proforma of schedules cpwd a cement for works with estimated

Upload: alka-kumar

Post on 14-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    1/18

    16

    PROFORMA OF SCHEDULES CPWD-8

    a) Cement for works with estimated - N.A. -Cost put to tender not more thanRs. 5 lakhs.

    for works with estimated - N.A. -

    Cost put to tender not more thanRs. 5 lakhs.

    b) Bitumen all works. -N.A.-

    c) Steel Reinforcement and structural steel - N.A. -Sections for each diameter, section and

    category.d) All other materials. - Nil. -

    RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

    Sl. Description of Item Rates in figures and words at which

    No. recovery shall be made from the Contractor-------------------------------------------------------------------Excess beyond Less use beyondPermissible the permissibleVariation variation

    ----------------------------------------------------------------------------------------------------------------------------------1. Cement2. Steel reinforcement3. Structural Sections - NIL -4. Bitumen issued free5. Bitumen issued at stipulated

    Fixed price.

    END OF NIT

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    2/18

    15

    Clause 12

    12.1.2 (iii) Schedule of rates for determiningrates for additional, altered or

    substituted items that cannot ------NA------be determined under 12.1.2 (i) & (ii)

    12.1.2 (iii) Plus/minus the % over the rateentered in the schedule of rates. ------NA------

    12.1.2 (vi) A Deviation Limit beyond whichsub-clauses (i) to (v) shall notapply and clauses 12.2 & 12.3shall apply 25% (other than AHR & ALR ITEMS)

    12.1.2(vi) B(a) Limit for value of any item of anyindividual trade beyond whichsub-clauses (i) to (v) shall not applyand clauses 12.2 & 12.3 shall apply. 25% (other than AHR & ALR ITEMS)

    Clause 16Competent Authority forDeciding reduced rates. Superintending Engineer (E)

    BSNL Elect. Circle, Ambala Cantt._

    Clause 36(i)Minimum Qualifications &Experience required for PrincipalTechnical Representative.

    a) For works with estimated costPut to tender more than

    (i) Rs. 10 Lakhs for Civil work Graduate or retired AEpossessing

    (II) Rs. 5 Lakhs for Elec/ Mech Works. At least recognized diploma

    b) For works with estimated cost put to tender.(I) More than Rs.5 Lakhs but less

    Than Rs. 10 Lakhs for Civil Works. Recognized Diploma holder.

    (II) More than Rs.1 Lakh but lessThan Rs.5 Lakh for Elect/ Mech. Works.c) Discipline to which the Principal Civil / Electrical / Mechanical

    Technical Representative should belong.d) Minimum experience of works. 3 years.

    e) Recovery to be effected from the Rs.4, 000/-p.m. for Graduatecontractor in the event of not Rs.2, 000/- for diploma holder.Fulfilling provision of clause 36(i)

    Clause 42

    i) (a)Schedule/statement for determiningtheoretical quantity of cement &bitumen on the basis of Delhi.Schedule of Rates______printed by C.P.W.D.

    ii) Variations permissible on theoretical quantities.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    3/18

    14

    SCHEDULE F

    Reference to General Conditions of contract.

    Name of work: - Work Replacement of main service cable for telecom colony Sirsa

    Estimated cost of work: Rs. 36612/-

    EARNEST MONEY:- RS.732/-

    Security Deposit: 10% of the tendered value subject to maximum of 5 Lakhs

    GENERAL RULES: Officer inviting tender& DIRECTIONS Maximum percentage for quantity

    of items of work to be executedbeyond which rates are to bedetermined in accordance withClauses 12.2 & 12.3. 50%

    Definitions: -

    2(v) Engineer-in-Charge2(viii) Accepting Authority Sub Divisional Engineer (E)

    BSNL Elect. Division Sirsa

    2(x) Percentage on cost of materialsAnd labour to cover alloverheads and profits. 10%

    2(xi) Standard Schedule of Rates Plinth area rates

    2(xii) Department BSNL9(ii) Standard CPWD contract Form CPWD form 7/8 as modified &

    Corrected upto 2003

    Clause 2

    Authority for fixingCompensation under Superintending Engineer (E)Clause 2. BSNL Electrical Circle, Ambala

    Clause 5

    Time allowed for execution of work 10 Days after award of workClause 6 Authority to give fair and reasonable Superintending Engineer (E)

    extension of time for completion of work. BSNL Electrical Circle, Ambala

    Clause 7Gross work to be donetogether with net payment/adjustment of advances formaterial collected, if any, since 5000/- for each workthe last such payment for beingeligible to interim payment.

    Clause 11

    Specifications to be followedfor execution of work. As per Attached

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    4/18

    13

    PROFORMA OF SCHEDULES CPWD-8

    PROFORMA OF SCHEDULES(Operative Schedules to be supplied separately to each intending tenderer)

    SCHEDULE ASchedule of quantities (as per PWD-3) -----ATTACHED-----

    SCHEDULE B

    Schedule of materials to be issued to the contractor.

    Sr. Description Quantity Rates in figures & Place of IssueNo. of item words at which the

    material will be chargedto the contractor

    1 2 3 45

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

    SCHEDULE C

    Tools and plants to be hired to the contractor.

    Sr. Description Hire charges per day Place of IssueNo.

    1 2 3 4

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

    SCHEDULE D

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

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

    SCHEDULE E

    Schedule of component of Materials, Labour etc. for escalation.

    5

    CLAUSE 10 CC NOT APPLICABLE

    Component of materials- X -----NA-----------expressed as per cent of total value of work. _______________________%

    Component of labour- Y -----NA-----------expressed as per cent of total value of work. _______________________%

    Component of P.O.L. - Z -----NA-----------expressed as per cent of total value of work. ________________________%

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    5/18

    12

    8 Clause-2Compensation forDelay.(CPWD- 6& 7/8)

    This will also apply to items or group ofitems for which a separate period ofcompletion has been specified.

    i)Completion period(as : 1% per dayoriginally stipulated) notExceeding 3 months.

    ii)Completion period(asoriginally stipulated) : 1% per weekexceeding 3 months

    Provided always that the total amount ofcompensation for delay to be paid under thiscondition shall not exceed 10% of theTendered Value of the item or group of itemsof work for which a separate period ofcompletion is originally given.

    Bold portion May be reaas The compensatiopayable by the firm oaccount of delay shall bas under: 0.5% of wororder value for the first 1weeks and 0.7 % for th

    next 10 weeks anthereafter subject to maximum of 12% of thwork order value. for thlocation where the work delayed and the firm responsible for the same.Flow chart of thprocurement proces/contract shall be supplieby the contractor anapproved by the ExecutivEngineer concerned.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    6/18

    11

    5 13 of GeneralRules & Directions.(CPWD- 6& 7/8)

    The contractor, whose tender is accepted,will be required to furnish by way of securityDeposit for the fulfillment of his contract, anamount equal to 10 % of the tendered valueof the work subject to a maximum of Rs Fivelakhs. The security deposit will be collected

    by deductions from the running bills of theContractors at the rates mentioned aboveand the earnest money if deposited in cash atthe time of tenders will be treated as part of thesecurity Deposit. The security amount will alsobe accepted in cash or in the shape ofGovernment securities. Fixed Deposit Receiptand Guarantee Bonds of a scheduled Bank orstate Bank of India will also be accepted for thispurpose provided confirmatory advice isenclosed.

    Bold portion May be reaas.Security deposit shall bededucted @ 10%on theTendered amountincluding 5% Performance

    bank guarantee (as perPara 11&12 of ImportantTerms &Conditions ofContract.

    6 15 of GeneralRules & Directions.(CPWD- 6& 7/8)

    Sales-Tax, purchase tax, turn over tax or anyother tax on material in respect of this contractshall be payable by the contractor andGovernment will not entertain any claimwhatsoever in respect of the same.

    Bold portion May be reaas Sales-Tax, purchastax, turn over tax or another tax on material service tax

    7 Clause-1 Recoveryof SecurityDeposit.(CPWD- 6& 7/8)

    The person /persons whose tender(s) may beaccepted (hereinafter called the contractor)shall permit Government at the time ofmaking any payment to him for work doneunder the contract to deduct a sum at therate of 10% of the gross amount of eachrunning bill till the sum alongwith the sumalready deposited as earnest money, willamount to security deposit of 10% of thetendered value of the work subject to amaximum ofRs.5, 00,000/-.

    Bold portion May be reaas Security deposit shabe deducted @ 10%on thTendered amounincluding 5% Performancbank guarantee ( as pePara 11&12 of ImportanTerms &Conditions oContract.

    .

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    7/18

    10

    CORRECTION SLIP-2

    ADDITION CORRECTION SLIP CPWD-6 & 7/8 (2003)

    Sr. No. Item No Existing entry/Clause Modified entry/Clause

    1 1. 3 CPWD-6 Criteria of eligibility for issue of tenderdocuments Deleted Substituted by thCriteria of eligibility for issuof tender documents given ithe Web notice

    2 5 CPWD-6 Receipt of applications for issue of tender forms willbe stopped by 1600 Hrs four days before the datefixed for opening of tenders. Issue of tender forms willbe stopped three days before the date fixed foropening of tenders.

    Bold portion May

    be read as Two days.

    3 6 CPWD-6 The tenderer must produce an Income Tax

    clearance certificate in the revised form as modifiedunder Ministry of Finance O.M. no 67/30/69/ITALdated 02/07/1970 & as amended from time to timebefore tender papers can be sold to him

    Modified as Documentar

    proof of satisfying eligibilitand Copy oacknowledgement of incomTax Return / ChartereAccountant certificate for lathree years to be furnishealong with the application oprinted letter heads

    4 8.1 CPWD-6 The tender shall be accompanied by earnest money(unless exempted) of Rs. (Rs) In cash/ Receipt Treasurychallan / Deposit at call receipt of a scheduledBank/Demand draft of a scheduled Bank issued in

    favour of.. The Fixed Deposit Receiptshall be accepted only if it is valid for sixmonths or more after the last date of receipt oftenders and is pledged in the favourof. A contractorexempted from depositing earnest money inindividual cases, shall enclose with the tender anattested copy of the letter exempting him fromdepositing earnest money. In a manner described forearnest money in condition no 8.2 below, and shallfound to be in order.

    The tender shall baccompanied by earnemoney ( lesexempted) of Rs(Rs. )

    CDR/ FDR/ DD/ BG at careceipt of a scheduled BanDemand draft of a scheduleBank issued in favour o. The FixeDeposit Receipt shall baccepted only if it is valid foFOUR Months or more aftethe last date of receipt otenders and is pledged in thfavour of A contractor exempted fromdepositing earnest money individual cases, shaenclose with the tender oexempting him fromdepositing earnest money. a manner described foearnest money in conditiono. 8.2 below, and shall founto be in order

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    8/18

    9

    CORRECTION SLIP-1

    Addendum / Modification to CPWD-8 and CPWD-6 forms conditions of contract definitions

    All reference to: -

    (I). CPWD / Public Work Department / P&T Department.

    (ii). D.G Works Additional Chief Engineer CPWD / Chief Engineer of Zone.

    (iii). Administrative Head of CPWD / P&T Department.

    (iv). CPWD Circle / Civil Circle.

    (v). Ministry of Works, Housing & Supply/D.O.T.

    (vi). Govt. of India / President of India.

    (vii). For and on behalf of President Of India / For and on behalf of Govt. of India.

    In various clauses shall be taken to mean:-

    (i). B. S. N. L. (Elect. Wing)

    (ii). Chief Engineer (Electrical), B.S.N.L.

    (iii). Administrative Head of B.S.N.L.

    (iv). B.S.N.L. Electrical Circle

    (v). B.S.N.L. (Govt. of India Enterprises).

    (vi). B.S.N.L.

    (vii). For and on behalf of B.S.N.L.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    9/18

    8APPROVED PRODUCT LIST

    1 ACB L&T, Siemens, Control & Switch Gears, GE-MPACT,

    Schneider (CG), Schneider (Merlin Gerin),

    2 MCCB ( Confirming to IS

    13947)

    L&T, GE, Siemens, Control & switch Gear, Schneider (CG),

    Schneider (Merlin Gerin), Havells-Dorman Smith, MDS

    Legrand-DPX, Spaceage Switch Gear-Hyundai, BSH-Terasaki

    3 TP&N Switch & HRC Fuses L&T, Siemens, HH Helcon, GE, Siemens, Control & switch

    Gear, Schneider (CG), Standrad ( upto 400 A),HPL, Alstom,

    Indo Asian, BCH4 CT AE, IMP, Marshal, Pactil, Kappa, L&T, Ashmor, Indocoil,

    Waco, Meco, Indotech, Trio, Meltek, Nippen.

    5 Indication Lamp ( LED Type) Vaishno, Siemens, L&T, IMP, Rass, Control, Teknic, Kaycee,

    Schneider ( Tele Mechanique)

    6 Ammeter / Voltmeter AE, IMP, Universal, Rishabh, Meco, Kaycee, Encercon,

    Indotech, Yorkins Instruments, Nippen

    7 Selector Switch L&T, Kaycee, AE, IMP, Thakoor, Reco, Vaishno, Salzor, Rass

    Control, HPL.

    8 Capacitor ( ISI marked) Khatau Junker, Crompton , L&T, IMP, Universal Electric,

    Usha, Epcos, AE, Alstom

    9 Fire Extinguishers Any Brand name with ISI Mark

    10 Rubber Matting Any Brand name with ISI Mark

    11 Cable Joint Rachem, M-Seal, Densole, Cabseal12 Single Phase Preventor L&T, Minilec, Zerotrip, Siemens, BCH

    13 MCB & Isolator ( ISI Marked) Bentex, Clipsal, MDS-Legrand, Integra, L&T-Hager, Siemens,

    Schneider (Merlin Gerin), Schneider (Protec), HPL, Clariton,

    Standard, Indo-Kopp, Havells, Brite

    14 Contactor L&T, GE, PLA, Sprecher+Schuh, Siemens, BCH, TC (Control

    & Switch Gear Contactors) , Telemechanique (Schneider

    Electric) Schneider ( CG), Havells

    15 GI / MS Pipe ( ISI Mark) BST, Tata, ITC, ATC, TTA, JST, ITS, Jindal, Zenith, IIL,

    ALT, GSI

    16 Cables / Wires Any Brand name with ISI Mark

    17 MCB Distribution board ( ISI

    Mark)

    Bentax, Clariton, Havells, Indo-Asian, Standrad, MDS-

    Legrand, Clipsal Integra, L&T-Hagar, Siemens, Schneider

    (Merlin Gerin), Schneider (Protec),HPL, Brite18 Change Over switch Standrad, Havells, Control & Switch Gear, HH Elcon, HPL,

    Indo Asian

    19 One way Piano type Switch &

    Ceiling Rose

    Any Brand name with ISI Mark

    20 Monoblock Pump set KSB, Beacon, Kirloskar, Batliboi, Jyoti, BE, Crompton, PEC,

    Mather & Platt, Alstom, Wasp

    21 Submersible Pump ( Vertical /

    Horizontal)

    KSB, Kalama, Amrut, Kirloskar, PEC, BE, Prima

    22 Starter L&T, GE, Siemens, TC (Control & Switch Gear Contactors),

    Telemechanique (Schneider Electric) Schneider ( CG), MEI,

    ABB, BCH,

    23 Foot Valve Any Brand name with ISI Mark

    24 Gate Valve ( ISI marked) Foutain, Trishul, Leader, Sant, Annpurna, Kirloskar25 M.S. Conduit Any Brand name with ISI Mark

    26 ELCB Standard, MDS-Legrand, Havells, Datar, Siemens, GE, Indo

    Asian, Schneider (Merlin Gerin),

    27 PVC Insulated Copper

    Conductor Wire

    Any Brand name with ISI Mark

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    10/18

    7

    TERMS AND CONDITIONS/ SPECIFICATIONS

    1. The work shall be carried out as per current specifications.

    2. Material should be got approved from the Engineer-in-charge before erection.

    3. Work shall be carried out as per specifications and latest I.E. Rules.

    4. The material used shall be ISI marked / BSNL approved.

    5. Any damage done to the Building by the contractor during the execution of work shall have to be madegood at his own risk & cost. If he does not do it within a reasonable time determined by the Engineer-in-charge then the same will be got done at his cost by the department after giving notice to him.

    6. Electricity and water will be supplied by the department.

    7. Dismantled material will be property of the contractor / department.

    8. Work will be supervised by qualified supervisor.

    9. The departmental material will be issued from the departmental store. The contractor will make his ownarrangement for loading and unloading, cartage etc.

    10. The firm shall quote the rate of each item on lump sum basis including all taxes, levies, octroi andworks contract tax . No octroi exemption and sales tax certificate should be given by the department.

    Sub Divnl. Engineer (Elect)BSNL Elect Sub .Divn.

    Sirsa

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    11/18

    6.

    Schedule of Work

    Name of Work Replacement of main service cable for telecom colony Sirsa

    S.No Description of Items Qty. Rate Unit Amount

    1

    Supplying of 3.5x70 SqmmPVC insulated, PVC sheathed

    unarmoured aluminiumconductor cable confirming to

    I.S 1554 part-I working up to1100 volt complete as reqd.

    75 mtr. mtr.

    2S/F of 80 mm dia (nominal) GIpipe of 'B'class for protection ofunder ground cable as required.

    3 mts mtr

    3

    Laying of one number PVC

    insulated PVC sheathed/ XLPE

    power cable of 1.1 KV gradeof size exceeding 25 Sqmmbut not exceeding 400sqmm

    in the existingRCC/HUME/STONEWARE/

    METAL pipe as required.

    3 mts mtr

    4

    Laying of one number PVC

    insulated PVC sheathed/ XLPEpower cable of 1.1 KV grade

    of size exceeding 25 Sqmm

    but not exceeding 120sqmmon surface as required.

    72 mts mtr

    5

    Supplying and making end

    termination with brasscompression gland andaluminium lugs for 3.5

    x70Sqmm of PVC insulatedand PVC sheathed/ XLPE

    aluminium conductor cable of

    1.1 KV grade as required.

    2 set mtr

    Total

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    12/18

    5

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

    12. The competent authority on behalf of the President of India reserves to himself the right ofaccepting the whole or any part of the tender and the tenderer shall be bound to perform the sameat the rate quoted.

    13. The contractor shall not be permitted to tender for works in the CPWD circle (Responsible for

    award and execution of contracts) in which his near relative is posted as Divisional Accountant oras an officer in any capacity between the grades of Superintending Engineer and JuniorEngineer (both inclusive). He shall also intimate the names of persons who are working with him inany capacity or are subsequently employed by him and who are near relatives to any gazettedofficer in the DOT / in the Ministry of Communications. Any breach of this condition by thecontractor would render him liable to be removed from the approved list of contractors of thisDepartment.

    14. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrativeduties in an Engineering Department of the Government of India is allowed to work as contractor fora period of two years after the date of his retirement from Government service, without previouspermission of the Government of India in writing. This contract is liable to be cancelled if either thecontractor or any of his employees is found any time to be such a person who had not obtained the

    permission of the Government of India as aforesaid before submission of the tender or engagementin the contractors service.

    15 The tender for the works shall remain open for acceptance for a period of 90 DAYS from the date ofopening of tenders. If any tenderer withdraws his tender before the said period or makes anymodifications in the terms and conditions of the tender which are not acceptable to thedepartment, then the Government shall, without prejudice to any other right or remedy, be at libertyto forfeit 50% of the said earnest money as aforesaid.

    16. The Notice Inviting Tender (CPWD 6) shall form a part of the contract document. The contract shallbe deemed to have come into effect on issue of communication of acceptance of the tender infavour of the successful tenderer / contractor. On such communication of acceptance, thesuccessful tenderer / contractor shall with in 30 days formally sign the agreement consisting of -(a) The Notice Inviting Tender, all the documents including additional conditions, specifications

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

    (b) Standard CPWD -7/ 8.

    17. For Composite Tender 17.1.1. The tenderer must associate with him agencies of the appropriate class eligible to tender for

    the other components individually.17.1.2 It will be obligatory on the part of the tenderer to sign the tender documents for all the

    components.(The schedule of quantities, conditions and special conditions)17.1.3. After the work is awarded, the contractor will have to enter into separate agreements for each

    component with the Officers concerned.17.2 The Executive Engineer in charge of the major component will call tenders for the composite

    work. The cost of the tender document and earnest money will be fixed with respect to the

    combined estimated cost put to tender for the composite tender. Security deposit will be workedout separately for each component corresponding to the estimated cost of the respectivecomponent of works. The earnest money will become part of the security deposit of the majorcomponent of work.

    17.3 On acceptance of the composite tender by the competent authority the letter of award will beissued by the Executive Engineer in charge of the major component on behalf of President ofIndia, making it clear in the letter of award that the contractor will have to execute separateagreements for different components of work with the concerned Officers of the respectivediscipline (Designation to be given).

    Signature of Sub Divisional Officer .For and on behalf of CMD BSNL.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    13/18

    4

    5. Receipt of applications for issue of tender forms will be stopped by 1600 Hrs four days before thedate fixed for opening of tenders. Issue of tender forms will be stopped three days before the datefixed for opening of tenders.

    6. The tenderer must produce an Income Tax clearance certificate in the revised form as modifiedunder Ministry of Finance O.M. no 67/30/69/ITAL dated 02/07/1970 & as amended from time totime before tender papers can be sold to him.

    7. Tenders, which should always be placed in sealed envelope, with the name of work and due datewritten on the envelopes, will be received by the SDE (E), B.S.N.L. ELECTRICAL SUB DIVISION,Sirsa up to 1500 hrs on 17-09-2008 and will be opened by him or his authorized representative in hisoffice on the same day at 15.30 Hrs.

    8.1. The tender shall be accompanied by earnest money (unless exempted) of Rs. 732/- (Rs. SevenHundred Thirty Two ONLY) In Receipt Treasury Challan / Deposit at call receipt of a scheduledBank / Demand draft of a scheduled Bank issued in favour of A. O. BSNL Electrical DivisionFaridabad. The Fixed Deposit Receipt shall be accepted only if it is valid for six months or moreafter the last date of receipt of tenders and is pledged in the favour of A. O. BSNL ElectricalDivision Faridabad. A contractor exempted from depositing earnest money in individual cases, shallenclose with the tender an attested copy of the letter exempting him from depositing earnestmoney. In a manner described for earnest money in condition no 8.2 below, and shall produce theoriginal when called upon to do so.

    8.2 The tender and the earnest money shall be placed in separate sealed envelopes each markedTender and Earnest money respectively. In case where earnest money in cash is acceptable,the same shall be deposited with the cashier of the Division and the receipt placed in the envelopemeant for earnest money. The envelope marked Tender of only those tenderers shall be opened,whose earnest money placed in the other envelope is found to be in order.

    9.0 The description of the work is as follows: -Name of Work : Replacement of main service cable for telecom colony Sirsa

    Copies of other drawings and documents pertaining to the work will be open for inspectionby the tenderers at the office of the above mentioned officer. Tenderers are advised to inspect andexamine the site and its surroundings and satisfy themselves before submitting their tenders as tothe nature of the ground and sub soil (so far as is practicable), the form and nature of the site, themeans of access to the site, the accommodation they may require and in general shall themselvesobtain all necessary information as to risks, contingencies and other circumstances which mayinfluence or affect their tender. A tenderer shall be deemed to have full knowledge of the sitewhether he inspects it or and no extra charges consequent on any misunderstanding or otherwiseshall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost allmaterials, tools & plants, water, electricity access, facilities for workers and all other servicesrequired for executing the work unless otherwise specifically provided for in the contractdocuments.Submission of a tender by a tenderer implies that he has read this notice and all other contractdocuments and has made himself aware of the scope and specifications of the work to be done andof conditions and rates at which stores, tools and plants, etc. will be issued to him by theGovernment and local conditions and other factors having a bearing on the execution of the work.

    10 The competent authority on behalf of the President of India does not bind himself to accept thelowest or any other tender, and reserves to himself the authority to reject any or all of the tendersreceived without the assignment of any reason. All tenders in which any of the prescribedconditions are not fulfilled or any condition including that of the conditional rebate is put forth by thetenderer shall be summarily rejected.

    The competent authority also reserves its right to allow to the Central Government public sectorenterprises, joint ventures with CPSE holding 51% equity or more, a purchase preference withreference to the valid price bid where the quoted price is within 10% of such lowest price in a tenderother things being equal in case of tenders/ quotations whose date of receipt is upto.. subject to the estimated cost being of Rs Five Crores and above.The public enterprises who avail benefits of the purchase preference should be subjected toadequate penalties for cost overrun etc.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    14/18

    3

    NOTICE INVITING TENDER CPWD-6

    BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

    NOTICEINVITINGTENDER

    Item rate / Percentage tenders are invited on behalf of the CMD BSNL from approved and eligiblecontractors of CPWD and those of appropriate list of Department of Telecommunications, M.E.S., Railwaysand Haryana state P.W.D, for the work of Name of Work Replacement of main service cable for telecomcolony Sirsa

    1.0 The work is estimated to cost Rs. 36612/-This estimate however is given merely as a rough guide.

    1.1 The authority competent to approve NIT for the combined cost and belonging to the major disciplinewill consolidate NITs for calling the tenders. He will also nominate Division, which will deal with allmatters relating to invitation of tenders.For composite tenders, besides indicating the combined estimated cost put to tender, shouldclearly indicate the estimated cost of each component separately. The eligibility of tenderer willcorrespond to the combined estimated cost of different components put to tender.

    1.2 Tenders will be issued to eligible CPWD as well as non CPWD contractors, provided they producedefinite proof from the appropriate authority, which shall be to the satisfaction of the competentauthority, of having satisfactory completed similar works of magnitude specified below:

    Criteria of eligibility for issue of tender documents

    1.3 Conditions for NON CPWD contractors only.

    1.3.1 For works estimated to cost above Rs 25 lacs : Three similar works each costing not

    but upto Rs 2 Crore Less than Rs ..lacs

    During the last 5 years.

    1.3.2 For works estimated to cost above Rs 2 crores : Three similar works each of value

    but upto Rs 5 crores. 40% of estimated cost or two works

    of 50% cost or one work of 80% cost

    (Rounded off to nearest Rs10 lacs)

    in the last 7 years ending last day of

    the month previous to the one in

    which the tenders are invited.

    Note: Class-II contractors of CPWD shall also be eligible if they satisfy the criteria specified in 1.3.2above. Conditions for CPWD as well as NON CPWD contractors.

    1.4.1 For works estimated to cost above Rs 5 crores Tenders shall be invited from pre qualified

    contractors only. For the purpose of this clause similar work means the works of .

    2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-7/8which is available as Govt. of India Publication, Tenderer shall quote his rates as per various termsand conditions of the said form which will form part of the agreement.

    3. The time allowed for carrying out the work will be 10 Days from the 10th

    day after the date of writtenorder to commence the work or from the 1

    stday of handing over of the site. Whichever is later, in

    accordance with the phasing, if any, indicated in the tender documents.

    4. The site for the work is available.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    15/18

    2

    WEB NOTIFICATION

    No.17(40)/ SDE/E/BSNL/SRS/2008-09/90 Dated : 04-09-20078

    The Sub Divisional Engineer (Electrical) B.S.N.L. Electrical Sub Division Sirsa invites on behalf of Bharat Sanchar NigamLimited sealed item rate tenders for the following work from the contractors satisfying the under mentioned eligibility conditions:

    Eligibility conditions:

    1. Only BSNL enlisted contractors having valid electrical license subject to their financial limits being more thanthe estimated cost of this work .

    2. Documentary proof of satisfying eligibility and copy of acknowledgement of Income Tax Return/ Chartered Accountantcertificate for last three years to be furnished along with application on printed letter heads. Testimonials of satisfactorycompletion shall be obtained from an officer not below the rank of Executive Engineer. The contractor shall submit a certifiedcopy of his PAN Card a/w his application for issue of tender. The credentials shall be self attested & certified by any BSNLExecutive not below the rank of SDE.

    3. SECURITY DEPOSIT:A sum @ 10% of the gross amount of the bill shall be deducted from each bill till the sum alreadydeposited as earnest money will amount to S/D of 10% of the tendered value of the work.

    4. Conditions and tender form can be had from the office of Sub Divisional Engineer (E) Sirsa on payment of Rs. 169/-inclusive of Sales tax (Non-refundable). Or can be downloaded from our websitewww.haryana.bsnl.co.in/electrical

    5. Validity of tender shall be for 30 Days from the date of opening of the tender.6. The tenderer should give undertaking regarding that abides by the original standard PWD Form 6/7/8.7. The tenderer shall submit the tenders in 2 sealed covers marked as cover 1

    stand 2

    ndwith name of work. Both should

    be separate & they should not be enclosed in a common 3rd

    cover.7. (a) The 1

    stcover should contain the earnest money deposited in the shape of Demand Draft/Pay Order of a Sch Bank or

    Nationalized Bank/State Bank guaranteed by Reserve Bank of India drawn in favor of A. O. BSNL Electrical DivisionFaridabad is acceptable.

    ORIn case the downloaded tender documents are submitted then the 1st envelope should also contain

    i) The credentials for meeting the eligibility conditions, EMD in proper form and cost of tender documents (separately in theform of DD only). 1

    stcover should also contain the certificate regarding non-working of near relative in the BSNL unit.

    ii) The credentials shall be self attested & certified by any BSNL Executive not below the rank of SDE otherwiseoriginal documents shall be produced at the time of tender opening.

    iii) The tenderer shall submit the downloaded original computer print-out of the document from web site. The photocopy shallnot be accepted. If during the process of tender finalization, it is detected the tenderer has submitted tender documents aftermaking any change/ additions/ deletions in the tender documents downloaded from web site, the offer shall summarily berejected & the EMD deposited by the tenderer shall be forfeited in addition to any other action as per prevalent rules.

    7.(b) The 2nd

    cover should contain the tender documents. If the 1st

    cover is not annexed or tender cost or credentials meeting theeligibility conditions ( in case of downloaded tender document) or Earnest Money is not in proper form, the 2

    ndcover

    containing tenders will not be opened at all.Note: (I) The Company or firm or any other person is not permitted to tender for works in BSNL unit in which his nearrelative (s) is (are) posted. A certificate to this effect shall be submitted by the contractor at the time of applying for tenderdocuments. It should be in the 1

    stcover if tender is downloaded from the web site.

    8 The tender documents shall not be sent through Courier / Post. The tender documents received through Courier/Post shall not be opened / considered at all.

    9. The firms are advised to visit the site after release of this web note and before quoting.

    Sub Divisional Engineer (E)

    Sr.No

    NAME OF WORK E/COST(Rs.)

    EMD(Rs.)

    Last date ofReceipt of

    Application(upto 4 PM)

    Last date& time of

    Sale (upto4 PM)

    Last dateof Receiptof Tender

    upto

    3 PM)

    Date ofTender

    Openingat 3.30 PM

    Period

    1 Replacement of mainservice cable for telecomcolony Sirsa

    36612/- 732/- 16-09-08 16-09-08 17-09-08 17-09-0810 Days

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    16/18

    1

    INDEX OF TENDER DOCUMENT

    Sr. No. DESCRIPTION Page No.

    1 Undertaking By Firm For Acceptance of PWD-8 (ii)

    2 Index of Tender Document 1

    3 Web Notification 2

    4 Notice Inviting Tenders (Form PWD 6) 3-5

    5Schedule of Work

    6

    6 Terms & Conditions / Specification 7

    7 List of approved product 8

    8 Correction Slips 1 & 2 9-12

    9PROFORMA OF SCHEDULES(CPWD-8)

    13-16

    Certified that thisTender Document contains- (i), (ii) & 1-16 pages.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    17/18

    (ii)

    UNDERTAKING

    (To be furnished by the firm before quoting)

    I/ We do hereby undertake to have gone through the terms and conditions/clauses of the form CPWD-6/7/8

    being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) and agree to abide by the

    same.

    (Signature of the Contractor with seal)

    Format of the certificate to be given by the firm / person alongwith tender application or

    alongwith credentials of eligibility (to be contained in first envelope) in case the tenderdocument is downloaded from website.

    UNDERTAKING

    I________________________________S/o___________________________R/O___________________________________________________________

    here by certify that none of my relative(s) as defined below is/are employed in BSNL unit as perdetails given in the tender document. In case at any stage, it is found that the information given byme is false/ incorrect, BSNL shall have absolute right to take any action as deemed fit/without anyprior intimation to me.

    The near relatives for this purpose are defined as:

    a) Members of a Hindu Undivided family,b) They are husband and wife,c) The one is related to the other in the manner as father, mother, son(s) & sons wife (daughter-

    in-law), Daughter(s) & daughters husband (son-in-law), brother(s) & brothers wife, sister(s) &sisters husband (brother in-law)

    Signature of the firm/ person.

  • 7/30/2019 PROFORMA of SCHEDULES CPWD a Cement for Works With Estimated

    18/18

    (i)

    O/o the Sub Divisional Engineer (E),

    BSNL Electrical Sub Division, Sirsa

    Name of Work : Replacement of main service cable for telecom colony SirsaName of Contractor: -

    M/s...............................................................................................................................................................

    Date & time of opening of tender: - 17-09-2008 at 15:30 Hrs.

    Signature of the tender issuing officer.

    Designation.

    (For & On behalf of BSNL)