0% found this document useful (0 votes)
5 views

Form_ABC

Abs

Uploaded by

sumanjoshi2807
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
5 views

Form_ABC

Abs

Uploaded by

sumanjoshi2807
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 21

NAGAR NIGAM / NAGAR PALIKA PARISHAD / NAGAR PANCHAYAT

DETAILED NOTICE INVITING TENDER (In FORM A,B,C)

N.I.T. No :- …………………….. DATE ……………..


1. Introduction
1.1 Tenders are invited in Form "A" with bid capacity online from ………class contractors
of registered in E-Registration (Single window registration applicable ) under Chhattisgarh
Government for similar work on GoC e-Procurement System for the following work as per schedule of
rates for Road works issued by Eng.In.Chief PWD Raipur in force from 15.5.2013 , Building
S.O.R. in force from 1.6.2009, ELECTRICAL S.O.R 15/04/2010, and amendments applicable up
to date of issue of NIT and Item Rate. The tender documents can be purchased from the UADD.
website http://uadd.cgeprocurement.gov.in directly through online of the cost of tender form on
or before date ……………..-up to 5:30-P.M.
Cost of tender form: - Rs. ………….( For tenders online)

For On line tenders: - The bid seals (hash) of the online bids required to be submitted by the
bidders have to be generated and submitted after signing them with Digital Signatures on the
system up to 5:30 P.M. on date ………… then only the On line tenders of those contractors will
be received on the Next Tender . Website from ……… -P.M. on date …………. up to ……. P.M.
on date ……………..

Contractors have to submit Registration Certificate,Earnest Money Deposit, Demand Draft


of Processing Fees & Affidavit in original in a separate Envelope and the same should reach
the concerned office of the Commissioner / Chief Municipal Officer Nagar Nigam/ Nagar
Palika Parishad / Nagar Panchayat before date …………….. up to ……. P.M. by registered
A.D./Speed post .

As the bids of the contractors have to be digitally signed by the contractor before submitting the
bids Online , the bidders are advised to obtain Digital Certificates in order to bid for the work
Note: - For online purchase of tender document application letter is not required

(i).Name of the Work: -


(ii). Probable amount of contract :- Rs.
(iii). Amount of earnest money :- Rs.

(iv) Time allowed for completion months including/excluding rainy season (from 16th June to
15th October)from the date of written order to commence the work ( Delete whichever is not applicable).
1.2 The electrical work shall be executed by civil contractor by engaging the person(s) only who
possess proper valid electric license issued by the competent authority of the state Government.
He shall also attach a copy of the license before starting electrical items of work.
1.3: Not more than one tender shall be submitted by any contractor or by a firm of contractors.

1.4: No two or more concerns in which an individual is interested, as a proprietor and/ or partner
shall tender for the execution of the same Work. If they do so all such tenders shall be liable to
be rejected.

1.5 The authority competent to accept the tenders shall be as per Municipal Corporation Act
1956/Municipalities Act 1961 and update Amendments.

1.6: Tender document consisting of plans, specifications, schedule(s) of quantities of the various
items of work to be done, the conditions of contract and other necessary documents, together
with addressed envelopes to be used for return of forms and other documents will be open for
inspection and issued/sold on payment of Rs.---------- up to close of office hours of
……………………………………….

1.7: The copies of others drawings and documents pertaining to the work signed for the purpose
of identification by the accepting office or his accredited representative and samples of materials
to be arranged by the contractor will be open for inspection by tenderers at the offices of
………………………………………… during working hours between up to the date mentioned in
clause 1.1 & 1.6 above.

1.8: Tenders shall not be received by any other means like ordinary post or personal delivery.

1.9. Any manual tender received through registered post (AD.) Speed post after close of office
hours of the prescribed dead line for receipt of tenders shall not be received from the postman
and or if received shall be returned back to the tenderer unopened. All other tenders received
before the prescribed deadline for receipt of tenders shall be in kept in safe custody with the
Clerk of the office of Commissioner/ Chief Municipal Officer/Executive Engineer/Engineer
incharg (as the case may be) till the prescribed time for opening of tenders.
On line and /or manual tenders shall be opened on date …………. at ---11.30-A.M./P.M. at the
office of the Commissioner/ Chief Municipal Officer/ Executive Engineer / Engineer in charge
before the contractors or his authorized representative intending to be present

1.10 All manual tenders received after the prescribed deadline shall be returned back unopened
after subscribing the following remarks with dated initials by Municipal Corporation/ Chief
Municipal Officer.
"Received late on date.................. at......................... AM./ P.M. hence not entertained and
returned”

1.11 NOTES FOR GUIDANCE OF THE DEPARTMENTAL OFFICERS ONLY


Note (I): Fill in the blanks and strike out whichever is not applicable carefully before issue of
N.I.T. for publication and display on the notice board as well as before sale / issue to intending
tenderers.

Note (II): Unless the tender forms with complete documents are fully prepared and ready for
delivery to intending tenderers; the notice shall not be displayed on the notice board nor sent
for publication in the press.

Note (III): All tenders received after the deadline shall be noted in the register to be maintained in
the concerned office & shall be counter signed by the head of office in the following format.

S.No. Name of work Time & date of Initial of person Date initials of
receipt who returned the head office.
the tender.

Note (IV): The names of tenderer(s) or their authorized representative present at the time of
opening of tender(s) shall be noted in a register and their signature obtained in token of their
presence. Rates and conditions, if any, offered by the tenderer(s) shall be read aloud by the
officer opening the tender(s), so that the same can be noted by the tenderers or their
representatives, if they so desire. The rates as well as conditions contained in the forwarding
letter or separately attached to the tender(s) be read out, may also be got signed by all the
tenderers or their representatives, who might be present. If they so desire. Comparative
statements when ready (this should be as far as possible be got ready on the day after opening
tenders) should also be exhibited publicly to the tenderers or their representatives.

Note (V): The officer opening the tender(s) should mark every tender under his dated initials by
the fraction, the denominator of each will show the order in which the tenders are opened and
the numerator will show the total number of tenders received. This should be done invariably on
the first page of the tender form and on page (2) where the tenderers are to sign as well as
pages of schedule of items. (Annexure-E) attested and number the corrections and overwriting
on each in tender with dated initials. If some words or figure is/are corrected more than once,
then all of such corrections must be initialed with date.

1.12 INSTRUCTIONS FOR GUIDANCE OF TENDERERS


The tender will be liable to be rejected out-right, if while submitting it:-
I) The tenderer proposes any alterations in the work specified, in the time allowed for carrying
out the work or any conditions thereof - or
II) Any of the pages of the tenders removed or replaced - or
III) In the case of item rate tenders, rates are not entered in figures, and in words and the total of
the each item and grand totals are not written by the tenderers in the last column of the schedule
of items (Annexure-E under his signature - or
IV) If erasures without attestation are made by him in the tender - or
V) If all corrections and conditions and pasted slips are not initialed & dated by the tenderer -
or
VI) If the tenderer or in the case, each partner or any parteners so authorised thereof, does not
sign or signature/signatures is/are not attested by a witness on page 2 of the tender in the space
provided for the purpose - or
VII) If documents are not filled in ink or by ball pen.
2 .RATES:

2.1 The schedule of items: The schedule of all items of work to be executed is enclosed as
Annexure - E
2.2:Percentage rate tender in form "A" or "C "

2.2.1 In respect of percentage rate tenders:- contractor should quote his separate tender
percentage rate above or below or at par the following schedule of rates.
(a) Building Works : ………………………….
(b) Electrical Works : ………………………...
(c) Road Works : ……………………………..
(d) Bridge Works : ……………………………
2.2.2: The percentage of tender above I below or at par with the relevant schedule of rates
inclusive of all amendments issued up to the date of the issue of notice inviting tenders should
be expressed on the tender form itself, both in words and figures in such a way that interpolation
is not possible and all over writings should be neatly scored out and rewritten and the corrections
should be duly attested and dated prior to the submission of tender.

Tenders not specifying percentage in words will summarily be rejected. In the case of
variation between the rates stated in figure and words, the lesser of the two shall be deemed to
be valid.
Any amendments to the schedule or rates after the date of issue of this tender notice or
the date of issue of any amendments to the N.I.T. specifically notifying the said amendments to
the current schedule of, rates, shall not apply to this tender.

2.2.3: The percentage tendered by the contractor will apply to those rates which find place in the
Schedule of rates mentioned in clause 2.2.1 or have been derived from the said Schedule of
rates and not to other items of work.

2.2.4: The percentage quoted by the contractor shall not be altered by the contractor during the
term of contract. The deduction or addition, as the case may be of the percentage will be
calculated on the amount of bill for the work done, after deducting the cost of materials supplied
departmentally, if any, at rates specified in the agreement

2.2.5: If the work involves more than one S.O.R. even then the contractor shall quote only
single rate, applicable to the concerned S.O.R. (for example- Building S.O.R. and Electrical
S.O.R.)

2.3: Item Rates tenders in forms ‘B’: -

2.3.1 Item Rate Tenders in form-"B". In respect of item rate tenders, contractor should quoted
his rates for the items mentioned in the schedule of item in Annexture-F of this N.I.T. Only rates
quoted shall be considered. The rates should be expressed in figures as well as words and the
unit should be rates by the department. The contractor will not have the freedom to change the
unit. No percentage above or below the schedule be quoted.
2.3.2. The rates quoted in the tender for the various items of work will not be altered by the
contractor during the item of contract.
2.4 Lead and lift of water: No lead and lift for carting of water will be paid.

2.5 Lead and lift of materials: No lead and lift for carting of material shall be payable to the
contractor except in case of such items for which specific lead and or lift are provided in the
Schedule of rates mentioned in clause 2.2.1 of the N.I.T. or in the schedule of items in respect of
item rate tender.

2.6 Addition alteration and Non-Schedule items of works:- During the execution of the work
there is likelihood of addition alteration in the items of work and also of such items of work, which
do not find place in the Schedule of rates, referred to above in respect of percentage rate
contracts (Form “A”), or such items which are not given in the schedule of items in respect of
item rate contracts (Form ‘B’), for which contractor has not quoted his rates.
Contractor will have to carry out these items of work
(i) for percentage rate tender (form A) - as provided in clause 13 the conditions of contract
(ii) for item rate tender (form B) - as provided in clause 13 of the conditions of
contract

3 Submission of Tender :-
3.1: Earnest money: -No tender will be considered without the deposit of the specified earnest
money which will be returned to the unsuccessful tenderers on the rejection of their tenders, or
earlier as may be decided by the competent authority and on production of a certificate of
................................that all tender documents have been returned, and will be retained from the
successful tenders as part of the security deposit.

3.2 Forms of earnest money:

3.2.1: The amount of earnest money shall be accepted only in the shape of Bank drafts or in
other interest bearing shapes mentioned in W.D. Manual Para. 2.079 in favour of the
Commissioner/ Chief Municipal Officer of concerned ULB. valid for a period of -----------months at
least and further subject to appropriate verification by the Commissioner/Chief Municipal Officer
of concerned ULB

3.2.2: The intending tenderers from other state may remit E.M. in the form of the bank draft of
any schedule bank payable at par at
3.3 Earnest Money in separate covers: The earnest money in one of the prescribed forms
should be produced / sent separately and not kept in the covers containing the tender and if the
earnest money is not found in accordance with the prescribed mode the tender will be returned
unopened to the tenderer in case of tenders to be submitted by registered .A.D. or speed post. In
case of on line tenders earnest money submitted shall be verified & if found in accordance with
the prescribed mode, then only on line financial offer shall be opened

3.4 Adjustment of the earnest money: - Earnest money, which has been deposited for a
particular work, will not be adjusted towards the earnest money for another work but can be
adjusted (if available) for the same work if tender is recalled and if requested in writing by the
tenderer.

3.4.1. Refund of earnest money:

3.4.1. (i): If it is decided on the same day to reject all the tenders, the earnest money of all
tenderers shall be refunded immediately after taking decision by the competent authority.

3.4.1.(ii) The earnest money of tenderers whose tenders are rejected shall be refunded .Also in
case of the tenderer whose tender is accepted, and /or conveyed after expiry of the validity
period ,Earnest money shall be refundable unless validity period extended by the tenderer

3.5 Security Deposit: (a) The Security Deposit shall be recovered from the Running Bills
and final bill @ 5%(five) Percent as per clause – I of the agreement read with Para 3.5 of the N.I.T.
(b) The amount of the E.M. shall not be adjusted when value of work done reaches the limit
of the amount of Contract or exceeds the probable amount of the contract.
(c) For unbalanced tender rate additional security Deposit shall be deposited as per
respective clause of “Special Condition of NIT in percentage rate/item rate tenders.

3.6 Implication of submission of tender: Tenderers are advised to visit site sufficiently in
advance of the date fixed for submission of the tenders. A tenderer shall be deemed to have full
knowledge of the relevant documents, samples site etc. whether he inspects them or not.
3.7: The submission of a tender by a contractor implies that he has read the notice, conditions
of tender and all other contract documents and made himself aware of the standard and
procedure, in this respect, laid down in MORTH / I.R.C. Specification / CPWD Specification / ISI
Code for building and electrical works to be done, has thoroughly inspected the quarries with
their approaches, site of work, etc., and satisfied himself regarding the suitability and availability
of site of work, etc. and satisfied himself regarding the suitability and availability of the materials
at the quarries. The responsibility of opening new quarries and construction and maintenance of
approaches there to shall lie wholly with the contractor.

3.8 Income Tax Certificate- A tenderer purchasing tender documents for works exceeding
Rs. 10 lacs shall submit either
(a)Income Tax clearance certificate issued with in 12 months from the date of receipt of tender.
OR
(b)His Income Tax return for the preceding 3 years and where law requires shall submit the
audited balance sheet of Profit and Loss Account Statements with auditor’s report for the
preceding 3 years.

3.8.1: A financial capacity certificate or attested photocopy their – of, from any schedule bank
along with the application for the tender papers be submitted which should not be older than 12
months from the date of application. Amount of financial capacity to be furnished shall be at least
15(fifteen) % of amount put to tender
The financial capacity certificate shall have to be in the following format:
CERTIFICATE
(on the letter head of the Bank)
On the basis of transactions/turn over in the account of __________________________
______________________________________________________________________
(Name and Address)

We are of the opinion that his financial capacity is to the extent of (both figures & words) Rs.
...................................................................................................................................................................
This is without any prejudice and responsibility on our part.
Br Manager
With seal of Bank
Place:
Date :
_____________00___________
In case of Online tender, financial offer shall not be opened & In case of manual tenders, tender
copies would not be issued/sold in the absence of these documents mentioned in clause 3.8 and
3.9

3.9. List of works In Progress: Tenderer must furnish a list of contracts already held by him at the
time of submitting the tender, in the Department and elsewhere showing therein.

3.9.(1): The amount of each contract and total period of completion with information of original
stipulated date of completion and actual date of completion.

3.9.(2): Balance of works remaining to be done, and the remaining time allowed as per contract.

3.9.(3): The amount of solvency certificate produced by him at the time of enrolment in the
department.

3.9.(4): Details of works where he withdraw his offer or did not-execute the agreement or
where his contracts were rescinded in any department/organization (by whatever name these
are called) of the Govt. of Chhattisgarh.

3.9(5): Tender submitted and wherever his offer is the lowest with details of work, contract
sum& period mentioned for completion there in.

3.9(6): Other required documents

3.10 Relationship: The contractor shall not be permitted to tender for works in the Nagar
Nigam/Nagar Palika/ Nagar Panchayat (responsible for award and Execution of contracts) in
which his near relative is posted as Account Officer. He shall intimate the name of his near
relative working in the Nagar Nigam/Nagar Palika/Nagar Panchayat, He shall also intimate the
name of persons who are working with him in any capacity or subsequently employed by Nagar
Nigam/Nagar Palika/Nagar Panchayat. Any breach of this condition by the contractor would
render himself liable to be removed from the approved list of contractors of the Nagar
Nigam/Nagar Palika/Nagar Panchayat.
Note: By the term near relative is meant wife, husband, parents and son, grandson, brothers,
sisters, brother-in-law, father-in-law and mother-in-law.

3.11 Signature of the tenderer for the works shall be witnessed by another person and
signature affixed with his name designation and address in the space provided in the Tender
document. Failure to observe this condition can render the tender of the contractor liable to
rejection.
4. Opening and acceptance of tender:
4.1: Place and time of opening : The tenders shall be opened at 11.30 AM or as suitable on
the day subsequent to the dead line prescribed for receipt for tenders as per Para 1.1 above by
the concerned Nagar Nigam/Nagar Palika/Nagar Panchayat in the presence of the tenderer or
their duly authorised agents who may choose to attend. The officer authorised to open the
tender may depute another officer to open the tender under unavoidable circumstances. If that
day happens to be a holiday, then it shall be opened on the immediate next working day at the
same time and place.
4.2 Powers of Officer, receiving tenders : The officer who opens the tender and for which
he is not competent to accept , shall forward the tender to the competent authority through
proper administrative channel; with his definite recommendation and enclosing therein all the
tenders so received along with a complete set of approved NIT.

4.3:Conditional tender are liable to be rejected


4.4 . Canvassing: - Canvassing for support in any from for the acceptance of any tender is
strictly prohibited. Any tenderer doing so will render himself liable to penalties which may include
removal to of his name from the register of approved contractors or penal action under section-8
of the C.G . vinirdishtta Bhrasta Acharan Nivaran vidheyak , 1982.
4.5 Unsealed tenders : The tenders can be rejected if not properly sealed by wax or by sticking
tape, in the case of manual tenders
4.6.:The authority competent to accept a tender reserves the right to accept the tender for the
whole work or for a distinct part thereof or by distributing the work between one or more
tenderers,or reject the tender as a whole without assigning any reason. Such decision shall not
be open to challenge in any forum or court of law.

4.7 Validity of offer: Tender shall remain open up to 120 (one hundred twenty ) days from the
specified deadlines of receipt of tender(s) and in the event of the tenderer withdrawing his offer
before the aforesaid date, for any reason whatsoever, earnest money deposited shall be
forfeited.

4.7.1: In the event of withdrawing his/her offer before the expiry of the period of validity of offer
or failing to execute the agreement as required by condition NO.8.1.1. of the notice inviting
tender (N.I.T.) he/she will not be entitled to tender for this work. In case of recall of tenders, in
addition to forfeiture of his/her earnest money as per provisions of condition nos. 4.7 & 1.1. of
the N.I.T. as may be applicable for the work, If the tenderer has committed a similar default on
earlier occasion (s)as well then his/her registration in the department may be suspended
temporarily for a period of 2 (Two) years, from such date as may be ordered by the authority who
had registered him/her.

5. Specifications -

5.1 Brief Specifications: - A brief note on construction and specification of all the major
items of the work is enclosed in Annexure- D

5.2 Material of construction: - The materials of construction to be used in the work


shall be governed by the MORTH /IRC specifications for Rural roads /other IRC
publications and their manual/ latest CPWD specifications/ISI codes for buildings and the
relevant Indian standard specification with amendments and revisions issued up to the
date of tender notice. Where ever any material has I.S.I. mark such material alone has to
be used

5.3 Workmanship:- The work shall be carried out according to the specification referred
to hereinafter and according to sound engineering practice. The decision of the
Executive Engineer, in respect of workmanship will be final.

5.4 Specification for building work:- (Including water supply and sanitary fittings.)
5.4.1 The contractor shall execute the work in conformity with the standards and procedure laid
down latest CPWD specifications/ISI codes for buildings or special specification when ever
enclosed separately and in accordance with the approved drawings

5.4.2 Concrete. All concrete shall be Mixed in concrete mixer and compacted by mechanical
vibrators. Slump test shall be carried out during concreting and sample test cubes prepared and
tested for strength in accordance with the code. The Department will carry out the testing at the
cost of contractor.

The results of the tests shall conform with the required standard and if the Engineer-in-
charge considers that a structural test is necessary, the same shall be carried out as instructed
by the Engineer-in-charge at the contractor's expense and should the result of this be
unsatisfactory the contractor will be bound to take down and reconstruct the particular portion of
which has given unsatisfactory test results.

5.4.3 Bricks.:- The contractor should use the bricks manufactured on the metric system, as for
as possible.

5.4.4 All timber used in the wood work for works must be properly seasoned. In case of
important buildings mechanical seasoning should be done in good seasoning plant.
In case the contractor does not procure good seasoned wood, he may be asked to get it
seasoned in plant at his own expense
5.4.5 Maintenance of roofs. Subject to the provision in the agreements, it will be the
responsibility of the contract to see that the roof does not leak, during the period of the first rainy
season in respect of tile and sheet roofing and two consecutive rainy seasons in respect of lime
concrete and cement concrete terraced roof, after its completion. He will make good and replace
all the defective work on this account at his own cost.

5.5 Specification of Electrical works.

5.5.1 The work will be carried out as per the approved drawing and as directed by the
………….. the work will be governed by “General specifications “ for the Electrical works
in Government building in Chhattisgarh in forces from 1972. All electrical materials must
bear “ISI mark.
5.5.2 All samples of electrical accessories should be got approved from the Engineer-in
charge prior the their us in work. Contractor will have to arrange and afford all facilities
for their inspection and rectify the defects pointed out by them. Item involved in the
Electrical work in enclosed in Annexure D.
5.5.3 The period of testing and refund of deposit will be 6 months after completion of
work.
5.5.4 In case of supply of ceiling fan, table fan, exhaust fan, cabin fan tube light fixtures
will be made by the department as mentioned in the SOR as such labour rates only as
per SOR will be paid for fitting of such items in position as per SOR.
5.5.5 The contractor should submit “as build” detailed wiring diagram on tracing cloth
showing the point position of switch length of point, position of D.B. and main switch
circuit No. in which points fall at time of final bill. Otherwise deduction of ½ percent (Half
percent) will be made from the contract sum of all electrical items.

5.6. Specifications for road/bridge/culvert works.


The road / bridge / culvert works shall be carried out according to MORST&H
specifications for road & bridge works/ Specifications for Rural roads ,its manual / specification in
force' and or special specification or the relevant specifications published by the Indian Road
congress.

5.7 Contradictions or amendments: In the event of contradiction between the stipulations of the
Schedule of rates (schedule of rate relevant to this NIT) and aforesaid specification (vide Para
5.1 to 5.6 above) the stipulations of the schedule of rates shall gain precedence. In the event of
contradictions, if any, between different specifications and or codes of practice, referred to above
the decision of Commissioner/ Chief Municipal Officer shall be final.
6. Supply of Materials: The following materials will be supplied by the department
Name of Materials Rate. Place of delivery
1.
2. -----------Nil------------
3.
6.1 Deleted
6.2 Delay in supply :- If the materials are not supplied in time the contractor will not be allowed
any claim for any loss, which may be caused to him but only extension of time will be given at
the discretion of the Commissioner/Chief Municipal Officer and .................................... if applied
for by the contractor with in 15 days of its proposed utilization and as detailed in the latest
construction program. Request of such material by the contractor shall be sent with in one month
in advance.

7. Miscellaneous Conditions

1.:The tenderer or supplier should have a place of business in the State of Chhattisgarh from
where the goods would be supplied to various destination in the state and also hold a
registration certificate as per rules.

2.:The tenderer or supplier shall also submit the clearance certificate as provided under section
36 of Chhattisgarh Vanijyak Kar Adhiniyam.

7.1 Subletting: The contractor shall not without the prior approval of the authority who has
accepted the tender in writing, sublet or assign to any other party or parties, any portion of the
work under the contract. Where such approval is granted, the contractor shall not be relieved of
any obligation or duty or responsibility, which he undertakes under the contract. However such
subletting in no case be more than 25 % of contract value. But if required can be increased up to
50(fifty) % with the prior permission of the next higher authority accepting the tender or the
Government as the case may be

7.2 Taxes: The rate quoted by the Contractor shall be deemed to be inclusive of the sales and
other levies, duties, royalties, cess, toll, taxes of Central and State Governments, local bodies and
authorities that the Contractor will have to pay for the performance of this Contract. The Govt.
will perform such duties in regard to the deduction of such taxes at source as per applicable law.
However if “Service Tax” and cess on service tax or any other “New Tax” (not increase or
decrease in existing tax, duties, surcharge, except royalty on minor mineral) is levied on the
contractor either by Central Govt. or State Govt, then the Commissioner/Chief Municipal
Officer shall reimburse the “Service Tax”and cess on service tax and or “New Tax”
amount; on submission of proof of such payments by the contractor.

7.3 Minerals extracted for works carried out on behalf of the Government of India , from the
quarries in possession of and controlled by the state Government is subject to payment of
Royalty by the contractor to whom it shall not be refundable. The Executive Engineer shall not
also issue any certificate in respect of such materials extracted for Government of India work
(Applicable to Government of India works only)

7.4 Rules of Labour Camps: The contractor will be bound to follow the Chhattisgarh Model
Rules relating to layout, water supply and sanitation on labour camps (vide Annexure-A) and the
provision of the National Building Code of India work in regard to constructions and safety.

7.5 Fair Wages: The contractor shall pay not less than fair wages to labourers engaged by him
during the contract period of the works (rules enclosed vide Annexure-B).
7.6 Work in the Vicinity: The Commissioner/Chief Municipal Officer reserves the right to take
up departmental work or to award work on contract in the vicinity without prejudice to the terms
of contract.

7.7 Best quality of construction materials. Materials of the best quality will be used as approved
by the Executive Engineer/Engineer in charge. Where ever any material bears I.S.I.
stamp(mark), this shall have first preference on other available accepted material(s)

7.8 Removal of undesired persons: The contractor shall on receipt of the requisition from the
Executive Engineer/Engineer in Charge at once remove any person(s) employed by him on the
work who in the opinion of the Executive Engineer/Engineer in Charge is/are unsuitable or
undesirable.

7.9 Amount due from contractor: Any amount due to the Government of. Chhattisgarh/ Nagar
Nigam/Nagar Palika/Nagar Panchayat from the contractor on any account concerning work may
be recovered from him as arrears of land revenue.

7.10 Tools and Plants: - The contractor shall arrange at his own cost tools and plant required for
the proper execution of the work. Certain plants may however be issued at the sole discretion of
the Executive Engineer/Engineer in Charge and at the approved rate to the contractor as a
special case.

7.11 Right to Increase or decrease work: The Engineer-in-charge reserves the right to
increase or decrease with- in the scope of work any item of the work during the currency of the
contract as per Provision given in clause (13) of the conditions of contract.

7.12 Time Schedule: The work shall be done by the contractor according to time schedule
approved by the Engineer-in-Charge.

7.13 Time of Contract:- Time allowed for carrying out the work as entered in the N,I,T shall be
strictly observed by the contractor and shall be reckoned from the date of work order to
commence the work after taking in to account the prescribed 15/30 days of prepatory period

7.14 Payment by Cheque: The payment will be made by cheques/e-payment only. No bank
commission charges on realising such payments will be born by the Department

7.15 Transport of materials: The contractor shall make his own arrangements for transport of
all materials. The Executive Engineer/Engineer in charge is not bound to arrange for priority in
getting wagons or any other materials though all possible assistance by way of recommendation
will be given if it is found necessary in his opinion, if the recommendation proves to be in-
effective, the contractor shall have no claim for any compensation on that account.

7.16 The methodology and equipment, material, labour, transport to be used on the project shall
be furnished by the contractor to the Engineer-in-charge well in advance of commencement of
work and approval of the Engineer-in-charge obtained prior to its adoption and use.

The contractor shall give a trial run of the equipment for establishing its capability to achieve the
laid down specifications and tolerance to the satisfaction of the Engineer-in charge before
commencement of work, if so desired by the Engineer-in-charge.
All equipment provided shall be of proven efficiency and shall be operated and maintained at all
time in a manner acceptable to the Engineer-in-charge.
No equipment or personnel will be removed from site without permission of the Engineer-in-
charge.

7.17 Work Programme and methodology of construction: The contractor shall furnish his
programme of construction for execution of the work within the stipulated time and obtain the
approval of the Engineer-in-Charge prior to actual commencement of work. For works costing
more than 10 crores The contractor shall furnish his programme of construction for execution of
the work within the stipulated time including the time and quantity schedule of material, transport,
equipment, labour etc. The contractor shall also submit a statement of “Cash Flow” (as per the
format enclosed) Together with methodology construction of each item of work and obtain the
approval of the Engineer-in-Charge prior to actual commencement of work.

7.18 Revised programme of work in case of slippage: In case of slippage from the approved
work programme at any stage, the contractor shall furnish revised programme to make up the
slippage within the stipulated time schedule and obtain the approval of the Engineer-in-Charge
to the revised programme. Such progress report shall be submitted monthly (by 5th of each
month) in the prescribed format in the tender documents.

7.19 Documentation: The contractor will prepare drawing(s) of the work as constructed and will
supply original with three copies to the Engineer-in-Charge who will verify and certify these
drawings, finally Constructed drawing(s) shall then be prepared by the contractor and supplied in
triplicate along with a microfilm in case of minor and major bridges and on tracing cloth in all
other cases to the Engineer-in-Charge for record and reference purpose.

7.20: The contractor shall have to provide a ruled duplicate register at site named "Site order
book". It shall be in the custody of departmental supervisory staff. The Engineer-in Charge or his
authorized representative shall record their instructions in this book, which shall be noted by the
contractor or his authorized representative for compliance.

7.21: If any item of work is found to be substandard but the Engineer-in-Charge is of the opinion
that the same is structurally adequate and can be accepted at the reduce rate, then in such
cases, the Engineer-in-Charge shall have to submit proposals for appropriate reduction of rates
supported by an analysis, in justification thereof, through a letter to the Commissioner/Chief
Municipal Officer concerned and obtain his approval expeditiously (ordinarily within 15 days).
The approved analysis along with orders of the Commissioner/Chief Municipal Officer shall have
to be appended IN the bills of the contractor.

8. SPECIAL CONDITIONS:
(i) To be inserted in the N.I.T of a particular work if found necessary in the interest of the
work.
(Note:- Any such special condition can not over rule or be on contravention of the prescribed
clauses and conditions)

8.1 Agreement: -

8.1.1 Execution of agreement: The tenderer whose tender has been accepted (here in after
referred to as the contractor,) shall produce an appropriate solvency certificate, if so required by
the Commissioner/Chief Municipal Officer and will execute the agreement In the prescribed form,
within a fortnight of the date of communication of the acceptance of his tender by the
department. Failure to be so will result in the earnest money being forfeited to the Nagar
Nigam/Nagar Palika/Nagar Panchayat and tender being cancelled.
8.1.2 (a) The contractor shall employ the following Technical Staff during the execution of
work-
(i) One graduate engineer when the work to be executed is more than Rs. 25 lakhs.
(ii) One diploma engineer when the cost of work to be executed is from Rs. 5 lakhs to 25
lakhs.
(b) The Technical Staff should be available at site and take instructions from the
Engineer-in-Charge or other supervisory staff
(c) Incase the contractor fails to employ the technical staff as aforesaid, the
Commissioner/Chief Municipal Officer shall have the right to take suitable remedial
measures.
(d) The contractor shall give the names and other details of the graduate engineer/diploma
engineer to whom he intends to employ or who is under employment with him , at the
time of agreement and also give his curriculum vitee.
(e) The contractor shall give a certificate to the effect that the graduate engineer/diploma
engineer is exclusively in his employment.
(f) A graduate engineer or diploma engineer may look after more than one work in the
same locality but the total value of such works under him shall not exceed Rs. 100
lakhs in the case of a graduate engineer and Rs. 50 lakhs in the case of a diploma
engineer
(g) It shall not be necessary for the firm/company whose one of the partner is a graduate
engineer / diploma engineer to employ another graduate engineer / diploma engineer
subject to the conditions provided under 8.1.2 (a),(b) and (f)
(h) The Retired Assistant engineer who is holding a diploma may be treated at par with a
Graduate for the operation of the above clause.
Note:- Such Degree or Diploma engineer must be always available on works site on day to day
basis and actively supervise, instruct and guide the contractor’s works force and also receive
instruction form the Departmental Engineers/Sub engineers.
In case the contractor fails to employ the above technical staff or fails to employ technical
staff /personnel as submitted by the contractor in Pre qualification documents if prequalification
is called and or the technical staff/personnel so employed are generally not available on work site
and or does not receive or comply the instructions of the Department Engineers,
Commissioner/Chief Municipal Officer shall recover/deduct from his bills, a sum of Rs. 2500/per
week of such default. If the default continues for more than 4 weeks then such default can be
treated as "Fundamental Breach of Contract" and the contract can be terminated and action shall
be taken under clause 3
8.2 Conditions applicable for contract:-
All the conditions of the tender notice will be binding on the contractors in addition to the
conditions of the contract in the prescribed form :-
Following documents annexed with this N.I.T shall form an integral part of the contract
document. Annexure- "A" : Model Rules relating to labour water supply etc.

Annexure-"B" : Contractor's labour regulations.

Annexure-"C":
(a) Drawing (for buildings and Bridges)
(i) Site plan/location
(ii) Plan, Cross section and elevation structural drawing, bar bending schedule etc.
(iii) Circuit wiring and plumbing drawing (for Buildings only)
(iv) Founding and formation levels, for C.D. Works
(b) For road work :- Index plan and locations of
C.D. Works with type of C.D.
(H.P. box culvert, flush/raised,
causeway, slab culvert/ Bridge)
ANNEXURE - "A"

MODEL RULES RELATING TO LABOUR, WATER SUPPLY AND SANITATION IN


LABOUR CAMPS

Notes: These model rules are intended primarily for labour camps, which are not of a permanent
nature. They lay down the minimum desirable standard, which should be adhered to standards
in permanent or semi-permanent labour camps should not be obviously be lower than those for
temporary camps.
1. Location-: The camp should be located in elevated and well drained ground in the locality.
2. Labour huts to be constructed for one family of 5 persons each. The layout to be shown in
the prescribed sketch.
3.Hutting: The huts to be built of local material. Each hut should provide at least 20 sqm. of
living space.

4.Sanitary facilities: Latrines and urinals shall be provided at least 15 meters away from the
nearest quarters separately for man and women specially so marked on the following scale.

5.Latrines - Pit provided at the rate of 10 users or two families per scat, separate urinals as
required as the privy can also be used for this purpose.

6.Drinking Water - Adequate arrangement shall be made for the supply of drinking water. If
practicable filtered and chlorinated supplies shall be arranged when supplies are from
intermittent sources overhead storage tank shall be provided with capacity of five liters a person
per day. Where the supply is to be made from a well, it shall conform to the sanitary standard
laid down in the report of the Rural Sanitation Committee. The well should be at least 30 meters
away from any latrine or other source of population. If possible, hand pump should be installed
for drinking water from well. The well should be effectively disinfected once every month and the
quality of water should be got tested at the public Health Institution between each work of
disinfecting.

7. Bathing and Washing - Separate bathing and washing place shall be provided for men and
women for every 25 persons in the camp. There shall be one gap and space of 2 sqm. for
washing and bathing. Proper drainage for the wastewater should be provided.
8. Waste Disposal - (A) Dustbin shall be provided at suitable places in camp and the
residents shall be directed to throw all rubbish into these dustbin. The dustbins shall be provided
with cover. The contents shall be removed every day and disposed off by trenching.

9. Medical facilities
(A) Every camp where 1000 or more persons reside shall be provided with whole time
Doctor and Dispensary. If there are women in the camp, a whole time nurse
Shall be employed.
(B) Every camp where less than 1000 but more than 250 persons reside shall be provided with
Dispensary and a part time Nurse/Midwife.
(C) If there are less than 250 persons in any camp a First Aid Kit shall be maintained in-charge
of whole time persons, trained in First Aid.
All the medical facilities mentioned above shall be for all residents in the camp including a
dependent of the worker, if any free of cost.
Sanitary Staff - For each labour camp, there shall be qualified Sanitary Inspector and Sweeper
should be provided in the following scales:
(1) For camps with strength over 200 but not exceeding 500 persons. One sweeper for every 75
persons above the first 200 for which 3 sweepers shall be provided.
(2) For camps with strength over 500 persons one sweeper for every 100
persons above 1 st 500 for which 6 sweepers should be provided.

ANNEXURE - "B"
CONTRACTOR'S LABOUR REGULATIONS
The Contractor shall pay not less than fair wages to labourers engaged by him in the work.
Explanation
(a) "Fair Wages" means wages whether for time or piece works as notified during the period of
execution of the works and where such wages have not been so notified the wages
prescribed by the department in which the work is done.
(b) The contractor shall not with standing the provision of any contract to the contrary, cause to
be paid a fair wage to labourers indirectly engaged on the work i/e any labour engaged by his
subcontractors in connection with the said work as if labourers had been immediately
employed by him.
(c) In respect of all labour directly or indirectly employed on the works or the performance of his
contract, the contractor shall comply with or cause to be complied with the Labour Act, in
force.
(d) The Commissioner/Chief Municipal Officer shall have the right to deduct from the money due
to the contractor any sum required or estimated to be required for making good the less
suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract
for the benefit of the workers nonpayment of wages or of deductions mode from his or their
wages which are not justified by their terms of contract on non observance of regulations.
(e) The contractor shall be primarily liable for all payments to be made under and for the
observance of the regulations aforesaid without prejudices to his right to claim indemnity
from his sub-contract.
(f) The regulations aforesaid shall be deemed to be a part of this contract and
any breach there of shall be deemed to be a breach of this contract.
(g) The contractor shall obtain a valid license under the Contract (Regulation and Abolition) Act,
1970 and rules made there under by component authority from time to time before
commencement of work, and continue to have a valid license until the completion of the
work.
Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out
of the recalled non-execution of the work assigned to the contractor.
ANNEXURE - C
(a) Drawing (for buildings and Bridges)
(v) Site plan/location
(vi) Plan, Cross section and elevation, structural drawing, bar bending schedule
etc.
(vii) Circuit wiring and plumbing drawing (for Buildings only)
(viii) Founding and formation levels, also for C.D. Works
(b) For road work :- Index plan and locations of
C.D. Works with type of C.D.
(H.P. box culvert, flush/raised,
causeway, slab culvert/ Bridge with bench mark all levels and
details of each
“Attach Prints” N.A.
Annexure-"D"

Brief Specifications for major items of the work of construction of ------------


(Mention the Items involved with details )
Annexure – “E” (For percent rate tenders)
Schedule of Items.
S.No. S.O.R. Item Description of Item Unit Qty.
No.
1
2 Attached
3
etc.
Note:- In case of any discrepancy in this table vis-à-vis the
applicable S.O.R. the provisions contained in the
applicable S.O.R. Shall prevail.

Annexure – “E” (For Item rate tenders)


Schedule of Items.
S.No. S.O.R. Item Descripti Unit Qty. Rate in Rate in Amount
No. on of Figure Words in figure
(reference Item
in any)
1
2 Deleted
3
etc.
Grand Total Rs. …………………………. (in Figure)
And ……………………………..(in words)
(use separate sheet)

Note:- In case of any discrepancy in the rate written in figure and in word of
any item the lesser rate of the two shall be deemed to be the offered
rate and amount of that item calculated and corrected accordingly.
ANNEXURE F
(Revised from Bank Guarantee Bond)
(GUARATEE BOND)
(In lieu of performance Security Deposit)
(To be used by approved Scheduled bank) )

1. In consideration of the Nagar Nigam/Nagar Palika/Nagar Panchayat having agreed to exempt


............................................................................. (Herein after called the contractor (s) from the
demand under the terms and conditions of an agreement dated ................ ...
................................ made between ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, for the work
(Name of work) ......................................................................................... (here in after called the
said Agreement) of security deposit for the due fulfilment by the said contractor (s) of the terms
and conditions contained in the said agreements on production of a bank Guarantee for Rs.
....................................................................................................... Rupees ...............................
Only we. (.) .............................................................................................. (hereinafter referred to
as " the bank (at the request of the said contractor (s) do here by undertake to pay the Nagar
Nigam/ Nagar Palika/ Nagar Panchayat, an amount not exceeding Rs.
...................................................... against any loss or damage caused to or would be caused to
or suffered by the Nagar Nigam/Nagar Palika/Nagar Panchayat, by reasons of any breach by the
said contractor (s) of the terms or conditions contained in the said agreement.
2. We (.) ............................................................................................. do here by undertake to pay
the amount due and payable under this guarantee without any demur merely on demand from
the Nagar Nigam/Nagar Palika/Nagar Panchayat stating the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the Nagar Nigam/Nagar
Palika/Nagar Panchayat, by reason of breach by the said contractor (s) of any of the terms or
conditions contained in the said aggrements or by reasons of the contractor (s) failure to perform
the said agreement, Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the bank under this Guarantee, Howere our liability under this
Guarantee. shall be restricted to an amount not exceeding ........................................................
3. We undertake to pay to the Nagar Nigam/Nagar Palika/Nagar Panchayat any money so
demanded not with standing any dispute or disputes raised by the contractor (s) in any suit or
proceedings pending before any court or tribunal relating thereto, our liability under this present
being absolute and unequivocal.
The payament so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor (s) shall have no claim against us for making such
payments.
4. We (.) ........................................................................... further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of said agreement and that it shall continue to be enforce able till all the dues o the
Nagar Nigam/Nagar Palika/Nagar Panchayat under or by virtue of the said agreement have
been fully paid and its claims satisfied or discharged or till the Commissioner/Chief Municipal
Officer,. certified that the terms and conditions of the said agreement have been fully and
property carried out by the said contractor (s) and terms and conditions of the said agreement
have been fully and property carried out by the said contractor
(s) and accordingly discharged this guarantee, unless a demand to claim under this Guarantee is
made on us in writing on or before the (here indicate a date which falls 9 months beyond the due
date of completion of the work) .......................................................................................... we
shall be discharged from all liability under the guarantee.
5. We (.) ............................................................................................................. further agree with
the Nagar Nigam/Nagar Palika/Nagar Panchayat that the Nagar Nigam/Nagar Palika/Nagar
Panchayat shall have the fullest liberty without our consent and with out affecting in any manner
our obligation here under to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said contractor (s) from time to time or to postpone for any
time or for time to time any of the powers excerciseable by Nagar Nigam/Nagar Palika/Nagar
Panchayat, against the said contractor (s) and to for bear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reasons of any such variations. or extension being granted to the said contractor (s) or for
barnacle, act or commission on the part of the Nagar Nigam/Nagar Palika/Nagar Panchayat, or
any indulgence by the Nagar Nigam/Nagar Palika/Nagar Panchayat, to the said contractor (s) or
by any such matter or thing what so ever which under the lay relating to surities would but for
this provision have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor (s).
7. We (.) ................................................................................................ lastly under take not to
revoke this gurarantee during its currency except with the previous consent of the Nagar Nigam/
Nagar Palika/ Nagar Panchayat writing :-\Dated the
.......................................................................... day of ..................
..................................... for () ..........................................................................................

(>) indicate the Name of the Bank ...................................................................................................


Annexure-G
SPECIAL CONDITIONS OF N.I.T.
(Reference Clause 8 of NIT)

(1) Additional performance security (APS) shall be deposited by the successful


bidder at the time if signing of agreement when the bid amount is seriously
unbalanced i.e. less than the estimated cost by more than 10%. In such an event
the successful bidder will deposit the additional performance security (APS) to the
extent of difference of 90% of the PAC and bid amount in the shape of FDR , in
favour of the Commissioner/Chief Municipal Officer before singing the agreement
.The same shall be refunded along with the normal S.D. after completion of the
work. If the contractor fails to complete the work or left the work incomplete, this
additional performance security (APS) , shall be forfeited by the department , &
the agreement shall be terminated and the action shall be taken accordance with
clause 3 of the agreement . In case the tenderer / Contractor refuse to deposit
Additional performance security (APS) then his bid will be rejected by the
sanctioning authority and earnest money shall be forfeited.

(2) If the tenderer, whose tender has been accepted, and after signing the
agreement, (i) does not start regular actual physical items of work within 25% (twenty
five percent) of the time allowed for completion, or abnormally slowdown the work or
(iii) abandons the work, or (iv) merely goes on applying for extension of time; the
Commissioner/Chief Municipal Officer/Engineer in Charge shall serve a "show
cause" notice with details to the contractor in this regard and if the contractor does
not reply, or if his reply is considered not satisfactory (at the sole discretion of the
Commissioner/Chief Municipal Officer/Engineer incharge), his earnest money and
the performance security money or the Bank Guarantee in this regard shall be
forfeited in favour of the Nagar Nigam/Nagar Palka/Nagar Panchayat .If the contractor
has committed a similar default on earlier occasion (s) in previous three consecutive
years the contractor shall be debarred from participating in any future tender of any
working in Nagar Nigam/Nagar Palika/Nagar Panchayat for a period of 2 (two) years
from the date of such order, by the authority which had registered him/her.
Such orders & action shall be final binding and conclusive
(3) Detailed programme of Construction:
(i) Within 15 days of issue of order to start work, the contractor shall submit in the
prescribed proforma a detailed construction programme month wise mentioning start
and completion of each item/event involved in the due performance of the contract For
contract more than 10 Crores Contractor shall also submit detailed programme
monthwise for
(a) Materials procurement
(b) Their transport arrangement to worksite with details of No. of
truck/tippers
(c) Detailing of construction plants & equipments
(d) Cash flow/revised Cash flow
(ii) The contractor shall submit in the first week of each month a statement of “target
vis-à-vis actual performance” of each item/event with slippage, if any; mentioning
reasons of slippage and proposal for revised construction programme to complete the
same in targeted date or validly extended date. Failure to submit this monthly statement
for 4(four) months can be treated as “fundamental Breach of Contract” and can result in
invoking clause 3 of the conditions of contract.

(4). Performance Guarantee:


(i) The contractor shall also be responsible for performance of work carried out by him
for a period of 12 (Twelve) month beyond the completion of work for which
performance security has to be furnished by him @ 5%(five percent)of amount of
contract. For this purpose contractor has to submit to the department a Bank Guarantee
of 5% amount of the value of work done on every running and final bill
payable to him. If contractor fails to submit bank guarantee of 5% amount of the gross
bill, then 5% amount of bill shall be deducted from his running and final bill payment.
However, the contractor can get refund of such performance cash security amount
deducted if he submits appropriate bank guarantee valid for the period as stated above
or 12 (Twelve) month after actual completion.
If require, the Commissioner/ Chief Municipal Officer shall ask the contractor to
extend the validity period of the Bank Guarantee(s) for such period which he considers
it proper and the contractor shall extend the validity period of such Bank Guarantee
accordingly. If the contractor fails to extend the period accordingly, the Commissioner/
Chief Municipal Officer shall encash the B.G. before the expiry of the validity period.
(ii) The contractor shall have to carry out all necessary "Rectification" of defects
noticed, caused due to any reasons at his own cost within such reasonable period
mentioned in such communication notice from the Commissioner/Chief Municipal
Officer/ Engineer in Charge to him.
(iii) Failure of the contractor to rectify the defects properly in the given period, it shall
be open for the Commissioner/Chief Municipal Officer/Engineer in Charge to get
the defect(s) rectified either departmentally or through other agency (without
calling any tender /quotation) and recover the actual cost plus 15 % (fifteen
percent) of such cost from the contractor from any sum, in any form, and available
with the department or can be recovered as "Arrears of Land Revenue"
(iv) After One years of completion of construction, Amount of available performance
Bank guarantee shall be returned to the contractor subject to the satisfaction of
the Executive Engineer.
(v) Deleated
The performance guarantee will be in addition to the normal security to be
deducted as per clause 1 of agreement for the execution of contract.
(5) The tenderer/contractor shall give in advance authority letter(s) in favour of the
Commissioner/ Chief Municipal Officer, authorizing him to get all Bank’s Fixed Deposit
receipts, Bank Guarantees (either normal security deposit and or for performance
security) to get these Bank Receipts and Guarantee deeds verified and got confirmed
from the concerned Bank. It will be only after getting such confirmation that the
Commissioner/ Chief Municipal Officer shall pay any amount accordingly or refund the
equal amount for which BG submitted has been duly verified and confirmed.
(6) The contractor shall not remove minor mineral from borrow areas, quarries without
prior payment of Royalty charges.
(7) For Bituminous Road Works
(a) Bitumen of required penetration grade or emulsion shall be procured by the contractor
directly from any or all of the Govt. Oil Company viz. Indian Oil Company (IOCL),
Hindustan Petroleum(HPCL) and Bharat Petroleum Company (BPCL).
(b) It shall be obligatory on the contractor to submit within one week of receipt of
Bitumen,original first copy of Bitumen invoice(s) (meant for the Buyer/Customer) (not
other copies meant for Storage, Transporter etc. etc.) to the concerned Division or
Divisions and get the invoice duly stamped and see that suitable entry is recorded by the
Division of its use with grade, quantity proposed to be used in particular contract
agreements (s)/Division. On the original invoice the contractor shall have to write “......
MT quantity or Bitumen of this invoices is proposed to be used in agreement No.
.............................. of .................... of ..................... ULB and ............... quantity in
agreement No. ............................ of ................ of this or (other named) ULB in that ULB
agreement No. ................ of ......................... and sign the same.
Contractor(s) shall also furnish a certificate that "This is to certify that I/We have
submitted the original and true bill(s) & I am responsible for its veracity"
The Engineer in Charge there after shall countersign the same and submit the
invoice(s) and shall cause the same to be photocopied and return the photocopy duly
certified to the contractor. All originals invoices shall be retained by the
Commissioner/Chief Municipal Officer till the payments final bill. There after the
contractor shall return the attested photocopies of all invoices and take back the original
invoices of Bitumen.
(c) The contractor shall have to install hot mix plant as per clause 504.3.4 of MORTH
specification 15 days before starting of bituminous work nearer to the site of work, so as
to maintain the temperature of hot mixed materials at work site as per MORTH norms. In
case of failure in installing the hot mix plant, it shall be treated as breach of contract and
penalty shall be imposed under agreement clause 38
(d) "Contractor shall submit the certificate of availability with him (Owned or leased or by
procurement against mobilization advances) regarding computerized hot mix plant,
Sensor paver/mechanical paver, Vibratory Roller [ for 50 mm or more thickness of
B.M./D.B.M. (with M.S.S./S.D.B.C. & B.C.)] and other plants and machineries duly
certified by Executive Engineer or Equivalent officer, along with the E.M.D. envelope,
otherwise tender will be disqualified while opening.
(8) The contractor has to fix reflecting information board, size 120 cms X 90 cms.
One at starting point of the road and another from end point of the road describing the
details of work as instructed by Engineer in Charge at his costs.

(9) In case of conflict between “General condition of contract- and the special
condition” the terms of special condition s shall prevail.
SPECIAL CONDITION

1. In the event of withdrawing his/her after before the expiry of the period of validity
of offer of failing to execute the agreement as required by condition No. 8.1.1 of
the notice inviting tender (N.I.T) he/ she will not be entitled to tender for this work
in case of recall of tenders. In addition to forfeiture of his/her earnest money as
per provisions of condition No. 4.7 and 8.1.1 of N.I.T as may be applicable for the
work, the registering authority will demote the contractor/ firm for a period of one
year. If the tenderer has committed a similar default of earlier occasion (s) as will,
then such demotion in registration will be permanently.
This special condition will supersede anything contrary to it in the tender
document.
2. Cess @ 1% (One percent) shall be deducted at source. From every bill of
contractor by the Commissioner/Chief Municipal Officer under “Building and other
construction for Workers Welfare, Cess Act 1996”
3. It is mandatoryfor the contractor (s) to get himself/themselves registered with
“C.G. Building and other construction Welfare Board” as soon as the work order is
issued to him/ them for the work amounting to Rs. 10.00 (Ten) Lakhs and above
and submit a copy of the same to the same to the concern Engineer in Charge,
otherwise no payment will be made under the contract.
4. Contractors are advised to go through the Notice Inviting tenders & the
tender/PQ/Bid Capacity document thoroughly. Certificates, annexures,
enclosures as mentioned in the document will have to be submitted by the
tenders strictly in the prescribed format at the time of submission of Technical/
Financial bid, failing which the contractor shall disqualify for the work & his
financial offer shall not be opened and no representation appeal or objection,
what so ever in this regard shall be entertained by the department.

You might also like