12) sun-section (1) of the said act except on the written request or the contractor (s) and upon his/ their giving to the Department of Space, ISRO : SCF full security for all costs for which the Department of Space, ISRO : SCF might become liable in consequence of contesting such claims. Medical charges as fixed by the Chief Medical Officer, SCF in respect of emergency service rendered to contractor (s) labour will here covered from contractor (s) bills. Unless otherwise provision is made the contractor (s) will have to make his/their arrangements for controlled articles like cement, steel etc.

12.

13. 14.

Signature of the contractor(s) Name & Address:

SECURITY REGULATIONS The contractors have to follow strictly the regulations of the Department at the work site regarding entry of personnel, material etc., and any other regulation that might be enforced from time to time. Contractor's personnel / workers should posses valid passes and should produce the passes to Security / departmental authorities when demanded. Contractors personnel / workers should not enter the Departmental premises, other than those for which the passes are issued and also should not enter after / before working hours without obtaining prior approvals. Any person found in the departmental Premises without authorised Passes, during before or after working hours is liable for action as per the Departmental Procedure and rules. All materials and articles brought by the contractor to the work site shall have to be declared at the security gate. Similarly no material shall be taken out from the Departmental Premises without proper gatepass which will be issued/caused to be issued by the Engineer-in-charge to the contractor on written request. It is to be noted that loading to contractors materials in vehicles and trucks shall be done in the presence of Departmental personnel. The contractor(s) representative will have to escort the materials till the security check is over. For working on Sundays, Holidays and late hours, even though permission will be accorded by the Engineer-in-charge, the contractor will have to make application to the security Department also and keep them informed well in advance. Any breach of above security regulations and rules in force from time to time will be viewed seriously. No claim whatsoever will be entertained by the Department on account of non-observation of Security Regulations.

17

SPECIAL CONDITIONS

1)

Labourers without security passes will not be allowed to any work site hereafter. Therefore, the successful tenderer should produce passport photos of all the labourers intended to be engaged on the work, to the Administrative Officer, SHAR Centre and obtain security passes for the entry to the work site. This aspect also shall be considered while quoting the tender. 2) In view of the potential hazard existing in the various operations at STEX / SPROB area carrying of match boxes and other flame producing materials into STEX / SPROB has been prohibited. 3) Prior permission to be taken from safety Officer, STEX / SPROB before undertaking any flame generating works like bitumen boiling, disposal by burning welding jobs etc.

LABOUR CAMPS

No labour will be permitted inside the labour colonies of SHAR Range. Contractor has to make own arrangements bringing labour from Sullurpeta for the work. SPECIAL NOTE REGARDING THE EMPLOYMENT OF LABOUR

The Department expects the successful tenderer to make use of the labour force available in the labour colony at SHAR Centre. Only when the Engineer-in-Charge is convinced that specific Special Labour is not available in SHAR Centre, passes will be issued for other Labour to be brought from out stations.

SPECIFICATION FOR SAND 1. The sand required for the items of works should be river sand brought from Kalangi river, SULLURPETA and contractors should quote his rate accordingly, including seignior age charge and any other charges for carrying the required quantity of sand. 2. For filling in plinth with sand, locally available pit sand can be used as directed by the Engineer-incharge. FOR THE SPECIAL ATTENTION OF THE CONTRACTOR 01. The tenders are requested to acquaint themselves with the location of the work spot after inspection of the site. However, for the benefit of the tenderers, the following information is furnished. Sriharikota Island (SHAR Centre) is located at about 100 Km from Chennai along the East Cost. The nearest railway station is Sullurpeta about 80Km from Chennai, connected by well developed road (17KM) to Sriharikota Island. The entire Island is a prohibited area and controlled by Central Industrial Security Force (CISF). The location of the work site is about 10 Km form the main entry gate and close to the seacoast. The entire Island is of sandy soil. The ground water level will be at about 2.00 to 2.50 M below ground level in the summer season and during the rainy season, the water level will be almost at ground level. The Island is prone to cyclonic weather. The Island will be experiencing rains during Northeast and Southwest monsoon season. The tenderers should comply will all security restrictions in force. Other safety regulations that will be enforced from time to time depending upon the operations going on in the facility are also to be complied with. 02. Tenderers may note that in order to enable the tenderer / contractor to keep up the time schedule to complete the wok, skilled workmen like mansons, carpenters, bar benders, welders, etc., who are already working with them and who in the opinion of the department are required to carry out round the clock work at site may be allowed to stay near the site of work at the location identified and approved by the

18

department (within about 3KM from the site) provided that he antecedents and integrity of such of those skilled workmen whom the contractor likes to engage are verified and certified by the Contractor and the total responsibility for their good behavior / conduct rests with the contractors only. Contractor should arrange a special photo pass to such workmen from the SHAR Administration. The total number of labourers required to be allowed to stay near the site shall be decided by the Engineer-in-charge of the Department. Other labourers like earth workers, and male / female mazdoor required for concreting work and other unskilled conventional items of works are to be brought from outside SHAR daily by the contractors and no camp shall be allowed for such (mobile) gang. The contractors are requested to note that he above conditions with respect to allowing a labour camp for skilled workmen near the site in a special arrangement for this work only in view of the urgency of the work and contractor's rates shall duly reflect this aspect while submitting their offer. 03. With regard to movement of trucks/lorries to be engaged for transporting materials to the site, the tenderers should note the trucks will be normally allowed on all working days from 6 am to 6 pm. If any trucks bringing materials required to enter into the Island after or before the above timing or on holidays, the same shall be permitted only under exceptional circumstances as to be decided by the Department. The trucks should not be overloaded and the tenderers should take all safety measures for transportation of materials. 04. Tenderers are required to indicate any increase in their rate as a percentage over the rates quoted for various items, in case department is not in a position to permit the labour camp (as elaborated in condition no. 2 above) due to departmental reasons. It may be noted that this aspect must be taken into account and response of the tenderers indicated in their offer without fail. It is again emphasised that the completion period shall be strictly adhered to. 05. The progress of the work shall be watched and stage wise reviews will be conducted and any failure to meet the stage wise schedule action will be taken as per clause 2. 06. Tenderers or their authorised representatives participating in the tender opening are required to stay back for more than one day, in case it is required, by the Department, to furnish any clarifications on their offer. Tenders are requested to participate themselves or depute a responsible representative who can furnish necessary clarifications on their offer to the Department, at the time of tender opening.

Signature of the Tenderer. Name & Address

19

SDSC : SHAR CONSTRUCTION & MAINTENANCE DIVISION ADDITIONAL CONDITIONS FOR CEMENT TO BE PROCURED AND SUPPLIED IN THE WORK BY THE CONTRACTOR Note: The entire quantity of cement required for the work shall be procured by the Contractor. CONDITIONS FOR CEMENT: 1. The contractor shall procure only 43 grade (conforming to IS:8112) ordinary portland cement produced by reputed manufacturers of cement such as Zuari, ACC, L&T, Priya, Rajashree, Grasim, J.P Rewa, Vikram, Shree Cement, Brila Jute & Cement corporation of India as approved by Ministry of Industy, Government of India and holding license to use ISI certification mark for their product whose name shall be taken in 50 Kg bags bearing manufacturer's name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer in charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by Contractor does not confirm to the relevant BIS codes, the same shall stand rejected and shall be removed form the site by the contractor at his own cost within a week's time of written order from the Engineer in charge to do so. As far as possible only one brand of cement shall be allowed for procurement, especially in case of exposed form finish work. 2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer in charge 3. The cement godown of suitable capacity to store required quantity of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer in charge or his authorized representative and the key of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the engineer in charge at any time. 4. The contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the Department/Contractor in the manner indicated below: By the contractor, if the results show that the cement does not confirms to relevant BIS codes. By the department, if the results show that the cement conforms to relevant BIS codes. However, the charges for initial test done along with each consignment shall be borne by the Contractor. 5. The actual issue and consumption of cement on work shall be regulated and proper accounts maintained. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 41 of the conditions of the contract. 6. Cement brought to site and cement remaining unused after completion of work shall not be removed from site without permission of the Engineer in charge. (i) CONTROL REGISTER As and when the consignments of cement is brought to site by the contractor, they shall inform the Engineer in charge or his authorized representative to verify the quantities received and maintain a Control Register showing the lorry receipt no. in which the consignment is received and the date of receipt to enable the engineer in charge to verify the consumption as per contract conditions. The register shall be signed by the Contractor and the Engineer in charge. The above conditions are gone through in details and agreed.

Signature of the tenderer Name & address

20 Construction & Maintenance Division SCHEDULE A ISSUE OF MATERIALS S l. No. 1 2 3 4 5 6 7 8 Cement Mild Steel rounds in available lengths & Diameter High Yield Strength deformed bars Bitumen ( 80/100) Road Roller (if available with Dept. will be issued on hire) Channels, Angles, Tees etc., M.S Flats M.S Plates Particulars Quantity Rate at which stores issued unit rates No supply No supply Rs. 39,100.00 Rs. 29,095.00 Place of issue Keepakam stores -do-do-do-do-do-do-doRemarks

MT MT MT MT Per day MT MT MT

Sec. Note below -do-do-do-do-do-do-do-

For Item No.1: In case of jute bags, empty cement bags would be sold to the authorized bags collecting agent & evidence should be produced to the Engineer-In-Charge. At least 90% of the cement bags returned should be in serviceable condition. Other wide compensation at the rate of Rs. 1.50 per bag returned short of the minimum number shall be recovered from the contractor. Adequacy of material consumer will be checked on the basis of the article requirement as per standard and exact quantity arrived at after allowing excess issued beyond the theoretical adequacy if not returned to the Department will be charged and recovered at double the issue rate. For Item 2&3: a) Materials will be issued in sizes & lengths as available and cost of straightening, cutting conversion and fabrication shall be born by the contractor. Waste and of cuts which in the opinion of the Engineer-In-charge cannot be used for work will be property of the Contractor. b) Binding wire required for the work will not be supplied by the Department. MS plain bars and tar steel above 12mm dia will be issued purely on length system and quantity arrived at as computed on standard sectional weight in accordance with stipulating. Mild steel, tar steel of 12mm dia and below delivered in coils by the manufacturer will be issued by weight, however, payment for steel gone into works will be made to the actual quantity worked out on standard sectional weights as per in category. No claim from the contractor that the steel de-coiling should be born by the Contractor. Waste on all steel items will be allowed as per Clauses 42(ii) of CPWD conditions of contract given below and recovery will be effected to the gross quantity issued. Balance quantity beyond actual requirement if not returned will be charged and recovered at double the issue rate. Authorized over lapping will be only considered for measurement. Quantify of still used as chairs and spacers will not be paid for and their cost is deemed to be included in the unit rates quoted for providing steel reinforcement grill. Clause 42 (ii) of CPWD Conditions of contract: In the cost of steel reinforcement and structural steel sections, the theoretical quantity for steel shall be taken as the quantity required as per design, or as authorized by the Engineer-In-Charge including authorized lappage plus 5% wastage due to cutting into pieces. Over this theoretical quantity plus 4% or minus 4% shall be allowed as variation due to wastage being more or less.

Empty bitumen drums should be returned to the departmental stores in good conditions. Recovery for drums falling short while retuning shall be as per the rats fixed by the department from time to time.

1. 2.

Stores supplied if lost or damaged, used in excess of requirement while incharge and custody of Contractor, cost there of plus 15% storage and handling charges will be recovered from the contractor. Schedule A should be considered as an extension & not in limitation of the provisions of schedule of quantity. In case of discrepancy between statements in schedule of quantities and else where in this document the statement in schedule of quantity shall take precedence over all other statements.

Engineer - In Charge(Tech)/EMD

21

ANNEXURE I
FOLLOWING MODIFICATION / DELETION / ADDITION TO BE MADE IN STANDARD CED BOOK LET 1998 PROPOSED FOR AMCS / MINOR WORK CONDITION CONTRACT BOOKLET 1999
Sl. No Page No. Para Description as per existing CED book let To be modified / deleted addition proposed Remarks

(1) 1

(2) General 1

(3)
WHEREVER CED / DOS NIT - CED FORMAT

(4)

(5)
READ HEAD EMD CENTRE NIT - TO BE EMD ALSO ADD CONTRACTOR REGD. WITH DOS DIRECTOR / CONTROLLER/HEAD EMD/DY HEAD EMD

(6)

2 3

4 7 9,10 & 11 12 12 13 27

ACCEPTANCE OF THE TENDER REST WITH.CE/CCE/ENGR. SG EXEMPTION OF PAYMENT OF EMD-3 LAKHS / 75,000/50,000 CIVIL, ELECT. 30,000/ 15,000/ FURNITURE 30,000

4 5 6 7 8

1,5, 7& 8 "e" 3

GENERAL RULES & DIRECTIONS FOR THE GUIDANCE OF CONTRACTOR DESIGNATION OF OFFICERS TO BE CHANGED CE/CCE/ENGR. SG THE "ENGINEER-IN-CHARGE" MEANS CCE/ENGR. SG CLAUSE - 1 SECURITY DEPOSIT MAXIMUM OF RS. 5 LAKHS. -DO ACCOUNT OFFICER CED/DOS

DESIGNATION OF OFFICERS TO BE CHANGED DIRECTOR/CONTROLLER/ HEAD EMD HEAD EMD/DY HEAD EMD MAXIMUM OF RS. 1LAKH ACCOUNT OFFICER, SHAR.CENTRE NOT REQUIRED FOR AMC'S MINOR WORKS

CLAUSE - 10 CC ESCALATION

TO BE DELETED

9 10 11 12 13

54 to 56

a to e

SETTLEMENT OF DISPUTES - TIME LIMIT FOR DECISION IN PLACE OF CCE IN PLACE OF CE

HEAD EMD CONTROLLER / DIRECTOR NO CHANGE NOT REQUIRED, TO BE DELETED. NOT REQUIRED DOES NOT ARISE

57 57 66 67 68 70

1 2 1(1) 2 3(1) 4 4 6 2 37 format format 4(a) on wards

CLAUSE - 5 A CENTRAL GOVERNMENT, ENTERPRISERS CLAUSE - 26 PATENT RIGHTS CLAUSE 36 - GRADUATE ENGINEER MORE THAN RS.10 LAKHS RS. 3000/- FOR DEFAULT ELECTRICAL WORKS - GRADUATE ENGINEERMORE THAN RS. 1.5LAKHS A/C & VENTILATION WORK - GRADUATERS. 10 LAKHS CLAUSE - 43 APPRENTICE ACT, ADDITIONAL CONDITIONS OF CONTRACT. EXECUTION OF PAYMENT OF EMD, MONITORY VALUE RS. 3LAKHS

I) II)

NOT REQUIRED CAN BE RETAINED

14 15 16 17 18 19 20 21

75 80 85 99 102 103 111-118 118-142

NOT REQUIRED TO BE DELETED TO BE MODIFIED AS PROPOSED IN SL.NO.3 ABOVE HEAD EMD/ DY. HEAD EMD/ GROUP HEAD/SECTION HEAD NOT REQUIRED, TO BE DELETED NOT REQUIRED, TO BE DELETED NOT REQUIRED, TO BE DELETED NOT REQUIRED, TO BE DELETED AS MODIFIED.

CCE/ENGINEER-SG

CLAUSE -37 COMPONENT OF MATERIALS FOR LABOUR POL TENDER EXPERIENCE SCHEDULE OF EQUIPMENT DRINKING WATER WASHING FACILITIES / LATRINE/URINALS/PROVISION OF SHELTER, CRCHES, CANTEENS, ANTI MALARIAL PRECAUTIONS ETC. CONTRACTOR'S LABOUR REGULATION

Signature of the tenderer

22

UNDERTAKING

I / We have perused in detail and examined closely the copy of General Rules and Directions for Guidance of Contractors followed by CED / DOS and the Special conditions containing 111 pages and any special conditions kept in the office of the Head, Engineering Maintenance Division, SDSC-SHAR, Sriharikota and I / We agree to be bound and comply with all conditions therein for this work

Date Place

: :

Signature of tenderer / contractor Name and address

********************************************************************************

Вам также может понравиться