+ All Categories
Home > Documents > NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of...

NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of...

Date post: 24-Mar-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
95
NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017-18/01, dated 23-06-2017 In-charge Engineering, CDFD for and on behalf of Director, CDFD, Hyderabad invites sealed tenders from Contractors who fulfil qualifying criteria stipulated in tender documents for the work of “Construction of Laboratory Complex for CDFD at Uppal, Hyderabad. SH: Horticulture and Civil Works. Estimated cost: Rs.2,08,58,315/- EMD: Rs.4,17,166/- Completion period: 4 months, Last date of submission and Opening of Tender upto 15.00 hrs. on 19-07-2017 and 15.30 hrs. on the same day. Complete Tender Documents including qualifying Criteria can be downloaded from web sites www.cdfd.org.in & www.eprocure.gov.in. Cost of tender document is Rs.5,000/- to be submitted in the form of Demand Draft. Amendments/Corrigendum, if any, would be hosted on the website only. In-charge-Engineering CDFD, Hyderabad
Transcript
Page 1: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

  

NOTICE INVITING TENDER

Tender No.CDFD/ENGG/HORTI/2017-18/01, dated 23-06-2017

In-charge Engineering, CDFD for and on behalf of Director, CDFD, Hyderabad invites sealed tenders from Contractors who fulfil qualifying criteria stipulated in tender documents for the work of “Construction of Laboratory Complex for CDFD at Uppal, Hyderabad. SH: Horticulture and Civil Works. Estimated cost: Rs.2,08,58,315/- EMD: Rs.4,17,166/- Completion period: 4 months, Last date of submission and Opening of Tender upto 15.00 hrs. on 19-07-2017 and 15.30 hrs. on the same day. Complete Tender Documents including qualifying Criteria can be downloaded from web sites www.cdfd.org.in & www.eprocure.gov.in. Cost of tender document is Rs.5,000/- to be submitted in the form of Demand Draft. Amendments/Corrigendum, if any, would be hosted on the website only.

In-charge-Engineering CDFD, Hyderabad

Page 2: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

NIT Notice Inviting Tender

( NIT No. CDFD/ENGG/HORTI/2017-18/01)

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Hostel & Residential complex,

Opp. Uppal Water Tank,

Beside BSNL Telephone Exchange,

Uppal, Hyderabad -500 039.

Page 3: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

ABSTRACT OF COST

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad SH.:- Horticulture and civil works

Sl. No.

Details of Sub-Head

Amount

(in Rupees)

1

Horticulture and civil works

Rs. 2,08,58,315/-

In – charge - Engineering CDFD, Hyderabad

Page 4: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Hostel & Residential complex,

Opp. Uppal Water Tank, Beside BSNL Telephone Exchange,

Uppal, Hyderabad -500 039

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad SH.:- Horticulture and civil works

GENERAL INDEX

Sl. No.

Description

Page No.

Technical Bid

1 Part A : Information & Schedule

Volume I (Information and instructions to Bidders , CPWD-6 1- 20

Volume II CPWD -7, SCHEDUE A to F (Horticulture & Civil Component) of GCC 2014

21 - 29

2 Part B : Terms & Conditions & Specifications

Special conditions 32 - 42

Special conditions for Horticulture Development Work 43

Special conditions for Maintenance Work 44

General Guideline for Maintenance of Horticulture Works 45

Particular Specifications (Horticulture) 46 – 47

Form of Earnest Money Deposit/Bank Guarantee Bond 48

Sample Guarantee bond 49

Form of Performance guarantee / Bank guarantee bond 50

Form of Bank Guarantee Bond ( For Removal of Defects After Completion) 51 – 52

Rates of Seigniorage Fee 53 - 56

List of Testing equipments & instruments, List of T&P. 57 – 58

Proforma for Test carried out. 59

List of approved materials 60

Proforma of application of contractor for rescheduling of milestones 61

Form of Integrity pact 62 - 69

General terms and conditions 70 – 71

3 Part C:

Drawings (1) Pocket A- Master plan –Land scape (2) Pocket B- Master plan –Land scape (3 ) Typical detail for Rain water harvesting pit

73 – 75

4 Part D: Financial Bid

Schedule of Quantities 78 – 89

Proforma for Quoting rates 90

Signature of Tenderer

Page 5: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

Volume I

of Part A

Page 6: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

1 Signature of Tenderer

INDEX- Volume I of Part A

S. NO. DESCRIPTION PAGES

1

Information and Instructions for bidders for tendering

2 - 5

2

Notice inviting tender

6

3

Brief Particulars of the work

7

4

Information and Instructions for Bidders

8 -11

5

Information regarding eligibility criterion ( Technical Bid)

12 - 20

Page 7: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

2 Signature of Tenderer

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR TENDERING The In – charge - Engineering , Hostel & Residential complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad -500 039 , T.S ( Phone(Office): 040-27209464, 27209460 email: [email protected] on behalf of Director, CDFD invites Percentage rate Bids from working contractors of CPWD, MES, Railways and TSPWD or any other central / state Govt undertaking , autonomous body of central / state Govt in Two Bid system for following work : -

S

l. N

o.

N

IT

No

.

Name of work

& Location

Est

ima

ted

co

st p

ut

to B

id

Ea

rnes

t M

on

ey

Per

iod

of

Co

mp

leti

on

La

st d

ate

& t

ime

of

Su

bm

issi

on

of

bid

.

T

ime

& d

ate

of

op

enin

g o

f

tech

nic

al

eli

gib

ilit

y b

id

T

ime

an

d d

ate

of

Pre

-Bid

mee

tin

g

1 2 3 4 5 6 7 8 9

1

C

DF

D/E

NG

G/H

OR

TI/

20

17

-18

/01

Name of work: Construction of

Laboratory Complex for

CDFD at Uppal

Hyderabad

SH.:- Horticulture and

civil works

R

s.

20

85

831

5/-

Rs.

41

71

66

/-

4

mo

nth

s

U

pto

15

:00

Hrs

on

19

/07

/20

17

At

15

.30

Hrs

on

19

/ 0

7/

20

17

At

11

:00

Hrs

on

10

/ 0

7/

20

17

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures consortium and Special Purpose Vehicles are not accepted.

(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending up to previous day of last date of submission of tenders.

(i)

Three similar works each costing not less than Rs.83 lakhs or two similar works each costing not less than Rs.125 lakhs, or one similar work costing not less than Rs.167 lakhs.

And

Similar work shall mean “Works of Horticulture / Horticulture with civil works”.

Page 8: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

3 Signature of Tenderer

The value of executed works shall be brought to the current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to previous day of last date of submission of tender.

Components of work executed other than those included in definition of similar work shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this.

(b) The bidder shall have to furnish an affidavit as under :

“I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I / We shall be debarred for bidding in CDFD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”. (Hard copy to be submitted on Rs.100/- Non- judicial stamp paper )

(c) The bidder should have had average annual financial turn over (gross) Rs. 209 lakh on

horticulture and civil works during the last available three consecutive year balance sheets (may range from six to eighteen months) duly audited by Charted Accountant. Year in which no turnover is shown would also be considered for working out the average. The multiplication factor of 7% per annum simple interest is not applicable on the Annual Turnover Figures.

(d) Should not have incurred any loss (profit after tax should be positive) in more than two years

during available last five consecutive year balance sheets, duly certified and audited by the Charted Accountant to be enclosed

(e) Should have a solvency certificate of Rs.83 lakhs issued by Bank during the last six

months

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

The agency should also enclose along with the documents a separate annexure showing the details

of the works which he intends to be considered for deciding his fulfillment of eligibility criteria as per

the requirements of the NIT provisions. 3. Information and Instructions for bidders shall form part of bid document. 4. The bid document consisting of specifications, the schedule of quantities of various types of items

to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.cdfd.org.in Tenderer shall deposit the cost of tender document along with submission of tender, failing which his tender shall not be opened . The cost of tender document shall be deposited in the form of demand draft and enclosed in the envelope containing earnest money deposit.

Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the

deadline for bid submission) for any updates in respect of the tender documents, if any. Failure to do so shall not absolve the applicant of his liabilities to submit the applications complete in all respect including updates thereof, if any. An incomplete application may be liable for rejection .

5. Certificate of Financial Turn Over: The bidder should have had average annual financial turn over (gross) Rs.209 lakh on horticulture and civil works during the last available three consecutive year balance sheets (may range from six to eighteen months) duly audited by Charted Accountant. Year in which no turnover is shown would also be considered for working out the average. The multiplication factor of 7% per annum simple interest is not applicable on the Annual Turnover Figures.

Page 9: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

4 Signature of Tenderer

6. The Technical bid shall be opened first on due date and time as mentioned above. The time and date of opening of financial bid of contractors qualifying the eligibility bid shall be communicated to them at a later date. However, the bidders are advised to fill up their financial bids only after the Pre-Bid Conference is held at the date and time notified hereinafter.

7. Pre-Bid Conference shall be held in the chamber of In – charge - Engineering , Hostel & Residential complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad -500 039 , T.S ( Phone(Office): 040-27209464,27209460 at 11:00 Hrs on 10/07/2017, to clear the doubts of intending bidders, if any. Bidders should send by email all their queries, before Pre Bid conference, latest by 10.00 Hrs on 10/07/ 2017 to the office of in-Charge-Engineering email : [email protected] As a result of Pre Bid conference, certain modifications may be issued to all eligible bidders by the In-charge-engineering , if felt necessary by him.

8. CDFD reserves the right to reject any prospective application without assigning any reason.

9. Contractor shall not divert any advance payments or part thereof for any other purpose other

than needed for completion of the contracted work. All advance payments received as per terms of the contract (work done during interim stages, etc.) are required to be re-invested in the contracted work to ensure advance availability of resources in terms of materials, labour, plant & machinery needed for required pace of progress for timely completion of work.

10. It shall be mandatory to sign the Integrity Pact by the bidder / contractor failing which, tenderer / bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected in case of manual tendering. However; where tendering is followed, Integrity Pact of the bid document shall be signed between CDFD and the successful bidder after acceptance of the bid.

11. Site of CDFD Lab complex is located Opp: Metro terminus, Uppal in Hyderabad city and

Residential complex near telephone exchange at Uppal, Hyderabad. Nothing extra shall be payable for the above mentioned reasons / on account of connectivity etc.

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

Page 10: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

5 Signature of Tenderer

List of Documents to be submitted by the tenderers along with technical bid

1. Tender cost in the form of Demand Draft drawn in favour of “Director, CDFD”.

2 EMD in the form of Demand Draft drawn from any scheduled bank in favour of “ Director, CDFD” or Bank guarantee issued by any Scheduled bank.

3. Letter of Transmittal.

4 Certificate confirming that the applicant is a working contractor of CPWD /MES/Railways /TSPWD or any other central / state Govt. undertaking / autonomous body of central / state govt.

5. Certificate of Financial Turnover from Chartered Accountant as per Form ‘A’

6. Bank Solvency Certificate as per Form ‘B’

7. Certificates of Works Experience as per Form ‘C’ & ‘D’ ( In case of Non Government works TDS issued shall also be submitted).

8. Structure & Organization as per Form ‘E’

9. Certificate of Registration for Sales Tax / VAT.

10. Certificate of Registration for Service Tax.

11. Affidavit on Rs.100/- Non judicial stamp paper for No litigation. Form - “F”

12 Affidavit on Rs.100/- Non judicial stamp paper for Non black listing. Form –“G”

Note 1: The bidder shall provide copies of completion certificates from the past Employer as documentary proof for having executed similar works. All the eligible similar works executed and submitted by the bidders may be got inspected by a committee which may include client or any other authority as decided by the committee.

Note 2 :- The applicant's performance for each eligible work completed in the last seven years shall be

certified by an officer not below the rank of Executive Engineer or equivalent and shall be obtained in sealed cover

Page 11: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

6 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

NOTICE INVITING TENDER

Tender No. CDFD/ENGG/HORTI/2017-18/01 dated 23-06-2017

In-Charge-Engineering, CDFD for and on behalf of Director, CDFD, Hyderabad invites sealed tenders from

Contractors who fulfill Qualifying Criteria stipulated in tender documents for the work of “Construction of

Laboratory Complex for CDFD at Uppal Hyderabad SH.:- Horticulture and civil works

Estimated cost: Rs. 2,08,58,315/- EMD: Rs. 4,17,166 /- Completion period: 4 months, Last date of submission

& opening of tender up to 15.00 hrs on 19/07/2017 and 15.30Hrs on the same day. Complete Tender

Documents including Qualifying Criteria can be downloaded from web sites www.cdfd.org.in &

www.eprocure.gov.in. Cost of tender document is Rs. 5,000/- to be submitted in the form of Demand Draft.

Amendments/Corrigendum, if any, would be hosted on the website only.

In-Charge-Engineering,

CDFD, Hyderabad

Page 12: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

7 Signature of Tenderer

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids invited are as under:

Sr.

No.

Name of Work

Approx. Cost

Period of

completion

1.

Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

Rs. 2,08,58,315 /-

4 months

2.0 The work is situated at CDFD Laboratory and Residential complexes, Uppal, Hyderabad (TS)

3.0 Features:

3.1 Earth work in excavation up to 30cm depth for lawn area and digging of holes for avenue plantation

and shrub plants.

3.2 Supplying and stacking of good earth (Red soil) with cow dung manure and organic manure

(Vermi compost) for lawns, Holes and flower beds.

3.3 Spreading of good earth and organic manure (Vermic compost) for lawn area.

3.4 Supplying and laying of Doob grass for Horticulture works.

3.5 Fine dressing of earth for Doob grass. 3.6 Supply and planting of Hedge plants, shrubs and trees 3.7 Providing Basket ball court and goal post. 3.8 Providing fountain with lighting work. 3.9 Providing Gazebos with seating arrangement. 3.10 Providing garden, path ways, grass – Crete pavers 3.11 Providing rain water harvesting pits. 3.12 Free maintenance of horticulture and landscape work s for one year i.e during defects liability period

.

Page 13: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

8 Signature of Tenderer

1.0 GENERAL:

INFORMATION AND INSTRUCTIONS FOR BIDDERS

1.1 Letter of transmittal and forms for deciding eligibility are given in information regarding eligibility

1.2 All information called for in the enclosed forms should be furnished against the relevant columns

in the forms. If for any reason, information is furnished on a separate sheet, this fact should be

mentioned against the relevant column. Even if no information is to be provided in a column, a

“nil” or “no such case” entry should be made in that column. If any particulars / query is not

applicable in case of the bidder, it should be stated as “not applicable”. The bidders are

cautioned that not giving complete information called for in the application forms or not giving it

in clear terms or making any change in the prescribed forms or deliberately suppressing the

information may result in the bidder being summarily disqualified. Bids made in any other

method than specified tendering process and those received late will not be entertained.

1.3 The supporting documents should be type written / neatly hand written. The bidder should sign

each page of such documents.

1.4 Over writing should be avoided. Correction, if any, should be made by neatly crossing out,

initialing, dating and rewriting. Pages of the eligibility criteria document are numbered. Additional

sheets, if any, added by the contractor, should also be numbered by him. These should be

submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients, certifying suitability,

technical know-how or capability of the bidder should be signed by an officer not below the rank

of Executive Engineer or equivalent.

1.6 The bidder may furnish any additional information, which he thinks is necessary to establish his

capabilities to successfully complete the envisaged work. He is, however, advised not to furnish

superfluous information.

1.7 It is desirable that the applicant does not have any litigation(s) in process. The applicant must

submit information of on-going litigations and litigations had in the past seven years. In the event

that the applicant has no litigations either in process or in the past 7 years, an affidavit to this

effect, duly notarized must be submitted in Form "F".

1.8 The bidder should not have been black listed by any State/Central Department or PSU or Autonomous bodies. The applicant must submit a duly notarized affidavit to this effect in Form "G" Applications received without this declaration shall stand automatically rejected.

2.0 DEFINITIONS

2.1 In this document the following words and expressions have the meaning hereby assigned to

them:

2.2 EMPLOYER: Means the Director ,CDFD acting through the In-Charge-Engineering at Hyderabad (TELANGANA) or successor thereof.

2.3 CONTRACTOR/ BIDDER/ AGENCY/ FIRM/ APPLICANT: Means the individual, proprietary

firm, firm in partnership, limited company private or public or corporation. Joint Ventures and Special Purpose Vehicles are not accepted as bidders.

Page 14: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

9 Signature of Tenderer

2.4 Year: means "Financial Year" unless stated otherwise.

3.0 Method of Application (Authorized Signatory)

3.1 If the bidder is an individual, the application shall be signed by him above his full type written name and current address.

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full

typewritten name and the full name of his firm with its current address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly

authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY

4.1 The Employer reserves the right to accept or reject any application and to annul the Eligibility Criteria process and reject all applications at any time, without assigning any reason or incurring any liability to the bidders.

5.0 PARTICULAR PROVISIONAL

5.1 The particulars of the work given in Section-I are provisional. They are liable to change and must

be considered only as advance information to assist the bidders.

6.0 SITE VISIT

The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to himself collect all information that he considers necessary for proper assessment of the prospective assignment and for quoting their rates.

7.0 CRITERIA FOR ELIGIBILITY (TECHNICAL BID) 7.1 The intending bidders should be a working contractor of CPWD/MES/ Railways / TSPWD or any other central / state govt undertaking / autonomous body of central / state govt. 7.2 The Intending bidders shall have to fulfill the criteria laid down below (Para 7.3 to 13.0) to become

eligible to submit financial bids.

7.3 The bidder should have satisfactorily completed the similar works noted below during the last seven years ending up to previous day of last date of submission of tenders. For this purpose cost of work shall mean gross value of the completed works including cost of material supplied by the department but excluding those supplied free of cost. This should be certified by an officer not below the rank of In-Charge-Engineering or equivalent.

Three similar works each costing not less than Rs.83 lakhs or two similar works each costing not less than Rs.125 lakhs, or one similar work costing not less than Rs. 169 lakhs.

The Value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of @ 7% per annum, calculated from the date of completion to previous day of last date of submission of tenders.

Similar work shall mean “Works of Horticulture / Horticulture with civil works”.

Page 15: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

10 Signature of Tenderer

Components of work executed other than those included in definition of similar work shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this.

7.4 The bidder should have had average annual financial turn over (gross) Rs. 209 lacs during the

immediate last available three consecutive years balance sheets (may range from six to eighteen months) duly audited by Charted Accountant. Year in which no turnover is shown would also be considered for working out the average. The multiplication factor of 7% per annum simple interest is not applicable on the Annual Turnover Figures.

7.5 The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant.

7.6 The bidder should have a solvency of Rs. 83 lakhs (not more than six months old) certified by

his bankers.

7.7 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work within 15 days of award of work.

8.0 FINANCIAL INFORMATION

Bidder should furnish the following information:

Annual financial statement for the last five years (in Form ‘A’) and Solvency Certificate (in Form ‘B’).

9.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

9.1 Bidder should furnish the following:

(a) List of eligible similar nature of works successfully completed during the last seven

years (in Form "C")..

10.0 ORGANISATION INFORMATION

Bidder is required to submit the information in respect of his organization (in Forms "E").

11.0 Credential of the work submitted by the agency may, if required may be verified by the Engineer-in-Charge or his authorized representative by an authorized committee constituted for the purpose and agency will make necessary arrangement for local transport, arranging meeting with the client department etc.

12.0 METHOD OF SUBMISSION & AUTHORIZED SIGNATORY

12.1 The tender shall be submitted in 3 envelopes 1) Demand Drafts towards EMD amount and tender cost in envelop 1 duly super scribed 2) Prequalification criteria including experience certificate, solvency certificate and other financial documents in proper formats in envelope 2 duly super scribed 3) 3rd envelope shall contain price bid given in part d of tender document . The quote of percentage shall be directly filled in the price bid itself and a separate quote will not be accepted and is liable for rejection . 4) All the 3 above envelopes shall be placed in one envelope duly super scribed .

Page 16: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

11 Signature of Tenderer

13.0 OPENING OF FINANCIAL BID

After evaluation of eligibility criteria documents submitted by the bidders, a list of qualified bidders will be prepared. Thereafter, the financial bids of only the qualified & technically acceptable bidders shall be opened at notified time, date and place in presence of qualified bidders or their representatives who intend to be present. The bids shall remain valid for 90 days from the date of opening of eligibility bid.

14.0 PRE BID CONFERENCE

14.1 Pre-Bid conference shall be held in the chamber from

O/o In-Charge-Engineering Hostel & Residential complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad -500039, T.S at 11:00 Hrs on 10/07/2017 to clear the doubts of intending bidders, if any.

15.0 Award Criteria

15.1 The department reserves the right, without being liable for any damages or obligation to

inform the bidder, to:

(a) Amend the scope and value of contract.

(b) Reject any or all the applications without assigning any reason.

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

The bidder shall submit their queries to the O/o In-Charge-Engineering Hostel & Residential complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad -500039, T.S. (Phone(Office): 040-27209464 email: [email protected]

by 10.00 Hrs on 10/07/2017 positively. No Queries will be entertained after Pre-Bid conference. As a result of Pre-Bid conference, certain modifications may be issued to all eligible bidders by the In-Charge-Engineer, if felt necessary by him.

Page 17: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

12 Signature of Tenderer

INFORMATION REGARDING ELIGIBILITY CRITERION

(TECHNICAL BID)

Page 18: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

13 Signature of Tenderer

LETTER OF TRANSMITTAL

From:

To In-Charge-Engineering, CDFD, Hyderabad.

Sub: Submission of Eligibility criteria application for the work Construction of Laboratory Complex for CDFD at Uppal Hyderabad . SH.:- Horticulture and civil works

Sir,

Having examined the details given in Press Notice and Bid document for the above work, I/we hereby submit the eligibility criteria Document and other relevant information.

1. I /We have furnished the self attested copy of a certificate , confirming that the applicant is a working contractor or has executed any work with in the last 5 years reckoned from the date of opening of tender, issued by CPWD ,MES, Railways and TSPWD or any other central / state govt undertaking , autonomous body of central / state Govt and reputed private firms enlisted with Indian stock exchanges

2. I / We hereby certify that all the statements made and information supplied in

the enclosed Forms ‘A’ to ‘H’ and accompanying statement are true and correct.

3. I / We have furnished all information and details necessary for eligibility criteria and have no further pertinent information to supply.

4. I / We submit the requisite certified solvency certificate and authorize the In-Charge-

Engineer ,CDFD ,Uppal, Hyderabad (TELANGANA) to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize In-Charge-Engineer, CDFD to approach individuals, employers, Firms and Corporation to verify our competence and general reputation, experience certificate of similar works and any / all the documents submitted herewith the bid document.

5. I / We submit the following certificates in support of our suitability, technical knowledge

and capability of having successfully completed the following eligible similar works :

Sr. No.

Name of Work

Amount Experience certificate

Issued by 1

2

3

Certificate: It is certified that the information given in the enclosed eligibility bid are correct.

It is also certified that I/we shall be liable to be debarred disqualified/cancellation of enlistment in case any information furnished by me/us found to be incorrect

Enclosures:

Seal of bidder: Date of submission:

Signature of the bidder (s)

Page 19: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

14 Signature of Tenderer

FORM 'A'

FINANCIAL INFORMATION

I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/profit & loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached).

YEARS

(Fig. in Lakhs)

Sl. No.

2012-13

2013-14

2014-15

2015-16

2016-17

(i) Gross Annual Turn Over on Construction Works.

Reference to Annexure

(ii) Profit/Loss

Reference to Annexure

II. Financial arrangements for carrying out the proposed work. III. Solvency Certificate(s) from bankers of the bidder in the prescribed form “B” are enclosed.

Signature of Chartered Accountant with Seal

SIGNATURE OF BIDDER(S)

Note: This form “A” of financial information regarding the bidder must be signed by both bidder as

well as Chartered Accountant.

Page 20: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

15 Signature of Tenderer

FORM “B”

FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s. / Sh.

………………………………………………………………… having marginally noted address, a

customer of our bank are/ is respectable and can be treated as good for any engagement up to a limit

of ` ……………………. (Rupees ………………………………………………………).

officers.

This certificate is issued without any guarantee or responsibility on the bank or any of the

(Signature)

For the bank

NOTE :

(1) The bank solvency certificate should be submitted along with technical bid .

The same should be on the letter head of the bank addressed to the tendering authority, i.e “

Director, CDFD, Hyderabad” sealed in cover and to be submitted along with the documents.

(2) In case of partnership firm , certificate should include names of all partners as recorded with

the bank.

(3) The certificate should not be more than 6 months old.

Page 21: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

16 Signature of Tenderer

FORM 'C'

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS ENDING UP TO PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS

Sr. No.

Name of work / project & location

Owner or sponsoring

organization

Cost of work in crores

Date of commen-cement as per

contract

Stipulated date of

completion

Actual date of

completion

Litigation/ arbitration pending/ in progress

with details #

Name & Postal address/ telephone number, email id of

officer to whom reference may be

made for verification

Whether the work was done on back to back

basis Yes / No

1 2 3 4 5 6 7 8 9 10

# Indicate gross amount claimed and amount awarded by the Arbitrator

Certified that the above list of works is complete and no work has been left out and the information given is correct to my/our knowledge and belief.

Note: The bidder is required to submit the information in only the above proforma.

SIGNATURE OF BIDDER(S)

Page 22: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

17 Signature of Tenderer

FORM 'D'

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C"

1. Name of Work/

Project & Location

2. Agreement No.

3 Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of Completion

i) Stipulated date of completion (As mentioned in Work Order)

ii) Actual date of completion

7. a) whether case of levy of compensation For delay has been decided or not

Yes/ No

b) if decided, amount of compensation levied for delayed completion, if any

8. Performance Report

. Quality of Work Outstanding / Very Good / Good / Poor

2. Financial Soundness Outstanding / Very Good / Good / Poor

3. Technical Proficiency Outstanding / Very Good / Good / Poor

4. Resourcefulness Outstanding / Very Good / Good / Poor

5. General Behavior Outstanding / Very Good / Good / Poor

9. Remarks ( if any):

Dated: (Authorized Signatory)

Place : Executive Engineer or Equivalent Rank

Page 23: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

18 Signature of Tenderer

STRUCTURE & ORGANISATION

FORM 'E'

1. Name & Address of the Applicant / bidder

2. Telephone No./Telex No./Fax No./E-mail Id.:

3. Legal status of the applicant (attach copies of original document defining the legal status)

a) An individual b) A proprietary firm c) A firm in partnership d) A limited company or

Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy)

Organization/Place of registration Registration No.

(i).

(ii).

(iii).

5. Names and titles of Directors & Officers with designation to be concerned with this work.

6. Designation of individuals

authorized to act for the organization

7. Has the bidder, or any constituent

partner is case of partnership firm Limited Company / Joint Venture, ever been convicted by the court of law? If so, give details:

8. In which field of Horticulture work the bidder has specialization and interest?

9. And other information considered

necessary but not included above

SIGNATURE OF BIDDER(S)

Page 24: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

19 Signature of Tenderer

FORM “F”

PROFORMA OF AFFIDAVIT FOR NO LITIGATION

I/we undertake and confirm that our firm/partnership firm do not have any litigations either in process or in last seven years. Further that, if such information comes to the notice of the department then I/we shall be debarred for bidding in CDFD in future forever. Also, if such an information comes to the notice of department on any day before date of start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Notary with seal

Signature of Bidder(s) or an authorized Officer of the firm with stamp

Note: In case of any litigation in process or in last seven years, the details of same should be

furnished/ in the following Format:

S.No Name of Work Year Details of litigations Type of litigation Status of litigation

Signature of Bidder(s) or an authorized

Officer of the firm with stamp

Page 25: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

20 Signature of Tenderer

PROFORMA OF AFFIDAVIT FOR NON - BLACK LISTING

FORM “G"

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any

state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further

that, if such information comes to the notice of the department then I/we shall be debarred for bidding in

CDFD in future forever. Also, if such an information comes to the notice of department on any day before

date of start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire

amount of Earnest Money Deposit/Performance Guarantee.

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Notary with seal

Signature of Bidder(s) or an authorized Officer of the firm with stamp

Page 26: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

21 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Name of work: Construction of Laboratory Complex for CDFD at Uppal, Hyderabad SH.:- Horticulture and civil works

Volume II

of Part A

Page 27: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

22 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

O/o In-Charge-Engineering, CDFD, Uppal, Hyderabad

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

INDEX – Volume II of Part A

Sl. No.

Particulars

Sheet No.

1

Percentage tender for work (Form CPWD-7)

23 - 24

2

Schedule (A to F) of GCC 2014 (Civil Component)

25 – 29

Page 28: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

23 Signature of Tenderer

TENDER FORM

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

(A) Tender for the work of: -

Name of work: Construction of Laboratory Complex for CDFD at Uppal

Hyderabad

SH.:- Horticulture and civil works

i) To be submitted by 15.00 Hrs on 19/07/2017 to In-Charge-Engineering, CDFD, Hyderabad.

ii) To be opened in presence of qualified tenderers/ their authorized representatives who may be present at 15.30 Hrs on 19/07/2017 in the office of In-Charge-Engineering, CDFD Hostel & Residential complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad -500 039

iii) Agency:-....................................... (Contractor)

Designation:- In-Charge-Engineering , CDFD, Hyderabad

T E N D E R

I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work Construction of Laboratory Complex for CDFD at Uppal Hyderabad SH.:- Horticulture and civil works I/We hereby tender for the execution of the work specified for the Director, CDFD within the time specified in Schedule ‘F’, viz. Schedule of Quantities and in accordance in all respects with the Specifications / Special conditions, Designs, Drawings and instructions in writing as referred to in this tender document and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for (90) Ninety days from the date of opening of technical bid and not to make any modifications in its terms and conditions.

A sum of Rs. 4,17,166/ - is hereby forwarded in demand draft of a Scheduled Bank / Bank Guarantee issued by a scheduled bank as earnest money. If I / We, fail to furnish the prescribed performance guarantee within prescribed period, I / We agree that the said Director, CDFD or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I / We fail to commence work as specified, I / We agree that the said Director, CDFD or his successors in office shall without prejudice to any other right or remedy available in law be at liberty to forfeit the said performance guarantee absolutely. The said Performance guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions

Page 29: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

24 Signature of Tenderer

XXX

XXX

XXX

XXX

contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/ We agree that in case of forfeiture of earnest money or Performance Guarantee as aforesaid, I / We shall be debarred for participation in the re-tendering process of the work.

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

I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred from the tendering in CDFD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

Dated: XX Signature of Contractor ....................................

Witness: - XX Postal Address: - .......................

Address: - XX

Occupation: - XX

Telephone No. Fax:-

E-Mail:-

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the Director , CDFD for a sum of Rs......................... . (Rupees.....................................................................................

The letters referred to below shall form part of this contract agreement. For & on behalf of the Director, CDFD, Hyderabad

i)

ii)

iii) .

iv)

Signature

Dated: - ................................. I n - C h a r g e - Engineering

XXX To be filled in by the In-Charge-Engineering

XX To be filled in by the contractor

Page 30: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

25 Signature of Tenderer

SCHEDULES (A to F)

SCHEDULE ‘A’

Schedule of quantities for Horticulture & Civil Works - Page Nos 70 to 80

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

S.No. Description of item. Quantity. Rate in figures & words Place of at which the material will issue be charged to the contractor

(1) (2) (3) (4) (5)

NIL

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

S.NO. DESCRIPTION. HIRE CHARGES PLACE OF ISSUE

PER DAY

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements/ documents for the work, if any.

1. Special Conditions - Page No 32 to 45

2. Particular Specifications. - Page No 46 to 47

3.

Forms

- Page

{Form No. 48 to 52

of Earnest Money

(BANK Guarantee Bond),

Guarantee Bond for water proofing/ Bank Guarantee form for removal of defects.}

SCHEDULE ‘E’

Reference to General Conditions General Conditions of contract 2014 for CPWD works of Contract : amended up to the last date of submission of

tender.

1.1 Name of Work: Construction of Laboratory Complex for CDFD at

Uppal HYDERABAD. SH.:- Horticulture and civil works

1.2 Estimated Cost of work: - (i) For Horticulture & Civil Works Rs. 2,08,58,315/-

1.3 Earnest Money: - Rs.4,17,166/- (to be returned after receiving

performance guarantee)

Page 31: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

26 Signature of Tenderer

1.4 Performance Guarantee 5% of tendered value

1.5 Security Deposit 5% of tendered value

SCHEDULE ‘F’ (General Rules & Directions)

Officer Inviting Tender I n - C h a r g e - Engineering CDFD, Hyderabad (T.S.)

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 Refer Clause-12 in foregoing paras.

Definitions:- 2(v) Engineer-In-Charge I n - C h a r g e - Engineering

CDFD, Hyderabad (T.S.)

2(viii) Accepting Authority D i r e c t o r , C D F D ,

Hyderabad or successor thereof

2(x) Percentage on cost of materials and labour to cover all overheads and profits

15%

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2016 for civil works & DSR-2016 for horticulture works

2(xii) Department CDFD.

Clause-1 :

(i) Time allowed for submission of

performance guarantee after date 15 days of issue of letter of acceptance

(ii) Maximum allowable extension with 07 days

late fee @0.1% per day of the performance guarantee amount beyond the period provided in (i) above

Clause-2 :

Authority for fixing compensation Director, CDFD Hyderabad under clause-2. Hyderabad (T.S.) or successor thereof.

Clause – 2A :

Whether clause-2A shall be applicable. Not applicable

Clause-5:

Number of days from the date of issue of letter of acceptance for reckoning date of start 22 days

Mile Stone Mile stone(s) as per table given below

Page 32: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

27 Signature of Tenderer

MILE STONE(S) AS PER TABLE GIVEN BELOW

MILE STONE(S) FOR HORTICULTURE AND CIVIL WORKS

Table of Mile Stone(s)

Sl. No. Description Time in months from

date of start of work

1 15% Value of the work 20 DAYS

2 45% Value of the work 45 DAYS

3 75% Value of the work 105 DAYS

4 100% Value of the work 120 DAYS

5 I. Free maintenance such as rolling, watering,

sprinkling, weeding for all doob grass mowing of

lawn with selection No.1. grass

II. Hedge cutting replacement of dead plants if any

in all locations

365 DAYS after

completion of work

Authority to decide

i. Extension of time for completion of work Director, CDFD or successor thereof Hyderabad (T.S)ii. Re-scheduling of Mile stone

a. Competent Authority :

b. Form of application by the :

contractor

iii. Shifting of date of start in case of delay in handing over of site.

Director, CDFD or successor thereof Hyderabad (T.S) As per Proforma at Page No. 61

Director, CDFD or successor thereof Hyderabad (T.S) or successor thereof.

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

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

Rs.30 lakh for initial two Running Account Bills and beyond that the same would be Rs. 40 lakh

Page 33: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

28 Signature of Tenderer

Clause-7A:-

No Running Account Bills shall be paid for the work till the applicable labour license, registration with EPFO, ESIC and BOCW Welfare Board wherever applicable are submitted by the contractor to the In- charge-Engineering

Clause-10A:- List of testing equipment to be provided by the contractor at site lab. Clause-10-B (ii).

Whether clause 10-B (ii) shall be applicable No

Clause-10-B (iii).

Whether clause 10-B (iii) shall be applicable No

Clause-10C:- Component of labour expressed as Applicable, Labour component 25% Percent

value of work.

Clause 10 CA Not Applicable

Clause-10-CC:- Not Applicable.

Clause-11:- Specifications to be followed for 1) C.P.W.D. Specifications 2009 Vol. I to II. execution of work with correction slips issued upto last date of submission of tender.

2) C.P.W.D. Specifications 2016 for Horticulture works Clause-12:-

Type of work:

Project & Original work

12.2 & 12.3 12.5

Deviation limit beyond which clause 12.2 & 12.3 shall apply for building work. i. Deviation limit beyond which clause 12.2

50% (Fifty per cent)

& 12.3 shall apply for foundation work (except Earth work)

ii. Deviation limit for items in earth work

50% (Fifty per cent)

50% (Fifty per cent)

subhead of DSR or related items.

Clause-16:-

Competent Authority for

deciding reduced rates.

Director, CDFD, Hyderabad

or successor thereof.

Clause-17:- Defects liability period Twelve months

Clause-18:- List of mandatory machinery tools & Plants to be deployed by the Contractor at site Refer Page No. 57

Page 34: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

29 Signature of Tenderer

Clause-25 : Constitution of Dispute Redressal Committee (DRC) The committee constituted by the Director , CDFD, Hyderabad for the purpose .

Clause-36 (i): Requirements of Technical Representative(s) for development works and Recovery Rates; S.No Discipline Designation Minimum

Experience (Principal Technical)

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision

of clause 36(i)

1 B.SC In Agriculture

Graduate in Agriculture

Principal Technical

Representative

2 Nos Rs. 40,000/- per Graduate

Rupees Forty Thousand

2 BE/ B. Tech

Graduate in civil Engineering

Principal Technical

Representative

1 No. Rs. 40,000/- per Graduate

Rupees Forty Thousand

Clause-42:- Not applicable

Page 35: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

30 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Name of work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

PART B

Page 36: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

31 Signature of Tenderer

INDEX - PART B

Sl. No.

Particulars

Page No.

1 Special conditions 32 -42

2 Special conditions for Horticulture Development Work 43

3 Special Conditions for free maintenance during defects liability period

44

4 General Guideline for Maintenance of Horticulture Works during defects liability period

45

5 Particular Specifications (Horticulture) 46 – 47

6 Form of Earnest Money Deposit/Bank Guarantee Bond 48

7 Sample Guarantee bond 49

8 Form of Performance guarantee / Bank guarantee bond 50

9 Form of Bank Guarantee Bond ( For Removal of Defects After Completion) 51 – 52

10 Rates of Seigniorage Fee 53 – 56

11 List of Testing equipments & instruments, List of T&P. 57 – 58

12 Proforma for Test carried out. 59

13 List of approved makes 60

14 Proforma of application of contractor for rescheduling of milestones 61

15 Form of Integrity pact 62 - 69

15 General terms and conditions 70- 71

Page 37: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

32 Signature of Tenderer

1.0 General

SPECIAL CONDITIONS

1.1 Except for the items, for which Particular Specifications are given or where it is specifically

mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol. I & II & specifications for horticulture works 2016” with up to date correction slips, additional / Particular Specifications, Architectural and as per instructions of Engineer-in-Charge.

The several documents forming the tender are to be taken as mutually complementary to one another.

Should there be any difference or discrepancy between the description of items as given in the

schedule of quantities, particular specifications for individual items of work (including special

conditions) and I.S. Codes etc., the following order of preference shall be observed :

(i) Description of items as given in Schedule of Quantities (ii) Particular Specifications, Special Conditions and Additional conditions if any. (iii) Drawings (iv) CPWD Specifications. (v) General conditions of contract for CPWD works. (vi) Indian Standard Specifications of B.I.S. (vii) Manufacturers’ specifications & as decided by Engineer-in-charge. (viii) Sound Engineering practices.

“In the event of any variation/ discrepancy in the drawings, specifications and tender documents etc. the decision of the Engineer-in-charge shall be final binding and conclusive on the contractor and in the case the contractor have any doubt and the same should be got clarified immediately from the Engineer-in-charge and no claim of the contractor shall be entertained thereafter. Moreover, the agency is not allowed to take benefit out of any clerical/ grammatical mistake in the standard clauses/Schedule of Quantities/Specifications etc. being used in the agreement”.

1.2 Any reference made to any Indian Standard Specifications, shall imply to the latest version of

that standard, including such revisions / amendments as issued by the Bureau of Indian Standards up to last date of receipt of tenders.

1.3 The proposed work is a prestigious work and quality of work is of paramount importance.

Contractor shall have to engage well experienced skilled labour and other equipments to execute the work to provide the desired quality.

The Contractor shall depute Graduates in Agriculture/Civil & skilled workers as required for the work. He shall submit organization chart along with details of Graduates and staff. It shall be ensured that all decision making powers shall be available to the representatives of the Contractor at work site itself to avoid any likely delays on this account. The Contractor shall also furnish list of persons for specialized works to be executed for various items of work. The Contractor shall identify and deploy key persons having qualifications and experience in the similar and other major works, as per the field of their expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or better-experienced staff at site to complete the work with quality and in stipulated time limit .

Page 38: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

33 Signature of Tenderer

1.5 The contractor, his authorized representative, workmen etc. shall strictly observe orders pertaining to fire precautions prevailing in the area.

1.6 Contractor(s) shall study the soil investigation report for the site, available in the office of the

Engineer-in-Charge and satisfy himself about complete characteristics of soil and other

parameters at site. No claim whatsoever on account of any discrepancy between the sub-

surface strata conditions that may be actually encountered at the time of execution of the work

and those given in soil report, in-accuracy or interpretation thereof shall be entertained from

the Contractor under any circumstances. The ground water table is a variable condition and

the information given in the report is only indicative and it may vary from time to time.

1.7 The tenderer shall acquaint himself with the site of work and see the approaches to the site. In case any approach from main road is required at site or existing approach is to be improved and maintained for cartage of materials by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost.

1.8 Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary arrangement shall be made at his own cost. The contractor shall take all precautions to prevent his workmen and employees from removing and damaging any Flora (plant / vegetation) from the campus /site.

1.9 The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to work due to negligence on his part. No hindrances shall be caused to traffic, during the execution of the work. In case of any accident of the labourers / contractual staff, the entire responsibility will rest on the contractor and any compensation under such circumstances, if becomes payable, shall be entirely borne by the contractor.

1.10 The contractor shall take instructions from the Engineer-in-Charge regarding collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, compound wall, services etc being constructed.

1.11 The contractor shall provide at his own cost suitable weighing, surveying and leveling and measuring arrangements as may be necessary at site for checking. All such equipments shall be got calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be payable on this account.

1.12. Setting Out

1.12.1 The contractor shall establish, maintain and assume responsibility for grades, lines, levels and bench marks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions to the Engineer-in-Charge before commencing work. Commencement of work shall be regarded as the contractor’s acceptance of such grades, lines, levels and dimensions and no claim shall be entertained at a later date for any errors found.

1.12.2 If at any time, any error in the respect of setting out appears during the progress of the

work, the contractor shall, at his own expense rectify such error if so required, to the satisfaction of the Engineer-in-Charge.

a) Though the site levels may be indicated in the drawings, the contractor shall

ascertain himself and confirm the site levels with respect to GTS bench mark from the concerned authorities.

b) The approval by the Engineer-in-Charge of the setting out by the contractor shall

not relieve the contractor of any of his responsibilities of any inaccuracy creeping in.

Page 39: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

34 Signature of Tenderer

The contractor shall be entirely and exclusively responsible for the horizontal, vertical and other alignments, the level and correctness of every part of the work and shall rectify effectively any errors or imperfections therein. Such rectifications shall be carried out by the contractor at his own cost to the instructions and satisfaction of the Engineer-in-Charge.

1.13 Contractor shall provide permanent bench marks, flag tops and other reference points for the

proper execution of work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings.

1.13.1 The contractor shall construct suitable godowns, yard at the site of work for storing all other

materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ necessary watch and ward establishment for the purpose at his cost.

1.13.2 The contractor shall make his own arrangements for Electricity by obtaining electric connections

and by providing diesel generators of adequate capacity if required and make necessary payments directly to the State Govt. departments concerned. Nothing extra shall be paid on these accounts. Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation except testing charges etc. shall be borne by the contractor. The contractor shall obtain environmental and pollution clearance for the diesel generators if required. Nothing extra shall be paid on this account. For maintenance period water will be provided by the department

1.13.3 Arrangement of temporary telephone connection, water and electricity required by Contractor, shall be made by him at his own cost and also necessary permissions shall be obtained by him directly from concerned authorities, under intimation to the Department. Also, all initial cost and running charges, and security deposit, if any, in this regard shall be borne by him. The Contractor shall abide by all the rules/ bye laws applicable in this regard and he shall be solely responsible for any penalty on account of violation of any of the rules / byelaws in this regard. Nothing extra shall be payable on this account.

1.13.4 The Contractor shall be responsible for maintenance and watch and ward of the complete installation and water / electricity meter and shall also be responsible for any pilferage, theft, damage, penalty etc. in this regard. The Contractor shall indemnify the Department against any claim arising out of pilferage, theft, damage, penalty etc. whatsoever on this account. Security deposit for the work shall be released only after No Dues Certificates are obtained from the local Authorities from whom temporary electric/ water / telephone connection have been obtained by the Contractor. Nothing extra shall be payable on this account.

1.13.5 The Department shall in no way be responsible for either any delay in getting electric and/or water and/or telephone connections for carrying out the work or not getting connections at all. No claim of delay or any other kind, whatsoever, on this account shall be entertained from the Contractor. Also contingency arrangement of stand-by water & electrical supply shall be made by the Contractor for commencement and smooth progress of the work so that work does not suffer on account of power failure or disconnection or not getting connection at all. No claim of any kind whatsoever shall be entertained on this account from the Contractor. Nothing extra shall be payable on this account

.

1.14 The work shall be carried out in accordance with the Architectural drawings to be issued, by the Engineer-in-Charge. Before commencement of any item of work, the contractor shall correlate all the relevant architectural drawings issued for the work, nomenclature of items, specifications etc. and satisfy himself that the information available there from is complete and unambiguous. The figures & the written dimensions of the drawing shall supersede the

Page 40: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

35 Signature of Tenderer

measurement by scale. The discrepancy, if any, shall be brought to the notice of the Engineer-in-Charge for immediate decision before execution of the work.

1.15 The information and site data shown in the drawings and mentioned herein and also

elsewhere in the tender documents are being furnished for general information and guidance only.

1.16 Other agencies may also simultaneously execute the works and the contractor shall afford

necessary facilities for the same. The contractor shall leave such recesses, holes, openings, trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be available as specified elsewhere in the contract) and the contractor shall fix the same, if required, and nothing extra shall be payable on this account.

1.17 All material shall only be brought at site as per program finalized with the Engineer-in-

Charge.

1.18 The contractor shall procure the required materials in advance so that there is sufficient time for testing of the materials and approval of the same before use in the work.

1.19 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services

encountered in the course of the execution of work shall be protected against the damage by the contractor at his own expense. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In case temporary supporting of such services is required to facilitate the work, the same shall be done by the contractor at no extra cost.

In case the existing services are to be shifted permanently, then before dismantling the existing services, alternate/diversion of service lines has to be laid by the contractor so that there is no interruption in use of existing services. The contractor has to plan the alternate suitable route for diversion/shifting of service lines and get the same approved from the Engineer-in-Charge before starting shifting of services. Nothing extra shall be paid except the payment of dismantling and laying of new service lines as per conditions of contract.

1.20 All fossils, coins, articles of value of antiquity, structures and other remains or things of

geological or archaeological interest discovered on project location during excavation/construction shall be the property of the Government, and shall be dealt with as per provisions of the relevant legislation. The contractor will take reasonable precaution to prevent his workmen or any other persons from removing and damaging any such article or thing. He will, immediately upon discovery thereof and before removal acquaint the Engineer- in-charge of such discovery and carry out the official instructions of Engineer-in-charge for dealing with the same, till then all work shall be carried out in a way so as not to disturb/ damage such article or thing.

1.21 The contractor shall be responsible for the watch and ward / guard of the executed works and

any materials stored at site.

1.22 The contractor shall be fully responsible for the safe custody of materials brought by him/ issued to him even though the materials may be under double lock key system.

1.23 For construction works which are likely to generate malba / rubbish, contractor shall dispose

of malba, rubbish & other unserviceable materials and wastes at his own cost to the notified specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily, outside the construction premises .

Page 41: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

36 Signature of Tenderer

1.24 The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out

work, profile, establishment of reference bench mark(s), taking spot levels, construction of all

safety and protection devices, barriers, preparatory works, working during monsoon, working

at all depths, height, lead, lift and location etc until / unless specified otherwise and any other

incidental works required to complete this work and maintenance of horticulture and

landscape as mentioned in the general guidelines for free maintenance period . Nothing

extra shall be payable on this account.

1.25 For works below ground level the contractor shall keep that area free from water. If

dewatering or bailing out of water is required the contractor shall do it and nothing extra shall

be paid except otherwise provided in the items of schedule of quantities.

1.26 Any legal or financial implications resulting out of disposal of earth shall be sole responsibility

of the contractor. Nothing extra over the schedule shall be paid on this account.

1.27 The Contractor shall keep himself fully informed of all acts and laws of the Central & State

Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or

authority, which in any manner may affect those engaged or employed and anything related to

carrying out the work. All the rules & regulations and bye-laws laid down by Collector / MC

etc. and any other statutory bodies shall be adhered to, by the contractor, during the

execution of work. The Contractor shall also adhere to all traffic restrictions notified by the

local authorities. It is clarified that the extra sewerage charges (one time charges for

commencement of work) required to be paid to the Municipal Corporation / other statutory

bodies shall be paid by the department and need not be considered by the contractor. The

water charges (for municipal water connection as well as tanker water) shall be borne by the

contractor. Also, if the contractor obtains water connection for the drinking purposes from the

municipal authorities or any other statutory body, the consequent sewerage charges shall be

borne by the contractor. All statutory taxes, levies, charges (including water and sewerage

charges, charges for temporary service connections and / or any other charges) payable to

such authorities for carrying out the work, shall be borne by the Contractor. The Contractor

shall arrange to give all notices as required by any statutory / regulatory authority and obtain

all requisite licenses wherever required and shall pay to such authority all the fees that is

required to be paid for the execution of work. He shall protect and indemnify the Department

and its officials & employees against any claim and /or liability arising out of violations of any

such laws, ordinances, orders, decrees, by himself or by his employees or his authorized

representatives. Nothing extra shall be payable on these accounts. The fee payable to

statutory authorities for obtaining the various permanent service connections and Occupancy

Certificate for the building shall be borne by the Department.

Royalty / Seignorage charges at the prevalent rates during execution of the work on all materials such as good earth and sand, collected by him for the execution of the work, shall be recovered from contractor bills as per the State Govt. orders in force during execution of the work. Nothing shall be payable on this account.

1.28 No foreign exchange shall be made available by the Department for importing (purchase) of

equipment, plants, machinery, materials of any kind or any other items if required to be carried

out during execution of the work. No delay and no claim of any kind shall be entertained from

the Contractor, on account of variation in the foreign exchange rate.

1.29 The Contractor shall conduct his work so as not to interfere with or hinder the progress of the

work being performed by other Contractors or by the Engineer-in-Charge. As far as possible,

he shall arrange his work and place, so as not to interfere with the operations of other

Contractors or shall arrange his work with that of the others, in an acceptable and coordinated

manner and shall perform it in proper sequence .

Page 42: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

37 Signature of Tenderer

1.30 The Contractor shall assume all liability, financial or otherwise in connection with this contract

and shall protect and indemnify the Department from any and all damages and claims that

may arise on any account. The Contractor shall indemnify the Department against all claims

in respect of patent rights, royalties, design, trademarks of name or other protected rights,

damages to adjacent buildings, roads or members of public, in course of execution of work or

any other reasons whatsoever, and shall himself defend all actions arising from such claims

and shall indemnify the Department in all respect from such actions, costs and expenses.

Nothing extra shall be payable on this account.

1.31 The Contractor shall make all necessary arrangements for protecting from rains, the work

already executed and for carrying out the further work, during monsoon including providing

and fixing temporary shelters, protections etc. Nothing extra shall be payable on this account.

Also, no claims for hindrance shall be entertained on this account.

1.32 The Contractor shall take all necessary precautions to prevent any nuisance or inconvenience

to the owners, tenants or occupants of the adjacent properties and to the public in general

.The Contractor shall take all care, as not to damage any other adjacent property or other

services running adjacent to the plot. If any damage is done, the same shall be made good by

the Contractor at his own cost and to the entire satisfaction of the Engineer-in-Charge. The

Contractor shall use such methodology and equipments for execution of the work, so as to

cause minimum environmental pollution of any kind during construction, to have minimum

construction time and minimum inconvenience to road users and to the occupants of the

buildings on the adjacent plot and public in general, etc. He shall make good at his own cost

and to the entire satisfaction of the Engineer in Charge any damage to roads, paths, cross

drainage works or public or private property whatsoever caused, due to the execution of the

work or by traffic brought thereon, by the Contractor. Further, the Contractor shall take all

precautions to prevent any pollution of streams and waterways. All waste or superfluous

materials shall be carted away by the Contractor, entirely to the satisfaction of the Engineer-

in-Charge. Utmost care shall be taken to keep the noise level to the barest minimum so that

no disturbance as far as possible is caused to the occupants / users of adjoining buildings.

No claim what so ever on account of site constraints mentioned above or any other site

constraints not specifically stated here, shall be entertained from the Contractor. Therefore,

the Contractors are advised to visit site and get first hand information of site constraints.

Accordingly, they should quote their tenders. Nothing extra shall be payable on this account.

1.33 All ancillary and incidental facilities required for execution of work like labour camp, stores,

fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made

for working at the basement level, temporary structure for plants and machineries, water

storage tanks, installation and consumption charges of temporary electricity, telephone, water

etc. required for execution of the work, liaison and pursuing for obtaining various No Objection

Certificates, completion certificates from local bodies etc., protection works, barricading,

testing facilities / laboratory at site of work, facilities for all field tests and for taking samples

etc. during execution or any other activity which is necessary (for execution of work and as

directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the

Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on

these accounts. Before start of the work, the Contractor shall submit to the Engineer-in- Charge,

a site / construction yard layout, specifying areas for construction, site office, positioning of

machinery, material yard, other storage, site laboratory as applicable, water tank, etc

.

Page 43: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

38 Signature of Tenderer

1.34 The Contractor shall construct clean, hygienic and well ventilated workers’ housing, with

adequate water supply, electrical and sanitation facilities. This housing shall be constructed

on location decided by Engineer in charge. Use of piece of land for workers housing shall be

allowed free of cost for the duration of this work.

1.35 The Contractor shall display all permissions, licenses, registration certificates, bar charts,

other statements etc under various labour laws and other regulations applicable to the works,

at his site office.

1.36 No tools and plants including any special T&P etc. shall be supplied by the Department and

the Contractor shall have to make his own arrangements at his own cost. No claim of hindrance

(or any other claim) shall be entertained on this account.

1.37 Horticultural activities, tree plantation, Nursery plantation shall be taken up in the campus along with constructional activities, as such, care shall be taken to avoid damages to these including existing trees, recently planted trees including tree guards and irrigation water supply piping system. Hence, while taking up excavation activities, trees as well as their root zones be protected and the stacking of excavated earth shall be made in such a way that neither plants are buried nor damaged. The initial survey, demarcation of roads and various buildings, sub grade of roads have been made in the campus which shall not be disturbed or damaged by vehicular movement or manual tampering, else the same shall be made good by the contractor at his own. In case of failure to comply with the above requirements the damage caused shall be made good at cost of contractor and the cost so incurred and assessed by Engineer in charge shall be recovered from running account bill of contractor.

1.38 The contractor shall make available four (04) sets of computerized Standard Measurement Books (SMBs) having measurement of all the executed works

1.39 The contractor will submit computerized measurement sheet for the work carried out by him for

making payment as per Clause – 6A of the CPWD General Conditions of Contract 2010(with correction slips up to the last date of submission of tender). For works executed and other hidden items the corrected and duly test checked measurement sheets of other hidden items shall be deposited with Engineer in charge or his authorized representative, before execution of further related works and hidden items. The delay in submission of corrected and duly checked measurement sheet may, therefore, delay in execution of hidden item for which no hindrance shall be recorded.

2.0 Unless otherwise specified in the schedule of quantities or CPWD specifications, the rates for

respective items shall be all inclusive and apply to the following: -

(i) All lifts & all heights, leads and depths.

(ii) All labour, material, tools and plants and other inputs involved in the execution of the item.

(iii) Any of the conditions and specifications mentioned in the tender documents.

(v) Any legal or financial implications resulting out of disposal of earth, if any.

(vi) Royalty / Seignorage charges at the prevalent rates during execution of the work on all materials such as good earth, sand etc. collected by him for the execution of the work, shall be recovered from contractor bills as per the State Govt. orders in force during execution of the work. Nothing shall be payable on this account.

(viii) All incidental charges for cartage, storage and safe custody of materials brought to site.

(ix) All incidental expenditure on security, construction of godown, access roads,

arrangement of water, electricity etc. to be incurred by the agency shall be deemed to

Page 44: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

39 Signature of Tenderer

have been included in his quoted rates and no claim whatsoever will be tenable on this account.

(x) All taxes and levies (including works contract tax excluding service tax, ESIC and EPF for which reimbursement will be made on production of proof of bonafide payment made w.r.to this particular work to the competent authority).

3.0 SECRECY

3.1 The contractor shall take all steps necessary that all persons employed on any work in

connection with the contract have notice that the Indian Official Secrets Act 1923 applies to them & will continue so to apply even after the execution of such works under the contract.

3.2 The contract is confidential and must be strictly confined to the contractor’s own use (except

so far as confidential disclosure to sub-contractors or suppliers as necessary) and to the purpose of the contract.

4.0 LABOUR AND SECURITY

4.1 Contractor should provide his plan for labour huts as per his requirement and get it approved

from the Engineer-in-Charge. The contractor will be provided space for labour huts etc. inside the campus but the space requirement and location, as assessed by Engineer-in-Charge shall be final and binding.

If as per the rules of the local authority, the huts for labour are not to be erected at the site of work by the contractors, the contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be paid on this account.

4.2 Contractor has to follow the security requirement of the campus and obtain necessary entry

passes for the labour and vehicles and follow security checks at entry / exit gates, restriction on movement of vehicle, restricted timings of working etc. The Department however shall assist the contractor in obtaining such passes for movement of vehicles and labour. No claim whatsoever shall be entertained on account of delay in entry of vehicles and labour including restrictions in working hours, if there is any.

4.3 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.

The contractor shall, on demand submit list of his agents, employees and work people concerned & shall satisfy as to the bonafides of such people.

4.4 The contractor & his work people shall observe all relevant rules regarding security

promulgated in which work is to be carried out by the Controlling Administrative Authority of the campus/area (hereinafter referred to as “Administrator”).

4.5 The contractor, his representative, workman shall be allowed to enter through specified gates

& timing as laid down by the controlling authority. They shall be issued an identity card or an individual pass in accordance with the standing rules & regulations & they should possess the same while working. The contractor shall be responsible for the conduct & actions of his workmen, agents / representatives.

4.6 In the event of any restrictions being imposed by the Security agency, CDFD, Traffic or any

other authority having jurisdiction in the area on the working or movement of labour /material, the contractor shall strictly follow such restrictions and nothing extra shall be payable to the contractor on such accounts. The loss of time on these accounts, if any, shall

Page 45: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

40 Signature of Tenderer

have to be made up by augmenting additional resources whatever required. Nothing extra shall be payable on this account.

5.0 TRANSPORTATION AND OFFICE INFRASTRUCTURE:

5.1 In order to complete the work within the scheduled time if the contractor shall be required to

do the work in more than one shift and accepted by the department the contractor will provide vehicular facilities to the CDFD site staff to reach the site and their residence at his own cost for their services required beyond the normal office hours. In case the contractor fails to provide the facilities Engineer-in-Charge shall be at liberty to make the arrangement themselves and deduct the respective cost from the contractor’s bills.

5.2 For Preparation of Bills and Monitoring the Quality, the contractor shall provide necessary

setups with required number of data entry operators in the site office of Engineer-in-Charge.

6.0 DOCUMENTATION

6.1 The Contractor shall render all help and assistance in documenting the total sequences of this

project by way of photography and other records. Nothing extra shall be payable to Contractor

on this account.

7.0 PROGRESS AND MONITORING OF WORK:

7.1 For completing the work in time, the Contractor might be required to work in two or more shifts

(including night shifts). No claim whatsoever shall be entertained on this account, not with-

standing the fact that the Contractor may have to pay extra amounts for any reason, to the

labourers and other staff engaged directly or indirectly on the work according to the provisions

of the labour and other statutory bodies regulations and the agreement entered upon by the

Contractor with them.

7.2 The contractor shall ensure proper co-ordination of various disciplines viz. building works, sanitary & water supply & electrical installations etc.

7.3 The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose-off the materials being used or removed so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-charge.

7.4 The Contractor shall do proper sequencing of the various activities by suitably staggering the

activities within various pockets in the plot so as to achieve early completion. The agency may

deploy adequate equipment, machinery and labour as required for the completion of the entire

work within the stipulated period specified. Also ancillary facilities shall be provided

commensurate with requirement to complete the entire work within the stipulated period.

Nothing extra shall be payable on this account. Adequate number/sets of equipment in

working condition, along with adequate stand-by arrangements, shall be deployed during entire

construction period. It shall be ensured by the Contractor that all the equipment, Tools

& Plants, machineries etc. provided by him are maintained in proper working conditions at all

times during the progress of the work and till the completion of the work. Further, all the

constructional tools, plants, equipment and machineries provided by the Contractor, on site of

work or his work shop for this work, shall be exclusively intended for use in the construction of

Page 46: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

41 Signature of Tenderer

this work and they shall not be shifted / removed from site without the permission of the

Engineer-in-Charge.

7.5 All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

7.6 The security deposit will be released after expiry of 12 months free maintenance period from

the date of completion of development/ new horticulture work (for which period of execution is

4 months) on satisfactory performance during this free maintenance period.

7.7 If the performance of the work done is found unsatisfactory during maintenance period or if any

defects are noticed during the maintenance period, they shall be rectified by the contractor

within seven days of receipt of intimation of defects in the work. If the defects pointed out are

not attended to within the specified period, the same will be got done from another agency at

the risk and cost of the contractor and shall be deducted from available security deposit.

8.0 Warning / Caution Boards

All temporary warning / caution boards / glow signage display such as “Horticulture Work in Progress”,

“Keep Away”, “No Parking”, Diversions & protective Barricades etc. shall be provided and displayed

during day time by the Contractor, wherever required and as directed by the Engineer-in-Charge. These

glow signage and red lights shall be suitably illuminated during night also. The Contractor shall be solely

responsible for damage and accident caused, if any, due to negligence on his part. Also he shall ensure

that no hindrance, as far as possible, is caused to general traffic during execution of the work. This

signage shall be dismantled & taken away by the Contractor after the completion of work, only after

approval of the Engineer – in – Charge. Nothing extra shall be payable on this account.

9.0 Sign Boards

9.1 The Contractor shall provide and erect a display board of size and shape as required and paint over it,

in a legible and workman like manner, the details about the salient features of the project, as required

by the Engineer-in-Charge. The Contractor shall fabricate and put up a sign board in an approved

location and to an approved design indicating name of the project, client / owner, architects, structural

consultants, Department etc. besides providing space for names of other Contractors, Associate

contractors and specialized agencies. Nothing extra shall be payable on this account.

9.2 A display board shall be kept at site which would list the names of workers, teams and agencies

following safety program in the best manner. This would be updated weekly.

9.3 Necessary protective and safety equipments shall be provided to the Site Engineer, Principal technical

Representative, Supervisory staff, labour and technical staff of the contractor by the Contractor at his

own cost and used at site.

9.4 No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only

limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all rules /

instructions issued by the relevant authorities and as per the direction of Engineer -in- Charge in this

regard. Also all precautions and safety measures shall be taken by the Contractor for safe handling of

the P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L shall be

borne by the Contractor .

Page 47: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

42 Signature of Tenderer

10.0 INSPECTION OF WORKS:

10.1 In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by the Director, CDFD, Hyderabad and other senior officers of CDFD in addition of the Engineer-in-charge and his authorized representative . The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-charge or other officers as stated above to visit the works shall have been given to the contractor, either himself be present to receive the orders and instructions or have a responsible representative duly accredited in writing, to be present for that purpose.

10.2 Senior Officers of CDFD, Dignitaries from Central Ministry / Department, State Government

shall be inspecting the on-going work at site at any time with or without prior intimation. The contractor shall, therefore, keep updated the following requirements and detailing:-

(i) Display Board showing detail of work, weekly progress achieved with respect to targets, reason of shortfall, status of manpower, wages being paid for different categories of workers.

(ii) Entrance and area surrounding to be kept cleaned.

(iii) Display layout plan key plan, Building drawings including plans, elevations and sections.

(iv) Up to date displays of Bar chart/ Program chart in MS PROJECT etc. as required

(v) Keep details of quantities executed, balance quantities, deviations, possible Extra item, substituted Item etc.

(vi) Keep plastic / cloth mounted one set of drawings.

(vii) Set of Helmets and safety shoes for safety.

Page 48: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

43 Signature of Tenderer

SPECIAL CONDITIONS FOR HORTICULTURE DEVELOPMENT WORK

1. The plants should be free from all pest and disease.

2. The plants should be healthy and vigorous growth and as specified in the Schedule of Quantity.

3. The height of plants will be measured leaving the root portion.

4. The main stem or trunk should be strong up to the required height.

5. The plants should be true to the variety.

6. The supply will be taken at site of work.

7. The good earth / soil shall be suitable for gardening free from kanker, Moorum, Shingle, rocks,

stones, brick-bats, building rubbish, termites and any other foreign matter. The earth shall be free

from clods or lumps of sizes bigger than 75mm in any direction. It shall have pH value ranging

between 6 to 8.5. One sample for every 300 Cum. of earth shall be got tested for pH Value from

a reputed laboratory approved by Engineer-in-charge. The test of good earth shall be done prior

to bringing it at site, from reputed laboratory and from source approved by Engineer in Charge. If

source is changed, test shall be done at least one per lot of soil. The cost of the tests shall be

borne by the contractor/department in the manner indicated below

i. By the contractor, if the results show that the material doesn’t pass the requirements.

ii. By the department, if the results show that the materials pass the requirements.

8. If good earth is rejected due to certain reasons, the same should be replaced immediately by the

Contractor at his own risk and cost.

9. The cattle dung manure should be well decayed and free from weeds, stone, pebbles, rubbish

etc.

10. The turf of grass should be healthy, well rooted, thickness of turf should be minimum 1½" in

2’ x 1’ size disease free and free from weeds.

11. Fine sand should be obtained from source that approved by the Engineer-in-charge and

screened as required.

12. The earth shall be stacked at site in stacks not less than 50cm high and of volume not less than

3.0 cum.

13. The manure shall be well decayed organic and vegetable matter obtained in the dry state, free

from grit, weeds, bricks-bats, pebbles stone and any other unwanted materials.

14. Manure / Sludge shall be stacked at site not less than 50cm height and of volume not less than

3 cum.

15. The rejected material shall be removed & replaced immediately by the contractor at his own risk

& cost.

16. Contractor shall ensure that no casualty occurs in existing plants. Casualty occurred shall be

replaced by the contractor at his own risk & cost.

Page 49: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

44 Signature of Tenderer

Special Conditions for free maintenance during defects liability period

1. The maintenance should be in perfect condition. Throughout period.

2. T&P required for work shall be arranged by the contractor as per requirement.

3. The garden features should always be in good shape.

4. Contractor shall ensure that no Casualty occurs in plants. Casualty occurred shall be replaced

immediately by the contractor by the contract at his own risk & cost.

5. The Maintenance shall be done satisfactorily at sites as directed by Officer-in-Charge.

6. The contractor shall employee minimum daily staff required for maintenance of the horticulture / landscaping duly maintaining proper record including periodical photographs and attendance proof of the staff.

7 The Engineer-In-Charge has the right to levy compensation if the maintenance and non employment of labour are not to his satisfaction .

Page 50: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

45 Signature of Tenderer

General Guideline for Free Maintenance of Horticulture Works

during defects liability period

Checklist/norms to be followed while doing the maintenance of horticulture works during defects liability period.

1. 2.

Irrigation Lawn Mowing

- As per Guideline of watering of CPWD Horticulture

Summers Winters Rainy season

- Monthly - Monthly - Fort nightly

3.

Hedge cutting Summers

- Fortnightly Winters

Rainy season - Monthly - Monthly

4.

Weeding

- As & when required (10-15 Days)

5.

Repair & planting of Plants

- Immediately when these are observed.

6.

Plant protection

- Need Based

Page 51: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

46 Signature of Tenderer

PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 The work shall be carried out as per CPWD Specifications 2009 Vol. I & II with up-to-date correction slips for civil works and CPWD specifications 2016 for horticulture works .

1.2 The work shall be executed and measured as per metric dimensions given in the Schedule of

quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

1.3 Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract, the same shall be inclusive of all amendments issued thereto or revisions thereof, if any.

1.4 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be

considered as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include water encountered from any source, such as rains, floods, and sub- soil water table being high due to any other cause whatsoever.

1.5 Unless otherwise specified in the schedule of quantities, particular specifications or CPWD

specifications (subject to the order or preference) the rates tendered by the tenderer shall be all inclusive and shall apply to all lifts, all heights and all floor including terrace, leads and depths and nothing extra over and above the schedule of quantity shall be payable on this account.

1.6 The work shall be carried out in accordance with the Architectural and other drawings, and to be

properly correlated before executing the work. Nothing extra shall be payable on this account.

1.7 Wherever any reference to any Indian Standards occurs in the documents relating to this contract, the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the date of receipt of tenders.

1.8 The Percentage Rate Quoted for the work, shall unless clearly specified otherwise, include cost

of all operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, other inputs, all incidental charges, all taxes, Cess, VAT, duties, levies etc. required for execution of the work.

1.9 Product delivery, storage and handling of fertilizer/manure/Urea/insecticides/DAP/

vermicompost

1.9.1 The contractor shall construct storage space for fertilizer/manure to ensure that the

storage conditions are as recommended by the manufactures.

1.9.2 All the materials shall be procured and delivered in sealed containers with labels legible and intact.

1.9.3 All material required for the execution of the work shall be got approved, procured and deposited with the Departmental supervisory staff. The materials shall be kept in joint custody of the contractor and the Department. The watch and ward of such material shall, however, remain to be the responsibility of the contractor and no claim, whatsoever, on this account shall be entertained. Different containers of each fertilizer/manure shall be serially numbered on packing and also consumed in that order. Day-to-Day account of receipt, issue and balance shall be regulated by the Department and proper account shall be maintained at site of work in the prescribed form as per the standard practice.

Page 52: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

47 Signature of Tenderer

1.9.4 The original copies of challan / cash memos towards the quantity of various fertilizer/manure procured shall be made available by the contractor at the request from the Engineer-in-Charge and a copy of the same shall be kept in record.

1.9.5 The Name of manufacturers, manufacturer’s product identification, manufacturer’s mixing instructions, warning for handling and toxicity and date of manufacturing and shelf life shall be clearly and legibly mentioned on the labels of the each container.

1.9.6 The contractor shall submit for the fertilizer procured, manufacturer’s and / or authorized dealer’s certificate regarding supplying and verifying conformance to the material specifications, as specified.

1.9.7 All arrangements for measuring, dosing and mixing of fertilizer/manure at site have to be made by the contractor.

1.9.8 Contractor shall suitably advise his Principal technical representative and all the workers as regards safe handling of fertilizer. Necessary protective and safety equipments in form of hand gloves, goggles etc. shall be provided by the contractor and be also used at site.

1.9.9 All incidental charges of any kind including cartage, storage and wastage and safe custody of material etc. shall be borne by the contractor and no claim, whatsoever, shall be entertained on this account .

Page 53: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

48 Signature of Tenderer

FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, contractor …………………. (Name of contractor) (Hereinafter called “the contractor”)

has submitted his bid dated ………… (Date) for the construction of ……………………….. (Name of

work) (Hereinafter called “the Bid’)

KNOW ALL PEOPLE by these presents that we …………(Name of bank) having our registered

office at ……………………….. (Hereinafter called “the Bank”) are bound unto ………………….

(Name and division of Executive Engineer) (Hereinafter called “the Engineer-in-

SEALED with the Common Seal of the said Bank this …………… day of …………. Charge”) in the

sum of Rs. …………………….. (Rs. in words ……………) for which payment well and truly to be

made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these

presents20…..

THE CONDITIONS of this obligation are:

(1) If after bid opening the Contractor withdraws, his bid during the period of validity of bid

(including extended validity of bid) specified in the Form of Bid.

(2) If the contractor having been notified of the acceptance of his bid by the Engineer-in-

Charge. (a) Fails or refuses to execute the Form of Agreement in accordance with the

Instructions to contractor, if required; OR

(b) furnish the Performance Guarantee, in accordance with the provisions of bid

document and Instructions to contractor, OR

We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written

demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his

demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the

occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* …………… after the deadline for

submission of bid as such deadlines is stated in the Instructions to contractor or as it may be extended

by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in

respect of this Guarantee should reach the Bank not later than the above date.

DATE ………….. SIGNATURE OF THE BANK

WITNESS ………….. SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of bid.

Page 54: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

49 Signature of Tenderer

SAMPLE GUARANTEE BOND

This agreement made this ........................ day of ......................two thousand.............................. between M/s ................ (hereinafter called the Guarantor of the one part) and the................................. Director, CDFD.

Whereas this agreement is supplementary to the contract (hereinafter called the Contract)

dated ................... made between the Guarantor of the one part and Government of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said Contract recited, completely termite-proof/water and leak-proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said structure will

remain termite-proof for ten years to be reckoned from the date after the maintenance period prescribed in the contract expires.

During this period of guarantee the Guarantor shall make good all defects and for that matter,

shall replace at his risk and cost such wooden members as may be damaged by termites, and in case of any other defect being found he shall render the building termite-proof at his cost to the satisfaction of the Engineer-in-charge, and shall commence the works of such rectification within seven days from date of issuing notice from the Engineer-in-charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other Contractor at the Guarantor’s cost and risk, and in the later case the decision of the Engineer-in-charge as to the cost recoverable form the Guarantor shall be final and binding.

That if the Guarantor fails to execute the anti-termite treatment or commits breaches hereunder

then the Guarantor will indemnify principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the Guarantor in performance and observance of this supplemental agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on the parties.

In witness whereof these presents have been executed by the Obligor .................. and by

................................. for and on behalf of the Director , CDFD on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of –

1.

2.

Signed for and on behalf of THE DIRECTOR , CDFD by …………........………… in the presence of.

1.

2.

Page 55: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

50 Signature of Tenderer

Form of Performance guarantee / Bank guarantee bond

[Reference para 21.1.(1)(V)]

In consideration of the Director , CDFD (hereinafter called “The Government”) having offered to accept the

terms and conditions of the proposed agreement between…………………………….and

…………….....................…… (hereinafter called “the said Contractor(s)”) for the work ……………… (hereinafter

called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs. ………….

(Rupees ………………………………… only) as a security/guarantee from the contractor(s) for compliance of his

obligations in accordance with the terms and conditions in the said agreement.

1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to pay to the

Government an amount not exceeding Rs. ……………………….. (Rupees………………. Only) on demand by the

Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the amounts due

and payable under this guarantee without any demure, merely on a demand from the Government stating that the

amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such

demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this

Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.

………………….. (Rupees ……………….only)

3. We, the said bank further undertake to pay the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal

relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us

under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) shall have

no claim against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of the

said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue

of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in- Charge on

behalf of the Government certified that the terms and conditions of the said agreement have been fully and properly

carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ……………………………. (indicate the name of the Bank) further agree with the Government that the

Government shall have the fullest liberty without our consent and without affecting in any manner our obligation

hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the

said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers

exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and

conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such

variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part

of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to revoke this guarantee

except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to …………………………unless extended on demand by the Government.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.

…………………… (Rupees ………………..) and unless a claim in writing is lodged with us within six months of

the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall

stand discharged.

Dated the ………………..day of ……………………for………………….(indicate the name of the Bank)

Page 56: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

51 Signature of Tenderer

FORM OF BANK GUARANTEE BOND

( For Removal of Defects After Completion)

In consideration of the Director, CDFD (hereinafter called “The Government”) having offered to

accept the terms and conditions of the proposed agreement between

contractor(s)” for the work

__ and

(hereinafter called “the said

_ _ (hereinafter called “The said

agreement”) having agreed to production of a irrevocable Bank Guarantee for

Rs.

(Rupees

_ only) as

security/guarantee from the contractor(s) for compliance of his obligations in accordance with

the terms and conditions in the said agreement.

1. We

_ (hereinafter referred to as “the Bank)

hereby undertake to pay to the Government an amount not exceeding Rs._

(Rupees

2. We

only) on demand by the Government.

_(indicate the name of the bank) do hereby

undertake to pay the amounts due and payable under this Guarantee without any demure,

merely on a demand from the Government stating that the amount claimed is required to meet

the recoveries due or likely to be due from the said contractor(s). Any such demand made on

the Bank shall be conclusive as regards the amount due and payable by the bank under this

Guarantee. However, our liability under this guarantee shall be restricted to an amount not

exceeding Rs._

_ (Rupees

_ only).

3. We, the said bank further undertake to pay to the Government any money so

demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or

proceeding pending before any court or Tribunal relating thereto, our liability under this

present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the contractor(s) shall have no claim against us for making such

payment.

4 We

(indicate the name of the Bank) further

agree that the guarantee herein contained shall remain in full force and effect during the

period that would be taken for the performance of the said agreement and that it shall

continue to be enforceable till all the dues of the Government under or by virtue of the said

agreement have been fully paid and its claims satisfied or discharged or till Engineer-in- Charge

on behalf of the Government certified that the terms and conditions of the said agreement have

been fully and properly carried out by the said contractor (s) and accordingly

discharges this guarantee.

5. We

_ (indicate name of the bank) further

agree with the Government that the government shall have the fullest liberty without our

Page 57: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

52 Signature of Tenderer

consent and without effecting in any manner our obligations hereunder to vary any of the

terms and conditions of the said agreement or to extend time of performance by the said

contractor(s) from time to time or to postpone for any time or from time to time any of the

powers exercisable by the Government against the said contractor(s) and to forbear or

enforce any of the terms and conditions relating to the said agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to the

said contractor(s) or for any forbearance, act of omission on the part of the Government or

any indulgence by the Government to the said contractor(s) or by any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have effect of

so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the contractor(s).

7. We _

_ (indicate the name of Bank) lastly

undertake not to revoke this guarantee except with the previous consent of the Government

in writing.

8. This guarantee shall be valid up to

_ unless extended on

demand by Government. Notwithstanding anything mentioned above, our liability against this

guarantee is restricted to Rs.

_ (Rupees _

_ only)

and unless a claim in writing is lodged with us within six months of the date of expiry or the

extended date of expiry of this guarantee all our liabilities under this guarantee shall stand

discharged.

Dated the

.

(indicate the name of Bank)

day of _ for

Page 58: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

53 Signature of Tenderer

Sl.

No.

Name of the Minor Mineral

Unit

Rate of Seigniorage fee (In Rupees)

1.

Building Stone, Rough

Stone / Boulders, Road

Metal and Ballast

M3 / MT

75/50

2. Dimensional Stone used for Kerbs &

Cubes

MT

100/MT

3.

Lime Kankar/Limestone

MT

The rate of royalty as applicable to

Lime stone (other than LD Grade) in

respect of major Mineral as per the

2nd Schedule of the Mines &

Minerals (D & R) Act, 1957.

4.

Marble

M3/MT

250/100

5. Mosaic chips MT 45

GOVERNMENT OF TELANGANA

ABSTRACT

Mines and Minerals - Revision of rate of Seigniorage Fee and Dead Rent – Orders – Issued. -------------------------------------------------------------------------------------------------------------------------

INDUSTRIES AND COMMERCE (MINES.I) DEPARTMENT

G.O. Ms No.67, Dated: 26.09.2015

Read the following:- 1) G.O.Ms.No.198, Industries & Commerce (M.I) Dept., dt.13.08.2009. 2) Government Memo No. 418/M.I (1)/2015, dated: 08.07.2015. 3) From the Director of Mines and Geology, Hyderabad Letter. No.3305/MR/2014,

dated:08.07.2015.

O R D E R:

*****

The following notification will be published in the Extra-Ordinary Issue of the Telangana Gazette dated: the 26

th September, 2015.

NOTIFICATION

In exercise of the powers conferred by Section Sub-Section (1) of 15 of the Mines & Minerals (Development & Regulation) Act, 1957 (Central Act 67 of 1957), the Governor of Telangana hereby issue the following amendments to the A.P. Minor Mineral Concession Rules, 1966 issued in G.O. Ms.No. 1172, Industries & Commerce (Mines-I) Department , dated: 04-09-1967 and as amended subsequently from time to time and as adapted vide G.O. Ms.No. 55, Industries & Commerce (Mines.I) Department, dated: 26.08.2015 as A.P. Minor Mineral Concession Rules, 1966 (Telangana Adaptation) order, 2015.

namely:

AMENDMENTS

In the said rules, under rule 10 for Schedules I and II the following shall be substituted,

SCHEDULE - I RATES OF SEIGNIORAGE FEE

Page 59: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

54 Signature of Tenderer

6. Morrum/Gravel & Ordinary Earth M3/MT 30/20

7. Ordinary Sand M3/MT 40/27

8. Shingle M3/MT 25/17

9. Chalcedony Pebbles M3/MT 75/50

10. Fullers Earth / Bentonite MT 150

11. Shale / Slate MT 150

12. Rehmatti MT 25

13. Limestone slabs M2/MT 8/100

14.

Brick Earth used in the manufacture

of Bricks including Magalore Tiles.

-

Rs. 6000/- per kiln per annum.

15.

Granite Useful for cutting and

polishing

Gang saw

above 270

x above

150

Below 270 x

below 150

Equal and below

70

a

Black Granite

3000

2300

1200

b

Colour Granite

2300

2000

1000

The rates shown at Sl.No. 15 shall come into force w.e.f., two years from the date of this G.O. until then rates ordered in G.O. Ms.No. 198, Industries & Commerce (M.I) Dept., dt: 13.08.2009 shall continue to be inforce.

Page 60: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

55 Signature of Tenderer

SCHEDULE- II RATE OF DEAD RENT

Sl. No.

Name of the Mineral

Rate of Dead Rent per hectare per Annum.(in Rs.)

1

Black Granite 1,00,000

2

Colour Granite 80,000

3 Lime stone other than classified as Major Minerals used for Lime burning for building construction purposes ,Marble, Boulders, Building Stone including Stone used for Road Metal, Fuller’s Earth, Ballast Concrete and other Construction purposes, Slate and Pyllites

50,000

4 Gravel, Morrum, Shingle, Limestone Slabs, used for Flooring purposes, Chalcedeny pebbles used in the building purposes, Lime shell for burning used for building purposes and Rehmatti.

40,000

1. The rate of royalty revised by Government of India with effect from 01.09.2014 in respect of (31) Major Minerals now declared as Minor Minerals and transferred to the State Government in the extra-ordinary issue of the Gazette Government of India Notification No. 432 (E) dated 10.02.2015 shall be continued, until further orders.

2. This order issues with the concurrence of Finance Department vide their U.O No.11350/292/EBS-

VII/ I & C/2015,dated: 18-09-2015.

(BY ORDER AND IN THE NAME OF THE GOVERNOR OF TELANGANA)

To,

ARVIND KUMAR SECRETARY TO GOVERNMENT & CIP

The Commissioner of Printing, Stationary & Stores Purchase (Ptg. Wing) Hyderabad. (He is requested to publish the above Notification in the Extra-Ordinary issue of Telangana Gazette, and arrange to send 1000 copies of the same to Government in Industries & Commerce (M.I) Department).

The Director of Mines and Geology, Telangana State, Hyderabad

The Vice Chairman & Managing Director, Telangana State Mineral Development Corporation Ltd.,

Hyderabad.

All the Joint Director/Deputy Director/Assistant Directors of Mines and Geology through the

Director of Mines and Geology, Hyderabad.

Copy to: The Secretary to Government, Ministry of Mines, GoI The Law (A) Department The Finance Department The Industries and Commerce (Mines.II) Department The P.S. to Hon’ble Minister for Mines and Geology The P.S. to Secretary to Government, & CIP, Ind. & Com. Dept., SF/Sc(C.NO.418/M.I(1)/2015)

//FORWARDED :: BY ORDER//

SECTION OFFICER

Page 61: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

56 Signature of Tenderer

I = NIL

Page 62: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

57 Signature of Tenderer

(TABLE-1)

Equipments for Testing of Materials at Site

Appendix – 1

All necessary equipment for conducting all necessary tests shall be provided at the site in the well furnished site laboratory of minimum 40 sqm area by the contractor at his own cost The following minimum laboratory equipments shall be set up at site office laboratory:-

Sl. No.

Equipment Numbers (Minimum)

1 Weighing scale platform type 100 Kg capacity 1

2 Electronic balance 600gx0.1g, 10kg and 50kg 1

3 Physical balance weight up to 5kg 1

4 Measuring jars 100ml, 200ml, 500ml 3 Nos. each

5 Digital PH meter least count 0.01 mm 1

6 Water testing Kit 1 No.

7 Any other equipment for site tests as outlined in BIS and as directed by the Engineer-in-charge.

AS per requirement

Third party quality assurance may be got done by Technical team of any reputed laboratory such as soil testing laboratory, Rajendra nagar, Hyderabad and like as approved by Engineer-in- charge. The report submitted by the quality assurance team shall be communicated to the contractor by the Engineer-in-charge. The contractor has to comply / rectify the defects/ shortcomings pointed out by the quality assurance team at his own cost within the time specified by Engineer-in-charge

Page 63: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

58 Signature of Tenderer

Minimum required T&P to be owned/taken on lease by the contractor (This list is only indicative and not exhaustive)

Sl. No.

Detail of T&P Qty.

1 Excavator cum loader(JCB 3D model or equivalent) 2 Nos.

2 Truck/ Tipper / Dumpers 2 Nos.

3 Water pump 3 Nos.

4 Tractor with trolley 2 Nos.

5 Water tanker 4 Nos.

6 Power driven Earth rammer ( Soil Compactor) 1 Nos.

7 Any other machinery required for completion of the work as per decision of Engineer-in-Charge

As per Actual requirement

8 Power road roller 8-12 ton capacity 1 No.

9 Light power road roller 1 No.

10 Total station / Leveling instrument 1No.

The above list is only indicative and not exhaustive.

Page 64: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

59 Signature of Tenderer

PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK :

AGREEMENT NO. & DATE :

Sl. No.

Item Quantities as per

agreement

Frequency as per

specification

No. of tests

required

R.A. bill No.

Up- to- date

quantity

No. of tests

required

No. of tests

actually done

Remarks

1 2 3 4 5 6 7 8 9 10

Signature of Contractor

Page 65: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

60 Signature of Tenderer

LIST OF APPROVED / PREFERRED MAKES

Sl. No. Material Approved make

NSGPZ FOR HORTICULTURE WORKS (A)

1 (i) Vermi Compost / organic manure M/s. Sri Balaji Organic Manure, M/s. Venkateshwara Organic Manure, M/s. Bhagyalakshmi manure

2 Fertilizer M/s. Godavari Fertilizers Ltd, M/s. Krishna Fertilizers Ltd, M/s. Ujjual Fertilizers Ltd,

FOR CIVIL WORKS ( B)

1 Cement Ultra tech / ACC / JK cement /CC I / India cement s

2 TMT bars VSP / TISCO / SAIL

3 Structural steel TISCO, SAIL, TSRM, VIZAG STEEL,JISCO

4 Paver blocks Designer pavings / Vibrant besser / Aeons / Hicon / Malu / Prathisai / shan Fly ash/ Nitco

5 Epoxy paint Nerolac/ Shalimar/ cico/ Fairmate/ sika/ BASF/ Berger/ Asian/ Pidilite

6 PU Finish coat ICA/CIRCA/MRF

7 Epoxy based putty ICA/CIRCA/MRF

8 Glass Reinforced concrete Unistone / Mahesh/ Kamdhenu

9 Floor Enamel paint Indigo /MRF/Asian

FOR ELECTRICAL WORKS ( C)

1 Decorative poles Bajaj /Twinkle 2 Post top lantern fitting Phillips / Crompton / Bajaj

3 UG Cable RPG/ Polycab / NICCO/ UNIVERSAL/Rallison / Havells

Page 66: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

61 Signature of Tenderer

FORM OF APPLICATION BY THE CONTRACTOR FOR SEEKING RESCHEDULING OF

MILESTONES

1. Name of contractor. 2. Name of work as given in the agreement. 3. Agreement No. 4. Estimated amount put tender. 5. Date of commencement of work as per agreement. 6. Period allowed for completion of work as per agreement. 7. Date of completion stipulated in agreement. 8. Rescheduling of milestones done previously.

Milestone No. already

rescheduled Department Letter

No. and date

Rescheduling of milestones done

Original date Rescheduled date

(a) 1st

milestone

(b) 2nd

milestone

..............

Rescheduling of milestone applied for

Milestone No. for which

rescheduling is applied

Original / rescheduled

date

Details and period of

hindrances

Comments of Engineer –In- Charge

Proposed Rescheduled

date of milestone

(a) 1st

milestone

(b) 2nd

milestone

..............

Submitted to

the Sub Divisional Officer Signature of Contractor

Dated

Page 67: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

62

INTEGRITY PACT

To,

……………………….., ………………………..,

………………………..

Sub: NIT No. …………………………………. for the work ……………...................

Dear Sir,

It is here by declared that CDFD is committed to follow the principle of transparency, equity

and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which

the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be

summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same

shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CDFD.

Yours faithfully

In-Charge-Engineering

Page 68: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

63

To,

In-Charge- Engineering,

………………………..,

………………………..

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,

I/We acknowledge that CDFD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by CDFD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid, CDFD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder )

Page 69: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

64

To be signed by the bidder and same signatory competent / authorized to sign the relevant

contract on behalf of CDFD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ...........20......

BETWEEN

Director, CDFD represented through In-Charge-Engineering, CDFD, Uppal, Hyderabad

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its

successors and permitted assigns)

AND

.............................................................................................................

(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No.

................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid

down organizational procedure, contract for

.................................................................................................................................

(Name of work)

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity

Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall

also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under

Page 70: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

65

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and

to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and

agents) adhere to the highest ethical standards, and report to the Government / Department

all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge

or becomes aware, during the tendering process and throughout the negotiation or award of

a contract .

Page 71: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

66

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in

the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit

offences outlined above or be an accessory to such offences. 4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge

in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

Page 72: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

67

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive

Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or

the Contract or its established policies and laid down procedures, the Principal/Owner shall

have the following rights in case of breach of this Integrity Pact by the Bidder(s)

/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold

the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Page 73: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

68

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any

other Company in any country confirming to the anticorruption approach or with Central

Government or State Government or any other Central/State Public Sector Enterprises in

India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

Tender process or action can be taken for banning of business dealings/ holiday listing

of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by

him and has installed a suitable corruption prevention system, the Principal/Owner may, at

its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment

in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any

violation(s) of the principles laid down in this agreement/Pact by any of its Sub-

contractors/sub-vendors.

. 2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12

months after the completion of work under the contract or till the continuation of defect liability period,

whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CDFD.

Page 74: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

69

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the CDFD of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have

not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and

on behalf of Principal/Owner)

................................................................. (For and

on behalf of Bidder/Contractor)

WITNESSES:

1. .............................................. (signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Dated :

Page 75: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

70 Signature of Tenderer

GENERAL TERMS AND CONDITIONS

1. The CDFD shall be at liberty to discontinue/cancel agreement by serving one-week notice

without assigning any reason thereof. Decision of the Engineer –in-charge shall be final and binding to the Contractor for which no claim on any account shall be entertained by the department.

2. No payment will be made to the contractor for damage caused by rains or other natural calamities during the execution of work and no such claim on this account will be entertained.

3. The sample of materials shall be got approved from the Engineer-in-charge before supply/execution of work.

4. If due to any reasons the date of opening the tender has been declared holiday by the Govt. of India then tender will be opened on next working day.

5. Any work carried out without the approval of the Engineer-in-charge/ at site of work shall not be accounted and will not be paid.

6. All malba/ rubbish/ waste/ garbage etc. generated due to any operation from Horticulture works and in lawn areas whatsoever shall be disposed of daily basis by the contractor to the specified common disposal point and nothing extra shall be paid on this accounts. After the collection of full truck load of the said malba, the same shall be disposed of by the contractor to the authorized municipal dhalao / dumping ground. The rejected and substandard material should be removed from the site of work immediately, this department shall not be responsible for any damage / loss of rejected material in case of non removal / disposed in the specific period, a sum of Rs. 500 per day shall be recovered from the contractor.

7. The staff deployed for horticulture work must have good knowledge about horticulture works operations like hedge cutting, mowing, plantation of plants/ seeding, lawn maintenance, potted plants maintenance etc. the supervisor should be well behaved to communicate with the clients, occupants, staff and officers.

8. The regrassing/ alteration of garden should be got approved from Engineer-in-charge. 9. The contractor or his supervisor will regularly meet with the site officer in charge for taking the

directions. 10. The contractor shall make deduction on account of EPF & ESI to labour / staff deployed by

him on the work and will furnish detail of each workers at division office every months. 11. The contractor shall produce valid registration/ licences ESI/EPF before start of work. 12. The contractor shall maintain the attendance of staff / labour deployed at site through

Authentic Proof of attendance. Nothing shall be paid to the agency on this account. 13. The site shall be cleared after completion of work. 14. If any damage is caused to public conveniences/services, the same shall have to be repaired

instant, failing which necessary recovery shall be made from the Contractors bill. 15. If any Building, Road and Channels or electric cable etc will be damaged by the Contractor

during execution the same will have to be repaired by the Contractor at his risk and cost, otherwise the complete cost will be recovered as intimated by the Civil/Electrical Division concerned.

16. Unless otherwise specified in the Scheduled of Quantities, the Rates of all the items of the work shall be considered as inclusive all charges like Transportation, Royalty and other Taxes etc.

17. The Contractor shall be responsible to arrange at his own cost all necessary Tools and plants required for execution and maintenance works.

18. The contractor shall have to pay the minimum wages to the labour as per prevailing rates of Telangana Government time to time and it shall be binding on the contractor who shall have to pay the increase the rates from the retrospective effect to the labour and nothing will be paid extra on this account to the contractor.

19. The CDFD shall not be responsible for any injury partial or permanent or death of any workers at site due to accident or mal functioning of the equipment or by negligence of the staff.

20. All applicable and prevailing taxes will be recovered from the contractor bills as per Telangana

and Central Government. It shall be the sole responsibility or the Contractor to ensure before undertaking the maintenance/work that no casualty and deficiency of plants exist

Page 76: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

71 Signature of Tenderer

at site or work and he has to bring the same into the notice of the Engineer-In-Charge within 3 days of taking of the maintenance failing which, it shall be presumed that there were neither casualty nor deficiency of the plant.

21. In case of any casualty of shrubs and trees, and non replacement of the same in specified period, the recovery shall be made at the rate quoted by contractor for the item, plus Rs. 100/- per shrubs, Rs. 200/- per tree and Rs.400/- per 100 sqm lawn area. The decision of the Engineer-in-charge shall be final and binding in this regard.

22. Unless otherwise provided in the Schedule of Quantities/Specifications, the rates tendered by the contractor shall be all inclusive and shall apply to all height, lifts, leads and depths of the work and nothing extra shall be payable to him on account of the same.

23. Other agencies doing works related with this project may also simultaneously execute their works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, opening etc. in the work as may be required for the other agencies. Nothing extra over the Agreement rates shall be paid for doing these.

24. Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials etc. The contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on account of the same.

25. The contractor shall fully comply with all legal orders and directions of the Public or local authorities of municipality and abide by their rules and regulations and pay all fees and charges for which he may be liable in this regard. Nothing extra shall by paid/reimbursed for the same.

26. The contractor will make his own arrangement for accommodation of labourers.

27. The contractor shall be responsible for removal of garden waste from the site and disposed off at designated dumping area.

28. All the labourers deputed by the contractor at site should wear safety equipments like Helmet, Boots and gloves etc. as decided by Engineer-in-charge. Nothing shall be paid extra on this account.

29. The contractor shall have to arrange all required tools & plants & other stock items like Bamboo, Sutli, Hessian cloth. Tokari etc. for the proper development & maintenance of garden feature. Repair cost of tools & plant items shall be borne by the contractor & nothing shall be paid extra on this account.

30. The photograph showing the maintenance/development work shall be submitted by the contractor at the end of every month from the date of start to date of completion covering all garden feature. Nothing shall be paid extra on this account.

31. The Engineer in charge reserve the right to change the site/location of the works.

Page 77: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

72 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Name of work: Construction of Laboratory Complex for CDFD at Uppal Hyderabad

SH.:- Horticulture and civil works

PART C

DRAWINGS

Page 78: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

73 Signature of Tenderer

Page 79: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

74 Signature of Tenderer

Page 80: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

75 Signature of Tenderer

Page 81: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

76 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND

DIAGNOSTICS

Name of work: Construction of Laboratory Complex for CDFD at

Uppal Hyderabad SH.: - Horticulture and civil works

PART D

Price Bid

Page 82: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

77 Signature of Tenderer

INDEX - PART D

Sl. No.

Particulars

Sheet No.

1 Schedule of Quantity 78-88

2 Abstract of Cost 89

3 Proforma for quoting rates 90

Page 83: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

78 Signature of Tenderer

SCHEDULE OF QUANTITY Name of Work : Construction of Laboratory Complex for CDFD at Uppal Hyderabad Sub Head : Horticulture and civil works

S.No.

DSR 16 Description Qty Unit Rate in

Rs. Amount in

Rs.

Sub- Head - I , Earth Work

1.1 2.8 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.

2.8.1 All kinds of soil 563 cum 166.40 93683

1.2 2.25 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m.

563 cum 125.75 70797

1.30 2.30 Banking excavated earth in layers not exceeding 20 cm in depth, breaking clods, watering, rolling each layer with ½ tonne roller, or wooden of steel rammers, and rolling every 3rd and top-most layer with power roller of minimum 8 tonnes and dressing up, in embankments for roads, flood banks, marginal banks, and guide banks etc., lead upto 50 m and lift upto 1.5 m :

2.3.1 All kinds of soil 3000 cum 269.75 809250

1.4 2.28 Surface dressing of the ground including removing vegetation and inequalities not exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m.

2.28.1 All kinds of soil 2000 sqm 13.95 27900

TOTAL 1001630

DSR Items 1001630

NSR 0

Sub - Head - II , Concrete Work

2.10 4.1 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level :

a 4.1.8 1:4:8 (1 Cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size).

274 cum 4478.15 1227013

2.2 4.2 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor, etc., up to floor five level, excluding the cost of centering, shuttering and finishing :

4.2.3 1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)

5 cum 6547.70 32739

TOTAL 1259752

DSR Items 1259752

NSR 0

Sub - Head - III , RCC Work

3.1 5.9 Centering and shuttering including strutting, propping etc. and removal of form for :

a 5.9.1 Foundations, footings, bases of columns, etc. for mass concrete. 112 sqm 193.95 21722

b 5.9.3 Suspended floors, roofs, landings, balconies and access platform. 50 sqm 422 21115

Page 84: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

79 Signature of Tenderer

c 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts. with water proof ply 12mm thick.(shutter finish)

101 sqm 543.90 54934

3.2 5.22 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level.

5.22.6 Thermo - Mechanically Treated bars 3720 kg 56.60 210552

3.3 5.1 Providing and laying in position specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level :

a 5.1.2 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm nominal size)

36 cum 6215.35 223753

TOTAL 532076

DSR Items 532076

NSR 0

Sub- Head IV - Brick / stone Work

4.1 6.1 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundation and plinth in:

6.1.2 Cement mortar 1:6 (1 Cement : 6 coarse sand) 221 cum 4751.65 1050115

4.2 7.1 Random rubble masonry with hard stone available at site in foundation and plinth including levelling up with cement concrete 1:6:12 (1 cement : 6 coarse sand : 12 graded stone aggregate 20 mm nominal size) upto plinth level with : ( Stone shall be issued free of cost )

7.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 150 cum 3100.85 465128

TOTAL 1515243

DSR Items 1515243

NSR 0

Sub- Head - V , Steel Work

5.1 10.16 Steel work in built up tubular ( round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete.

10.16.2 Hot finished seamless type tubes 28950 kg 93.90 2718405

5.2 10.19 Providing and fixing mild steel round holding down bolts with nuts and washer plates complete.

860 kg 68.00 58480

TOTAL 2776885

DSR Items 2776885

NSR 0

Sub- Head - VI FLOORING

6.1 8.2 Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished) machine cut for kitchen platforms, vanity counters, window sills , facias and similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, molding and polishing to edges to give high gloss finish etc. complete at all levels.

8.2.2 Granite of any colour and shade

8.2.2.2 Area of slab over 0.50 sqm 108 sqm 3113.3 336236

Page 85: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

80 Signature of Tenderer

6.2 Based on 8.1 and 8.2

Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished) for wall lining (veneer work), /bands 200mm wide backing filled with a grout of average 12 mm thick in cement mortar 1:3 (1 cement : 3 coarse sand) including pointing with white cement mortar 1:2 (1 white cement : 2 marble dust) with an admixture of pigment to match the marble shade: (To be secured to the backing by means of cramps, which shall be paid for separately).

Granite of any colour and shade

For all sizes of stone 248 sqm 4298.65 1066065

6.3 11.28 40 mm thick fine dressed stone of size 300x300mm flooring over 20 mm (average) thick base of cement mortar 1:5 ( 1cement : 5 coarse sand) keeping 100mm wide gap in between stones. Grassing to be provided in the gaps making suitability for the same complete. ( The area including the gap to be measured in sqm for payment purpose).

11.28.1 Red sand stone 1743 sqm 631.70 1101053

6.4 16.91 Providing and laying factory made coloured chamfered edge Cement Concrete paver blocks in footpath, parks, lawns, drive ways or light traffic parking etc of required strength, thickness & size/shape, made by table vibratory method using PU mould, laid in required colour & pattern over 50mm thick compacted bed of coarse sand, compacting and proper embedding/laying of inter locking paver blocks into the sand bedding layer through vibratory compaction by using plate vibrator, filling the joints with sand and cutting of paver blocks as per required size and pattern, finishing and sweeping extra sand. complete as per manufacturer’s specifications & direction of Engineer-in-Charge.

16.91.2 80mm thick C.C. paver block of M-30 grade with approved colour, design & pattern.

1775 sqm 639 1134136

6.5 NS Providing & Laying of GrassCrete GC-1,4” Grass Crete formers type , 100 mm deep laid on a consolidated sub-base with a 20mm blinding layer of sand. Steel mesh reinforcement to BS4483 reference A193 (10mm dia), weighing 4.27kgs/m2. Concrete 30MN/m2 at 28 days with air entrainment of 3%. 10mm maximum aggregated and 100mm slump placed around formers and mesh and leveled to tops of formers. Void Former size: 600x600x100mm ,Paving Depth: 100mm Reinforcement: A193 ,Concrete Coverage: 15.50m2/m3 Topsoil Coverage: 18m2/m3

300 sqm 2500.00 749999

6.6 16.75 Providing and laying C.C. pavement of mix M-25 with ready mixed concrete from batching plant. The ready mixed concrete shall be laid and finished with screed board vibrator , vacuum dewatering process and finally finished by floating, brooming with wire brush etc. complete as per specifications and directions of Engineer-in-charge (Note:- Cement content considered in this item is @ 330 kg/cum. Excess/less cement used as per design mix is payable/ recoverable separately). 48 cum 6912.75 331812

6.7 NS 3 mm thick Surface preparation by cleaning and followed by supply and laying of primer and based mortar and Epoxy based putty coat followed by 2 coats of PU Finish Coat. including all material, lead lift T&P, Labour etc. complete as per the direction of Engineer incharge complete ( CC Base shall be paid separately under relevant item

545 sqm 700 381500

6.8 NS Supplying and fixing in position Basketball Goal Post of standard size as follows

a. A technically sophisticated construction with many safety areas such as welded corners and polished surface.

b. Made with High - quality 4” thick branded MS pipe & Epoxy Paint (MRF).

c. Rust & Corrosion Free.

d. Zero Vibration Technology 1 Pair 130000 130000

Page 86: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

81 Signature of Tenderer

6.9 NS Providing and fixing in position Precast Concrete benches

• Each bench consists of 2 Nos.L-shape base support in grey cement color (thickness:100 mm, Back height:1000 mm, front height:450 mm, Base width:620mm) and 5 Nos. reinforced concrete planks in red color of size 1500mm X 100mm X 50mm, and 1 No. of reinforced concrete plank of size 1500mm X 200mm X 50mm

• Overall Dimensions: Seating length of the Bench:1500 mm; Seating height of the Bench:450 mm; Total height of the Bench:1000 mm

• All components are reinforced suitably for long use and to prevent damage during handling, transportation, and erection

• All parts are joined together with galvanized nuts & bolts of suitable size and all bolts are sealed after assembly

• Bench top and back planks are treated with special anti-corrosive, water proof coating so as to make surfaces glossy and water proof

• All components are manufactured by using M-30 grade of Concrete using vibro compaction process

4 each 7000.00 28000

6.1 NS Providing and fixing "S" shape Precast RCC bench as follows

• Overall Dimensions: Sitting Platform size - 2825mm length X 400 mm width X 50mm Thickness; Leg size - 400mm Height X 400mm Width X 80/55mm thickness; Sitting height is 450 mm

• Sitting Platform is in Red colour while the legs are in grey colour

· Manufactured by using M-30 grade of Concrete

• Suitably reinforced to promote long use and to prevent damage during handling, transportation & erection

• Treated with special anti-corrosive, water proof coating so as to make the surface glossy and water proof

4 each 7000.00 28000

TOTAL 5286801

DSR Items 3969302

NSR 1317499

Sub- Head - VII ROOFING

7.1 12.5 Providing and fixing precoated galvanised iron profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+0.05 %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineer-in-charge. The sheet shall be fixed using self drilling / self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required.

675 sqm 550.40 371520

7.2 12.51 Providing and fixing pre coated galvanized steel sheet roofing accessories 0.50 mm (+ 0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling/ self tapping screws complete :

12.51.1 a) Ridges plain (500 - 600mm) 220 metre 360.45 79299

12.51.2 b) Flashings/ Aprons.( Upto 600 mm) 340 metre 332.80 113152

TOTAL 563971

DSR Items 563971

NSR 0

Page 87: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

82 Signature of Tenderer

Sub- Head - VIII FINISHING

8.1 NS Providing and fixing Glass reinforced concrete (GRC) screens synthetic rubber /FRP moulded in size, pattern, design, thickness and colour of approved quality/make. The screens made of 53 grade white cement, quartz, fine silica sand, alkali resistant glass fibre, super plasticiser, polymers and UV resistant synthetic inorganic pigments etc including dry fixing with stainless steel 304 grade "L" shaped cramps , dash fasteners etc complete.

24 sqm 5130.00 123120

8.2 13.52 Finishing with Epoxy paint (two or more coats) at all locations prepared and applied as per manufacturer’s specifications including appropriate priming coat, preparation of surface, etc. complete.

13.52.1 On Steel work 506 sqm 122.50 61985

8.3 13.3 20 mm cement plaster of mix :

13.3.2 1:6 (1 cement: 6 fine sand) 50 sqm 220.60 11030

8.4 13.33 Pointing on stone work with cement mortar 1:3 (1 cement : 3 fine sand) :

13.33.1 Flush/ Ruled pointing 150 sqm 168.45 25268

8.5 13.44 Finishing walls with water proofing cement paint of required shade :

13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) 50 sqm 58.80 2940

8.6 13.66 Floor painting/ Marking of Parking with floor enamel paint of approved brand and manufacture of required colour to give an even shade :

13.66.1 Two or more coats on new work 100 sqm 76.50 7650

8.7 15.43 Dismantling manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in-charge :

15.43.1 Water bound macadam road 270 sqm 90.50 24435

TOTAL 256428

DSR Items 133308

NSR 123120

Sub Head IX - Horticulture Work

9.1 2.2 hort Supplying and stacking of good earth at site including royalty and carriage up to 1 km (earth measured in stacks will be reduced by 20% for payment).

8400 cum 332.55 2793420

9.2 2.4 hort Supplying and stacking at site dump manure from approved source, including carriage up to 1 km (manure measured in stacks will be reduced by 8% for payment) :

9.3 2.4.1 Screened through sieve of I.S. designation 20mm 675 cum 170.70 115223

9.4 2.7 Fine dressing of the ground 18000 sqm 2.15 38700

9.5 2.8 Spreading of sludge, dump manure and / or good earth in required thickness as per direction of Officer-in-charge (Cost of sludge, dump manure and / or good earth to be paid separately).

6075 cum 30.95 188021

9.6 2.9 Mixing earth and sludge or manure in the required proportion specified or directed by the Officer-in-charge..

6075 cum 21.35 129701

9.7 2.10 Grassing with selection No.1 grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn, free from weeds and fit for mowing including supplying good earth, if needed (the good earth shall be paid for separately).

2.10.1 In rows 5 cm apart in both directions 18000 sqm 10.40 187200

Page 88: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

83 Signature of Tenderer

9.8 2.13 Preparation of beds for hedging and shrubbery by excavating 60 cm deep and trenching the excavated base to a further depth of 30 cm, refilling the excavated earth after breaking clods and mixing with sludge or manure in the ratio of 8:1 (8 parts of stacked volume of earth after reduction by 20% : one part of stacked volume of sludge or manure after reduction by 8%), flooding with water, filling with earth if necessary, watering and finally fine dressing, leveling etc. including stacking and disposal of materials declared unserviceable and surplus earth by spreading and leveling as directed, within a lead of 50 m, lift up to 1.5 m complete (cost of sludge, manure or extra earth to be paid for separately).

200 cum 130.35 26070

9.9 2.14 Digging holes in ordinary soil and refilling the same with the excavated earth mixed with manure or sludge in the ratio of 2:1 by volume (2 parts of stacked volume of earth after reduction by 20% : 1 part of stacked volume of manure after reduction by 8%) flooding with water, dressing including removal of rubbish and surplus earth, if any, with all leads and lifts (cost of manure, sludge or extra good earth if needed to be paid for separately) :

9.10 2.14.1 Holes 1.2 m dia and 1.2 m deep 720 each 236.75 170460

9.11 2.14.2 Holes 90 cm dia, and 90 cm deep 520 each 101.40 52728

9.12 2.14.3 Holes 60 cm dia, and 60 cm deep 1500 each 31.15 46725

9.13 2.14.4 Holes 45 cm dia, and 45 cm deep. 1500 each 13.40 20100

9.14 2.28 Preparation of mounds of various size and shape by available excavated / supplied earth in layers not exceeding 20 cm in depth, breaking clods, watering of each layer, dressing etc., lead upto 50 meter and lift upto 1.5 m complete as per direction of Officer-in-charge.

200 cum 267.10 53420

9.15 2.35 Supplying & Stacking including planting of Selection No.1 Grass at site fresh & free from weeds having proper roots in green including loading, unloading, carriage and all taxes paid etc.and as per direction of officer in charge.

18000 sqm 50.80 914400

9.16 5.3 Providing and Displaying Acalypha red plant well developed with fresh & healthy 30 to 45 cm ht. in 20 cm size Earthen Pot/ Plastic Pot including planting as per direction of the officer-in-charge.

500 each 41.00 20500

9.17 6.1 Providing and Displaying of Alpinia Variegated (three in one) plant having ht. 30 cm and above , with fresh and healthy variegated foliage in 25 cm size of Earthen Pot / Plastic Pot including planting as per direction of the officer-in-charge.

200 each 112.75 22550

9.18 6.12 Providing and Displaying of Duranta Golden plant, having ht.15 to 20 cm busty shape plant with fresh and healthy leaves in 20 cm size of Earthen Pot / Plastic Pot including planting as per direction of the officer-in-charge..

1000 each 20.50 20500

9.19 6.24 Providing and Displaying of Setcreasea purpurea plant full of variegated leaves in 20 cm size of Earthen Pot/Plastic Pot including planting as per direction of the officer-in-charge

1000 each 20.50 20500

9.20 7.2 Supply and stacking of Adansonia digitata (kalp vricksh) plantof ht 150-165 cm in bag size of 25 cm including planting as per direction of the officer-in-charge.

20 each 250 5 000

9.21 7.4 Supply and stacking of Alstonia scholaris plant of height 150-165 cm. in bag of size 25 cm including planting as per direction of the officer-in-charge.

100 each 60 6 000

9.22 7.5 Supply and stacking of Azadirachta indica ( Neem ) plant of height 120-130cm in big polybag of size 25 cm including planting as per direction of the officer –in-charge 20 each 60 1 200

9.23 7.8 Supply and stacking of Bauhinia purpurea (Kachnar) plant of height 150- 165 cm. in big poly bags of size 25 cm including planting as per direction of the officer-in-charge

100 each 50 5 000

Page 89: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

84 Signature of Tenderer

9.24 7.16 Supply and stacking of Cassia fistula (Amaltash) plant of height 120-135 cm. in big poly bags of size 25 cm including planting as per direction of the officer-in-charge

100 each 60 6 000

9.25 7.24 Supply and stacking of Delonix regia (Gulmohar) plant of height 150-165 cm. in big poly bags of size 25 cm including planting as per direction of the officer-in-charge

100 each 60 6 000

9.26 7.51 Supply and stacking of Lagerstroemia thorelli plant of height 150-165 cm.in big poly bag of size 25 cm including planting as per direction of the officer-in-charge.

100 each 120 12 000

9.27 7.52 Supply and stacking of Magnolia grandiflora plant of height 150-165 cm. in big poly bag of size 25 cm including planting as per direction of the officer-in-charge.

100 each 380 38 000

9.28 7.53 Supply and stacking of Mangifera indica (Mango-grafted ) plant of height 60-75 cm. in big poly bag of size 25 cm including planting as per direction of the officer-incharge.

20 each 55 1 100

9.29 7.62 Supply and stacking of Peltophorum species plant of height 150-165 cm. in big poly bags of size 25 cm as including planting per direction of the officer-in-charge.

100 each 60 6 000

9.30 7.71 Supply and stacking of Plumeria alba dwarf plant dwarf of height 90-105cm. with 3-4 branches and thick stem in big size HDPE bags including planting as per direction of the officer-in-charge.

100 each 700 70 000

9.31 7.74 Supply and stacking of Polyalthia longifolia (Ashok) plant of height 150- 165 cm. in earthen pots of size 25 cm including planting as per direction of the officer-incharge.

100 each 80 8 000

9.32 7.89 Supply and stacking of Washingtonia filifea palm plant stem ht. 90-105 cm with 6-7 healthy leaves lush green leaves well developed in big size HDPE Bags including planting as per direction of the officer-in-charge.

50 each 400 20 000

9.33 8.1 Supply and stacking of plant Bauhinia acuminata/ Bauhinia tomentosa (yellow) or equivalent height 60-75 cm. in earthen pots of size 20 cm including planting as per direction of the officer-in-charge.

1000 each 45.00 45000

9.34 8.6 Supply and stacking of plant Calliandra hybrida or equivalent of height 75-90 cm. with 4- 5 branches in bag of size 25 cm including planting as per direction of the officer-in-charge.

800 each 45.00 36000

9.35 8.7 Supply and stacking of plant Calliandra hybrida of height 105-120 cm., well branched, bushy in big size HDPE bag including planting as per direction of the officer-in-charge.

400 each 80.00 32000

9.36 8.10 Supply and stacking of plant Cassia biflora or equivalent of height 90-105 cm., well branched, bushy in big size HDPE bag including planting as per direction of the officer-in-charge.

500 each 100.00 50000

9.37 8.14 Supply and stacking of plant Dombeya masters ii of height 60-75 cm. with 4-5 branches in bag of size 25 cm including planting as per direction of the officer-in-charge.

500 each 110.00 55000

9.38 8.27 Supply and stacking of plant Ficus panda of height 90-105 cm. with 10-12 branches and healthy foliage, well formed in cement pots of size 30 cm including planting as per direction of the officer-in-charge.

500 each 225 1 12 500

9.39 8.47 Supply and stacking of plant Nerium oleander (kaner) of height 45-60 cm. with 3-4 branches in poly bags of size 20 cm including planting as per direction of the officer-in-charge

500 each 30 15 000

9.40 NS Developing Rock garden as per direction of engineer in charge by available natural stone boulders lying at sites ( Pocket A and B) of size varying from 0.5 cum to 2cum burried on ground one third part ( minimum 300mm ) , dressing the surrounding complete. ( The boulders shall be enumerated for the purpose of Payment )

100 each 697 69 700

Page 90: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

85 Signature of Tenderer

9.41 1.1.4 Carriage of Excavated rock by mechanical transport including loading , unloading and stacking for a lead upto 3 km. (From Pocket B to Pocket A )

300 cum 199.21 59 763

9.42 16.61 Providing Retro-reflective regulatory sign board of size 900 mm dia meter made out of 2 mm thick aluminium sheet, face to be fully covered with high intensity encapsulated lens type retro -reflective sheeting as approved by Engineer-in-charge . Letter, symbols, borders etc. will be as per IRC - 67 with required colour scheme on the boards and with the high intensity grade A. The aluminium sheet to be riveted to M.S. frame of angle iron of size 40x40x4 mm. The boards will be fixed to 1 No. 50x50 mm square post made of M.S. angle 50x50x4 mm, 4 m long welded to the frame with adequate anti-theft arrangement .Sheet work to be painted with two or more coats of synthetic enamel paint over an under coat (primer) and back side of aluminium sheet to be painted with two or more coats of epoxy paint including appropriate priming coat complete in all respects as per direction of Engineer-in-charge. 20 each 5266.45 105329

Fountain and Lighting Work

9.43 NS Providing fixing, testing and commissioning of Geyser Jet and Foam Jet fountain and lighting work as per details below

a Brass /Gun metal with Shine chrome Foam Jet of approved make "Blue water Fountains " or equivalent creating a clearly visible foam flow 25/25/150 1 each 2587.00 2587

b Brass /Gun metal with Shine chrome Geyser Jet of approved make "Blue water Fountains " or equivalent creating a large mound of white water -25/135

8 each 2587.00 20696

c Under water recessed lights (Submersible Lights) of approved make "Blue water Fountains " or equivalent IP-68,SL303 NL/Warm white /RGB submersible LED colour Change light in noryl body 9W(3x3W LEDs) cover with toughened glass and flexible cable as required.

18 each 1897.00 34146

d Module Controller of approved make "Blu water Fountains " or equivalent Control module (warm white/RGB) for SL303NL /RGB upto 18 lights

1 each 10350 10350

e Submersible pump of approved make Crompton Greaves or equivalent - 5HP single phase with pre filter basket

1 each 25875 25875

f Out door Control Panel - electrical and Light panel cubical type wall / floor mounted consisting of Main incomer switch, Ammeter, Voltmeter and phase indicating lamps, push button on/ off for each pump, fabricated out of 2mm thick CRCA MS sheet, duly stove enameled with synthetic paint of approved shade over a coat of red oxide primer.

1 each 20125 20125

Note :- Plumbing work for the fountain shall be carried out in accordance to drawing / direction and shall be measured and paid in respective item.

Total 5698589

DSR Items 5515110

NSR Items 183479

Sub Head – X Stone Pitching

10.1 16.11 Dry stone pitching 22.5 cm thick including supply of stones and preparing surface complete.

240 Sq.m. 500 119916

Total 119916

DSR Items 119916

NSR Items 0

Page 91: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

86 Signature of Tenderer

Sub Head – XI Water Supply

11.1 18.33 Constructing masonry Chamber 60x60x75 cm inside, in brick working cement mortar 1:4 (1 cement : 4 coarse sand)for sluice valve, with C.I. surface box 100mm top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) , i/c necessary excavation, foundation concrete 1:5:10 (1 cement :5 dine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with a floating coat of neat cement complete as per standard design :

a 18.33.1 With common burnt clay F.P.S.(non modular) bricks of class designation 7.5

8 each 6849.60 54797

11.2 18.34 Constructing masonry Chamber 90x90x100 cm inside, in brick working cement mortar 1:4 (1 cement : 4 coarse sand)for sluice valve, with C.I. surface box 100mm top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) , i/c necessary excavation, foundation concrete 1:5:10 (1 cement :5 dine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with a floating coat of neat cement complete as per standard design :

a 18.34.1 With common burnt clay F.P.S.(non modular) bricks of class designation 7.5

4 each 11843 47371

11.3 18.41 Providing and filling sand of grading zone V or coarser grade all-round the G.I. pipes in external work.

a 18.41.3 25 mm nominal outer dia pipe 100 metre 10.85 1085

b 18.41.4 32 mm nominal outer dia pipe 100 metre 12.35 1235

c 18.41.6 50 mm nominal outer dia pipe 200 metre 14.80 2960

18.41.8 75/ 80 mm diameter pipe 500 metre 21.20 10600

11.4 18.9 Providing and fixing chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling & testing of joints complete as per direction of Engineer in Charge.

.

External Works

a 18.9.3 25 mm nominal outer dia pipe 100 metre 191.65 19165

b 18.9.4 32 mm nominal outer dia pipe 100 metre 250.55 25055

c 18.9.6 50 mm nominal outer dia pipe 200 metre 484.25 96850

d 18.9.8 75mm nominal outer dia pipe 500 metre 1201.05 600525

TOTAL 859643

DSR Items 859643

NSR 0

Sub- Head - XII Rain Water Harvesting & Tube well

12.1 23.1 Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata chart/ bore log, including hire & running charges of all equipments, tools, plants & machineries required for the job, all complete as per direction of Engineer -in-charge, upto 90 metre depth below ground level.

23.1.1 All types of soil

23.1.1.1 300 mm dia 160 metre 370.70 59312

Page 92: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

87 Signature of Tenderer

12.2 23.3 Supplying, assembling, lowering and fixing in vertical position in bore well, unplasticized PVC medium well casing (CM) pipe of required dia, conforming to IS: 12818, including required hire and labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer -in-charge.

23.3.3 200 mm nominal size dia 120 metre 610.65 73278

12.3 23.4 Supplying, assembling, lowering and fixing in vertical position in bore well unplasticized PVC medium well screen (RMS) pipes with ribs, conforming to IS: 12818, including hire & labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer-in-charge.

23.4.3 200 mm nominal size dia 40 metre 821.15 32846

12.4 23.5 Supplying, filling, spreading & leveling stone boulders of size range5 cm to 20 cm, in recharge pit, in the required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge.

24 cum 921.15 22108

12.5 23.6 Supplying, filling, spreading & leveling gravels of size range 5 mm to 10 mm, in the recharge pit, over the existing layer of boulders, in required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge. 24 cum 1038.1 24913

12.6 23.7 Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in recharge pit, in required thickness over gravel layer, for all leads & lifts, all complete as per direction of Engineer -in-charge. 24 cum 1038.1 24913

12.7 23.8 Gravel packing in tube well construction in accordance with IS: 4097, including providing gravel fine/ medium/ coarse, in required grading & sizes as per actual requirement, all complete as per direction of Engineer-in-charge.

12 cum 1175.6 14107

12.8 23.9 Providing and fixing factory made precast RCC perforated drain covers, having concrete of strength not less than M-25, of size 1000 x 450x50 mm, reinforced with 8 mm dia four nos longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.

8 each 959.35 7675

12.9 23.13 Providing and fixing suitable size threaded mild steel cap or spot welded plate to the top of bore well housing/ casing pipe, removable as per requirement, all complete for bore well of:

23.13.3 200 mm dia 4 each 231.75 927

12.10

23.14 Providing and fixing M.S. clamp of required dia to the top of casing/housing pipe of tube well as per IS: 2800 (part I), including necessary bolts & nuts of required size complete.

23.14.3 200 mm clamp 4 each 1154.5 4618

12.11

23.15 Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of pipe assembly of tube well as per IS:2800 (part I).

23.15.3 200 mm dia 4 each 253.95 1016

TOTAL 265713

DSR items 265713

NSR Items 0

Page 93: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

88 Signature of Tenderer

Sub Head - XIII- External Lighting

13.1 NSR Supplying, Installation, Testing and commissioning of decorative 3.5 long black painted galvanized pole in different cross section with gold colour painted decorative cast alumnium rings complete with base plate with four holes duly welded to pole including integral connector block for loop in loop out flushed in bottom section of the pole including wiring with 3x2.5sqmm copper wire from JB to light fitting, connections etc. as required. Welding of 1 no. earth stud and drilling holes for drawing the wire etc. complete as required including cement concrete foundation, wiring and connections etc as required ( Similar to Bajaj cat No. BJPL 04 350.

16 each 23600 377600

13.2 NSR Supplying, Installation, Testing and commissioning of 70 watt CDMT Post Top lantern fitting with 70 watt CDMT lamp, heavy duty copper wound ballast and accessories. Philips Post Top decorative luminaire HPS360 1 x CDMTD 70GR or similar equivalent make as approved.

16 each 11273 180368

13.3 SOR -2015-16

Supply of following sizes of 1.1 KV grade multicore aluminium conductor XLPE insulated and PVC sheathed armoured cable confirming to IS 1554 (Part-I) 1988.

4.1.26 3.5x50 sqmm XLPE Aluminium Cable 150 metre 280 42000

4.1.16 4x16 sqmm XLPE Aluminium Cable 350 metre 162 56700

4.1.10 4x6 sqmm XLPE Aluminium Cable 500 metre 130 65000

Total 721668

DSR Items 0

NSR 721668

Page 94: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

89 Signature of Tenderer

ABSTRACT OF COST

Name of work: Construction of Laboratory Complex for CDFD at Uppal Hyderabad SH.:- Horticulture and civil works

Sl. No.

Description DSR Items in Rs. NS Items in Rs.

1 Earth Work 1001630 0

2 Concrete Work 1259752 0

3 R.C.C. Work 532076 0

4 Brick Work 1515243 0

5 Steel Work 2776885 0

6 Flooring 3969302 1317499

7 Roofing 563971 0

8 Finishing 133308 123120

9 Horticulture work 5515110 183479

10 Stone pitching 119916 0

11 Water supply 859643 0

12 RWHS 265713 0

13 External Electrical work 0 721668

Total 18512549 2345766

NS Items 2345766

Total 208,58,315/-

Page 95: NOTICE INVITING TENDER Tender No.CDFD/ENGG/HORTI/2017 … · deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. (b)

90 Signature of Tenderer

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

N.I.T. No : CDFD/ENGG/HORTI/2017-18/01

Name of Work: Construction of Laboratory Complex for

CDFD at Uppal, HYDERABAD.

SH.:- Horticulture and civil works

SCHEDULE OF QUANTITY

Name of the Contractor

Sl.No.

Name of component

Estimated cost

Percentage above

or below the

estimated cost

% in

Figures

Total

Cost

1

Horticulture & Civil Works

Rs. 2,08,58,315/-

Grand Total Rs. 2,08,58,315/-

Important Note:

1. The estimated cost of tender has been worked out by taking into consideration the cost index of Hyderabad for

DSR 2016 items and market rates for NSR items.

2. The tenderer is to quote a single consolidated percentage only at par/above/below estimated cost to cover all the rates of all the items under the schedule of tender.

3. If the percentage quoted i s not clear, or if the rate is not quoted in percentage, the offer will be treated as invalid.

Signature of contractor

In-Charge-Engineering CDFD, Hyderabad


Recommended