Upload
trannhi
View
214
Download
2
Embed Size (px)
Citation preview
Page 1
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
INDEX
Name of Work “ARC for White washing, Painting, distempering and Cement Painting of Quarters & Public Building in Naya Nangal T/ship and plant building inside Factory Area (including workshop, conveyor galleries, control room, transfer tower) during the year 2015-16”.
Sr. No PARTICULARS FROM
PAGE
TO
PAGE
No. OF
PAGES
1 Index 01 01 01
2 Covering Letter of NIT 02 05 04
3 Notice Inviting Tender 06 07 02
4 Eligibility & Evaluation Criteria 08 09 02
5 Instruction to tenderers 10 11 02
6 Special Conditions of Contract 12 15 04
7 Technical Terms And Scope of work 16 22 07
8 Commercial Terms and Conditions 23 32 10
9 Annexure – A 33 33 01
10 Annexure – B 34 34 01
11 Annexure – C 35 35 01
12 Annexure – D 36 36 01
13 Annexure - E 37 37 01
14 Annexure - F 38 38 01
TOTAL PAGES 38
15 Schedule of Quantities 06
NET TOTAL OF PAGES 44
GENERAL DIRECTIONS AND CONDITIONS OF CONTRACT IS ATTACHED.
NOTE: -
1. Contractors are requested to see that all the paper of tender document issued to them are
intact as per above Index.
2. Wherever reference to “DSR-2007”, “DSR-2002”, “DSR-1997” or “DSR – 1981” or DSR
of any other year of publication, is given in this document or in General Directions
and Conditions of Contract, that may be read and treated as “DSR – 2012” (CPWD,
Delhi Schedule of Rates – 2012).
Page 2
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
NATIONAL FERTILIZERS LIMITED
(A Govt. of India Undertaking)
(CIVIL ENGINEERING DEPTT.)
NANGAL UNIT, NAYA NANGAL – 140126 Phone No. 01887 -222574, Fax No. 01887- 220541, 220420
Website: www. nationalfertilizers.com, e-mail: [email protected] ; [email protected]
======================================================================
Ref .No. NFL/NGL/C/485/2015/ Date: ……………
Covering Letter of NIT
To,
__________________________
__________________________
__________________________
Sub: Tender for “ARC for White washing, Painting, distempering and Cement Painting of
Quarters & Public Building in Naya Nangal T/ship and plant building inside Factory
Area (including workshop, conveyor galleries, control room, transfer tower) during
the year 2015-16”.
Dear Sirs,
Sealed tenders are invited for the work as detailed below: -
1. Name of Work: ARC for White washing, Painting, distempering and Cement
Painting of Quarters & Public Building in Naya Nangal T/ship
and plant building inside Factory Area (including workshop,
conveyor galleries, control room, transfer tower) during the
year 2015-16.
2. Earnest Money Rs. 25,000/-
3. Tender Fee: Rs. 500/-
4. Estimated Value of the
work :
Rs. 17.12 Lacs
5. Time of Completion: 12 - Months
6. Last date of issue of
Tenders:
Upto 4:00 P.M. on 18.08.2015
7. Last date and time of
Receipt of Tenders:
Upto 3:00 P.M. on 19.08.2015
8. The date and time of
Opening of Tenders:
03:30 P.M on 19.08.2015
9. Place of receipt and
Opening of Tenders:
Office of Manager (Civil)
10. All request for interpretation, clarification & queries in connection with tender shall be
addressed in writing to Issuing Authority i.e. DGM (M&C) at least 7 (SEVEN) days prior to
the closing date of the tender.
11. The Tender shall be submitted duly superscribed (Name of the work “ARC for White
washing, Painting, distempering and Cement Painting of Quarters & Public Building in Naya
Nangal T/ship and plant building inside Factory Area (including workshop, conveyor
galleries, control room, transfer tower) during the year 2015-16”)
Page 3
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
12. The rate should be quoted in the Units given in the Schedule of Rates. The rates should be
quoted in words and figures. The rates quoted shall remain valid for 120 days from date of
opening of tenders for the acceptance.
13. NFL reserves the right to issue / non- issue or reject tender documents of any party. However,
where enquiries are made by the bidder, reasons for rejecting a tender or non-issuing a tender
document will be disclosed to the prospective bidder.
14. Tender shall be submitted in THREE SEPARATE SEALED Envelopes as under:
Envelope No.1:
Will be superscribed “EM” (Earnest Money) and shall contain earnest money deposit of
Rs. 25,000/- and Rs. 500/- as Tender Fees in the form of a crossed demand draft (separate for both
amount) issued by any scheduled bank except rural and cooperative bank in favor of National
Fertilizers Limited, Naya Nangal, payable at Nangal. Cheque shall not be considered, in any case.
Envelope No.2:
Will be superscribed “TC” (Terms and Conditions) and shall contain terms and conditions set for
the tender by tenderer for his offer (in duplicate) and which are at variance from the terms and
conditions of the tender documents issued by NFL and the documents as per Para 16 & 18.
(DECLARATION FORM to be enclosed in this envelop)
Envelope 3:
Will be superscribed “PB” (Price Bid) and shall contain the rates and amount quoted in the
prescribed schedule of rates. All the three sealed envelopes shall be submitted in a separate sealed
envelope superscribed ”(Name of the job ARC for White washing, Painting, distempering and
Cement Painting of Quarters & Public Building in Naya Nangal T/ship and plant building inside
Factory Area (including workshop, conveyor galleries, control room, transfer tower) during the
year 2015-16).”
15. Opening of Tender :
Envelope No.1:
Marked “EM” containing Earnest Money will be opened first, on the schedule date of opening of
tender in presence of those tenders who wish to be present at the time of Tender Opening.
Envelope No.2:
Marked “TC” will then be opened and discussion will be carried on with the respective tenderer
for clarification, if any.
Envelope No.3:
Marked “PB” will be opened subsequently on the same day or at a later date, which will be
intimated to tenderer.
The following documents are to be submitted with the quotation in the envelope no. 2, failing
which the tender will be liable for rejection:
Page 4
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
16.1 (in case the parties are pre- qualified);
a) Declaration Forms I & II
b) An Affidavit on Non-Judicial Stamp paper of min. Rs.10/-duly attested by Notary, stating: -
i) That party/their associates/sister concerns etc. has not been black listed or put on holiday
by any institutional agency/ Govt. Deptt. /Public Sector Undertaking in the last two years
for participating in the tender.
ii) No other firm/sister concerns/associates belonging to the same group is participating/
submitting tender for the job.
c) Other details are as under: -
PAN (Permanent Account No.) issued by Income Tax Deptt.
PF No. (Provident Fund No.) issued by Regional PF Authority.
Service Tax No., Code No./Accounting Code if applicable.
Declaration Forms I&II
ESI Registration No.
d) Power of Attorney in the Name of Person, who has signed the Tender Document. (In case of
Partnership Firm or otherwise as the case may be).
16.2 In case the parties are not pre-qualified, their offer will be considered as per laid down pre-
qualification criteria‟:
Tenderer shall submit along with the tenders full particulars of their capacity, experience
giving the list of similar jobs carried out by them during the last seven years, the complete
address of organization for which such works have been executed and also substantiate their
claims furnishing the copy of their credentials as per NIT. In the absence of these documents
tender will not be considered.
17. The contractor shall quote single rate against each item and not the multiple rates in the
Schedule of Rates. Any tender with the multiple rates quoted will be summarily rejected.
Price should be quoted strictly as per the Performa enclosed for Schedule of Price.
18. This letter shall form part of the contract document and shall be signed and returned along
with the tender documents.
19. All pages shall be initialed at the lower right hand corner and signed wherever required in the
tender papers by the tenderers or by a person holding power of attorney authorizing him to
sign on behalf of the tenderer before submission of tender. All corrections and alterations in
the entries of tender paper will be signed in full by the tenderer with date. No eraser or
overwriting is permissible.
20. No condition or deviation should be mentioned by tenderer in Price Bid. Offers where the
party has mentioned any condition or deviation in Price Bid shall be out rightly rejected.
Page 5
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
21. While submitting the offer, bidders may ensure that tender document/offer has been signed
by authorized signatory of the company. Subsequent withdrawal of offer / non-acceptance of
orders placed based on the offer submitted by them, will not be entertained on the ground
that the offer was not signed by the authorized person.
22. One person will be allowed to represent only one company during discussion / negotiation
with NFL. If same person is representing different companies with authorization letter from
more than one company, such person will be allowed to represent only the first company
called for negotiation.
23. The Tender shall be addressed to DGM (M&C).
Thanking you,
Yours Sincerely,
for National Fertilizers Limited
(Rajesh Kumar)
Manager (Civil)
Page 6
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
COPY OF NIT
RELEASED THROUGH PRESS
NATIONAL FERTILIZERS LIMITED, NANGAL UNIT, NAYA NANGAL
Ref. NFL/NGL/C/485/2015/ Date: 16.07.2015
Tender Notice No. NFL/NGL/C/485/2015/003.
Sealed tenders are invited from experienced and financially sound contractors for the following works: -
S.
N.
Work Description Est.
Cost
(Rs.)
Cost of
Tender
Documents
(Rs.)
Availability
of Tender
Documents
Last date for
sale of Tender
Documents
Date of receipt of
Tenders / opening of
tenders (Envelope No.
1 & 2)
1
ARC for White
washing, Painting,
distempering and
Cement Painting of
Quarters & Public
Building in Naya
Nangal T/ship and
plant building
inside Factory Area
(including
workshop,
conveyor galleries,
control room,
transfer tower)
during the year
2015-16.
17.12
Lacs
Rs. 500/-
Website or
Office of
Mgr.(Civil)
18.08.2015
up to
4:00 P.M.
19.08.2015
up to 03:00 P.M. /
03:30 P.M.
For eligibility / evaluation criteria and documents required to be submitted, refer “Tender Documents” at our
website www.nationalfertilizers.com
DGM (M&C)
Page 7
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
NATIONAL FERTILIZERS LTD. (CIVIL ENGG. DEPTT. ) NNAGAL – 140126
Phone No. (01887) 222574, 220616 Fax No. (1887) 220541, 220420
Website: www. nationalfertilizers.com E-Mail : [email protected]
Ref. No. NFL/NGL/C/485/2015/ Dtd. 16-Jul-2015
NOTICE INVITING TENDER
Sealed tenders are invited from experienced and financially sound contractors in” Two Part Bid
System” for the work of “ARC for White washing, Painting, distempering and Cement Painting of
Quarters & Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the year 2015-16” as
per following schedule:
Sr.
No
NIT No. Tender
Fee
(Non-
Refund-
able)
EMD Overall
Time of
Comple-
tion
Estimated
Cost of
work
Last date & time for
Issue of
Tender
documents
Submission
of sealed
tenders
Opening of
Tenders
(Technical
Bids)
1. NFL/NGL
/C/485/20
15/003.
Rs.
500/-
Rs.
25,000/-
12
Months
Rs. 17.12
Lakh
18.08.2015
up to
4:00 P.M.
19.08.2015
up to
03:00 P.M.
19.08.2015
at
03:30 P.M.
Tender documents (non-transferable) can be had by the contractor or his duly authorized
representative from the office of Manager (Civil) as per above schedule on submission of Tender
Fee. Tender fee (non-refundable) and earnest money shall be paid by Demand Draft / Pay Order /
Banker’s Cheque only drawn in favour of National Fertilizers Limited, payable at Naya Nangal /
Nangal (Pb.). Tender documents can also be downloaded from our website
www.nationalfertilizers.com, in that case, tender fee as stated above is to be submitted in the form
of separate Demand Draft. No Cheque shall be accepted in any case.
NFL reserves it’s right to open the Price bids of only such contractors who are found to be
meeting the eligibility criteria (as defined on page 8 of contract Document) based on the
documents submitted by him/them in the Technical bids. If there happens to be holiday on the
date mentioned above, the relevant transanction will be held on next working day. Conditional
tenders are liable to be rejected.
Tenderers shall submit their tenders complete in all respects in sealed cover, with all documents
mentioned in the tender, so as to reach the office of Manager (Civil), National Fertilizers
Limited, Nangal – 140126 up to 3:00 P.M on 19.08.2015.
NFL takes no responsibility for delay, loss or non-receipt of tender document sent by post. Tenders
received through Post / Courier after 3:00 PM on 19.08.2015, shall not be considered.
For & on behalf of
National Fertilizers Limited, Nangal
DGM (M&C)
Page 8
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
TO BE SUBMITTED IN ENVELOPE - II
Sub.: ARC for White washing, Painting, distempering and Cement Painting of Quarters & Public
Building in Naya Nangal T/ship and plant building inside Factory Area (including
workshop, conveyor galleries, control room, transfer tower) during the year 2015-16.
Ref: NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015.
1. ELIGIBILITY CRITERIA
A) The party shall be eligible to participate in the bid only, if he / they meet the following
eligibility criteria and submit the self certified documentary evidence in support thereof,
without which price bids shall not be opened.
1. The parties shall submit the name and address of the firm/company along with its
constitution giving status of the same, such as sole proprietorship / partnership or
limited/private firm etc. and also provide photo copy of documentary evidence duly attested
by Notary.
2. The party shall submit documentary evidence with respect to experience of having
successfully completed, similar works during the last seven years, ending last day of the
previous month, from the issue of NIT.
(i) Three similar completed works each costing not less than Rs. 6.85 Lakh OR
(ii) Two similar completed works each costing not less than Rs. 8.56 Lakh OR
(iii) One similar completed work costing not less than Rs. 13.70 Lakh
Definition of "similar work” means: Nature of work like “Civil Engineering Works
pertaining to Masonry/ Concrete/ Wood /Public Health/ Sanitary Works/ Earth / Ash Pond/
Civil Horticulture / Material Handling/ Structure Steel/ Railway Maint./ Maintenance and
Finishing nature /Labour Oriented jobs” etc. Tenders to submit the copies of work orders
alongwith successful execution certificates.
3. Average Annual financial turnover of the agency during the last 3 years ending 31st March
2014 should be at least Rs. 5.14 Lakh for which agency shall submit the documentary
evidence of Balance Sheet and P&L for the year 2011-12, 2012-13 & 2013-14 in support
thereof.
4. Copy of PAN.
5. Copy of P.F. Registration No. issued by PF Authorities.
6. Copy of Service Tax Code & Registration No. allotted by Central Excise Deptt.
7. Declaration pertaining to Service Tax as per Annexure-F.
8. Copy of ESI Registration No. issued by ESI Authorities (as per Annexure-E).
9. Latest Bank Solvency Certificate, amounting to Rs. 6.00 Lacs, issued by any nationalized /
scheduled bank of India (Bank Solvency issued 12-months prior to the date of issue of NIT
shall also be considered valid unless otherwise expired).
10. Certificate regarding No Relation with employees of NFL as per Enclosed Performa
(Annexure- E).
B) The party shall also be required to submit the following documents, in the absence of which,
the price bid shall be opened, however, the document shall have to be submitted by the party
before the award of work. Otherwise EMD of the party shall be forfeited.
1. Labour License.
2. If the party is registered as Micro/ Small/ Medium Enterprises as per MSMED Act, 2006, the
same may be confirmed by the party and submit a photocopy of the registration certificate in
support thereof. (As per Annexure-E).
Page 9
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
1. EVALUATION CRITERIA
1. The contract shall be awarded on Composite L – 1 basis. However, in case, it is found that
L – 1 tenderer has quoted non-workable rates for one / more items due to which they
become L – 1, NFL reserves the right to reject such tender.
2. If the tenderer does not quote rate of any item, it may be noted that for evaluation purposes
the same shall be taken based on the highest rate quoted by the other tenderers. However,
order shall be placed for the same item based on the lowest rate quoted by the other
tenderers. In that case, the party shall have to execute that item(s), failing which action
shall be taken as per the terms & conditions of the contract.
3. Contractors are required to quote their rates of the respective item of work as per the
“UNIT” of Item mentioned in the Schedule of Quantities. If it is found that the contractor
has quoted his rates against a particular item(s) by changing the “UNIT”, the such quoted
rates of the contractor with the changed “UNIT” shall be ignored and treated as
UNQUOTED RATE against that particular Item(s)and the tender shall be evaluated as
mentioned at Para -2 above.
Page 10
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
INSTRUCTIONS TO THE TENDERERS
i) Tenderers are advised to study the terms and conditions as laid down in Tender Document
and also 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 require and in general shall themselves obtain all necessary
information as to risk, contingencies and other circumstances which may influence or
affect their tender. A tenderer shall be deemed to have full knowledge of the terms and
conditions of contract and also shall be deemed to have full knowledge of the site, whether
he inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed.
ii) Tenderers shall submit their tenders complete in all respects in sealed cover, with all
documents mentioned in the tender, so as to reach the office of Manager (Civil), National
Fertilizers Limited, Nangal – 140126 up to 15:00 hrs. on 19.08.2015.
iii) The Contractor should submit their quotations in three separate envelopes. First envelope
Marked "ENVELOPE -1" and super scribed “ EMD “ should contain the earnest money,
Second envelope, Marked "ENVELOPE - II and super scribed “ TERMS AND
CONDITIONS “ should contain all the terms and conditions of contract along with duly
filled in Annexures as supplied to the contractor duly signed on each page as token of
acceptance of the same, all other documents as required as per the eligibility criteria
mentioned at page 8 and the Third Envelope Marked " ENVELOPE – III, and super
scribed “ PRICE BID “ should contain the quoted rates and amount on the Performa of “
Schedule of Quantities “ as issued to contractor. No condition should be mentioned on this
Performa. All the three sealed envelopes should be stapled together or placed in a separate
envelope and submitted in the office of Manager (Civil) on / before Scheduled date and
time of submission of tenders as per referred NIT.
No condition in Price Bid shall be accepted / conditional offer shall not be accepted.
iv) The tenderer should also see the ‘Technical/ Special/ Commercial Terms & Conditions’
placed in the end of this document and quote his rates accordingly on the Schedule of
Quantity enclosed.
v) In case the tender documents are downloaded from NFL’s website, they shall be
accompanied by a Demand Draft / Pay Order / Banker’s Cheque of Rs. 500/- in favour of
National Fertilizers Limited payable at Nangal / Naya Nangal (Pb.) as tender fee and the
tenders not accompanied with tender fee, shall be rejected.
vi) The tender shall be accompanied by Earnest Money of Rs. 25,000/- (Rupees Twenty Five
Thousand only) in the form of Demand Draft / Pay Order / Banker’s Cheque payable at a
scheduled bank at Naya Nangal / Nangal (Pb.), in favour of National Fertilizers Limited.
Tenders not accompanied by EMD shall be rejected. No Cheque shall be accepted in any
case.
vii) Not more than one tender shall be submitted by a contractor or by a firm of contractors. No
two or more concerns in which an individual is interested, as a proprietor and/or a partner
shall tender for the execution of the same works. If they do so, all such tenders are liable to
be rejected.
viii) 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 specifications of the
works to be done and of conditions and rates at which stores, tools and plant, etc. will be
Page 11
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
issued to him by NFL and local conditions and other factors bearing on the executing of the
works.
ix) A tenderer shall quote in figures as well as in words the rate(s) tendered, the amount of
each item shall be worked out and the requisite totals given. Special care shall be taken to
write rates in figures and words and the amounts in figures only in such a way that
interpretation is not possible. The total amount shall be written both in figures and in
words.
x) Tenderers must give their postal address as well as their residential address with phone
numbers, Fax No. & E-Mail address of themselves or their Chief Executive or Agent, in the
tender at the proper place. The tender documents submitted by the tenderer will be rejected
if he or his agent cannot be contacted after reasonable search and the earnest money will be
forfeited by NFL.
xi) The tenderer shall sign at the bottom right hand corner of every page of the tender
documents in token of acceptance of NFL’s conditions and for the purpose of
identification.
xii) When the tender submitted is not in the name of an individual, the tender shall disclose the
nature, constitution and registration of the tendering firm and shall be signed by persons or
a person duly authorized by the firm by means of legal document/Power of Attorney, a
duly certified copy of the same shall be attached with the tender. For illustration, in the
event of a tender being submitted by a partnership firm it must be signed separately by each
partner or by a person holding power of attorney authorizing him to do so. Such power of
attorney shall be produced with the tender and it must disclose that the firm is duly
registered under the Indian Partnership Act. In case of company authority letter must be
signed by the Company Secretary / Managing Director/CMD.
xiii) It is the responsibility of the contractor to keep their labour in the specified area only. Strict
action would be taken against the labour and contractor, if found at other than the work
places and or indulge in any unlawful activities or activities prejudicial to the interest of the
company (NFL)
xiv) The Contractor shall have to give an undertaking in writing in the enclosed Annexure ‘A’
along with the tender that all the conditions of inviting tenders are acceptable to him
without any reservation & he himself has ascertained the quantum, nature & procedure for
carrying out the job.( Envelope-II).
xv) Declaration regarding unconditional offer is to be signed by the contractor and submitted as
per Annexure – “B” (Envelope-II)
xvi) The General Directions and Conditions of Contract (GDCC) shall form part of the contract
and these are to be signed by the contractor as a token of acceptance of the same and
submitted as per Annexure – “C” (Envelope-II)
xvii) Declaration regarding no relations in NFL is to be provided in the enclosed Annexure ‘E’
(Envelope-II)
xviii) Annexure-D shall be submitted in separate envelope by such contractor(s) who have down
loaded the tender documents from our website. This applicable along with Demand Draft
is to be deposited with NFL on or before submitting the main tender.
xix) These instructions to tenderers shall form part of the contract documents.
Page 12
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
SPECIAL CONDITIONS OF CONTRACT
1. ARBITRATION & CONCILIATION
The contract shall be governed by and construed in accordance with the laws of India.
A) “Except where otherwise provided in the contract all matters, question or differences
whatsoever, which shall at any time arise between the parties hereto, touching the construction,
meaning, operation or effect of the contract or out of matter relating to the contract or the
breach thereof or the respective rights or liabilities of the parties during or after completion of
the works or whether before or after termination, shall after written notice by either party to the
contract be referred to the arbitration of the Unit Head, National Fertilizers Ltd, Nangal Unit or
his/her nominee.
The arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof
and the rules made there under shall govern the Arbitration proceedings.
The contractor hereby agrees that he shall have no objection if the arbitrator so appointed is an
employee of NFL and he had to deal with the matter to which contract relates and that in the
course of his duties as such he has expressed his views on all or any of the matter in dispute of
differences”.
It is agreed by and between the parties that in case a reference is made to the Arbitrator or the
Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of contract by
and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest
on the awarded amount more than the rate of SBI PLR/Base rate as applicable to NFL on date
of award of contract.”
B) Applicable where contract is awarded to Public Sector Enterprises/Government:
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contract, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by
the Secretary to the Government of India In-charge of the Department of Public Enterprises.
The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this
clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided,
however, any party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law &
Justice, Government of India. Upon such reference the dispute shall be decided by the Law
Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law
Secretary, whose decision shall bind the parties finally and conclusively. The parties will share
equally the cost of arbitration as intimated by the Arbitrator.
2. FORCE MAJEURE :-
The terms and conditions agreed upon under the contract shall be subject to Force Majeure.
Neither the contractor, nor NFL shall be considered in default in the performance of their
obligations contained therein, if the performance is prevented or delayed or restricted or
interrupted with by the reason of war, hostilities, revolution, civil commotion, strike,
Page 13
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
epidemics, accident, fire, unprecedented rains /flood, earthquake, regulation or ordinance or
requirement of any Government – or any sub division thereof, or authority or representative of
any such Govt. and/or due to technical snag/reasons or any other act whatsoever, whether
similar or dissimilar to those enumerated beyond the reasonable control of the parties hereto or
because of any act of God. The party so affected upon giving prompt notice to the other party
shall be excused from such interference to the extent of such prevention, delay, restriction or
performance for the period it persists provided that the party so affected shall use its best
efforts to avoid or remove such causes of non-performance if possible and shall continue
performance hereunder with the utmost dispatch whenever such causes are removed. Should
one or both parties be prevented from fulfilling their contractual obligations by a state of force
majeure lasting continuously for a period of one week, the two parties to the contract shall
meet and decide about the future course of action for implementation of the contract.
3. CONTRACTOR’S OBLIGATIONS:-
i) The contractor has to arrange all types of materials, labour, tools and plants, equipments
and machinery at his cost to execute the work to the entire satisfaction of Engineer-in-
charge/as per contract provisions for which he will be paid for as per his quoted/finally
agreed rates as per work order.
ii) Personal protective equipment (PPEs) such as shoes, goggles, hand gloves, safety belts etc.
for the labour shall be arranged by the contractor and it is mandatory for all workmen to
use the PPEs. All the tools and tackles to be used in execution of the job must have valid
test certificates.
iii) Contractor may employ such number of employees / labourers as he may think fit and the
employees so employed shall be the employees of the contractor for all purposes
whatsoever and shall not be deemed to be in the employment of NFL under any
circumstances whatsoever. Contractor shall adhere to all laws, rules and regulations that
may be in force from time to time concerning the employment or service conditions of its
employees. If under any eventuality whatsoever NFL is held liable or made responsible in
any manner whatsoever for the default or omission neglect on the part of the contractor or
its employee in abiding by the aforesaid rules, regulations and laws or held liable or
responsible to the employees of the contractor in respect of any matter whatsoever and
called upon to make payment on that account, NFL shall be reimbursed by the contractor
for the same as also any other expenses, costs and charges incurred by NFL in any
proceeding or litigation arising out of any claim demand or act on the part of the contractor,
NFL shall be entitled to and recover the damages or compensation from the contractor /
from the money that may become due and payable to the contractor.
iv) It is understood by the contractor that in the event of any losses/damages caused to the
owner due to the reasons whatsoever within his control and the same losses/damages are
proved, the contractor shall make good all the consequential damages/losses to the owner
without any protest and demur. These damages/losses shall be a part from other
claims/damages to which the owner is entitled under the contract or in the court of law.
v) If a tenderer has relations whether by blood or otherwise with any of the employees of the
owner (NFL), the tenderer must disclose the relation in the form of declaration attached, at
the time of submission of tender, failing which NFL shall reserve the right to reject the
tender.
vi) In case contractor fails to fulfill his obligation under the contract, NFL shall have the right
to rescind the contract and get the work done from any other agency at the risk and cost of
the contractor plus 25 % (Twenty Five percent) departmental charges.
Page 14
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
4. LABOUR LICENCE:
Contractor shall obtain labour license for the labour to be deployed by him for executing this
work as per statutory requirement & he shall submit the same to NFL.
5. Payment of Minimum Wages :-
a) It shall be the responsibility of the Contractor to make payment of Minimum Wages to
the workmen engaged by him on or before 7th
of the following month, as fixed /revised
and notified by the Appropriate Govt. (presently Central Govt.).
b) In case the rates notified by the Central Govt. for any scheduled employment are less than
the rates notified by the State Govt., in that case the Contractor shall be required to make
the payment to the workmen at the rates notified by the State Govt.
6. OTHER STATUTORY REQUIREMENTS:-
i) The contractor shall comply with the provisions of payment of wages act, 1936,
Minimum Wages Act, 1936, Minimum Wages Act, 1948, Employees Provident Fund &
Misc. Provisions Act, 1952, Employers’ Liability Act, 1938, ESI Act, Maternity Benefit
Act, 1961, the contract labour (Regulation & Abolition Act, 1970 and Mines Act, 1932
or any modification thereof. Contractor shall also comply with the provisions of all
other Acts, Rules & Regulations connected with the employment of labour for the
purpose of execution of this contract.
ii) Contractor should have his own PF Account Number and shall be responsible to deposit
the PF contribution in respect of workmen engaged by him.
iii) The contractor shall indicate PF Account Number allotted to each worker engaged by
him in the monthly wage bill and will ensure its accuracy and correctness.
iv) The contractor shall submit Annual Return in respect of all the workmen engaged by
them with concerned RPF authorities with copy to P&A Deptt.
v) After submission of the return the contractor shall arrange PF slips in respect of PF
Contribution, issued by the RPF Authorities and will distribute to the concerned workers
after intimation to the Executing Deptt and P&A Deptt.
vi) After closure of the contract or in case of change of the employer (contractor), the
outgoing contractor and present contractor shall ensure submission of Form-13A, for
transfer of PF contribution from old account to the new account.
7. In the absence of the contractor himself, the contractor will depute minimum one Site
Supervisor/Engineer/Authorized agent with proper power of attorney from the date of start of
the work to the date of actual completion of the job for supervising work and arranging
material, manpower, taking instructions from Engineer-in-charge / Site Engineer, accepting the
measurements etc. in the absence of the said supervisor, NFL may suspend the work at the cost
of contractor.
8. QUANTUM OF JOB: - Quantum of job is tentative only. There may be variation in quantum
of work to be executed by the contractor as per maintenance requirement. Contractor will not
enhance rates throughout the contract due to variations. Contractor will not have any claim
even if there is no work.
Page 15
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
9. Implementation of ESI Act for engagement of Contractor Labour.
a) Contractor should have his own ESI Account Code Number from the ESI Authorities. It
shall be the responsibility of the contractor to deposit the ESI contribution every month @
6.5% of the monthly wage bill, (Employers Contribution @ Rs. 4.75% & Employees
Contribution @ Rs.1.75 %), under intimation to P&A Deptt.
b) It shall be responsibility of the Contractor to ensure Registration and issue of ESI cards to
the workmen engaged by him, for availing medical facilities by the beneficiaries.
c) It shall be responsibility of the Contractor to submit ESI Return to the statutory authorities
under intimation to P&A Deptt.
Note: “Earlier clause regarding implementation of Workmen Compensation Act/ insurance
cover under the Act, referred to elsewhere in the GDCC/ NIT stand superseded / deleted”.
(Rajesh Kumar)
Manager (Civil)
Page 16
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
TECHNICAL TERMS AND CONDITIONS
1. The General Directions And Conditions Of Contract (GDCC), which will form part of the
contract agreement, may be studied by the contractors before submission of their tenders, in
the absence of which it will be presumed that the contractor has seen, studied and accepted
the GDCC. These conditions of contract as stipulated in this document are in continuation of
GDCC and shall also form part of the contract.
i. Wherever these conditions contradict any clause as contained elsewhere in the tender
document, the condition/specification as mentioned in this document shall supersede
those relevant conditions.
ii. No compensation for any damage done to the executed job or to the raw materials stored
at site, by rain, flood, or any other unavoidable circumstances, or natural calamities
during the execution of work or up to expiry of liability period, shall be made by NFL.
2. SPECIFICATIONS:
i) The specification for workmanship shall be as described in the Central Public Works
Department latest “specifications” including amendments, unless otherwise specified.
These CPWD specifications shall be deemed to form part of this contract.
ii) The CPWD specifications shall take precedence over the provisions in the Bureau of
Indian Standards (BIS) specifications/Indian Road Congress (IRC). Wherever CPWD
specifications are silent, the relevant BIS / IRC specifications shall be referred.
iii) In case of any class of work for which there is no such specification as laid down in the
contract, such work shall be carried out in accordance with the recommendations of
manufacturers of Raw Materials and / or the instructions and requirement of the
Engineer-in-charge.
3. SCOPE OF WORK
The scope of work consists of execution of all type of White-washing, painting, cement
painting & distempering of Quarters & Public Building in Naya Nangal T/ship and plant
building inside Factory Area. Any emergent work shall have to be executed by doing the
work round the clock and / or after normal general shift (8:00 AM to 5:00 PM) for which
nothing extra shall be payable to the contractor for doing the work during such period.
4. NFL may at its discretion award any other / additional work of any magnitude on the final
agreed rates, terms and conditions, as per the work order, for execution of the same and the
contractor has to execute the same work as a separate work.
5. The contractor will have to keep one Engineer / Supervisor with proper power of attorney /
Authority letter, separately for plant and township, for supervising the work, taking
instructions from Engineer-In-Charge, and getting the materials issued from Main Stores etc.
6. Any item of work, the rate of which is not available in township SOQ shall be carried out on
the rates of such items available in factory area SOQ or vice versa.
7. In case a specified work for which a separate job order has been issued and the same is not
started by the contractor, the notice shall be served on the agency to start the job immediately.
In case the work is not started within a week’s time from the date of issue of the notice
without any valid reasons, a final notice for canceling the such job order shall be issued to the
Page 17
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
agency and the work order may be canceled after expiry of final notice, and liquidated
damaged at the rate of 20% (Twenty per cent only) of the estimated / job order value shall be
recovered for non execution of the job.
8. Contractor may be required to mix the ingredients viz. water-proofing agent, rapid hardening
agent etc. (supplied by NFL free of cost) with cement as per directions of the
manufacturers/Engineer-in-Charge and nothing extra shall be paid on this account.
9. The arrangements for all types of staging / scaffolding, to approach the site for executing the
work, has to be arranged by the contractor at his own cost within the quoted / finally agreed
rates as per work order. For white washing/ distempering etc. inside the buildings/ plants, the
contractor shall have to use stage scaffolding like ghories etc. and proper ladders inside the
buildings/ plants.
10. The contractor shall have to use painting brushes for applying the white-washing, colour
washing & distempering etc.
11. For executing the works in Factory area, safety work permits will be issued for doing the jobs,
without any safety work permit duly issued by NFL, work will not be allowed to be carried
out.
12. For doing the work in plant area the workers, supervisors, Engineers are allowed to come in
the plant area with proper gate passes. NFL will issue necessary gate passes to such persons
for whom the request will have to be made by the contractor. NFL will not be responsible for
late entry of the persons through the gate due to the absence of gate passes.
13. All consumable, non-consumable materials are to be got entered in the register being
maintained by security personnel at the factory’s Main Gate, for which NFL will issue
instructions for their entry at the gate.
14. Disposal of earth and building, rubbish etc. wherever required to be done shall be carried out
by Mechanical transport in specified dumping yards and payment will be made for such
carriage work under lead upto 1KM even if the actual lead involved is more than 1 Km from
specified site of work.
15. Incoming Materials: On the basis of contractor’s challan / list/ bill the CISF shall record the
materials to be taken inside the Factory in the CISF Register at the Factory Gate and issue an
Incoming Material Gate pass for taking the materials inside the Factory as per the prevalent
practice. Two copies of the said material Gate Pass shall be given to the contractor out of
which one copy shall be handed over by the contractor to the engineer-in-charge and the other
shall be retained by the contractor for his records.
16. Contractor’s material i.e. non-consumable items to be allowed entry inside the factory gate
shall have their complete description i.e. name, make machine no. welding set no. size of
various tools and tackles etc. with contractor’s identification mark on each item as far as
possible. As regards consumable items, their complete specifications i.e. name, make, size etc.
shall be got mentioned in the contractor’s challan/list/bill. Special identification mark on
contractor’s capital / high value on-consumable item shall be got engraved and checked by
concerned engineer-in-charge his authorised representative. To achieve the above objective,
CISF personnel shall be advised to accept challan / list / bill of contractor’s materials having
complete description of the same.
Page 18
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
17. In certain cases, it may not be practicable for the CISF personnel at the factory gate to
properly count the items loaded in the truck/ tempo’s per the challan/list/bill, in such cases,
CISF man shall be deputed to go to the unloading side of materials to witness the counting so
as to ascertain correctness of the material brought inside the factory. After the needful, CISF
man shall record in the CISF register that the unloading of the materials has been witnessed
inside the factory and items tallying with the contractor’s challan/ list/bill incoming materials.
18. Contractor’s incoming materials shall be allowed entry inside the factory on all days upto 5:00
p.m. but on Sundays /holidays the CISF official at the factory gate shall inform and seek
verbal approval of the Head of the executing Department about the same, who shall depute
the concerned engineer-in-charge to ensure that the materials brought inside the factory are as
per the stamped challan incoming material gate pass.
Approved brand of material to be used
19. Cement paint to be used in the work should be reputed brand and manufacture and any out the
three brands i.e Super Snowcem of M/s. Klik Nixon / Snowcem India Ltd. or Durocem of M/s.
Berger Paint or Super Acrocem of M/s. Acro Paint (P) Ltd., and shall be brought at site in
sealed containers.
20. Synthetic enamel paints to be used for painting shall be of 1st quality approved brand viz.
Nerolac of M/s. Goodlas Nerolac Paints, Brolac of M/s. Jenson land Nicholson or Apcolite of
M/s. Asian Paints or Luxol of M/s. Berger paints and shall be brought at site of work by the
contractor in their original container in sealed condition. The empty contains shall be removed
from the site of work/ till the relevant items of the work is completed and permission obtained
from the Engineer-in-charge. The Engineer-in-charge can enforce any check to ensure proper
execution of the work as per specifications.
21. Oil bound distemper to be used for painting shall be of 1st quality approved brand viz. of M/s.
Goodlas Nerolac Paints, of M/s. Jenson land Nicholson or M/s. Asian Paints, M/s. Berger
paints and Acrylic shall be brought at site of work by the contractor in their original container
in sealed condition. The empty contains shall be removed from the site of work/ till the
relevant items of the work is completed and permission obtained from the Engineer-in-charge.
The Engineer-in-charge can enforce any check to ensure proper execution of the work as per
specifications.
22. All surfaces required to be white washed/ distempered/ cement painted etc. shall be thoroughly
prepared well in advance before the actual application of white wash/ distempering etc. The
prepared surfaces shall have received the approval of the Engineer-in-charge after inspection
before actual white washing/ distempering / painting is commenced.
23. All loose pieces and scales (of any area) shall be scrapped off. Holes in plaster as well as
patches of less than 50 sq.cm. area shall be filled up/ made good with the mortar of specified
mix/ lime paste or plaster of paris paste. For being job nothing extra shall be paid. Cement for
the purpose shall be issued at free of cost as for other items such job being unsusceptible to
measurement / based on actually requirement, on day-to –day basis shall be issued. Contractor,
however, shall ensure that there is no wastage of cement in case any wastage noticed, recovery
at twice the NFL’s latest issue rate (i.e. book rate+25 departmental charges + sales tax) shall be
made. The decision of engineer-in-charge in this case shall be final and finding on the
contractor. To have proper check of consumption of cement for such job separate day to day
consumption report of cement shall be submitted by the contractor and also the same shall be
recorded on the separate bin card maintained for the purpose. However, if the engineer-in-
charge find it necessary to get the complete removal by scraping of the entire surface of old
distemper / white wash/ colour wash etc. in case if particular wall or room, he shall specifically
issue order in writing and this shall be paid separately, under the relevant schedule items.
Page 19
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
24. Doors, windows, floors, dados, skirting, filings. Fixtures etc. and such other parts of the
buildings not be white / colour washed / distempered or painted shall be protected from being
splashed upon. Splashing and dropping if any shall be removed by the contractor at his own
cost and the surface cleaned. Damages if any to fittings and fixtures etc. shall be made good by
the contractor to the entire satisfaction of the Engineer-in-charge. In case of failure of the
contractor, the cost of rectification of the damages shall be recoverable from the contractor.
25. Contractor will be required to mix Fevicol (DDL) of M/s. Pidilite as adhesive
@ 250 grms. (in place of Gum specified in CPWD specification 20 12) in lime
wash quantity sufficient for carrying out 100 sq.m. of lime wash working one
coat and nothing extra shall be payable on this accounts.
26. The operation for each coat of white wash shall consist of the brush stacks
given from the top downwards, another from the bottom upward over the first
stroke and similarly one stroke horizontally from the right and another from
the left, before it dries. In case of distempering work, each coat constitutes of
horizontal strokes followed immediately by vertical strokes with proper
distempering brushes.
27. Each coat shall be allowed to dry before the next one is applied. Further each
coat shall be inspected and approved by the engineer -in-charge before
subsequent coat is applied. The inspection of the plants / buildings attended by
the contractor will be done by remove all the defects noticed/ pointed out.
28. Lime paste for white washing / colour washing shall be prepared one day in
advance of the execution of the work.
29. For white washing / cement painting/ painting outside the plants and buildings
the contractor shall have to use stage scaffoldings ladders etc. to reach the
required roof/ wall heights and nothing extra shall be paid for the same. The
rates shall be applicable for work at all the heights/ depths.
30. Primer / base and finish coats for any particular system shall be from the same
manufacturer to ensure compatibility.
31. Where two coats of finish paint are indicated they shall be applied in two
different shades to ensure that two coats are applied.
32. Paint shall not be applied in rain, snow, fog or mist or when the relevant
humidity is such as to cause condensation on metal s urface.
33. Paint shall not be applied when the surrounding air temperature is below 2oC
or when temperature is expected to drop to 1o C before the paint has dried.
34. Compatible thinner as recommended by the paint manufacture can be used for
dilution to meet the requirements specified by the paint manufacture.
35. When applied with brush, the paint shall be applied with full scale brushes to
attain smooth coat of uniform thickness the paint shall be worked into all
crevices and corners.
36. The paints are to be appli ed as per instructions of the paint manufacture.
Specific maturation period as applicable to certain paint after mixing should
be strictly adhered to. Paints with limited pot life should be consumed within
the specified pot life period.
Page 20
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
37. All ingredients in any container of paint shall be thoroughly mixed before use
and shall be mechanically agitated continuously during application to keep the
paint to suspension. Dry pigments which are separately packed shall be
uniformly blended in to paint.
38. The contractor should provide sufficient number of drop cloth and shall
exercise care to protect all finished surfaces of floors and other work and shall
immediately remove all the spotters and stains / marks from such surfaces. He
shall also take care to avoid falling or paint on the moving element of
equipments, whenever required by the engineer -in-charge the contractor shall
use his own tarpoulines to avoid fall paints on finished product or running
equipments.
39. The contractor shall daily remove all the waste materia l as well as empty
containers, packing cases etc. from work sites. The contractor shall be
responsible for total clearance of the site of work after completion of entire
painting work.
40. The Engineer-in-charge at his own discretion may hold the painting wor k after
release to the contractor for special inspection revision, confirmation of date
of repair covered in the scope of work.
41. All painting materials shall be accompanied by manufactures test certificates.
In case such certificates are not available or t here is any doubt regarding
quality of painting material the Engineer -in-charge may direct the contractor
to get any/ or all the materials tested from reputed and approved testing
agency. This shall be done by the contractor within his quoted rates to the
entire satisfaction of the Engineer -in-charge.
42. Dilution of each paint shall be checked to meet the requirements specified by
paint manufacture.
43. Each coating of paint shall have a colour clearly different from the prior
coating.
44. Drying duration shall be as per recommendations of the paint manufacturers.
Dryness of previous coat shall be ensured be subsequent coatings.
45. Finishing shall be checked that the coated surfaces are free from any
detrimental film irregularit ies, such as lifting, piling cracks etc.
46. At the discretion of the Engineer -in-charge the paint manufactures may also
associate with the inspection of paint work to ensure satisfactory application
in conformity with the paint manufacture shall be made good by the contractor
at his own cost .
47. The contractor shall undertake immediate rectification or make good of the
painting job damaged/ spoiled due to any reasons, at no extra cost .
48. Storage of painting materials: All paints and painting materials shall be stored
in such rooms assigned for the purpose. This is the sole responsibility of the
contractor to provide adequately covered space for proper storage of paint and
painting material to protect it from fire, sun, water and ingress of moisture
during monsoon and at other times at his own cost. A s ign board bearing the
Page 21
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
words Paint Storage to Naked Light shall be clearly displayed at side the
stores. The buildings should be properly ventilated and shall be adequately
protected with fire fighting equipment.
49. The paint scheme for the work will be as pe r specification s and standards. All
sealed paint tins brought in for this work should be got approved from the
engineer-in-charge before opening it and applying it anywhere. The brand of
paint alongwith manufactures material test certificate must be submi tted to the
Engineer-in-charge six day in the advance before bringing the material inside
the Factory Area for the above work. The procedure is to be adopted for each
batch of paint to be brought by at the site.
50. Contractor shall note that they will have to remove all existing as well as new
spotters and stains / marks of white wash/ distemper / Acrylic emulsion paint
/cement and other types of paint from the frames as well as shutters of steel/
wooden doors/ windows/ ventilators including its glass panes as well as from
floors/ skirting/ dados etc. preferably immediately after execution of such
items of the work in ‘a’ particular room/ plants/ buildings etc. and nothing
extra shall be payable on this account. Therefore, the contractor shall quote
their rates against different i tems, keeping above into consideration. In case,
contractor fails to fulfill the above obligations within 24 hrs. of the execution
of any item of the work, a nominal but permanent recovery at the rate of Rs.
5/- per door / window/ ventilator and at the rates Rs. 5/ - per sq.m. of floors/
skirt ing / dado will be dado from the running / final bill or any pending dues
of the contractor and no claim for release of aforesaid recovery will be
entertained at a later rate.
51. Material like quick l ime, indigo, fevicol of M/s. Pidilite etc. required for white
color washing shall be procured by the contractor strictly as per the quality /
samples approved by the Engineer -in-charge. The lime mix for white/ color
washing shall be prepared of the requ ired material as approved by the
Engineer-in-charge and no other chemical/ material will be allowed to be
mixed in the l ime mix, unless directed by the Engineer -in-charge.
52. The contractor should note that the work involved is of maintenance nature
and pertains to occupied building. He has to bear the delay on account of
various activities and unavoidable delays for which no claim whatsoever in
respect of idle labour and loss will be entertained and nothing extra shall be
paid for the same.
53. The contractor should carry out the complete replacement work including
finishing painting etc. in one building at a time in order to minimize the
disturbance to the occupants.
54. NFL reserves the right to permit the contractor to use any one of the approved
brand of the cement paint/ paint / distemper as mentioned in the NIT.
55. Local sutlej sand having its grading within the limits of grading zone IV silt
content not exceeding 8% as specified in CPWD specifications shall be
considered as equivalent to fine sand.
56. Coarse sand having i ts grading within the limits of grading Zone III, with si lt
content not exceeding 8% as specified in CPWD specifications, shall be
considered as coarse sand.
Page 22
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
57. Since the cement required for use in different items of the work will be
supplied free of cost . Therefore, the contractor shall quote keeping this into
consideration, the item rates against the items, which involve use of cement.
Further, in case extra item is required to be executed (involving use of cement)
then for the purpose of payment to the contractor, will be worked out by
deducting the cost of cement (taking into account the theoretical quantities of
consumption specified in DSR-2012) @ Rs. 6,000/- per tonne plus 1% water
charges and 10% contractor’s profit over this rate, from the DSR-2012 rates of
relevant items.
58. Recovery rate consumption of cement within and beyond the permissible
variations
In case for completing the different items of works (susceptible to
measurements) if the cement is actually required even beyond the theo retical
consumption requirements (based on DSR-2012), the same will also be issued
at NFL stores, but the recovery for excess consumption of cement will be
regulated as under : -
i) For the quantity of cement actually consumed beyond the above
theoretical requirements, but within the upper permissible limit of
variation, no recovery will be affected.
ii) For the quantity of cement actually consumed beyond the upper l imit of
variations, the recovery will be affected twice in NFL Nangal’s latest
issue rate (i .e. book rate +25% Departmental Charges + prevalent Sales
Tax).
iii) The plus / minus limit for the variation of the actual consumption of the
cement w.r.t. theoretical consumption based on DSR -2012 shall be as
under:-
a) For contracts valuing of Rs. 2.00 lac + upto 5%.
b) For contracts valuing exceeding Rs. 2.00 lac but not exceeding Rs.
5.00 Lac + upto 4%.
c) For contracts valuing exceeding Rs. 5.00 lac + upto 3%.
CTS OF EPOXY RASINS AND HARDENER
(Rajesh Kumar)
Manager (Civil)
Page 23
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
COMMERCIAL TERMS AND CONDITIONS.
1. SCOPE OF SUPPLY OF MATERIALS BY NFL.
a) NFL shall supply the following materials free of cost at NFL stores in side Factory
Area for use in the works of “ARC for White washing, Painting, distempering and
Cement Painting of Quarters & Public Building in Naya Nangal T/ship and plant
building inside Factory Area (including workshop, conveyor galleries, control room,
transfer tower) during the year 2015-16”: -
Sl. No. Description of Materials Qty.
1 Cost of free issue Cement 1.00 MT
b) The above materials shall be supplied from NFL Main Stores situated in Factory area.
The contractor has to transport the material from Main Stores to the site of work
including loading and unloading of the same within their quoted rates.
2. ACCEPTANCE OF TENDER
NFL reserves the right to issue / non- issue or reject tender documents of any party.
However, where enquiries are made by the bidder, reasons for rejecting a tender or non-
issuing a tender document will be disclosed to the prospective bidder and the tenderer shall
be bound to perform / execute the work at his quoted / finally agreed rates as per work
order.
3. SECURITY DEPOSIT: -
i) The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the
contract / Works order value.
In case of AMC/ARC, Initial Security Deposit (ISD) shall be 2.5% of the Contract
Work Order Value which is required to be deposited within 10 days of the issue of the
letter of intent by the successful tenderer. EMD can be adjusted against SD.
The balance amount shall be recovered @ 7.5% from each running bill and the final bill
as to make the total security deposit at 10% of the Contract / Work Order Value.
No interest shall be paid on security deposit. Any amount recoverable from the
contractor shall be deducted from security deposit. Security deposit shall be returned to
contractor after obtaining “No objection certification” from Executive Department after
expiry of “Defect Liability Period”.
ii) The Contractor, if so desires, may convert the amount into one of the Government
Securities or Bank Guarantee in the form approved by NFL.
4. QUANTITIES AND RATES :
i) The quantities as mentioned in the Proforma of “Schedule of Quantities” supplied to
contractor for quoting his rates, i.e. Price Bid Performa, are just approximate and are for
the purpose of quoting the rates by the contractor. These quantities may increase /
decrease to any limit and / or any item may not have to be executed as per the prevailing
Page 24
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
site conditions / requirements at the time of execution of the work, but the rates as
quoted by the contractor / accepted by NFL as per the Work Order, shall remain firm
and valid during the entire contractual period including any extension of time for the
work. In the event of such variations in Schedule of Quantities, NFL will not entertain
any claim of the contractor.
ii) The rates quoted/finally agreed as per Work Order shall be treated to remain firm
throughout the pendency / execution of the contract including any extension period that
may be granted and shall not be subjected to any sort of escalation even if such
escalation is enacted by either the Local Bodies/Municipal Corp./State Government or
the Central Government for either labour and/or the materials and/or POL. NFL shall not
allow even a minor revision of prices of the quoted rates during the pendency of the
contract under any circumstances whatsoever The tenderer must quote price / rates
keeping in full view the requirements of the tender document except where it has been
clearly stated that extra shall be paid, it is to be understood that nothing extra shall be
paid even though it may not have been specifically pointed out that nothing extra shall
be paid. Therefore, the rates to be quoted in the ‘Schedule of Quantities’ by the
tenderer are to be fully inclusive of the value of work described under several items
including all costs and expenses which may be required in and for the completion of the
work described together with all taxes (excluding service tax), general risks, liabilities
and obligations (e.g. temporary buildings, fencing, watching lighting, dewatering of
drains leading to low laying areas / site of work, leaking water supply lines/sub soil
water, stagnated water at site), inspection of raw material and laboratory testing charges
thereof, insurance, transportation of materials from source of supply to site of work ,
route permits, octroi, royalty, indemnity, labour regulations, maintenance during defect
liability period and the like and the prices are also to be inclusive of all labour, materials,
tools, plants, and equipments hoists, tackles, scaffoldings and the sundries, etc. ,and the
rates shall be firm irrespective of any variation in the prevailing rates of taxes, duties,
levies, octroi etc., and any fresh imposition of any of these by State/Central/Statutory
bodies and contractor shall indemnify NFL against levy of any taxes etc. in regard to this
contract and in the event of NFL being assessed for any of the said taxes, NFL shall
have the right to recover the total amount so assessed from contractor’s dues and the
contractor shall also be responsible for all costs or expenses that may be incurred as may
be necessary for full and entire completion of the work as specified under this contract.
5. DISCREPANCIES AND ADJUSTMENT OF ERRORS
i) The several documents forming the contract are to be taken as mutually explanatory of
one another, detailed drawing being followed in preference to small scale and Special
Conditions in preference to General Conditions.
ii) In case of a discrepancy between the Schedule of Quantities, special conditions, the
specification and the drawings the following order or preference shall be observed:
(a) Description in the schedule of quantities.
(b) Special conditions.
(c) Technical/commercial terms and conditions..
(d) Drawings
(e) General Specification.
Page 25
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
iii) If there are varying or conflicting provisions made in any one document forming part of
the contract, the Accepting Authority shall be the deciding authority with regard to the
intention of the contract.
iv) THE RATES TO BE QUOTED IN WORDS & FIGURES :-
The tenderer shall quote in English both in figure as well as in words the rates and
amounts tendered by him, on the form of schedule of quantities forming part of the
tender documents. The amount for each item shall be worked out and entered an
requisite totals be given for all items. The tendered amount for the work entered in the
tender shall be duly signed by the tenderer. If there are differences found between the
rates given by the contractor in words and figures or in the amount worked out by him in
the schedule of quantities and the general summery, these shall be adjusted in
accordance with the following rules:
a) In case of duplicacy of any item in the schedule of quantities, the lowest quoted rate
of the contractor for such items will be operated in the contract.
b) When there is a difference between the rates in figures and words the rate which
correspond to the amount worked out by the tenderer shall be taken as correct.
c) When the rate quoted by the tenderer in figure and words tallies but the amount
worked out is in correct, the rate quoted by the tenderer shall be taken as correct.
d) In the event of any error occurring in the amount column of schedule of quantities
as a result of wrong extension of unit rate and quantity, the unit rate shall be
regarded, as firm and extension shall be amended on the basis of the rate.
e) All errors in totaling in the amount column and in carrying forward total shall be
corrected.
f) The total of various section of schedule of quantities as amended shall be carried
over to the general summery and the tendered sum amended accordingly. The
tendered sum so altered shall, for the purpose of the tender, be substituted for the
sum originally tendered and considered for acceptance. Any rounding off in the
schedule of quantities or in general summary, by the tenderer, shall be ignored.
6. INCOME TAX :
NFL shall be entitled to deduct Income Tax at source from all payments due and to be made to
the contractor under this contract in accordance with the provisions of Income Tax Act and
rules framed there under, as applicable from time to time, including any amendment or
modifications thereof.
7. SALES / WORKS TAX
NFL shall be entitled to deduct Sales Tax / Works Tax at source from all payments due and to
be made to the contractor under this contract in accordance with the provisions of Sales Tax
Act / Commercial Tax Act and rules framed there under , as applicable from time to time,
including any amendment or modifications thereof.
Page 26
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
8. Payment of Service Tax & Taxes Duties:
A. Payment of Taxes & duties.
1. The tenderer shall quote their rates inclusive of all taxes & duties excluding service tax.
No request for increase/decrease or inclusion of any taxes shall be entertained afterwards.
2. NFL shall not provide ‘C’ Form for availing concessional rate of CST towards import of
goods / material by the contractor in the State of Punjab form the other States (applicable
for Works Contracts only).
B. Service Tax.
1. The tenderer shall separately indicate the portion (amount) of taxable services on which
service tax is claimed by him, in the price bids. The tenderer shall also indicate the service
tax rate and the amount of service tax in the price bid. However, in case of service tax
notified for liability of payment of service tax on the part of service receiver, the Company
(NFL) shall pay the service tax to the extent, the liability is so provided for service
receiver. The tenderer shall quote/ claim service tax only to the extent of his portion of
service tax to which he is liable.
2. In case tenderer opts composition scheme for payment of Service Tax, then the amount of
Service Tax on the value of goods received free of cost from NFL (if any), shall be borne
by the tenderer. However, in case of services notified for liability of payment of Service
Tax on the part of service receiver (NFL), the Company shall bear the amount to the extent,
the liability is so provided for the service receiver (applicable for Works Contracts only).
3. In case of tenders called under dual bid system, the tenderer shall confirm that all the
columns in the price bid relating to item wise rates and service tax along with totals have
been filled up. This confirmation may be provided in prescribed proforma (Refer
Annexure-F) and submitted along with technical bid in envelop-II
C. Evaluation of bids.
i. The amount of service tax as indicated in the price bid (portion of service provider +
service receiver), shall be considered for evaluation of bids for arriving at L-I status.
ii. If nothing is mentioned in the columns relating to service tax, it shall be construed that
the quoted rates are inclusive of service tax and tenderer is not claiming anything extra
on this account from NFL.
iii. If in the service tax columns, tenderer fills up the remarks such as, as applicable/ service
tax extra/ as per govt. rules etc. then it shall be construed that service tax, as per the
category of services being provided and define under the service tax rules, at
prevailing rates, is applicable on all the items i.e. on total quoted value of the contract,
which shall be loaded for evaluation purposes for arriving at the status of L-I.
D. Payment on account of service tax shall be made based on invoice / bill raised by the
tenderer separately indicating the amount of service tax, restricted to the quoted
proportion/ rate of Service tax. The tenderer must provide copy of service tax registration
number which should also be mentioned in invoice / receipts alongwith Service Tax Code
and Accounting Code.
E. Contractor must submit documentary evidence of deposit of Service Tax immediately after
its deposit with Service Tax Department. The documentary evidence must be submitted
Page 27
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
latest by the date for submission of invoice / bill of subsequent month, failing which NFL
can withhold the payment of subsequent Service Tax due to non compliance of Service
Tax Rules. The Service Tax of the final bill shall be reimbursed on production of
documentary evidence. The liability of NFL shall be restricted to the amount of Service
Tax only as per terms & conditions of the contract and any interest / penalty etc. shall be
to the contractor’s account.
F. Any subsequent change in the rate of service tax shall be to NFL’s account during
contractual period only.
G. As per Service Tax Law, the liability towards payment of Service Tax lies with the
service provider, so NFL is not responsible for non compliance of the service tax law by
the tenderer. However, in case of services notified for liability of payment of service tax
on the part of service receiver, the Company (NFL) shall comply with the same to the
extent of his portion of Service Tax to which NFL is liable as the service receiver.
9. TERMS OF PAYMENT
The bills in quadruplicate on the printed forms of NFL will have to be prepared and
submitted by the agency/its authorized representative after taking joint measurements, as per
clause no. 36 of GDCC. Payment of monthly running account bill complete in all respect
shall be made after making necessary recoveries as per contract within 30 days of receipt of
bill. Payment of final bill shall be released within 60 days after receipt of bill completed in all
respect. Payment of 10% security deposit/deducted shall be released after completion of
defect liability period on demand within 30 days.
10. Submission of Monthly bill.
The contractor shall submit his monthly bill within the first week of the following month to
the Executive Department for verification and recommendations. In case the contractor fails
to submit the bill by the last day of the following month, a penalty of 1% of the billed amount
for every month of delay or part there of subject to minimum of Rs. 1,000/- shall be
recovered from the bill.
11. WATER CHARGES:
Water for construction and maintenance shall be provided by NFL on chargeable basis @
1% of the value of work which shall be recovered from the RA Bills / Final bills of the
agency. However, the site where water can not be supplied through NFL, contractor has to
arrange water at his own cost and no water charges shall be levied.
12. ELECTRIC POWER CONNECTION:
a) Electrical Power for running the Power brushes, Drill Machines, Mortar mixing
machines, or other apparatus for executing the work shall be supplied free of cost. NFL
shall also provide lightning arrangements, free of charge, to illuminate the working areas
for executing the work.
b) All the apparatus brought by the contractors in the plant should be electrically operational
and healthy with sufficient length of cable having proper size and insulation. In case of
3-phase supply, connection will be given only if there is proper switch fuse unit, starter
complete with on-off push buttons, HRC fuse and thermal overload relay of proper
rating. All single-phase equipments like drill machines, grinders, floodlights, hand lamps
etc. shall be fitted with 3-pin plug top. Industrial plug tops will be provided by the
contractors for free tapping of power from the points wherever industrial plug sockets are
provided in the field. No loose wires are to be used in the sockets for topping the
electrical connection.
Page 28
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
c) Metallic body of the equipments shall have proper earth connection. Single earth in
case of single-phase connection and double earth of proper size incase of 3 phase shall be
ensured by the user of the equipment. It will be the responsibility of the user contractor
to ensure that NFL Plug Points/installations are not tampered and all electrical connection
from power outlets will be connected by NFL staff. Wherever portable hand lamps are
used in the vessels, the voltage shall not exceed 24 volts.
13. VALIDITY OF OFFER :
The validity of offer / tender / price bid as submitted by the contractor shall be 4(four)
months from the date of opening of Techno-Commercial Bid. The EMD of the unsuccessful
tenderers shall be refunded after the expiry of validity of offer/ award of work
14. COMPLETION / CONTRACT PERIOD:
a) Validity of Contract: Contract shall remain valid for a period of 12-months from the date
of schedule date of start of work, which can further be extended by 03-months on the sole
discretion of NFL. The rates shall remain unchanged during the validity of contract.
b) Execution/ Completion Time: 12 (Twelve)-Months, from the date of handing over the
site which shall be intimated in writing. The completion period of the contract can be
extended at the sole discretion of NFL for a further period of three months on the same
rates, terms and conditions of the contract.
c) Mobilization Period : A mobilization period of 15-days, shall be provided from the date of
written intimation for handing over the site, if required.
15. LIQUIDATED DAMAGES :
In case of failure of the contractor to complete the job assigned to him within the completion
time specified for the particular job, Engineer-in-Charge may allow reasonable extension for
completion period, but delay penalty for the extended period shall be leviable @ Rs.1,000/-
per day with maximum of Rs. 5,000/- (irrespective of value of the work particular assigned)
for the period of delay due to contractor’s fault. In case, the contractors fails to complete the
work within the extended period allowed, the Engineer-in-Charge reserves the right to off-
load balance job and may get the same executed at contractor’s risk and cost, after informing
the contractor about the same in writing. In case there is an overall delay in the schedule
completion of the contract period an additional penalty shall be levied as per existing clause
no. 8 of GDCC.
16. DEFECT LIABILITY PERIOD:
Defect liability period of works unless otherwise specified shall be One Year from the actual
date of completion of work. The contractor shall at his own cost and initiative, correct repair
and/or rectify any / and all defect(s) and/or imperfections in the design of the work (in so far
as the contractor shall be concerned with the design of the work or any part thereof) and/or
in the work performed and/or materials, components or other items incorporated therein as
shall be discovered during the said defect liability period and in the event of the contractor
failing to do so, NFL reserves the right to get the same repaired at the risk & cost of the
contractor PLUS 25 % ( Twenty Five percent) Departmental Charges, and the expenditure so
incurred by NFL shall be adjusted towards the said Security Deposit and / or any other due
lying with NFL.
Page 29
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
17. RESIDENTIAL ACCOMMODATION:
(A) NFL will provide one No. IA/IB Type quarter (Two room) on fair rental value (FRV) rent
to be fixed by NFL from time to time, for the residence of the contractor’s staff, subject to
availability.
(B) In case contractor wants more than one IA/IB Type quarter in the Township the same
shall be allotted, subject to availability, on fair rental value to be fixed by NFL from time to
time.
(C) After completion of the contract, the contractor will be allowed to retain the
accommodation for 15 days (on the above rates), to complete the contractual obligations after
which the contractor shall vacate and hand over the possession of quarter to NFL. In case the
quarter is not vacated and handed over back to NFL, within the allowed period, Market rent
(which is fixed by NFL from time to time) will be charged from the contractor for the period
the quarter remains under the unauthorized occupation of the contractor. The payment against
final bill and the Security Deposit shall be released by NFL after vacation of the quarter by the
contractor.
(D) The charges for water & electric power consumption shall be charged extra as per Co’ s
Rules.
(E) While taking the accommodation, the contractor will check the inventory and shall hand
the same to NFL in original condition at the time of vacation of the quarter. Any changes
made by the contractor during the course of occupation of the contractor, shall be restored
back.
(F) If at any time it is found by NFL that any of the contractor’s employees residing in the
township are creating nuisance/disturbance to other residents, the contractor shall immediately
remove such employees (s). In case such employees are not removed by the contractor or still
are creating nuisance, the accommodation allotted to the contractor shall be cancelled and he
shall be required to vacate the same within a period of 3 days after hearing from NFL in
writing. The contractor shall have no claim whatsoever on this account.
18. Execution of Contract / Agreement
The contractor shall have to execute an agreement / contract with NFL on a non-judicial
stamp paper of Rs 30.00 at Nangal within Fifteen days of issue of Work Order. Contract /
Agreement shall be duly signed and notarized on the date of signing / execution, by both the
parties.
19. It is obligatory on the part of the contractor to abide by the terms and references as contained
in the Safety Code. Violation of which will tantamount to disqualification of the contractor
for any type of work in NFL as well as the security deposit will also be forfeited.
20. The contractor may note that revise bids, on due date of opening of the tenders or after the
extension of tender opening, whatsoever the case may be, shall not be entertained. However
where techno-commercial negotiations are conducted with all the bidders to clarify the
deviations vis-à-vis tender specifications/ requirements, which lead to changes in terms /
Page 30
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
conditions and / or technical specifications, the bidders may be given a fair chance to revise
their price bids accordingly.
21. NFL, Nangal Unit is having its Cash Credit Accounts with State Bank of India, Naya Nangal,
who is having Electronic Fund Transfer Facility (EFT)/ RTGS in its branch at Naya Nangal
and some other important branches. The contractors/ suppliers, who are maintaining their
bank accounts with SBI & other Bank, having EFT/ RTGS facility may submit the bank
particulars i.e. MICR Number alongwith their Bank Account Number, Name of Place of
Branch, Branch Code Number & IFSC Code, so that, their payment could be released
through transfer of funds to their account.
22. Contractor may note that one person will be allowed to represent only one party during
negotiation with NFL.
23. The contractor is advised not to quote multiple rate against single / similar item in SOQ.
However, if quoted, the tender documents shall liable to be rejected.
24. In case, some DSR items is required to be executed which is not available in the SOQ, then
for the purpose of payment, the rate for such item shall be derived on the basis of average
percentage rates worked out after comparing with the similar item rates / head of SOQ and
the DSR-2012 available rates (excluding free issue material).
25. Termination of Contract
Notwithstanding anything elsewhere herein provided and in addition to any other right or
remedy of NFL under the Contract or otherwise including right of NFL for compensation for
delay the Engineer-in-charge/officer-in-charge may, without prejudice to his right against
Consultant in respect of any delay, bad workmanship or otherwise or to any claims for
damage in respect of any breaches of the Contract and without prejudice to any rights or
remedies under any of the provisions of this Contract or otherwise and whether the date for
completion has or has not elapsed by intimation in writing, absolutely, determine the
Contract:
Default or failure by Contract of any of his obligations under the Contract including but not
limited to the following, the Contract is liable to be terminated if the consultant becomes
bankrupt or insolvent or goes into liquidation or is ordered to be wound up or has a receiver
appointed on its assets or execution or distress is levied upon all or substantially all of its
assets.
Abandons the work
Persistently disregards the instructions of the OWNER in contravention of any provision of
the Contract.
Or
persistently fails to adhere to the agreed program of work
Or
Sublets the work in whole or in part thereof without OWNER’s consent in writing.
Performance is not satisfactory or work is abnormally delayed.
Defaults in the performance of any material undertaking under this CONTRACT and fails to
correct such default to the reasonable satisfaction of the OWNER within fifteen days after
written notice of such default is provided to the Contractor.
A) Owner may terminate the Contract due to any reason including reasons due to force
majeure, regulations or ordinance of any Government or any other reasons beyond the
reasonable control of the Owner.
Page 31
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
Such termination will be by 15 (fifteen) days notice in writing and no claim/compensation
shall be payable by the OWNER as a result of such termination, excepting the fees and costs
for the meaningful services rendered by the CONSULTANT and acceptable to OWNER, up
to the date of termination.
26. The detailed schedule for execution of work shall be prepared by the contractor in
consultation with the Engineer-in-charge after award of the contract to ensure timely
completion of work within three weeks from the date of issue of letter of intent.
27. No job is to be done without the direct supervision of a NFL supervisor. The contractor will
arrange all safety precaution and will display necessary indication boards, flags etc., if
required. Nothing extra shall be paid on this account.
28. The nature of the job is such that contractor will be required to work even on Sundays and
paid holidays, therefore, he will have to ensure the deployment of the requisite manpower on
these days by staggering their weekly off day. Nothing extra shall be paid on this account.
29. Corrections and Alterations:
All corrections and alterations in the entries of tender paper shall be signed in full by the
tenderer with the date. No eraser or overwriting are permitted. The tenders, as submitted,
shall consist of following:-
a) Complete set of tender documents duly filled in and signed on all pages by the tenderer as
prescribed in different clauses of the tender documents.
b) The rates should be filled on NFL’s schedule of quantities proforma and then only
photocopies taken retyping on contractor letter head should not be resorted to.
c) Earnest money amounting to and in the manner specified in NIT.
d) Power of attorney or other proof of authority duly notarized (of the proforma) who has
signed the tender.
e) Income tax clearance certificate and sales tax clearance certificate in originals and true
copies duly attested by a Gazetted officer.
f) Information regarding tenderer in the form annexed to the form of tender.
g) Information regarding the tenderer’s work of comparative nature in the form annexed to
the form of tender.
h) Information regarding construction organization and equipment in the form annexed to
the form of tender.
30. Escalation / De-escalation on the Contract:
The rates quoted by the tenderer shall remain firm during the currency of the contract
including extended period also, except increase/ decrease in the minimum wages of the
labour by Central / State Govt. The escalation on account of increase in the minimum wages
shall be compensated to the contractor, for items which are purely labour oriented, as per the
formula indicated below:-
Page 32
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
=
Total Billed Amount for item no. 18 of SOQ X 65/100X(Escalated Minimum
Wages - Base / datum for Minimum Wages)
Base/ datum for Minimum Wages (prevailing at the time of opening of Tender)
The Central / State Govt. notifies minimum wages of labour from time to time. The above
formula for escalation will be used against the minimum wages prevailing at the time of
opening of tender, which shall be assumed as base / datum for minimum wages. At present
minimum wages rates for unskilled labour is Rs. 256.03 and for skilled manpower is
Rs. 332/-.
“Escalation / De-escalation shall be calculated against the minimum wages declared in the
notification issued by Central / State Govt. as applicable on the date of opening of tender.
Even if the notification is issued at a later date, it shall be considered from retrospective
effect and the same shall be the basis of calculations”.
However, if change in minimum wages is notified after validity currency of contract, the
same shall not be considered for escalation/ de-escalation.
31. TERMS OF PAYMENT:
32. OTHERS:
The terms & conditions as laid down above are to be read wherever applicable with the
relevant clauses of terms and conditions of “General Directions and Conditions of Contract
(GDCC) and Works Manual. However, all other clauses of GDCC and Works Manual, shall
apply to the contract.
(Rajesh Kumar)
Manager (Civil)
Page 33
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
ANNEXURE-A
(To be submitted in Envelope II)
DECLARATION FORM
Dated: ______________
To
The DGM (M&C)
National Fertilizers Limited
Nangal Unit.
Sub:- ARC for White washing, Painting, distempering and Cement Painting of Quarters &
Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the
year 2015-16.
Ref.: NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015.
Dear Sir,
I/We have read the conditions of tender attached hereto and agree to abide by such conditions.
I/We offer to do the job of “ARC for White washing, Painting, distempering and Cement Painting
of Quarters & Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the year 2015-16”
work at the rates quoted in the attached Schedule of Rates and in accordance with the
specifications, standards and instructions in writing of the Engineer-in-Charge of M/s National
Fertilizers Limited and hereby bind myself/ourselves to complete the work schedule and progress
of work.
I/We further agree to abide by the conditions of contract and to carry out all work within the
specified time in accordance with the specifications of materials and workmanship and instructions
referred to in the Notice Inviting Tender.
In case of acceptance of the tender by National Fertilizers Limited, I/we bind myself/ourselves to
execute the contract as per the conditions mentioned in the tender documents, failing which, I/We
shall have no objection in rescinding the contract by NFL and to the forfeiture of the Earnest
Money lodged with National Fertilizers Limited, Nangal.
Thanking You,
for M/s_______________________
(Signature of Contractor/Authorized Signatory with Seal)
Name:_________________________
Address:
Page 34
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
ANNEXURE-B
( To be submitted in Envelope II)
Sub.: ARC for White washing, Painting, distempering and Cement Painting of Quarters &
Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the
year 2015-16.
Ref.: NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015
UNDERTAKING
Dated: _____________
1. I/We hereby confirm that Commercial Bid i.e. Price Bid is strictly as per Schedule of
Quantities (Description/ Unit / Quantity of Items), Terms & Conditions and is also Un-
conditional, including rebates offered. I/We shall have no objection for rejection of the offer
if found conditional.
2. All the pages of NIT and Schedule issued to us have been signed for its validity and in token
of its acceptance by us.
for M/s_____________________
(Signature of Contractor/
Authorized Signatory with Seal)
Name______________________
Address:
Page 35
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
ANNEXURE-C
(To be submitted in Envelope II)
Sub.: ARC for White washing, Painting, distempering and Cement Painting of Quarters &
Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the
year 2015-16.
Ref.: NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015
ACCEPTANCE OF TENDER CONDITIONS
I/We have personally read the NIT / General Directions & Conditions of Contract (G.D.C.C.) for
the subject work, and I/we accept all the terms & conditions as mentioned in the NIT / G.D.C.C.
without any reservation and shall abide by the same.
for M/s_____________________
(Signature of Contractor/
Authorized Signatory with Seal)
Name______________________
Address:
Page 36
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
ANNEXURE – D
(This application is to be submitted in separate envelope by such contractor (s) who have down
loaded the tender documents from our web site. This application alongwith Demand Draft is to be
deposited with NFL before submitting the main tender)
Date: _____________
To
The DGM (M&C)
National Fertilizers Limited
Nangal Unit
Sub.: ARC for White washing, Painting, distempering and Cement Painting of Quarters & Public
Building in Naya Nangal T/ship and plant building inside Factory Area (including
workshop, conveyor galleries, control room, transfer tower) during the year 2015-16.
Dear Sir,
With reference to your NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015 and the tender
documents displayed on your web site, we hereby submit our tender for the subject work.
Since we have not purchased the tender document from your office and the tender document has
been down loaded by us from your web site, we are hereby enclosing a Demand Draft No.
_____________ dated _________ of ______________________________ (Bank) amounting to
Rs. 500.00 (Rs. Five Hundred only), in favour of National Fertilizers Limited, payable at Naya
Nangal / Nangal towards the cost of tender documents.
Thanking you,
Yours faithfully
for & on behalf of Contractor
( _______________________ )
Signature (Seal)
Page 37
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
ANNEXURE - E
DECLARATION FORM-II
Sub.: ARC for White washing, Painting, distempering and Cement Painting of Quarters & Public
Building in Naya Nangal T/ship and plant building inside Factory Area (including
workshop, conveyor galleries, control room, transfer tower) during the year 2015-16.
The following declaration to be signed by Contractor and to be submitted along with required
documents which would be duly self certified:-
Sr.
No
.
DESCRIPTION YES / NO
(If Yes, give the following
details)
1 If a Tenderer has relations whether
by blood or otherwise with any of
employees of NFL (Owner), the
Tenderer must disclose the relation
at the time of submission of Tender,
failing which, NFL shall reserves
the right to reject the Tender or
rescind the Contract.
Name and
Designation
of the
Employee
Place of
Posting
Relation with the
Employee
2. P.F. Registration No of the
Contractor to be intimated along
with Documentary proof thereof.
P.F. Registration Number :
3 PAN No of the Contractor to be
intimated along with Documentary
Proof thereof.
PAN No :
4 Service Tax Registration No. with
Documentary Proof. Accounting
Code No.
S.T.Code No.
……………………
……………………
……………………
5 ESI Registration No. Along with
documentary proof thereof.
ESI Regd. No.
6 If the party is registered as Micro/Small/Medium
Enterprises as per MSMED Act,2006, the same may
be confirmed by the party and submit a photocopy
(Self certified) of the registration certificate in support
thereof. Otherwise it will be construed that the party is
not registered as per MSMED Act, 2006.
7 The bidder shall submit the name and address of the
firm/company along with its constitution giving status
of the same such as sole proprietorship/partnership or
limited/private firm etc. Along with its copies duly
attested by Notary Public as evidence.
Seal & Signature of tenderer
Page 38
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\485 - ARC White-washing\Tender\NIT(485).doc
Annexure- F
To be submitted in envelope number-II
Declaration form pertaining to Service Tax
NIT No. NFL/NGL/C/485/2015/003 dtd. 16.07.2015
Job pertaining to “ARC for White washing, Painting, distempering and Cement Painting of
Quarters & Public Building in Naya Nangal T/ship and plant building inside Factory Area
(including workshop, conveyor galleries, control room, transfer tower) during the year 2015-16”.
Sr.
No.
Description Qty. Unit Rates (In Rs.) Total value (In Rs.)
In Figures In Words In Figures In Words
1 A ----- ----- XX XX XX XX
2 B ----- ----- XX XX XX XX
3 C ----- ----- XX XX XX XX
Sub Total
Quoted amount without Service Tax XX.
Add contractor’s liability of Service Tax
(As per calculation given below)
XX.
Total Quoted amount including Service Tax XX.
Details of Service Tax Calculation
a. The value of services (quoted amount) on which Service Tax
shall be applicable (_______%age of quoted amount)
XX.
b. The amount of Service Tax (present prevailing rate 12.36%) XX.
c. The percentage (_______%) liability of contractor as service
provider
XX.
d. The percentage (_____%) liability of NFL as Service receiver
(applicable only in specified cases of reverse charge)
XX.
e. The amount of Service Tax added in quoted value (as per (c)
above)
XX.
Notes: -
1. The contract involves supply of material, and so, transfer of property in goods. As such, it
comes under the definition of works contract. In case the service provider (Tenderer) is an
individual / HUF, a partnership firm or an association of persons, NFL shall discharge its
liability of service tax as servicer receiver at prevailing rate on 50% value of services
determined according to Service Tax Valuation Rules. Also refer clause no. 8 relating to
Service Tax under Commercial terms & conditions of contract.
2. If tenderer declares the Service Tax such as in the following example, then it shall be construed
that the Service Tax to be shared between service provider and service receiver on 50:50 basis,
subject to provision of Service Tax Rules/NIT. Example :-
column (a) above = 70% value
Column(c)= 35%
Column(d)= 35%
column (a) above = 50% value
Column(c)= 25%
Column(d)= 25%
3. It is confirmed that all the columns marked XX as above, have been duly filled in the price bid
submitted in envelop-III. In case tenderer is not charging service tax over and above the item
rates ‘NIL’ should be mentioned in the service tax column. If the service tax columns are left
blank/ unfilled, it shall be construed that the quoted rates are inclusive of service tax.
4. I/We agree to the evaluation of price bids and loading of service tax under the terms of NIT.
Seal & Signature of tenderer