37
INDEX PUBLIC WORKS DEPARTMENT………………………………………. …………….2 PRESS NOTICE…………………………………………………………………………. .3 INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER…………… 4 CPWD-6 …………………………………………………………………………………....8 C.P.W.D. 8 ………………………………………………………………………………...11 GENERAL SPECIFICATIONS ………………………………………………………...18 ADDITIONAL CONDITIONS…………………………………………………………. 19 SPECIAL CONDITIONS OF CONTRACT…………………………………………... 22 SPECIFICATIONS OF PUSH BACK CHAIRS……………………………………… 24 SCHEDULE OF QUANTITY………………………………………………………….. 25 document.doc Page 1 of 37

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

INDEX

PUBLIC WORKS DEPARTMENT………………………………………. …………….2

PRESS NOTICE…………………………………………………………………………. .3

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER…………… 4

CPWD-6 …………………………………………………………………………………....8

C.P.W.D. 8 ………………………………………………………………………………...11

GENERAL SPECIFICATIONS ………………………………………………………...18

ADDITIONAL CONDITIONS…………………………………………………………. 19

SPECIAL CONDITIONS OF CONTRACT…………………………………………... 22

SPECIFICATIONS OF PUSH BACK CHAIRS……………………………………… 24

SCHEDULE OF QUANTITY………………………………………………………….. 25

document.doc Page 1 of 25

Page 2: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

PUBLIC WORKS DEPARTMENT

(GOVT. OF DELHI)

N. I. T.

Name of work:- Interior work of Auditorium in College of Art, Tilak Marg, New Delhi. (SH: Seating Arrangement in Auditorium Hall (Civil Work Part-II)

Estimated Cost : Rs.1914750/-

Earnest Money : Rs.38295/-

Security Deposit : 5% of Tendered amount

Performance guarantee : 5% of Tendered amount

Time allowed : 3 (Three) Months

Certified that N.I.T. contains 1 to 25 pages with correction slips

Assistant Engineer Executive EngineerPWD, Div.B-212 PWD, Div. B-212

N.I.T. approved for Rs. 1914750/-(Rupees Nineteen lacs fourteen thousand seven hundred fifty only)

Project Manager,Circle B-21, PWD,

Sukhdev Vihar, N.Delhi-25

document.doc Page 2 of 25

Page 3: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

PRESS NOTICE The Executive Engineer, Building Project Division B-212, PWD Sukhdev Vihar, Mathura Road, New Delhi-110025 on behalf of President of India invites sealed Item Rate tenders from approved and eligible contractors of CPWD enlisted in Furniture category, manufacturers/authorized dealers of Godrej, Blowplast & Haworth brand furniture and specialized agencies dealing in these brands. Tender will be issued to only those eligible CPWD enlisted contractors, authorized dealers and specialized agencies who produce along with application (1) The Memorandum of understanding with the manufacturers of Godrej/Blowplast/Haworth brand furniture that the furniture required under this tender shall be provided by them to the tenderer with in the specified time frame. (2) The definite proof from the appropriate authority of having successfully completed three similar works each of minimum value of Rs. 7.66 lacs or two similar works each of minimum value of Rs. 11.50 lacs or one similar work of minimum value of Rs. 15.32 lacs during the last Seven years ending 31.03.2008. The similar work means the work of providing Godrej/Blowplast/Haworth brand fixed furniture in auditorium hall in Central Govt./Central Autonomous Body/Central Public Undertaking.

Last Date of Receipt of Application. : -------------------

Date of Issue of Tender : --------------------

S. No.

Name of work Estimatedcost

(In Rs.)

EarnestMoney(In Rs.)

Cost of Tender

Time Allowed

1. Interior work of Auditorium in College of Art, Tilak Marg, New Delhi. (SH: Seating Arrangement in Auditorium Hall (Civil Work Part-II)

Rs. 1914750/- Rs. 38295/- 500.00 3(Three) Months

All contractors should submit a Certificate that upto date returns have been filed along with the copies of full return submitted to the department of trade & Taxes.

The earnest money should be deposited along with the application in Receipt Treasure Challan / Fixed Deposit Receipt of a Scheduled Bank / Demand Draft of a Scheduled Bank / Pay Order or Bankers Cheque of a Scheduled Bank guaranteed by the Reserve Bank of India issued in favour of Executive Engineer, PWD Division B-211 The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tender and is pledged in favour of Executive Engineer, PWD Division B-211.

Tenders details are also available on web site www.delhigovt.nic.in

Sd/- Executive Engineer

document.doc Page 3 of 25

Page 4: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER

1. The tenderer should read all the instructions, terms & conditions, contract clauses, nomenclature of items, specifications etc. contained in the tender document very carefully, before quoting the rates. The tenderer should also read the General conditions of contract for CPWD works 2008 which form a part of the Agreement with upto date correction slips issued till date of receipt of tenders.

2. Tender should be signed and witnessed indicating full address of witnesses and the names of signatories.

3. Rates must be filled both in words and figures, indicating percentage above/ below.

4. The contractor shall quote his rates keeping in mind the specifications, terms & conditions, additional and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.

5. Letter of recommendation for exemption of octroi shall be issued by the department on demand. However, the department is not liable to reimburse the octroi duty in case such exemption certificates are not honoured by the concerned authorities.

6. The tender which is not duly signed by authorised signatory or is conditional shall be treated as non responsive and shall be summarily rejected.

7. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorised him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952.

8. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to given effectual receipts for the firm.

9. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

10. In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form, stating at what percentage below/ above (in figures as well as in words) the total estimated cost given in Schedule of Quantities as Schedule-A, he will be willing to execute the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

document.doc Page 4 of 25

Page 5: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

11. The officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule-I. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same, without any interest.

12. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender.

13. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment or payment to the officer inviting tender and the contractor shall be responsible for seeing that the procures a receipt signed by the officer inviting tender or a duly authorised Cashier.

14. The memorandum of work tendered for and the schedule of materials to be supplied by the department an their issue-rates, shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

15. The tenders shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

16. In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/ above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct an not the amount.

17. In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy. However if the contractor has worked out the amount of the tender and if any discrepancy is found in the percentage quoted in words and figures, the percentage which corresponds with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If the amount of the tender is not worked out by the contractor or it does not correspond with the percentage written either in figures or in words, then the percentage quoted by the contractor in words shall be taken as correct. Where the percentage quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the percentage quoted by the contractor will, unless otherwise proved, be taken as correct and not the amount.

18. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

19. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of

document.doc Page 5 of 25

Page 6: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

20. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end.

21. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percentage) of the tendered amount within specified period. This guarantee shall be in the form of Govt. Securities of fixed deposit receipt of any scheduled bank, guarantee bonds of any scheduled bank or State Bank of India.

The contractor, whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfilment of his contract, an amount equal to 5% of the tendered value of the work. The security deposit will be collected by deductions from the running bills of the contractor at the rates mentioned above and the earnest money if deposited in cash at the time of tenders, will be treated as a part of the Security deposit. The Security amount will also be accepted in cash or in the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank or State Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

22. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

23. Sales-tax/Vat, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.

24. The contractor shall give a list of both gazatted and non-gazatted CPWD employees related to him.

25. The tender for the work shall not be witnessed by a contractor or contractors who himself themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection.

26. The tender for composite work includes in addition to building work all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc. The tenderer apart from being a registered contractor (B&R) of appropriate class, must associate himself with agencies of appropriate class which are eligible to tender for sanitary and water supply drainage, electrical and horticulture works in the composite tender.

document.doc Page 6 of 25

Page 7: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

27. The contractor shall submit list of works which are in hand (progress) in the following form:-

Name of work

Name of particulars of Divn where work is being executed

Value of work

Position of works in progress

Remarks

1 2 3 4 5

28. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer/Executive Engineer may in his discretion, without prejudice to any other right or remedy available in law, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

document.doc Page 7 of 25

Page 8: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

CPWD-6GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENTNOTICE INVITING TENDER

1. Item rate tenders are invited on behalf of the President of India from eligible contractors of CPWD enlisted in Furniture category, manufacturers/authorized dealers of Godrej, Blowplast & Haworth brand furniture and specialized agencies dealing in these brands. Tender will be issued to only those eligible CPWD enlisted contractors, authorized dealers and specialized agencies who produce along with application (1) The Memorandum of understanding with the manufacturers of Godrej/Blowplast/Haworth brand furniture that the furniture required under this tender shall be provided by them to the tenderer with in the specified time frame. (2) The definite proof from the appropriate authority of having successfully completed three similar works each of minimum value of Rs. 7.66 lacs or two similar works each of minimum value of Rs. 11.50 lacs or one similar work of minimum value of Rs. 15.32 lacs during the last Seven years ending 31.03.2008. The similar work means the work of providing Godrej/Blowplast/Haworth brand fixed furniture in auditorium hall in Central Govt./Central Autonomous Body/Central Public Undertaking. for the work of Interior work of Auditorium in College of Art, Tilak Marg, New Delhi. (SH: Seating Arrangement in Auditorium Hall (Civil Work Part-II)The enlistment of the contractors should be valid on the last date of sale of tenders.

In case only the last date of sale of tender is extended, the enlistment of contractor should be valid on the original date of sale of tenders.

In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be valid on either of the two dates i.e. original date of sale of tender or on the extended date of sale of tenders.

1.1 The work is estimated to cost Rs. 1914750/- This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of tender.

For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicate the estimate cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.

1.2 Tenders will be issued to eligible contractors provided they produce definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below:-

Criteria of eligibility for issue of tender document Three similar works each of minimum value of Rs. 7.66 lacs or two similar works each of minimum value of Rs. 11.50 lacs or one similar work of minimum value of Rs. 15.32 lacs during the last Seven years ending 31.03.2008. The similar work means the work of providing Godrej/Blowplast/Haworth brand fixed furniture in auditorium hall in Central Govt./Central Autonomous Body/Central Public Undertaking.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-8 which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be Three month from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available.

5. Application for issue of forms shall be received by-----------------------(4 PM) and tender documents shall be issued by -----------------(4 PM).

document.doc Page 8 of 25

Page 9: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

Tender documents consisting of plans, specifications the schedule of quantities of the various classes of work to be done and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the _______________________________ between hours of 11.00 A.M. & 04.00 PM. from___________ to ___________ everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of the following:-

i) Rs. 500/- in cash as cost of tender and ii) Earnest Money of Rs.38295/- in cash (upto Rs. 10,000/-)/ Receipt, Treasury

Challan/Deposit at Call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of The Executive Engineer, Div. B-211, PWD, New Delhi , 50% of earnest money or Rs. 20 lakh, , whichever is less, will have to be deposited in the shape prescribed above.and balance amount of earnest money can be accepted in the form of Bank Guarantee issued by a Scheduled Bank.

6. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the _______________ upto 03.00 P.M. on __________ and will be opened by him or his authorised. representative in his office on the same day at 03.30 P.M.

7. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any schedule bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form.

8. The description of the work is given in schedule of quantities which is the part of tender

Copies of drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer.

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

9. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

10. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

11. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or

document.doc Page 9 of 25

Page 10: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

are subsequently employed by him and who are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14 The tender for the works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

15. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:-a) The notice inviting tender, all the documents including additional conditions, specifications

and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.PW.D. Form 8

16 For Composite Tenders16.1.1 The tenderer must associate with himself agencies of the appropriate class eligible to tender

for the other components individually.16.1.2 It will be obligatory on the part of the tenderer to sign the tender document for all the

components. (The schedule of quantities conditions and special conditions etc)16.1.3 After the work is awarded, the contractor will have to enter into separate agreements for

each component with the Officer concerned.16.1.4 Executive Engineer in charge of minor component shall make interim payments in respect

of minor component of work. Executive Engineer in charge of the major component shall make the payment against final bill of the composite contract.

16.2 The Executive Engineer Incharge of the major component will call tenders for the composite work.. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender. Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major component of work.

16.3 On acceptance of the composite tender by the competent authority, the letter of award will be issued by the Executive Engineer Incharge of the major component on behalf of the President of India, making it clear in the letter of award that the contractor will have to execute separate agreements for different components of work with the concerned officers of the respective discipline (Designation to be given).

Signature of Divisional Officer/ Sub Divisional Officer………………………

For & on behalf of President of India

document.doc Page 10 of 25

Page 11: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

C.P.W.D. 8

GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : B-21

BRANCH : B&R DIVISION : B-212

ZONE : B-2 SUB-DIVISION : B-2121

Item Rate Tender & Contract for Works

(A) Tender for the work of:- Interior work of Auditorium in College of Art, Tilak Marg, New Delhi. (SH: Seating Arrangement in Auditorium Hall (Civil Work Part-II)

(I) To be submitted by ___________________hours on ___________________to(time) (date)

(ii) To be opened in presence of tenderers who may be present at _________hours on____________ in the office of The Executive Engineer, Div. B-212, PWD, New Delhi.

Issued to:_________________________________________

(contractor)

Signature of officer issuing the documents_____________________________________________

Designation ______________________________________________________________

Date of Issue: __________________________.

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

l/we hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause- 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for sixty (60) days from the due date of its opening and not to make any modifications in its terms and conditions.

A sum of Rs…………. has been deposited in cash/receipt treasury challan/ deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that

document.doc Page 11 of 25

Page 12: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information /derived therefrom to any person other than a person to whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated…………………. Signature of ContractorPostal Address

Witness: -

Address:

Occupation: -

ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs._______________ Rupees_______________________________________

The letters referred to below shall form part of this contract Agreement:-

(i)

(ii)

(iii)

For & on behalf of the President of India. Signature_________________________

Dated………………… Designation________________________

document.doc Page 12 of 25

Page 13: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

SCHEDULES

SCHEDULE `A’

Schedule of quantities (Enclosed)

SCHEDULE `B’

Schedule of materials to be issued to the contractor:-

S. NO.

Description of item Quantity Rates in figures & words at which the material will be charged to the contractor

Place of issue

1 2 3 4 5

--------------------------------------------------NIL------------------------------------------------------------------

Note:- Contractor shall arrange the materials only from reputed manufactures / dealers and supply corporation as per approved by Engineer-in-Charge without defect the each challan submitted by contractor.

SCHEDULE `C’

Tools and plants to be hired to the contractor

Sl. No Description Hire charges per day Place of Issue1 2 3 4

Blank

SCHEDULE `D’

Extra schedule for specific requirements/documents for the work, if any. : Not applicable

SCHEDULE `E’

Schedule of component of Cement, Steel, Other Materials, Labour etc. : Not applicablefor price escalation.

document.doc Page 13 of 25

Page 14: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

CLAUSE 10 CC Not applicable

Component of cement- expressed as percent of total value of work Xc Not applicable %

Component of steel- expressed as percent of total value of work Xs Not applicable %

Component of civil ( except cement & steel)/Electrical construction Materials- expressed as percent of total value of work

Xm Not applicable %

Component of labours- expressed as percent of total value of work Y Not applicable %

Component of P.O.L.- expressed as percent of total value of work[[[[[[[[[[

Z Not applicable %

SCHEDUEL `F’

Reference to General Conditions of Contract. Name of work: Interior work of Auditorium in College of Art, Tilak Marg, New Delhi. (SH: Seating Arrangement in Auditorium Hall (Civil Work Part-II)

.

Estimated cost of work : Rs. 1914750 /-

Earnest Money : Rs. 38295/-

(a) Performance Guarantee 5% of tendered value

(b) Security Deposit Shall be recovered from each R/A Bills @ 5% of Gross amount of bill subjected to maximum 5% of tendered amount.

General Rules & Directions: CPWD, General conditions of contract for Central PWD works 2008 with up to date correction slips upto receipt of tender.

Office Inviting tender

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3.

Definitions :2 (v) Engineer-in-charge E.E.

2 (viii) Accepting Authority E.E.

2 (x) Percentage on cost of material and labour to cover all overheads and profits 15 %

2 (xi) Standard Schedule of RatesPrevailing market rates.

2 (xii) Department PWD (NCTD)

document.doc Page 14 of 25

Page 15: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

9(ii) Standard CPWD contract form CPWD 8 as modified & corrected up-to date of receipt of tender.

Clause 1:(i) Time allowed for submission of

performance guarantee from the date of issue of letter of acceptance

7 days.

(ii) Maximum allowable extension beyond the

period provided in I) above 3 days.

Clause 2:Authority for fixing compensation under clause 2.

Project Manager

Clause 2A:

Whether Clause 2 A shall be applicable NO

Authority to give fair and reasonable extension of time for Executive Engineercompletion of work.

Clause-5:Number of days from the date of issue of letter of acceptance 10 days or actualfor reckoning date of start handing over of site

whichever is later

Time allowed for execution of work 3(Three) months.

Clause-6, 6AClause applicable (6 or 6 A) Clause-6

Clause 7:Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

N.A.

Clause 10 A List of testing equipment to be provided by the contractor at site lab.1.2.3.4.5.6.

N.A.

Clause 10-B( ii) Whether Clause 10 B (ii) shall be applicable No Clause 10 CA Materials Covered under this clause Nearest material for which All India Wholesale Price Index is to be followed.1.2.3.4.5.6.

N.A.

Clause 10CC:Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

N.A.

document.doc Page 15 of 25

Page 16: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

Clause 11:Specification to be followed for execution of work Specification as given with this

NIT to be followed.

Clause 12:

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for the work above plinth level. 30%

12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work 100%

Clause 16:Competent Authority for deciding reduced rates PM up-to 5% of the contract value

C.E. beyond 5% of the contract value.

Clause 18:List of mandatory machinery, tools & plants to be deployed by the contractor at site whatever is required, to be deployed by the contractor

Clause 36 i):Sl No.

Minimum Qualification of Technical Representative

Discipline Designation ( Principal Technical/ Technical representative) M

inim

um

Expe

rienc

e

Num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

1. Graduate Engineer or Diploma Engineer

Civil

Civil

Principal technical representative

Nil

5

1

1

10,000/-

10,000/-

Ten Thousand

Ten Thousand

Assistant Engineers retired from Government services that are holding diploma will be treated at par with Graduate Engineers.

Clause 42 : i) (a)

Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. with upto day correction slips of receipt of tender.

ii) Variations permissible of theoretical quantities

a) Cement for works with estimated cost put to tender not less than Rs. 5 lakh

N.A

For works with estimated cost put to tender more than Rs. 5 lakh

N.A

b) Bitumen for all works.N.A

c) Steel Reinforcement and structural steel sections for each diameter, section and category

N.A

d) All other materialsN.A

document.doc Page 16 of 25

Page 17: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

RECOVERY RATES FOR QUANTITIES BEYOND PREMISSIBLE VARIATION

Sl.No.

Description Of item

Rates in figures and words at which recovery shall be made from the contractorRate in Schedule “B” Plus 10% in case materials issued by departmentExcess beyond permissible variation

Less use beyondthe permissible variation

1. Cement

2. Steel reinforcement

3. Structural Sections NIL

4. Bitumen of specified grade

5. Bitumen issued at stipulated fixed

price

document.doc Page 17 of 25

Page 18: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

GENERAL SPECIFICATIONS

1. The work in general shall be executed as per the description of the item, specification attached, MORTH specifications for road and bridge works 2001 (4th revision), CPWD Specifications 1991-1992 Vol. I, II,III and 1996 Vol. IV,V and VI with correction slips up to the date of tender notice.

2. In case of any variation between different applicable specifications, the following order of precedence be followed:

i) Nomenclature of item

ii) Particular specifications attached with the tender document.

iii) MORTH specifications 2001 (4th revision). The word "MORTH specifications" or "MORTH Specifications 2001" appearing anywhere means the same as above.

iv) CPWD specifications 1991-1992 Vol. I, II, III and 1996 Vol IV, V and VI with correction slips upto the date of tender notice.

3. The contractor shall be required to produce samples of all road materials sufficiently in advance to obtain approval of the Engineer-in-Charge. Subsequently the materials to be used in the actual execution; of the work shall strictly conform to the quality of samples approved. In case of variation, such materials shall be liable to rejection.

4. All the materials obtained from Government stores or otherwise shall be got checked by the Junior Engineer/ Assistant Engineer in-charge of the work, on receipt of the same at site before use.

5. All the materials used in the work shall comply with the requirements of Engineer-in-charge and shall pass all the test and analysis required by him as per particular specifications as applicable or such recognised specifications as acceptable to the Engineer-in-charge.

6. The contractor shall be required to provide appliances at site, such as weighing scale, graduated cylinder, standard sieves, thermometer, slump cones, electric oven Proctor moulds etc. in order to enable the Engineer-in-charge to conduct field tests to ensure that the quality is consistent with the prescribed specifications and nothing extra shall be paid on this account.

7. The contractor shall at his cost, make all arrangements and shall provide such facilities as the Engineer-in-charge may require for collecting, preparing and forwarding the required number of samples for tests and for analysis at such time and to such places as directed by the Engineer-in-charge. Nothing extra shall be paid for the above, including the cost of material to be tested.

8. The necessary tests shall be conducted in the laboratory of PWD (NCTD), CPWD, Central Road Research Institute or IIT, Delhi, or any other laboratory approved by the Engineer-in-charge. The sample for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on the behalf of the Officer-in-charge of the quality control wing of Central Design Office, CPWD and his authorised subordinate or by the officer-in-charge, PWD (NCTD) laboratory and his authorised subordinate for carrying out the independent quality control tests and the results will be binding on the contractor. The testing charges, if any, shall be borne by the department.

9. The contractor or his authorised representative shall associate in collection, preparation, forwarding and testing of such samples. In case he or his authorised representative is not present or does not associates himself, the results of such tests and consequences thereon shall be binding on the contractor.

10 The contractor shall get the water tested with regard to its suitability for use on the works and get approval from the Engineer-in-charge before he proceeds with the use of same for execution of works.

11. Wherever any reference to any Indian Standard specifications and/or IRC codes occur in the documents relating to this contract same shall be inclusive of all amendments issued there to or revision thereof if any, up to date of the tender notice.

12. The contractor must take adequate precautions to ensure that no spillage of construction materials takes place on the carriageway. The spillage of construction material should be removed with in 24 hour notice. Failure to which, the material will be removed by the Engineer-in Charge and the cost of removal shall be recovered from the Contractor.

document.doc Page 18 of 25

Page 19: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

ADDITIONAL CONDITIONS

1. Before tendering, the tenderer shall inspect the site of work and shall fully acquaint about the conditions with regard to site, nature of soil, availability of materials suitable location for construction of godowns, stores and labour huts, the extend of leads and lifts involved in the work (over the entire duration of the contract) including local conditions, traffic restrictions, obstructions and other conditions, as required for satisfactory execution of the work. His rates should take into consideration all such factors and contingencies. No claim whatsoever shall be entertained by the Department on this account.

2. The contractor must study the specifications & conditions carefully before tendering.

3. Before start of the work, the contractor shall submit the program of execution of work, get it approved from the Engineer-in-Charge and strictly adhere the same for the timely completion of the project work.

4. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this account.

5. The contractor shall at all times carry out work on the Busy Road sites in a manner creating minimum hindrances in the flow of traffic as per direction of Engineer-in-Charge.

6. All arrangements for traffic diversion during construction including maintenance of diversion roads shall be considered as incidental to the work and contractor’s responsibility and nothing shall be payable to him in this respect. However, if any new diversion road is constructed by the contractor, the same will be paid separately.

7. Any damage done by the contractor to any existing work shall be made good by him at his own cost.

8. The work shall be carried out in the manner complying with the requirement of relevant bye-laws of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid in all respects on this account.

9. The contractor shall make his own arrangements for obtaining electric connection(s), if required, and make necessary payment directly to the Department concerned. The Department will however make all reasonable recommendations to the authority concerned in this regard.

10. The contractor or his authorised representative should always be available at the site of work to take instructions from Departmental Officers, and ensure proper execution of work. No work should be done in the absence of such authorised representative.

11. The structural and other drawings for the work, shall at all times, be properly correlated before executing any work and no claim whatsoever shall be entertained in this respect.

12. The contractor shall maintain in good condition all works executed till the completion of entire work allotted to the contractor.

13. No payment will be made to the contractor for damaged caused by rains, or other natural calamities during the execution of works and no such claims on this account will be entertained.

14. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the contractor on all the boulders, metal, shingle, earth, sand, bajri etc. collected by him for the execution of the work directly to the concerned Revenue Authority of the State or Central Government. His rates are deemed to include all such expenditure and nothing extra shall be paid.

15. The contractor shall take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades, including sinages, markings, flags, lights and flagman, as necessary at either end of the excavation embankment and at such intermediate points as directed by the Engineer-in-Charge for the proper identification of construction area. He shall be responsible for all damages and accidents caused due to negligence on his part.

16. The contractor shall provide suitable barricading with suitably painted single row of GI sheets about 3-0" wide (90cms) nailed or bolted with wooden poles spaced 2 to 3 metre apart and each pole 1.6m to 2m long, 8cm to 10cm dia. The poles will be embedded in mobile iron pedestal/ rings suitably framed for giving stable support without hindering the traffic as

document.doc Page 19 of 25

Page 20: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

per direction of the Engineer-in-Charge. All management (including watch and ward) of barricades shall be the full responsibility of the contractor. The barricades shall be removed only after the completion of the work or part of work. The contractor’s rate shall include all above items of work and nothing extra shall be paid to the contractor over and above his quoted rates.

17. The temporary warning lamps shall be installed at all barricades during the hours of darkness and kept lit at all times during these hours.

18. All works and materials brought and left upon the ground by the contractor or by his orders for the purpose of forming part of the works are to be considered to be the property of the President of India and the same are not to be removed or taken away by the contractor or any other person without special licence and consent in writing of the Engineer-in-Charge, but the President of India is not be in any way responsible for any loss or damage which may happen to or in respect of any such work or materials either by the same being lost or damaged by weather or otherwise.

19. The contractor will be responsible to provide deep safe drinking water to labour engaged in execution of work.

20. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour, materials de-watering and other inputs involved in the execution of the items.

21. The materials to be issued to the contractor and the place of delivered shall be as mentioned elsewhere in the tender documents. If these are delivered at any other site, the difference in cost due to cartage will be adjusted accordingly. The contractor shall have to cart at his cost the materials to the site of work as soon as these are issued. The materials will be issued during the working hours and as per rules of the Central Stores of CPWD or the store of the PWD(NCTD) from time to time.

22. The contractor shall construct suitable godown at site of work for storing the materials safe against damage due to sun, rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose and no extra claim whatsoever shall be entertained on this account.

23. In the tender papers the works “CPWD” shall include PWD(NCTD) where applicable.

24. Existing drains, pipes, cables, overhead wires, sewer lines, water line and similar services encountered in the course of the execution of the work shall be protected against the damage by the contractor. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.

25. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees or shifting, removing of telegraph, telephone or electric lines ( overhead or underground), water and sewer lines and other structure etc. if any, which may come in the way of the work. However, suitable extension of time can be granted to cover such delays.

26. Contractor may be required to execute this work under foul position. The decision of the Engineer-in-charge whether the position is foul or not shall be final and the binding on the contractor and nothing extra for executing the work in foul position is payable, beyond what is provided in the schedule of quantities.

27. For completing the work in time, the contractor might be required to work in two or more shifts, including night shift and no claims what so ever shall be entertained on this account, not with standing the fact that the contractor will have to pay to the laborers and other staff engaged directly or indirectly on the work according to provisions of labour regulation and the agreement entered upon and / or extra amount for any other reasons.

28. The rates for all the items of the of work unless otherwise specified shall include cost of all labour, materials, dewatering and removal of silt, mud, vegetation etc. and other inputs required for the execution of the work. Only the material stated in the schedule of quantities and in schedule “B” shall be issued by the department. In case any material supplied free of cost by the department is lost/damaged after issue while in transit or from the custody of the contractor recovery shall be made at the current replacement cost of the material plus ten percent.

29. Unless otherwise specified the rates are applicable for all heights depths, lead & lifts involved and the execution of work in or under water and or liquid mud including making diversion channels if necessary

30. No claim for the idle labour, machinery and establishment on account of suspension/stoppage of work for any reason whatsoever shall be admissible under any circumstances.

document.doc Page 20 of 25

Page 21: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

31. The contractor shall take all precautions to avoid accident by exhibiting necessary caution boards by providing red flags, red lights & barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

32. The work shall be carried out in such a manner so as not to adversely effect or disturb other works being executed by other agencies near the site of work.

33. The site shall be cleared & all the surplus and unserviceable material shall be disposed off as directed by the Engineer-in-Charge.

34. Stipulated material shall be issued for use at site on works, all the items where such materials are required. For factory made product like pre-cast cement tiles, pre-cast hollow concrete blocks, pre-cast foam concrete blocks, pre-cast RCC pipes etc. stipulated material shall not be issued.

35. The work of approach road in the entire stretch shall be completed to safe level in one Working season if it lies in the Khadir width of river.

36. The work shall be carried out in such a manner so as not to interfere or effect or disturb other works being executed by other agency if any.

37. The Malba/garbage, removed from the site shall be disposed off by the contractor at any Suitable places as directly Engineer-in-charge.

38. The contractor shall have to mention the detail of Hot Mix Plant from where he intends to bring the bituminous mix. The plant including all material to used in the bituminous mix shall be open to inspection by Engineer-in-charge or his authorised representative, wherever required.

39. The work shall be carried out by the contractor on different roads under this division. Before the work is taken up on any particular road, the contractor shall mark various patches to be repaired on the road in paint in consultation with site staff and shall record them in tabular form as below and shall get them authenticated from E.E before starting main repair work

S. No. Name of Road RD Size of Patch Area of repair

40. The nature of work is such that contractor may have to carry out a part of work amounting to not less than Rs.50,000/-(Fifty Thousand) or full work on short notice of 48 hours from the instruction of Engineer-in-Charge in writing on site order book or through special messenger. Failure to comply with the instruction or delay in taking up the work as per schedule issued by Engineer-in-Charge shall attract penalty clause as mentioned in the agreement. In addition a fine of Rs.1, 000/- per day for each day of default shall be recovered from contractor and decision of Engineer-in-charge shall be final, binding and not open to arbitration.

document.doc Page 21 of 25

Page 22: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

SPECIAL CONDITIONS OF CONTRACT

1.0 General

1.1 This part of the tender documents is to be read in conjunction with NIT and general conditions of contract, as applicable to civil works, and other articles forming part of this document.

2.0 Scope of work

2.1 a) This contract is for the provision and fixing of the auditorium chairs as detailed in the Specifications and Schedule of Items of Work complete.

b) The contractor shall be required to work in close cooperation and coordination with various other agencies at site.

2.2 The contract shall include the following:i) All necessary materials, bolts, nuts, fasteners, nails, screws, rawl, plugs, etc. as may be

necessary to complete the work detailed in the specifications, whether or not specifically mentioned. The tenderer should ensure that he has studied the drawings carefully and should seek any clarifications he my have from the authorities concerned. No extra claims will be entertained on this account.

ii) Cutting and making any repairing holes etc. required for fixing of chairs.

3.0 Completeness of Contract

All fixtures etc. not specifically mentioned but that are usual for safety and finishing of such works of fixing of chairs shall be included in the supply without any extra cost to the contract.

4.0 Departure from Specifications

The work shall be carried out strictly according to the specifications and drawings. Any deviation from these specifications on account of manufacturing practices or for any other reason including measures for safety and finishing under clause 3.0 above shall be clearly stated in a covering letter explaining in detail each and every departure the contractor proposes to make from the tender giving reasons thereof. Unless specifically mentioned, it will be assumed that the tenderer agrees to supply and fix all items and complete the work exactly as specified herein and as shown in the drawings in its entirety. All deviations shall be subject to the approval of the competent authority.

5.0 Materials

5.1 Support members

Unless otherwise stated, all MS box used for supporting members of the chairs shall be approved powder coated members CRC sheet of sizes mentioned in the specifications.

5.2 MS Tubular framework for Seat & Back of Chairs

MS tubular frame for seat and back of chairs would be out of 50 x 25mm x 18G MS tube.

document.doc Page 22 of 25

Page 23: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

5.3 Cushion

Cushions for seat and back shall be, moulded foam, to high density with U-foam topping of MM Foam or equivalent.

5.4 Arm-Rest

Arm-rest shall be 50mm semi hardened one piece moulded polyurethane.

5.5 Mechanism

Mechanism shall be push back type as per manufacturers and of approved quality.

5.6 Rows and Seat Numbers

Row numbers shall be engraved in plastic sheet fixed to end of horizontal member, and seat numbers shall be engraved in plastic sheet fixed on back of chairs.

5.7 Upholstery

Stain resistant synthetic upholstery fabric shall be as per approved sample and shade.

5.8 Paint, Polish and Preservatives

All paints, polishes and preservatives to be of reputed makes such as Shalimar, Jenson and Nicholson, Asian Paints etc.

6.0 Installation

The installation shall be carried out by skilled workmen thoroughly experienced in this type of work.

7.0 Approval before Commencement

The contractor shall not proceed with the installation of the auditorium chairs until the conditions of the job location are satisfactory for starting the installation work. No installation work shall be commenced unless specifically approved by the Project-in-charge.

8.0 Work to be done as per Drawings and Design

Work shall be done strictly in accordance with the drawings and with any modifications specifically approved by the Engineer-in-charge taking special care to see that the acoustical requirements of the design are not adversely affected.

document.doc Page 23 of 25

Page 24: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

SPECIFICATIONS OF PUSH BACK CHAIRS

1. Push back chairs

Providing and fixing

Type Auditorium chair shall be pushback with back curvature in body contour shape, seat and back upholstered

Support HRC metal sheet as per IS 1079:1994. All exposed parts shall be powder coated.

Frame Made out of 50mm x 25mm x 18G thick MS tube with 3 nos. zig-zag springs of 10G fixed on frame

Cushion PU moulded foam of density not less than 50kg/m3.

Back hardness not less than 80 Newton. Tapered thickness of 150 to 120mm.

Pushback mechanism Coil / Spring steel as per IS 4454:1981 Grade 2

Arm-rest 50mm wide semi-hardened one piece moulded polyurethane foam

Upholstery The chair shall be finished with fire and stain resistant synthetic upholstered fabric preferably Vimal, Reliance or Mayur (all over) duly quilted with 12mm thick PU foam.

Dimensions

Centre to Centre distance 55 cm Depth of Seat 58 cm Height of back from finished floor 90 cm

Height of seat from finished floor 43 cm

ROW AND SEAT NOS. Shall be engraved in plastic sheet fixed to end of horizontal member of chair frame, and seat nos. shall be engraved in plastic sheet fixed to end of horizontal member of chair frame.

1. .

document.doc Page 24 of 25

Page 25: INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERdelhigovt.nic.in/upload/057-2008-03614.doc  · Web viewINSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER ... Interior work of Auditorium

SCHEDULE OF QUANTITYName of Work: Interior work of Auditorium in College of Art, Tilak Marg, New Delhi.SH: Seating arrangement in Auditorium Hall (Civil work Part -II)

Sl.No. Description of Item Qty. Unit Rate Amount1 Providing and fixing auditorium chairs push back type with seat and

back upholstered. The chairs frame and support to be powder coated steel with padding on seat and back with moulded rubber foam. The chairs to be finished in stain resistant synthetic fabric as per approved sample and shade. Entire work to be done as per specifications and direction of Engineer-in-Charge. 370 Nos.

Total

Assistant Engineer, Executive Engineer,B-2121, PWD Div. B-212, PWDNew Delhi New Delhi.

Project Manager,Circle B-21, PWD

New Delhi

document.doc Page 25 of 25