Tender Document
Tender Document
AUTHORITY NAGPUR.
B 1 TENDER DOCUMENTS
PROCUREMENT OF CIVIL WORKS
Name of work: - Construction of WBM road from Kh. No. 147 Mz. Welahari
Outer Ring Road to Kh. No. 176 Mz. Welahari Tah. Nagpur
(Gramin) Dist. Nagpur.
Tender no. :- / Date:-
Agreement no.:- / / 2024-25
Agency :-
Note:- Bidder should read all the conditions of contract before participating in this
bid.
NAGPUR METROPOLITAN REGION DEVELOPMENT
AUTHORITY NAGPUR.
Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring Road to
Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
Tender No.:-
Time stipulated for completion of work: -:- 10 Calendar Months from the date of
written order to start work, which will include the monsoon period.
2-
3-
NAME OF WORK:- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
Date and time for online bid data As per Tender Notice/-
decryption and re-encryption
(technical
Receipt of bid security/EMD
Place, Date and Time of opening of
Technical Bids
On-line Sealed e-Tenders for work of Construction of WBM road from Kh. No. 147
Mz. Welahari Outer Ring Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
In B-1 Form are invited by the Superintending Engineer, Nagpur Metropolitan Region
Development Authority, Nagpur from Non- Registered or Registered contractors with N.I.T. /
NMRDA/P.W.D. / N.M.C. or other Govt. Deptt. or Reputed Agency as per eligibility criteria for the
work, estimated to cost noted against the work. The technical bid of tenders which
would be submitted online on www.mahatenders.gov.in will be received as per
schedule in the Tender Notice advertised by the office of the Superintending
Engineer, NMRDA and will be opened as per schedule in the Tender Notice as well
as online schedule at www.mahatenders.gov.in, if possible in the presence of tenderer
or their authorised agents who may choose to be present.
All the online e-tenders will be seen on www.mahatenders.gov.in.
TENDERING PROCEDURE: -
1.2.3 The tender submitted by the tenderer shall be based on the clarification,
additional facility offered (if any) by the Superintending Engineer, and this
tender shall be unconditional. Conditional tenders shall be summarily
REJECTED.
1.2.4 All tenderers are cautioned that the tenders containing any deviation, from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The tenderer should
clearly mention in forwarding letter that his offer (in envelope No. 1& 2) does
not contain any conditions, deviations from terms and conditions stipulated in
the tender.
1.2.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities. In case of requirement of DSC,
interested Bidders should go to www.mahatenders.gov.in and follow the
procedure mentioned in the document ‘Procedure for application of Digital
Certificate’.
1.2.6 The Tenderers have to make a payment of Rs Nil online as service charges for
the use of Electronic Tendering during Online Bid Data Decryption and Re-
encryption stage of the Tender.
1.2.7 For any assistance on the use of Electronic Tendering System, the Users may
call the contact numbers available online or at tender notice.
1.2.8 Tenderers should install the Mandatory Components available on the Home
Page ofwww.mahatenders.gov.in under the section ‘Mandatory Components’
and make the necessary Browser Settings provided under section ‘Internet
Explorer Settings’.
The Bid Data that is prepared online is required to be encrypted and the hash
value of the Bid Data is required to be signed electronically using a Digital
Certificate (Class-II or Class-III). This is required to maintain the security of the
Bid Data and also to establish the identity of the Contractor transacting on the
System.
The Digital Certificates are issued by an approved Certifying Authority
authorized by the Controller of Certifying Authorities of Government of India
through their Authorized Representatives upon receipt of documents required
to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the
Digital Certificate which is used to encrypt the data / information and sign the
hash value during the Bid Preparation and Hash Submission stage. In case
during the process of preparing and submitting a Bid for a particular Tender,
the Contractor loses his / her Digital Signature Certificate (i.e. due to virus
attack, hardware problem, operating system problem); he / she may not be able
to submit the Bid online. Hence, the Users are advised to store his / her Digital
Certificate securely and if possible, keep a backup at safe place under adequate
security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorised
User of a Partnership Firm is used for signing and submitting a bid, it will be
considered equivalent to a no objection certificate / power of attorney to that
User to submit the bid on behalf of the Partnership Firm. The Partnership Firm
has to authorize a specific individual via an authorization certificate signed by
a partner of the firm (and in case the applicant is a partner, another partner in
the same form is required to authorise) to use the digital certificate as per
Indian Information Technology Act, 2000.
Unless the Digital Certificate is revoked, it will be assumed to represent
adequate authority of the Authority User to bid on behalf of the Firm for the
Tenders processed on the Electronic Tender Management System of
Government of Maharashtra as per Indian Information Technology Act, 2000.
The Digital Signature of this Authorized User will be binding on the Firm. It
shall be the responsibility of Partners of the Firm to inform the Certifying
Authority or Sub Certifying Authority, if the Authorized User changes, and
apply for a fresh Digital Signature Certificate. The procedure for application of
a Digital Signature Certificate will remain the same for the new Authorised
User.
The same procedure holds true for the Authorized Users in a Private / Public
Limited Company. In this case, the Authorisation Certificate will have to be
signed by the Director of the Company or the Reporting Authority of the
Applicant.
After the expiry of the cut - off time of Bid Preparation and Hash
Submission stage to be completed by the Contractors has lapsed, the Tender
will be closed by the Tender Authority.
The Tender Authority from Superintending Engineer, NMRDA Nagpur
shall generate and digitally sign the Super Hash values (Seals).
After the time for generation of Super Hash values by the Tender Authority
from Superintending Engineer, NMRDA, Nagpur has lapsed, the
Contractors have to make the online payment of Rs. NIL towards the fees of
the Service Provider.
After making online payment towards Fees of Service Provider, the
Contractors are required to decrypt their bid data using their Digital
Certificate and immediately re-encrypt their bid data using the Public Key
of the Tendering Authority. The Public Key of the Tendering Authority is
attached to the Tender during the Close for bidding stage.
Note: The details of the Processing Fees shall be verified and matched
during the Technical Opening stage.
At this time, the Contractors are also required to upload the files for which
they generated the Hash values during the Bid Preparation and Hash
Submission stage.
The Bid Data and Documents of only those Contractors who have submitted
their Bid Hashes (Seals) within the stipulated time (as per the Tender Time
Schedule), will be available for decryption and re-encryption and to upload
the relevant documents from Briefcase. A Contractor who has not submitted
his Bid Preparation and Hash Submission stage within the stipulated time
will not be allowed to decrypt / re-encrypt the Bid data / submit documents
during the stage of Decryption and Re-encryption of Bids (submitting the
Bids online).
7. Short listing of Contractors for Financial Bidding Process:
The Tendering Authority will first open the Technical Bid documents of all
Contractors and after scrutinizing these documents will shortlist the
Contractors who are eligible for Financial Bidding Process.
10. Bidder should read all the conditions of contract before participating in the
bid.
The first envelope “Envelope No. 1” shall contain the following documents:
1.4.4 Copy of Income tax Return for financial year 2023-2024, 2022-23, 2021-22,.
1.4.5 The Earnest Money Deposit shall be paid online using EFT/RTGS/Payment
gateway mode. EMD amount should be paid from bidders account only. If
found that EMD is paid from others account, then offer i.e.
Commercial/Financial Envelop will not be opened.
1.4.6 Scanned copy of Work done Certificate signed by not below the rank of
Executive Engineer as per requirement of the respective work.
1.4.7 Scanned copy of Maximum Annual financial year turnover during any of
the last five financial years of amount as per requirement of the respective
work. This certificate shall be issued by the Chartered Accountant only.
1.4.8 Scanned copy of Details of work of similar type and magnitude with
supporting certificates (Information to be given in Performa of Form No. A
1.4.9 Scanned copy of original list of works in hand and works tendered along
with supporting certificates (Information to be given in Performa of Form
No. B
1.4.10 Scanned from original list plants and Machinery if necessary, as per work
(Information to be given in Performa of Form No. C
1.4.12 The contractor shall submit an affidavit in original (as per format given in
Annexure) regarding completeness, correctness and truthfulness through
online in Technical Bid. The bids received without submission of affidavit
in online technical bid will not be considered. An affidavit shall be
compulsorily notary registered or sworn before the magistrate. Affidavit
not confirming to these conditions will not be accepted and Envelope No.2
will not be opened.
1.4.14 Blank Tender Copy issued and digitally signed by the Department
Note: All the documents from Sr. No. 1.4.1 to 1.4.14 shall be correctly and
completely submitted by contractor online; otherwise his Envelope No.2 will not be
opened.
OR
Two Completed work of similar nature in Govt./Semi Govt. Bodies costing not less
than the amount equal to Rs. 184.00 Lakhs during Five financial years prior to
current year and current year.
OR
One Completed work of similar nature in Govt./Semi Govt. Bodies costing not less
than the amount equal to Rs. 294.00 Lakhs during Five financial years prior to
current year and current year.
The works may have been executed by the Applicant as prime contractor or as a
member of joint venture or sub-contractor. As sub-contractor, he should have
acquired the experience of execution of all major items of works under the
proposed contract.
In case a project has been executed by a joint venture, weightage towards
experience of the project would be given to each joint venture in proportion to
their participation in the joint venture.
Sr.
Item of work Quantity Unit
No.
1 GSB 1216.00 Cum
2 WBM Grading -I 777.00 Cum
3 WBM Grading -II 777.00 Cum
4 Murum 2493.00 Cum
For (b),and(C) ,certificates are required to be obtained from the officer not
below the rank of Executive Engineer (Work Carried out in Govt. / Semi Govt.
Bodies such as MHADA, MSEB, MIDC, CIDCO) or equivalent competent
authority in case of local bodies. In case of other than Govt./ Semi Govt.
/PSUs / Autonomous Bodies etc., certificates are required to be obtained from
Director / CEO / or Officer in Charge of Project or equivalent. For other than
the work of Govt/Semi Govt bodies satisfactorily executed minimum
quantities & amount above shall be double.
B. The bidder should not have been blacklisted or debarred from tendering process by
any State /Central Department/PSU in last five years. The bidder shall submit an
oath on company letterhead that the Bidder/or any member of Consortium has not
been blacklisted or debarred from tendering process. In case, if the above
document is found false, the employer will have right to reject the tender, and
blacklist the company for all future jobs in Maharashtra.
C. The Bidder undergoing Corporate Debt Restructuring is not eligible to participate
in this tender. To substantiate this Bidder shall submit Certificate signed by
Company Auditor
Bid Capacity :
A =Maximum value of civil engineering works executed in any one year during
the last five years(Updated to the price level of the year indicated in Appendix)
taking into account the completed as well as works in progress.
N =Number of years prescribed for completion of the works for which bids are
invited
B =Value (updated to the price level of the year indicated in Appendix) of
existing commitments and on-going works to be completed during the next
10 months (period of completion of the works for which bids are invited)
Note: The statements showing the value of existing commitments and on-
going works as well as the stipulated period of completion remaining
for each of the works listed should be countersigned by the Engineer
in charge, not below the rank of an Executive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
- made misleading or false representations in the forms, statements and
attachments submitted in proof of the qualification requirements; and/or
- participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to
the employer.
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for
purposes of post qualification as provided for in clause 4 of the Instructions to bidders.
This information will not be incorporated in the contract
(Rs. in Crore)
2023-2024 -------------
2022-2023 --------------
2021-2022 --------------
2020-2021 -------------
2019-2020 ---------------
1.4 Information on Bid capacity (works for which bids have been
submitted and works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works :
Descript place & Contract Name & Value of stipulated Value of Anticipate
ion of State No. Address Contract period of works* date of
work employer (Rs. Cr.) completio remaining completion
n to be .
completed
(Rs. Cr.)
1 2 3 4 5 6 7 8
Maximum
age as on Number
Sr. No. Type of Equipment
01.10.2024 Required
(Years)
1. Vibratory Roller 10 Tonnes Capacity 12 1
(Owned/Hired)
2. Grader (Owned/Hired) 12 1
3. Excavator (Owned/Hired) 12 1
Note:
1. The bidder shall submit documentary evidence of ownership/hire
agreement/purchase of above machineries.
2. Allowable life of machinery to be used on works –
(a) The life of new machinery will be considered as 12 years.
(b) The bidder shall submit documentary evidence of ownership or affidavit to
purchase/hire of above machineries.
(c) There will be no need of checking by SE (Mechanical)/ Assistant Chief
Engineer ((Mechanical)for first 6 years Except hot mix /Batch Mix Plant
(d) After 6th year, the machinery shall be checked and certified for its fitness by
SE Mechanical / ACE (Mechanical) every 3rd year till the 15th year.
After the 15th year, the contractor will get machinery certified every year from
SE/ACE (Mechanical) and produce the certificate of fitness. The certificate
will be required for machinery where it is necessary and not issued by RTO.
Lowest bidder shall submit such certificate of fitness by SE / ACE
(Mechanical) within one month of opening of financial bid.
(D) List of Key Personnel to be deployed on Contract.
No. of
Sr. No Personnel Qualification
Personnel
1. Bidder shall submit the name and C.V.s of above Personnel in envelope no 1. If CV
doesn’t fulfill the requirement of qualification mentioned above, Envelope 2 shall not
be opened.
2. For the absence of Key personnel mentioned in the tender at site due to some
genuine reason, personnel mentioned above shall seek the prior written permission
from Sub Divisional Engineer In charge of the Project.
3. For any Change in Personnel, contractor shall obtain prior written approval from
Engineer In charge to replace the personnel with personnel of equal or more
qualification.
4. If contractor fails to appoint any of the staff mentioned above at site, amount shown
below shall be recoverable from the contactor’s bill
Sr. Amount recoverable on account of non
Personnel
NO availability of person
Special Clauses:
1. Tender Percentage for Royalty, Testing charges and Man power
The Schedule "B"/BOQ amount is divided as(A) work Portion and (B), Royalty
charges, Testing charges and Man power for Dept
For B-1 tender the Percentage shall be applied to work portion. (A) only.
For B-2 tender the Rate of item shall be applied to work portion. (A) only.
In above both case the part "B" of schedule B/BOQ will be intact.
2. Work Insurance policy:
The contractor shall produce the work insurance policy, the same will be
reimbursed to the contractor. If contractor fails to produce the work insurance
policy, Concerned Executive Engineer shall draw the policy, the expenditure
incurred for drawing the policy shall be recovered from the 1st R.A. bill of the
contractor as penalty to the Contractor.
If completion period of work is Extended, then period of work Insurance
must be renewed/ extended as per requirement
3. Mandatory Testing of Material and Penalty Clause:
It is mandatory on the part of contractor to carry out all the required tests of
various construction materials as mentioned in schedule 'B' of the tender. If the
contractor fails to submit required test result of the various construction
materials as mentioned in the items of schedule 'B', he will be liable to deposit
the amount at penal rate of five times of the amount of particular test which he
has not carried out. Contractor will be informed by the Engineer-in-Charge
through letter. On receipt of letter, contractor will have to either deposit the said
amount or to carry out the required test within ten days. If he again fails to carry
out the required tests in stipulated time limit, the said tests will be carried out by
the department and total expenditure incurred on the testing charges plus five
times amount of testing charges will be recovered from the contractor's bill.
As this recovery is only due to the negligence on the part of contractor to carry
out work as per Tender conditions and Executive Engineer's decision will be
final and binding on the contractor and it cannot be challenged by the contractor
by way of Appeal, Arbitration or in the Court of Law.
4. Special Condition: -
Definitions:
(1) 'Construction" means the process of erecting of any infrastructure facility
(Buildings, Roads Bridge, Wells, Roadside Gutter, Septic tank, Telecommunication
Lines/Tower, Electric Poles, Drains etc.) including alteration in these entities.
(ii) "Demolition" means breaking down or tearing down of any infrastructure facility
(Buildings, Roads Bridge, Wells, Roadside Gutter, Septic tank, Telecommunication
Lines/Tower, Electric Poles, Drains etc.) either manually or using mechanical force (by
various equipment) or by implosion using explosives.
(iii) "Construction and demolition waste" means the waste comprising of building
materials, debris and rubble resulting from (1) & (ii) above.
(v) "Bulk waste generator" means any person or association of persons or institution,
residential and commercial establishments who undertakes construction or
demolition of any civil structure which generate construction and demolition waste 20
Tons or more in 1 Day or 300 Tons or more per project in a Month.
(vi) "Hazardous Waste" means any waste which by reason of any of its physical,
chemical, reactive, toxic, flammable, explosive or corrosive characteristics causes
danger or likely to cause danger to health or environment, whether alone or when in
contact with other wastes or substances and include the hazardous waste defined in
the hazardous waste defined in the Hazardous and Other Wastes (Management and
Tran boundary Movement) Rules, 2016 or any other amendment thereof.
(vii)Words and expressions used but not defined herein shall have same meaning as
defined in the Environment (Protection) Act.
(1)Every waste generator will bring the C&D waste only at waste processing plant
located at Bhandewadi, Nagpur, either by their own conveyance or by requesting
machinery from Nagpur Municipal Corporation (at Toll Free No.18001233595) by
paying the requisite charges. (i.e. Rs. 344/- per MT+ GST as applicable, With 5.0%
Annual Hike every year on base rate from 1st of April every year.)
(ii)If waste generator intends to transport C&D waste by their own conveyance he will
inform
the municipal corporation, over toll free number with the following information: -
(a) Name and address of waste generator
(b) Vehicle No., Type and approximate quantity of C&D waste.
(c) Approximate time by which vehicle will reach designated C&D waste location site.
(iv) Dumping of C&D waste on road sides, waste dumpsite and any other non-
designated places shall not be permitted. In case of illegal dumping of C&D waste,
transporters/generators will be fined Rs. 5,500/- per vehicle (irrespective of quantity,
even if the vehicle is half filled) for dumping the unprocessed waste in low lying
sites/land-fills or any public place in Nagpur. Rate of Fine shall be increased by Rs.
500 annually from 1st April of every year by NMC. The authority to issue the Challan
will rest with Sanitary Officer/ S.I. of Zone office of NMC / Enforcement Inspectors of
NMC.
(i)Every waste generator (Bulk and Non-Bulk) shall prima-facie be responsible for
collection, segregation (Into five streams such as concrete, bricks & mortar, soil, steel,
wood & plastics) and storage of construction and demolition waste so generated.
(iv) No hazardous waste coming out of the demolition/construction site shall be mixed
with C&D waste.
(1)Nagpur Municipal Corporation has developed majór site for storage/stacking &
processing of construction & démolition waste at Bhandewadi. Wherein screening of
C&D waste, crushing of coarse material into different types of aggregates and their
separation by screening and washing. etc. is being carried out to produce following
recycled materials and its by-products:
(c) Crushed aggregates: 10 mm, 20 mm, 40 mm, 80 mm (d) PCC products made of
Recycled aggregates (Paver blocks, kerbs, channels, tiles, etc.)
(i) The recycled materials and its by-products will be issued/sold to Public/Govt.
organizations on reasonable rates to promote usage of recycled material by the C&D
waste Operator. Right of selling lies with the Operator M/s. Hyderabad C & D Waste
Pvt. Ltd.
(i)The Municipal Corporation has already set up toll free No. 18001233595. Any waste
generator can avail services by dialing above toll free number.
1. C&D Waste Transportation Charges - Rs. 344/- per MT+ GST as applicable
With 5.0% Annual Hike every year on base rate from 1st of April every year.
(ii) All the Government Departments such as NMC, NIT NMRDA, MHADA,
MAHAMETRO, PWD, CPWD and other Boards/Corporations/undertakings in the city
shall ensure that all contractors and maintenance staff use processed material as well
as its by-products from C&D waste for their. works allotted to contractors by
Including the requisite conditions in the Tender Document. However, in case of non-
availability of processed materials at C&D plant, non-availability certificate will be
obtained before resorting to purchase of material from open market.
(iii)For nearby project sites outside the city limits and within 25 km radius-including
adjoining- areas of nearby corporations, Construction & Demolition waste may be
transported by the generator/producer for processing to C&D Plant at Bhandewadi.
The processing fee will be charged as Rs.234/- per MT+ GST as applicable. It shall be
increased 5% annually on base rate from 1st April of every year.
Right to Interpret:
(i) If any question relating to the Interpretation of these guidelines arises it shall be
referred to the Municipal Commissioner who shall give his/her decision and that
decision shall be final and binding. (ii) No appeal thereto in any court of law is
maintainable.
Appeal:
If any dispute is arising at any time or a person aggrieved have any issue then the
Commissioner, Nagpur Municipal Corporation or any authorized person on his/her
behalf may settle the issue.
1.5 ENVELOPE No. 2 OF TENDER (FINANCIAL BID)
(i) Offer to be submitted online (In Percentage form).
Note: Even though the bidders meet the above qualifying criteria, they are subjected
to be disqualified if they have made misleading or false representation in the forms
statement and attachments submitted as proof of the qualification requirements and
/ or record of post performance such as abandoning the works, not properly
completing the contract, in ordinate delays in completion litigation history or
financial failures etc. At any point of time during tender process, work execution
period, Defect Liability Period, submitted papers/documents/applications including
material purchase vouchers, test reports, bitumen challans, quantity related papers
or any papers of contractor should be true, correct & if the papers submitted by
Contractor is found incorrect, faulty, not true, dubious, bogus, forged etc.then
relevant actions of blacklisting & criminal proceedings as per Indian Penal Code
(IPC) shall beinitiated against Contractor/ JV / Partnership Firms/Private
Ltd./Companies(Bidder). NIT/NMRDA Officers /Engineers / Divisional Account
Officers shall not be held responsible for the papers submitted by the Contractor.
During Technical Opening/Scrutiny of envelop No.1 of tender, if contractor
submits false papers /reports for fulfillment of qualifying criteria, then envelop No.2
of such contractor shall not be opened. Also, such NIT/NMRDA registered
contractor / non registered contractor shall be blacklisted & information of contractor
being blacklisted shall be circulated to all Departments.
After issuance of work order, if it is found that papers submitted / uploaded
are forged, bogus, incorrect, then such contractor shall be blacklisted & Criminal
Proceeding as per IPC shall be initiated. If work is at initial stage, the tender of work
shall be cancelled.
1.6 SUBMISSION OF TENDER: -
(i) Earnest money shall be paid via online using NEFT/RTGS or payment
gateway mode only. After Tender opening, the EMD of the unsuccessful
bidder will be returned to account provided by the bidder during the bid
preparation as given in challan under Beneficiary Account Number.
(ii) Earnest Money in the form of cheques or any other form except above
will not be accepted & the tender shall summarily reject.
(iii) The amount will be automatically refunded to the unsuccessful
tenderers on deciding about the acceptance or otherwise of the tender. In
case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
(iv) If successful tenderer does not pay the Security Deposit in the
prescribed time limit, and complete the agreement bond, his earnest
money deposit will be forfeited to the NIT/NMRDA
(v) EMD Exemption Certificate will not be accepted. If found so the tender
of such tenderer will be rejected.
3. SECURITY DEPOSIT:
(i) The successful tenderer whose tender is accepted will have to pay 2% of
the contract amount towards the Security Deposit.
(ii) Initial half security deposit i.e. 1% of the contract amount is to be
deposited in cash or bank guarantee (in the form as prescribed by
NIT/NMRDA) from any Nationalized Bank or schedule bank within ten
days (including Government holidays) of the acceptance of the tender.
Initial Security Deposit may be in Bank Guarantee form as per prescribed
format of tender document valid up to Defect Liability Period of the work
and it should be extendable up to expiry of valid extension if any, as
directed by Engineer-in-charge. If the successful bidder does not deposit
this initial security deposit within stipulated time then his earnest money
deposit will be forfeited.
(iii) In addition to the above, an amount equivalent to 1% will be
deducted from the running bills at 1% of value of the gross bill towards
balance security deposit. This is a compulsory deduction.
Selected Lowest bidder (L1) has to submit the hard copy of Performance
Security in the form of Demand Draft of required amount as per condition
given in Performance Security to the office of Executive Engineer (Tech),
NMRDA, Nagpur within 8(Eight) days from the date of opening of
financial bid.
Bank Guarantee OR Demand Draft or FDR for Performance Security
Deposit for Quoting Offer More than 1% below the tender cost. (As Per GR.
Dated 27.09.2018).
4. ISSUE OF FORMS:
Information regarding contract as well as blank tender forms can be
downloaded from the e-Tendering website www.mahatenders.gov.in upon
providing the details of the payment of cost as detailed in the Notice Inviting
Tender.
5. TIME LIMIT:
The work is to be completed within time limit as specified in the Notice
Inviting Tender which shall be reckoned from the date of written order for
commencing the work and shall be inclusive of monsoon period.
6. TENDER RATE:
No alteration in the form of tender and the schedule of tender and no
additions in the scope of special stipulations will be permitted. Rates quoted
for the tender shall be taken as applicable for all leads and lifts for all
materials and labours both on-site and off- site. Rate of all items are inclusive
of lift and lead for all floors.
7. TENDER UNITS:
The tenderers should particularly note the units mentioned in the Schedule
“B” on which the rates are based. No change in the units shall be allowed. In
the case of difference between the rates written in figures and in words, the
correct rate will be the one, which is lower of the two.
8. CORRECTION:
No corrections shall be made in the tender documents. Any corrections that
are to be made shall be made by crossing the incorrect portion and writing the
correct portions above with the initials of tenderer.
9. TENDER’S ACCEPTANCE:
Acceptance of tender is rest with Hon. Metropolitan Commissioner NMRDA
up to tenders amounting to Rs. 1000 Lakh & for tender amount exceeding
Rs.1000 Lakhs acceptance of tender will be rest with the Executive Committee
NMRDA. Hon. Metropolitan Commissioner NMRDA reserved the right to
reject any or all tenders without assigning any reason therefore. The tenderer
whose tender is accepted will have to enter in to a regular B-1 agreement within
10 days of being notified to do so. In case of failure on the part of Tenderer to
sign the agreement within the stipulated time, the earnest money paid by him
shall stand forfeited to the NMRDA and the offer of the tenderer shall be
considered as withdrawn by him
(c) The Contractor should examine the quarries and see whether full quantity of
materials required for execution of the work strictly as per specification are
available in sources before quoting the rates. In case the materials are not
available due to reasons whatsoever, the contractor will have to bring the
materials from any other source with no extra cost to NMRDA. The rates
quoted, should therefore be for all leads and lifts from wherever the materials
are brought at site of work and inclusive of royalty to be paid to the Revenue
Department by the Contractor. The contractor has to make his own
arrangement for quarries.
12. POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter
mention the names of all the partners together with the name of the person
who holds the power of Attorney, authorizing him to conduct all transactions
on behalf of the body, along with the tender.
13. The tenderer may, in the forwarding letter, mention any points are may wish
to make clear but the right is reserved to reject the same or the whole of the
tender if the same becomes conditional tender thereby.
14. The contractor or the firms tendering for the work shall inform the NMRDA if
they appoint their authorized Agent on the work.
15. No foreign exchange will be released by the NMRDA for the purchase of
plants and machinery for the work by the Contractor.
16. Any dues arising out of contract will be recovered from the contractor as
arrears if not paid amicably. Moreover, recovery of NMRDA dues from the
Contractors will be affected from the payment due to the Contractor from any
other Trust and Government works under execution with them and entire
amount of such arrears outstanding against the contractor together with
accrued interest shall become recoverable forthwith and it shall be open to the
NMRDA, to effect the recovery in any manner if thinks fit, from the
contractor.
17. All pages of tender documents, conditions, specifications, correction slips etc.
shall be initialed by the tenderer. The tender should bear full signature of the
tenderer, or his authorized power of Attorney holder in case of a firm.
18. The Income Tax at prevailing rate including surcharge or percentage in force
from time to time or at the rate as intimated by the competent Income Tax
authority shall be deducted from bill amount whether measured bill, advance
payment or secured advance.
19. The successful tenderer will be required to produce to the satisfaction of the
specified concerned authority a valid concurrent license issued in his favour
under the provisions of the Contract Labour (Regulation and Abolition) Act
1970 for starting the work as may be applicable. On failure to do so, the
acceptance of the tender shall be liable to be withdrawn and also liable for
forfeiture of the earnest money.
20. The tenderer shall submit the list of apprentices engaged by the Contractor
under Apprentice Act.
21. Cess @ 1% (One percent) shall be deducted at source from every bill of the
Contractor by the Superintending Engineer, NMRDA, Nagpur under “
Building and Other Construction for workers Welfare Cess Act 1996.
22. The rates quoted by the Contractor shall be deemed to be inclusive of the
labour welfare cess and other taxes (other than GST) that the Contractor will
have to pay for the performance of this Contract. The Employer will perform
such duties in regard to the deduction of such taxes at source as per applicable
law.
26. In the tender process, if the lowest offer is more than 10% below the cost put
to tender, the tender calling authority shall obtain the detailed justification
and planning of executing the work at such lower rate from the concerned
contractor and based on that shall ensure the possibility of completing the
work at the offered lowest rate.
27. Conditions Regards – Cashless Transaction : Contractor shall submit a
certificate to the effect that “All the payments to the labour/staff are made in bank
accounts of staff linked to Unique Identification Number (AADHAR CARD).” The
certificate shall be submitted by the contractor within 60 days from the
commencement of contract. If the time period of contract is less than 60 days then
such certificates shall be submitted within 15 days from the date of commencement
of contract.
28. Royalty Charges :The rates quoted, should be inclusive of all the leads & lift
for all materials and labour both on-site and off-site and exclusive of royalty to be
paid to the Revenue Department by the Contractor. The Royalty charges for
extracting the minor Mineral for government works will be paid by the Contractor as
per the Govt. Rules from time to time and the amount so shall be paid to the
contractor in final bill. The payment of royalty charges shall only be made to
contractor on account of submission of royalty clearance certificate from the office of
the District Collector.
The contractor has to pay these charges directly to Revenue Department and
original challans, permission documents shall be produced to concerned Executive
Engineer, If contractor fails to produce these original documents the royalty charges
shall be retained and recovered from contractor’s bill.
MEMORANDUM
( a )Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
(e) Time allowed for the work from date of written order to commence is
Ten Months including monsoon should this tender be accepted
I / We hereby agree that this offer shall remain open for acceptance for
a minimum period of 120 days from the date fixed for opening the same and
thereafter until it is withdrawn by us / by notice in writing duly addressed to the
authority opening the tenders and sent by registered post A.D. or otherwise
delivered at the office of such authority. Online payment receipt of the earnest
money is herewith forwarded. The amount of earnest money shall not bear interest
and shall be liable to be forfeited to the NMRDA, should I / We fail to (1) abide by
the stipulation to keep the offer open for the period mentioned above or (2) signed
and complete the contract documents required by the Superintending Engineer,
NMRDA, and furnish the security deposit as specified in item (d) of memorandum
contained in paragraph 1 above, within the time limit laid down in clause (1) of the
annexed general conditions of the contract. (which may be extended by the
Superintending Engineer concerned by 7 days if the Superintending Engineer thinks
fit to do so)
I /we hereby agree to abide by and fulfill all the terms and provision of the
conditions of contract annexed hereto so far as applicable and in default to forfeit
and pay to Superintending Engineer, NMRDA, the sum of money mentioned in the
said condition. Demand Draft no.___________, dated ___________ from the
_________________Bank at in respect of the sum Rs. ________________ forwarded
representing the earnest money (a) the full value of which is to be absolutely
forfeited to NMRDA, Nagpur should/we not deposit the full amount of security
specified in the above memorandum in accordance with Clause 1(A) of the said
conditions of the contract. Otherwise the said sum of Rs. ________________ shall be
refunded.
Signature of Contractor Contractor
Before submission of tender (Address)
Dated the ______________day of __________ 2021.
Superintending Engineer
NMRDA, Nagpur.
CONDITIONS OF CONTRACT
Security Deposit Clause 1: The person / persons whose tender may be accepted
(herein after called the contractor, which expression shall
unless excluded by or repugnant to the context include his,
heirs executors, administrators, contractor and assigns) shall
A. within 10 days (which may be extended by the
Superintending Engineer concerned by 7 days if the
Superintending Engineer thinks fit to do so) of the
receipt by him of the notification of the acceptance of
his tender deposit with the Superintending Engineer
in cash or Bank Guarantee (if the value of S.D. exceed
Rs. 2.00Lacs) of Nationalized Bank valid for a period
of time limit allowed for the work plus Defect liability
period of the work, of sum sufficient which will make
up the full security deposit specified in tender or
B. Permit NMRDA at the time of making any payment to
him for work done under the contract to deduct such
as will amount to 1 percent of all moneys so payable,
such deduction to be held by NMRDA by way of
security deposit, provided always, that, in the event of
the contractor depositing a lump sum by way of
security deposit as contemplated at (A) above, then
and in such case, a the sum so deposited shall not
amount to 1 percent, of the total contract cost of the
work, it shall be lawful for NMRDA at the time of
making any payment to the contractor for work done
under the contract, to make up the payment to the
contractor for work done under the contract to make
up the full amount of 1 percent, by deducting a
sufficient sum from every such payment as last
aforesaid, until the full amount of the security deposit
is made up.
All compensation or other sum of money payable by the
contractor to government under the terms of his contract may
be deducted from or paid by the sale of sufficient part of his
security deposit or from the interest arising there from or
from any sums which may be due or may become due by
NMRDA to the contractor under any other contract or
transaction of any nature on any account whatsoever, and in
the event of his security deposit being reduced by reason of
any such deduction or sale as aforesaid the contractor shall
within ten days thereafter make good in cash or Bank
Guarantee endorsed as aforesaid, any sums or sums which
may have been deducted from or raised by sale of his
security deposits or may part thereof.
Compensation Clause 2 : The time allowed for carrying out the work as
for delay entered in the tender shall be strictly observed by the
contractor and shall be reckoned from the date on which the
order to commence work is given to the contractor. The
work shall throughout the stipulated period of the contract
be proceeded with, all due diligence (time being deemed to
be the essence of the contract on part of the contractor) and
the contractor shall pay as compensation an amount equal to
one percent, or such smaller amount as the Superintending
Engineer (whose decision in writing shall be final) may
decide, of the amount of the estimated cost of the whole
work as shown in the tender for every day that work
remains un-commenced, or unfinished after the proper
dates. And further to ensure good progress during the
execution of the works, the contractor shall be bound in all
cases, in which the time allowed for any work exceeds one
month to complete.
Compensation for delay.
Bill to be on Clause 11: The contractor shall submit all bills on the
printed form. printed forms to be had on application at the office of the
Engineer-in-charge. The charges to be made in the bills
shall always be entered at the rates specified in the tender or
in the case of any extra work ordered in pursuance of these
conditions and not mentioned or provided for in the tender,
at the rate hereinafter provided for such work.
Work to be Clause 13: The contractor shall execute the whole and every
executed in part of the work like manner and both as regards materials
accordance and every other respect in strict accordance with
With specifications. The contractor shall also confirm exactly
specification, fully and faithfully to the designs, drawings and
drawing, orders instructions in writing relating to the work signed by the
etc Engineer-in-charge and lodged in his office and to which
the contractor shall be entitled to have access for the
purpose of inspection at such office or at the site of work
during office hours. The contractor will be entitled to
receive three sets of contracts drawings and working
drawings as well as one certified copy of the accepted
tender along with the work order free of cost. Further copies
of the contract drawings and working drawings, if required
by him, shall be supplied at the rate of Rs. 500/- per set of
contract drawing and Rs. 150/- per working drawing except
where otherwise specified.
Extension of time
in consequence
of addition or
alteration.
No claim to any Clause 15 : (1) If at any time after the execution of the
payment or contract documents, the Engineer in charge shall for any
compensation for reason whatsoever (other than default on the part of the
alteration in or contractor and for which NMRDA is entitled to rescind the
restriction of contract) desire that the whole or any part of the work
work. specified in the tender should be suspended for any period
or that the whole or part of the work should not be carried
out at all he shall give to the contractor a notice in writing of
such desire and upon the receipt of such notice the
contractor shall forthwith suspend or stop the work wholly
or in part as required, after having due regard to the
appropriate state at which the work should be stopped or
suspended so as not to cause any damage or injury to the
work already done or endanger the safety thereof provided
the decision of the Engineer-in-charge as to the stage at
which the work or any part or it could be or could have been
safely stopped or suspended shall be final and conclusive
against the contractor. The contractor shall have no claim to
any payment or compensation what-so-ever by reason of or
in pursuance of any notice as aforesaid on account of any
suspension, stoppage or curtailment except to the extent
specified here-in-after.
Time limit for Clause 16: Under no circumstance what so ever shall the
unforeseen contractor be entitled to any compensation from NMRDA
on any account unless the contractor shall have submitted
claims claim in writing to the Engineer –in Charge within one
month of the cause of such claim occurring.
Action and Clause 17: If any time before the security deposit or any part
compensation thereof is refunded to the contractor it shall appear to the
payable in case of Engineer-in Charge or his subordinate in-charge or the
bad work. work, that any work has been executed with unsound,
imperfect unskilled workmanship or with materials of
inferior quality, or that any materials or articles provided by
him for the execution of the work are unsound or of a
quality inferior to that contracted for or are otherwise not in
accordance with the contractor, it shall be lawful for the
Engineer-in-charge to intimate this fact in writing to the
contractor and then notwithstanding the fact that the work,
materials or articles complained of may have been
inadvertently passed, certified and paid for, the contractor
shall be bound forthwith to rectify, or remove and
reconstruct the work so specified in whole or in part, as the
case may be require or if so required, shall remove the
materials or articles so specified and provided other proper
and suitable materials or article at his own charge and cost
and in the event of his failing to do so within a period to be
specified by the Engineer-in-charge in the written
intimation aforesaid, the contractor shall be liable to pay
compensation at the rate of 1% on the amount of the
estimate for every day not exceeding 10 days, during which
the failure so continues and in the case of any such failure,
the Engineer-in-charge may rectify or remove and re-execute
the work or remove and replace the materials or article
complained of, as the case may be, at the risk and expense in
all respects of the contractor. Should the Engineer-in-charge
consider that any such inferior work or materials as
described above may be accepted or made use of it shall be
within his discretion to accept the same at such reduced
rates as he may fix therefore.
Notice to be Clause 19 : The contractor shall give not less than 5 days
given before the notice in writing to the Engineer-in-charge or his
work is covered subordinates in charge of the work before covering up or
up. otherwise placing beyond the reach of measurement any
work in order that the same may be measured and correct
dimensions hereof taken before the same is so covered up or
placed beyond the reach of measurement and shall not cover
up or placed beyond the reach of measurement any work
without the consent in writing of the Engineer-in-charge or
his subordinate in charge of the work, and if any work shall
be covered up or placed beyond the reach of measurement
without such notice having been given or consent obtained
the same shall be uncovered at the contractors expense and
in default thereof payment or allowance shall be made for
such work or for the materials with which the same was
executed.
Contractor liable Clause 20: Contractor liable for damage done and for
for damage done imperfection. If during the period of 02 years from the date
and for of completion as certified by the Engineer-in-charge
imperfection. pursuant to the clause 7 of the contract, the said work is
defective in any manner whatsoever, the contractor shall
forthwith on receipt on the notice in that behalf from the
Engineer-In- charge, duly commence execution and
completely carry out at his cost in every respect all the work
that may be necessary for rectifying and setting right the
defects specified therein including dismantling and
reconstruction of unsafe portions strictly in accordance with
and in the manner prescribed and under the supervision of
the Engineer-In- charge. In the event of the contractor
failing and neglecting to commence execution of the said
rectification work within the period prescribed therefore in
the said notice the Engineer-In- charge may get the same
executed and carried out departmentally or by other agency
at the risk on account and at the cost of the contractor. The
contractor shall forthwith on demand pay to the NMRDA
the amount of such costs, charges and expenses sustained or
incurred by the NMRDA of which the certificate of the
Engineer-In- charge shall be final and binding on the
contractor. Such costs, charges and expense shall be deemed
to be arrears of land revenue and in the event of contractor
failing or neglecting to pay the same on demand as
aforesaid without prejudice to any other rights and
remedies of the NMRDA, the same may be recovered from
the contractor as arrears of land revenue. The NMRDA shall
also be entitled to deduct the same from any amount which
may then be payable or which may thereafter becomes
payable by NMRDA to the contractor either-in-respect of
the said work or any other work whatsoever, or from the
amount of the security deposit retained by NMRDA
Contractors to Clause 21 : The contractor shall supply at his own cost all
supply plant, materials (except such special material if any) as may be
ladders, supplied from the NMRDA Stores, in accordance with the
scaffolding etc. contract, plant, tolls, appliances, implements, ladders,
cordage, tackle, scaffolding and any temporary works which
may be required for the proper execution of the work, in
the original, altered or substituted form, whether included
in the specification or other documents forming part of the
contract or referred to in these conditions or not and which
may be necessary for the purpose of satisfying or complying
with the requirements of the Engineer-in-charge as to any
matter on which under these Conditions he is entitled to be
satisfied, or which be entitled to require together with
carriage therefore, to and from the work. The contractor
And is liable for
shall also supply without charge the requisite number of
damages arising
persons with the means and materials necessary for the
from non
purpose of setting out works and counting, weighing and
provisions of
assisting in the measurement or examination at any time
lights, fencing
and from time to time of the work or materials. Failing this
etc.
the same may be provided by the Engineer-in-charge at the
expense of the contractor and the expenses may be deducted
from any money due to the contractor under the contract or
from his security deposit or the proceeds of sale thereof or
of sufficient portion thereof. The contractor shall provide all
necessary fencing and lights required to protect the Public
from accident and shall also be bound to bear the expenses
of defense every suit, action or other legal proceedings at
law that may be brought by any person for injury sustained
owing to the neglect of the above precautions, and to pay
damages and cost such person or which may with the
consent of the contractor be paid in compromising any claim
by any such person.
Measure for Clause 22: The contractor shall not set fire to any standing
prevention of jungle, trees, bush wood or grass without a written permit
fire. from the Engineer in charge.
Work on Sunday Clause 25: No work shall be done on a Sunday without the
sanction in writing of the Engineer-in-charge.
Work not to be Clause 26: The contract shall not be assigned or sublet
sublet. Contract without the written approval of the Engineer-in-charge. And
may rescind and if the contractor shall assign or sublet his contract, or
Security deposit attempt so to do, or become insolvent or commence any
forfeited for proceedings to be adjudicated and insolvent or make any
subletting it composition with his creditors, or attempt so to do the
without approval Engineer-in-charge may be notice in writing rescind the
or for bribing a contract. Also if any bribe, gratuity, gift, loan, perquisite,
public officer or reward or advantage, pecuniary or otherwise, shall either
if contractor directly or indirectly be given, promised by the contractor or
becomes any of his servants or agents to any public officer or person
insolvent. in the employment of government in any way relating to his
office or employment, or if any such officer or person shall
become in any way directly or indirectly interested in the
contract, the Engineer-in-charge may be giving notice in
writing rescind the contract. In the event of a contract being
rescinded, the security deposit of the contractor shall
thereupon stand forfeited and be absolutely at the disposal
of the NMRDA and same consequences shall as ensure as if
the contract has been rescinded under clause 3 hereof and in
addition the contractor shall not be entitled to recover or be
paid for any work therefore actually performed under the
contract
Changes in the Clause 28: In the case of a tender by partners any change in
Constitution of the construction of a firm shall be forthwith notified by the
the firm to be contractor to the Engineer-in-charge for his information.
notified.
Clause 29: All works to be executed under the contact shall
be executed under the direction and subject to the approval
in all respects of the Superintending Engineer of NMRDA
for the time being, who shall be entitled to direct at what
point or points and in what manner they are commenced
and from time to time carried out.
Action where No Clause 33: In the case of any class of work for which there is
specification. no such specification as in mentioned in Rule-1, such work
shall be carried out in accordance with the NMRDA
specifications, and in the event of there being no NMRDA
specification, then in such case the work shall be carried out
in all respects in accordance with the instruction and
requirement of the Engineer-in charge.
Quarry fees and Clause 36: All quarry fees, royalties, Octroi dues and ground
royalties rent for stacking materials if any, shall be paid and borne by
the contractor.
Compensation Clause 37: The contractor shall be responsible for and shall
under pay compensation to his Workmen payable under the
Workman’s Workmen’s compensation Act, 1923 (VIII of 1923),
Compensation (hereinafter compensation is payable and or paid by
Act. NMRDA as principal under the subsection (1) of section 12
of the said Act on behalf of the contractor this shall be
recoverable by from the contracter NMRDA factor under
sub section (2) of the said section. Such compensation shall
be recovered in the manner laid down in clause 1 above.
Claim for Clause 40: No compensation shall be allowed for any delay
compensation for caused in the starting of the work on account of acquisition
delay in starting of land and in the case of the clearance work of any delay in
work according sanction to estimates.
Claim for Clause 41: No compensation shall be allowed for any delays
compensation for in execution of the work on account of water standing in
delay in the borrow pits or compartments. The rates are inclusive for
execution of hard or cracked soil excavation in mud, subsoil water or
work water standing in borrow pits and no claim for an extra rate
shall be entertained unless otherwise expressly specified.
Entering upon or Clause 42: The contractor shall not enter upon or commence
Commencing any portion of work except with the written authority and
any portion of instructions of the Engineer-in-charge or of his subordinate
work. in charge of the work failing such authority the contractor
shall have no claim to ask for measurements of or payment
for work.
Acceptance of Clause 45: Any contractor who does not accept these
conditions conditions shall not be allowed to tender for works.
compulsory
before tendering
the work
Employment of Clause 46: If Government declares a state of scarcity or
scarcity labour. famine to exist in any village situated within 1 Kms. of
work, the contractor shall employ upon such parts of the
work as suitable for unskilled labour any person certified to
him by the Engineer-in-charge or by any person to whom
Engineer-in-charge may have delegated this duty in writing
to be in need of relief and shall be bound to pay to such
persons wages not below minimum which may arise in
connection with the implementation of this clause shall be
decided by the Engineer-in-charge, whose decision shall be
final and binding on the contractor.
Clause 53: The contractor shall duly comply with all the
provisions of the contract labour (Regulation and Abolition)
Act 1970. (37 of 1970) and the Maharashtra Contract Labour
(Regulation and Abolition) Rules 1971 as amended from
time to time and all other relevant statutes and statutory
provision concerning payment of wages particularly to
workmen employed by the contractor and working on the
site of the work. In particular the Contractor shall pay wages
to each worker employed by him on the site of the work at
the rates prescribed under the Maharashtra Contract Labour
(Regulation and Abolition) Rules 1971. If the contractor fails
or neglects to pay wages at the said rates or make short
payment and the NMRDA makes such payment of wages in
full or part thereof less paid by the contractor, as the case
may be the amount so paid by the NMRDA to such worker
shall be deemed to be arrears and the NMRDA shall be
entitled to recover the same as such from the contractor or
deduct the same from the amount payable by the NMRDA
to the contractor hereunder or from any other amounts
payable to him by the NMRDA (Minimum Wages Act, as
per Government Circular) (AT / 1284 / (120) / Building, dated
14/08/1988) (or as per the prevailing rates defined by
Government of Maharashtra)
Price Variation. Clause 54 :Deleted
Clause 57: Contractor shall quote his rate considering all taxes
applicable from time to time and GST imposed by
Government from 01.07.2017 on all Government contracts/
Contractors. No claim of contractor on account of
Reimbursement of these taxes and GST applicable shall be
entertained. The Contractor shall duly comply with all the
provisions of GST Act 2017. He shall obtain registration under
this Act. TDS under rules 51 of GST Act 2017 will be deducted
as per applicable rates.
Clause 58 : Contractor shall quote his rate considering all taxes
applicable from time to time and GST The rates quoted by the
Contractor shall be deemed to be inclusive of the labour
welfare cess and other taxes (other than GST) that the
Contractor will have to pay for the performance of this
Contract. The Employer will perform such duties in regard to
the deduction of such taxes at source as per applicable law.
Payment of GST
i) Bidder shall quote his rate excluding GST
Clause 59(1) : QUALITY ASSURANCE AND
MAINTENANCE.(Annexure to the P.W.D circular No 1091-
/CR -60/ Bldg -2 dt 14 th October 1991 regarding incorporation
additional condition for quality assurance and Maintenance
Manual) To ensure the specific quality of work which will
also include necessary surveys, temporary works, etc., the
contractor shall prepare a quality assurance plan and get the
same approved from the Engineer-in-charge within one month
from the date of work order. For this, the contractor shall
submit an organization chart of his technical personnel to be
deployed on the work along with their qualification, job
description defining the function of reporting, supervising,
inspecting and approving. The contractor shall also submit a
list of tools, equipment and the machinery and
instrumentation, which he proposes to use for the construction
and for testing in the field and/or in the laboratory and
monitoring. The contractor shall modify supplement the
organization chart and the list of Machinery/ equipment etc. as
per the direction of the Superintending Engineer and shall
deploy the personnel and equipment on the field as per the
approved chart and the list respectively. The contractor shall
submit written method statements dealing his exact proposal
of execution of the work in accordance with the specification.
He will have to get these approved from the Engineer-in-
charge. The quality of the work shall be properly documented
through certificates, records, check lists and Log book of
results etc. such records shall be complied from the beginning
of the work and be continuously updated subsequently and
this will be the responsibility of the contractor. The form
should be got approved from the Engineer in charge.
Clause 59 (2) :Where the work is to be on lump-sum basis on
contractor’s design the contractor shall also submit a
maintenance manual giving procedure for maintenance, with
the periodically of maintenance works including inspections
to be used, means of accessibility for all parts of the structure.
He shall also include in the manual, the specification, for
maintenance works that would be appropriate for his design
and technique of construction. This manual shall be
submitting within the contract period.
Clause 60: It is obligatory on the part of agency to procure
R.C.C. pipe (ISI marked) required for the work from the
M.S.S.I.D.C. only. The proof of such procurement like bill of
M.S.S.I.D.C. certification of the Divisional Manager
M.S.S.I.D.C. to that effect will have to be enclosed along with
the bill pertaining to the work concerned. The payment
towards the procurement of R.C.C. pipes and also items, in
which the use of R.C.C. pipes is contemplated, would be
released only after fulfillment of the conditions, laid down as
above.
Note: In case provisions of this form B-1 conflicts with those
in detailed conditions attached to this tender. The detailed
conditions attached would prevail over those in this form ‘ B-
1”
GENERAL CONDITIONS OF CONTRACT
3.TREASURE TROVE :
4. LAYOUT OF WORK :
Layout of the work will be done by the contractor by total
station equipment in consultation with the Engineer-in-
charge or his representative. Some permanent marks should
however be established to indicate the demarcation of the
structures or any component thereof made to this permanent
marks in measurement books and drawing, signed by the
contractor and the NMRDA officer, responsibility
regarding layout will be joint.
Preparation of layout plan and marking it on site will be the
responsibility of contractor. Once the layout plan is prepared
he should submit it to Engineer in-charge or his authorised
representative for approval and get it approved from the
Engineer in charge. Once the layout plan is approved
contractor shall proceed with marking it at site of work.
7.CUSTODY OF WORK:
8.CO-ORDINATION:
11. INDEMNITY:
(3) The contractor must find his own land. If he wants Govt.
land he should apply for it. Assessment for it if demanded
will be payable by contractor. However the NMRDA does
not bind itself for making available the required land.
(j) The contractor shall make arrangement for all anti malaria
measures to be provided for the labour employed on the
work. The anti-malaria measures shall be as directed by the
Public Health Officer.
26.PAYMENTS :
The contractor must understand clearly that the rates quoted
are for completed work and include all cost due to labour, all
leads and lifts involved and if further necessitated,
scaffolding, plants, machineries, supervision power, service
works, royalties, octroies, taxes, etc. and should also include
all expenses to cover the cost of lighting, night works if and
when required & no claim for additional payment beyond
the rates quoted will be entertained and the contractor will
not be entitled subsequently to make any claim on the
ground of any representation or on any promise by any
person (whether member in the employment of any
NMRDA or not) or on the ground of any failure on his part
to obtain all necessary information for the purpose of
making his tender and fixing the several prices and rates
therein relieve him from any risks or liabilities arising out of
or consequences upon submission of the tender. Payment to
the contractor will be made by cheque /RTGS.
27.2 Bills for extra works or for any claim shall be paid
separately apart from the interim bills for the main works.
The payment of bills for the main work shall not be withheld
for want of decision on extra claim not covered in the
schedule of item for extra work.
28.2 The format of the running bill on which the bills are to
be submitted by the contractor shall be supplied to the
contractor by the NMRDA Printed copies of the bills forms
as per his format shall be arranged by the contractor at his
cost. The bills in five copies shall be submitted to the
representative of Engineer-in-charge in the standard
proforma only.
28.4 The contractor can have true copy of the bills paid to him
after paying charges for photocopying the same.
30.WATER SUPPLY :
31.2 Electrical supply for the NMRDA use at work site shall
be provided by the contractor on mutual agreed terms. The
contractor may not abide by these conditions when power
supply at the site fails.
32.TELEPHONE FACILITIES :
33 MATERIAL SOURCES :
33.3 Lime stone shall not be permitted for any concrete work.
34. LAND :
(ii) The contractor shall at his risk and cost make all
arrangement and / or shall provide for all such facilities as
the Engineer-in-charge may require for collecting, preparing
and forwarding required number of samples for tests or for
analysis to the approved laboratory and bear all charges and
cost of testing. Such samples shall also be deposited with the
Engineer-in-charge till sent for testing. Out of total number
of tests as per frequency requirement 20 % of these tests shall
be carried out in Laboratories of P.W.D. (Govt. of
Maharashtra)/V.N.I.T./ Govt. Polytechnic / NABL
(4) (a) The contractor shall make his own arrangement for
receiving all materials, tools, etc. required for the work.
c) The rates for all items are inclusive of all charges such as
carting, lifting, etc. No extra payment for any lead and lift
will be paid for any items.
42. MISCELLANEOUS:
42.1 ERASER:
42.2 ACCEPTANCE:
2) The wiring cable should not be taken near the live electric
line and it should be preferably shot firing cable as supplied
by the supplier of explosives. If such a cable is not available
substitute cable made up of several pieces jointed and tapped
be used.
42.6 For providing electric line and water line etc. recess shall
be provided. If necessary, through walls, slabs, beams, etc.,
and later on refilled it with a bricks or stones, chipping
cement mortar without any extra cost.
45. DEFINITIONS:
(10) Dewatering
The item of dewatering is included in the item of
excavation, no extra claim for the dewatering will be
entertained.
(12) Fly-Ash
The measurement of fly ash will be done with respect to the
result of the Proctor density test of the respective layer only.
Only if the proctor density test result is achieved to 100%
then only the bulkage of maximum 20% will be considered
for loose volume.
ADDITIONAL SPECIFICATION
1) For Earthwork, Drain work, and Road work Contractor shall engage an
experienced survey agency in consultation with Engineer-in charge with
all necessary modern instruments, equipments, tools etc. The Agency shall
help departmental Engineers in carrying out survey work, collection of
data plotting of "L" section, Cross section, Road plan, drainage plan,
estimation of quantities etc. before start of the road work. If required and
as directed by Engineers-in charge, surveying, plotting, estimation etc.
shall be done again and again for whole or part portion of the work till
final solution to the satisfaction of the Engineers-in charge is worked out.
Contractor shall submit all surveyed data, plotting, plans & estimate in
sort as-well-as in hard copy to the department. All submission in soft &
hard copies shall be departmental property, under intellectual property
rights. Contractor cannot put any claims over it.
CONDITIONS FOR THE MATERIALS TO BE PROCURED BY THE
CONTRACTOR
(1) Cement :
Cement to be used for the work shall comply the following and shall be
used with the prior approval of Engineer -in –charge
I) For the concrete containing PPC. Cement, the curing period shall not be
less than 14 days.
II) The stripping time for removal of form work shall be as under :-
Fly ash bricks shall confirm to IS: 12894:2002. Bricks with frog will only be
accepted. In case the size of bricks is more than that specified in item, rate
will be proportionally reduced because of reduction in joints. Bricks of size
smaller than that specified in item of work shall not be accepted.
II nd Class burnt clay brick without frog shall not be accepted. in any case.
The brick with frog 10 to 20 mm deep on one of its side only shall only be
accepted. The diameter of the bricks shall be strictly in accordance with the
Indian standard 12894 2002 .If the size of bricks is found to be more than
that of specified in the item of work, the rate will be proportionally reduced
because of reduced joints and labour. The size of bricks smaller than the
specified in the item of work shall not be accepted. The sample of bricks
shall be got approved from the Engineer -In -charge before using the same
in the work. It shall be the responsibility of the contractor to got tested the
sample of bricks for the physical characteristics from the approved
laboratory and submit the test report to be Engineer in charge before using
the bricks in the
work
(1) All the materials required for construction of work shall be arranged by
the contractor at his own cost. The samples of material to be procured shall
be got approved by the Engineer-in-charge and material as per approved
samples shall only be procured.
(2) The contractor shall submit periodically as well as on completion of
work, an account of all materials brought by him in a manner as directed by
Engineer-in-charge. The contractor shall also furnish monthly account of
materials; a separate register shall be maintained on site for recording daily
item wise receipt and consumption of Cement, Steel and Asphalt used by
him, also item wise consumption of other materials used. This register shall
be signed daily by the contractor or his representative and representative of
Engineer-in-charge.
(3) All the materials required for the work shall be brought by the
contractor at his own cost. In each case, certificate for its quality and
quantity shall be produced by the contractor at his own cost and the test
results of samples shall be supplied to the NMRDA. The material not
confirming to the required standard shall be removed at once from the site
of the work by the Contractor at his own cost.
(4) Testing of all construction material shall be carried out as per required
frequency and specifications and the charges for testing shall be borne by
the contractor
(5) All the testing charges for mix design etc. if necessary on construction
work shall be borne by the contractor.
(6) The contractor shall construct shed / sheds as per direction of the
Engineer-in-charge of the work for storing the materials brought at site. The
material shall be taken out for use in the presence of the NMRDA
representative only.
(7) The contractor shall make his own arrangement for the safe custody of
the materials which are brought for construction of work.
(8) The contractor shall not transfer any material once brought at work site
without prior written permission from Engineer-in-charge and for bonafied
reasons only
(9) In case the materials brought by the contractor become surplus owing to
the change in the design of the work, the materials should be taken back by
the contractor at his own cost after prior permission of the Engineer-in-
charge.
(10) The charge for conveyance of materials from the place of delivery to the
site of work and the actual sport on work site shall be entirely borne by the
contractor. No claims on his account shall be entertained.
(11) The contractor shall furnish the account of cement, steel, asphalt
brought by him at each time before placing orders for further supply. Also
the same should submit on completion of the work, final account of the
materials used by him to the NMRDA. This account will be scrutinized by
the Engineer-in-charge
(12) All empty cement bags or empty asphalt drums shall be the property of
contractor and the same shall be removed immediately after completion of
work
(13) The contractor shall procure the pipes if required for this work from
M.S.S.I.D.C. only. Proof of purchasing of pipe should be submitted.
Annexures
Annexure-I
Setting of Field Laboratory
The Contractor shall have to establish a field laboratory with following minimum
equipments on the instant work at his own cost. These instruments are conforming
to IS Specifications duly calibrated from competent agency. Contractor has to carry
out the calibration of said instruments as directed by the Engineer – in- charge on
expiry date of calibration. On completion of work in all respect, the equipments will
be the sole property of the contractor.
1) Form Work:
The marine/Densified ply wood shuttering plates shall be braced suitably with
angle iron or wooding frames to withstand the loads to be imposed on the
formwork and to prevent bending, deflection, deformation in size or
displacement of the member. The formwork should be watertight to prevent
leakage of concrete water or cement slurry from the section.
2) CENTERING : -
For Centering telescopic M.S. tubular props and struts with adjustment heights
should only be used. The total supporting arrangement shall be designed by the
contractor, confirming the relevant I.S. code and standard practice being adopted
in the type of work. The Centering arrangement shall be adequately braced and
properly fixed by using appropriate type of fastening and fixture to ensure
stability and stay of the Centering to withstand all loads coming on it. Before
commencement of this item the total arrangement of Centering and work design
should be got approved from the Engineer In charge. The entire responsibility for
design, erection, and maintenance and safety measure will exclusively rest with
the contractor. The Engineer In charge reserves right to reject entire Centering
arrangement or part thereof any material used for the Centering /formwork in the
event of which the contractor shall have to arrange for its replacement at his own
cost and claims, what so ever on this account shall not be entertained by the
NMRDA.
5) Bulkage Factor
The items of removal of surplus earth shall be measured based on pit volume
and shall be
paid accordingly. No extra payment shall be made for bulkage.
1 While executing the E.I. work the agency shall provide Generator for
Electrical Drill machine at his own cost.
2 The Agency shall follow the ISI specification, relevant standards, IER 1956
during the execution of work.
3 The Agency shall obtain the permission of local Authority (N.O.C.) for
digging the road if necessary.
4 If during the execution of work, shut down from M.S.E.B. side is necessary. In
that case it is solely responsibility of agency to take necessary shut down with
permission of local MSEB authority.
5 The agency will have to use necessary T & P while execution of work at his
own cost.
6 After completion of work, the agency shall have to carry necessary IR test and
earth test with calibrated meggar & earth tester and the test report of same
shall be submitted.
7 If necessary the agency shall have to arrange the inspection of E.I., from
Electrical Inspector and accordingly N.O.C. shall be obtained however the
necessary inspection fee will be paid by the agency.
8 If necessary the agency shall have to arrange the inspection of E.I., from
Electrical Inspector and accordingly N.O.C. shall be obtained however the
necessary inspection fee will be paid by the agency.
9 The work insurance and insurance of worker, Labour insurance shall be done
by agency under the insurance act at his own cost.
10 The Complete responsibility of safety of worker during the execution of work
is solely of agency. The agency will have to follow all the safety rules during
the execution of work, if any accident occurred during the execution of work,
the responsibility of compensation will be of agency, In any case this
Department will not be responsible for any compensation.
12 All toll charges paid by the contractor if any for conveying material will not
be refunded by the department.
13 In case of main contractor not registered with the Electrical Wing of P.W.D.
Govt of Maharashtra, he can get electrical work done through the registered
electrical license contractor with the Govt. of Maharashtra of appropriate
(Class A). However, the main contractor shall be responsible for entire work,
which includes civil and electrical works.
14 The electrical work shall have to be carried out under the technical
supervision of Assistant Engineer (Elect.), NMRDA , Nagpur. The decision of
Assistant Engineer (Elect.) NMRDA, ,Nagpur will be final and binding on the
contractor in all matters related to electrical work
16 The wiring and other electrical works shall conform to the Indian Electricity
Rules. The Materials used for electrical works shall comply with their
standards laid down in that behalf by the Bureau of Indian Standard or
approved materials approved by C.E.P.W.(Electrical ) Mumbai
17 The contractor shall obtain necessary approval to the drawings, and the
method of construction as per the Indian Electricity Rules, for all high tension
Electrical Installation works and Diesel Generation Sets from the Electrical
Inspector and shall pay prescribed inspection fees.
18 The contractor shall also arrange to receive electrical service connection and
meter from Maharashtra state Electric Distribution Company by paying
necessary charges as per the supplies condition. The payment towards
permanent service connection charges made by the contractor is reimbursable
on production of the necessary documentary evidence of payment to
Maharashtra state Electric Distribution Company.
19 As soon as the electrical installation work is completed in all respect, and
tested by the electrical sub inspector, the contractor shall submit the
installation Test Report, in the form prescribed, to the Maharashtra state
Electric Distribution Company for releasing the electrical supply.
21 Samples of material during the execution of work shall be collected and send
to testing. If the testing results of material found unsatisfactory in that case
the agency will have to replace the material free of cost.
2 The Civil Contractor, if opts for any other electrical contractor to carry out the
Electrical Installation work at the time of submission of tender, will not be
allowed to change during the period of agreement.
5 The Electrical Contractor shall not use any material unless approved by the
Engineer at site.
6 All the electrical materials shall be from the list enclosed along with Schedule
'B' bearing ISI mark & shall be got approved by the Electrical Engineer at site
before erection at site.
10 All the works shall be done in accordance with relevant BIS specification for
method of construction, testing of materials, procurement of materials by
contractor and details mentioned in Chapter 16 of P.W.D Manual for Electrical
Works IER 1956.
12 All the field tests on the materials shall be done at the cost of contractor at
site/nearest laboratory approved by the Engineer at site. No secured advance
for electric material will be given unless it is certified that the materials will
be utilized within 30 days at site.
14 The Agency shall obtain provisional and final Fire N.O.C. from Fire
Department of Nagpur Municipal Corporation.
Annexure-III
SCHEDULE 'A'
NAME OF WORK :- Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Rate at which the
material
Approximate
Sr. Name of will be charged to
Quantity to unit Remarks
No. Material Contractor
be stipulated
In In
Figures words
1 2 3 4 5 6 7
------------------------------------NiL---------------------------------------
Annexure-IV
RECOVERY STATEMENT
NAME OF WORK:- Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Rate at which the
material
Approximate
Sr. Name of will be charged to
Quantity to unit Remarks
No. Material Contractor
be stipulated
In In
Figures words
1 2 3 4 5 6 7
------------------------------------------Nil-----------------------------------
Annexure-V
APPENDIX “A”
NAME OF WORK: Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Approximate
Sr. Name of
Quantity to unit Remarks
No. Material
be stipulated
1 2 3 4 5
1 Cement …….. Metric 1) All the materials are to be
43 grade Tonne procured and brought by the
2 TMT ……… Metric contractor at the site at his own
Steel Tonne risk and cost.
3 Mild ……… Metric 2) Physical properties shall be
Steel Tonne confirmed with M.O.S.T./I.S./
4 Structural ……… Metric I.R.C specification.
Steel Tonne 3) Stipulated test shall be carried
5 Bitumen ………. Metric out by the contractor at his own
60/70 Tonne cost as per the frequency.
grade 4) Custody of material shall be
(Bulk sole responsibility of the
bitumen) contractor.
(VG- 5)The proof of purchase of all
30,VG-10) materials should be produced
during the execution of work and
along with bill
6) The grade of cement shall be
got
approved from the Engineer – in-
Charge
Annexure-VI
Note:-1) In Special case makes other than the above mentioned makes will be
approved by Assistant Engineer (Electrical), NMRDA if necessary.
LIST OF APPROVED MATERIALS
2. Civil Works
Note:-1) Makes other than the above mentioned makes will be approved by
Engineer-In-Charge, if necessary, in Special case.
Annexure-VIII
TESTING STATEMENT
Contractors :- ___________________________________________________
Name :- ________________________________________________________
ANNEXURE – IX
Name of Works : - Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
I/we undertake to use only the best material approved by the Engineer- in-
charge or his duly representative before starting the work and to abide by
his decision.
I/We shall maintain /rectify the entire work as per as per standard
specification of P.W.D (Red Book ) and M.O.S.T. and I.S. specifications as
soon as damage occurs up to the expiry defect liability period without
putting forth any reasons.
CONTRACTOR'S SIGNATURE.
FORM-II
(Compulsory to submit in Technical Envelope)
uequk lR;izfrKki= ¼:- 100@& P;k LVWEi isijoj½
lR;izfrKki= (Affidavit)
Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
da=kVnkjkph lgh@f’kDdk
FORM-III
(Compulsory to submit in Technical Envelope)
1. Iam liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in envelope No.1.
2. Iam liable for action under Indian Penal Code if during contract period and
defect liability period, any false information, false bill of purchases supporting
proof of purchase, proof of testing submitted by my staff, subletting company or
by myself, I will be liable for action under Indian Penal Code. The employees of
the NIT will not be held responsible who have scrutinized the tender proposal or
executed the work on account of any false information, documents, bills
submitted by me or by my staff.
3. I am liable for action under Indian Penal Code if any papers are found
false/fraudulent during contract period and even after the completion of contract
(finalization of final bill).
(Signature of Contractor)
(Seal of company)
Note :- Format of affidavit both in English and Marathi are given above. Interested bidder
can submit affidavit either in English or Marathi format.
138