+ All Categories
Home > Documents > t Nd 0013620000000000000 Mp 01601

t Nd 0013620000000000000 Mp 01601

Date post: 04-Apr-2018
Category:
Upload: mandeep-singh-kohli
View: 222 times
Download: 0 times
Share this document with a friend

of 71

Transcript
  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    1/71

    GOVT. OF MADHYA PRADESH

    WATER RESOURCES DEPARTMENT

    Office of EXecutive Engineer

    Rajghat DEistributaqry D8ivision No.09

    Datia (M.P)

    NOTICE INVITING TENDER

    N I.T. No. 07/22/E-in-C/2011-12 Dated 10-09-2011

    System Tender No-

    Online Tender in form-B (item rate contract) with pre-qualification document as given below

    based on U.S.R. in force from 01-02-2009 of water Resources Department for following work isinvited from the registered Contractors or unregistered firms of repute who has been permitted by thecompetent authority of M.P Water Resources Department. the detailed tender/ Document along withthe terms and conditions with detailed information for the work and site available on website http://

    wrd.mpeprocurement.gov.in

    s.

    No.

    Name of Work Estimated

    Cost of work(inlacs)

    Earnest

    Money

    (in lacs)

    Cost of

    Tender

    Document

    Class of

    Contractor

    Period of

    Completion

    1 Construction of

    Ghughsi StopDam

    Rs 183.00

    Lacs

    (Rs. OneHundred Eighty

    Three Lacs Only)

    Rs.1.83 Lacs

    (Rs One Lacs &Eighty Three

    Thousand Only)

    Rs12,500.00

    Twelve Thousand& FiveHundred

    only)

    New C and

    Above, Class

    12(Twelve Months

    including RainySeason )

    1. Tenderer whose work has been finalized under debitable Clause shall not be eligible toparticipate in the tender.

    2. Tender Document can be purchase online through credit card/internet banking for date27/09/11, 17:31hrs. and can be downloaded from date 28/09/11, 17:31 hrs. from Websitehttp:// wrd.mpeprocurement.gov.in detailed tender document & other relevant details can

    seen on above portal.

    EXecutive Engineer

    Rajghat Distributaqry DivisionNo.09

    Datia (M.P.)

    http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/
  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    2/71

    N I.T. No: /E-in-C Bhopal / Dated / /2011-12

    Government of Madhya Pradesh

    Water Resources Departmentty lalk/ku foHkkx

    Tender DocumentItem Rate Tender - Form - B

    Name of Project : Rajghat Canal Project

    Name of

    Work :

    Construction of Ghughsi Barrage

    Value Put to Tender :

    (PAC)

    Rs 183.00 Lacs

    (One Hundred Eighty Three Lacs

    Only)

    Amount of Contract :

    only.

    Name of Contractor :

    Agreement No.& Date:

    Work Order No. & :

    Date

    Period of Completion

    S.A.C. Datia Dated / / 2011

    12 Months ( Twelve months including

    Rainy Season )

    I t ti f Offi I i T d D t

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    3/71

    1. All the blanks in the Tender Documents should be filled in fully and

    properly. No blank should be left unfilled.

    2. There should be no overwriting in the Documents. If any word or line of

    words is not required, the same should be cut by a line over it and

    desired/correct words should be written above incorrect words.

    3. Price adjustment clause is not required to be provided in the Tender

    Document, in case of contracts, completion period of which is less than

    Eighteen months including rainy season. The clause should be scored out by

    drawing diagonal lines, and it should be indicated that, "This clause is not

    applicable."

    4. In the case of Contracts for which completion period, including rainy

    season, is more than eighteen months, the price adjustment clause should be

    provided and percentage of Labour, materials and P.O.L. should be shown.

    The pertinent clause should be retained and the other striked out.

    5. In the Memorandum, Name of the Contractor and Tendered amount should

    be entered by the Tender Accepting Authority.

    Government of Madhya Pradesh

    Water Resources DepartmentOFFICE OF THE SUPERINTENDING

    ENGINEER, RAJGHAT CANAL CIRCLE

    DATIA (M.P.)

    Tender Document

    Item Rate Tender Form - B

    1. Name

    of

    Projec

    t :

    Rajghat Canal Project

    2.

    Name

    of

    Work

    (a): Construction of Gughsi Barrage

    (b) Group No. :

    (If any)

    3 V l f W k t t T d R 183 00 L ( O H d d Ei ht Th

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    4/71

    4.

    5. Time Allowed : 12 Months (Twelve Months including R

    Season

    )

    6. To whom issued :

    7. Cost of Tender :

    Document

    Rs.12,500.00 (RsTwelve Thousand and five H

    8. Clauses of N.I.T. :

    not applicable

    As per Tender documents

    (Issued By)

    Note: The information is to be filled in by the online bidder, submitting the tender documents to the

    issuing authority.

    CONTRACT PROVISIONS

    Table of Contents

    Tender Document Form-B with Pre-qualification

    S.No. Particulars Pag

    eNo.

    S.

    No.

    Particulars Pag

    eNo.

    (1) (2) (3) (1) (2) (3)

    1. Part I - Short Tender Notice 2.30

    Supply of list of works in hand.. 21

    2. Part II- Notice Inviting Tenders 2.31

    Removal unsuitable / under suitablepersons

    21

    Clause:

    2.32

    Recovery of Govt. dues as arrears of landrevenue..

    21

    2.1.1

    To

    2.1.5

    Submission of Tender

    Tenders with Post Qualification...

    (Rs.25 lakh to 60 lakh)

    10 2.33

    Transport of materials, Contractorsresponsibility

    21

    -do- Tenders with pre-Qualif ication

    (Rs. 60 lakh and above),,,,,,,,,,,,,,,,,,,

    10 2.34 Arrangements for Tools and plants.. 21

    2.1.6 Disqualification 10 2.35

    Increase/decrease of items of work.. 21

    2.2.1 Applicable to Form A. 15 2.36

    Execution to time Schedule 21

    2.2.2 Overwriting to be scored,re-written.. 15 2.37

    Canvassing for acceptance of tenders.. 21

    2.3.1 Blank Forms obtainable from 15 2.38

    Responsibility for leakage in buildings.. 21

    2.3.2 Cost quantities mainly for guidance 15 2.39

    Tenders not permitted when relationsworking.

    22

    2.4 Deposit of Earnest money. 2.40

    Price adjustment Labour, Materials

    P.O.L

    22

    2.5 Modes for deposit of Earnest money 16 A Labour 22

    2.6 E.M. of Tenders from other states.. 16 B Materials 22

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    5/71

    2.7 E.M. not Transferable 17 C P.O.L. 23

    2.8 Security Deposit 17 2.41

    Validity of Offers 23

    2.9 Right to accept whole/part Tenders 17 2.42

    Bank Commission Charges on payments.. 24

    2.10 Execution of Agreement.. 18 2.43

    Force Majeure.. 24

    2.11 Submission of tender implies awarenesswith..

    18 2.44

    Particulars of Tenders Supply with tender.. 24

    2.12 Not to sublet or assign work 18 2.45

    Works executed organization & machinery 24

    2.13 Tender Notice, Part of Agreement.. 18 Supply of data & employment of technical staff byContractor..

    2.14 Conditional tender, l iable to berejected

    18 2.46

    Information to be given on cover 25

    2.15 Time/Place for opening of Tenders. 18 Containing tender 2.16 Acceptance of lowest tender or any tender not

    binding.18 2.

    47List of documents to be submitted withtenders..

    25

    2.17 Sales Tax, Octroi, Income Tax, etc. Payable byContractor..

    18 2.48

    Obtaining valid license, under Contract (Registration &Abolitions) Act.

    26

    2.18 To follow Model rules for labourcamps

    19 Part III Special Conditions

    2.19 Fair wages to labour 3.1

    General.. 27

    2.20 Work in vicinity, award to others.. 19 3.2

    Drawings listed-part of Contract. 27

    2.21 Deleted. 19 3.3

    Data to be furnished by Contractor.. 27

    2.22 Departmental supply of Iron & Steel 3.4

    Construction Programme 27

    2.23

    2.24

    Applicable to Form-A.

    20 3.5

    Action when progress is unsatisfactory. 28

    2.25 Change in quarries specified,

    How governed ?................................

    20 3.6

    Inspection and Tests 28

    2.27 Deleted 21 3.7

    Removal of Ty. Works, plants & surplusmaterials.

    28

    2.28 Execution of work in accordance with

    specifications..

    21 3.

    8

    Possession prior to completion.. 28

    2.29 Schedule of work as given in Ann.I. 21 3.9

    Damage to works 28

    S.No. Particulars Page

    No.

    S.No.

    Particulars Pg

    N(1) (2) (3) (1) (2) (3

    3.10 Departmental supply of materials 29 4.3.5 Extension of time 6

    3.11 Quoted rates include. 30 4.3.6 Final Certificate.. 6

    3.12 Examination and test on completion.. 30 4.3.7 Intermediate payments as advances.. 6

    3.13 Climatic conditions 30 4.3.8 Bill to be submitted Monthly 6

    3.14 Safety regulations. 30 4.3.9 Bill to be on printed form.. 6

    3.15 Haul roads. 30 4.3.10

    Receipts to be signed by Partners/ Authorised person 6

    3.16 Contractor to make own arrangement 31 4.3.11

    Stores supply by Govt.. 6

    3.17 Contractor shall not interfere 31 4.3.12

    Execution in accordance with Specification /Drawings/Order..

    6

    3.18 Regulations & byelaws-local & others 31 4.3.13

    Alternations in Specification & Designs, Extension in time andmethod of working rates not provided in contract..

    6

    3.19 Order Book 31 4.3.14

    No compensation for Alteration / Restriction orworks

    7

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    6/71

    3.20 Conversion of units. 31 4.3.15

    Time limit for unforeseen claims.. 7

    3.21 Rights of other Contractors 31 4.3.16

    Action / Compensation for bad work. 7

    3.22 Employment of Technical personnel 31 4.3.17

    Liability for damage / Imperfection / 12 months afterCertificate..

    7

    3.23 Advance for plant/machinery.. 32 4.3.18

    Works to be opened for inspection. 72

    3.24 Recovery of advance.. 32 4.3.19

    Notice before works is covered.. 72

    3.25 Secured advance. 32 4.3.20

    Contractor to supply plant, ladderscaffolding.

    7

    3.26 Withdrawal of offer. 32 4.3.21

    Workmens Compensation Act. 7

    3.27 Commercial Tax 32 4.3.22

    Not to employ Female labour withinCantonment

    7

    3.28 Unbalanced Tender 32 4.3.23

    Not to employ labour below 12 years ofage.

    7

    Annexures- 4.3.24

    Fair wages 7

    1. Criteria for evaluating capacity of Tenders for pre-qualification/ Post qualification Tenders inM.P.W.R.D.

    4.3.25

    Work not be sublet. 74

    2. Main items of work in the Tender 4.3.26

    Compensation defined 7

    3. Details for Pre-qualification / Post qualification oftender.. 4.3.27 Changes in constitution of Firm 7A- Model Rules Labour camps 33 4.3.2

    8Works under directions of SE/EE 7

    B- Fair wages to labourers. 35 4.3.29

    Disputes-Procedure for settlement. 7

    C- Statement of Quarries. 36 4.3.30

    Lump-sums, in Estimate.. 7

    D- Form of Income Tax Certificate. 38 4.3.31

    Action where no Specification. 7

    E- Govt. Plants & Machineries to be supplied onhire.

    39 4.3.32

    Definition of work.. 7

    F- Form of Agreement for using Govt. Plant &Machinery

    40 4.3.33

    No claims Quantities noted in Tender / Estimate. 7

    G- Construction Programme. 41 4.3.34

    No compensation for delay caused in starting work by landacquisition etc.

    7

    H- Safety Code 42 4.3.35

    Employment of Scarcity labour 7

    I- Schedule of Quantities. 46 4.3.36.1

    Refund of Quarry Fees 7

    J- Particulars of relatives working in water ResourcesDepartment.

    58 4.3.36.2

    Royalty Charges 7

    K- List of Contracts already held 59 4.3.37

    Penalty for breach of contract 7

    L- Materials to be supplied by Deptt. 60 4.3.38

    Recovery of dues from Contractor.. 7

    Part-IV

    General Rules & Directions. 4.3.39

    Notice to start work 7

    4.1 General Rules & Directions. 61 4.3.40

    Completion Certificate. 7

    4.2 Tenders for work.. 62 Part V

    Specifications & Drawingss.

    4.3.1 Conditions of contract 64 Specifications. 4.3.2 Default by Contractor 64 Maips & Drawings 19 Nos. 4.3.3 Action when contractor liable for levy of

    Penalty65

    4.3.4 Contractor remains liable to pay compensationupon action under clause 4.3.3.

    466

    NOTICE INVITING TENDER

    N I.T. No. 07/22/E-in-C/2011-12 Dated 10-09-2011

    System Tender No. :- 1362

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    7/71

    Online tenders in Form B (Item Rate) documents based on U.S.R. in forcefrom 01.02.2009 of Water Resources Department for following work (s) areinvited from registered contractors in Water Resources Department,Bhopal in appropriate class or unregistered firms of repute, which arepermitted by competent authority of M.P. Water Resources Department( Application for purchase to participate from unregistered firms shall bemade at least 7 working days in advance of last date of purchase asnotified in key dates , otherwise their request may not be processed .) Thedetailed conditions of the tender have been given in the website:http://wrd.mpeprocurement.gov.in:-

    S.

    No.

    Name of

    Work

    Probable

    amount

    of

    contract

    Amount of

    Earnest

    Money

    Cost of

    Tender

    Document

    Category

    of

    contractor

    s

    Period of

    completion

    1. Construction

    of GughsiBarrage

    Rs

    183.00Lacs

    (Rs. One

    Hundred

    Eighty

    Three

    Lacs

    only)

    Rs

    1,83,000.00(Rs. One

    Lac Eighty

    Three

    Thousand

    Only)

    Rs.12,500.00

    (Rs. TwelveThousand &

    Five

    Hundred

    only)

    New C-

    Class &above

    12 Months

    (TwelveMonths

    including

    Rainy

    Season)

    1. Tender Documents can be purchased online from 14.09.11, 10:30. to27.09.11, 17:30 and can be downloaded from 14.09.11, 10:30 to 28.09.11, 17:30

    from website http://wrd.mpeprocurement.gov.in

    For list of payments accepted online, please see the document Guidelines forContractors for implementation of e-Procurement System in WRD Help manual orguidance of the contractors for all proceeding of etendering is available on the portalof e-procurement system.

    2. The Bid data should be filled and the Bid Seals (Hashes) of all the envelopes

    and the documents which are to be uploaded by the bidders should be submitted

    online between 14.09.11, 10:30. to 30.09.11, 17:30. The Contractors shall submit

    the pre-qualification information in the prescribed proforma for assessment of

    eligibility in online Envelope - B with price bids in Form B in a separate online

    Envelope - C

    3. Close for bidding (Generation of Super Hash) will be done by the department

    from 30.09.11, 17:30 to . 01.10.11, 17:30. The Bidders shall have to submit their Bids

    online (decrypt the bids and re-encrypt the bids) and upload the relevant documentsfrom 01.10.11, 17:30 to 03.10.11, 17:30.

    http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/
  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    8/71

    4. Since, the bids for the tender are required to be digitally signed using Class III

    digital certificate of the authorized representative of the firm, Contractors are advised

    to obtain the same at the earliest. Further information on the same may be obtained

    from e-Tendering Cell, Room No-09, Office of the Engineer-in-Chief, M.P. Water

    Resources Department, Jal Sansadhan Bhawan, Tulsi Nagar, Bhopal 462 003, Tel.

    No. 0755 2767635. Email:[email protected],

    [email protected].

    5. The Earnest Money Deposit Envelope (Envelope - A) shall be opened online

    between 04.10.11, 10.30 to 08.10.11, 17:30 in the presence of any intending

    contractors or their representatives, if they choose to be present. Envelope-C (price

    bid Envelope C) of contractors shall be opened online between 07.10.11 10.30 to

    08.10.11 17:30 the start date and time and the End date & Time of opening of price

    bid envelope mentioned in the tender schedule is tentative and subject to change.

    6. Earnest Money Deposit of Rs 1.83 Lacs (Rs One Eighty Three Thousand

    Only) in the shape of F.D.R./S.T.D.R./ issued by any Nationalized / Indian

    Scheduled Bank or Demand Draft of any Nationalized / Indian Scheduled Bank of

    Madhya Pradesh or other States payable at DATIA (M.P.) in favour of Executive

    Engineer, RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) shall only be

    accepted.

    7. All documents / certificates required to be submitted online inEnvelope A (ie 1.Registration Certificate, 2.Earnest Money Deposit 3.Affidavit as perAnnexure 4 and 4.Receipt of the Manually submitted Documents as per Annexure5) compulsorily be submitted.

    In support of copies of Certificates / Documents submitted online by the Contractor,

    the Contractor / his representative have to submit these Certificates / Documents ie(i) Registration Certificate duly attested by a Gazetted Officer or duly Notarized

    by Notary

    (ii) Earnest Money Deposit in original and

    (iii) Affidavit as per Annexure 4 of Form B in Non-Judicial Stamp paper of Rs 100and duly Notarized by Notary

    manually upto 30/09/2011 17:30for their verification, in Any Water ResourcesDivision office of this Department Or Executive Engineer (Procurement), Office ofEngineer-in-Chief, Water Resources Department, Room No. 7 or 115, Jal SansadhanBhawan, Tulsi Nagar, Bhopal 462003 Ph. No. 0755-2552443.

    If contractor fails to submit above mentioned documents / certificates online inEnvelope A, such bid will not be considered for the evaluation and Department willnot be responsible this deed.

    Note: The Receipt (scanned copy) of the Manually submitted Documentscompulsorily be submitted online in Envelope A along with the Registrationcertificate upto 30/09/2011 17:30

    9 For obtaining other details of works or site visit contractor/ firm are requested to

    contract Executive Engineer RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA(M.P.), Phone No. 07522- 235672

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    9/71

    KEY DATE

    Seq

    No

    WRD Stage Contractor

    Stage

    Start Date

    & Time

    Expiry Date

    & TimeEnvelopes

    1 Tender Preparation

    And Release of NIT

    - 14.09.11

    10.30

    14.09.11

    17.30

    -

    2 - Tender Purchase

    Online

    14.09.11

    17.30

    27.09.11

    17.30

    Envelope C,

    Envelope A,

    3 - Tender

    Download

    14.09.11

    17.30

    28.09.11

    17.30

    Envelope C,

    Envelope A,

    4 - Submit Bid

    Hash Online

    14.09.11

    17.30

    30.09.11

    17.30

    Envelope C,

    Envelope A,

    5 Close for bidding -

    Generation of Super

    Hash

    - 30.09.11

    17.30

    01.10.11

    17.30

    Envelope C,

    Envelope A,

    6 - Submit Bids

    Online -

    Reencryption

    01.10.11

    17.30

    03.10.11

    17.30

    Envelope C,

    Envelope A,

    7 Open EMD Envelop-A

    - 04.10.1110.30

    08.10.1117.30

    Envelope A,

    8 Open Financial /

    price Bid

    - 07.10.11

    10.30

    08.10.11

    17.30

    Envelope C

    Executive Engineer

    RAJGHAT DISTRIBUTORY DIVISION NO.9

    DATIA (M.P.)

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    10/71

    GOVERNMENT OF MADHYA PRADESH

    WATER RESOURCES DEPARTMENT

    DETAILED NOTICE INVITING TENDER

    (Form B - Item Rate Tender)

    1. Online Item Rate Tenders based on unified schedule of rates for Water

    Resources Department in Madhya Pradesh in force from 01.02.2009 for the

    following work in Form - B, as per N.I.T. will be accepted online at the

    website http://wrd.mpeprocurement.gov.in. as per Key Dates from the

    contractors registered on the e-procurement system on the website

    http://mpeprocurement.gov.in/& empanelled on website

    http://wrd.mpeprocurement.gov.in

    Name of Work: Construction of Ghughsi

    BarrageProbable Amount of Contract: Rs.183.00 lacs (One Hundred

    Eighty Three Lacs Only)

    Time allowed for Completion: :- 12 Months (Twelve Months

    including Rainy Season )

    1. The Tenderer shall submit his tender online in three separate electronic

    envelopes i.e. EMD in Envelope - A, and main tender indicating his financial offer

    i.e. the Price Bid in Envelope - C. The tenderer should also ensure that his

    tendered amount quoted in the price bid is not mentioned in any other document

    submitted online / manually directly or indirectly, if any such mention is made it

    will not be given any importance for whatsoever purpose.

    2. Deleted for E-Tendering3. Opening of Tender Envelope A: At the time fixed for Opening of

    EMD envelope 'A' shall be opened.

    4. Opening of Tender Envelope B: Not Required

    5. The Tenderer (bidder) who does not pre-qualify as per the prescribed

    norms, his tender (price bid) will not be opened. Only Tenderers

    (Bidders) shall be intimated, through e-mail, the date and time on

    which envelope "C" (the price bid offer) shall be opened online. Online

    opening of Envelope "C" will be done in the presence of Tenderers

    (Bidders) or their authorized representative who choose to be present.

    Immediately after opening of Envelope "C", all Tenderers who have

    purchased online tender will be able to view online the opened data

    including price bids.

    6. Disqualification: Even though the Tenderer (s) (bidders) meet the

    qualifying criteria given in annexure-1, they are subject to be

    disqualified if they have made untrue & False representation in the

    forms, statement and attachments submitted in proof of the

    qualification requirement, and/or record of poor performance such as

    abandoning the works, not properly completing the contract, inordinate

    delays in completion, or financial, failure, litigation history or having

    any out standing sams on any account whatsoever to be recovered by

    the department or agency either or firm, partner or proprietors whoseregistration is terminated / suspended or work finalized under

    debatable clause will be ineligible to participate in tender.

    http://wrd.mpeprocurement.gov.in/http://mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/http://mpeprocurement.gov.in/http://wrd.mpeprocurement.gov.in/
  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    11/71

    Annexure-1Criteria for evaluating capacity of Tenderers

    Tenders in M. P. Water Resources Department

    Name of

    Division:

    Executive Engineer, RAJGHAT DISTRIBUTORY DIVISION

    NO.9 DATIA (M.P.)

    Name of Work: Construction of Ghughshi Barrage

    1.0 Criteria for evaluation of bid.

    1.1 Experience: Tenderer should be a Civil Engineer contractor having experience of Civil

    Engineering construction works or having available services of graduate civil engineer and

    should have successfully executed works during last 5 years from 2006-07 to 2010-11 of

    similar nature and magnitude.

    1.2 Financial turnover: Not Required (worked out as under for main item of works involved in thecontract as given in Annexure-3 in any one year during the last 5 financial years(from 2005-06 to 2009-10)2.2.1

    Deleted for Item Rate Tenders.

    Annexure-2

    Name of Division: Executive Engineer, Executive Engineer, Water Resources

    Division Ratlam (M.P.)

    Name of Work: Construction of Bhandariya Tank Project Tehsil Bajna DistrictRatlam for Excavation of approach & spill channel, Earth work of

    dam including watering (but excluding compaction) pitching,

    construction of sluice, flush bar, cute fall & construction of canal

    including its excavation, earth work & structures complete.

    Main Items of Work in the Tender and Minimum Qualification Required :

    S. No. Name of Items Clubbed Quantity Unit Min. Quantity

    Required for Pre-

    Qualification

    1

    2

    3

    4

    5

    6

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    12/71

    Annexure-3Details for Pre-Qualification of Tenderer

    (Physical & Financial)

    S.

    No

    Name of Work Year Name of Division/

    Project where work

    carried out

    Financial Turnover and Physical quantities executed during

    last 5 years from

    Remarks

    Financial

    Turnover

    MAIN ITEMS OF WORK

    1 2 3 4 5 6 7 8 9 10

    Signature of Tenderer

    Note: Information given above (physical & financial) should be supported by certificates, signed by the officers not below the rank of Executive

    Engineers.

    Page 12 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    13/71

    Annexure - '4'

    100 :- ds uku T;wfMfl;y LVkEi ij

    'kiFk&i= (Affidavit)

    eSa@ge 'kiFk i= izzLrqr djus okys O;fDr@O;fDr;ksads uke tks fd esllZ----------------------------------------------------Bsdsnkj QeZ@dEiuh dk uke ds------------------------------------------------------- daiuh@QeZ esa gSfl;rgS vkSj ------------------QeZ@dEiuh --------------------------- dh vksj ls'kiFk&i= izLrqr djus ds fy;s l{ke gS] bl 'kiFk&i= }kjk 'kiFkiwoZd ;g izekf.kr djrk gWw@djrs gS] fd

    ---------------------------------------- izeq[k vfHk;ark ty lalk/ku foHkkx @dk;Zikyu ;a=h] dk;kZYk;--------------------------------------------------------------------}kjk vkeaf=rfufonk lwpuk ekad----------------------------------------------------- okLrs--------------------------------------- ds fy;s fnukad--------------------------------------- dks vkeaf=rfufonkvksa ds ckjs es izLrqr fd;s tk jgs fufonk izi= eas]fuEufyf[kr tkudkjh ds leFkZu eas tks izek.k&i=@vfHkys[k

    izLrqr fd;s tk jgs gSa] mlls eSa@ge O;fDrxr :i ls iwjh rjgls larq"V gSa rFkk ,rn~ laca/kh tkudkfj;ksa]vfHkys[kksa ,oa izek.k&i=ksa dh lR;rk ds fy;s [email protected] :i ls mRrjnk;h gSa %&

    1- ;g fd fufonk izi= esa nh xbZ tkudkjh iw.kZr%lR; ,oa izekf.kd gSA

    2- ;g fd esjs@ gekjs }kjk izLrqrA. bZ-,e-Mh- ds :i esa tek dh xbZ ,Q-Mh-vkj-@Mh-

    Mh-@vU; laca/kh nLrkost tks cSad ds }kjk iznk;fd, x, gSa] os cSad ls izekf.kd gaSA

    B. foRrh; vgZrk rFkk okf"kZd VuZ vksOgj dh

    tkudkjh lgh gSA

    C. fofHkUu HkkSfrd vgZrkvksa dh tkudkjh lgh gSA

    Page 13 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    14/71

    D. Work in handdh tkudkjh lgh gSA

    3- fd ty lalk/ku foHkkx esa esjs@gekjh QeZ@dEiuhds lnL;ksa dk

    dksbZ fudV fjrsnkj (as defined in clause 2.39 of tender document)dk;Zjrugha gSA

    vFkok

    fuEufyf[kr fudV fjrsnkj dk;Zjr gS &Ukke --------------------------------- inuke

    ---------------------orZeku inLFkkiuk ----------------------------------------------------------------------

    4- fd esjs@gekjs@QeZ ds fo:) dksbZ Hkh vkijkf/kdizdj.k dgha Hkh

    iathc) ugha gSA

    (Signature of Applicant)(Seal)

    Page 14 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    15/71

    Annexure - '5'

    Receipt for Manual submission of Document in Envelop A

    jlhn

    fuEukuqlkj fooj.k ds vuqlkj ewy nLrkost dks izkIr fd, x,A1- flLVe fufonk dzekad

    -------------------------------------------------------------------------------------

    -----

    2- dk;Z dk uke%-------------------------------------------------------------------------------------

    ----

    3- Bsdsnkj dk uke%

    -------------------------------------------------------------------------------------

    ----

    4- bZ-,e-Mh- dk fooj.k

    a. jkfk ----------------------------------------------------------

    b. tkjh djus okyh cSad dk

    i. uke --------------------------------------------------------

    ii. 'kk[kk --------------------------------------------------------

    iii. fnukad -------------------------------------------------------

    5- fcM ds lkFk tek fd, x, nLrkostksa dh lR;rk ckcr~ Bsdsnkj dk 'kiFk

    i= & ------

    6- Bsdsnkj dk jftLVz~sku dh Nk;kizfr & -----------------

    7- layXu & ewy bZ-,e-Mh-

    Page 15 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    16/71

    izkIr djus okys vf/kdkjh dk uke ,oa in dk;kZy; dh lhy lfgr--------------------------------------------------------

    ----------

    (dsoy dk;Zikyu ;a=h vFkok lgk;d ;a=h)

    Page 16 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    17/71

    2.2.2 All over-writings should be neatly scored out and rewritten and corrections should be duly attested

    prior to the submission of the tender.

    If there is any difference between the amount in words and figures written in the tender forms by theContractor, the lesser amount will be treated as valid, if the Contractor is not ready to accept the amount

    so fixed in the above manner and declines to do the work, earnest money deposit of the Contractor shall

    be forfeited.

    2.3.1Sale and Purchase of Tender Documents: The Tender documents for e-Tendering will be soldONLY online and shall be available for purchase to concerned eligible Contractors/ Bidders

    immediately after online release of Notice Inviting Tender and upto the scheduled date and time as set in

    the key dates.

    The Tender documents in the e-Tendering system can be purchased ONLY online on payment ofRs.12,500.00 (Rs. Twelve Thousand & Five Hundred only). The Tender shall be available for

    purchase to concerned eligible contractors immediately after online release of the Notice Inviting Tender

    and up to the scheduled date and time as set in the key dates. Those bidders who need support inpurchasing bid documents online will be assisted by e-Tendering Cells at O/o The E-in-C, Water

    Resources Department, concerned Chief Engineers Office and concerned Division Office; such

    purchase of bid documents will be registered at e-Tendering Portal as assisted purchase and details of

    assisting office will be maintained on the portal.

    No application will be required for online purchase of tender documents. For purchase of online tender

    documents the Contractors/ Bidders will be required to make online payments through various modes

    admissible as notified at e-Tendering Portal of The Water Resources Department. Online payment forpurchase of tender document will be acceptable only through Gateway Service integrated into the e-Tendering System. Contractors/ Bidders will be required to print a system generated receipt of payment

    made through secure payment gateway as an evidence of payment.

    Receipt of online payment for purchase of tender documents and any other payment mode permittedherein will be considered equivalent to money receipt issued as per relevant provisions in clause

    2.076(1)(a) and 2.076(1)(b) of Works Department Manual.

    Online purchase of tender documents will have same effect as an entry made in the register of bids sold

    as per relevant provisions in clause 2.076(4) of Works Department Manual. Digital signatures for online

    purchase of bid documents will have same effect as signature in register of bids sold as per relevantprovisions in clause 2.076(4) of Works Department Manual.

    2.3.2 The estimated figures of quantities and cost shown in the tender document are not guaranteed for

    contract but merely given as rough guidance.

    2.3.3 Each Tenderer should carefully examine the drawings, specifications, special conditions and otherparticulars etc. and visit the site of works and fully satisfy and acquaint himself about the nature,

    Page 17 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    18/71

    location of the work, the surface conditions, quality and quantity of materials required,the character of

    equipment and ancillaries needed, preliminary to and during the execution of the work and general &

    local conditions which may affect the work or its cost .

    2.4.1No Tender will be received without a deposit of Earnest Money ofRs.1,83,000.00 (One Lac

    Eighty Three Thousand Only)The participating Contractors/ Bidders shall submit their Earnest MoneyDeposit as usual in a physically sealed envelope distinctively marked as Earnest Money Deposit. All

    other documents that can not be submitted online shall be physically sealed in a separate envelopedistinctively marked as Other Required Documents. These Envelopes containing Earnest Money

    Deposit and Other Required Documents must be delivered at one of the offices stated in the Notice

    Inviting Tender. The Contractors/ Bidders shall be responsible for delay, if any, caused in delivery ofaforesaid two envelopes.

    The participating Contractors/ Bidders must also submit a scanned copy of Earnest Money Deposit

    instrument and Other Required Documents online before submission of online bids.

    The earnest money will be returned to the unsuccessful Tenderers on the rejection of their tenders orearlier as may be decided by the competent authority and will be retained from the successful Tenderer

    as part of Security deposit.

    2.4.2The rate of Earnest Money to be submitted by the intending Contractor will be as under:-

    (Prescribed Vide GOMP PWD No. 555/8003/19Nojnai2004 dated 28.01.2005by amendment to Tara 2.07 of W. D. Manual)

    (i) For tenders up to Rs.25.0 lacs - 2 percent.

    (ii) For tenders more than Rs.25 lacs

    and up to Rs. 10.0 Crores.

    - 1 percent subject to a minimum of Rs.

    50,000/-.

    (iii) For tenders above Rs. 10.0 crores. - 0.5 percent subject to a minimum of Rs.10.00 lacs and maximum of 50.00Lacs

    "Submission of Earnest Money Deposit and Documents : The Participating Contractors

    Bidders shall submit their Earnest Money Deposit as usual in a physically sealed envelopedistinctively marked as "Earnest Money Deposit".

    A Separate envelope marked distinctively on the cover as "Envelope-B" shall contain only

    the certified copies of other documents that have been uploaded on the portal as scanned copies.

    It is also necessary that before scanning documents for uploading each document shall beddistinctively marked at the top with mention of annexure to which it relates. If this envelope

    contains any document for which scanned legible copy, as directed, was not uploaded on theportal, such additional document/s will be discarded and no consideration of whatsoever type

    will be made for that.

    These Envelopes containing "Earnest Money Deposit" and "Other Required Documents"

    Must be delivered at one of the offices stated in the Notice Inviting Tender. The

    Contractors/Bidders shall be responsible for delay, If any, caused in delivery of aforesaid twoenvelope.

    Page 18 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    19/71

    The participating Contractors/ Bidders must also upload a scanned copy of "EarnestMoney Deposit" instrument and "Other Required Documents" Online".

    2.5.1 Where the amount of Earnest Money to be deposited is more than Rs. 500/- and the Tendererproposes to pay it in cash, he shall pay the Earnest Money to be credit of Revenue Deposit on behalf of

    the Executive Engineer, RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) into abranch of the State Bank of India or Government Treasury or Sub-Treasury within the jurisdiction of the

    Executive Engineer mentioned above and send/produce the challan to the Executive Engineer separatelyand it should not be kept in the cover containing tenders. If however, the Tenderer wishes to deposit the

    Earnest Money in any one of the following forms, he may do so and produce/send the same duly

    hypothecated to the Executive Engineer, RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA

    (M.P.) Treasury Receipts.

    i. National Savings Certificates.

    ii. Treasury Bonds.

    iii. Approved Interest Bearing Security (This includes M.P. State Development

    Loans)iv. Government Promissory Notes / National Plan Loans.

    v. Post Office Cash Certificates.vi. 10 years Treasury Savings Deposit Certificates.

    vii. 12 years National Plan Savings Certificates.

    viii. 10 years Defense Deposit Certificates.ix. National Saving Certificates duly hypothecated in the name of Government of

    M.P.

    x. All Small Saving Securities and Post Office Saving Bank Accounts duly pledged

    to Government.xi. Debentures of M.P. Housing Board.

    xii. Bank Drafts of the State Bank of India or of Scheduled Banks in case ofTenderers of other States.xiii. Units of Unit Trust of India.

    xiv. Bank Drafts issued by Big Urban Banks whose working capital exceeds

    Rs.5croresand by A, B & C Class Central/ Co-operative Bank/Non ScheduledState Co-operative Banks

    subject to the condition that the drafts are en cashed by the accepting authority as

    soon as they are received and the contracts are allotted only after the encashment

    of Drafts as per M.P. F.D. No. F/3/18/77/8/5/(IV) dated 13.2.1973.

    xv. Deleted

    2.5.2 The Earnest Money in one of the prescribed forms should be produced/sent separately and not kept

    in the covers containing the tenders and if the Earnest money is not in accordance with the prescribed

    mode, the tenders would be returned unopened to the Tenderer.

    2.6 The Intending Tenderers from other States may remit the Earnest Money in the form of Bank Draftof the State Bank of India or any other Scheduled Bank to the Executive Engineer, RAJGHAT

    Page 19 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    20/71

    DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) 2.7 Earnest Money which has been deposited for

    a particular work will not ordinarily be adjusted towards the Earnest Money for another work, but if

    tender of a Contractor for a work in the same division has been rejected and Earnest money has not beenrefunded to him due to some reason it may be so adjusted by Executive Engineer.

    2.7.1 Applicable to Percentage Rate Tender - Form A only.

    2.8 The Performance Security :- At The time of execution of Agreement Five Percent Performance

    Security shall be furnished by the contractor in the following forms:-

    A. Demand Draft of any Bank at scheduled Bank of India .

    B. A fixed deposit receipt with any scheduled Indian Bank pledged to The Executive Engineer .

    C. A Bank Guarantee of any scheduled Indian Bank pledged to The Executive Engineer.

    2.9 The authority competent to accept a tender reserves the right of accepting the tender for the wholework, or for a distinct part of it or of distributing the work between one or more Tenderers.

    **2.10-A The Tenderer whose tender has been accepted (herein after referred to as the Contractor) shallproduce an appropriate solvency certificate, If so required by the Executive Engineer and will execute

    the agreement in the prescribed form within a 10(Ten) days of the date of communication of acceptance

    of his tender by the competent authority. Failure to do so will result in the Earnest Money being

    forfeited to the Government and tender being cancelled. In addition, the Contractor / Firm includingeach of the partner shall not be permitted to compete in any of the biddings during next One year.( @ asper G.O.M.P PWD No. 39/4952/02/Yojna/19 Dated 28-05-2002 & as per G.O.M.PPWD No. 556/8003/19 Dated 28-01-

    2005)

    2.10-B In the event of tenderer withdrawing his/her offer before the expiry of period of validity orfailing to execute the contract agreement as required by the condition of notice inviting tenders (N. I.T.),

    he/she will not be entitled to tender for this work, in case of recall. In addition to forfeiture of his/herearnest money as per provision of the condition of the N.I.T. If the tenderer has committed a similar

    default on an earlier occasion as well, his/her registration in the department, may be suspended

    temporarily for a period of Six months from such date as may be ordered by the competent authoritywhich had registered him/her. (Amendment attached videG.O.M.P.No P.W.D.N Bhopal No 556/5003/19/ ;kstuk /

    2004 dt.28.01.2005)

    2.11 The Submission of a tender by a Contractor implies that he has read the notice and conditions of

    Tender and Contract and has made himself aware of the scope and specifications of the work to be done

    and has seen the quarries with their approaches, sites of works etc., and satisfied regarding the suitabilityof the materials at the quarries. The responsibility of opening of new quarries and construction and

    maintenance of approaches thereto shall lie wholly with the Contractor.

    2.12 The Contractor shall not, without the prior approval of the competent authority in writing sublet orassign to any other party or parties the whole or any portion of the work under the Contract. Even where

    such approval is granted, the Contractor shall not be relieved of any obligation, duty or responsibility

    which he undertakes under the contract.

    Page 20 of71

    http://g.o.m.p.no/http://g.o.m.p.no/http://g.o.m.p.no/
  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    21/71

    2.13 All the condition of the Tender notice will be binding on the Contractor and will form a part of the

    Agreement to be executed by the Contractor in addition to the conditions of contract in the prescribed

    forms and special conditions of contract.

    2.14 Conditional tenders are liable to be rejected.

    2.15 Deleted ( G.O.M.P. No35/37/96/M/31 Dated 16.02.1998)

    2.16 The Executive Engineer, RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) does

    not bind himself to accept or to recommend for the acceptance of the Tender to higher authority, the

    lowest or any tender.

    2.17.1 All dues regarding taxes including the Sales Tax, Octroi duties, etc. levied on the Contractor's

    work by Government and Local bodies or private individuals will be payable by the Contractor. The

    Water Resources Department will grant a certificate for the quantities actually used on the work but will

    not entertain any claim on this account. The contractor

    shall however be paid his final bill for the work only upon production of the "No Royalty Charges

    Outstanding" certificate issued from the Collector of the concerned distt.@

    2.17.2 Deleted

    2.17.3 a) Income Tax at the rate of 2.32

    percent from any sum payable to the Contractor shall at-the time of credit of such sum

    or at the time of payment to the Contractor by cash, cheque or draft or any other mode shall be deducted

    at the source from its Running, Final or any type of payment for this contract as per section 194 ofIncome Tax Act, 1961.

    b)'Vanijya Kar' at the rate of 2.36%(Two point three six) from the running bills/final bill will be

    payable by the Contractor for the Contract more than 1.00 Lakhs (One Lakhs).

    c) Bhawan Avum Anya Sa-Nirman Karamkar Kalyan Upkar: This Upkar (cess) at the rate of 1 %

    ( One Percent) will be payable by the Contractor from all his running & final payments forworks. (As clarified vide Secretary M. P. Building & Other Construction Workers Welfare

    Mandal, Bhopal No.7/Upkar-4/BSWM/03/522 dated 01.01.2004)

    2.17.4 It is open to the Contractor or the Sub Contractor, as the case may be, to make an application tothe Income Tax Officer concerned & obtain from him a Certificate authorising the Payer to deduct tax at

    such lower rate or deduct no tax as may be appropriate to his case. Such certificate will be valid for the

    period specified therein unless it is cancelled by the Income Tax Officer earlier.

    Page 21 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    22/71

    2.18 Model Rules for Water Supply , Sanitation in Labour Camps - The Contractor will be bound to

    follow the Madhya Pradesh Model Rules relating to lay out of Water Supply and Sanitation in Labour

    Camps (vide Annexure-A)

    2.19 Fair Wages to Labourers - The Contractor shall not pay less than fair wages to labourers engaged

    by him on the work (copy of Rules enclosed vide Annexure - B).

    2.20 Right to take up work departmentally or to award on Contract - The Engineer-in-charge reserves

    the right to take up departmental work or to award works on contract in the vicinity without prejudice tothe terms of contract.

    2.21.1 Issue of Materials by the Department - The following materials will be supplied by the

    Department.

    S.No. Name of Articles Unit Rate Qty. Place of Delivery

    2.21.2)

    2.21.3) Deleted

    2.21.4)

    2.22.1 to 3* Supply of Materials by Government - Only above materials will be issued by the

    Department. The Contractor will be responsible for all the materials required for the successfulcompletion of the work including Cement & Steel.

    2.23

    Applicable to Percentage Rate Tender - Form A only.

    2.241

    2.25 Materials to be used on work specified in the contract will be only from the quarries specified in

    Annexure -C. If the change of quarries, from those mentioned in Annexure-C are necessitated due to anyreason during the execution of work, such changes will be made only with the approval of the

    Superintending Engineer/Chief Engineer given in writing. Any alterations of items affected by change of

    such quarries will be governed by the clauses 4.3.13.1, 4.3.13.2 and 4.3.13.3 of the Agreement in FormB.

    2.26 If in a quarry, material of more than one quality is found the material of the best quality as

    approved by the Executive Engineer shall be used by the Contractor.

    2.27 Deleted (vide GOMP WRD No. PC/35/37/96 / Madhyam /31/33 dated 22.04.03)

    Page 22 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    23/71

    2.28 The Contractor shall execute the work as per detailed Specifications, Part incorporated in the tender

    document and in accordance with the approved drawings and special conditions incorporated in the

    tender documents.

    2.29 Schedule of Main Items of works to be executed -A schedule of main items of work to be

    executed is also enclosed vide Annexure-1.

    2.30 List of Works in hand - Tenders must be accompanied by a list of contracts already held by the

    Tenderer at the time of submitting the tenders in the M.P. Water Resources Department and elsewhereas per Annexure-K.

    2.31 Removal of unsuitable or undesirable Employees of Contractor - The Contractor shall on

    receipt of the requisition from the Executive Engineer at once remove any person employed by him on

    the work who in the opinion of Executive Engineer is unsuitable or undesirable.

    2.32 Recovery of amount due to Government from Contractor -Any amount due to Govt. from the

    Contractor on any account concerning work maybe recovered from him as arrear of Land Revenue.

    2.33 Transport of Materials is Contractor's Responsibility -The Contractor shall make his own

    arrangement for transport of all materials. The Government is not bound to arrange for priorities forgetting wagon or any other materials though all possible assistance by way of recommendation will be

    given, if it is found necessary in the opinion of the Engineer-in- charge. If it proves ineffective, the

    Contractor shall have no claim for any compensation on this account.

    2.34.1 Arrangement of Tools and Plants - The Contractor shall arrange at his own cost, tools and plantrequired for proper execution of work. It should be carefully noted that the plant and machinery as listed

    (Annex - E) may be supplied by the Government under the orders of SE/CE-in-charge of the work, if

    available and considered necessary in the interest of work on the conditions, terms and rates as specifiedin the Annexure-E. The Contractor will have to execute the agreement for hiring the machine, if requiredto do so by the Engineer-in-charge in the prescribed form, appended herein , vide Annexure-F.

    2.34.2 Items, if any, other than those referred to in Annexure-E, will also be supplied by the Government

    if available on conditions and payments as may be fixed by the department at the time of loaning theplant.

    2.35 Increase or decrease of Items of Work - The competent authority reserves the right to increase or

    decrease any item of the work during the currency of the contract and Contractor will be bound to

    comply with the order of the competent authority in the manner described in clause 4.3.13.1, 4.3.13.2

    and 4.3.13.3 of agreement without any claim for compensation.

    2.36 Execution of work according to Time Schedule - The work shall be done by the Contractor

    according to the time schedule fixed by competent authority.

    2.37 Canvassing or support for acceptance of Tender - Canvassing or support in any form for the

    acceptance of any tender is strictly prohibited. Any Tenderer doing so will render himself liable topenalties which may include removal of his name from the "Register of Approved Contractors".

    Page 23 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    24/71

    2.38 Responsibilities for leaking of Building during Rainy Season - It will be the responsibility of the

    Contractor to see that the building does not leak during the period of first rainy season of tiled and sheet

    roof and two consecutive rainy seasons in respect of terraced roof after its completion and he will makegood and replace all the defective work on this account.

    2.39 List of Persons employed by Contractor - The Contractor shall not be permitted to tender forworks in the RAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) (responsible for award

    & execution of contracts) in which his near relative is posted as Divisional Accountant or an Officer inany capacity between grades of Superintending Engineer and Assistant Engineer (both inclusive). List

    showing the names of the person who are working with the Contractor and are near relatives to any

    Gazetted Officer in the Water Resources Department including Secretariat should also be appended tothe tender. He should also intimate to the Executive Engineer, names of subsequently employed persons

    who are near relatives to any Gazetted Officer in Water Resources Department or Divisional Accountant

    inRAJGHAT DISTRIBUTORY DIVISION NO.9 DATIA (M.P.) Any breach of this condition byContractor would render him liable to be removed from the approved list of Contractors of this

    Department.

    (Note: By the term near relative is meant son, grand-son, father, mother,

    spouse, brother, sister, brother-in-law and mother-in-law.)

    2.40.1 Price Adjustment - No claim for price adjustment on account of any reason whatsoever shall beentertained if construction period as per Notice Inviting Tenders is not more that 18 months. If

    construction period is more than 18 months the amount paid to the Contractor for work shall be adjusted

    quarterly for increase or decrease in the rate of Labour, Material and P.O.L. excepting those materialssupplied by the Government (as per Annexure-L). For this purpose, quarters would be January to March,

    April to June, July to September and

    October to December and the month, date of work order shall be date, month on which work order is issued.@

    (A) Labour - Increase or decrease in the cost due to labour shall be calculated quarterly in accordance with the following formula:-

    PL x R (L - L0)

    VL =0.75 x ------------- x -------------

    100 L0

    Where V

    L

    =

    Increase or decrease in the cost of work due to labour during the quarter.

    R=

    the value of work done in Rupees during the quarter.

    L0

    the average consumer price index for industrial workers (wholesale price) as applicable at (nearest place for which indices arepublished) for the month in which the tenders for which indices are published) for the month in which the work order is issued.

    L=

    the average consumer price index for industrial workers (wholesale prices for the quarter) as applicable at ( nearest place for which

    the indices are published ) for the quarter under consideration.

    *

    P

    L

    =

    percentage of labour component shall be ______________

    Note: Consumer price index numbers for industrial workers as published by the Govt. of India, Ministry of Labour, Labour Bureau, Simla shall be the basis forcalculations.

    Page 24 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    25/71

    (B) Materials (Other than P.O.L.) - The increase or decrease in cost of materials other than those supplied by Government at fixed rate shall be calculated quarterly

    in accordance with following formula:-

    Pm x R (M - M0)

    VM =0.75 x ------------- x -------------

    100 M0

    Where Vm

    =increase or decrease in the cost of works due to such materials during the quarter.

    R = value of work done in Rupees during the quarter.

    M0 the Index number of wholesale prices in India (all commodities) for the month in which work order is issued.

    M = the average index number of wholesale price in India (all commodities) for the quarter under consideration.

    *Pm=

    percentage of such materials component which shall be __________

    Note - The Index numbers of wholesale prices in India (all commodities) shall be as published by the Government of India, Ministry of Industry, Office of theEconomic Adviser.

    (C) P.O.L. - The increase or decrease in the cost of the P.O. L. shall be calculated quarterly in accordance with the following formula: -

    Pp x R (P - P0)

    Vp =0.75 x ------------- x -------------

    100 P0

    Where Vp = increase or decrease in the cost of works due to P.O.L. during the quarter under consideration

    R = value of work done in Rupees during the quarter.

    P0 the price of H.S.D. oil at ______________ on the date on which work order is issued.

    P = the average price of H.S.D. oil at_______________during the quarter under consideration.

    **Pp = percentage of P.O.L. component shall be

    2.40.2 The price adjustment clause shall be applicable only for the work that is carried out within thestipulated time or extension thereof due to reason as are not attributable to the Contractor.

    2.40.3 For the purpose of price adjustment, amount of work done ("R" in the above formulae) during

    each quarter would mean value of completed items of work done plus value of the materials on whichsecured advance has been granted during the quarter, less the value of the materials in respect of such

    secured advance that has been recovered during the quarter.

    2.40.4 No claim for price adjustment other than these provided herein shall be entertained.

    2.41 Validity of offer - The period of validity of offer of tenders will be as follows:-

    (i) Tenders within the competence of sanction of Executive Engineer i.e. upto Rs. 20 lakhs. Provided that tender is not more than 20% above be

    current schedule of rate otherwise one level higher.

    2month

    s

    (ii) Tenders within the competence of sanction of Superintending Engineer

    i.e. up to Rs. 2.00 Crore and up to 5% above U.S.R.

    3

    months

    Page 25 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    26/71

    (iii) Tenders within the competence of sanction of Chief Engineer i.e. up to

    Rs. Five Crore. and up to 5% above U.S.R.

    4

    month

    s

    (iv) Tenders within the competence of sanction of Engineer-in-chief i.e. up toRs. 7.50 Crore. and up to 5% above U.S.R.

    6month

    s

    (v) Within the powers of Government above Rs.7.50 Crores 6

    months

    2.42 Bank Commission Charges - Bank Commission charges in all payments by demand drafts outside

    the state will not be borne by the State Government but by the Supplier/ Firm/ Contractor himself.

    2.43 Force Majeure - Should failure in performance of any part of this contract arise from war,

    insurrection, restraint imposed by Government, act of Legislature or other authority, stoppage or

    hindrance in the supply or raw materials, or fuel, explosion, accident, strike, riot, lock-out, or otherdisorganization of labour or transport, break down of machines, flood, fire, act of God, or any inevitable

    or unforeseen event beyond human control directly or indirectly interfering with the supply of stores orfrom any cause which may be a reasonable ground for an extension of time, the competent authority will

    allow such additional time as he considers to be justified in the circumstances of the case. No

    compensation will be payable to the Contractor for any loss incurred by him due to these reasons.

    2.44 Each Tenderer shall supply the name, residence & place of business of the person or persons givingthe tender and shall be signed by the Tenderer with his usual signature. When tender is given by

    Partnerships, the full names of all Partners shall be furnished. An attested copy of the constitution of the

    Firm and the registered number of the firm, shall be furnished. In such a case the tender must be signed

    separately by each Partner thereof or in the event of the absence of any partner it must be signed on hisbehalf by a person holding a power of attorney authorizing him to be so. Tenders by a Corporation shall

    be signed with the legal name of the Corporation followed by the name of the State of in-corporation

    and by signature and by designation of the President Secretary or other persons authorized to bind it inthe matter.

    2.45.1 The tender shall be submitted with the declaration that the Contractor has successfully carried out

    large works of this nature and has adequate organization, machinery and experienced personnel to

    handle jobs of this type and magnitude.

    2.45.2 A brief description of large works previously executed by Tenderer. After the tender has been

    opened, any tenderer may be required to submit detailed particulars of such works along with themanner of their execution and any other information that will satisfy the Officer receiving the tender thatthe Contractor has adequate organization, including experienced personnel to execute vigorously the

    work to be carried out as per these specifications.2.45.3 (a) The Contractor shall employ the following

    technical staff during the execution of works:

    (1) One Graduate Engineer, when cost of the work to be executed is more than Rs. 5 (Five) lakhs

    Page 26 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    27/71

    (2) One Diploma-holder Sub Engineer, when the cost of the work to be executed is Rs. 2 lakhs and more

    but not more than Rs. 5 Lakhs.

    (b) The technical staff should be available at site whenever required by the Engineer-in-charge to takeinstructions.

    (c) In case the Contractor fails to employ the technical staff as aforesaid, Government shall have the

    right to take suitable remedial measures.

    (d) The Contractor should give the names and other details of the Graduate Engineer, Diploma holder

    Sub- Engineer whom he intends to employ or if underemployment, on the work at the time hecommences the work.

    (e) The Contractor should give a certificate to the effect that the Engineer, Diploma holder Sub-Engineer

    is exclusively in his employment.

    Provided that:-

    (1) An Engineer or Sub-Engineer may look after more than one work in the same locality but the totalvalue of works under him should not exceed Rs. 20 lakh in the case of Graduate Engineer and Rs. 5

    Lakh in the case of a Sub-Engineer.

    (2) It is not necessary for a Contractor (or Partner) in case of Firm/Company who is himself an

    Engineer/Sub Engineer to employ another Engineer/Sub Engineer for the supervision of the work solong as the Contractor/Partner does work similar to what could have been done by an employed

    Engineer/Sub-Engineer.

    (3) A retired Engineer/Assistant Engineer who is holding diploma may be treated at par with theGraduate Engineer for the operation of the above clause.

    In case the Contractor fails to employ the technical staff as aforesaid, he shall be liable to pay the

    Government a sum of Rs. 1,000/- (One thousand only) for each month of default in the case of Graduate

    Engineer and Rs.500/- (Five hundred only) for each month of default in the case of Diploma holder Sub-Engineer.

    2.46 The Contractor should also give the following information invariably on cover containing the

    tender:-

    (a) Name and address of the Contractor.

    (b) Class in which he is registered.

    (c) Amount of Earnest Money deposited and No. and date of Money Receipt etc.

    Page 27 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    28/71

    2.47 The Tender documents have to be completed & submitted with all the documents required in the

    Tender notice. Following is the summary of the documents required to be submitted with the completed

    Tender form.

    (i) The name, residence and place of business etc. of the Tenderer vide clause 2.44 above.

    (ii) Details of contracts already held by the Tenderer vide clause 2.30 above.

    (iii) Receipt of Earnest Money deposited vide clause 2.5.1 above.

    (iv) Income Tax Clearance Certificate vide clause 2.27 above.

    (v) A list of near relatives of the Tenderer working in M.P. Water Resources (Irrigation) Department

    vide clause 2.39 above (See Annexure-J).

    (vi) Attested copy of the constitution of Firm (if required) and power of attorney, as required vide clause

    2.44.

    (vii) A declaration that there has been no conviction/imprisonment for an offence involving moral

    turpitude.

    (viii) Declaration and description as required vide clause 2.45.1 and 2.45.2.

    2.48 The Contractor shall obtain a valid license under the Contract (Regulation and Abolition) Act in

    force and rules made there under by competent authority from time to time before commencement of

    work and continue to have valid license until the completion of the work.

    PART-III

    Special Conditions

    3.1 General - The special conditions are supplementary instructions to the Tenders and would form partof the Contract.

    3.2 Drawing given, listed and indexed in Part V will form part of the Contract.

    The above drawing show the work to be done as definitely and in such details as is possible at the

    present stage of development of investigation and the design. The attached drawings will besupplemented or superseded by such additional and detailed drawings as may be necessary or desired as

    the work proceeds. Such additional general and detailed drawings will show dimensions and details

    necessary for construction purposes more completely than are shown on the attached drawings, for allfeatures of the work. The Contractor shall be required to perform the work on these features and in

    accordance with additional general and detailed drawings mentioned above at the applicable unit prices

    Page 28 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    29/71

    tendered in the schedule for work or work of similar nature as determined by the Engineer-in-charge.

    The Contractor shall check all drawings carefully and advise the Engineer-in-charge of any errors or

    omissions discovered. The Contractor shall not take advantage of errors or omissions as full instructionswill furnished to the Contractor, should any errors or omissions be discovered.

    The drawings and specifications are to be considered as complementary to each other and shouldanything appear in one that is not described in the other, no advantage shall be taken of such omission.

    In case of disagreement between specifications and drawings the conditions of the specifications shallgovern the Contract. Should any discrepancies, however, appear or should any misunderstanding arise as

    to the meaning and interpretations of the said specifications or drawings or as to the dimensions or the

    quality of the materials for the proper execution of the work or as to the measurements or quality &valuation of work executed under this contract or extra thereupon, the same shall be explained by the

    Engineer-in-charge.

    Figures in dimensioned drawings shall supersede measurements by scale, and drawings to a large scale

    shall take precedence over those on a small scale. Special directions incorporated on the drawings shall

    be complied with strictly.

    One copy of the drawings and contract documents shall be kept at all times at the site of works by the

    Contractor.

    3.3 Data to be furnished by the Contractor -The Contractor shall submit the following information tothe Engineer-in-charge: -

    (a) Proposed construction programmer and time schedule showing sequence of operations within two

    weeks of receipt of notice to proceed with the work in pursuance of the conditions of contract. Along

    with the above he will also submit programme of bringing requisite tools and plant, machinery to be

    engaged by him to the site of work.

    (b) Approximate monthly requirements of Cement and M.S. Reinforcement bars for the entire

    construction period within 4 weeks of the date of the receipt of notice to proceed with the work in

    pursuance of condition of contract.

    3.4 Programme of Construction - The construction programme including requirement of materials is

    appended as Annexure-G. After receipt of the work order, the contractor if he desires to submit his

    revised construction programme, shall do so within a period of 30 days from the date of issue of work

    order keeping in view the period of completion mentioned in Col.-6 of the table below clause 2 (underpart 1) and will get it approved from the department. In case he fails to submit such programme then the

    construction programme appended at Annexure-G shall be final and binding on the contractor. Thisprogramme may be reviewed and revised every year at the beginning of the working season.

    3.5 Action when the progress of any crucial item of work is unsatisfactory - If the progress of a crucialitem of work, which is important for timely completion of work, is unsatisfactory, the Engineer-in-

    charge , shall notwithstanding, that the general progress of work is satisfactory, in accordance with

    clause 4.3.2 be entitled to take action under clause 4.3.3 after giving the Contractor 10 days notice in

    Page 29 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    30/71

    writing and the Contractor will have no claim for compensation for any loss sustained by him owing to

    such action.

    3.6 Inspection and Tests - Except as otherwise provided in hereof all materials and workmanship, if nototherwise designated by the specifications, shall be subject to inspection, examination & test by the

    Engineer-in-charge at any and all times during manufacture and/or construction and at any/all placeswhere such manufacture or construction are carried on. The Engineer-in-charge shall have the right to

    reject defective material and workmanship or require its corrections. Rejected workmanship shall besatisfactorily replaced with proper material without charge thereof and the Contractor shall properly

    segregate and remove the rejected material from the premises. If the Contractor fails to proceed at once

    with the replacement of the rejected material and/or correct such workmanship, the Engineer-in-chargemay replace such material and/or correct such workmanship and charge the cost thereof to the

    Contractor.

    The Contractor shall be liable for replacement of defective work up to the time in accordance with

    clause 4.3.16 of the conditions of contract of ail work to be done under the contract.

    The Contractor shall furnish promptly without additional charge 'all facilities, labour and material

    necessary for safe and convenient inspection and tests that may be required by the Engineer-in-charge.

    All inspections and tests by the department shall be performed in such a manner as not to unnecessarily

    delay the work. Special full size and Performance test shall be charged with any additional cost ofinspection when materials and workmanship are not made ready by the Contractor at the time of

    inspection.

    3.7 Removal of Temporary work, Plant and Surplus Material - Prior to final acceptance of thecompleted work, but excepting as otherwise expressly directed or permitted in writing, the Contractor

    shall, at his own expense remove from the site and dispose of all the temporary structures including

    buildings, pile work, cribwork, all plant and surplus material, and all rubbish and debris for which he isresponsible to the satisfaction of Engineer-in-charge.

    3.8 Possession prior to Completion - The Engineer-in-charge shall have the right to take possession of

    or use any completed part of the work. Such possession or use shall not be deemed as an acceptance of

    any work not completed in accordance with the contract.

    3.9 Damage to works - The works whether fully completed or incomplete, all the materials, machinery,plants, tools, temporary buildings and other things connected therewith shall remain at the risk and in the

    sole charge of the Contractor until the completed work has been delivered to the Engineer-in-charge and

    till completion certificate has been obtained from the Engineer-in-charge. Until such delivery of the

    completed work the Contractor shall at his own cost take all precautions reasonably to keep all theaforesaid works, materials, machinery, plants, temporary buildings and other things connected therewith

    free from any loss, damages and in the event of the same or any part thereof being lost or damaged, he

    shall forthwith reinstate and make good such loss or damage at his own cost.

    3.10 Departmental supply of Materials - Departmental supply of materials will be ordinarily confined

    only to those, specifically mentioned in the tender notice attached and the cost of such material issued

    will be recovered from the Contractor's bill at the rates specified in said schedule.

    Page 30 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    31/71

    The materials will be issued from the departmental stores and the Contractor will have to make his own

    arrangements for the transport of these materials from the site stores or wagons to the works at his own

    cost. Materials to be supplied by the department will be supplied in standard lengths and quantities or asavailable, unless specifically mentioned otherwise and cost recovered from the Contractor for the

    quantities issued.

    The Contractor shall further at all times satisfy the Engineer-in-charge on demand, if any, by the

    production of records or books or submission of return and formats as directed that the materialssupplied are being used for the purpose for which they are supplied and the contractor shall at all times

    keep the records up to date to enable the Engineer-in-charge to apply such checks as he may desire to

    impose. The Contractor shall not without the written permission of the Engineer-in-charge utilize ordispose of the materials for any purpose other than that intended in the contract.

    Cement will be supplied to the Contractor at the rates specified in the tender notice in the departmental

    stores. The Contractor shall make his own arrangements for the storage of Cement at work site.

    Handling & Storage facilities shall be so arranged that no cement will be kept in storage for more than

    120 days. If any cement is kept for as long as 120 days it will be tested before use and if found defectivein any way it shall be condemned from use. Steel as required in the construction, shall be supplied by the

    department and shall be transported to the site at Contractor's own cost. The Contractor shall make hisown arrangements for keeping steel at the site. The cost of the materials supplied to the contractor shall

    be treated as an advance payment to the contractor and shall be recoverable from him.

    The contractor will be responsible for the safe custody of all the departmental materials issues, to the

    satisfaction of the Engineer-in-Charge & will be required to render proper account of the allocation anddisposal of these materials showing where they were issued on works. The contractor shall return in

    sound condition all such materials which are not used on the works. In case he is unable to account for

    full amount of the materials issued to him, recoveries will be affected from him at "Issue Rates" or

    "Market Value" whichever is higher plus 15 percent to cover the departmental Supervision Charges.

    The department will not be responsible for any delays in supply of controlled materials such as Steel

    sections, M.S. Reinforcement bars and Cement. While it will endeavor to see that no delay occurs on

    this account, the delay due to late supply will however, be given due consideration in granting extensionof time for the completion of the work if found necessary. No compensation of claim or damages on idle

    time will be entertainable on this score.

    If the Contractor requests the Engineer-in-charge for issue of such materials as are available in the stores

    of the Engineer-in-charge , the Contractor may be supplied these materials from the stores for executionof this work, if the Engineer-in-charge considers it so expedient. The Contractor shall pay for such

    materials and stores issued to him at the rates fixed by the Engineer-in-charge. Other materials which

    may be available in the stores may be issued on loan if the Engineer-in-charge considers it necessary inthe interest of work, but for such materials hire charges should be recovered monthly as per rules and the

    Contractor shall be responsible to return the materials in original condition in which they were issued.

    All the materials required for the work, other than those that are specifically mentioned in the said tender

    notice, shall be supplied by the contractor. Recommendations to authorities where required, may be

    Page 31 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    32/71

    made by the department but the responsibility for the supply of the materials shall be that of the

    Contractor and no excuse on this account for delay in the work shall be accepted.

    All unused materials,either supplied directly by the department or obtained by the recommendations ofthe department, which in the opinion of the Engineer-in-Charge are likely to be useful to the department,

    shall be returned in good condition at the original cost paid for if so decided by the department.

    3.11(A) The quoted rates of the Contractor shall be inclusive of the leads and lifts and in no case

    separate payment for leads or lifts for any materials including water shall be payable. Similarly no leadsor lifts for the materials issued by the department as prescribed in the tender documents shall be payable.

    The Contractor shall bring approved quality of materials. Different quarries are shown in Annexure-C.

    The details shown in the Annexure-C are only as a guide to the Contractor but the Contractor beforetendering should satisfy himself regarding the quality and quantity available and all other details of

    Annexure-C, and provide for any variation in respect of leads, lifts, place and methods of quarrying,

    type of rocks to be quarried and all such other aspects in his tendered rate, as later on, no claim

    whatsoever shall be entertained except where any quarry is changed for circumstances beyond the

    control of Contractor under the written orders of #SE/CE-in-charge. (# Strike out when not desired).

    3.11(6) Applicable to Percentage Rate Tenders - Form A only.

    3.12 Examination and Tests on Completion - On the completion of the work and not later than three

    months thereafter, the Engineer-in-charge shall make such examination and tests of the work as maythen seem to him to be possible, necessary or desirable and the Contractor shall furnish free of cost any

    materials and labour which may be necessary therefore, and shall facilitate in every way all operations

    required by the Engineer-in-charge, in making examination and tests.

    3.13 Climatic conditions -The Executive Engineer, may order the Contractor to suspend

    The Contractor will be responsible for the safe custody of all the departmental materials issued, to thesatisfaction of the Engineer-in-charge & will be required to render proper account any work that may be

    subject to the damage by climatic conditions and no claim of the contractor will be entertained by the

    department on this account.

    3.14 Safety Regulations - While carrying out this work, the Contractor will ensure compliance of all

    safety regulations as provided in the Safety Code (Annexure-H).

    3.15 Haul roads - A fair weather road of the standard of a village cart tract is ordinarily maintained by

    the department along the canal alignment which is motor able from November to end of May, but the

    contractor shall not have claim on this account if one is not provided or maintained. Necessary haulroads to work spot, borrow areas and water sources shall be satisfactorily constructed and maintained by

    the Contractor at his own cost. The Contractor has to construct and maintain his own approach roads

    from the main haul roads provided by the department. Any new haul roads will have also to beconstructed and maintained by the Contractor at his cost.

    3.16 The Contractor will make his own arrangement for supply of water, Light and power for his works

    and labour camps etc.

    Page 32 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    33/71

    The department will only supply bulk Electricity if needed by the Contractor for lighting and power

    requirements of the Contractor at the transformer point as may be provided by the department at rates

    fixed by the department, vide Annexure L. The Contractor will have to make his own arrangement forfurther extension & connection of supply point to the work site and labour camps etc. and all other

    places at his own cost. The Department will not entertain any claim whatsoever for any failure or break

    down etc. in supply of electricity to the Contractor. The Contractor will supply and fix his own testedmeter of the approved make but the meter will be kept in the custody of the department.

    3.17 The contractor must not interfere with other Contractors who may be employed simultaneously or

    otherwise by the department. He will at no time engage departmental labouror that of other Contractor's

    without the written permission of the Engineer-in-charge.

    3.18 Regulations and Bye-laws - The contractor shall conform to the regulations, bye-laws, any other

    statutory rules made by any local authorities or by the Government and shall protect and indemnify

    Government against any claim or liability arising from or based on the violation of any such laws,

    ordinance, regulations, orders, decrees etc.

    3.19 Order Book - An order Book shall be kept in the departmental office at the site of the work. As far

    as possible all orders regarding the works are to be entered in this book.

    All entries there in shall be signed by the departmental officers in direct charge of the work and the

    Contractor or his Representative. In the important cases the Executive Engineer or the SuperintendingEngineer will countersign the entries which have been made. The order book shall not be removed from

    the work site except with the written permission of the Superintending Engineer and the Contractor or

    his representative shall be bound to take note of all instructions meant for the Contractor as entered inthe order book without having to be called for separately to note them. The Engineer-in-charge shall

    submit periodically copies of the remarks of the Order Book to the Superintending Engineer and Chief

    Engineer for record and to the Contractor for compliance and report.

    3.20 Conversion of Units - Whenever in contract agreement dimensions and units have been expressedin F.P.S. system, the same will be converted into metric system units by applying the Standard

    Conversion Tables of Indian Standard Institution so as to derive the corresponding figures arithmetically

    and the Contractor will have to accept the figures so derived without any claim or compensation

    whatsoever.

    3.21 Rights of other Contractors and Persons - If during the progress of the work covered by this

    contract, it is necessary for other Contractors or persons to do work in or about the site of work, the

    contractor shall afford such facilities, as the Engineer-in-charge may require.

    3.22 Employment of Technical Persons - The Contractor will employ or produce evidence of having inhis employ a qualified technical person not below the rank of a Sub Engineer/Graduate Engineer from

    an Institution recognized by the Government of Madhya Pradesh and furnish full details to the Engineer-

    in-charge in the following format.

    Name of the Sub-Engineer / Graduate Engineer quoting Diploma or Degree with name of Institution.

    Page 33 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    34/71

    Period for which the Sub-Engineer/ Graduate Engineer has been engaged with emoluments.

    3.23

    3.23.1

    Deleted (vide Amendments to W D Manual Circulated vide E-in-C's No

    4212863 dated 11.5.99) .

    3.23.2 Deleted vide order No.35/37/96/g/31/902 dated 23-10-2002.

    3.24 Recovery of Advance -Deleted (In view of deletion of Clause 3.23 regarding Advances for Plant &

    Machinery, question of recovery does not arise).

    3.25 Deleted vide order No.35/37/96/e/31/902 dated 23-10-2002.

    3.26 In the event of tenderer withdrawing his/her offer before the expiry of the period of validity of offeror fulfilling to execute the contract agreement as required by condition of Notice Inviting Tenders

    (N.I.T.) he/she will not be entitled to tender for this work in case of recall, in addition to forfeiture of

    his/her earnest money as per provision of the condition of the N.I.T. If the tenderer has committed asimilar default on an earlier occasion as well, his/her registration in the department maybe suspended

    temporarily for a period of 6 months from such date as maybe ordered by the competent authority which

    had registered him/her.

    3.26.A Cement and Steel: As required for work will be purchased by the contractor at his own cost. Noadvance payment/ Secured advance will be made by the Department for these articles.

    3.26.B Cement and Steel: The Contractor will purchase the cement from the cement factories with

    production capacity more than 450 M.T. per day Steel from "SAIL" or Tata Iron and Steel Company or

    from their authorized dealer and will also submit the test report from the authorised laboratory at his

    own cost.

    3.27 Commercial Tax (Applicable to Tenders for more than Rs. One lace): When contract is for more

    than Rs. one lace, 2.36% (two point three Six) percent commercial Tax shall be chargeable as per

    clause 35 of M. P. Commercial Adhiniyam, 1994.

    The tenderer or supplier should have a place of business in the state of M. P. from where the goods

    would be supplied to various destinations in the State and also should hold a registration certificate

    under the V. P. Vanijya Kar Adhiniyam".

    3.28 Unbalanced Tender: Incase the approving authority considers that the tenderer has quoted rate for

    some items in Schedule-I are disproportionately high or the tender is unbalanced, he will have power tolimit the payment of such to the estimated rate of that item, plus or minus overall percentage above

    /below as the case may be, of the rate. All the balance payment of such items shall be retained by the

    Engineer-in-charge as additional Security Deposit, which shall be released only after completion ofentire work. If the Contractor leaves the work incomplete for any reason, the additional Security Deposit

    so deducted shall stand forfeited to the Government.

    (G.O.M.P. WRD No.35/40/94/31/e dated 29.11.1994).

    Page 34 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    35/71

    Annexure -A

    Model Rules Relating toLabour, Water Supply & Sanitation in Labour Camps

    Note: These model rules are intended primarily for labour camps which are not of a permanentnature. They lay down the minimum desirable standard which should be adhered to. Standard in

    permanent or semi-permanent labour camps should not obviously be lower than those for

    temporary camps.

    (1) Location: The Camp should be located in elevated and well drained ground in the locality

    (2) Layout: Labour huts to be constructed for one family of 5 persons each. The layout to be shown in

    the prescribed sketch

    (3) Hutting: The huts to be built of local materials. Each hut should provide at least 20 sq. metre of

    living space.

    (4) Sanitary Facilities: There shall be provided latrines and urinals at least 16 metre away from the

    nearest quarter, separately for men, women, specially so marked on the following scale.

    (5) Latrines: Pit privies at the rate 10 users or two families per seat. Separate urinals are not required as

    the privy can also be used for this purpose.

    (6) Drinking Water: Adequate arrangement shall be made for the supply of drinking water. Ifpracticable, filtered and chlorinated supply shall be arranged. Where supply is from intermittent sources,

    a covered storage tank shall be provided with capacity of five litres per person per day. Where the

    supply is to made from a well, it shall conform to the sanitary standards laid down in the report of theRural Sanitation Committee. The well should be at least 30 meter away from any latrine or other sources

    of pollution. If possible, a hand pump should be installed for drawing the water from well. The well

    should be effectively disinfected once every month and quality of water should be got tested at PublicHealth Institution between each work of disinfection.

    Washing and bathing should be strictly prohibited at places where water supply is from a river. The

    daily supply must be disinfected in the storage reservoir and given at least 3 minutes contact with the

    disinfectant before it is drawn for use.

    (7) Bath and washing: Separate bathing and washing places shall be provided for men and women forevery 25 persons in the camp. There shall be a gap and space of 2 sq. m of washing and bathing. Proper

    drainage for the water should be provided.

    Page 35 of71

  • 7/29/2019 t Nd 0013620000000000000 Mp 01601

    36/71

    (8) Waste Disposal: Dust bins shall be provided at suitable places in camp and the residents shall be

    directed to throw all rubbish into these dust-bins. The dust-bins shall b


Recommended