+ All Categories
Home > Documents > CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs...

CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs...

Date post: 15-Mar-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
34
CA NO CE (P) BMK / /2015-2016 TENDER No. : CE (P) BRAHMANK-22 of 2015-16 HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200 (ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE. DATE OF SALE : 18 Jan 2016 ONWARDS TENDER DOCUMENTS DATE OF RECEIPT : 20 Feb 2016 UPTO 1000 Hrs DATE OF OPENING : 20 Feb 2016 UPTO 1100 Hrs UN-PRICED BID AND PRICED BID PLACE OF OPENING : HQ CE (P) BRAHMANK, PASIGHAT.
Transcript
Page 1: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BMK / /2015-2016

TENDER No. : CE (P) BRAHMANK-22 of 2015-16

HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200 (ARUNACHAL PRADESH) TO EBW AT

TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE. DATE OF SALE : 18 Jan 2016 ONWARDS

TENDER DOCUMENTS

DATE OF RECEIPT : 20 Feb 2016 UPTO 1000 Hrs

DATE OF OPENING : 20 Feb 2016 UPTO 1100 Hrs

UN-PRICED BID AND PRICED BID PLACE OF OPENING : HQ CE (P) BRAHMANK, PASIGHAT.

Page 2: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 1

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

BORDER ROADS ORGANISATION

PART – I (UN-PRICED BID)

NAME OF WORK: “HANDLING AND / OR CONVEYANCE OF TWO NOS

HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200

(ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC

UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.”

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

1. Content Sheet 01 to 01

2.

Tender Forwarding letter including eligibility criteria,

list & format of qualification documents and

instruction of tenders

02 to 09

3. Notice of tender 10 to 13

4. General condition of contracts, IAFW-2320 (1964

Print) including errata and amendments ** 14 to 46

5. Special conditions 47 to 56

6. Schedule „B‟, „C‟ & „D‟ 57 to 57

7. Tender condition acceptance letter, Tender page and

acceptance letter 58 to 61

(B) PART-II (PRICED BID)

8. Total number of pages for ( Q- Bid), available

separately including Schedule A notes, Schedule A 62 to 65

(C) OTHER DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

9. Amendment / errata to tender documents

10. Relevant correspondence

11. Tender Conditions Acceptance letter

12. Total No of Page

13. Total No of Drawings Nil

**Not attached: - These documents can be referred in the office of the Chief Engineer

Project Brahmank during working hours.

Page 3: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 2

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Registered / AD

Tele: 0368-2222124/062 Headquarters Fax : 0368-2222342 Chief Engineer

Email: [email protected] Project Brahmank PIN: 931 722

C/O 99 APO 80182/BMK/ /E8 18 Jan 2016

M/s…………………………………..

……………………………………….

……………………………………….

PART – I (UN-PRICED BID)

HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC

EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-

31609 FROM SIKKU BRIDGE SITE KM 560.200 (ARUNACHAL PRADESH)

TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44 BRTF OF

PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.

Dear Sir (s),

1. A set of tender documents containing T-Bid (Technical bid) and Q-Bid (Priced Bid) for the

above work is forwarded herewith. Please note that tender will be received through offline

only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016.

„T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

2. Tenderers or their duly authorized representative who have submitted their tenders and

who wish to be present at the time of opening of tenders may visit the office of Chief Engineer

(P) Brahmank C/O 99 APO at the above mentioned time. However they can view online

tender opening process at their premises.

3. Tender documents may also be downloaded from BRO website www.bro.gov.in

(for reference only) and Central Public Procurement Portal (CPPP) website

https://eprocure.gov.in/epublish/app. Cost of tender is to be attached/submit along

with downloaded tender. If cost of tender is already submitted in the office of

Accepting officer, it is not required to be attached again with downloaded tender,

however photocopy/scan copy of Bank draft shall be attached/submit. If cost of

tender is not attached/not already submitted in the office of Accepting officer, tender

shall be rejected by the Accepting officer.

4. Tendering procedure shall be single stage - single bid system.

5. Hard copy of DD for cost of tender document and EMD deposit instrument and

that of tender document duly signed on each page and Schedule „A‟ duly quoted the

price with pages serially numbered and provided with an index page be submitted by

post/through representative by the bid opening date/time as mentioned above.

6. Bid evaluation

Page 4: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 3

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

6.1 The Bids of Bidders shall be evaluated considering the following:-

(a) Bidder should have submitted the cost of tender document.

(b) If the Contractor is not enlisted with BRO, he should have submitted EMD.

(c) Price Bids shall only be furnished in Schedule „A‟ forming part of the Tender

documents.

(d) All payment Terms as forming part of Clause of General Condition of Contract

have been accepted.

(e) Completion Period as indicated in Schedule „A‟ have been accepted.

(f) All General Conditions of Contract have been accepted.

(g) All Special Conditions of Contract have been accepted.

6.2 Determination of L1 : L1 shall be arrived at by taking into account the rates quoted in

Sch ‟A‟ which shall be inclusive of all taxes and duties levied.

6.3 „Conditional bids‟ shall be treated as being „Non Responsive‟. No „Conditional‟ bids

shall be accepted.

6.4 Blank.

7. Blank.

8. Tender shall be opened as per date/time as mentioned in the tender critical data sheet.

9. The Chief Engineer, Project Brahmank, C/O 99 APO will be Accepting Officer here-in-

after referred to as such for the purpose of this contract.

10. Tenderers are requested to quote rates in figures & words at page No.59 above/below

the the rates entered in schedule A i.e. page No.64.

12. If tenderers desire that any condition or stipulation given in the tender documents is to

be modified or deleted, they may submit their comments/suggestion well before 27 Jan 2016

for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If

deptt considers comments/suggestion suitable, corrigendum/amendments to tender documents

shall be issued and also uploaded on BRO web site. If deptt does not consider

comments/suggestion suitable, corrigendum/amendments to tender documents would not be

issued / uploaded on BRO web site/ Central Public Procurement Portal (CPPP) website

https://eprocure.gov.in/eprocure/app and tenderers shall quote strictly complying with the

various provisions given in the tender documents. Any tender which stipulates, any

alterations to any of the conditions/provisions laid down in tender documents

(including corrigendum/amendments) or which proposes any other conditions of any

description whatsoever is liable to be rejected.

13. The tenderers are advised to visit the work site to acquaint themselves of working and

site conditions, before submitting their tender. The submission of tender by a person implies

that he has read this tender forwarding letter, the conditions of contract and has made himself

aware of the scope and specifications of the work to be done and of the conditions and other

factors, site conditions, taxes & levies prevailing etc. which may affect the quotation and

execution of the work.

14. Tenderers are required to quote for complete scope of work as per Schedule „A‟, particular

specification, special conditions and other provisions of the tender documents, failing which the

tender will be considered as “non bonafide” and shall be liable for rejection. Tenderers rate shall

be inclusive of all statutory levies, duties, surcharges, taxes, Octroi service tax etc and including

VAT/State sale tax, on works contract tax payable under the respective statutory pursuant to the

Constitution 46th Amendment Act 1982. Any other conditions stipulated by the tenderer

Page 5: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 4

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

regarding Sales Tax on works contract will not be considered and such tender will be liable for

rejection.

15. Tenderer must be very careful to deliver a bonafide tender; failing which the tenders are

liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy

each and every condition laid down in the tender documents.

16. Tenderers must ensure that their tender is unambiguous and is completed in all respects.

Their particular attention is drawn to the following requirements, which must be complied with:-

(a) Tender documents are to be signed, dated and witnessed as provided for the

purpose.

(b) Blank.

(c) Blank.

(d) In case they are submitting a BLANK TENDER, word „BLANK‟ must be prominently

endorsed on the envelope and in schedule „A‟ inside the tender documents and general

summary duly signed by the tenderer.

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

or a person holding a valid power of attorney from all the partners constituting the firm.

The person signing the tender on behalf of another or on behalf of a firm shall attach with

tender a proper power of attorney duly executed in his favour by such other person or by

all the partners stating specifically that he has authority to bind such other person(s) or

the firm as the case may be in all matters pertaining to the contract including the

arbitration clause. The power of attorney shall be executed as indicated below:-

(i) In case of proprietorship concern if tender is signed by other than

proprietor, person signing tender documents should hold power of attorney from

proprietor.

(ii) In case of partnership concern, power of attorney shall be executed by all

partners.

(iii) In case of company, power of attorney shall be executed in accordance

with the constitution of company.

(f) The undertaking is to be signed and attached by tenderer as per format given at

appendix „C‟.

17. Tenderer who has downloaded the tender from BRO website www.bro.gov.in and Central

Public Procurement Portal (CPPP) website https://eprocure.gov.in/epublish/app,

https://eprocure.gov.in/epublish/app, shall not temper/modify the tender form in any manner.

In case, if the same is found to be tempered/modified in any manner, tender will be completely

rejected and tenderer is liable to be banned from doing business with BRO.

18. Your attention is drawn to the Indian Official Secret Act – 1923 (XIX of 1923) as amended

up to date particularly Section 5 thereof.

19. Earnest Money:-

(a) Earnest money is not required to be attached with tender by the enlisted

contractor with BRO (term “enlisted contractor” used in tender documents means

“enlisted contractor with BRO”) who have submitted standing security but same is

required from un-enlisted contractor/enlisted contractors with BRO, who have not

submitted standing security deposit.

Page 6: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 5

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

(b) Un-enlisted contractors with BRO / enlisted contractors with BRO, who have not

submitted standing security deposit will submit the tender accompanied with Earnest

Money amounting to Rs. 3,000.00 (Rupees three thousand only) in the form of

Deposit at call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in

favour of Chief Engineer (P) Brahmank C/o 99 APO by nationalized/scheduled Bank.

Tender not accompanied with earnest money will not be considered for acceptance. The

amount of this receipt should be basic amount and not their maturity value. Any deposit

lying with the department in any form against any other tender and/or contract shall not

be considered for adjustment as the earnest money against the tender. Any tender not

accompanied with the earnest money in the form as indicated here-in-before or

accompanied with any letter/communication containing any request for adjustment of any

other deposit as earnest money shall be treated as non bonafide tender.

(c) Earnest money shall be returned to unsuccessful bidders (other than

L-1) after opening of price bids and to successful (L-1) bidder after receipt of security

deposit.

20. Security Deposit:-

(a) In case of an enlisted contractor, who has submitted the standing security deposit,

but the tendered cost of the work exceeds the upper tendering limit of the contractor and

the Accepting Officer decides to accept this tender, the contractor has to lodge Additional

Security Deposit (difference of security of work and standing security deposit) as notified

by the Accepting Officer in the prescribed form within 30 days of the receipt by him of

notification of acceptance of the tender, failing which this sum shall be recovered from

the first RAR payment, and if the date of first RAR is prior to the period mentioned above,

the same shall be recovered from such payment.

(b) In case of un-enlisted contractor/enlisted contractor who has not deposited the

Standing Security deposit, and the Accepting Officer decides to accept his tender, then

contractor has to lodge Security Deposit as notified by the Accepting Officer in the

prescribed form within 30 days of the receipt by him of notification of acceptance of the

tender, failing which this sum shall be recovered from the first RAR payment, and if the

date of first RAR is prior to the period mentioned above, the same shall be recovered

from such payment. The security deposit amount will be communicated as per

departmental norms but in no case the same shall be more than Rs 11,25,000.00

(Rupees Eleven Lac Twenty Five Thousand only).

(c) The contractor may at his discretion furnish in lieu of Additional Security Deposit

or Security Deposit a Bank Guarantee Bond executed by any nationalized/Schedule Bank

for the said amount. The form of Bank Guarantee Bond may be seen in any office of

BRO.

21. Accepting Officer reserves the right to accept the tender submitted by a Public Sector

Undertaking, giving a price/purchase preference over other tender(s), which may be lower, as

are admissible under the Govt. Policy. No claim for any compensation or otherwise shall be

admissible from those, whose tenders may be rejected on account of the said Policy.

22. BLANK

Page 7: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 6

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

23. The tender shall remain open for acceptance for a period of Thirty (30) days from the

date of opening of Q- Bid of the tender. (excluding the date of opening)

24. BLANK

25. On acceptance of tender, the name of authorized representative(s) of the contractors who

would be responsible for taking instructions from Engineer- in – Charge or its authorized

representatives shall be intimated by the contractor within 7 days of issue of Acceptance letters.

26. Revision/ Modification of quoted of quoted price

(a) The tenderer shall quote his rates in figures only in the provided column in

schedule „A‟ given in Excel sheet only. In case the tenderer has to revise / modify the

rates quoted in the schedule „A‟ before tender submission end date as mentioned in

critical data sheet, resubmission bid shall be allowed.

(b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after

it is submitted, he may do so on his on line before the latest date & time fixed for

submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form

of an open letter shall not be taken into account, while considering in his original offer.

(c) The tenderer shall not be permitted /modify /withdraw price bid unopened after

closure of the time fixed for receipt of tender.

(d) The bidder modifying or withdrawing his bid after last date of submission of bid will

either have to forfeit the EMD submitted or will have to deposit an amount equivalent to

that of EMD (in case of enlisted contractor), within a period of one month. In case bidder

fails to deposit amount as specified above, then bidder will be debarred for participation in

the tender process for a period of 12 month from the date of opening of bid.

27. Any effort by a bidder or his representative to influence the department in the process of

examination, clarification and Evaluation of bids and in decision concerning award of contract

may result in the rejection of the bid.

28. The lowest financial bid as whole or in a part (if so defined) and if found complete

in all respect will generally be invited for execution of contract agreement. However, Accepting

Officer does not bound himself to accept the lowest or any bid received or to give any reason for

doing so and reserve the right to accept a tender in whole or in part (if defined) as he may

decide at his sole discretion.

29. If the successful bidder fails within the specified time limit to sign the agreement, the

earnest money as submitted with the tender will be forfeited. In case of enlisted contractor, they

will have to deposit an amount equal to the specified EMD value. In case the lowest bidder fails

to deposit the amount as specified above, then he will be debarred for participation in the tender

process for a period of 12 months, from the date of opening of bid.

30. Revocation of offer

In case of the lowest tenderer revoke his offer or revise rates upwards (which will be

treated as revocation of offer), after opening of tender and before expiry of original validity

period stipulated in tender documents, the earnest money deposited by him shall be forfeited. In

case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice

of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which

Page 8: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 7

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

the amount shall be recovered from any payment due to such contractor or shall be adjusted

from the Standard Security deposit. In case bidder fails to deposit amount as specified above or

organisation will not in a position to recover the amount equal to the EMD from enlisted

contractor, then bidder will be debarred for participation in the tender process for a period of 12

month from the date of opening of bid.

Appx 'A'

Page 9: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 8

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

(Clause 4 refers)

UNDERTAKING/AFFIDAVIT ON PERFORMANCE OF THE FIRM

It is certified that :-

(i) There is no poor/slow progress in running work. (If yes please submit details and

reasons of delay to check that these are not attributable to you or are beyond your

control).

(ii) There are no serious defect observed in works which stand rectified(If yes please

submit details and reasons)

(iii) There are no cancelled/ abandoned contracts in which Govt unrealized recoveries

exist (If yes please submit details and reasons)

(iv) My/Our firm has not been blacklisted by any Govt Deptt (If yes please submit

details and reasons)

(v) There are no any Govt dues outstanding against the firm (If yes please submit

details and reasons)

(vi) Proprietor/partners/directors of firm are not involved in anti-national/social

activities and have neither been convicted nor any proceeding are pending in court for

such activities (If yes please submit details)

Place : (Signature of contractor with seal)

Date:

Page 10: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 9

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Appx 'B'

(Clause 4 refers)

PARTICULARS OF FIRM

Sl No. Items Details

1. Name of firm or Individual

2. Legal status of the firm Individual company (incorporated/

un-incorporated) /partnership

firm/public limited

3. Address

4. Contact telephone, Mobile, Fax No.

5. PAN No. (Enclose photocopy)

6. Details of Banker & Bank A/C

7.

Registration details:

(a) Registration class & No.

(b) Validity date of registration

(c) Authority with whom

registered and their address

(d) Letter ref under which

registered

8. Passport No of

Proprietor/Partners/directors (Please

enclose photocopy)

Date: (Signature of Contractor with seal)

Note : Exempted for the contractors enlisted with BRO in any class.

Page 11: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 10

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

(E-TENDERING NOTICE)

NOTICE INVITING TENDER

(NATIONAL COMPETITIVE BIDDING)

BORDER ROADS ORGANISATION

CHIEF ENGINEER, PROJECT BRAHMANK, C/O 99 APO

NIT No: 80182/BMK/22/15-16/E8

1. Bids are invited on single stage single bid system for “HANDLING AND / OR

CONVEYANCE OF TWO NOS HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM

No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200

(ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44

BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.”

2. Tender documents may be downloaded from https://eprocure.gov.in/epublish/app and

http://bro.gov.in as per the schedule as given in critical date sheet as under:-

CRITICAL DATE SHEET

Published Date 18 Jan 2016

Bid Document Download / Sale Start Date 18 Jan 2016 (1000 Hrs)

Clarification Start Date 18 Jan 2016 (1100 Hrs)

Pre bid meeting 27 Jan 2016 (0900 Hrs)

Clarification End Date 28 Jan 2016 (1200 Hrs)

Bid Submission Start Date 28 Jan 2016 (1400 Hrs)

Bid Document Download / Sale End Date 20 Feb 2016 (0900 Hrs)

Bid Submission End Date 20 Feb 2016 (1000 Hrs)

Bid Opening Date 20 Feb 2016 (1100 Hrs)

3. Bids shall be submitted offline only at the office of HQ CE (P) Brahmank.

4. The Technical Bid shall be submitted in hard bound manner with pages serially numbered

and provided with an index page in sealed cover in manual form to the Chief Engineer, Project

Brahmank, PIN: 931722, C/o 99 APO. The original instruments in respect of cost of tender

document, earnest money, original copy of affidavits, credit facility certificate, tender document duly

signed on each page with pages serially numbered and provided with an index page and all the

requisite documents must be delivered to the Chief Engineer Project Brahmank, PIN: 931722, C/O

99 APO on or before the bid opening date/time as mentioned in critical date sheet. Tender not

accompanied with the cost of tender is liable to be rejected.

5. The work is estimated to cost Rs. 1.20 lacs (Rupees One lac twenty thousand only)

approximately or as subsequently amended in tender documents or uploaded in BRO website

http://bro.gov.in and https://eprocure.gov.in/eprocure/app. This estimate, however, is not

a guarantee and is merely given as a rough guide and if works cost more or less, a tenderer

shall have no claim on that account of what so ever nature.

Page 12: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 11

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

6. The tender shall be based on General Conditions of Contracts IAFW-2320 (Revised-

1964) special conditions, particular specifications and drawings with schedule „A‟ (list of works)

to be priced by tenderers.

7. Not more than one tender shall be submitted by one contractor or contractors having

business relationship. Under no circumstances will a father or his son(s) or other close relations

who have business relationship with one another (i.e. when one or more partner(s)/director(s)

are common) be allowed to tender for the same contract as separate competitors. A breach of

this condition will render the tenders of both parties liable to rejection.

8. The total work is to be completed within 30 days without reference to total cost of the

work commencing from the date of placing work order.

9. The Chief Engineer (P) Brahmank will be Accepting Officer, here in after, referred to

as such for all purposes in this contract.

10. Earnest money is not required to be attached with tender by the enlisted contractor with

BRO who have submitted standing security deposit but it is required from other contractors

(Scanned and Original Copy) with tender documents for Rs. 3,000.00 (Rupees three

thousand only) in the shape of call deposit receipt/DD/FDR in favour of Chief Engineer (P)

Brahmank C/o 99 APO obtained from any Nationalized /Scheduled Bank and having

maturity/validity period 30 days more than validity period of his offer shall be submitted by post.

Un-enlisted contractor may note that they will be required to lodge security deposit of the work

in the prescribed form on receipt in writing from the Accepting Officer if their offer is accepted.

11. Applicant tenderer must provide Demand Draft for Rs 300/- (Rupees three hundred

only) towards cost of tender documents, in favour of Accepting officer i.e., Chief Engineer (P)

Brahmank C/O 99 APO and Payable at Pasighat, Code No - 1395 (Arunachal Pradesh

State) obtained from any Nationalized/ Scheduled Bank valid for Six months and send by post.

The all applicable bank charges shall be borne by the applicant and he shall not have any claim

what so ever on this account on Government. In case of re-tendering, the firm which has

submitted the DD in earlier calls will require to submit DD along with their tender/application in

subsequent calls also. Tender not accompanied with the cost of tender document is liable

to be rejected. However, public sectors undertaking /Govt undertaking firms are exempted

from the payment towards cost of tender documents. The Demand Draft in respect of tender

documents shall be non refundable.

12. Intending tenderers are advised to visit again BRO website http://bro.gov.in and CPPP

website https://eprocure.gov.in/epublish/app at least 03 days prior to date of submission

of tender for any corrigendum / addendum/ amendment.

13. The security deposit amount for this work shall be 25% more than the amount of earnest

money deposit calculated as per scale laid down based on the contract amount. The amount of

security deposit shall, however, not exceed Rs. 11,25,000.00. The security deposit is required to

be lodged in the prescribed form on receipt in writing from the Accepting Officer.

14. Earnest money deposit of all unsuccessful tenderer will be returned immediately by

endorsing an authority for its refund. The earnest money deposit of the successful tenderer will

be returned on receipt of the full security deposit or will retain it as a part of security deposit.

15. Copies of drawings and other documents pertaining to the work (signed for the purpose

of identification by the Accepting Officer or his accredited representative) and sample of

materials and stores to be supplied by the contractor will be opened for inspection at the

following locations:-

Page 13: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 12

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Office of the CE (P) Brahmank/Commander Contract/OC Contract

16. The tenderers are advised to visit the work site by making prior appointment with the

Commander 44 BRTF/OC 1443 BCC, C/O 99 APO.

17. A tenderer shall be deemed to have full knowledge of all relevant documents, samples,

site etc whether he had inspected them or not.

18. Any qualification documents/ tender which stipulates any alternative to any of the

conditions laid down or which proposes any other conditions of any description whatsoever is

liable to be rejected.

19. Accepting Officer reserves his right to accept a tender submitted by a public undertaking,

giving a purchase preference over other tender(s) which may be lower, as are admissible under

the Govt. policy. No claim for any compensation or otherwise shall be admissible from such

tenderers whose tenders may be rejected on account of the said policy.

20. The submission of a tender by a tenderer implies that he had read this notice and

conditions of contract and has made himself aware of the scope and specifications of the work to

be done and of the conditions and rates at which stores, tools and plants etc will be issued to

him, local conditions and other factors bearing on the execution of the work.

21. The Accepting Officer does not bind himself to accept the lowest or any tender or to give

any reasons for doing so.

22. In the event of lowest tenderer revoking his offer or revising his rates upward

(which will be treated as revocation of offer), after opening of tenders, the earnest

money deposited by him shall be forfeited. In case of BRO enlisted contractors, the

amount equal to the earnest money stipulated in the Notice of tender, shall be notified

to the tenderer for depositing the amount through MRO, failing which the amount shall

be recovered from payment due to such Contractor or shall be adjusted from the

Standing Security Deposit. In addition, such tenderer and his related firm shall not be

issued the tender in second call or subsequent calls.

23. The tender will be accepted as a whole and not in parts. The tender shall remain open for

acceptance for a period of 30 days from the stipulated date of its receipt.

24. Above particulars may change due to Adm or any other reasons and shall be

available on BRO web site www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit

BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app

frequently and at least THREE DAYS prior to End date of Bid Submission for changes in

above particulars.

25. This notice of tender shall form part of the contract.

Sd/- XXX

SE (Civ)

Dir (Contract)

Dated: 18 Jan 2016 For Accepting Officer

Headquarters

Chief Engineer

Page 14: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 13

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Project Brahmank NIT No : 80182/BMK/22/15-16/E8

C/O 99 APO Dated : 18 Jan 2016

Distribution:

Page 15: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2014-2015 Srl Page No 14-46

(Signature of Contractor) AEE (Civ) ASW For Accepting Officer

GENERAL CONDITION OF CONTRACT

(IAFW-2320 (Revised 1964 print).

“HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM

No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200 (ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44

BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.”

1. A Copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2320) including errata

and amendments has been supplied to me/us and in my/our possession. I/We have read and

understood the provision contained in the aforesaid GENERAL CONDITIONS OF CONTRACT

before submission of this tender and I/we agree that I/we shall abide by the terms and

conditions thereof, as modified, if any, elsewhere in these tender documents.

2. It is hereby further agreed and declared by me/us, the General Conditions of Contracts

including Condition 36 thereof pertaining to the settlement of disputes by arbitration containing

19 pages (Serial page No 26 to 45) including up to date errata and amendments form part of

these tender documents.

3. Wherever the Phases Commander Works Engineer (CWC) and Garrison Engineer (GE)

have been used in the General Conditions of Contract (IAFW-2320) the same are considered as

Task Force Commander (TFC) and OC Contract respectively as applicable to Border Roads

Organization.

4. This tender submitted by me/us is subject to the aforesaid General Condition of Contract

(IAFW-2320), errata and amended copy of which is in my/our possession and which I/we have

read and fully understood before submission of tender.

5. My/our signature here under is in token of my/our having accepted the aforesaid amended

General Conditions of Contract including errata & amendments thereto (IAFW-2320) and the

clause relating to arbitration forming as integral part of this tender.

Page 16: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2014-2015 Srl Page No. 47

(Signature of Contractor) AEE (Civ)

ASW For Accepting Officer

SPECIAL CONDITIONS OF CONTRACT

General

1. The following Special Conditions shall be read in-conjunction with General Conditions of

Contract based on IAFW-2320 including up to date amendments and errata thereto. Any

provisions in Special Conditions if at variance with the General Conditions mentioned above,

provisions of this Special Condition will take precedence over the General conditions of contract,

IAFW 2320.

Scope of Work

2. The work under this contract comprised of handling and conveyance of shifting of

hydraulic excavators as described in Schedule-„A‟ under Project Brahmank. The area of

applicability of contract shall be as specified in the tender documents and stores shall be

transported from and to any places within the area of operation, as per the work order to be

placed by the OC Contract.

Visit to the Site

3. The Contractor shall carry out the work of handling and/or conveyance of stores of any

description within the specified area (hereinafter referred to as the “area of works”) and shall be

deemed to have satisfied himself as to the nature of the site or sites where the work is required

to be executed and as to working conditions and local facilities of access and all other matters

affecting or likely to affect the handling and/or conveyance of stores. No extra charge

consequent on any misunderstanding shall be allowed. The rates quoted in Schedule-„A‟ of the

contract documents shall be deemed to include all sorts of trans-shipment including loading and

unloading operations at any stages en-route during transportation necessitated due to vehicle at

town , crossing the nallah, river, channel, slushy ground, poor road condition etc wherever

required. The contractor shall not be entitled to any additional payment on account of

transhipment /handling of stores en-route to cross the water channel, nallah, river through ferry

or otherwise necessitated during monsoon or flood or otherwise due to any interruption in the

area of operation, during currency of the contract once the goods have been handed over to the

contractor for conveyance. The contractor is advised to visit site of work and acquaint himself

with the working conditions of the area and ascertain the accessibility of routes, verify the

distance and other requisite details of routes, etc. before quoting the percentage rates

above/below against Schedule-„A‟ rates.

Rates

4. The rates quoted by the contractor in schedule „A‟ shall be deemed to have included all

such provisions as highlighted above including all types of taxes/charges payable en-route as per

the local laws. The rates quoted shall not be subjected to any adjustment therein due to any

reason whatsoever during the currency of the contract. The rates quoted shall include provision

for all types of fuel, transportation tools, plants expenses on loading/unloading, crew, adequate

protection of Govt store in transit and while loading/unloading etc as required for the entire

completion of work without any loss/damage to the Govt store. Consider there is no escalation

charges will be paid to the contractor.

Plying of Vehicles

5. Contractor shall make his own arrangement for obtaining necessary permit from local

authorities for plying of vehicles for the work in accordance with rules and regulation of the land

and shall pay all the taxes whatsoever in this connection. The vehicles shall ply through

authorized route only as directed by OC Contract/Engineering-In-Charge and shall report to

concern check posts en-route & get necessary endorsement made on convey note. The vehicles

Page 17: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 48

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

shall not carry any other store than issued by Govt. The contractor shall not have any

reservation if department details a representative to travel alongwith the vehicles.

Natural Calamities/Road Blocks

6. In case of natural calamities like earthquake, militant activity, landslide, rain, floods and

certain roads becoming slushy etc. nothing extra in the form of compensation will be payable to

the contractor, except that a reasonable extension of time be given on affected work within the

scope and provisions of Contract Agreement. In case of road blocks, breaches and road or route

remaining out of service, the contractor may be allowed to transport goods via alternate route

(longer route or shorter routes) as the situation may be, and will be paid accordingly. The OC

Contract will obtain prior permission of Accepting Officer in writing before resorting to such

action. However, distance involved via alternate route (longer route or shorter route) will be

ascertained by the Task Force Commander who will convene a Board of Officers for ascertaining

distance and same will be communicated to the Accepting Officer for his approval. The decision

of the Accepting Officer shall be final and binding on the Contractor. The distance for the longer

or shorter route ascertained by the Board of Officers shall be considered for the payment

purpose.

Detention of Contractor‟s Vehicles

7. In case detention of Contractor‟s vehicles becomes inevitable due to unavoidable

circumstances, Contractor shall not be allowed any detention charges or compensation on this

account. However, the contractor shall be allowed reasonable extension of time in terms of

conditions 6 of General Conditions of Contract, IAFW-2320. Whatever the reason, the contractor

is responsible for penalties which are initiated by railway authorities due to delay in release of

goods.

Loss of Stores while under contractor Custody

8. Goods handed over to the Contractor shall remain at the risk and the sole responsibility of

the Contractor. No additional facility by way of providing waterproof covers for perishable stores

or godowns for storage en-route shall be provided to the Contractor for Govt. stores, after being

handed over to him for handling and conveyance. Contractor shall deliver all stores intact at

destination whatever handed over to him. In the event of any item of stores being lost or

damaged while in the custody of the Contractor due to his not taking adequate precautions for

protection of stores or intentionally lost//not delivered by him with intended benefits the

recovery will be effected from him for stores lost or damaged, as per the rate to be worked out

on the following basis. The contractor is therefore advised to have transit insurance for the

purpose.

(a) Two (2) times the departmental stock book rate (assessed including all the

taxes and freight paid) or two (2) times the market rate whichever is higher as

applicable at the place of handing over of the stores to the Contractor.

(b) An overhead charge of 11.30% shall be added further on the rates as

assessed above to cover inspection, departmental and other charges.

(c) The decision of OC Contract in this regard shall be final and binding.

9. In case the loss of stores while in the custody of contractor has taken place due to the

reasons beyond the control of the contractor, the recovery will be effected from him in

accordance with condition- 19 of the General Condition of the contract (IAFW- 2320). The

decision of the accepting Officer whether the loss of stores is due to the reasons beyond the

control of the contractor or otherwise will be final and binding in this respect.

Page 18: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 49

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Unloading of Stores Departmentally

10. As per the provisions made in the Schedule-„A‟ the Contractor shall carry out the loading

and unloading of stores at this own arrangement. However, if any occasion arises when the

Contractor is not in a position to unload the stores after transporting the same to the

destination, necessary assistance for unloading the vehicles departmentally, may be provided to

the contractor by OC Contract on receipt of written request from the contractor or his accredited

representative. OC, Contract shall be the sole and final authority to decide the necessity of

providing departmental assistance to the contractor for unloading. When the contractors vehicles

are unloaded departmentally, the relevant convey notes shall be endorsed accordingly and an

amount equal to the 2 (two) times the amount worked out based on the rates specified for

unloading/loading of the stores at the schedule „A‟ rate and percentage above/below accepted

thereon for the contract agreement be deducted from the bill / recovered from the contractor. In

such cases no payments shall be admissible to the contractor for loading/unloading of that

quantity of stores on account his failure in meeting the contractual liabilities and recovery shall

be effected from the contractor in the manner as specified herein above.

Orders before Termination or Expiry of the Contract

11. Handling and conveyance of any stores for which orders are placed before the termination

or expiry of the contract although the time of completion of such work orders may fall after the

dates of termination of expiry of the contract, the contractor shall carry out such handling and

conveyance work till expiry date of work orders, failing which contractor shall be liable to pay

compensation as per Clause 22 of General Conditions of Contract, IAFW-2320.

Order under the Contract

12. All work order(s) under this contract shall be placed by the OC Contract. The OC Contract

is also to carry out any deviation/cancellation thereof. The contractor shall have no claim

whatsoever if the work order(s) once placed for any quantity of stores/materials to be shifted

during a particular period, from and to any of the places covered under this contract are varied

due to any reason. All order, notices, etc to be given under the contract shall be in writing

typescript or printed and if sent by post to the last known place of business of contractor shall be

deemed to have been served on the date when in the ordinary course or post it would have been

delivered to him. The contractor shall carry out without delay all instructions/orders given to

him. Govt. shall reserve the right to send the work order to the contractor by registered post as

and when Railway receipts are received. A copy of Railway receipts will also be sent to the

contractor along with the work order. Such work orders if sent by Registered post to the last

known place of above or business of the contractor shall be deemed to have been served on the

date when in the ordinary course of post it would have been delivered to him. The contractor

shall carry out without delay all orders given to him. Generally work orders shall be placed within

a month from the date of acceptance of the contract. However in case of any strike restricting

movement of wagons and other events which are beyond the control of the department, placing

of work order may be delayed further and the contractor shall not have any claim on account of

such delay.

Conveyance and Coverage

13. The maximum stores expected at one time during currency of this contract has been

mentioned in the dumping schedule. But this is a rough guide only and will not be binding if the

actual requirement is less or more. The Contractor shall provide adequate waterproof covering

to protect the stores while stacking at Railway Platform and also use covered transport to protect

the stores while in transit against damage due to rain, storm, etc,. The Contractor‟s rate shall be

deemed to be inclusive of all the arrangements like, providing godown, tarpaulin or other

covered transhipment including tools and plants, transports, etc. required as per the conditions

of contract. No extra claim for all such arrangement required to be provided by the contractor

for completion of the work shall be entertained. The contractor‟s quoted rates shall also include

Page 19: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 50

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

transportation of stores on un-surfaced class 5 roads of any description in the area specified in

the tender documents.

Distance

14. Work orders shall be placed on the contractor by OC Contract through shortest route to

be ascertained by the OC Contract before placing of work orders. The decision of OC Contract in

this respect shall be final and binding on the contractor. The approximate distance and the

dumping schedule given is a rough guide line only. Task Force Commander shall convene a

Board of Officers for ascertaining the correct distance of various locations from where the stores

are to be transported & approved which shall be final and binding on the contractor. In case the

contractor transports the stores by the longer route at his own, payment shall be restricted to

the distance specified in the work orders. The decision of the OC Contract in this respect shall

be final and binding on the contractor. It is the responsibility of the contractor to obtain requisite

permits including inner line permits of labour and vehicles from all concerned authorities

required for the full and entire completion of this contract work. The OC contract and engineer-

in-charge will provide all necessary assistance to contract or for obtaining such permits.

Handling of Stores

15. The Contractor shall maintain a register keeping record of receipts of stores and date

wise-dispatch indicating therein the convoy note number, vehicle number and work order

number, Daily entries shall be signed by the contractor or his accredited agent and by Engineer-

In-Charge or his authorized representative. The Register should at all time show total stores

received, dispatched and balance held in stock.

16. The stores shall be transported to the destination in the same vehicle in which the stores

were loaded initially from the railway station/godowns and the stores shall not be unloaded and

reloaded in another vehicle en-route by the contractor under normal circumstances. In case of

any mechanical breakdown of any of the contractor‟s vehicle or natural calamity, store can be

unloaded and loaded into other vehicle at the cost of the contractor. No extra payment shall be

admissible to the contractor on this account. The contractor will notify this fact to the OC

contract/engineer-in-charge within 3 clear days of such happening.

Distance Chart

17. The approximate distances shown below are for rough guidance only. Contractor shall not

have any claim for any changes/variations in the distances shown as hereunder:-

S/No Location Approximate Distance from

HQ 1443 BCC, Ranaghat

(Arunachal Pradesh

(Km)

1. Sikku Bridge 10.000 (plain Sector)

2. Eastern Base Workshop

(Assam)

410.000 (Plain Sector)

18. Distance shown above is a rough guide only and shall be considered for reference only.

For the purpose of payment to the contractor for the stores conveyed to any destination under

the contract provisions, the exact distance/lead for various destinations/delivery point of

stores/materials shall be ascertained by the Board of Officers convened and approved by Task

Force commander. The distances so ascertained by the Board of Officers and approved by Task

Force Commander shall be final and binding to the contractor and they shall not have any claim

on this account.

Page 20: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 51

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Inspection of Stores while in Custody of the Contractor

19. The Contractor vehicles shall ply as per the local restrictions imposed by the authorities

responsible for this purpose. The contractor‟s vehicles under no circumstances shall carry out

stores other than project stores. All or part of vehicles are liable to be checked at number of

times during transit or under custody with Contractor at any place by departmental authorities or

any other person detailed by the Accepting Officer.

Minimum Fair Wages Payable to Labour

20. The Contractor shall pay wages not less than the minimum fair wages fixed from time to

time by the local authorities. He shall have no claim, whatsoever, if on account of any local

regulations or otherwise, he is required to pay wages in excess of the wages so fixed. The

contractor shall observe the laws/rules/regulations of Government of Assam/Arunachal

Pradesh/Nagaland regarding the employment of labour, payment of wages and cognate matter

relating to the local conditions. The contractor will be required to obtain written permit from

appropriate authority of Assam/Arunachal Pradesh/Nagaland whichever is applicable to import

labour, if required by him.

21. Labour Regulation and Abolition Act 1970, Workman Compensation Act-1923, Child

Labour Act-1986 and Minimum Wages Act-1948 are applicable to the contractors working under

this department. Rates quoted by the tenderer shall be deemed to have taken into account the

cost etc, required to comply with the provisions contend in the said Acts and the rules framed

under said Acts.

Testing of Cement

22. Deleted.

Transit Insurance

23. The contractor shall secure and maintain transit insurance cover for full value of all

equipments to be shifted during currency of contract at his own expense. Such insurance shall

cover any loss or damage of equipment during transit from source of dispatch to work sites

including loading and unloading. Beneficiary of all insurance policies shall be Chief Engineer, Project

Brahmank. Unless insurance document in this regard are furnished to the Engineer-in-Charge no

payment will be made to the contractor for the work done.

Arbitration (Refer 36 of General Condition of Contract IAFW- 2320)

24. All the disputes or differences arising as aforementioned under condition No. 36 of

General Condition of Contract IAFW- 2320 other than those for which the decision of the

accepting officer or any other person by the contract expresses to be final and binding shall after

written notice by either party of the contract to the other of them, be referred to the sole

arbitrator in accordance with the rules specified hereunder:-

Rules for Arbitration

(a) Matter to be arbitrated shall be referred to the sole arbitration of an Engineer

Officer to be appointed by Director General Border Roads, or in his absence the Officer

officiating as the DGBR whose decision shall be finding and binding.

(b) The Venue of Arbitration be such a place or places as may be fixed by the

arbitrator at is his sole discretion.

(c) The Arbitration proceedings shall be governed by the Arbitration and Reconciliation

Act 1996.

Page 21: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 52

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

(d) The arbitrators shall give reasons for the award in each and every case

irrespective of the value of claims or counter claims.

(e) The award of the arbitrator shall be final and binding on both the parties.

(f) Legal Jurisdiction for this Contract Agreement shall be “Pasighat Court,

Arunachal Pradesh” only.

(g) The expenses incurred by each party in connection with preparation, presentation

etc. of its proceedings as also fees and expenses paid to the arbitrator shall be borne by

each party.

25. Distance shown in Schedule „A‟ is a rough guide only and shall be considered for reference

only. For the purpose of payment to the contractor for the stores conveyed to any destination

under the contract provisions, the exact distance/lead for various destinations/delivery point of

stores/materials shall be ascertained by the Board of Officers convened and approved by Task

Force Commander. The distances so ascertained by the Board of Officers and approved by

Commander, Task Force shall be final and binding to the contractor and they shall not have any

claim on this account.

Quantity and Type of Stores

26. The approximate quantity of stores to be handled under this contract and type thereon is

shown below are for guidance. The contractor shall not have any claim for any

changes/variations in the tonnages.

HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC

EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200

(ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443

BCC UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.

(a) Qty of Stores

(a) Equipments - 48.00 MT

(b) Type of Store

(a) 02 Nos of Hydraulic Excavators - 48.00 MT

Non Delivery of Stores in time

27. In case any stores are not delivered by the contractor within a reasonable period of time

(maximum 15 days) from the date of dispatch of store, suitable action as deemed fit under the

contract and law shall be initiated by the OC contract and Commander TF, including Lodging of

FIR thereon.

Payment of Work

28. The payment will be released by Task Force through E-Payment mode, for which the

contractor is required to submit the NEFT/RTGS Mandate Form (enclosed at Appx „B‟) duly filled

in the specified details. Otherwise, it will be released through A/c Payee Cheque.

29. In case where the payment is released through cheque it will be sent by post to the

Contractor for which the postage charges will be deducted from the net amount due to the

Contractor.

Page 22: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 53

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Discrepancies /Doubts

30. In case of any disputes or discrepancies or any doubt or obscurity as to the interpretation

of any of the conditions contained in the tender documents i.e. General conditions of Contract,

Special Conditions, Particular Specifications etc , the matter shall be referred to the Accepting

Officer, whose decision in this regard shall be final and binding.

Implementation of Section 113 of Motor Vehicle Act 1988

31. Hon‟ble Apex Court verdict on the WP (C) No. 136 of 2003 in the matter of Paramjit

Bhasin and Ors V/s Union of India and Ors regarding implementation of Section 113 of MV Act

1988 will be strictly adhered to during execution of this contract. No overloading of the vehicles

beyond permissible limit shall be carried out by the contractor during transportation.

Deduction of Taxes At Source

32. Income Tax at source at the rate notified by the Govt. of India from time to time along with

Surcharge and Education Cess as applicable shall be deducted from the RAR(s)/Final Bill.

33. Similarly, Entry Tax at source at the rate of notified by the State Govt. from time to time

along with surcharge as applicable shall be deducted from the RAR(s) /Final bill. The contractor may

ascertain full details in this respect from the concern department(s). Royalty or other taxes on

materials issued in the process of full-filling contract, payable to the concerned state Govt under

rule in force will be paid by the contractor himself.

34. Contractor should produce either paid receipt or no objection certificate on this account from

the concerned State Govt. before release of RAR/ Final bill.

REIMBURSEMENT/ REFUND ON VARIATION IN TAXES

35. The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including

sales tax/VAT on materials, sales Tax/VAT on work contracts, turnover tax, service tax, labour

welfare cess tax, etc.), duties, royalties, octroi & other levies payable under the respective states.

No re-imbursement / refund for variation in rates of taxes, duties, royalties, octroi & other levies

and/or imposition/abolition of any new/existing taxes, duties, royalties, octroi & other levies shall be

made as applicable except as provided in sub para 37 (i) to (iv) here-in below.

36. (i) the taxes which are levied by Govt. at certain percentage rates of contract sum/amount

shall be termed as “taxes directly related to contract” such as sales tax/VAT on works

contracts, turnover tax, labour welfare cess/tax and like but excluding income tax. The

tendered rates shall be deemed to be inclusive of all “taxes directly related to contract value“

with existing percentage rates as prevailing on last due date for receipt of tenders. Any

increase in percentage rates of “taxes directly related to contract value” with reference to

prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor

and any decrease in percentage rates of “taxes directly related to contract value “with

reference to prevailing rates on last due date for receipt of tenders shall be refunded by the

contractor to the Govt. / deducted by the Govt. from any payments due to the contractor.

Similarly imposition of any new “taxes directly related to contract value” after the last due

date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes

directly related to contract value” prevailing on last due date for receipt of tenders shall be

refunded by the contractor to the Govt./deducted by the Govt. from the payments due to the

contractor.

(ii) The contractor shall, within a reasonable time of his becoming aware of variation in

percentage rates and/or imposition of any” taxes” directly related to contract value” give

written notice thereof to the OC contract stating that the same is given pursuant to this

Special Condition, together with all information relating thereto which he may be in a position

Page 23: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 54

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

to supply. The contractors shall submit the other documentary proof/information as the OC

Contract Aug require.

(iii) The contractor shall, for the purpose of this condition keep such books of account and

other documents as are necessary and shall allow inspection of the same by a duly authorized

representative of Govt., and shall further, at the request of the OC contract furnish, verified in

such a manner as the OC contract may require, any documents so kept and such other

information as the OC contract may require.

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to

contract value” shall be made only if the contractor necessarily & properly pays additional

“taxes directly related to contract value” to the Govt. without getting the same adjusted,

against any other tax liability or without getting the same refunded from the concerned Govt.

Authority and submit documentary proof for the same as the OC Contract may require”.

Page 24: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 55

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Appendix „C‟

(Ref para-23 of Special Condition of contract)

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as

per account in the Bank

(2) Beneficiary‟s Account Number (As

appearing on the Cheque Book)

(3) Name of Bank where a/c is

held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No. of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of the

Bank & Branch

(9) E-Mail ID of Contractor

Note Please attach a blank cancelled cheque for verification of the above

particulars.

I, hereby, declare that the particulars given above are correct and

complete. If the transaction is delayed or not effected due to incomplete or

incorrect information of the bank details, I will not hold the payment releasing

authority responsible for it.

Dated : Signature of the contractor (Seal)

CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records.

Seal of Bank Signature of the branch manager of the Bank

Dated:-

Page 25: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 56

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

Appendix „D‟

(Ref para-16 (f) of forwarding letter)

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby under take that our firm M/s

__________________________ agree to abide by Terms and conditions of tender No.

CE (P) BRAHMANK/22/2015-2016 for “HANDLING AND / OR CONVEYANCE OF

TWO NOS HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-

31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200

(ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC

UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH

STATE.” from page No._______to __________ as advertised in the CPPP site

https://eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at any

time before the expiration of stipulated tender conditions.

______________________________________

(Signed by an Authorized Officer of the Firm)

_____________________

Title of Officer

_____________________

Name of Firm

____________

Date

Page 26: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 57

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

SCHEDULE „B‟

LIST OF STORES/MATERIALS TO BE ISSUED TO THE CONTRACTOR

Description of Materials Unit Rate (in `) Place of issue Remarks

1 2 3 4 5

_____________________Nil_____________________

SCHEDULE “C”

(LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)

WHICH WILL BE HIRED TO THE CONTRACTOR)

S.N

o

Qty Particulars Details of

BRO Crew

supplied

Hire Charges

per unit per

working Hours

Stand by

Charge per

unit per

Hours

Place of

Issue

Remarks

1 2 3 4 5 6 7 8

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

SCHEDULE “D”

(TRANSPORT TO BE HIRED TO THE CONTRACTOR)

S.No. Qty Particulars Rate per unit per working day Place(s) of Issue Remarks

1 2 3 4 5 6

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

Page 27: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 58

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

TENDER/CONDITIONS ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

______________________

______________________

______________________

______________________

______________________

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ________________________

Name of Tender / Work: -

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

_______________________________________________________

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned

„Tender/Work‟ from the web site(s) namely:

_____________________________________________________________________________

_____________________________________________________________________________

______as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read entire terms and conditions of the tender

documents from Page No. _______ to ______ (including all documents like annexure(s),

schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby the

terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organisation too has also

been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender

document(s) / corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , your department/ organisation shall

be at liberty to reject this tender/bid including the forfeiture of the full said earnest money

deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this

condition.

6. I/we have downloaded the tender from BRO website www.bro.gov.in or www.bro.nic.in (link

tender-link-Brahmank) & Central Public Procurement Portal- and I/we have not tempered/

modified the tender form in any manner. In case if the same is found to be tempered/ modified

in any manner, I/we understand that my/our tender will be summarily rejected and I/we are

liable to be banned from doing business with BRO.”

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

TENDER

Page 28: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 59

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

To,

The President of India,

Having examined and perused the following documents: -

1. Schedule „A‟ attached hereto.

2. General Conditions of Contract, IAFW-2320 (Revised-1964).

3. Special Conditions.

I/We (herein after called the contractor) do hereby offer to execute upon the terms and

conditions herein set for the handling and or conveyance of stores of any description specified in

the Schedule „A‟ hereto within the area/location mentioned in the contract as Schedule „A‟ for

“HANDLING AND / OR CONVEYANCE OF TWO NOS HYDRAULIC

EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608 AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200 (ARUNACHAL PRADESH)

TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH STATE.”

at______% (In words_______________________________________) above/below

(refer Para 2 item 1 and 2 at Serial Page No 64) the rates entered in the said Schedule, as may

be required/demanded by the OC Contract for a period of 30 days commencing from the date of

commencement of the contract (whose requirements is estimated within amount to Rs. 1.20 lac

but this cost is a rough guide only and will not be binding if the actual requirement are less or

more) and further offer to executed by price work upon the same terms and conditions and or

any additional work in connection with the handling/conveyance of this contract as such rates or

rate as shall be determined in accordance with clause 32 of the conditions of the contract

annexed hereto.

In consideration of President of India, hereinafter called the Govt., agreeing that for the

said period and so long as the contractor carries on this contract and it is in force no one but the

contractor shall be employed to do the said work except as provided in condition 5 of the

contract annexed hereto, the contractor hereby agrees to abide by the rates hereby tendered

and fulfil all the terms and provisions of the said conditions of contract, the sum of money

mentioned in the said condition of contract without prejudice to the Govt. right to claim damage

for breach of contract :-

Note: - In the event of discrepancy between description in words and figures quoted by a

contractor the description in words shall prevail.

Should this tender be accepted, the sum Rs. 3,000.00 (Rupees three thousand only)

forwarded as earnest money shall either be retained on account of Security Deposit or be refunded

by the Govt. on receipt of an equal amount as security deposit, within the time specified in

Condition 9 of IAFW 2320. And further agree to refer all disputes as required by condition 36 of

General condition of the Contract (IAFW-2320) to the sole arbitrator of a Serving Engineer Officer to

be appointed by the Director General Border Roads, New Delhi or in his absence, by the officer

officiating as Director General Border Roads, whose decision shall be final, conclusive and binding.

However, in case of dispute with PSE and or PSU the same will be referred to a Sole Arbitrator to be

appointed by Secretary Bureau of Public sector Enterprises.

Page 29: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 60

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

TENDER (Contd..)

Signature of

contractor____________________

Witness :- (In the capacity of_____________

Signature ___________ duly authorized to sign the tender documents

for and

behalf of ____________________________

Name ________________________

(IN BLOCK LETTERS)

Address : ______________________ Postal Address :- ______________________

______________________

Telegraphic Address:-

___________________

Note: - In the event of the tender being submitted by partnership firm it must be signed separately

by each partner thereof or on behalf of all the partners of the firm by a person holding a valid

power of attorney authorized him to do so. In the absence of any partner it must be signed on his

behalf by a person holding his power of attorney (such power of attorney shall specifically

authorized the signatory to the documents to bind all partners of the firm as the case Aug be in all

matters pertaining to the contract including the arbitration clause). In the case of limited company

registered under the Act, the tender shall be signed in accordance with the provisions contained in

this behalf in the articles of association of the company or by a person having express authority to

bind the company.

Note: No percentage above/ below the Schedule „A‟ rate to be quoted in this page at line

8 during bidding process. The % above and below schedule „A‟ rate is to be quoted in

BOQ (Excel Sheet) only.

Page 30: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 61

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

ACCEPTANCE

_______________alterations have been made in this document and as evidence that

these alterations were made before the execution of this Contract Agreement, these have been

initialled by the Contractor and Shri ..................................……………… AEE (Civ), Assistant

Surveyor of Works, of HQ CE (P) Brahmank.

The said Officer is hereby authorised to sign and initial on my behalf the documents

forming part of this Contract Agreement.

The above tender of M/s ____________________________________ accepted by

me on behalf of the President of India, in respect of schedule "A" attached hereto at the prices

quoted therein

for_______%(_______________________________________________________________)

above/below schedule „A‟ attached hereto at the prices quoted there-in.

dated___________day of ______________________two thousand sixteen (2016).

Signature of the Contractor Chief Engineer (P) Brahmank

(For and on behalf of the President of India)

Page 31: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 62

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

PART-II (PRICED BID)

BORDER ROADS ORGANISATION

The following shall form part of this contract agreement: -

Document annexed hereto

S/No Particulars Page No

1. Contents 62

2. Schedule „A‟ (Notes) 63

3. Schedule „A‟ 64 - 65

Total Nos (Pages

Page 32: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 63

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

SCHEDULE `A'

SCHEDULE OF REQUIREMENTS

NAME OF WORK : “HANDLING AND / OR CONVEYANCE OF TWO NOS

HYDRAULIC EXCAVATORS BEML BE 300 BEARING EM No.11Q-31608

AND EM No.11Q-31609 FROM SIKKU BRIDGE SITE KM 560.200

(ARUNACHAL PRADESH) TO EBW AT TEZPUR (ASSAM) UNDER 1443 BCC

UNDER 44 BRTF OF PROJECT BRAHMANK IN ARUNACHAL PRADESH

STATE.”

1. The quantities given in column No 4 of Schedule `A' are approximate and are inserted as

a guide only.

2. The percentage rates shall be filled only in the provided column in schedule A given in BOQ.

The schedule „A‟ given in page No. 64-65 is for reference only.

3. The percentage of rates quoted by the tenderer in schedule `A' shall be deemed to include,

inter-alia for all materials, tools and plants, transport and labour etc., required for the supply. Sale/

VAT tax, Goods tax, Entry tax, labour welfare cess, terminal tax, royalty, monopoly, Octroi etc. for

carriage, delivery, all types of tests specified in CA document and stacking etc at the specified place

of supply. No payment other than the rates quoted in schedule `A' shall be made to the contractor.

If tenderers have Rate/Running contract with DGS&D of any item mentioned in the schedule “A‟, a

copy of the same may be enclosed for our guidance and a certificate to the effect be given that

prices quoted are as per DGS&D Rate/Running contract. Quoted rates will hold good for a period of

30 days from the date of opening of tender.

4. The item under this contract shall be delivered / supplied at Eastern Base workshop

(Assam) and stacked neatly at places/intervals as directed by Engineer-in-Charge.

5. Period of completion: - The total period of completion for supply of all the items of

schedule „A‟ shall be 30 days from the date of commencement indicated in the first work order.

6. The tender will be accepted as a whole and not in parts. The tenderers will not have any

claim on this account and the Accepting Officers‟ decision shall be final.

Page 33: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 64

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

SCHEDULE 'A'

(Description of work to be executed)

1. The under mentioned terms used in this schedule shall be interpreted as follows:-

(A) „Unloading‟, „Loading‟, „Removing‟, „Stacking‟ shall means these operations are carried

out by manual labour without the use of crane or other appliance.

(B) In particular the terms „Stacking‟ shall mean the neat or orderly arrangement (as may be

directed) of Packed Bitumen irrespective of their size and shall include such arrangement

in the open places/stores. The terms shall also include the placing in position on tonnage

as may be necessary to facilitate sufficient stacking.

(C) Wagon‟ shall mean a Railway wagon whether open or closed.

2. Payment shall be made on the basis of weight of the goods handled/conveyed, weights less

than a tonne but exceeding half tonne shall be paid as one tonne and weights of half tonne and less

shall be paid as half tons. The rate of half a tonne shall be half of the rate given for one tonne.

S/

No.

Description of work Unit of

calculation

Rate of payment Estimated

Cost Rs.

1 2 3 4 5

1.

Removing any class of goods other

than cement and items of steel

including BB parts from any place

inside or outside buildings, loading into

road vehicles, unloading at the required

site inside or outside buildings and

stacking neatly as directed

(Transporting charges not included in

the rate and shall be paid under item

10 below).

Tonne

(48.00)

Rs. 4.05 (Rupees

four and paise five

only)

Rs. 194.40

2. Transporting any class of goods by any

means to a distance exceeding 10 km

Tonne/

Km

(48 MT 420

Km)

Rs. 0.53 (Paise fifty

three only)

Rs. 10684.80

Total (Schedule-„A‟) Rs. 10879.20

Say

Rs. 1.20 Lac

Notes :-

1. Reference items 2

Distance less than a kilometer but exceeding half a kilometer should be paid as tonne

kilometer and the distance of half a kilometer and less shall be paid ½ a tonne kilometer. The rate

for 1/2 a tonne kilometer shall be 1/2 of the rate given for tonne kilometer shall be ½ the rate

given of tonne kilometer.

Page 34: CA NO CE (P) BMK / /2015-2016 · only by the Chief Engineer (P) Brahmank, C/O 99 APO upto 1000 Hrs on 20 Feb 2016. „T‟ & „Q‟ bid will be opened on 20 Feb 2016 at 1100 Hrs.

CA NO CE (P) BRAHMANK/ /2015-2016 Srl Page No 65

(Signature of Contractor) AEE (Civ)

ASW

For Accepting Officer

2. Rates quoted by the contractor is deemed to be inclusive of any unforeseen expenditure on

account of transhipment of stores enroute to cross the water channels/nallahs/river through ferry or

otherwise necessitated during monsoon or ford or otherwise due to any interruption.

3. Approximate quantities to be shifted to various locations are as under:-

Part

No

Items

Location

Approximate/

(Average)

distance in KMs

Approximate

quantity to

be shifted From To

1 Shifting of

02 Nos

Hydraulic

Excavators

Sikku Bridge

(KM 560.200)

(Arunachal

Pradesh

Eastern Base

workshop,

Tezpur (Assam)

420 Km

(Plain area)

48.00 MT

4. The above mentioned quantities and distances are merely a rough guide and if the

quantities are more or less, contractor will have no claim on this account.

5. The trailer shall be provided by the contractor for conveyance of Hydraulic

excavators.


Recommended