Beruflich Dokumente
Kultur Dokumente
CPWD-6
GOVERNMENT OF DELHI
IRRIGATION & FLOOD CONTROL DEPARTMENT
NOTICE INVITING TENDER
1. Item rate tenders are invited on behalf of the President of India from approved
and eligible contractors of I & FC and those of appropriate list of
Telecommunications, M.E.S., CPWD and Delhi State P.W.D. for the work of:-
1.1. The work is estimates to cost Rs.22, 61, 266.00 this estimate, however, is given
on a rough guide.
1.2. Tenders will be issued to eligible I & FC as well as non I & FC
Contractors provided they produce definite proof from the appropriate authority which
shall be to the satisfaction of the competent authority of having completed similar
works of magnitude specified below :- Criteria of eligibility for issue of tender
documents:-
1.3 Conditions for Non-CPWD
Contractors only.
For works estimated to cost above Three similar works each costing not
Rs. 25 Lacs but upto Rs. 2 Crores Less than Rs__________lacs during
last 5 years.
1.3.2 For works estimated to cost above Three similar works each of value 40%
Rs. 2 Crores but upto Rs. 10 crores of estimated cost or two works of 50%
cost or one work of 80% estimated cost
(rounded of to nearest Rs. 10 lacs ) in
the last 7 years ending last day of the
month previous to one in which the
tenders are invited.
Note:- Class-II contractors of CPWD shall also be eligible if they satisfy the
criteria specified in 1.3.2 above.
1.3 Conditions for CPWD as well as Non CPWD Contractors.
1.4.1 For works estimated to cost above Two similar works each of value 60%
Rs. 10 Crores. of estimated cost or one work costing
not less than the estimated cost
(rounded of to nearest Rs. 10 lacs ) in
the last 7 years ending last day of the
month previous to one in which the
tenders are invited.
For the purpose of this clause ‘similar work’ means the works of …………..
2. Agreement shall be drawn with the successful tenderer on prescribed form No.
CPWD-8 which is available as a Govt. of India Publication. Tenderer shall quote his
rates as per various terms and conditions of the said form, which will form part of the
agreement.
3. The time allowed for carrying out the work will be Four months from the 7th day after
the date of written orders to commence the work or from the first date of handing
over of the site, whichever is later, in accordance with the phasing, if any, indicated
in the tender documents.
4. The site of the work is available.
5. Receipt of application for issue of forms will be stopped by 1600 Hrs. four days
before the date fixed for opening of tenders, issue of tender forms will be stopped
three days before the date fixed for opening of tenders.
Copies of other drawings and documents pertaining to the works will be open for
inspection by the tenderers at the office of the above mentioned officer.
Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil
(so far as is practicable), the form and nature of the site, the means of access to the site,
the accommodation they may requisite and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their tender. A tenderer shall be deemed to have full knowledge of the
site whether he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for
arranging and maintaining at his own cost all materials tools & plants water, electricity
access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for all in the contract documents. Submission of a
tender by a tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specification of the work to be
done and of conditions and rates at which stores tools and plant etc, will be issued to
him by the Government and local conditions and other factors having a bearing on the
execution of the work.
10. The competent authority on behalf of President of India does not bind himself to
accept the lowest or any other tender and reserves to himself the authority to reject
any or all of the tenders received without the assignment of any reason. All tenders
in which any of the prescribed condition is not fulfilled or any condition including that
of conditional rebate is put forth by the tendered shall be summarily rejected.
The competent authority also reserves its right to allow to the Central Government public
sector Enterprises, Joint Ventures with CPSE holding 51% equity or more, a purchase
preference with reference the to the lowest valid price bid where the quoted price is
within 10% such lowest price in a tender other things being equal in case of tenders /
quotations whose date of receipt is upto 31.3.2004, subject to the estimated cost being
of Rs. Five crores and above.
The public enterprises who avail benefits of the purchase preference should be
subjected to adequate penalties for cost overruns etc.
10a) In suppression of all earlier instructions, tenders with any conditions including that
of conditions / unconditional rebates shall be rejected forthwith. Such tenders shall be
entered in the tender opening register but their rates shall neither be read out nor
entered in the register. Only a remark mentioning the reason of rejection in brief shall be
appended against such entry.
11. Canvassing whether directly or indirectly in connection with tenders is strictly
prohibited and the tenders submitted by the contractors who resort canvassing will
be liable to rejection.
12. The competent authority on behalf of president of India reserves the right of
accepting the whole or any part of the tender and the tenderer shall be bound to
perform the same at the rate quoted.
13. The contractor shall not be permitted to tender for works in the I & FC circle
(responsible for award and execution of contracts) in which his near relative is
posted as Divisional Accountant or as an officer in any capacity between the grades
of Superintending Engineer and Assistant Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any gazetted officer in
the I & FC Department or in the Govt. of NCT of Delhi. Any breach of this condition
by the contractor would render him liable to be removed from the approved list of
contractors of this department.
15. The tender for the works shall remain open for acceptance for a period of sixty days
from the date of opening of tenders. If any tenderer withdraws his tender before the
said period or makes any modification in the terms and conditions of the tender
which are not acceptable to the Department then the Government shall without
prejudice to any other right or remedy be at liberty to forfeit 50% of the said earnest
money as aforesaid.
16. This notice inviting tender shall form a part of the contract document. The successful
tenderer/contractor, on acceptance of his tender by the accepting authority shall
within 15 days from the stipulated date of start of the work sign the contract
consisting of :-
a) The notice inviting tender all the documents including additional conditions
specifications and drawing if any forming the tender as issued at the time
of invitation of tender and acceptance thereof together with any
correspondence leading thereto.
CPWD-8
GOVERNMENT OF DELHI
IRRIGATION & FLOOD CONTROL DEPARTMENT
Issued to :
__________________________________________________________________
(Contractor)
Signature of office issuing the documents _____________________
Designation______________________________________________
Date of issue: ____________________________________________
TENDER
I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions,
Contract Clauses of contract, Special condition Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.
I/We hereby tender for the execution of the week specified for the President of India within the
time specified in schedule ‘F’ viz schedule of quantities and in accordance in all respects with
the specifications designs drawing and instructions in writing referred to in Rule – 1 of general
Rules and Directions and in clause 11 of the conditions of contract and with such materials as
are provided for by and in respects in accordance with such conditions so far as applicable.
We agree to keep the tender open for sixty (60) days from the due date of submission thereof
and not to make any modification in its terms and conditions.
A sum of Rs.45, 225.00 is hereby forwarded in Deposit at Call receipt of a Schedule Bank as
earnest money. If I/We fail to commence the work specified I/We agree that the said President
of India or his successors in office shall without prejudice to any other right or remedy be at
liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to therein and carry out such
deviations as may be ordered upto maximum of the percentage mentioned in schedule ‘F’ and
those in excess of that limit at the rates to be determined in accordance with the provision
contained in clause 12.2 and 12.3 of the tender form.
I/We hereby declare that I/We Shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the state.
I/We agree that should I/We fail to commence the work specified in the above memorandum an
amount equal to the amount of the earnest money mentioned in the form of invitation of tender
shall be absolutely forfeited to the President of India and the same may at the option of the
competent authority on behalf of the President of India be recovered without prejudice to any
other right remedy available in law out of the deposit in so far as the same may extend in terms
of the said bond and in the event of deficiency out of any other money due to me/us under this
contract of otherwise.
Witness:
Address
Occupation:
ACCEPTANCE
E
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs……………………
(Rupees ________________________________________________________________)
the letters referred to below shall form part of this contract Agreement :-
i)
ii)
iii)
SCHEDULE ‘A’
Schedule of quantities (as per PWD-3):-
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor:-
SCHEDULE ‘C’
1 2 3 4
NIL
SCHEDULE ‘D’
Extra schedule for specific Nil
requirements/documents for the
work, if any.
SECHEDULE ‘E’
Schedule of component of Materials, Nil
Labour etc. for escalation.
CLAUSE 10 CC Component of Cement:- Xc ……………….%
Expressed as percent of total value
of work
Component of Steel:- Xs ……………………%
Expressed as percent of total value
of work
Component of Civil (except cement & Xm …………………..%
steel):-
Electrical construction materials
Expressed as percent of total value
of work
Components of labour:- Y ……………………%
Expressed as percent of total value
of work
Components of P.O.L.:- Z …………………….%
Expressed as percent of total value
of work
SCHEDULE ‘F’
Reference to General Conditions of Attached
contract.:
Name of work:- Providing and laying CC in
pavements with RMC in
streets of D-7 Block,
Sultanpuri, Ward No.40, Delhi.
Estimated cost of work: Rs.22, 61, 266.00
Clause 2A
Whether Clause 2A shall be No
applicable
Clause 5
Number of days from the date of 14 Days
issue of letter of acceptance for
reckoning date of start
Mile stone(s) as per table given below:-
OR
S.No. Financial Time allowed in days (from Amount to be withheld in case of
progre date of start) non achievement of
ss milestone
1 1/8th (of 1/4th (of whole work) In the event of not achieving the
whole necessary progress as
work) assessed from the running
2 3/8th (of ½ (of whole work) payments, 1% of the
whole tendered value of the work
work) will be withheld for failure of
3 3/4th (of ¾ th (of whole work) each milestone.
whole
work)
4 Full Full
Time allowed for execution of works: Four months
CLAUSE 42
1. (a) Schedule/Statement for Delhi Schedule of rates 2002
determining theoretical quantity of Printed by C.P.W.D.
cement & bitumen on the basis of:
ii) Variations permissible on
Theoretical quantities
a) Cement for works with
estimated cost put to tender not more 3% plus/minus.
than Rs. 5 lakhs:
For works with estimated cost put to 2% plus/minus
tender more than Rs. 5 Lakhs:
b) Bitumen for all works: 2.5% plus only & nil on minus
side.
c) Steel reinforcement and 2 % plus/minus
structural steel sections for each
diameter, Section and category:
d) All other materials Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
………………………………………………………………………………………………………………..
APPENDIX 16(A)
Notes:- 1. Cost of work; in table above, means corresponding amount available for work in
sanctioned preliminary estimate.
2. Contract period indicated in table above, should not be considered as standard
schedule but should be actually determined as per appendix for each work.
3. Rate of recovery in case of non compliance of Clause 36(I) be stipulated at
following rates:-
SCOPE OF WORK:
The work under this contract shall generally consist of ‘Providing and laying CC
pavements with RMC in streets of D-7 Block, Sultanpuri, Ward No.40, Delhi’ after
dismantling/removal of existing kota stone flooring, CC flooring, brick work etc.,
wherever necessary in streets of D-7 block, Sultanpuri, Delhi’. Pavement shall consist of
one layer of RMC M-20 grade of 15cm thickness laid over a layer of 10cm thick of CC
1: 4: 8. Manhole covers, as per site conditions, has to be raised and broken/stolen
manhole covers with frame are also to be replaced/provided with new RCC manhole
cover with frame of approved quality EHD-35 circular shape 560mm internal dia. The
available malba/rubbish has to be removed from the site of work to the nearest dumping
place or anywhere by mechanical transport. The work has to be executed as per
drawings and to the entire satisfaction of the Engineer-in-Charge.
1. Unless otherwise specified here under, the work shall be carried out strictly in
accordance with the printed C.P.W.D. specifications 1996 Vol.-I, III to Vol.-VI and
Vol.-II 2002 for works at Delhi with upto date correction slips issued till the date of
opening of the tender. In the event of any dispute the following shall be the order
of priority to decide the issue:-
2. Before tendering the rates, the contractor shall inspect the site of work and fully
acquaint himself with the existing site conditions, approaches available and its
surroundings, lead involved etc. for the execution of the work. Nothing extra over
and above the unit rates tendered by the contractor shall be payable to the
contractor for any site difficulties involved in executing the work and/or for making
approaches required for satisfactory execution of work. Cost element for all such
fact shall be inclusive in the tendered rates. The rates for Item No. 9 are inclusive
the cost of centering & shuttering and nothing extra shall be paid on this account.
3 The work to be executed under this contract shall be subjected to inspections
carried out by the Departmental Officers, SC/ST department officers, area
Representative and the Chief Technical Examiner’s Organization. Any defect
regarding workmanship or quality of material used or defects developed during
the maintenance period, if pointed out by the Technical Examiner or by
Departmental Officers, SC/ST department officers, area Representative, during
or after completion of work shall have to be rectified by the contractor at his own
cost and in case the contractor fails to do so, it shall be got done through any
other agency or departmentally at the risk and cost of the contractor and
necessary recovery shall be made from the security deposit or from any other
payment due to him. The decision of Engineer-in-charge in this regard shall be
final and binding on the contractor.
4. The work being under the technical control of Chief Engineer (I&F), Govt. of NCT
of Delhi and the word of C.P.W.D. or its officers wherever it occurs in the tender
form, shall be construed to mean the “Irrigation and Flood Control Department”,
Govt. of Delhi or its officers, except in the case of clauses involving specification,
Schedule of rates and working conditions of labour and material.
5. If the scope of the work is amended under the relevant clauses of the tender
documents, the additional work shall be carried out as per C.P.W.D.
specification-1996, Vol.- I, III to VI and revised C.P.W.D. specification 2002,
Vol.- II.
6. The contractor shall have to make his own arrangement for both filtered and
unfiltered water for use at the site of work at his own cost for which nothing extra
shall be payable beyond his tendered rates.
7. The rates quoted by the contractor shall be inclusive of all operations involved in
execution of each item of schedule of quantities such as cost of labour and
material, leads and lifts, royalty, taxes, plant and machinery and transportation
and other inputs involved for satisfactory execution of work. No extra amount on
account of any unforeseen contingency shall be payable beyond the rates quoted
by him in his tender.
8. The contractor for successful execution of the work shall arrange adequate
diversion routes if required lighting and signaling arrangement at the site at his
own cost. He shall also provide display boards etc. as directed by Engineer-in-
charge. Nothing extra shall be payable to contractor for this. All necessary
precautions, warning signboard including red flags during the day and red lights
during the night shall be fixed/installed by the contractor till the work is
completed. Such lighting and signaling arrangement, if found inadequate in the
opinion of the Engineer-in-charge, shall be improved by the contractor, for which
extra cost if any involved shall be borne by the contractor. Nothing extra shall be
paid on this account for lighting and other arrangements. However, requisite
permission if any required from traffic regulatory authorities shall be arranged by
the Engineer-in-charge.
9. The contractor shall make necessary approaches to carry men and materials for
satisfactory execution of work, as well as for inspection of the work by the
departmental officers and keep them in good conditions till completion of work.
No claims whatsoever shall be entertained by the department on this account
later on.
10. The contractor shall have to plan his own work for bringing the material required
by keeping in view the traffic route/ restriction etc. No claim on account of such
traffic restriction/route nor any delay on account of his staff and labour remaining
idle due to hindrances in the work or stoppage of work or delay caused during
the progress of work due to any reasons, what so ever shall be entertained by
the department.
11. The contractor shall under no circumstances close any pedestrian traffic on
adjoining streets, without the prior written permission of the Engineer-in-charge.
The road side shall have to be covered by steel sheets fixed on wooden ballies,
duly painted with white paint to avoid accident at the site of work with adequate
lighting arrangement at night. Nothing extra shall be paid on this account. The
arrangements have to be maintained till the completion of work.
12. The contractor shall take all precautions to protect the executed work from
natural causes like floods or rains or from accident. Such damages if any occurs
to the executed work prior to its recorded completion, the contractor shall make
good the same at his own cost irrespective of the running payment made to him.
No compensation will be allowed to the contractor for his tools, plants or material
lost or damaged by floods or rains or from the causes viz. Riots etc.
13. The contractor shall execute the work carefully and safely without any damage to
any adjoining or other structure, equipments. He shall be fully responsible for any
accident/mishap at site during the execution of the work due to whatsoever
reasons and the department shall not be responsible to pay anything to him on
this account as compensation.
15. The contractor has to ensure the homogeneous mixture and quality mix concrete
as per specification to ascertain the proper strength of design mix M 20 in
conformity to CPWD specification 2002 and nomenclature of the Item.
16. The contractor shall ensure that the specified camber is achieved for the finished
surface of the road and necessary steel templates etc. shall arranged by the
contractor for smooth execution of work.
17. Any T&P which may be required at site for doing the work have to be arranged
by the contractor at his own cost and nothing extra shall be paid on this account.
18. CEMENT.
Approximately 161.20 M.T cement required for execution of work which shall be
arranged by the contractor himself. The contractor shall use of 43 Grade OPC as
required in the work from reputed manufactures of cement having a producing
capacity of one million tonne or more such as ACC, J.K. L&T, JP, Rewa, Vikram,
Birla cement and cement corporation of India etc. i. e agencies approved by
Ministry of Industry Govt. of India and holding license to use ISI certificate mark
for their product. The tenderers may also submit a list of names of cement
manufacturers, which they propose to use in the work. The tender accepting
authority reserves right to accept or reject name(s) of cement manufacturers,
which the tenderer propose to use in the work. No change in the tendered rates
will be accepted if the tender accepting authority does not accept the list of
cement manufacturers given by the tenderer, fully or partially. Supply of cement
shall be taken in 50 Kg. bags bearing manufacturer’s name and ISI marking.
Samples of cement arranged by the contractor shall be taken by the Engineer-in-
charge before use and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor
does not conform to the relevant BIS codes, the same shall stand rejected and
shall be removed from the site by the contractor at his own cost within, a week’s
time of written order from the Engineer-in-charge to do so.
The contractor shall have to arrange Ready Mix concrete (RMC) from RMC
producing plants supplying concrete in Delhi area from amongst ACC/Birla/L & T/
Unitech only.
For all-purpose the contractor shall carry out fully, the responsibilities of the
‘placement contractor’ and the ‘manufacture of concrete’.
The Engineer-in-charge will reserve the right to inspect at any stage and reject
the concrete if he is not satisfied about quality of product at the user’s end.
The Engineer-in-charge reserve the right to exercise control over the:-
21. Tests
a) All the mandatory tests shall be got carried out from time to time in conformity to
CPWD Specifications for the materials be used in the work. No steel, coarse
sand, stone aggregate, brick etc. shall be used without conducting the required
mandatory test. Testing of material shall be carried out in laboratories approved
by the Engineer-in-charge. All other expenditure required to be incurred for taking
the sample, conveyance, packing etc. shall be borne by the contractor himself.
b) The water will be got tested with regards its suitability for use in the work and
nothing extra shall be paid on this account.
c) Tests like cube tests, core cutting tests, mix tests etc. shall be carried out at the
site laboratory or at departmental laboratory or any other approved laboratory as
per CPWD specifications. Final payments shall only be released after receiving
the entire test results.