32
CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P) SPK/10/2015-16 BORDER ROADS ORGANISATION MINISTRY OF DEFENCE, GOVT. OF INDIA HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK NAME OF WORK: HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PATHANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE S/NO Contents Page No (A) PART-I (UNPRICED/TECHNICAL BID) 1 Content Sheet. 01 01 2 Tender forwarding letter including eligibility criteria, list and format of qualification documents and instruction to tenderers. 02 15 3 Notice inviting Tender and Instruction to Bid submission 16 22 4* General condition of contact based on IAFW–1815 –Z,2010print covering amendment nos.01to 34* 24 42 5 Special Conditions and Appendix-‘C’ Undertaking.. 43 50 (B) PART-II (PRICED BID) 7 Item rate contract for works required I.A.F.W-1815-(R) including Schedule ‘A’ notes, Schedule A and Tender Page. 51 63 (C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT 8 Errata/Amendments to tender documents. 9 Relevant correspondence. 10 Acceptance letter. 11 Total No of Pages. 12 Total Nos of Drawings. Signature of the Contractor SW Dated: 2015 for Accepting Officer * Not attached, these documents can be seen in the Office of the Chief Engineer, Project Sampark, C/O 56 APO during working hours.

CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P) SPK/10/2015-16

BORDER ROADS ORGANISATION

MINISTRY OF DEFENCE, GOVT. OF INDIA HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK

NAME OF WORK: HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PAT HANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE S/NO Contents Page No

(A) PART-I (UNPRICED/TECHNICAL BID)

1 Content Sheet. 01 01

2 Tender forwarding letter including eligibility criteria, list and format of qualification documents and instruction to tenderers.

02 15

3 Notice inviting Tender and Instruction to Bid submission 16 22

4* General condition of contact based on IAFW–1815 –Z,2010print covering amendment nos.01to 34*

24 42

5 Special Conditions and Appendix-‘C’ Undertaking.. 43 50

(B) PART-II (PRICED BID)

7 Item rate contract for works required I.A.F.W-1815-(R) including Schedule ‘A’ notes, Schedule A and Tender Page.

51 63

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

8 Errata/Amendments to tender documents. 9 Relevant correspondence. 10 Acceptance letter. 11 Total No of Pages. 12 Total Nos of Drawings.

Signature of the Contractor SW Dated: 2015 for Accepting Officer * Not attached, these documents can be seen in the Office of the Chief Engineer, Project Sampark, C/O 56 APO during working hours.

Page 2: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 02 Tender No. CE (P) SPK/10/2015-16

REGISTERED/ POST Tele: 0191-2484882/2480445 HQ CE (P) Sampark FAX: 091-2480547 PIN-950712 e-mail: [email protected] C/O 56 APO Tele: 0191-2484882/2480445 Jun 2015 No. 80264/HC Chakki Bank/ /E8

M/S……………………………..............

…………………………………...............

…………………………………...............

NAME OF WORK: HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PAT HANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE Dear Sir (s), 1. A set of tender documents containing T-Bid (Technical Bid) and Q-Bid (Priced Bid) for the above work is forwarded herewith. Please note that tender will be received through on line only by the Chief Engineer (P) Sampark, C/o 56 APO upto 12.00 PM on 16 Jul 2015. T-Bid will be opened as per date/time as mentioned in the tender critical date sheet. After online opening of T-Bid the results of their qualification as well Q-Bid opening will be intimated later. 2. Tenderers or their duly authorized representative who have submitted their tenders and who wish to be present at the time of opening of tenders may visit the office of Chief Engineer (P) Sampark, C/O 56 APO at the above mentioned time. However they can view online tender opening process at their premises. 3. Tender documents may also be downloaded from BRO we bsite www.bro.gov.in (for reference only) and Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. Cost of tender is to be attached/submit withdownloaded tender. If cost of tender is already submitted in the office of Accepting officer, it is not required to be attache d again with downloaded tender, however photocopy/scan copy of Bank draft shall be attached/submit. If cost of tender is not attached/not already submitted in the office of Accepting officer, tender shall be rejected by the Accepting officer. 4. Tendering procedure shall be single stage two bid system and tender documents shall be prepared in two parts as under :- Part-I (‘Technical Bid’ – ‘T’ Bid) (Page No 01 to 5 0) Part-II (‘Price/commercial-‘Q’ Bid) (Page No 51 to 63) 5. Part-I (‘Technical Bid – ‘T’ Bid) 5.1 Part-I (‘Technical Bid’ –‘T’ Bid) shall comprise of the following.

(i) Eligibility/qualification documents. Signature of contractor For Accepting Officer

Page 3: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 03 Tender No. CE (P) SPK/10/2015-16

(ii) Tender forwarding letters including eligibility criteria, list of qualification

documents and instruction to tenderers. (iii) Notice inviting Tender (iv) Undertaking for General Conditions of contracts (IAFW-1815 z) forming part of

contract agreement (v) Special Conditions of Contract (vi) Particular/Technical specification including Drawings if any (vii) Any other tender documents except Price bid (viii) Cost of tender documents if not already submitted (ix) Earnest money by “un-enlisted contractors” and “enlisted contractors who have

not submitted standing security deposit” 5.2 Technical evaluation criteria 5.2.1 Bidder should have submitted cost of tender documents. 5.2.2 If contractor is not enlisted with BRO or enlisted with BRO has not submitted standing security deposit, he should submitted earnest money. 5.2.3 All the pages of T-bid should have been duly signed by the bidder/authorized rep 5.2.4.ELIGIBILITY CRITERIA (A) Tenderers shall meet the following eligibility criteria. A. 1 Capabilities (this criteria is exempted for tenderer enlisted with BRO in eligible class &above for works with estimated cost up to Rs.25 cr ores as given in NIT )

(a)Working Capital :- The tenderer should have working capital and /or credit facilities more than 10%of the estimated cost of work as given in NIT. (b)Immovable Property :- The tenderer should possess immovable property of residual market value (i.e. free from loan /mortgage) more than 10% of the estimated cost of work as given in NIT. (c)Engineering Establishment for execution contract on ly : Firm should have employed following Engineers on regular establishment for execution contracts only (For supply of materials, hiring of eqpt/plants/veh and handling & conveyance contracts this condition does not apply) :- Estimated cost of work Nos. of Engineers

Up to Rs. 01 Crore One Engineer (Graduate or Diploma) Between Rs. 01 Crores to 03 crores

Two Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 03 Crores to 06 crores

Three Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 06 Crores to 12 crores

Four Engineers (Graduate with minimum 2 years experience and /or diploma with 4 year experience)

Between Rs. 12 Crores to 18 crores

Five Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Between Rs. 18 Crores to 25 crores

Six Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Signature of contractor For Accepting Officer

Page 4: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 04 Tender No. CE (P) SPK/10/2015-16

Between Rs. 25 Crores to 50 crores

Seven Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

Between Rs. 50 Crores to 100 crores

Eight Engineers (Graduate with minimum 3 years experience and /or diploma with 6 year experience)

A. 2 Experience :-

Tenderer should have successfully completed or substantially completed three similar

work costing not less than the amount equal to 40% of estimated cost of work or two similar works costing not less than the amount equal to 50% of estimated cost of work or one similar work costing not less than the amount equal to 80% of estimated cost of work in “last seven & current” financial years. These similar works should have been successfully completed or substantially completed ** at altitude 1000 m & above, if work is required to be executed at altitude 2100 m & above. Similar Work: Handling and conveyance of stores/Work under which handling and conveyance of store has been managed. Note : FOR MSME: If the firm registered with MSME of State/ National level, They will eligible for their bid against experience of similar works for execution contract uptoRs 12 Crore and supply contract upto 3 crore. The following documents must be submitting along with the bid:- (i) Registration certificate at state/ National level. (ii) Certificate regarding capability of firm issued by concerned Dir of Industries. (iii) Certificate issued by Dir of Industries regarding assessment of financial capability calculated according to the rates of state PWD for the concerned works. No relaxation will be given to MSME tenderer except experience criteria for works covered under MSME enlistment and other criteria wi ll remain the same.

The work may have been preferably executed for Govt Organizations. In case the

work has been executed as JV or Sub Contractor, then the appropriate Govt. authority for sub letting the work and performance of client should be made mandatory for consideration. A. 3. Available Bid Capacity (ABC) as per formula given here-in-after should be more than estimated cost of work given in NIT. A.4 Vehicles, Equipments and Plants (VEP):-

Tenderer should own or have assured access (through hire/lease/ purchase

agreement/other commercial means) to the requisite Equipment, Plants and Vehicles in good working condition as given here under:-(to be indicated by Accepting officer)*** :

(a) Dumper/Truck- 6 Nos *** For hiring contracts: Requisite number of equip ments/ Plants/Vehicles required for hiring. For other work: essential major Equipments, Plants and Vehicles required for execution of work .

Signature of contractor For Accepting Officer

Page 5: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 05 Tender No. CE (P) SPK/10/2015-16 A. 5 Performance and other requirements : -

(a) There should not be poor /slow progress in running works due to defaults of the tenderer. (b) There should not be serious defects observed in works which stand unrectified by the tenderer. (c) There should not be any Cancelled/abandoned contracts in which Govt unrealized recoveries exist. (d) Tenderer should have not been blacklisted by any Govt. Dept. (e) There should not be any Govt dues outstanding against the Tenderer. (f) Tenderer should not be habitual i.e more than 3 unsuccessful arbitration/court cases during last 5 year in which his views/ claims substantially rejected.

Note for (A):- (i) Eligible class shall be class E for works with estimated cost up to Rs. 0.15 crore (as per NIT), class D for works with estimated cost between Rs. 0.15 crore to Rs. 0.30 crore (as per NIT), class C for works with estimated cost between Rs. 0.30 crore to Rs. 0.60 crore (as per NIT), class B for works with estimated cost between Rs, 0.60 crore to Rs.1.50 crore (as per NIT), class A for works with estimated cost between Rs.1.50 crore to Rs. 3.00 crore (as per NIT), class S for works with estimated cost between Rs.3.00 crore to Rs.12.00 crore (as per NIT) and class SS for works with estimated cost between Rs.12.00 crore to Rs. 25.00 crore (as per NIT). If contract is to be accepted in parts, eligible class shall be as per estimated cost of part(s) in which tenderer has participated.

(ii) For hiring of veh/eqpt/plants and supply of materia ls, execution of main works for which hiring/supply is required, shall also be treated as similar works . If contract is to be accepted in parts, tenderer shall meet the eligibility criteria as per estimated cost of part(s) in which tenderer has participated. (iii) The work have been executed by the tenderer as prime contractor or as a member of joint venture or sub contractor. In case project has been executed by a joint venture, weightage towards experience of the project would be given to each member in proportion to their participation in the joint venture. (iv) Substantially completed works means those works which are 90% completed on the date of submission (i.e. gross value of work done up to the last date of submission is 90% or more of the original contract price) and continuing satisfactorily. (v) Completion cost of works shall be brought to common base date of receipt of tender as per following formula. Completion cost X (1 + (Period in days from date of completion to date of receipt of tender/365 days ) X 0.1)). (vi) Available Bid Capacity (ABC) will be calculated as under :- Available Bid Capacity =2.5 X A X N –B A – Maximum value of all civil Engg works in any one year during the last 5 financial years (updated to the current price level with enhancement factors as given below) Signature of contractor For Accepting Officer

Page 6: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 06 Tender No. CE (P) SPK/10/2015-16

Year Multiplying factor Last first year 1.10 Last second year 1.20 Last third year 1.30 Last fourth year 1.40 Last fifth year 1.50

N – Number of years prescribed for completion of work for which the current bid is invited. B – Value of the balance ongoing works to be executed in period N. (vii) The tenderers shall indicate actual figures of completion cost of work and value of a without any enhancement as stated above. (viii) To determine the altitude of work, average of maximum and minimum altitudes of the work site shall be considered. (ix) No extension of time shall be given on account of delays in arranging/deploying and break down of requisite Equipments, Plants and Vehicles and also due to delays in obtaining clearance for installation of crushers, hot mix plant etc if work is awarded to tenderer. (x) Immovable property shall be exclusively in the name of contractor/company and not in the name of family members/relatives/others. In case of Limited Companies, these should also be reflected in Balance Sheet. (xi) Relaxation may be given in any one criteria (except in criteria’s of Experienceand performance & other requirements) up to 25% extent i.e. ABC may be permitted up to 75% of estimated cost of work/VEP may bepermitted up to 75% of total nos. of requisiteVEP/Working capital nay be permitted up to 75% of requirements/Immovable property may be permitted up to 75% of requirement/Engineering establishment may be permitted up to 75% of requirement. No relaxation shall be permitted in criteria’s of Experience and performance & other requirements. (xii) The tenderer may be afforded on clarify or modify his qualification documents, if necessary, with respect to any rectifiable defect. The tenderer will respond in not more than 15 days of issue of the clarification letter, failing to which his tender is liable to be rejected. (B) JOINT VENTURE (JV):- Joint ventures are permitted for Bridge works with estimated cost more than Rs. 10 crores and for other works with estimated cost more than Rs.25 crores. Number of partners in joint ventures shall not be more than three. Evaluation shall be done as under :- Criteria

Method of evaluation

Experience All partners of JV must satisfy collectively. Available bid capacity Immovable property

Each partners of JV should meet the criteria in proportion of shares of partners in JV. For example, if any partner has 40%share in JV, he should have available bid capacity more than 40% of estimated cost of work and minimum immovable property equal to 40% of 10% i.e.4% of estimated cost of work.

Signature of contractor For Accepting Officer

Page 7: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 07 Tender No. CE (P) SPK/10/2015-16 Vehicles, Equipments and Plants Working capital Engineering Establishment for execution contracts

All partners of JV must satisfy collectively.

Performance and other requirements All partners of JV must satisfy individually Bid shall be signed so as to legally bind all partners of JV, jointly and severally, and shall be submitted with a copy of the joint venture agreement providing the ‘joint and several’ liability with respect to the contract. Relaxation as per note (A)(xi) as stated above shall not be permissible in case of JV. Qualification of a joint venture does not necessarily qualify any of its partners individually or as a partner in any other joint venture. In case of dissolution of a joint venture, each one of the constituent firms may qualify if they meet all the qualification requirements, subject to the written approval of the accepting officer. Payment shall be made either in the name of JV or in the name of lead partner only. (C) Disqualification :-

Even though the tenderer meet the above criteria, they are liable to be disqualified if they have made misleading or false information in bidding documents submitted. (D) Documents to be submitted by the tenderers to prove eligibility :- (i) List of works completed/substantially completed in the last seven and current financial years and ongoing works in the following format :-

(a) Name of work &CA No. (b) Brief scope of work (c) Name and address of employer/clients (d) Accepted contract amount (e) Date of commencement of work (f)Original date of completion (g) Extended date of completion (h) Actual date of completion/Present progress (j) Cost of completed work (k) Remarks explaining reasons of delay if any

Note:-Works proving eligibility criteria of experience shall be highlighted and performance certificate from client in respect of these work shall be submitted. (ii) Available Bid Capacity :-

FOR-A :- Balance Sheets /certificates from chartered Accountant indicating annual turnover of civil Engg works constructed in last 5 year. FOR-B :- Contractor shall submit details of ongoing works as per format stated here-in-before.

Tenderer shall calculate ABC and submit details duly signed.

(iii) Equipments, Plants and Vehicles :-

(a) Tenderer shall indicate source of requisite Equipments, Plants and Vehicles in good working condition required for execution of work in

following format :- Signature of contractor For Accepting Officer

Page 8: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 08 Tender No. CE (P) SPK/10/2015-16

(i) Item (ii) Year of manufacture (iii) Source from where to be arranged (owned/leased etc) (iv) Location presently deployed (v) Based on known commitments, whether will be available for use in the

proposed contract

(b) Copy of documentary support of ownership/assured to the satisfaction of the Accepting officer.

(iv) Performance and other requirements :- Tenderer shall submit undertaking that

a) There is no poor/slow progress in running work. (If yes he will submit details and reasons of delay to check that these are not attributable to him or are beyond his control). b) There are no serious defect observed in works which stand uncertified(If yes he will submit details and reasons) c) There are no cancelled/abandoned contracts in which Govtunrealized recoveries exist (If yes he will submit details and reasons) d) He/They have not been blacklisted by any GovtDeptt (If yes he will submit details and reasons) e) There are no any Govt dues outstanding against the firm (If yes he will submit details and reasons) f) Proprietor/partners/directors of firm are not involved in antinational/social activities and have neither been convicted nor any proceeding are pending in court for such activities (If yes he submit details)

(v) Tenderer shall submit information of all arbitration/court cases decided during last five & current financial years and also presently in progress as per following format :-

(a) Name and address of employer (b) Cause of dispute (c) Amounts involved (d) Brief of court judgement/arbitration award (if published) otherwise present progress

(vi) Working capital:-

Copy of latest balance sheet/ income tax return for working capital and/or Banker’s

certificate for credit facilities. If necessary deptt will make inquiries with the tenderer’s Banker. (vii) Immovable property :-

Tenderer shall submit affidavit for immovable property incorporating following

certificates in affidavit along- with valuation report from Registered (with any Govt body) valuer and registration certificate with any Govt body of regdvaluer :-

Signature of contractor For Accepting Officer

Page 9: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 09 Tender No. CE (P) SPK/10/2015-16

(a) That the immovable property is free from mortages, hypothecation or any other disputes and encumbrances and clearly belongs to the contractor.

Or That the immovable is free from any disputes and encumbrances and clearly

belongs to the contractor. The immovable property has been mortgaged /hypothecated for Rs…………………….. market value of immovable property as per valuation report given by Registered valuer is Rs……………………. Therefore Residual market value of property i.e. Rs……….. (market value minus mortgaged value) is free from any mortgage/hypothecation. (b) That the said immovable property has not been shown fo seeking enlistment of a sister concern in BRO.

(c) That the said immovable property will not be sold, transferred, gifted

or otherwise disposed off till satisfactory completion of the work.

(viii) Engineering Establishment for execution contract only :- Tenderer shall submit list of Engineers on his permanent establishment with

qualification & experience along with affidavits from requisite numbers of Engineers regarding employment with firm and copies of Degree/Diploma certificates and experience certificate.

(ix) Construction of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies ) (x) Copies of passport of proprietor /partners/directors (if available). If not submitted and Accepting officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (xi) Copies of PAN card of proprietor/partners/directors. (xii) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment. Notes for (D):- (i) Documents as listed at Sl (vi) to (vii) above are exempted for tenderers enlisted with BRO in eligible class &above for works with es timated cost up to Rs. 25 crores as given in NIT. (ii) Documents as listed at Sl (ix) to (xii) above are exempted for tenderers enlisted with BRO in any class . (iii) Affidavits shall be submitted on Non- judicial stamp papers of appropriate values duly attested by the Magistrate/Notary Public. (iv) Photocopies of documents shall be attested by Gazetted officer/public notary and also self attested. Signature of contractor For Accepting Officer

Page 10: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 10 Tender No. CE (P) SPK/10/2015-16 5.3 The bidder should meet all the technical evaluation criteria indicated in the bid documents in order that the bid is considered to be technically responsive and the bidder qualifying to have its commercial Bid opened . 6. Part-II (Priced/commercial’- ‘Q’ Bid) 6.1 Part-II/(Price/commercial Bid’ –‘Q’ Bid) shall comprise of the following :- (i) Schedule –‘A’ Notes. (ii) Schedule ‘A’ (to be quoted by Bidder) (iii) Schedule ‘B’, ‘C’ & ‘D’.

(iv) Tender Page 6.2 Q bid evaluation Commercial bids will be reviewed to ensure that the figures indicated therein are consistent will the details of the corresponding technical bids- Arithmetical corrections shall be made as per General Condition of Contracts of IAFW -1815 z. Commercial Bids of “Technically Responsive� Bidders shall be evaluated on the following:-

(i) Commercial Bids shall only be furnished in Schedule “A� forming part of the Tender documents. (ii) All payment Terms as forming part of Clause of General Condition of Contract have been accepted. (iii) Completion Period as indicated in Schedule “A� have been accepted. (iv) All General Conditions of Contract have been accepted. (v) All Special Conditions of Contract have been accepted.

6.3 Determination of L : L1 shall be arrived at by taking into account the rates quoted in Sch �A� which shall be inclusive of all taxes and duties leviable. 6.4 “Conditional bids � shall be treated as being “Non Responsive � – NO “Conditional � bids shall be accepted. 6.5 Negotiations, if any, shall be carried out ONLY with the Lowest evaluated responsive bidder in accordance with CVC guidelines on the subject. 7. BLANK 8.(a) Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tenderer/Contractor are advised to follow the instr uctions provided in the ‘Instructions to the Contractors/Tenderer for the e -submission of the bids online through the Central Public Procurement Portal for e -Procurement at https://eprocure.gov.in/eprocure/app ’. Signature of contractor For Accepting Officer

Page 11: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2014-15 Srl Page No. 11 Tender No. CE (P) SPK/10/2015-16 8.(b) The hard copy of original instruments in resp ect of cost of tender document, earnest money, original copy of affidavit and credit facility certificate must be delivered to the Chief engineer Project Sampark, C/o 56 APO, PIN 931 712 on or before bid opening date/time as mentioned in critical date sheet in co mpact binded form. 9. Tender shall be opened as per date/time as mentioned in the tender critical date sheet indicated in Para I herein before in the presence of tenderers or their authorized representative whoever wish to be present. Part-I only shall be opened first on this day. Part-II (Price bid) shall not be opened Part-I (Un priced bid) will be opened and evaluated as per BRO technical evaluation criteria given in the tender documents. Qualified tenderer will accordingly be informed along with date & time of opening of their price bid(however date of opening of priced bid shall not be earlier than 7 days from date of opening of of Part-I). Unqualified tenderer will also be informed through e-mail. Part-II shall be opened on the appointed date/time in the presence of such tenderer who choose to be present and the amounts quoted by the tenderers shall be read out by the opening officer(s) to the tenderers. However they can view online tender opening process at their premises. 10. The Chief Engineer Project Sampark will be Accepting Officer here-in-after referred to as such for the purpose of this contract. 11. Tenderers are requested to quote rates in figure on ly in the provided column in schedule ‘A’ given in Excel sheet. 12. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they submit their comments/suggestion well before last date of submission of tender for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If deptt considers comments/suggestion suitable, corrigendum/amendments to tender documents shall be issued and also uploaded on BRO website. If deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents shall not be issued/uploaded on BRO website/Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app. and tenderers shall quote strictly complying with the various provisions given in the tender documents. Any tender which stipulates any alterations to any of t he conditions/provisions laid down in tender documents (including corrigendum/amendmen ts) or which proposes any other conditions of any description whatsoever is l iable to be rejected. 13. The tenderers are advised to visit the work site to acquaint themselves of working and site conditions, before submitting their tender. The submission of tender by a person implies that he has read this tender forwarding letter, the conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and other factors, site conditions, taxes & levies prevailing etc which may affect the quotation and execution of the work. 14. Tenderer must be very careful to deliver a bonafide tender, failing which the tenders are liable to be rejected. Tenderers are therefore, advised to ensure that their tender must satisfy each and every condition laid down in the tender documents. 15. Tenderers must ensure that their tender is unambiguous and is completed in all respects. Their particular attention is drawn to the following requirements, which must be complied with :- Signature of contractor For Accepting Officer

Page 12: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 12 Tender No. CE (P) SPK/10/2015-16

a) Tender documents are to signed, dated and witnessed as provided for the purpose.

b) BLANK

c) BLANK

d) In case they are submitting a BLANK TENDER word “BLANK ” must be prominently endorsed on the envelope and in Sch ‘A’ inside the tender documents and general summary signed by the tender.

e) If a tender is submitted on behalf of a firm, it may be signed either by all

partners or a person holding a valid power of attorney from all the partners constituting the firm. The person signing the tender on behalf of another or on behalf of a firm shall attach with tender a proper power of attorney duly executed in his favour by such other person or by all the partners stating specifically that he has authority to bind such other persons(s) or the firm as the case may be in all matters pertaining to the contract including the arbitration clause. The power of attorney shall be executed as indicated below :- (i) In case of proprietorship concern if tender is signed by other than proprietor, person signing tender documents should hold power of attorney from proprietor. (ii) In case of partnership concern, power of attorney shall be executed by all partners. (iii) In case of company, power of attorney shall be executed in accordance with the constitution of company. (f) The under taking is to be signed and attached by tenderer as per format given at appendix “C”.

16. Tenderer who has downloaded the tender from the BRO website www.bro.gov.in and Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app,https://eprocure.gov.in/epublish/app shall not temper/modify the tender form in any manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and tenderer is liable to be banned from doing business with BRO. 17. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as amended up to date particularly Section 5 thereof. 18. Earnest Money

a) Earnest money is not required to be attached with tender by the enlisted contractor with BRO (term “enlisted contractor” used in tender document means “enlisted contractor with BRO”) who have submitted standing security but same is required from un enlisted contractor/enlisted contractors with BRO, who have not submitted standing security deposit.

b) Un-enlisted contractors with BRO/enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with earnest money amounting to Rs. 1,42,000 (Rupees one lac fourty twothousand only ) in

Signature of contractor For Accepting Officer

Page 13: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 13 Tender No. CE (P) SPK/10/2015-16

the form of Deposit at Call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief Engineer (P) Sampark, C/O 56 APO by scheduled Bank. Tenders not accompanied with earnest money shall not consider for acceptance. The amount of this receipt should be basic amount and not their maturity value. Any deposit lying with the department in any form against any tender and/or contract shall not be considered for adjustment as the earnest money against this tender. Any tender not accompanied with the earnest money in the form as indicated here-in-before or accompanied with any letter / communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender.

c) Earnest money shall be returned to unsuccessful bidders (other than L-1) after opening of price bids and to successful (L-1) bidder after receipt of security deposit.

19. Security deposit

a) In case of a enlisted contractor, who has submitted the standing security deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge additional security deposit (difference of security deposit of work and standing security deposit) as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment.

b) In case of un-enlisted contractor who has not deposited the standing deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge security deposit as notified by the Accepting officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment but in no case the same shall be more than Rs 1875000.00 (Rupees eighteen lac seventy five thousand only ).

c) The contractor may at his discretion furnish in lieu of Additional Security Deposit or Security Deposit a Bank Guarantee Bond executed by any nationalized/Schedule Bank for the said amount. The form of Bank Guarantee Bond may be seen in any office of BRO.

20. SPECIAL SECURITY DEPOSIT (a) The contractor shall require to submit Special Security Deposit in addition to Security Deposit. The amount of this special security deposit shall be 5% of the contract sum subject to a minimum of Rs 3,00,000.00 (Rupees three lac only) but not exceeding Rs 18,75,000.00 (Rupees eighteen lac seventy five thou sand only )

The special security deposit shall be lodged in the form of Bank Guarantee Bond (s) only executed by any schedule bank for the said amount in favour of Chief Engineer (P) Sampark, C/O 56 APO immediately after acceptance of the tender with validity of one year but not later than 30 days otherwise same shall be recovered from the contractor’s RAR/Bill. Signature of contractor For Accepting Officer

Page 14: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 14 Tender No. CE (P) SPK/10/2015-16 21. The Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a price/purchase preference over other tender(s), which may be lower, as are admissible under the Govt Policy No claim for any compensation or otherwise shall be admissible from those, whose tenders may be rejected on account of the said Policy. 22. BLANK 23. The tender shall remain open for acceptance for a period of sixty days (60 days) from the date of opening of Q-Bid of the tender (excluding the date of opening). 24. BLANK 25. On acceptance of tender, the name of authorized representative (s) of the contractor who would be responsible for taking instructions from Enineer-in-charge or its authorized representative shall be intimated by the contractor within 7 days of Accepting letters. 26 Revision/Modification of quoted price

(a) The tenderer shall quote his rates in figures only in the provided column in schedule A given in Excel sheet only. In case the tenderer has to revise/ modify the rates quoted in the schedule �A� before tender submission end date as mentioned in critical data sheet, resubmission bid shall be allowed.

(b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is submitted, he may do so on his on line before the latest date & time fixed for submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be taken into account, while considering in his originally quoted offer.

(c) The tenderers shall not be permitted /modify /withdraw price bid unopened after closure of the time fixed for receipt of tender.

27. Revocation of offer :- In the event of lowest tenderer revokes his offer or revise his rates upward (which will be treated as revocation of offer), after opening of tenders and before expiry of original validity period stipulated in tender documents, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from any payment due to such Contractor or shall be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and his related firms shall not be issued the tender in second or subsequent calls of subject work.

Yours faithfully SW

Signature of contractor For Accepting Officer Dated……… Enclosures : Tender documents

Page 15: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 15 Tender No. CE(P) SPK/10/2015-16

TENDER/CONDITION ACCEPTANCE LETTER

(To be given on company Letter Head)

Date: To,

The Chief Engineer HQ CE (P) Sampark C/o 56 APO

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No : CE (P) SPK/10/2015-16

NAME OF WORK: HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PAT HANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE Dear Sir, 1. I / We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the website(s) namely: __________________________________________________________________________________________________________________________________________ As per your advertisement, given in the above mentioned website(s). 2. I / We hereby certify that I / We have read entire terms and conditions of the tender documents from page No_____ to _____(including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement and I / We shall abide hereby the terms / conditions/ clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter. 4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality/entirety. 5. In case any provision of this tender are found violated, your department / organization shall be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely and we shall not have any claim/right against dept in satisfaction of this condition.

Yours Faithfully, (Signature of the Bidder, with official seal)

Page 16: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 16 Tender No. CE (P) SPK/10/2015-16

NOTICE INVITING TENDERS

(NATIONAL COMPETTIVE BIDDING) BORDER ROAD ORGANISATIONS

CHIEF ENGINEER PROJECT SAMPARK 1. Online bids are invited on single stage two bid system for “HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITA RY SIDING OF CHAKKI BANK RLY STATION/PATHANKOT RLY STATION TO ST ORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE ”

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is

“HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PATHANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE” 2. Tender documents may be downloaded from BRO website www.bro.gov.in (for reference only) and CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET Published date 17 Jun 2015 (02.00 PM) Onwards

Bid document download/Sale start date 18 Jun 2015 (10.00 AM)

Clarification start date 19 Jun 2015 (10.00 AM)

Clarification end date 20 Jun 2015 (02.00 PM)

Pre bid meeting 22 Jun 2015 (11.00 AM)

Bid submission start date 23 Jun 2015 (10.00 AM)

Bid document download/ Sale end date 16 Jul 2015 (10.00 AM)

Bid submission end date 16 Jul 2015 (12.00 PM)

Bid opening date 16 Jul 2015 (12.30 PM) Onwards

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tender/Contractor are advised to follow the instruction provided in the “Instruction to the contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal at https://eprocure.gov.in/eprocure/app”. 4. The work is estimated to cost Rs. 108.00 lac (Rupees one hundred eight lacs only) approximately or as subsequently amended in tender documents or uploaded in BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. This estimate, however is not a guarantee and is merely given as a rough guide only and if the work cost more or less, tenderer shall have no claim on that account of what so ever nature.

5. The tender shall be based on drawing, specifications, General Conditions ofcontracts IAFW-2320 (Revised-1964) where tenderers are required to quote a percentage above/below the rates given in schedule-‘A’(description of work to be executed). Signature of Contractor For Accepting Officer

Page 17: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 17 Tender No. CE (P) SPK/10/2015-16

6. Not more than one tender shall be submitted by one contractor or contractors having business relationship. Under no circumstances will a father or his Son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable to rejection.

7. The work is to be completed within 12 Months or as subsequently amended in tender documents or uploaded in BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter. 8. The Chief Engineer Project Sampark, C/O 56 APO will be accepting Officer here in after referred to as such for the purpose of this contract. 9. Intending tenderer are advised to visit BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app three days prior to last date of submission of tender for any corrigendum/addendum/amendment. 10. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached with tender documents for Rs.1,83,000 (Rupees one lac eighty three thousand only ) in the shape of call deposit receipt in favour of Chief Engineer Project Sampark C/O 56 APO obtained from any Nationalized/schedule bank and having maturity/validity period 30 days more than validity period of his offer. Un enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting officer if their offer is accepted. 11. Copies of drawings and other documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representative) and sample of materials and stores to be supplied by the contractor will be opened for inspection at the following locations :-

Chief Engineer (P) SamparkC/o 56 APO 12. The tenderer are advised to visit the work site by making prior appointment with Chief Engineer/Commander 13 Task Force C/o 56 APO. 13. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not. 14. Any qualification documents/tender which stipulates any alteration to any of the conditions laid down or which proposes any other conditions of any description whatsoever, is liable to be rejected. 15. Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking giving a Price preference over other tender (s) which may be lower, as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderer(s) whose tenders may be rejected on account of the said policy.

Signature of Contractor For Accepting Officer

Page 18: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 18 Tender No. CE (P) SPK/10/2015-16 16. The submission of the tender by a tenderer implies that he had read this notice and conditions of contract and has made himself fully aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors bearing on the execution of the work.

17. Applicant contractor must send/attach a demand draft for Rs1000.00 (Rupees one thousand only) in favour of Accepting Officer i.eCE (P) Sampark C/o 56 APO and payable at Jammu obtained from any Nationalized / scheduled Bank valid for Six months withtheir application/downloaded tenders as the cost of tender forms/documents. The all applicable Bank charges shall be borne by the applicant and he shall not have any claim what so ever on this account of Govt. In case of re-tendering, the firm which has submitted the DD in earlier calls will require to submit DD along with their tender /application in subsequent call also. Tender not accompanied with the cost of tender docu ment is liable to be rejected. However, public sector under taking/Govt undertaking firms are exempted from the payment towards cost of tender documents.

18. The hard copy of original instruments in respect of cost of Tender document, Earnest money, original copy of affidavits and cred it facility certificate must be delivered to the Chief Engineer Project Sampark, C/O 56 APO on or before bid opening date/ time as mentioned in critical date sheet. Tenderer shall likely to be liable for legal actio n for non- submission of original payment instrument like Demand Draft etc, against the submitted bid. The Demand Draft attached/submitted for tender fee shall be non refundable.

19. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for not doing so.

20. For any further particulars, you may refer BRO web site http://www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. 21. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated In the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls.

22. Important- Above particulars may change due to Adm or any other reasons and shall be available on BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app Therefore, bidders/contractors are requested to visit BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app frequently and at least once again 3 days prior to be bid submission date as per critical date sheet, for any changes in above particulars. Signature of Contractor For Accepting Officer

Page 19: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 19 Tender No. CE (P) SPK/10/2015-16 23. This notice of tender shall form part of the contract.

(Signature of Contractor) S/d-xxx

Dated : 2015 SW For Chief Engineer 03 Jun 2015

80264/HC Chakki Bank/06/ E8 Headquarters Chief Engineer Project Sampark C/o 56 APO DISTRIBUTION FOR INFORMATION AND WIDE PUBLICITY 1. HQ DGBR/E8 Section

SeemaSadakBhawan,Ring Road Delhi Cantt, New Delhi-110010.

For info wrt their letter No 6035/P/ DGBR/02/Vig dated 23 Mar 2004.

2.

HQ CE (P)......................... C/O 56 APO, 99 APO .......BRTF (GREF), C/O 56 APO

For info please alongwith a copy of NIT

3. All India Tenders Information Bureau, Post Box No. 25 (Post Office) Shastri Nagar ,Jaipur (Rajasthan)

For wide publicity at their end please.

4. Executive Engineer CPWD, Jammu -do- 5. Executive Engineer PWD, (R&B)

Construction Division LokNirmanBhawan, Rail Head Complex, Jammu.

-do-

6. Garrison Engineer MES, Kaluchak (Jammu)

-do-

7. Supdt. Engineer Construction Division Railway, Jammu

-do-

8. Municipality, Jammu -do-

9. Cantonment Board, Jammu -do- 10. MES Builders association of India,

807, Sahyog, 58 Nehru Place, New Delhi -do-

11. Head Office, Builder Association of India, G-1/G-20 Commerce Centre, 7th floor, Dodajee road,Tardeo,Mumbai-400034

12. Internal / EDP Cell : Please paste the NIT on BRO Web site by mentioning last date as 16 Jul 2015

Signature of Contractor For Accepting Officer

Page 20: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 20 Tender No. CE (P) SPK/10/2015-16

Instructions for online Bid Submission

Instructions to the Bidders to submit the bids onli ne thro’ the Central Public Procurement Portal for e- Procurement at https://eprocure.gov.in//eprocure/app 1. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the contractors/ bidders on the e-procurement / e-tender portal is a prerequisite for e- tendering. 2. Bidders should do the enrollment in the e- procurement site using the “Click here to enroll” option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/ true information including valid e-mail_id. All the correspondence shall be made directly with the contractors/bidders through e-mail_id provided. 3. Bidder need to login to the site thro’ their user ID/password chosen during enrollment/registration. 4. Then the Digital Signature Certificate (Class II or Class III certificates with signing key usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on E Token/Smart card, should be registered. 5. The DSC that is registered only should be used by the bidder and should ensure safety of the same. 6. Contractor/Bidder may go through the tenders published on the site and download the required tender documents/Schedules for the tenders he/she is interested. 7. After downloading/ getting the tender document/Schedules, the bidder should go thro’ them carefully and then submit the documents as asked, otherwise bid will be rejected. 8. If there are no clarifications, this may be obtained online thro’ the tender site, of thro’ the contact details. Bidder should take in to account the corrigendum published before submitting the bids online. 9. Bidder then logs in to the site through the secured log in by giving the user id/password chosen during enrollment/registration and then by giving the password of the e Token/Smart card to access DSC. 10. Bidder select the tender which he/she is interested in by using the search option & then moves it to the ‘my tender folder’. 11. From my tender folder, he/she selects the tender to view all the details indicated. 12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked, otherwise the bid will be rejected. 13. Bidder, in advance should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the Signature of Contractor For Accepting Officer

Page 21: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 21 Tender No. CE (P) SPK/10/2015-16 requested formats. Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast. 14. If there are any clarifications, this may be obtained through the site, on during the pre-bid meeting if any. Bidder should take in to account the corrigendum published from time to time before submitting the online bids. 15. The Bidders can update well in advance, the documents such as certificates, annual report details etc, under my Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will be facilitate the bid submission process faster by reducing upload time of bids. 16. Bidder should submit the tender Fee/EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instruments should be uploaded as part of the offer. 17. While submitting the bids online, the bidders read the terms & conditions and accepts the same to proceeds further to submit the bid packets. 18. The bidder has to select the payment option as offline to pay the tender Fee/EMD as applicable and enter details of the instruments. 19. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable. 20. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and page of the bid document including General condition of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements. 21. The bidder has upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. 22. If the priced bid format is provided in a spread sheet file like BOQ _xxxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The priced bid /BOQ template must not be modified/replaced by other bidder, else the bid submitted is liable to be rejected for this tender. 23. The bidder are requested to submit the bids through online e- tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay of the difficulties faced during the submission of bids online by the bidders at the eleventh hour. Signature of Contractor For Accepting Officer

Page 22: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No 22 Tender No. CE (P) SPK/10/2015-16 24. After the bid submission (ie after clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

25. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e- tender system. The bidder should follow this time during bid submission. 26. All the date being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. 27. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender document becomes readable only after the tender opening by the authorized bid openers. 28. The confidentiality of the bid is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done. 29. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser. 30. For any queries regarding e-tendering process, the bidders are requested to contact as provided in the tender document. Parallely for any further queries, the bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to –[email protected].

*******

Signature of Contractor For Accepting Officer

Page 23: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 23 Tender No. CE (P) SPK/10/2015-16

BORDER ROADS ORGANISATION MINISTRY OF DEFENCE, GOVT. OF INDIA CHIEF ENGINEER PROJECT SAMPARK

CORRIGENDUM/AMENDMENT TO NOTICE INVITING TENDERS

NAME OF WORK: HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PAT HANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE 1. Please refer NIT for the above subject work uploaded on BRO website vide this HQ letter No 80264/HC Chakki Bank/06/E8 dated 03 Jun 2015.

2. The following amendment to NIT may be carried out as under:-

S/No Refer For Read Remark

1 Para 4 Rs108.00 Lac (Rupees one hundred eight lac only)

Rs78.00 (Rupees seventy eight lac only)

2 Para 10 Rs1,83,000 (Rupees one lac eighty three thousand only)

Rs1,42,000 (Rupees onelac fourty two thousand only)

3. All other content of NIT shall remain unchanged.

80264/HC Chakki Bank/ /E8

(Signature of Contractor) SW For Chief Engineer Dated: 2015 Jun 2015

Page 24: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 24 to 42 Tender No. CE(P) SPK/10/2015-16

GENERAL CONDITIONS OF CONTRACT IAFW – 2320 – 1964 PRINT

1. A copy of the General Conditions of Contract (IAFW – 2320 – 1964 PRINT) including erratas and amendments thereto has been supplied to me/us and/or is in my/our possession. I/we have read and understood the provisions contained in the aforesaid General Conditions of Contract before submission of this tender and I/we agree that I/we shall abide by the terms and conditions thereof, as modified, if any, elsewhere in these tender documents. 2. I/We have read and understood the provisions contained in the aforesaid General conditions of contracts before submission to this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified if any elsewhere in these tender documents. 3. It is hereby further agreed and declared by me/us, the General Conditions of Contract including condition 36 thereto pertaining to settlement of dispute by arbitration, containing 19 pages (Serial page No. 22 to 40 with erratas and amendments thereto form the part of these tender documents. 4. Wherever the phrases Commander works Engineer (CWE) and Garrison Engineer (GE) have been used in the General Conditions of contract IAFW-2320,the same are considered as Task Force Commander (TFC) and OC Contract respectively as applicable to the Border Roads Organization. Signature of Contractor

SW Dated 2015 For Accepting Officer Note: Copy of General conditions of contracts IAFW- 2320of 1964 printcan be referred in any office of BRO.

Page 25: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 43 Tender No. CE(P) SPK/10/2015-16

SPECIAL CONDITIONS GENERAL 1. The following special conditions shall be read in conjunction with IAFW – 2320 (1964 Print). Any provisions in special conditions if at variance with provisions in the above mentioned documents, special conditions shall be deemed to take precedence there over. SCOPE OF WORK

The scope of work under this contract consists of “HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PATHANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE”as indicated in the individual work orders. INSPECTION OF SITE AND DOCUMENTS 3. Tenderers are advised to visit the site by making prior appointment with OC 503 SS&TC, C/O 56 APO to acquaint themselves with the working conditions, accessibility to site condition of road etc. A tenderer shall be deemed to have full knowledge of all relevant documents, working conditions, accessibility to side, delivery points and other factors which are likely to affect the execution of work irrespective of whether he has inspected or not and the rates quoted by the tenderer shall be deemed to include for the above factors. MINIMUM FAIR WAGES – PAYMENT TO CP LABOURS 4. The contractor shall have no claim, whatsoever, if on account of any local regulations or otherwise, he is required to pay wages in excess of minimum fair wages under condition 29 of the conditions of contract. SECURITY AND PASSES 5. (i) Admission to site: The Contractor shall take all reasonable steps to ensure

that no undesirable person shall be admitted to site of work. The Engineer – in – Charge shall have power to exclude from the work site any person whose admission thereof in his opinion is considered undesirable for any reason whatsoever.

(ii) Passes : The Engineer – in –Charge shall at his discretion have the right to issue passes to control the admission to contractor, his agents, servants and working people to the site of work or in part thereof. The contractor shall on demand by the Engineer – in – Charge submit a list of personnel etc concerned and shall satisfy the Engineer – in – Charge as to the bonafide of such people. Passes shall be returned at any time on demand by the Engineer – in - Charge and in any case on completion of work. The contractor and the working people shall observe all the rules promulgated by the authority controlling the area, such as smoking, lighting, fire precautions, search of person on entry and exit, keeping to specified routes, restricted hours of work etc. Nothing extra shall be admissible for any men/veh hours lost on this account.

Signature of contractor For Accepting Officer

Page 26: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 44 Tender No. CE(P) SPK/10/2015-16

(iii) The contractor’s vehicles shall ply as per the local restrictions imposed by the authorities responsible for this purpose. The Contractor’s vehicles under no circumstances shall carry any stores other than project stores mentioned in the work order/convoy note. Vehicles engages by the Contractor will be subjected to security check by the Military/Police/Deptt. Authorities whenever required and no extra payment will be admissible on this account. As far as possible, vehicles must move in convoys/groups. The plying of the vehicles shall be at contractor’s risk, when considered by the deptt, a representative of the deptt. shall travel in the contractor’s vehicle while engaged on duty.

CONTRACTOR AND THEIR AGENTS 6. The Contractor shall ensure that only Indian Nationals shall be employed as their Agents/Employees after verifying their antecedents and loyalty. The attention of the contractor is also invited to condition 11 of General Conditions of IAFW – 2320 in this regard. RECOVERY RATE 7. Ref condition 19 General Condition of Contract.

A uniform percentage at 15% will be added by the department to cover the overhead charges specified vide condition 19 of General Conditions of Contract, IAFW 2320. 8. The contract documents are confidential and must be strictly confirmed to the contractor’s own use and for purpose of carrying out of work. STACKING 9. The particular term “stacking”shall mean neat and orderly arrangement of stores on level ground to facilitate counting/measurement. The sizes and shape of stacks shall be as directed by the Engineer – in – Charge. HANDING OVER STORES TO THE CONTRACTOR 10. At the leading point the stores will be issued to the contractor on proper convoy notes indicating date and time of issue of stores, locations of loading/unloading and distance in Km through which the stores are to be transported, type of stores loaded. The convoy notes will be prepared for each veh trips and the contractor shall satisfy himself of the correctness of the particulars in the convoy notes and shall sign for the same. At the destination the departmental representative will ensure that correct stores have been received and an endorsement to this effect shall be made in the convoy note. The endorsement on the convoy note will not form the basis of payment to the contractor and the payment to the contractor will be made only on the basis of actual quantity which shall be arrived at after proper stacking by the contractor and joint measurement. The contractor shall retain two receipted copies of convoy notes. GOODS TO BE TRANSPORTED AND METHOD OF PAYMENT 11. The goods to be transported shall be cement, steel, bitumen BB Parts or any other class of goods as specified in each works order. The contractor shall not that for handling the stores the payment shall be made on the basis of actual Tonnage of stores unloaded and not on the basis of number of trips of lorries and specified in conditions of contract. Signature of contractor For Accepting Officer

Page 27: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 45 Tender No. CE(P) SPK/10/2015-16 In the case of transportation of goods (Sch ‘A’ item 10), the payment shall be on the basis of per Tonne per Kilometer. The distance through which the goods shall be transported and the weight of goods in the vehicle, shall be specified in the work order by the Engineer- in – Charge. As regards the weight of goods transported standard weight laid down in prevailing SSR shall adopted. If the weight cannot be determined as per said SSR then actual weighment shall be resorted to. The distance of various locations for which the stores are to be transported are given in the distance chart of this CA for guidance of OC Contract. Work order can also be placed for any locations in Punjab State other than what are all mentioned in the above chart, the distance of which will be worked at prorate basis. Normally the work orders will be placed for the shortest distance only. However, in case of any road block or any other reasons ordered via longer route also at the discretion of OC Contract. The decision of the Officer Commanding regarding the distance to be transported and weight of goods conveyed shall be final and binding. 12. Rate in Sch ‘A’ as modified by contractor’s percent age shall not be subjected to any adjustments whatsoever due to fluctuations in t he market rate, increase in wages etc, during the currency of contract. 13. The contractor shall ensure that rates quoted in Schedule as modified by contractor’s percentage included for all such arrangements/operations as may be involved in satisfactory execution of the work covered by each and every time of Sch ‘A’. the contractor shall not include in his quoted percentage, any charges towards Octroi/toll tax, as being Govt. stores no Octroi/toll tax is chargeable. Necessary certificate to this effect, that the goods carried are Govt. stores will be issued by OC Contract or Engineer – in – Charge for each trip of vehicle. The contractor shall arrange at his own expense the fuel, repairs of vehicles etc., for completion of the entire work. DEPLOYMENT OF CONTRACTORS VEHICLES 14. The contractor shall deploy vehicles for carrying out the work against any work order uniformly during the work order period as directed by the Engineer – in – Charge. 15. No halting charges will be payable for the period required for loading/unloading and no payment is admissible for empty/return trips. PROTECTION OF MATERIALS 16. The contractor shall be responsible for the protection against the weather and rains during loading, stacking, unloading and transportation of stores. Any material damaged or lost, while the stores are under the custody of the contractor, shall be charged at the prevailing market rates, or stock book rates of Deptt. Whichever is higher or as decided by OC Contract, whose decision shall be final and binding. 17. The tender shall remain open for acceptance for a period of 60 days from the date specified for its submission.

18. PAYMENT OF WORK

Signature of contractor For Accepting Officer

Page 28: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 46 Tender No. CE(P) SPK/10/2015-16

18.1 The payment will be released through E-payment mode, for which the contractor is required to submit the NEFT/RTGS Mandate Form (enclosed at Appx ‘B’) duly filled in the specified details. Otherwise it will be released through A/C Payee Cheque.

18.2 In case where the payment is released through cheque it will be sent by post to the contractor for which the postage charges will be deducted from the net amount due to the contractor. 19. TAXES ETC The tendered amount shall inter-alia be deemed to be inclusive of all taxes, viz Work Contract Tax, terminal taxes, toll taxes, Royalty, octroi, sale tax/VAT, Service Tax, labour welfare cess or any other taxes and the like levies payable under the respective existing States etc. No claim on account of any taxes will be payable to contractor. Signature of the Contractor SW Dated: 2015 For Accepting Officer

Page 29: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 47 Tender No. CE(P) SPK/10/2015-16

Annexure-1 to Special Condition

FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT From: Bank_______________________________ To The President of India Sir, 1. With reference to contract agreement No________________________concluded between the President of India, hereinafter referred at as “The Government” and M/S ___________________________________hereinafter referred to as the “The Contractor” for ____________________________as detailed in the above contract agreement hereinafter referred to as “the said contract” and in consideration of the Government having agreed to make an advance payment in accordance with the terms of the said contract to the said contractor, we the _______________________________bank, hereinafter call “the bank” hereby irrevocably undertake and guarantee to you that if the said contractor would fail to provide works in accordance with the terms & conditions of the said conditions of the said contract for any reason whatsoever or fail to perform the said contract in any respect or should whole or part of the said on account payments to any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum up to a maximum of Rs. ____________(Rupees__________________________only) paid as advance to the said contractor in accordance with the provisions contained in clause____________________________of the said contract. 2. We further agree that the Government shall be the sole judge as to whether the contractor has failed to provide works in accordance with the terms and conditions of the said contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to contractor has become repayable to the Government and to the extent and monetary consequences thereof by the Government. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Government stating the amount claimed. Any such demand made on the bank shall be conclusive and binding upon us as regards the amounts due and payable by us under the guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs.__________________(Rupees________________________________only) 4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period up to ____________________(03 months + due date of recovery of advance) unless the Government in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Government shall have that fullest liability without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the said contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any Signature of contractor For Accepting Officer

Page 30: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 48 Tender No. CE(P) SPK/10/2015-16 of the powers exercisable by the Government against the contractor and either to forebear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Government or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us. 7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Government in writing.

Yours faithfully

For _____________________Bank (Authorized Attorney)

Place_________________________ Date _________________________ Seal of Bank Signature of contractor For Accepting Officer

Page 31: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 49 Tender No. CE(P) SPK/10/2015-16

Appendix “B � (Ref para-18 of Special Condition of tender)

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as

per account in the Bank

(2) Beneficiary�s Account Number (As appearing on the Cheque Book)

(3) Name of Bank where a/c is held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of the Bank & Branch

(9) E-Mail ID of Contractor

Note Please attach a blank cancelled cheque for ve rification of theabove particulars.

I, hereby, declare that the particulars given above are correct andcomplete. If the transaction is delayed or not effected due to incomplete orincorrect information of the bank details, I will not hold the paymentreleasing authority responsible for it.

Dated : Signature of the contractor (Seal)

CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records. Seal of Bank Signature of the branch manager of the Bank Dated:- Signature of contractor For Accepting Officer

Page 32: CA NO CE (P) SPK/ /2015-16 Srl Page No. 01 Tender No. CE(P ... · ca no ce (p) spk/ /2015-16 srl page no. 01 tender no. ce(p) spk/10/2015-16 border roads organisation ministry of

CA NO CE (P) SPK/ /2015-16 Srl Page No. 50 Tender No. CE(P) SPK/10/2015-16

Appendix ‘C’ (Ref para-15 (f) of forwarding letter)

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby undertake that our firm M/s ___________ _________ __________ agree to abide by Terms and conditions of Tender No. CE (P) SPK/10/2015-16 for “HANDLING AND CONVEYANCE OF STORES OF ANY DESCRIPTION FROM MILITARY SIDING OF CHAKKI BANK RLY STATION/PATHANKOT RLY STATION TO STORE YARD OF DETT MSS&TC (503 SS&TC) PATHANKOT UNDER PROJECT SAMPARK IN PUNJAB STATE”from page No._______to __________ is advertised the CPPP site https://eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at any time before the expiration of that tender conditions.

______________________________________ (Signed by an Authorized Officer of the Firm)

_____________________ Title of Officer

_____________________ Name of Firm

____________ Date