37
South Delhi Municipal Corporation Office of the Executive Engineer (Pr.)-I/Central Zone Shiv Mandir Marg, Jal Vihar, Lajpat Nagar, New Delhi. NIT No. EE (Pr.)-I/CNZ/TC/2018-19/04 Dated : 20.07.18 Last Date of Download of Tender Document 31.07.2018 upto 02.00 P.M. Last Date of Bid Preparation and Hash submission 31.07.2018 upto 03.00 P.M. Closing of Bid 31.07.2018 ,03:01 P.M to 31.07.2018 upto 05.00 P.M Date of Re-encryption of Online Bid from 31.07.2018, 05.01 PM to 02.08.2018, 3.00 PM Opening of Financial Bid 02.08.2018, 4.30 PM (OPEN TENDER) FOR ONLINE as well as manual TENDERING TIME TABLE PLEASE REFER http://mcdetenders.com. Sealed item rate tenders are invited for the execution of the following work by SDMC from approved & eligible contractor/consultant registered with M.C.D./SDMC. In addition to the enlisted contractor/consultant of the MCD/SDMC all contractors/consultants already registered with CPWD, MES Railway and other Central Government Department, Delhi PWD, DDA and NDMC will be allowed to tender this work who are eligible and having a valid GST Number and fulfilling the following eligibility criteria:- 1. Experience of consultancy services. Experience of having successfully completed similar consultancy works during the last 5 years ending the last day of the month previous to the one in which applications are invited. The participating firm should be

South Delhi Municipal Corporation Office of the Executive

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: South Delhi Municipal Corporation Office of the Executive

South Delhi Municipal Corporation

Office of the Executive Engineer (Pr.)-I/Central Zone

Shiv Mandir Marg, Jal Vihar, Lajpat Nagar, New Delhi.

NIT No. EE (Pr.)-I/CNZ/TC/2018-19/04 Dated : 20.07.18

Last Date of Download of Tender Document 31.07.2018 upto 02.00 P.M.

Last Date of Bid Preparation and Hash submission 31.07.2018 upto 03.00 P.M.

Closing of Bid 31.07.2018 ,03:01 P.M to 31.07.2018 upto05.00 P.M

Date of Re-encryption of Online Bid from 31.07.2018, 05.01 PM to02.08.2018, 3.00 PM

Opening of Financial Bid 02.08.2018, 4.30 PM

(OPEN TENDER)

FOR ONLINE as well as manual TENDERING TIME TABLE PLEASE REFERhttp://mcdetenders.com. Sealed item rate tenders are invited for theexecution of the following work by SDMC from approved & eligiblecontractor/consultant registered with M.C.D./SDMC. In addition to theenlisted contractor/consultant of the MCD/SDMC allcontractors/consultants already registered with CPWD, MES Railway andother Central Government Department, Delhi PWD, DDA and NDMC willbe allowed to tender this work who are eligible and having a valid GSTNumber and fulfilling the following eligibility criteria:-

1. Experience of consultancy services.

Experience of having successfully completed similar consultancy worksduring the last 5 years ending the last day of the month previous to theone in which applications are invited. The participating firm should be

Page 2: South Delhi Municipal Corporation Office of the Executive

minimum three years old in this field.

Note: Similar work would mean Comprehensive architectural consultancyfor development works involving planning of housing project withlandscaping etc. in the last 5 year for the Government/ Semi-Government department/ Govt. Autonomous bodies only. Experience forWorks under progress can also be considered in case architectural planfor that work has been approved by client department. 1. The Director/ partner/ Proprietor of company should be registered withCouncil of Architecture, India and should have minimum experience of 5years after obtaining architectural degree.

2. The company should have minimum 5 years experience in the field ofarchitectural and engineering consultancy within house ProjectManagement Services.

No bidder under JV/Consortium arrangements is permitted to participatein this bidThe Experience/Completion certificates issued by the competentauthority duly notarized and with affidavit stating on oath that they havecompleted the works mentioned in experience/completion certificate must be attached as documentary evidence in support of the aboveexperience.

Tender will be received as per time table and will be opened at 4.30 P.M.on 02.08.2018 website http://mcdetenders .com by E.E (Pr.)-I/CentralZone, Shiv Mandir Marg, Jal Vihar, Lajpat Nagar, New Delhi. Validity ofrates will be 5 months from the date of opening of NIT & in case ofnegotiation from the date of negotiation.

N.B:- (i) The amount of earnest money will be as mentioned in columnbelow irrespective of computer generated earnest money shown onwebsite.

(ii) The violation of above said condition will result in rejection of thebid/tender.

Page 3: South Delhi Municipal Corporation Office of the Executive

S.No. Name of Work: Consultancy Assignment for preparation ofdetailed Project Report, Comprehensive Architectural Drawing& Design, Engineering Consultancy etc. for the work ofBeautification, up gradation of Kalkaji Mandir complex and itssurroundings by landscaping of park, improvement/construction of pavements/street and boundary wall, providingsimilar type of model vending shops, construction of parkingsystems, construction of modern toilets for ladies and gentsseparately, ornamental gates, signages etc. Kalkaji in ward no.90-S, Central Zone TenderAmount

Estimatedamount(INR)

E.M (INR) Time ofCompletion

TenderCost

Head ofAccount

Item Rate 18,00,000/-

36,000/- 30 days(forsubmission of DPR)

1,000/- UnderCSR Fund

Time Period:-Consultant will provide DPR( Detailed project report) in 30days. However period for consultancy will be 14 months which can beextended till the completion of the main project. Nothing extra will bepayable to consultant for such extension of time.

The contractors/consultants are neither black listed nor debarred at thetime of purchase of tenders.

Conditions given in the printed NIT form A-32, chapter 9 of the Municipalaccounts code part I will hold good. The contractors/ consultants willhave to give a declaration about the name of their relatives employed inMCD along with each tender.

Bidding documents can be downloaded from the websitehttp://mcdetenders.com. Tender cost as well as Earnest money can bedeposited in the form of Bank Draft of a scheduled Bank in favour ofCommissioner SDMC.

The contractors/consultants have to deposit the different demanddraft for tender cost and earnest money at the time of Re-encryption ofonline bid.

The contractors/consultants are required to submit thecertificates/documents related to eligibility alongwith demand drafts and

Page 4: South Delhi Municipal Corporation Office of the Executive

the same will be received in the room of E.E (Pr.)-I/Central Zone, ShivMndir Marg, Jal Vihar, Lajpat Nagar New Delhi. The tenders in respect ofthe contractors/consultants who do not submit the certificates/documentsrelated to eligibility alongwith demand drafts, will be summarily rejected.

Latest circulars/office orders are to be followed along with generalconditions of contract for South Delhi Municipal Corporation works andshall be part of agreement. Any conditional tender is liable to berejected. Department reserves rights to reject any tender without assigningany reason.

i) The conditions contained / mentioned regarding payment inrespective item will be applicable. Income tax/TDS @ 10% will bededucted from the bills and earnest money in respect of thecontractor/consultant, to whom work has been awarded , will berefunded after satisfactory completion of work.ii) Necessary deduction shall be made in the bills towards GSTAct. However GST will be re-imbrued after production of the proof of thepayment/deposit. iii) Price escalation clauses will not be applicable.iv) Circular No. D/EE (P)-III/27/2006-07 dt. 19.05.06 will beapplicable to the extent only which makes modification w.r.t clause 7,clause 9 and 9A (regarding payment of bills to the contractor). v) Office order No. D/167/EE (P) III/06 dated 11.12.06 regardingdeletion of Arbitration clause from contract clauses of the contract.vi) General specification, General conditions, all specialconditions etc are applicable and these may be seen in the office ofundersigned. vii) The circular vide No. PSC/777/2008 dt. 01.10.08 regardingModalities for timely execution of project will be applicable & binding tothe contractor.viii) Circular No. DCA/Engg./2011/387 dt. 13.10.11 regardingexecution of contract agreement will be applicable. ix) Circular vide no. 04/EE (P)-I/SDMC/2014-15 dated 08.05.14 &Circular vide no. SE (QC)/SDMC EE (QC)-I/SDMC 2015-16/D-1020 dated29.07.15 regarding third party quality assurance will be applicable andcharges for the 3rd party quality assurance is to be borne by thecontractor.x) The circular vide no. D/EE (P)-I/2012-13/326 dated 15.02.13regarding clause 36 will be applicable xi) In all the development works an area of size 1.0 mtr. aroundthe tree, coming at the proposed site of works, shall compulsorily be leftkaccha.xii) The contractor shall quote their rate upto two decimals only. Incase, the contractor quotes his rate in three or more decimals, such

Page 5: South Delhi Municipal Corporation Office of the Executive

tender will be out rightly rejected. xiii) In case quoted lowest rates in respect of two or more agenciesare same, then sealed revised offer will be invited from such contractors.The such contractors are bound to submit sealed bid, in case any of thesuch contractor requisite to submit revised offer then it shall be treated aswithdrawal of his tender before acceptance and 50% of the earnestmoney shall be forfeited further in case rates in respect of two or morecontractors in revised bid/ offer are found same, then the lowest amongsuch contractor shall be decided by draw of lots.xiv) Circular/office order issued by MCD/SDMC from time to timeupto date of receipt of tender will be applicable and contractconditions/rules/directions/clauses of the contract etc will stand modifiedto the extent as is mentioned in that/those circular/office orders/abovementioned circular/ office orders. Details can be had from MCD web site http://mcdetenders.com or fromthe office of undersigned.

EE (Pr.)-I/CNZ

Copy to:-

1. All Concerned

2. Notice Board

3. Office Copy

Page 6: South Delhi Municipal Corporation Office of the Executive

Name of work:- Consultancy Assignment for preparation of detailedProject Report, Comprehensive Architectural Drawing & Design,Engineering Consultancy etc. for the work of Beautification,upgradation of Kalkaji Mandir complex and its surroundings bylandscaping of park, improvement/ construction ofpavements/street and boundary wall, providing similar type ofmodel vending shops, construction of parking systems, constructionof modern toilets for ladies and gents separately, ornamental gates,signages etc. Kalkaji in ward no. 90-S, Central Zone.

GENERAL CONDITIONS (Special)

1. CPWD Delhi Schedule of rates 2016 circulated with up to datecorrection slips will be applicable.2. In case of deviation in the nomenclature or in the rates of scheduleitems the rates and nomenclature of CPWD Delhi schedule of rates 2016with up to date correction slips as detailed in Para (1) above will prevail.3. Nothing extra will be paid for the cartage of material unless otherwisespecified in the items. 4. In case the contractor deposit security in shape of fixed deposit, hewill be personally responsible for getting it renewed on its due date andthe Municipal Corporation of Delhi will not entertained any claim for lossof interest on the fixed deposit due to its non-revalidation in time. 5. The contractor shall construct suitable cement go down as perprevailing CPWD specification with up to date correction slip at the siteof work. The day –to –day receipt and issue account of cement shall bemaintained by the Junior Engineer-in-Charge of work and signed dailyby the contractor’s or his authorized agent. 6. In case of flats, angles, joist etc steel need in the work shall bemeasured as per design or as authorized by the engineer –in –charge 7. Time is essence of work8. No work will be carried out on Sunday and Holiday without theapproval of Engineer-in-Charge. 9. a The Engineer-in –Charge shall be at liberty to get the workinspected through C. T. E. any other agency appointed by the Govt. ofIndia or the Municipal Corporation of Delhi and the result of their findingwill be binding on the contractor. b. Final bill shall be paid to the contractor only after effecting recoveriesbased on C. T. E’s observations and/or any other agency appointed byMunicipal Corporation of Delhi or otherwise.

10. The work shall be carried out as per C.P.W.D. specifications2007. With up to date correction slips except where otherwise specifiedin the description item given in the schedule of quantities applicable. Inthe absence of all the sound engineering practices as per decisions of

Page 7: South Delhi Municipal Corporation Office of the Executive

Engineer-in-Charge shall be final. 11. The rates of different items of work shall apply to all heights anddepths unless otherwise specified. 12. The general rules, directions and conditions of contracts etcas circulated by MCD containing pages from 1 to 82/86 along withup to date correction slips and amendments shall form part of draftN.I.T. and contract agreement shall be applicable. 13. The contractor shall be responsible for correctness /genuinenessof all the documents what so ever submitted by the contractor 14. The contractor will be not have any claim in case of delay by thedepartment in removal of tress or shifting, raising, removing of telephoneor electric (over head or under ground) water or sewer line or any otherstructure, if any which may come in the way of the work. However,suitable extension of time can be granted to cover such delays, asprovided in terms of contract. 15. The samples of the various materials to be used/supplied for thework shall have to be got tested from the Municipal Laboratory or anyother Laboratory at the discretion of the Engineer-in-Charge and resultof the same shall be binding on the contractor. Cost of samples including packaging, sealing, transportation, loadingand unloading etc to be borne by the contractor. The cost of testing willbe borne by the contractor if sample are sent to Lab other than theMunicipal Lab.

All test carried out in respect of materials etc by Municipal Laboratorywill be free or charges, if sample are found as per specification but thetesting charges will be borne/recovered from the contractor if the samplewill be found below the specification.

16. The contractor, at his own cost, shall also set up a filedlaboratory at the site of work to maintain quality control during theexecution of the work for various items of work/material as requiredunder this contract. The laboratory shall be equipped with necessaryequipment and qualified staff for carrying on various test by contractor. However all the tests conducted at the field shall be under the controland supervision of Engineer-in-Charge or his authorized representative. Whenever, there is a difference in test result of the field laboratorymaintained by the contractor an Municipal or any other laboratory thenthe test results of the Municipal or other Govt. laboratory shall be finaland binding on the contractor.

17. If the rates quoted by the lowest tenderer are found abnormally

Page 8: South Delhi Municipal Corporation Office of the Executive

low the payment to the contractor for the work shall only be made afterinspection by the Quality Control Cell at different stages and thesefindings shall be final and binding on the contractor. All the testingcharges from the independent laboratory shall be borne by thecontractor. In case the lowest on contractor fails tocommence/complete the work within the stipulated period thecontractor shall be liable for disciplinary action as per the provision ofthe enlistment rule/instruction on issued from time to time. Circular vide No. F01/EinC/SDMC/2014/941 dated 24.11.14regarding abnormally low rated cases/works will be applicable.

Circular regarding recovery of reserve price in respect of dismantling ofexisting structure circulated vide No. F.507/E-in-C/2001/407 dt.07.09.01 will be applicable.

18. PROVISION OF BARRICADING & DISPLAY OF CAUTIONARYBOARDS. a) The excavation work will be not taken up in a reach of more than500 metre in length at a time. b) The excavation site will be protected by providing proper barricadingof CGI sheets fixed on wooden ballies. The barricading will becontinuous and in line in the entire length of excavation and in cross-director at the ends. The barricading will be provided with CGI sheetsplaced 0.60 meter above the existing road level and will have a height of1.45 meters. The top line of CGI sheets will be properly maintained. TheCGI sheets will be painted with horizontal alternate red and white stripsc) Proper cautionary boards will be displayed at . a place 100 meterbefore the site of work. The cautionary boards will be painted withluminous paint. d) The entire work of providing CHI sheets barricading and provision ofcautionary boards painting /repairing red and white strips will be to theentire satisfaction of Engineer-in-charge. All cost for this work will beborne by the Contractor and nothing extra shall be payable on thisaccount. The contractor shall properly maintain the barricading andcautionary boards during the execution of the work. e) Red flags during day time and red lights during night hours will bedisplayed by the contractor at site as per instructions of Engineer-in-Charge. Nothing extra shall be paid on this account. f) In case of default for not providing and maintaining the above

Page 9: South Delhi Municipal Corporation Office of the Executive

arrangements a fine of Rs. 1,000/- per day will be imposed on thecontractor. The decision of Engineer-in-Charge as to the period for whichthe fine is to be imposed will be final and binding upon the contractor. 19. No claim on account of damage caused by due to rains or anyother natural calamity during the execution of work will be entertained.

20. INTER STATE MIGRANT WORKKEN

In case of the contractor engaged for recounts interstate said Act inthe mater registration, license, wages, rates and other conditions forfacilities of service of interstate migran workmen of the contractor no comply with the provision of the said act in case any default it committeein this regard by or on behalf of the contractor, the contractor shall bepersonally liable for the consequence arising from such adefault.

21. The contractor will take all precautions to avoid any accidentduring the execution of the work. Hw will also be responsible to adamages caused due to any accident the execution of the work.

CORRECTION SLIP NO 1Amendment No. 1 to General Conditions of Contract for MCD WorksConditions No. 8 of from MCD –6 included in General Conditions ofContract for MCD Work, is amended as below.

1) The tender shall be accompanied by earnest money, (unlessexempted) of Rs. ……………. In case/Receipted Treasury Challan /Deposit at Call Receipt of a schedule Bank issued in favour of …………………….. the amount being credited to …………..exempted fromdepositing earnest money in individual cases, shall attach with thetender an attested copy of the exempting him from depositing earnestmoney and shall produce the original when called on to do so. 2) The Tender and the earnest money shall be placed in separate sealedenvelopes each marked “Tender” and “Earnest Money” respectively. Incase where earnest money in cash is acceptable, the same shall bedeposited with the cashier of the Division and the receipt placed in theenvelope marked “Tender” of only those tenders shall be opened, whoseearnest money place in the other envelope is found to be in order. Amendment No 2 to General Conditions of Contract for MCD work.

Page 10: South Delhi Municipal Corporation Office of the Executive

Amendment of clause 9 A payment of contractor’s Bills to Bank

The following amendment /charge is hereby made in clause 9 A (Para1 and 2) of the General Conditions of contract to Municipal Corporationof Delhi regarding payment of contractor’s Bills to Banks.

Payments of Contractor’s Bills to Bank --------- Payments due to thecontractor may, if so desired by him, be bank, registered financial, Co-operative or thrift societies or recognized financial institutions instead ofdirect to him provided that the contractor furnishes to the Engineer-in-charge (1) an authorization in the form of a legally valid document suchas a per of attorney conferring authority on the bank registered financial,cooperative or thrift societies or recognized financial institutions toreceive payments and (2) his own acceptance of the correctness of the amount made out as being due to him by Government or his signature orhis signature on the bill or other claim preferred against Governmentbefore settlement by the Engineer-in-charge of the account of claim bypayment to the bank registered financial, cooperative or thrift societies orrecognized financial institutions. While the receipt given by such bank;registered financial cooperative or thrift societies or recognized financialinstitutions shall constitute a full and sufficient discharge for thepayment, the contractor shall when ever possible present his bills dulyreceipted and discharged through his bank, registered financialcooperative or thrift societies or recognized financial institutions

Nothing herein contained shall operate to create in favour of the bankregistered financial any rights or equities vis-à-vis the MunicipalCorporation of Delhi

Amendment No. 3 to General Conditions of Contract for MCD

Conditions No. 10 of form MCD 6 included in general conditions ofcontract for MCD works is amended ad below:-

10. The Competent authority on behalf of Municipal Corporation ofDelhi does not bind himself to accept the lowest or any other tender, andreserves to himself the authority to reject any or all of the tendersreceived without the assignment of a reason. The competent authorityalso reserves its right to allow to the central Government Public SectorEnterprises /Joint Ventures with PSES with a minimum value addedcontent of over 20% by the latter, a purchase preference with reference tothe lowest valid price bid where the quoted price is within 10% of suchlowest price other things being equal in case of tenders/quotationswhose date of receipt is up to 31.3.2011 subject to the estimate costbeing in excess of Rs. 5 Crores.

Page 11: South Delhi Municipal Corporation Office of the Executive

All tenders win which any of the prescribed conditions are not fulfilled orare incomplete in any respect are liable to be rejected.

Amendment No. 5 to General Conditions of contract for MCD Works –

Amendment to clause 17

Clause 17 of the general conditions of contract for MunicipalCorporation of Delhi works is amended as below to provide for enhancedmaintenance period of 12 months / 6 months depending upon thenature of work after completion of the work. The security deposit of thecontractor will be released after 12 months /6 months as given hereunder in the amended clause. The amended clause shall beincorporated in all NITS issued on or after 1.6.2000

Clause 17 If the contractor or his working people or servants shallbreak , deface, injure or destroy, any part of building in ·which they maybe working. or any building, road, road curb, fence, enclosure, waterpipe, cables, drains, electric or telephone post of wires, trees, grass orgrassland, or cultivated ground contiguous to the premises on which thework or any part is being executed or if any damage shall happen to thework while in progress from any cause whatever or if any defect,shrinkage or other faults appear in the work within twelve months (6months in the cases of any work other than road work costing Rs.10,00,000/- and below) after a certificate final or otherwise of itscompletion shall have been given by the Engineer-in - Charge asaforesaid arising out of defect or improper materials or workmanship thecontractor shall upon receipt of a notice in writing on that behalf makethe same good at his own expenses or in default the Engineer-in Chargecause the same to be made good by other workmen and deduct theexpense from any sums that May be -June or at any time thereafter maybecome due to the contractor, or form his security deposit or theproceeds of sale thereof or of a sufficient portion thereof. The securitydeposit of the contractor shall not be refunded before he expiry of twelvemonths (Six moths in the case of any work other than road work costingRs. 10,00,000/· and below) after the issue of the certificate final orotherwise , of completion of work., or till the final bill has been preparedand passed whichever r is later. provided that in the case of road work ifin the opinion of the Engine -in-Charge , half of the security deposit issufficient, to meet all liabilities of the contractor under this contract, halfof the security deposit will be refundable aft r six months and theremaining half after twelve months of the issue of the said certificate of

Page 12: South Delhi Municipal Corporation Office of the Executive

completion or till the final bill has been prepared and passed whicheveris later.

Amendment No. 6 to General Conditions of Contract for MCD Works

1.Amendment to conditions No. 10 of Municipal Corporation of Delhi:”The competent authority of behalf of municipal\ Corporation of Delhidoes not bind himself-to accept the lowest or (other tender, and reservesto himself the authority to reject any or all Without the assignment P: areason. tenders, in which any of the prescribed conditions is not fulfilledor any conditions including that of conational and/or unconditionalrebate is put forth by the tenderer, shall be summarily rejected”.

2. Amendment to GENERAL RULES & DIRECT10NS:

Clause 4. Any person who submits a tender shall fill up the usualprinted from stating

At what rates he is willing to undertake each item of the Tenders, whichpropose any alteration in the work specified in the said form of invitationof tender, or in the time allowed for carrying out the work, or whichcontain any other conditions of any s01lt: including conditional orunconditional rebates, will be similarly rejected No. Single tender shallinclude more works an one work. but contractors who wish to tender fortwo or more works snarl submit separate to tender for each. Tender shallhave 1fle name and number of the works to which they refer, written onthe envelopes.

The rates(s) must be quoted in decimal coinage Amounts must be quotedIn full rupees by ignoring filly and considering ore than fifty paise asrupees one.

Clause 4 A In Case of Percentage Rate Tenders, tender shall till up theusual printed form Stating at what percentage below/ above (in figuresas well as in words) the total estimated cost given in schedule ofquantities at schedule -A, he will be willing to execute the work Tenders,which propos any alternation in the work specified in the said form ofinvitation to tender, or in the time allowed for carrying out the work, orwhich contain any other condition of any sort including conditional orunconditional rebates, will be summarily rejected. No single tender shallinclude more works shall submit separate lender for each. Tender shall have the name and number of the works to which to which they refer,written on the envelopes

Amendment No. 7 to General Conditions of Contract for MCD Works

Page 13: South Delhi Municipal Corporation Office of the Executive

Amendment to clause 10CC

Clause 10CC not applicable in this case

CLAUSE l0-CA (circular No.D/EE(P)-I/2012-13/14 dated 11.07.12and circulars/ instructions issued till date will be applicable)

If after submission of the tender, the price of materials specified inSchedule ‘F’ increases/ decreases beyond the base price (S) asindicated in Schedule ‘F’ for the work, then the amount of thecontract shall accordingly be varied and provided further that any suchvariations shall be effected for stipulated period of Contract including thejustified period extended under the provisions of Clause 5 of the Contractwithout any action under Clause 2.

However for work done/ during the justified period extended as above, itwill be limited to indices prevailing at the time of stipulated date ofcompletion or as prevailing for the period under consideration, whicheveris less.

The increase/ decrease in prices of cement, steel reinforcement andstructural steel shall be determined by the Price indices issued by theDirector General CPWD. For other items provided in the Schedule ‘F’,this shall be determined by the all India Wholesale Price indices ofmaterials as published by Economic Advisor to Government of India,Ministry of Commerce and Industry. Base price for cement, steelreinforcement and structural steel shall be as issued under theauthority of Director General CPWD applicable for Delhi includingNoida, Gurgaon, Faridabad & Ghaziabad and for other places as issuedunder the authority of Zonal Chief Engineer, CPWD and base price ofother material issued by concerned Zonal Chief Engineer and asindicated in Schedule ‘F’. In case, price index of a particular material isnot issued by Ministry of Commerce and Industry, then the price index ofnearest similar material as indicate in Schedule ‘F’ shall be followed.

The amount of the contract shall accordingly be varied for all suchmaterials and will be worked out as per the formula given below forindividual material: -

Adjustment for component of individual material

√ = P × Q × C1 – C1o

Page 14: South Delhi Municipal Corporation Office of the Executive

C1o

Where,

V = Variation in material cost i.e. increase or decrease inthe amount of rupees to be paid or recovered.

P = Base Price of material as issued under authority ofDG, CPWD or concerned Zonal Chief Engineer and asindicated in Schedule ‘F’.

Q = Quantity of material brought at site for bonafide use inthe work since previous bill.

C/o = Price index for cement, steel reinforcement bars and structuralsteel as issued by the DG, CPWD and corresponding to the time ofbase price of respective material indicated in Schedule ‘F’. For otheritems, if any, provided in Schedule ‘F’, All India Wholesale Price Index forthe material as published by the Economic Advisor to Government ofIndia, Ministry of Industry and Commerce and corresponding to thetime of base price of respective material indicated in Schedule ‘F’.

C1= Price index for cement, steel reinforcement bars and structuralsteel as issued under the authority of DG, CPWD for period underconsideration. For other items, if any provided in Scheduled ‘F’. All IndiaWholesale Price Index for the material for period under consideration aspublished by Economic Advisor to Government of India Ministry Industryand Commerce.

Note:

(i) In Respect of the justified period extended underthe provisions of clause 5 of the contract without and actionunder clause 2, the index prevailing at the time of stipulateddate of completion of the prevailing index of the period underconsideration, whichever is less, shall be considered.

Provided always that provisions of the preceding Clause 10 C Shall notbe applicable in respect of Materials covered in this Clause.

(ii) If during progress of work or at the time ofcompletion of work, it is noticed that any material brought atsite is in excess of requirement, then amount of escalation if

Page 15: South Delhi Municipal Corporation Office of the Executive

paid earlier on such excess quantity of material shall berecovered on the basis of cost indices as applied at the timeof payment of escalation or as prevailing at the time ofeffecting recovery, whichever is higher.

(iii) Cement mentioned wherever in this clause includesCement component used in RMC brought at site fromoutside approved RMC plants, if any.

TABLE OF THE MATERIALS COVERED UNDER CLAUSE 10 CA (to betreated as part of schedule ‘F’)

S.No.

Materials coveredunder this clause

Nearestmaterials otherthen Cementsteelreinforcementbars andstructural steelfor which allIndia WholesalePrice Index to befollowed

Base price and itscorresponding period of allthe materials covered underclause 10 CABase Pricein Rupeesper MT

CorrespondingPeriod

1. Cement (OPC)

Cement (PPC)

2. SteelReinforcementbars TMT 500

i. PrimaryManufacturer

ii. SecondaryManufacturer

3. Structural Steel

Page 16: South Delhi Municipal Corporation Office of the Executive

4. Bitumen Rapid Setting

BitumenEmulsion:

VG-30

In case steel is used of secondary producer recovery will be made on thebasis of difference of prevailing market rates. The rates of the otheritems if any will be taken as per justification of rates.

RECOVERY OF SECURITY DEPOSIT

A sum at the rate of 10% of the gross amount of each bill shall bededucted from each running bill of the contractor till the sum along withthe sum already deposited as earnest money, will amount to securitydeposit of 10% of the tendered value of the work.

CONDITIONS FOR PROCUREMENT OF CEMENT & STEEL BYCONTRACTORS

1: Condition/provision for the procurement of the Steel & Cement ascirculated vide D/EE (P-I)-SDMC/2013-14/83 dated 16.05.13 will beapplicable. The circular vide no.D-77/SE (P)/EE (P)-I/SDMC/2014-15dated 25.08.14 regarding use of Portland Pozzolana Cement (PPC) inRCC structures will also be applicable. These conditions would standmodified to the extent as per latest circular/instructions circulated bySDMC/ MCD. Special condition for steel reinforcement bars/cement asper circular No. D/EE(P)-I/SDMC/2017-18/182 dt.01.08.2017 will beapplicable.

IIIrd party checking

Third party quality assurance /audit of the work will be carried out bythe selected outside agencies/organizations as per detail given below orother agencies as decided by competent authority :-

S.N.

Contractual Cost of work Name of outside agency/organization.

Page 17: South Delhi Municipal Corporation Office of the Executive

1

More than 25 Lacs

IIT (Indian Institute of Technology)

NCCBM (National Council for cement &Building Materials)

CRRI (Central road Research Institute)Mathura road

Engineers India limited

RITES

Testing of samples will be in the designatedlab* are in house lab of the partyconducting quality audit.

2.

5 – 25 Lacs

a). 75 % of the works by quality control cell.Testing of samples will be in the designatedlab*.

b). 25 % of the works by Concerned ChiefEngineer. Testing of samples will be in thedesignated lab*.

3.2 -5 Lacs

25 % of the works by Concerned S.E.Testing of samples will be in the designatedlab*.

The third party charges shall be on total cost of work. Thepayment/fee to third party quality assurance/audit shall be made inadvance and shall be borne by the contractor and nothing will bereimbursed on this account. The contractor shall provide the material fortesting free of cost. In addition to third party checking, all the mandatorytesting shall also be carried out at the site lab/MCDlaboratory/designated lab.

*The designated labs are mentioned below :-

a Sri Ram Institute for Industrial research

b RTC Okhla

c National Test House

The testing charges for materials to be tested from these labs is to beborne by the contractor and nothing will be reimbursed.

Page 18: South Delhi Municipal Corporation Office of the Executive

Circular vide no. 04/EE (P)-I/SDMC/2014-15 dated 08.05.14 &Circular vide no. SE (QC)/SDMC EE (QC)-I/SDMC 2015-16/D-1020dated 29.07.15 regarding third party quality assurance will beapplicable.

CLAUSE 36

Employment of Technical Staff and employees

The circular vide no. D/EE (P)-I/2012-13/326 dated 15.02.13 will beapplicable

Contractors Superintendence, Supervision, Technical Staff &Employees

(i) The contractor shall provide all necessary superintendenceduring execution of the work and all along thereafter as may benecessary for proper fulfilling of the obligations under the contract.

The contractor shall immediately and receiving letter of acceptance of thetender and before commencement of the work, intimate in writing to theEngineer-in-Charge, the name(s), qualifications, experience, age, address(s) and other particulars along with certificates, of the principal technicalrepresentative to be in charge of the work and other technicalrepresentative(s) who will be supervising the work. Minimumrequirement of such technical representatives(s) and their qualificationsand experience shall be lower than specified in Schedule ‘F’. TheEngineer-in-Charge shall within 3 days of receipt of such communicationintimate in writing his approval or otherwise of such a representative(s)to the contractor. any such approval may at any time be withdrawn andin case of such withdrawal, the contractor shall appoint another suchrepresentative(s) according to the provisions of the clause. Decision of thetender accepting authority shall be final and binding on the contractor inthis respect. Such a principal technical representative and othertechnical representative(s) shall be appointed by the contractor soonafter receipt of the approval from Engineer-in-Charge and shall beavailable at site before start of work.

All the provisions applicable to the principal technical representativeunder the clause will also be applicable to other technical representative(s). The principal technical representative and other technical

Page 19: South Delhi Municipal Corporation Office of the Executive

representative(s) shall be present at site of work for supervision at alltimes when any construction activity is in progress and also presenthimself/ themselves, as required, to the Engineer-in-Charge and/ or hisdesignated representative to take instructions. Instructions give to theprincipal technical representative or other technical representative(s)shall be deemed to have the same force as if these have been given to thecontractor. the principal technical representative and other technicalrepresentative(s) shall be actually available the decision of the Engineer-in-Charge as recorded in the site order book and measurement recordedchecked/ test checked in Measurement Books shall be final and bindingon the contractor. Further if the contractor fails to appoint suitabletechnical Principal technical representative and/ or other technicalrepresentative(s) and if such appointed persons are not effectivelypresent or are absent by more than two days without duly approvedsubstitute or do not discharge their responsibilities satisfactorily, theEngineer-in-Charge shall have full powers to suspend the execution ofthe work until such date as suitable other technical representative(s) is/are appointed and the contractor shall be held responsible for the delayso caused to the work. The contractor shall submit a certificate ofemployment of the technical representative(s) (in the form of copy ofForm – 16 or CPF deduction issued to the Engineers employed byhim) along with every on account bill/ final bill and shall produceevidence if at any time so required by the Engineer-in-Charge at site fullyduring all stages of execution of work, during recording/ checking/ testchecking of measurements of works and whenever so required by theEngineer-in-Charge and shall also note down instructions conveyed bythe Engineer-in-Charge or his designated representative(s) in the siteorder book and shall affix his/ their signature in token of noting downthe instructions and in token of acceptance of measurements/ checkedmeasurements/ test checked measurements. The representative(s) shallnot look after any other work. Substitutes, duly approved by Engineer-in-Charge of the work in similar manner as aforesaid shall be provided inevent of absence of any of the representative(s) by more than two days.

If the Engineer-in-Charge, whose decision in this respect is final andbinding on the contractor, is convinced that no such technicalrepresentative(s) is/are effectively appointed or is/are effectivelyattending or fulfilling the provision of the clause, a recovery (non-refundable) shall be effected from the contractor as specified in Schedule‘F’ and the

Page 20: South Delhi Municipal Corporation Office of the Executive

(ii) The contractor shall provide the employ on the site only suchtechnical assistants as are skilled and experienced in their respectivefields and such foremen and supervisory staff as are competent to fiveproper supervision to the work.

The contractor shall provide the employ skilled, semiskilled and underskilled labour as is necessary for proper and timely execution of thework.

The Engineer-in-Charge shall be liberty to object to and require thecontractor to remove from the works any person who is his opinionmisconducts himself, or is incompetent or negligent in the performanceof his duties or whose employment is otherwise considered by theEngineer-in-Charge to be undesirable. Such person shall not beemployed again at works site without the written permission of theEngineer-in-Charge and the persons so removed shall be replaced assoon as possible by competent substitutes.

The financial implications due to variation/deviation of thequantities of various items

The financial implications caused due to variation/deviation of thequantities of various items during the execution will be recovered fromthe contractor’s bill. For calculating the financial implications due tovariation/deviation, justification of rates for finally executed quantitiesas per prevailing market rate at the time of receipt of tender will beprepared and financial implication will be recovered from the contractorat the rate of difference between justification of rates as per estimatedquantities i.e. quantities taken in NIT schedule and justification of ratesprepared for executed quantities in case justification of rates forexecuted quantities comes lower than justification of rates for estimatedquantities however nothing extra will be paid if justification for theexecuted quantities is on higher side.

SPECIAL CONDITION FOR CONSULTANCY /SOIL INVESTIGATIONWORK

Page 21: South Delhi Municipal Corporation Office of the Executive

1. Consultant will provide revised design and drawing based uponthe revised general arrangement drawing/sketch during the execution ofwork/setting off of work without any extra cost within 7 days afterinformation /intimation in this regard.

2. Consultants will required to be made visit of site to sort out anyconfusion /any change in design and drawing is required during theexecution of work.

3. The time period of the consultancy will be period of completion forthe main project and extended period if any up to the completion of theproject. However, consultant is required to submit the design anddrawing in the period mentioned in work order. Nothing extra shall bepayble to the consultant for any extended period of the constrictionwork.

4. If any confusion/controversy/shortcoming is noticed in the soilreport during the preparation of design and drawing consultant will bebound to remove deficiencies in this regard even after the payment offinal bill failing which he will be liable actions as per enlistmentrules/other relevant law /clauses of the contract etc.

Special conditions to comply directives of Hon’ble National GreenTribunal and EIA Guidance Manual

1. The contractor shall not store/dump construction material or debrison metalled road.2. The contractor shall get prior approval from Engineer-in-charge forthe area where the construction material or debris can be stored beyondthe metalled road. This area shall not cause any obstruction to the freeflow of traffic/inconvenience to the pedestrians. It should be ensured bythe contractor that no accidents occur on account of such permissiblestorage.3. The contractor shall take appropriate protection measures likeraising wind breakers of appropriate height on all sides of the plot/areausing CGI sheets or plastic and/or other similar material to ensure thatno construction material dust fly outside the plot area.4. The contractor shall ensure that all the trucks or vehicles of any kindwhich are used for construction purposes/or are carrying constructionmaterial like cement, sand and other allied material are fully covered.The contractor shall take every necessary precautions that the vehiclesare properly cleaned and dust free to ensure that enroute theirdestination, the dust, sand or any other particles are not released in

Page 22: South Delhi Municipal Corporation Office of the Executive

air/contaminate air.5. The contractor shall provide mask to every worker working on theconstruction site and involved in loading, uploading and carriage ofconstruction material and construction debris to prevent inhalation ofdust particles.6. The contractor shall provide all medical help, investigation andtreatment to the workers involved in the construction of building andcarry of construction material and debris relatable to dust emission.7. The contractor shall ensure that C&D waste is transported to theC&D waste site only and due record shall be maintained by thecontractor.8. The contractors shall compulsory use of wet jet in grinding and stonecutting.9. The contractor shall comply all the preventive and protectiveenvironment steps as stated in the MoEF guidelines 2010.10. The contractor shall carry out on-Road-inspection for blacksmoke generating machinery. The contractor shall use cleaner fuel.11. The contractor shall ensure that all DG sets complyemissions norms notified by MoEF.12. The contractor shall use vehicles having pollution undercontrol certificate. The emissions can be reduced by a large extent byreducing the speed of a vehicle to 20 kmph. Speed bumps shall be usedto ensure speed reduction. In case where speed reduction cannoteffectively reduce fugitive dust, the contractor shall divert traffic tonearby paved areas.13. The contractor shall ensure that the construction materialis covered by tarpaulin. The contractor shall take all other precautions toensure that no dust particles are permitted to pollute air quality as aresult of such storage.14. The paving of the path for plying of vehicle carryingconstruction material is more permanent solution to dust control andsuitable for longer duration projects. The NIT approving authority shallcarry out cost benefit ratio analysis of the same.Special Condition circulated by Planning Department vide No.49/EE(P)-I/SDMC dt. 05.05.16 of Hon’ble National Green Tribunaland EIA Guidance Manual: -

1. The contractor shall take appropriate protection measures likeraising wind breakers of appropriate height on all sides of theplot/area using CGI sheets or plastic and /or other similar

Page 23: South Delhi Municipal Corporation Office of the Executive

material to ensure that no construction material dust fly outsidethe plot area. (The NIT approving authority shall take such itemin the schedule of quantity to ensure that the constructionactivity does not cause any air pollution during course ofconstruction and/or storage of material or constructionactivity).

2. The paving of the path for plying of vehicles carrying constructionmaterial is more permanent solution to dust control and suitablefor longer duration projects. The NIT approving authority shallcarryout the cost benefit ratio analysis of the same. (Based on thecost benefit ratio analysis, the NIT approving authority shallinclude the item of paving of path in schedule of item whichcan be utilized as a permanent path for client afterconstruction of project).

3. The NIT approving authority shall take lead of C&D waste fromconstruction site to C&D waste site in the schedule of item.

Requirement of Technical Staff

Cost ofwork

Requirement ofTechnical Staff

Nos MinimumExperience

Rate ofrecovery incase of noncompliance

Upto 150lacs

Graduate Engineer orDiploma Engineer

1

1

2 Yrs.

5 Yrs.

Rs. 15,000/-

Rs. 15,000/-

More than150 lacsupto 500lacs

i. GraduateEngineerii. GraduateEngineer or DiplomaEngineer

1

1

1

5 Yrs.

2 Yrs.

5 Yrs.

Rs. 25,000/-

Rs. 15,000/-

Rs. 15,000/-

More than500 lacsupto 1000lacs

i. GraduateEngineerii. GraduateEngineer or DiplomaEngineer

1

2

2

5 Yrs.

2 Yrs.

5 Yrs.

Rs. 25,000/-

Rs. 15,000/-

Rs. 15,000/-

Lowest Rates of two or more contractor are same: -

Page 24: South Delhi Municipal Corporation Office of the Executive

In case quoted lowest rates in respect of two or more agencies are same,then sealed revised offer will be invited from such contractors. The suchcontractors are bound to submit sealed bid, in case any of the suchcontractor requisite to submit revised offer then it shall be treated aswithdrawal of his tender before acceptance and 50% of the earnestmoney shall be forfeited further in case rates in respect of two or morecontractors in revised bid/ offer are found same, then the lowest amongsuch contractor shall be decided by draw of lots.

N.B. The conditions relevant to consultancy work will be applicable.

EE (Pr.) AE J.E

SE(Pr)/CNZ

CE/Central

Page 25: South Delhi Municipal Corporation Office of the Executive

Page No : 3

MCD-form-A33/A34 (part-I):

Form A-33/A-34 MUNICIPAL CORP

CIRCLE/DIVISION/SUB-DIVISION

CIRCLE : S.E (Pr.)/Central DIVISION : Project SUB-DIVISION: I

(A) Tender for the work of

Consultancy Assignment for preparation of detailed Project Report, ComprehensiveArchitectural Drawing & Design, Engineering Consultancy etc. for the work ofBeautification, up gradation of Kalkaji Mandir complex and its surroundings bylandscaping of park, improvement/ construction of pavements/street and boundary wall,providing similar type of model vending shops, construction of parking systems,construction of modern toilets for ladies and gents separately, ornamental gates, signagesetc. Kalkaji in ward no. 90-S, Central Zone (i) To be submitted by_________________hours on________________________ to (time) (date)__________________________________________________________________________________________________ (ii) To be opened in presence of tenderers who may bepresent at (time) hours on (date)________ in the officeof___________________________________ Issued to:_______________________________________________________________(Contractor) Signature of officer issuing thedocuments______________________________________Designation______________________________________________________________Date of issue:_____________________________________________________________

PROFORMA OF SCHEDULE

PROFORMA OF SCHEDULE (Operative Schedules to be supplied separately to eachintending tenderer) Schedule _______ Schedule of quantities (M.C.D.)

Page 26: South Delhi Municipal Corporation Office of the Executive

Page No : 4

mcd-form-A33/A34 (Part-IV):

Schedule D

Extra Schedule for specific requirements / document for the work, if any.

Schedule E

Schedule of component of Materials, Labour etc for escalation

CLAUSES 10 CC

Component of materials _______Expressed as percent of total value of work.__________________% Component of Labour _______Expressed as percent of totalvalue of work. __________________% Component of P.O.L _____Expressed as percentof total value of work. __________________%

Schedule F

Reference to General Conditions of contract Consultancy Assignment for preparation ofdetailed Project Report, Comprehensive Architectural Drawing & Design, EngineeringConsultancy etc. for the work of Beautification, up gradation of Kalkaji Mandir complexand its surroundings by landscaping of park, improvement/ construction ofpavements/street and boundary wall, providing similar type of model vending shops,construction of parking systems, construction of modern toilets for ladies and gentsseparately, ornamental gates, signages etc. Kalkaji in ward no. 90-S, Central Zone Earnestmoney: Rs 36,000/- Security Deposit 10% of tendered value GENERAL RULES : Officerinviting tender _______________________ & DIRECTION Maximum percentage forquantity of items of work to be executed beyond which rates are to be determined inaccordance with Clauses 12.2 & 12.3

Definitions

2(v) Engineer-in Charge E.E (Pr.)-II/CNZ 2(viii) Accepting Authority As per SDMCnorms 2(x) Percentage on cost of materials and labour to cover all overhead 15% on DSRappd. item and profits 2(xi) Standard Schedule of Rates CPWD Manual 2(xii)Department Engineering 9(ii) Standard MCD contract form MCDA-33/A-34 as modified& corrected upto date

Clause 2

Page 27: South Delhi Municipal Corporation Office of the Executive

Authority for fixing As per M.C.D norms Compensation under Clause 2. As per SDMCnorms

Clause 5

Time allowed for execution 1 month for submission of DPR of work. Authority to givefair _______________________ and reasonable extension of_______________________ time for completion of work ________________________

Clause 7

Gross work to be done together with net payment/adjustment of advances for materialcollected ,if any, since the last such payment for being eligible to interim payment as perDecision of Engineer in Charge.

Clause 11

Specification to be allowed for execution of work. As per CPWD Specifications amendedupto date

Clause 12

12.1.2(iii) Schedule of rates for determining Rates for additional ,altered or substituteditems that cannot be determined under 12.1.2(i) & (ii) CPWD Manual 12.1.2(iii)Plus/minus the % over the rate entered in the Schedule of rates As per CPWD Manual12.1.2(vi) A Deviation Limit beyond which sub clause (i) to (v) shall not apply andclauses 12.2 & 12.3 shall apply As per CPWD Manual 12.1.2(vi) B(a) Limit for value ofany item of any individual trade beyond which sub clause (i) to (v) shall not apply andclauses 12.2 & 12.3 shall apply As per CPWD Manual

Clause 16

Competent Authority for deciding reduced rates S.E (Pr.)/CNZ

Clause 36 (i)

Minimum Qualifications & experience required for principal technical Representatives.(a) For works with estimate cost put to tender more than (i) Rs 10 Lakhs for Civil WorkGraduate or retired AE possessing at least recognized diploma (ii) Rs 5 Lakhs forElec/Mech (b) For work with estimate cost put to tender (i) More than Rs 5 Lakhs butless Recognized Diploma than Rs 10 Lakhs for civil work Holder (ii) More than Rs 1Lakh but less than Rs 5 Lakh for Elect/Mech work. (c) Discipline to which the PrincipalCivil / Elect/ Technical Representative should belong. Mech. (d) Minimum experience ofworks. _______ years (d) Recovery to be effected Rs. 25,000/- pm for Graduate from thecontractor in the event of not fulfilling Provision of clause 36 (i) Rs. 15,000/- forDiploma holder

Page 28: South Delhi Municipal Corporation Office of the Executive

Clause 42

(i) (a) Schedule / Statement for determining theoretical quantity of cement & bitumen onthe basis of Delhi Schedule of Rates (YYYY) printed by C.P.W.D. (ii) Variationspermissible on the theoretical quantities. a) Cement for works with estimated cost put totender not more than Rs. 5 lakhs. 3% plus / minus for works with estimated cost put totender more than Rs. 5 lakhs 2% plus / minus. b) Bitumen All works. 2.5% plus only &nil on minus side. c) Steel Reinforcement and structural steel 2% plus / minus. sectionsfor each diameter, section and category. d) All other materials Nil

Page 29: South Delhi Municipal Corporation Office of the Executive

Page No : 5

Notice Inviting Tender-1 (form-A-32):

Form A-32

1

1. Item rate/percentage rate tender are invited on behalf of MCD from approved andeligible contractors of Municipal Corporation of Delhi Consultancy Assignment forpreparation of detailed Project Report, Comprehensive Architectural Drawing & Design,Engineering Consultancy etc. for the work of Beautification, up gradation of KalkajiMandir complex and its surroundings by landscaping of park, improvement/ constructionof pavements/street and boundary wall, providing similar type of model vending shops,construction of parking systems, construction of modern toilets for ladies and gentsseparately, ornamental gates, signages etc. Kalkaji in ward no. 90-S, Central Zone

1.1

1.1 The work is estimated to cost Rs. 18,00,000/- This estimate however is howevergiven merely as a rough guide.

1.2

Tenders will be issued to eligible MCD contractor provided they produce definite forwhich the appropriate authority, which shall be to the satisfaction of the competentauthority ,of having satisfactory completed similar works of magnitude specified below :-

1.3

Criteria of eligibility for issue of tender documents.

1.3.1

For work estimate to cost above Rs 25 Lacs but upto Rs. 2 crores Three similar workseach costing not less than Rs.___________ Lacs during last 5 years.

1.3.2

For work estimate to cost above Rs 2 crore but upto Rs. 3crore. Three similar worksconsist each costing not less than Rs. 75 lacs during Last 5 years

Page 30: South Delhi Municipal Corporation Office of the Executive

1.3.3

For works estimate to cost above Rs. 3 crore but upto 5 crore. Three similar works eachcosting not less than Rs 1 crore during 5 years.

1.3.4

For works estimate to cost above Rs. 5 crore.Three similar works each costing not lessthan Rs 2 crore or two similar works of aggregate cost not less than 6 crore during last7years. For the purpose of this clause ÃÆââââ¬Å¡Ã¬Ãâ¦Ã¢â¬Åsimilar workmeans the works ____________

2

Agreement shall be drawn with successful tenderer on prescribed Form No.A-33/A-34which is available as a MCD Publications. Tenderer shall quote his rates as per variousterms & conditions of the said form which will form part of the agreement.

3

The time allowed for carrying out the work will be 1 month for submission of DPR Fromthe time 10th day after the date of written orders commence the work or from the firstdate of handling of the site, whichever is Later, in accordance with the phasing, if any,indicated in the tenders documents.

Page 31: South Delhi Municipal Corporation Office of the Executive

Page No : 6

Notice Inviting Tender-2 (form-A-32):

4

The site for the work is available. OR The site for the work shall be made available inparts as specified below: - Consultancy Assignment for preparation of detailed ProjectReport, Comprehensive Architectural Drawing & Design, Engineering Consultancy etc.for the work of Beautification, up gradation of Kalkaji Mandir complex and itssurroundings by landscaping of park, improvement/ construction of pavements/street andboundary wall, providing similar type of model vending shops, construction of parkingsystems, construction of modern toilets for ladies and gents separately, ornamental gates,signages etc. Kalkaji in ward no. 90-S, Central Zone

5

Receipt of application for issue of forms will be stopped by 1600 Hrs. four days beforethe date fixed for opening of tender .Issue of tender forms will be stopped three daysbefore the date fixed for opening of tenders.<br> </br> Tender documents consisting ofplans specification, the schedule of quantities of various classes of work to be done andset of terms and conditions of contract to be complied with by the contractor whosetender may be accepted and other necessary documents can be seen in office of the_______________________ Between hours of 11.00 AM & 04-00 PM everyday excepton Sunday and Public Holiday. Tender documents excluding standard forms will beissued from his office, during the hours specified above, on payment of Rs.______________ in cash.

6

The tenderer must produce an Income Tax Clearance Certificate in the revised form asmodified under Ministry of Finance O.M No. 67/30/69/ITAL dated 2-7-1970 as amendedfrom time to time before tenders papers can be sold to him.

7

Tenders which should always be placed in sealed envelope ,with the name of work anddue date written on the envelope, will be received by the _________ Up to 03-00 PM on_______________ and will be opened by him or his authorized representative in officeon the same day at 03.30 PM.

8

Page 32: South Delhi Municipal Corporation Office of the Executive

The tender shall be accompanied by earnest money (Unless exempted) of Rs 36,000/- incash/Deposit as call receipt of a schedule Bank issued in favour of Commissioner, SDMCthe amount being credited to ____________.A contractor exempted from depositingearnest money in individual case shall attach with the tender an attested copy of the letterexempting him from depositing earnest money and shall produce the original when calledupon to do so.

9

The description of the work is as follows :- Consultancy Assignment for preparation ofdetailed Project Report, Comprehensive Architectural Drawing & Design, EngineeringConsultancy etc. for the work of Beautification, up gradation of Kalkaji Mandir complexand its surroundings by landscaping of park, improvement/ construction ofpavements/street and boundary wall, providing similar type of model vending shops,construction of parking systems, construction of modern toilets for ladies and gentsseparately, ornamental gates, signages etc. Kalkaji in ward no. 90-S, Central Zone Copiesof other drawing and documents pertaining to the works will be open for inspection bythe tenderers at the office of the above- mentioned officer. Tenderers are advised toinspect and examine the site and its surrounding and satisfy before submitting their tenderas to the nature of the ground and sub-soil(so far as is practicable), the form and natureand in general shall themselves obtain all necessary information as risks,contigencies andother circumstances which may influence or effect their tender. A tenderer shall beallowed to have Knowledge of the site whether he inspects it or not and no extraconsequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall beresponsible for arranging and maintaining at its own cost all materials, tools & plants,water electricity access, facilities for workers and all other services required for exceedingthe work unless otherwise specifically provided for in the contract documents.Submission of a tender by a tenderer implies that he has read his notice and all othercontract documents and has made himself aware of the scope and specifications of thework to be done and of conditions and rates at and which stores, tools and plants, etc, willbe issued to him by the department and local conditions and other factors having abearing on the execution of the work.

10

10. The competent authority on behalf of M.C.D does not bind himself to accept thelowest or any other tender ,and reserves to himself the authority to reject any all of thetenders received without the assignment of a reason. All tenders in which any of theprescribed conditions are not fulfilled or are incomplete in any respect are liable to berejected.

11

Canvassing whether directly or indirectly ,in connection with tender is strictly prohibitedand the tender submitted by the contractor who resort to canvassing will be liable torejection.

Page 33: South Delhi Municipal Corporation Office of the Executive

12

12. The competent authorority on behalf of MCD reserves to himself the right ofaccepting the whole or any part of the tender shall be bound to perform the same at therate quoted.

13

13. The contractor shall not be permitted to tender for works in the MCD circle(responsible for execution of contract) in which his near relative is posted as DivisionalAccountant or as and officer in any capacity between the grades of SuperintendingEngineer and Assistant Engineer (both inclusive). He shall also intimate the names ofperson who are working with him in any capacity or are subsequently employed by himand who are near relatives to any category A/B officer in the MCD. Any breach of thiscondition by the contractor would render him liable to be removal from the approved listof contractors of this department.

14No Engineer of Assistant Engineer rank or other officer equivalent to Assistant Engineerrank employed in Engineering of Administrative duties in a Engineering Department ofthe MCD / Govt. is allowed to work as contractor for a period of two years after hisretirement form Government service, without the previous permission of the departmentin writing. This contract is liable to be cancelled if either the contractor or any of hisemployees is found any time to be such a person who had not obtained the permission ofthe department as aforesaid before submission of the tender or engagement in thecontractors service.

1515. The tender for thee works shall remain open for acceptance for a period of days fromthe date of opening of tenders. If any tenderer withdraws his tender before the said periodor makes any modifications in the terms & conditions of the tender which are notacceptable to the department, then the Government shall, without prejudice to any otherright or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

16This Notice Inviting Tender shall form a part of the contract document. The successfultenderer / contractor, on acceptance of his tender by the Accepting Authority, shall,within 15days 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 invitationof tender and acceptance thereof together with any correspondence leading thereto. (b)Standard MCD form A-33 / A-34.

Officer

E.E (Pr.)-I/CNZ

Page 34: South Delhi Municipal Corporation Office of the Executive
Page 35: South Delhi Municipal Corporation Office of the Executive
Page 36: South Delhi Municipal Corporation Office of the Executive
Page 37: South Delhi Municipal Corporation Office of the Executive