tender document ca no. ce/psk/ /2017-18 m/s

61
TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s : ...................................................... CA AMOUNT : ________LAC ` NAME OF WORK: - CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI), PREPARATION OF BRIDGE SCHEME PROVIDING DESIGN AND DRAWING DULY PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF PROJECT PUSHPAK TENDER REF NO: CE(P) PSK/14/2017-18 Date & time of publication : on BRO/CPPP website Last date & time of Receipt : (Online submission only) Date & time of Opening of : Part I (Technical Bid- T Bid) Date & time of Opening of : Part II (Price Bid- Q Bid) Place of Opening : 15 Dec 2017 at 1400 Hrs 10 Jan 2018 upto to 1000 Hrs 11 Jan 2018 at 1000 Hrs Will be notified later HQ CE (P) PUSHPAK, MIZORAM

Upload: others

Post on 19-Feb-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

TENDER DOCUMENT

CA NO. CE/PSK/ /2017-18

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

CA AMOUNT : ________LAC `

NAME OF WORK: - “CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC

DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI), PREPARATION OF BRIDGE SCHEME

PROVIDING DESIGN AND DRAWING DULY PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING

COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN MINOR BRIDGE OVER KRISHNA

NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT NICOBAR ISLAND IN ANDAMAN

& NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF PROJECT PUSHPAK” TENDER REF NO: CE(P) PSK/14/2017-18

Date & time of publication : on BRO/CPPP website

Last date & time of Receipt : (Online submission only)

Date & time of Opening of : Part I (Technical Bid- T Bid)

Date & time of Opening of : Part II (Price Bid- Q Bid)

Place of Opening :

15 Dec 2017 at 1400 Hrs

10 Jan 2018 upto to 1000 Hrs

11 Jan 2018 at 1000 Hrs

Will be notified later

HQ CE (P) PUSHPAK, MIZORAM

Page 2: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE (P) PSK / /2017-18 Serial page No.01

SECTION-01

BORDER ROADS ORGANISATION Ministry of Defence, Govt of India

HEADQUARTERS CHIEF ENGINEER PROJECT PUSHPAK

NAME OF WORK :- CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI), PREPARATION OF BRIDGE SCHEME PROVIDING DESIGN AND DRAWING DULY PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF PROJECT PUSHPAK

COMPOSITION OF THE BIDDING DOCUMENTS

* Not attached. These documents can be seen in the office of HQ CE (P) PUSHPAK during working hours.

Srl No CONTENTS Srl PAGE

1. Section-01 : Index Sheet

01 To 01

2. Section-02 : Notice Inviting Tender (NIT)

02 To 05

3. Section-03 : Instructions to Bidder (ITB)

06 To 09

4. Section-04 : Qualification Information 10 To 18

5. Section-05 : General Condition of Contract (IAFW-2249)

19 To 73

6. Section-06 Special Condition

74 To 85

7. Section-07 : Particular Specification

86 To 96

8. Section-08 : Bill of Quantities/Schedule „A‟ Notes 96 To 97

9. Section-09 : Bill of Quantities (Schedule „A‟) (To be submitted online)

98 To 98

10. Section-10 : Schedule „B‟, „C‟ & „D‟, Tender page and acceptance

99 To 102

11 Relevant Correspondence

103 To 114

12 Acceptance letter

Page 3: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 02 Tender Ref No: CE (P) PSK/14/2017-18

SECTION-02 NOTICE INVITING TENDER

(NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION

CHIEF ENGINEER PROJECT PUSHPAK

1. Online bids are invited on single stage two bid system for “ CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI), PREPARATION OF BRIDGE SCHEME PROVIDING DESIGN AND DRAWING DULY PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF PROJECT PUSHPAK”

The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is CONSUL SERVICE FOR COLLn OF HYD DATA, SSI, BR SCHEME PDG DESIGN AND DRG DULY

PROOF CKD BY IIT/NIT/GOVT ENG COLLEGE FOR CONSTR OF 24PT75 M SPAN MINOR BR AT

KM 38PT75 ON N S RD OF GNI IN ANDAMAN AND NICOBAR ISLAND UT UNDER 46 BRITF OF

PROJECT PSK. 2. Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app(link- Tender by Organisation - link - Border Road Organisation) as per the schedule as given in CRITICAL DATE SHEET as under. The tender is also available on BRO web site www.bro.gov.in or www.bro.nic.in (link-tender-link PUSHAPK) for reference only wef 16 Dec 2017.

CRITICAL DATE SHEET

Bid document Published on CPPP 15 Dec 2017 (1400 Hrs)

Bid Document Download / Sale Start Date 16 Dec 2017 (1000 Hrs)

Clarification Start Date 16 Dec 2017 (1400 Hrs)

Pre bid meeting 26 Dec 2017 (1000 Hrs)

Clarification End Date 28 Dec 2017 (1400 Hrs)

Bid Submission Start Date 29 Dec 2017 (1000 Hrs)

Bid Submission End Date 10 Jan 2018 (1000 Hrs)

Opening date of Technical Bid 11 Jan 2018 (1000 Hrs)

Opening Date of Financial Bid To be fixed later on

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids submitted shall not be accepted. Tenderers/Contractors are advised to follow the instructions provided in the „Instructions to the Contractors/Tenderers for the e-submission of the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app‟.

4. The work is estimated to cost Rs 3.29 lac (Rupees Three lacs Twenty Nine thousand only)

approximately or as subsequently amended in tender documents through corrigendum on CPPP website https://eprocure.gov.in/ eprocure/app (link- Tender by Organisation - link - Border Road Organisation). This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the tenderer shall have no claim on that account of what so ever nature.

5. The tender shall be based on specifications and General Conditions of Contract IAFW 2249 (Latest edition) and item rate contract form based on IAFW-1779 with schedule „A‟ (list ofworks) to be priced by tenderers.

SW (Signature of Contractor) For Accepting Officer

Page 4: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 03 Tender Ref No: CE (P) PSK/14/2017-18

6. Not more than one tender shall be submitted by one contactor or contractors having business relationship. Under no circumstance will father and his son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parities liable to rejection. 7. The work is to be completed within 02 months (as per Phases mentioned in tender document) or as subsequently amended in tender documents or uploaded on CPPP site https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation) in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which will be generally within one month from the date of issue of acceptance letter.

8. The Chief Engineer, Project Pushpak, will be the Accepting Officer hereinafter referred to as such, for the purpose of this contract. 9. Intending tenderers are advised to visit again BRO website www.bro.gov.in (for reference only) and CPPP website https://eprocure.gov.in/eprocure/app 03(three) days prior to date of submission of tender for any corrigendum/addendum/amendment. 10. Earnest money is not required to be attached with tender by the enlisted contractor with BRO who have submitted standing security deposit but it is required from other contractors to be attached with tender documents Rs 6,580.00 (Rupees Six thousand Five Hundred Eighty only) in the form of Term Deposit Receipt/ Special Term Deposit Receipt issued in favour of Chief Engineer (P) Pushpak, C/O 99 APO obtained from any Nationalised/Scheduled Bank and having maturity/validity period 30 days more than validity period of his offer. Un enlisted contractor may note that they will be required to lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting Officer if their offer is accepted. 11. Copies of drawing and other documents pertaining to the work (signed for the purpose of identification by the accepting officer or his accredited representative) and sample of materials and stores to be supplied by the contractor shall be opened for inspection at the following locations.

Chief Engineer (P) Pushpak, C/O 99 APO

12. The tenderers are advised to visit the work site by making prior appointment with the Commander 46 BR(I)TF C/O 99 APO. 13. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not.

SW

(Signature of Contractor) For Accepting Officer

Page 5: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 04

14. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected.

15. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving a purchase preference over other tender(s) which may be lower, as are admissible under the Govt policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy.

16. The submission of a tender by a tenderer implies that he had read this notice and conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work. 17. Blank. 18. The Hard Copy of original instruments in respect of cost of earnest money, original copy of affidavits, and credit facility certificate must delivered to the Chief Engineer Project Pushapk, C/O 99 APO, PIN 931711 on or before bid opening date time as mentioned in critical date sheet. Tenderer shall be rejected for non-submission of original payment instrument like DD, etc against the submitted bid. The Demand Draft attached/submitted for tender fee shall be non refundable.

19. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so.

20. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPP website https://eprocure.gov.in/eprocure/app. 21. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. 22. A prebid meeting will be held on 26 Dec 2017 at 1000 hrs at the office of Chief Engineer Project Pushpak, C/o 99 APO to clarify the issues and to answer Question on any matter pertaining to tender documents.

SW

(Signature of Contractor) For Accepting Officer

Page 6: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 05

23. Important- Above particulars may change due to Adm or any other reason and shall be available in CPPP site https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link Border Road Organisation). Therefore bidders/ contractors are requested to visit CPPP website https://eprocure.gov.in/ eprocure/app frequently and at least once again 03 days prior to bid submission date as per critical date sheet, for any changes in above particulars/amendment.

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

Sdxxx EE (Civ) SW For Accepting Officer

Dated: __ Dec 2017 Case file No. 81878/46 TF/___/E8

Headquartres Chief Engineer Project Pushpak C/O 99 APO Distribution:- For info and wide publicity please.

1 All India Traders Information Bureau, Post Box No. 25, (Post Office), Shastri Nagar Jaipur - 302 016 (Rajasthan)

3 The CE, IBBR Maint Circle, CPWD, Malugram, Silchar-2.

5 SE, PWD, National Highway Circle Chatlang, Aizwal, Mizoram

7 Chief Engineer, (B & R), PWD, Aizwal.

9 HQ ______BRTF (GREF) C/O 99 APO

11 M/s_______________________

2 CPWD Contractor‟s Association, B-Wing, I.P Bhawan, New Delhi-110002

4 HQ DGBR/E8, Seema Sadak Bhawan, Ring Road Delhi Cantt. New Delhi-10

6 Secretary, PWD, Govt of Mizoram, Aizwal

8 HQ Chief Engineer, Project ________ C/O 56/99 APO

10 _____RCC/BCC (GREF) C/O 99 APO

12 Notice Board and EDP Cell HQ CE (P) Pushpak C/O 99 APO

Page 7: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 06 SECTION-03

Instructions to Bidders (ITB) to submit the bids online through Central Public Procurement Portal (CPPP) for e procurement at https://eprocure.gov.in/eprocure/app

1. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering. 2. Bidder should do the enrollment in the e-procurement site using the “Click here to Enroll” option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided.

3. Bidder need to login to the site through their user ID/ password chosen during Enrollment/registration.

4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/SmartCard, should be registered.

5. The DSC that is registered only should be used by the bidder and should ensure safety of the same. 6. Contractor/Bidder may go through the tenders published on CPPP web site and download the tender documents/schedules. Tender documents may also be downloaded from BRO website www.bro.gov.in or www.bro.nic.in (Link-tender-link-Pushpak (for reference only). 7. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. 8. If there are any clarifications, this may be obtained through the site, or thro the contact details or during the pre-bid meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids. 9. Bidder then logs in to the site through the secured login by giving the user id/ password chosen during enrolment/registration and then by giving the password of the e-Token/Smart Card to access DSC. 10. Select the tender by using the search option & then moves it to the „My Tenders‟ folder.

11. From my tender folder, selects the tender to view all the details indicated.

SW For Accepting Officer

Page 8: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.07 12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected. 13. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast. 14. The Bidders can update well in advance, the documents such as certificates, annual report details etc., under „My Space‟ option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids. 15. Bidder should submit the Tender Fee, EMD and other required documents as specified in the tender in original. The original should be posted/couriered to the Tender Inviting Authority within the bid submission due date & time for the tender, so as to reach the tender Inviting Authority within 10 days from date of submission of tender online. Same can be also given in person. Scanned copy of the instrument should be uploaded as part of the offer. 16. While submitting the bids online, the bidder should read the terms & conditions and accepts the same to proceed further to submit the bid packets. 17. The bidder has to select the payment option as offline to pay the Bid Security /EMD as applicable and enter details of the instruments. 18. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable. 19. The bidder has to digitally sign and upload the required documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

20. The bidder has to upload the relevant files required as indicated in the cover content.

SW For Accepting Officer

Page 9: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.08 21. If the price bid format (BOQ) is provided in a spread sheet file like xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The Price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender. 22. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour. 23. After the bid submission (i.e. after clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the tender and will also act as an entry pass to participate in the bid opening date. 24. The time settings fixed in the server site & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

25. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. 26. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. 27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done. 28. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser.

29. PREPARATION AND SUBMISSION OF BID :- (i) The set of bidding documents comprises the documents listed in section 1 to 11 of Index sheet and addenda issued in accordance with clause if any.

SW For Accepting Officer

Page 10: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.09

(ii) Tendering procedure shall be single stage-two bid system and tender documents shall be prepared in two parts as under:-

(a) Part-I (Technical Bid-„T‟ Bid) (b) Part-II (Price Bid - „Q‟ Bid)

(iii) The bidder is expected to examine carefully all instructions, conditions of contract, forms, terms, technical specifications, bill of quantities, forms, annexes and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the bidder‟s own risk.

(iv) The bid to be submitted by the bidder in compliance to this tender, will be prepared by him and shall be furnished in two separate parts as given below:-

(A) Part I shall be named “Technical Bid- T Bid” and the tender to be submitted (Online) by the bidder which will be comprise of following documents:-

(a) Scanned copy cost of Tender document in the form specified. (b) Scanned copy Bid Security/EMD in the form specified. (c) Scanned copy of undertaking regarding acceptance of tender conditions. (d) Scanned and signed copy of all the Eligibility/Qualification documents required

as per tender conditions given at Page No. 12 to Page No. 14 of tender documents.

(e) Scanned copy Certificates, undertaking, affidavits as specified. (f) Scanned copy Any other relevant information necessary for establishing

eligibility.

(B) Part II shall be named “Price Bid-Q Bid” and shall comprise of Bill of Quantities (BOQ)/Schedule „A‟ in Excel sheet only as per format given in Section-11.

(v) Each part will be separately submitted online duly digitally signed. Submission of bid by post shall not be acceptable and summarily rejected.

(vi) Documents under Section 03 and 04 will not become part of Contract Agreement after opening of Part II (Price bid-Q bid).

30. (a) For any further queries, please contact on telephone No 0389-2351425, 2351424 or E-mail ID [email protected] (b) For any queries regarding e-tendering process, the bidders are requested to contact over Toll free Tele No : 1-800-233-7315 or send a mail over to - [email protected].

SW For Accepting Officer

Page 11: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.10

SECTION-04 QUALIFICATION INFORMATION

NAME OF WORK: - “CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA,

CARRYING OUT SUB SOIL INVESTIGATION (SSI), PROVIDING DESIGN AND DRAWING DULY PROOF

CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN

MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT

NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF

PROJECT PUSHPAK” 1. Please note that tender will be received through online only by the Accepting Officer up to 1000 hrs on 10 Jan 2018 and Part-I (Technical Bid -T Bid) will be opened online at 1000 Hrs on 11 Jan 2018 same day by a Board of Officers at the Office of Chief Engineer, Project Pushpak, C/O 99 APO, Aizwal, Mizoram. After online opening of T-Bid, the results of their qualification/disqualification will be intimated later on CPPP website. Part-II (Price Bid - Q Bid) will be opened in respect of qualified bidders only, after evaluation/ scrutiny of Part-I (Technical Bid T Bid) as per eligibility criteria.

2. Tenderers or their duly authorized representative who have submitted their tenders and who wish to be present at the time of opening of tenders may attend the office of the Accepting officer, Chief Engineer, Project Pushpak, C/O 99 APO, at Aizwal, at the above mentioned date and time. However they can view online tender opening process at their premises.

3. Cost of tender in original is to be submitted to Tender Inviting Authority (TIA)/Accepting officer, however scanned copy of Bank draft shall be uploaded online with Bid. If cost of tender is not attached/not already submitted in the office of Accepting officer, tender shall be rejected by the Accepting officer.

4. Blank.

5. Technical evaluation criteria:-

5.1.1 Bidder should have submitted cost of tender documents or otherwise. If cost of tender document is not submitted then the tender shall be considered as non bonafide.

5.1.2 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted standing security deposit, he should have submitted Earnest money.

5.1.3 Undertaking regarding acceptance of tender condition along with all other documents as specified under Section -11 should have been submitted duly digitally signed by the bidder/authorized rep.

SW For Accepting Officer

Page 12: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.11

5.2 Eligibility criteria:-

(A) Tenderers shall meet the following eligibility criterias:

S/ ELIGIBILITY CRITERIA DOCUMENTS REQUIRED TO BE No. SUBMITTED

A.1 Capabilities (These criteria‟s are exempted for tenderers enlisted with BRO in “E” class & above)

(a)Working Capital and Credit Facility

The tenderer should have working capital and/or credit facilities of at least 10% of the Firm should submit certificate from estimated cost of work as given in NIT. i.e. Nationalized/Scheduled bank indicating Rs.0.33 lacs working capital and/or credit facilities at

least 10% of estimated cost of works. (NIT Value) as per format given at Srl page No 106.

(b)Minimum reserve :

The tenderer should possess immovable Firms shall submit Affidavit for immovable Property of residual market value (i.e. free property along-with valuation report from from loan/mortgage) of at least 10% of Registered valuer, incorporating following estimated cost of work given in NIT i.e. Rs. certificates as per format given at Srl page 0.33 lacs Immovable property shall be No 107.:- exclusively in the name of contractor/ company and not in the name of family members/relatives/Others. In case of Limited Companies, these should also be reflected in Balance Sheet.

(c) Engineering Establishment for Firm should have employed following execution contracts only:- Engineers on regular establishment as

per format given in Srl page No 107.

SW For Accepting Officer

Page 13: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18

S/ ELIGIBILITY CRITERIA No.

A.2 Past Experience of Completed Works Tenderer should have successfully completed or substantially completed* satisfactorily following works (irrespective of location) in last seven years with any Govt/Govt undertaking:- Three similar types of works costing not less than 40% of estimated cost of work i.e. Rs 1.32 lacs

Or Two similar types of works costing not less than 50% of estimated cost of work. i.e. Rs 1.65 lacs

Or One similar type of work costing not less than 80% of estimated cost of work. i.e. Rs 2.63 lacs

*Substantially completed work means those works which are 90% completed on the date of submission and continuing satisfactorily.

Completion cost of works shall be brought to common base date of receipt of tender as per following formula :- Completion cost x {1+( period in days from date of completion to date of receipt of tender/365 days x0.10)}

A3. Available bid capacity This will be evaluated as under :- Available Bid Capacity: 2.50 A x N - B A. Maximum value of all Civil Engg works in any one year during the last 5 financial years (Updated at current price level with enhancement factor by adding 10% escalation per annum). N. Number of years prescribed for completion of work for which current bid is invited.

B. Value of the balance ongoing works to be executed in period “N”. Available Bid Capacity should be more than the estimated cost of work. Tenderer shall calculate ABC and submit duly signed

Ser Page No.12

DOCUMENTS REQUIRED TO BE SUBMITTED

1. List of works completed /substantially completed in last 7 years and current financial years as per format given at Srl page No 109

2. Works proving eligibility criteria shall be highlighted and performance certificates from clients in respect of these works shall be enclosed.

For -A: Certificates from chartered Accountant indicating annual turnover of execution work constructed in last 5 years as per format given at Srl page No 110.

For -B: Contractors shall submit details of existing commitments of ongoing works as per format given at Srl page No 111.

SW For Accepting Officer

Page 14: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18

S/ ELIGIBILITY CRITERIA No.

A.4 Vehicle, Equipment and Plant (VEP) Firm should own or have assured access (through hire, lease, purchase agreement, other commercial means) to the proposed/requisite V/E/P for survey, investigation, SSI and consultancy services.

A.5 Performance and other requirements :-

(a) There should not be poor/slow progress in running works due to defaults of the tenderer.

(b) There should not be serious defects observed in works which stand unrectified by the tenderer.

(c) There should not be any Cancelled/abandoned contracts in which Govt unrealized recoveries exist.

(d) Tenderer should have not been blacklisted by any Govt Deptt.

(e) There should not be any Govt dues outstanding against the Tenderer.

(f) Tenderer should not be habitual litigant i.e. having more that 3 unsuccessful arbitration/ court cases during last 5 years in which his views/claims substantially rejected.

Ser Page No.13

DOCUMENTS REQUIRED TO BE SUBMITTED

Requirement of V/E/P for subject work is given as under :- Nil

Details of above shall be submitted as per format given at Srl page No 112.

Firm shall submit affidavit for V/E/P required for subject works along with sources for assured access.

Firms shall submit undertaking for performance of firm as per format given at Srl page No 113.

SW For Accepting Officer

Page 15: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.14

(B) JOINT VENTURE (JV):- Joint ventures are permitted for Bridge consultacy with estimated cost more than Rs10.00 Crores and for other works with estimated cost more than Rs 25.00 Crores Number of partners in Joint ventures shall not be more than three. Evaluation shall be done as under:-

Criteria Method of evaluation

Experience All partners of JV must satisfy collectively.

Available bid capacity

Immovable property

Vehicles, Equipments and Plants Working capital Engineering Establishment for execution contracts

Performance and other requirements

Criteria Method of evaluation

Experience All partners of JV must satisfy collectively.

Each partner of JV should meet the criteria in proportion of shares of partners in JV. For example, if any partner has 40% share in JV, he should have available bid capacity more than 40% of estimated cost of work and minimum immovable property equal to 40% of 10% i.e. 4% of estimated cost of work,

All partners of JV must satisfy collectively,

All partners of JV must satisfy individually.

Bid shall be signed so as to legally bind all partners of JV, jointly and severally, and shall be submitted with a copy of the joint venture agreement providing the „joint and several‟ liability with respect to the contract. Relaxation as per note (xi) as stated above shall not be permissible in case of JV. Payment shall be made either in the name of JV or in the name of lead partner only.

(C) DISQUALIFICATION

Even though the tenderers meet the above criteria, they are liable to be disqualified if they have made misleading or false information in submitted bid documents.

Notes:- (i) Affidavits shall be submitted on non-judicial stamp papers of appropriate value duly attested by the Magistrate/Notary Public.

(ii) Tenderer shall also submit following documents/details along with tender:- (These are exempted for tenderers enlisted with BRO in any class):-

(a) Constitution of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies) (b) Copies of passport of proprietor/partners/directors (if available), If not submitted and Accepting Officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (c) Copies of PAN card of proprietor/partners/directors

SW For Accepting Officer

Page 16: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.15 (d) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment form for provisional enlistment.

(iii) Photocopies of all documents shall be attested by Gazetted Officers/Public

Notary and also self signed/attested. 5.3 The bidder should meet all the technical evaluation criteria indicated in the bid documents in order that the bid is considered to be technically responsive and the bidder qualifying to have its commercial Bid opened.

6 “Q” Bid evaluation

(i) Arithmetical corrections shall be made as per General condition of contracts 4(A) of IAFW-2249.

(ii) Commercial bids will be reviewed to ensure that the figures indicated therein are consistent with the details of the corresponding Technical bids.

(iii) For the purpose of evaluation “cost” shall be inclusive of all taxes and duties.

(iv) Cost of all items of Schedule A shall be totaled and the bidder, who has quoted lowest total cost in Schedule A (L-1) shall be considered successful bidder and all other bidders shall be considered unsuccessful. Offer of successful bidder (L-1) shall only be considered for acceptance. If L-1 backs out, re-tendering shall be resorted in a fair and transparent manner.

(v) „Conditional bids‟ shall be treated as being „Non Responsive‟ - .No „Conditional‟ bids shall be accepted.

7. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation). Manual bids shall not be accepted. Tenderer/Contractor are advised to follow the instructions provided in the „Instructions to the Contractors/Tenderer for the submission of the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation). 8. Tender shall be opened at 1000 Hrs on 11 Jan 2018 as indicated in Para 1 herein before in the presence of the tenderers or their authorized representative whoever wish to be present. Part-I (Technical Bid- T Bid) only shall be opened first on this day. Part II (Price bid- Q Bid) shall not be opened. Part I (Technical Bid- T Bid) will be evaluated as per technical evaluation criteria given in the tender documents. Qualified/Disqualified bidder shall accordingly be informed through CPPP website https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation) only. However date of opening of Part II (Price Bid- Q Bid) shall not be earlier than 07 days from date of intimation to unqualified bidders.

SW for Accepting Officer

Page 17: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.16

9. The Chief Engineer Project Pushpak C/O 99 APO will be Accepting officer here-in-after referred to as such for the purpose of this contract.

10. Tenderers are requested to quote rates in figure only in the provided column in Schedule A given in Excel sheet.

11. If tenderers desire that any condition or stipulation given in the tender documents is to be modified or deleted, they may submit their comments/suggestion well before last date of submission of tender for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If deptt considers comments /suggestion suitable, corrigendum/amendments to tender documents shall be issued and also uploaded on CPPP web site https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation). If deptt does not consider comments /suggestion suitable, corrigendum/amendments to tender documents should not be issued/uploaded on CPPP website https:// eprocure.gov.in /eprocure/app and tenderers shall quote strictly complying with the various provisions given in the tender documents. Any tender which stipulates any alterations to any of the conditions/provisions laid down in tender documents(including corrigendum/amendments) or which proposes any other conditions of any description whatsoever is liable to be rejected.

12. The tenderers are advised to visit the work site to acquaint themselves of working and site conditions, before submitting their tender. The submission of tender by a person implies that he has read this tender documents, the conditions of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and other factors, site conditions, taxes and levies prevailing etc which may affect the quotation and execution of the work.

13. Tenderer must be very careful to deliver a bonafide tender, failing which the tenders are liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy each and every condition laid down in the tender documents.

14. Tenderers must ensure that their tender is unambiguous and is completed in all respects. Their particular attention is drawn to the following requirements, which must be complied with:-

(a) Tender documents are to be digitally signed.

(b) If a tender is submitted on behalf of a firm, it may be signed either by all partners or a person holding a valid power of attorney from all the partners constituting the firm. The person signing the tender on behalf of another or on behalf of a firm shall attach with tender a proper power of attorney duly executed in his favour by such other person or by all the partners stating specifically that he has authority to bind such other person(s) or the firm as the case may be in all matters pertaining to the contract including the arbitration clause. The power of attorney shall be executed as indicated below:-

i) In case of proprietorship concern, if tender is signed by other than proprietor, person signing tender documents should hold power of attorney from proprietor.

SW for Accepting Officer

Page 18: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.17

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

iii) In case of company, power of attorney shall be executed in accordance with the constitution of company.

(c) The under taking is to be signed and attached by tenderer as per format given in the list of documents to be furnished by the bidder.

15. Tenderer who has downloaded the tender from the Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app (link- Tender by Organisation - link - Border Road Organisation) and BRO web site www.bro.gov.in or www.bro.nic.in (link-tender-linkArunank) and, shall not temper/modify the tender form in any manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and tenderer is liable to be banned from doing business with BRO.

16. Earnest Money:-

a) Earnest money is not required to be attached with tender by the enlisted contractor with BRO (term “enlisted contractor” used in tender documents means “enlisted contractor with BRO”) who have submitted standing security but same is required from unenlisted contractor/enlisted contractors with BRO, who have not submitted standing security deposit.

b) Unenlisted contractors with BRO/enlisted contractors with BRO, who have not submitted standing security deposit will submit the tender accompanied with Earnest Money amounting to Rs 6,580.00 (Rupees Six thousand Five hundred Eighty only) payable at SBI Bawngkawn, Aizwal (Mizoram)(Code No. 7059) in the form of Deposit at Call Receipt/ Term Deposit Receipt/ Special Term Deposit Receipt issued in favour of Chief Engineer, Project, Pushpak, C/O 99 APO obtained from any Nationalised /Scheduled Bank or in any other form approved for furnishing of Security Deposit and having maturity/validity period 30 days more than validity period of his offer. BG Bond not acceptable. Tenders not accompanied with earnest money will not be considered for acceptance. The amount of the said receipt should be basic amount and not their maturity value. Any deposit lying with the department in any form against any tender and/or contract shall not be considered for adjustment as the earnest money against this tender. Any tender not accompanied with the earnest money in the form as indicated here- in - before or accompanied with any letter/ communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender.

c) Earnest money shall be returned to unsuccessful bidders (other than L-1) after opening of price bids and to successful (L-1) bidder after receipt of security deposit.

SW for Accepting Officer

Page 19: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.18

17. The Accepting officer reserves the right to accept a tender submitted by a Public Undertaking, giving a purchase preference over other tender(s) as are admissible under the Goverment policy. No claim for any compensation or otherwise shall be admissible to such tenders whose tenders may be rejected on account of the said policy.

18. The tender shall remain open for acceptance for a period of 120 days from the date of opening of the tender (excluding the date of opening). 19. The tenderer may be afforded an opportunity to clarify or modify his qualification documents, if necessary, with respect to any rectifiable defects. The tenderer will respond in not more than 15 days of issue of the clarification letter, failing to which his tender is liable to be rejected 20. Revision/Modification of quoted price:-

a) The tenderer shall quote his rates in figures only in the provided column in schedule A given in Excel sheet only. In case the tenderer has to revise/ modify the rates quoted in the shedule „A‟ before tender submission end date as mentioned in critical data sheet, resubmission bid shall be allowed. b) In case the tenderer has to revise /modify /withdraw his quoted rates / offer after it is submitted , he may do so on his online before the latest date & time fixed for submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form of an open letter shall not be taken into account, while considering in his original offer. c) The tenderers shall not be permitted to revise/modify/withdraw price bid unopened after closure of the time fixed for receipt of tender.

21. Revocation of offer:-

In the event of lowest tenderer revokes his offer or revise this rates upward (which will be treated as revocation of offer), after opening of tenders and before expiry of original validity period stipulated in tender documents, the earnest money deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from any payment due to such Contractor or shall be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and his related firms shall not be issued the tender in second or subsequent calls of subject work.

SW For Accepting Officer

Page 20: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA CE (P)PSK/ /2017-18 Serial Page No 19 TO 73

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249): 1989 PRINT

FOR * LUMP SUM CONTRACT (IAFW-2159) REVISED 1947

AND *ITEM RATE CONTRACT (IAFW-1779A) REVISED 1955

Name of Work :. CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA,

CARRYING OUT SUB SOIL INVESTIGATION (SSI), PROVIDING DESIGN AND DRAWING DULY

PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75

MTR SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD

OF GREAT NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER

46 BR(I)TF OF PROJECT PUSHPAK

1. A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: Print 1989)

with Errata 1 to 20 and Amendments Nos 1 to 39 has been supplied to me/us and or is in

my/our possession. I/We have read and understood the provisions contained in the aforesaid

GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree

that I/We shall abide by the terms and conditions thereof, as modified, if any elsewhere in

these tender documents.

2. It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF CONTRACTS(IAFW-2249 Print-1989) including condition 70 thereof pertaining to settlement of disputes by arbitration, containing 33 Pages ( Serial Page No 17 to 49) with Errata 1 to 20 and Amendment No 1 to 39 ( serial page No 50 to 56) shall form part of these tender documents. 3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer(GE) have been used in the General Conditions of Contract (IAFW-2249) the same are considered as Task force Commander (TFC) and OC Contract respectively as applicable in Border Roads Organization. . DELETE WHICH EVER IS NOT APPLICABLE Note :- The copy of General Conditions of contract IAFW-2249 can be referred in the office of the CE (P) Pushpak/Dte General Border Roads, New Delhi/Any office of BRO. Signature of Contractor For Accepting Officer

Page 21: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 74 SECTION-06

SPECIAL CONDITIONS

1. GENERAL

1.1 The following Special Conditions shall be read in conjunction with General Conditions based on IAFW-2249 (1989 print) and IAFW-2159 including amendments thereto. If any provisions in Special Conditions is at variance with the General Conditions mentioned, the condition of Special Conditions shall be deemed to take precedence over General Conditions.

1.2 DEFINITION : Unless the context otherwise requires the following terms wherever used in this contract have following meaning :

(a) Consultants means contractor and clients means Engineer Accepting Officer.

(b) “MoRT&H means Ministry of Road Transport & Highways.

2. Inspection of Site :

The contractor is advised to inspect the site(s) of work by making prior appointment with Chief Engineer (P) Pushpak C/O 99 APO, or Commander 46 TF, C/O 99 APO so as to acquaint himself with regard to the nature and conditions of site, nature and means of local communication conditions of access and all other cognate matters concerning the execution and completion of the work. The tenderer shall be deemed to have inspected the site and made himself familiar with various factors which may affect his quotation; whether he actually inspect the site or not. No extra charges consequent Upon misunderstanding, misinterpretation or otherwise will be allowed. During construction firm will visit site minimum three times. The firm will be available for clarification any doubt till the completion of work.

3. Land For Office etc.:-

The Contractor shall have to make his own arrangements for land as may be required by him for housing of staff and labour and for erection of stores sheds, office, godowns etc. The Contractor must ensure that the staff, labour, plants, equipment & stores etc employed or collected in connection with the work are so located that there is no hindrance to the free flow of the traffic on the highway road. Suitable warning boards, lights and other measures are to be provided by the contractor at his own cost, for safety of the traffic.

4. Water :-

The Contractor shall make his own arrangements for the supply of water required for the work and for the use of his staff/workmen at his own expense. The contractor shall also arrange for storage and conveyance of water, if necessary, at his own expense.

5. Wages Payable To Labour:-

(a) The contractor shall pay wages not less than the fair wage fixed from the time by the State Govt. or minimum wages fixed under the Minimum Wages Act by Central Govt. whichever is higher. He shall have no claim whatsoever, if on account of any local regulations or otherwise he is required to pay wages in excess of the wages so fixed.

(b) The Contractor shall observe the Laws/Rules Regulations of Govt. of Assam /Mizoram Pradesh State regarding the employment of labour, mode of payment of wages and cognate matters relating to the local conditions.

(c) In case local labourers are not available, the contractor may have to obtain written permit from appropriate authority of Govt. of Assam / Mizoram State

SW For Accepting Officer

Page 22: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 75

6. Law Governing the Contract:-

The contract shall be governed by the Indian laws for the time in force.

7. Payment Schedule :- Payment schedule for the work (phase wise) shall be as following:-

S/No Item Payment in percentage

i On submission and approval of preliminary study report 15 including survey and hydraulic data

15%

ii On completion of Sub Soil Investigation and approval.

30%

Iii On submission of Final Bridge Scheme including GAD 20%

Iv On approval of Final Bridge Scheme by HQ DGBR/ Br Dte 35%

Percentage of payment will be based on the amount quoted IN boq BOQ .

Payment will be released as per actual quantity duly certified by Commander TF and Engineer in charge or mode of payment will be decided after acceptance of contract under mutual understanding. However the final decision will be taken by Accepting authority which will be binding to both parties. Accepting officer is not bound to site any reason for this.

Any under prepared, incomplete/inadequate or part submission shall be deemed as invalid submission. The adequacy of the submission shall be determined at the sole discretion of the accepting officer.

8. Movements of Contractors Vehicle:-

8.1 Existing bridges on the roads are Balley bridges. Contractor should not bring any heavier vehicles or plant/equipment, as such vehicles/plant/equipment shall not be allowed on the bridges. The Contractor's vehicles may be required to ply in convoys as per directions given by the concerned civil/Military authorities. No extra payment/time will be admissible on this account.

8.2 In case the condition of these bridges warrant further downward load classification due to any unforeseen circumstances the same would be done by the OC Contract whose decision shall be final and binding. In case of any such eventuality, the contractor may have to unload his heavy load carriers at locations indicated to suit the load classification indicated by the OC Contract. Any such head load carriage thus necessitated across such indicated bridge(s) would have to be done by the Contractor without any additional payment, and no claim whatsoever on this account shall be entertained.

9. Attendance of Departmental Workmen and other Agencies

The contractor shall permit free access and generally afford all facilities and dual convenience to other agencies and/or departmental workmen to carry out works, if any, under separate arrangements. The contractor shall not be allowed any extra payment on this account.

10. Security Restrictions

(a) Contractor's attention is invited to conditions of IAFW - 2249. He shall employ only Indian Nationals after verifying their antecedents and loyalty. The Contractor shall, on demand by the Engineer -in-Charge, submit list of his agents, employees and workmen concerned and shall satisfy the Engineer-in- Charge as to the bonafide of such people.

SW For Accepting Officer

Page 23: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 76 (b) The Contractor and his workmen shall observe all the rules promulgated by the authority controlling and the area in which work is to be carried out e.g. Prohibition of smoking, lighting fire precautions, search of persons on entry and exit, keeping to specified routes, restricted hours of work etc. Thorough search of all persons and transport may be conducted by the Departmental authorities at the site of works at any time and any number of times for security reasons. Permits are to be obtained from civil authorities, by the contractor of himself, his staff and labour. Nothing shall be paid extra on this account. (c) Necessary assistance shall be sought by the tenderer from the Department for obtaining passes/permits to the firm or his representatives and workmen to enter the state of Mizoram State.

11. Minimum qualification of key personnel to be deployed on Job after acceptance of contract :(i)

Bridge Engineer cum Team Leader

The position requires an Engineer, preferably with a Masters Degree or equivalent in structural / bridge engineering, with minimum 10 years experience. The candidate must have capability to design bridges with various alternative materials and structural arrangements. He should have designed independently at least two major bridges (50 M). Experience in designing and implementing bridge rehabilitation is required. The candidate must have the experience of planning and monitoring geo- technical and hydraulic investigations for bridges and interpreting the findings thereof. (ii) Highway Engineer

The Engineer will be a graduate in Civil Engineering with at least 05 Years of professional highway engineering experience of handling Project preparation and construction of Highway Projects (preferably National Highway Projects) in India or similar developing countries including Project preparation / construction of major Highway / Bridge projects. (iii) Hydrologist- Cum - Drainage Engineer

The candidate should have relevant Masters Degree or Equivalent with minimum 08 years experience of which at least 05 years should be on hydrological studies. Experience of 2 years in highway and bridge projects is essential. The person should be fully familiar with the acceptable study methods, „best practices‟ and must have experience of successfully using various methods in different situations.

(iv) Material Engineer - Cum -Geotechnical Engineer

This position requires an Engineer who should be graduate in civil engineering or science with at 08 years professional engineering experience including 5 years in supervising sub - soil investigations for roads and bridges and testing and evaluation of Highway construction materials used in modern highway construction techniques. The candidate must be thoroughly familiar with all the standard laboratory testing procedures adopted in case of highway projects.

SW For Accepting Officer

Page 24: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 77

(v) Senior Survey expert

This Position is of specialist nature and the expert to have thorough understanding of modern computer based surveying, total stations, use of satellite imagery, digital terrain model, etc. as being practiced in project preparation of modern highway construction. The candidate is expected to contribute significantly by guiding/supervising the surveyors in improving the quality of survey works for achieving maximum possible accuracy without any gap in survey based details. The candidate should at least be a qualified Surveyor. He should have minimum 08 years professional experience including at least 05 years in highway related projects. He should have experience of training other Surveyors. (vi) Estimate Surveyor

He should be graduate in civil engineering / Quantity Surveying from a recognized University / Institution. Diploma in Civil engineering with at least 05 Years work experience at responsible position. He should have expertise in quantity surveying and tender documentation. He should be conversant with the use of computer software for commuting unit rates, quantities and costs.

Any changes regarding substitution of engineers shall be prior intimated got approved by the concerned authority.

12. Curriculum Vetti of Engineer with their contact No. and willingness certificate along with copy of PAN Card must be submitted by the consultant at the time of acceptance.

13. Foreign Exchange/Import License No foreign exchange and/or import license will be arranged by the Department in connection with the work under this contract. 14. Contractor's Plant/Equipment at Site (a) The Contractor shall furnish to the Engineer-in-charge a distribution return of his plant/equipment on the site of works, stating the following particulars. (i) Particulars of Plant/Equipment i.e. make, manufactures No, model No if any, registration No if any, capacity, year of manufacture, year of purchase, details of calibration etc. (ii) Total quantity on site of work

(iii) Location indicating quantity at the site of work. (b) For the purpose of this condition, plant/equipment shall include vehicles, trucks and lorries but not the workmen's tools and/or any manually operated tools/equipments. (c) The Engineer-in-Charge shall record the particulars supplied by the contractor as aforesaid, in the works diary and send a return to OC Contract for record in his office. (d) The first return shall be submitted immediately after any plant or equipment is brought to the site. Thereafter every weekly changes in the return shall be furnished in the following form: -

SW For Accepting Officer

Page 25: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18

S No. Particulars of Total No at site Location Plant of work

and Eqpts.

Addition since ____________________ Reduction since___________________

Serial Page No. 78

Remarks

(e) A complete return showing the upto date position of plant/equipment at site shall be submitted on 15th of every month till the works are completed and the site cleared. (f) The Contractor's attention is invited to condition 34 of General Conditions of Contracts according to which no tool, plant/equipment shall be removed off the site without written approval of the OC Contract.

14. Loss or Damage on account of enemy action

(a) If as a result of enemy action, the contractor suffers any loss or damage, the Government shall reimburse to the Contractor such loss or damage, to the extent and in the manner hereinafter provided:-

(i) The loss suffered by him on account of any damage or destruction of his plant/equipment (as defined in condition 13 (b) above) or materials or any part of parts thereof. The amount of loss assessed by the Accepting Officer of the Contract on this account shall be final and binding. (ii) Compensation paid by him under any law for the time being in force to any workmen employed by him for any injury caused to him or the workmen's legal successors for loss of the workmen's life.

(b) No reimbursement shall be made nor shall any compensation be payable under the above provisions unless the contractor had taken Air Defence precautions ordered in writing by OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be made nor shall any compensation be payable for any plant/equipment or materials not lying on the site of work at the time of enemy action. 15. Times and Progress Chart (a) The time and progress chart to be prepared as per General Conditions of Contracts shall consist of detailed network analysis and a time schedule. The Critical path network will be drawn jointly by the OC Contract and the contractor soon after acceptance of the tender. The time scheduling of the activities including a network for all preliminary arrangements for mobilization of resources e.g. manpower, plant & machinery will be done by the contractor, so as to complete the work within the stipulated time. On completion of the time schedule a firm calendar date schedule will be prepared and submitted by the contractor to OC Contract who will approve it after due scrutiny .The schedule will be submitted in quadruplicate within two weeks from the date of handing over the site.

SW For Accepting Officer

Page 26: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 79

(b) During the currency of the work the contractor is expected to adhere to the time schedule and this adherence will be a part of the Contractor‟s performance under the contract. During the execution of the work the contractor is expected to participate in the review and updating of the network undertaken by OC Contract. These reviews may be undertaken at the discretion of the OC Contract either as periodic appraisal measures or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the schedule as a result of the review will be submitted by the contractor to the OC Contract within a week who will approve it after due scrutiny. The Contractor will adhere to the revised schedule thereafter. In case of the contractor‟s disagreement to the revised schedule, the same will be referred to the Commander Contract.

(c) The Contractor is expected to mobilize and employ sufficient resources to achieve detailed time schedule within the broad frame work of the accepted methods of working and safety.

(d) No additional payments will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the department.

(e) The bridge may be constructed either departmentally or through execution contract.

16. Permit from local authorities for plying vehicles

Contractor shall make his own arrangements for obtaining necessary permit from local authorities for plying his vehicles for the work in accordance with the Rules and Regulations of the land.

17. Registration Fee, Trade Tax, Income Tax, Entry Tax, VAT etc.

Tendered lump sum shall also be deemed to include the payment of all taxes like Registration fee, Trade Tax, Income Tax, Entry Tax, VAT and other taxes/levies to be paid to the Government of Assam / Mizoram State or Central Government already in force and as may be modified from time to time. The contractor may ascertain full details in this respect from the concerned department(s).

Accepting Officer‟s decision will be final, conclusive and binding. OCs Contract‟s approval to the revised schedule resulting in a completion date beyond the stipulated date(s) of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of General Conditions of Contracts and separately regulated.

18. ELECTRICITY

No electricity will be supplied by the Department. The Contractor shall make his own arrangement for necessary power, if required. 19. INNER LINE AREA/RESTRICTED AREA PERMIT. 19.1. The Consultant shall arrange at his risk and cost procurement of Inner line area permit for Indian Nationals & restricted area permit for foreign Nationals to enter specified area in Assam / Mizoram State. The client shall, if requested by the consultant, shall render assistance to him through his good offices in arranging permits.

SW For Accepting Officer

Page 27: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 80

19.2 The area of study or Survey falls in Mizoram State. 20. Re -imbursement/refund on variation in "taxes directly related to contract value". (a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including sales Tax/VAT/ GST on materials, Sales Tax/VAT/GST on works contracts, Turnover Tax, Service Tax, Entry tax Labour Welfare Cess/Tax etc), duties, Royalties, Octroi & other levies payable under the respective states. No re-imbursement/refund for variation in rates of taxes, duties, royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made as provide in sub para (b) here-in below. (b) (i) The taxes which are levied by Govt. at certain percentage rates of contract sum/amount shall be termed as "taxes directly related to contract value" such as Sales Tax/VAT/GST on works contracts, Turnover Tax, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all "taxes directly related to contract value" with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of "taxes directly related to contract value" with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rates of "taxes directly related to contract value" with reference to prevailing rates on last due date for receipt of tenders shall be refunded contractor to the Govt/deducted by the Govt. from any payments due to the contractor. Similarly imposition of any new "taxes directly related to contract value" after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any "taxes directly related to contract value" prevailing on last due date for receipt of tenders shall be refunded by the contractor to the Govt./deducted by the Govt. from the payments due to the contractor.

(ii) The contractor shall within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any "taxes" directly related to contract value" give written notice thereof to the OC Contract stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The Contractors shall submit the other documentary proof/information as the OC Contract may require. (iii) The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt., and shall further, at the request of the OC Contract furnish, verified in such a manner as the OC Contract may require, any documents so kept and such other information as the OC Contract may require.

SW For Accepting Officer

Page 28: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 81

(iv) Reimbursement for increase in percentage rates/imposition of "taxes directly related to contract value" shall be made only if the contractor necessary & properly pays additional "taxes directly related to contract value" to the Govt. without getting the same adjusted, against any other tax liability or without getting the same refunded from the concerned Govt. Authority and submit documentary proof for the same as the OC Contract may require." 21. Patents Rights The consultants shall fully indemnify Govt. or any agent servant or employees of Govt. against any action, claim or proceeding relating to infringement or the use of any patent or design or any alleged patent or design rights and shall pay any royalties which may be payable in respect of any articles or part thereof included in the contract. In the event of any claims being made or action brought against Govt. or any agent servant or employee of Govt. in respect of any such matters aforesaid the consultants shall immediately be notified thereof provided that such indemnity shall not apply when such infringement has taken place in complying with specific directions issued by the department. 22 APPOINTMENT OF ARBITRATOR - (APPLICABLE ONLY FOR CONTRACT AGREEMENTS TO BE EXECUTED BETWEEN BRO AND PUBLIC ENTERPRISES) In the event of any dispute or difference between the parties hereto, such dispute of difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government. In the event of any such dispute or differences relating to the interpretation and application of the provisions of contracts where such resolution is not possible then the unresolved dispute or difference shall be referred by either party to the Arbitration of one of the Arbitrators in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in charge of the Bureau of Public Enterprises, and in such case the Arbitration and conciliation Act 1996 shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be binding upon both the parties in the dispute. Provided, however, any party, aggrieved by such award, may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India, upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary when so authorised by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

23. ARBITRATION: All cases of disputes under this contract shall be referred to Arbitration as per clause 70 of General Condition (IAFW (2249) and arbitration proceedings will be governed by The Arbitration & Conciliation Act 1996. The arbitration award published by the Arbitrator shall be filed in the appropriate court at AIzawl (Mizoram), and only shall be deemed to have jurisdiction on all matters executed/to be executed under this contract. The Arbitrator shall give reasons for the award in each and every case irrespective of the value of claims or counter claims. Director General Border Roads shall be the appointing authority of arbitrator and place of arbitration is New Delhi.

SW For Accepting Officer

Page 29: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 82

24. SECURITY OF CLASSIFIED DOCUMENTS: Contractor‟s special attention is drawn to condition 2A and 3 of General Conditions of Contracts IAFW - 2249. The Contractor shall not communicate any classified information regarding work either to sub contractors or other without prior approval of the Engineer - in - Charge. The Contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of work and he shall return all documents on completion of the works or on earlier determination of the contract. The Consultant shall not without the consent in writing of the client, publish any article or photographs relating to the project. The Contractor shall along with final bill attach a receipt from the Engineer - in - charge in respect of his having returned the classified documents as per Condition 3 of General Condition of Contracts.

25. OBLIGATION OF THE CONSULTANTS:

Statement of performance: The consultant shall perform the services and carry out their obligation hence under with all due diligence, efficiency and economy in accordance with generally accepted professional techniques and practices and shall observe sound management practices and employ appropriate advanced technology and safe and effective equipment machinery material & methods. The consultants shall always act in respect of any matter relating to this contract or the service as faithful adviser to the client legitimate interests in any dealing with.

26. LAW GOVERNING SERVICES:

The consultants shall perform the services in accordance with the applicable law and shall take all practicable steps to ensure that any agents of the consultants and any sub consultants comply with the applicable law.

27. ACCEPTING, INSPECTING AND AUDITING: The Consultants will keep accurate and systematic accounts and records in respect of the services hereunder in accordance with established accounting principles and in such form and detail as will clearly identify relevant time charges and cost, and the bases thereof (including the basis of consultant‟s cost & charges) and shall permit the client or its designated representative periodically and up to one year from the expiration or termination of this contract to inspect the same and make copies these of as have been audited by auditors appointed by clients.

28. REMOVALS AND /OR REPLACEMENT OF PERSONNEL:

(a) Except as the client may otherwise agree, no change shall be made with the key professional/sub professional personnel deployed for execution of the work .If, for any reason beyond the reasonable control of consultants, it becomes necessary to replace any of the Personnel, the consultants shall forthwith provide as a replacement equivalent or of better qualification.

(b) If the client finds that any of the Personnel has committed misconduct or has been changed with having committed a criminal action or (ii) has reasonable cause to be dissatisfied with the performance of any of the Personnel, the consultant shall at the clients written request specifying the grades therefore forthwith provide a replacement a person with qualification and experience acceptable to the client.

SW For Accepting Officer

Page 30: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 83

(c) Any of the Personnel provided as a replacement under clause (a) and (b) above (i) the consultants shall have all travel and other cost causing out of or incidental to any removal and or replacement, 29. RESPONSIBILITY FOR ACCURACY OF PROJECT REPORTS: The consultants shall be responsible for accuracy of all the data used in project preparation and designs/drawings and estimates prepared by him as part of the project. Permanent location marks adequate for identification during execution shall be kept at the site at the cost of consultant. He shall indemnify the Client against any inaccuracies in the work, which might surface out at the time of ground implementation of the project including staking out and for this purpose, he shall furnish bank guarantee in addition to the security deposit mentioned in general condition 22 for an amount to the extent of 25% of the total consultancy fees to be received by him before the payment of final installment. In such cases, the consultant is responsible to correct the drawings including any resurveys/investigations (including correcting the layout etc) as required. The bank guarantee shall be valid for a period of three years from the date of Approval of the final report. The bank guarantee will be released after three year from the date of approval of final report. The final installment of 25% of the fees shall be released only on receipt of this bank guarantee. 30. AUTHORITY OF MEMBER -IN-INCHARGE: In case consultant consists of joint venture of more than one entity, all the members of the joint venture shall authorize one member to act on their behalf in excising all the consultants‟ right and obligation towards the Department under this contract, including without limitation the receiving of instruction and payment from the Client. 31. CONFLICT OF INTERESTS: 31.1 Consultants and Affiliates not to be otherwise interested in project The consultants shall agree that during the term of this contract and after its termination the consultants and entity affiliated with the consultant as well as any Sub consultant and any entity affiliated with such sub consultant, shall be disqualified from providing goods, works, or services (other than the services and any continuation thereof) for any project resulting from or closely related to the services. 31.2 Prohibition of conflicting Activities: Neither the consultant nor their sub consultant nor the personnel or either of them shall engage, either directly or indirectly, during the term of this contract, any business or professional activities, which would conflict with the activities, assigned to them under this contract.

32. MODE OF PAYMENT 32.1 Clause 61 of General Conditions of Contract will be applicable Schedule „A‟(BOQ). 32.1 The payment will be released through ECS/NEFT. The details for the payment through ECS/ NEFT mechanism as per attached proforma may be given:-

SW

Page 31: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 84

INVESTOR/CUSTOMER‟S NAME (As per the account)

PARTICULARS OF BANK ACCOUNT

A Bank name

B Branch Name

C Address

D Telephone No.

E 9-DIGIT Code Number of the Bank & Branch appearing on the MICR Cheque issued by the Bank

F Account Type ( S.B. Account/Current Account or Cash Credit) with Code

G Ledger No. /Ledger Folio No.

H Account Number ( As appearing on the Cheque Book)

J Date of Effect

K IFSC Code for NEFT

L IFSC Code for RTGS

M MICR Code

N Contract number E-Mail ID

Note: Please attach a blank cancelled cheque for verification of the above particulars).

I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.

Dated: Signature of the Investor/Customer

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

Signature of the Bank Official 32.2 In case where the contractor submits his unwillingness for e-payment system, the postage charges will be deducted from the net amount due to the Contractor for cheques sent by post.

SW For Accepting Officer

Page 32: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 85

33.CENTRAL GOODS AND SERVICE TAX ACT (CGST RULE)

a) (a)(i) The contractor shall have mandatorily required registration under section 24 CGST for required category.

(a) (ii) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including GST on materials, GST on Works Contracts, turnover tax, Labour welfare cess/tax, Ecological and Environment Cess etc), duties, royalties, Octroi& Other levies payable under the respective statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and /or imposition/abolition of any new/existing taxes, duties, royalties, Octroi & other levies shall be made except as provided in sub Para (b) here-in-below.

(b) (i) The taxes which are levied by Government at certain percentage rates of Contract sum/Amount shall be

termed as “taxes directly related to Contract value” such as GST on Works contracts turnover tax, Labour

welfare cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all

“taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt

of tenders. Any increase in percentage rates of “taxes directly related to Contract value “with reference to

prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease

in percentage rates of “taxes directly related to Contract value with reference to prevailing rate on last due date

for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Government from any

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

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

related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to

the Govt/deducted by the Government from the payments due to the Contractor.

(b) (ii) The Contractors shall within a reasonable time of his becoming aware of variation in percentage rates

and/or imposition of any further “taxes directly related to Contact value” give written notice thereof to the OC

stating that the same is given pursuant to this special condition, together with all information relating thereto

which he may be in a position to supply. The Contractors shall also submit the other documentary

proof/information as the OC may require.

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

as are necessary and shall allow inspection of the same by a duly authorized representative of Government and

shall further at the request of the OC furnish, verified in such a manner as the OC may require, any documents

so kept and such other information as the OC may require.

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

shall be made only if Contractor necessarily and properly pays additional “taxes directly related to Contract

value” to the Government without getting the same adjusted against any other tax liability or without getting the

same refunded from the concerned Government Authority and submits documentary proof for the same as the

OC may require”.

Note:- The work Goods & Services Tax (GST) in the above clause includes Central Goods & Services Tax

(CGST), State Goods & Services Tax (SGST) Union Territory Goods & Services Tax (UTGST) & Integrated

Goods & Services Tax (IGST) all as applicable.

Page 33: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 86 SECTION-07

PARTICULAR SPECIFICATION Name of work: CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA, CARRYING

OUT SUB SOIL INVESTIGATION (SSI), PROVIDING DESIGN AND DRAWING DULY PROOF

CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR SPAN

MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT

NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF

PROJECT PUSHPAK 1. General: It is proposed to invite consultancy services for preparing optimum, aesthetically pleasing and feasible scheme of 24.75 Mtr Span Minor bridge Over Krishna Nallah at Km 38.75 on

North- South road. General details and scope of works are given in succeeding paragraphs:- 2. Project Information: 2.1 The road sector passes North-South from Campbell Bay to Indra Point in Great Nicobar Island The complete area is prone to heavy rainfall during the period from May to Nov every year. The average rainfall in this area is to the tune of about 200 to 250 cm. Temperature varies between 23 degree Celsius to 32 degree Celsius. .

2.2 Approval of all drawings including GAD and detail engineering drawings and design will be got done by the consultant from BRO. However, proof checking of the drawings and design prepared by the consultants will be got done from third party (NIT/IIT/Govt engineering collage etc.) as decided by Accepting Authority and payment to the proof check shall be made by consultant directly. Wherever required, consultant will liaise with concerned authorities and arrange all clarifications on the queries.

SW For Accepting Officer

Page 34: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 87

3. SPECIFICATIONS

The following specifications shall be followed for the scheme of under mentioned bridge project:-

S/No Particulars 24.75 M Span Br

(a) Location At KM 38.75

(b) Name of Rd

North-South

(c) Bridge length

To be assessed as per FBS By

Consultant (Approx 24.75M)

(d)

Approach roads To be assessed as per FBS By

Consultant

(e) Carriage Way 7.5 M

(f) Design Loading Cl-70R

(g) Overall width of Bridge including Footpaths, Crash

Barriers, Telephone cables, water supply pipe lines,

OFC and Jelly filled cables etc. CrashBarriers,Telephone cables, water supply pipe lines, OFC and Jelly filled cables et

12 Mtr

4. GENERAL REQUIREMENTS:

The consultant shall perform with reasonable skill, care and diligence in the performance of his obligations under this contract. The Govt shall not provide any services and /or facilities to the appointed consultant. The consultant will have to arrange for all facilities / services required to carry out the assigned work on this project at their cost. The financial proposal shall include all the required costs. However, introductory recommendation letters shall be provided to the consultants on request for obtaining desired services and facilities from concerned authorities for which the Consultants shall make payments, if any required, to the concerned authorities directly. He shall be solely responsible for the analysis and interpretation of all such data received and collected and for the conclusions and recommendations contained in the reports. All units of measurement used in the study shall be in accordance with the international system of unit (S.I). The consultant shall ensure that there are no named or proprietary produce in the documents or on the drawings.

5. Scope of Services

6. The consultancy for the job will be carried out in following phases and comprehensive reports will be rendered by the consultant separately for each phase as indicated hereunder :-

7. Phase-I Preliminary Studies. This phase of consultancy shall comprise of the following:-

(a) Inception Report: Within 2 weeks of receipt of work order, the consultant shall submit an inception Report describing project appreciation, the approach and methodology, work programme, scheduling of various activities to be carried out for completion of different stages of work within the stipulated time schedule, composition of team of key personnel including their names, and experience for carrying out the complete services as per the Terms of Reference is mentioned at srl No 11 of Page No. 76 in special condition of section 06.

SW For Accepting Officer

Page 35: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 88

(b) Reconnaissance and collection of complete data i.e. Meteorological, topographical and hydrological data as per IRC-5-2015, and present all the data in the manner specified therein. The survey details are to be collected up to 500 m on u/s and d/s of proposed bridge site. (c) Collection of history of floods, analysis of flood cycles for 25 year, 50 year and 100 year. (d) Contour survey plan (scale 1:2500) with 1 m contour interval to be suitably modified to suit the terrain condition where necessary with the approval of the Accepting officer extending to both banks and sufficiently beyond to cover the course of the river and the entire area affected by flooding covering 1 kms of the river longitudinally extending up to 500 m upstream and 500 m downstream of the proposed site/sites. Consultant will recommend the feasible deck level only after ascertaining the construction of Hydroelectric Dam, if any, by other agency i.e. Reliance Power corporation, State Govt or any other agencies by interacting with local authorities, in upper reaches of river. DGBR Technical Instruction No 3 1990 and IRC:SP: 13-2004 be followed while finalizing the bridge scheme.

(e) Survey for approach roads and guide bund with a view to connect to existing road system on either side.

(f) Establish bench mark on concrete pedestal for the proposed bridge sites on both the banks with reference to GTS. The size of the bench mark pillar shall be 40 cm x 40 cm x 30 cm above ground level with suitable foundation. The RL at top wrt MSL shall be engraved and marked with red/black enamel paints. This bench mark shall be shown and used, in all the drawings as a reference point. The locations of all bench mark, thus erected shall also be given on separate drawings. (g) Trial bore holes, wherever necessary, shall be taken up, however detailed work of Geotechnical investigation by boring/drilling shall be carried out in Phase II. (h) Technical evaluation and analysis of the above data; and preparation of general arrangement scheme/schemes for the bridge including landscaping, approach road and embankments, guide bunds, river training works and other protective works as may be required for most suitable arrangement from cost and technical considerations. (j) In case of feasibility of alternative sites, Merits and Demerits of each site shall be clearly brought out. (k) Collect all relevant data and requirements for mandatory permissions from various concerned authorities. (l) Suggest programme for detailed investigation to be carried out in Phase-II to finalise the various design parameters/details of the bridge. (m) Detailed Phase-I report encompassing all above details shall be submitted to the department as per the schedule indicated at Para 10 below.

SW For Accepting Officer

Page 36: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 89

8. Phase -II Detailed investigations: The work shall be done in this phase in following manner :- (a) Carrying out sub soil investigation as per IRC-78 & & relevant IS codes for Deep foundation with a view to ascertain soil properties for the design of the bridge, stability of the river banks on the upstream and downstream of the bridge site and for the design of the approach roads as per IRC -36 and IRC SP - 48, embankments, and guide bunds as per IRC - 89. The quantum of work based on ground requirements /as directed by deptt or as per IRC Code/ DGBR TI. Payment will be made for measured quantum of work. (b) All the tests as specified in IRC-78 for deep foundation shall be conducted for various types of soil and data to be collected, compiled and presented for the purpose in the manner specified in IRC-78. (c) To carryout detailed survey of approach road and fix the alignment of same with a view to connect with existing road on either side of the bridge. The details on approach road alignment and protective works will be supported by preliminary drawings and approximate cost. It will include all working details to enable the department to decide and take action on forest clearance, land acquisition and compensation problem etc. (d) It may be noted that guide banks, protective works including approach road to the distance of 100 m on either side from the end of the abutments and design & construction of Bridge will be executed either through contract or departmental. The consultant shall prepare General Arrangement Drawing of finally approved bridge scheme accordingly for tender action. Approximate cost and completion period shall also be included in the report. (e) All major problems likely to be encountered during the construction and their solutions shall also be highlighted. Any specialized construction technique if involved for construction of bridge shall also be highlighted. (f) Detailed Phase-II report covering all above aspects shall be submitted by the Consultant to the Department as per the schedule specified at Para 10. (g) The river training, protection works and expansion joints shall be designed as per section 2500 & 2600 of MORT&H Book, Specification of Road and Bridge Works (5th Revision) respectively. (h) Geo-technical Investigations and Sub-Soil Exploration:

(i) The Consultants shall carry out geo-technical investigations in accordance with section 2400 of MORT&H book specification of Road & Bridge works (5th Revision) and sub-surface explorations for the proposed Bridges / Road over bridges/viaducts/interchanges etc., along high embankments and any other location as necessary for proper design of the works and conduct all relevant laboratory and field tests on soil and rock samples. The minimum scope of geo-technical investigations for bridge and structures shall be as under:

S.N. Description Location of Boring 1. Over all length = 6 - 30 m One abutment location 2 Over all length = 30 - 60 m One abutment location and at least one

intermediate location between abutments for structures having more than one span.

3. Over all length >60 m Each abutment and each pier locations.

SW For Accepting Officer

Page 37: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 90

(ii) The deviation(s), if any, by the Consultants from the scheme presented above should be got approved from BRO.

9. Final bridge scheme (i) The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan showing the salient features of the bridges and structures proposed to be constructed / reconstructed along the road sections covered under the Study. These salient features such as alignment, overall length, span arrangement, cross section, deck level, founding level, type of bridge components (superstructure, substructure, foundations, bearings, expansion joint, return walls etc.) shall be finalized based upon hydraulic and geo-technical studies, cost effectiveness and ease of construction. The GAD shall be supplemented by Preliminary designs. (ii) In respect of span arrangement and type of bridge a three alternatives with cost-benefit implications should be submitted to enable BRO to approve the best alternative. (iii) Consultants will get the approval of the GAD, alignment plan and final bridge scheme from HQ DGBR/Bridging Dte. (iv) Proof checking of the drawings and design prepared by the consultants will be got done from third party (NIT/IIT/Govt engineering collage etc.

(v) The scope of services shall also cover the following:

(a) Inventory and condition surveys for existing river bank training/ protection works. (b) Preliminary design of approach roads (extending at least up to approximately 1 km an each side of the bridge). (c) Strip plan for bridge and approach road. vi. Design discharge and scour depth

(vi) The data and documents of major interest shall also include the following: a) Existing geological maps, catchment area maps, contour plans etc. for the project area. b) Hydrological data, catchment area characteristics, river/channel characteristics, flood flow data and seismological data etc. c) Condition of existing river bank / protection works, if any. d) Sub surface and geotechnical data for existing nearby bridges. e) Detailed drawings of nearby existing bridges.

(vii) Reconnaissance and Alignment: a) The consultant should make an in depth study of available geological maps, catchment area maps, contour plans, flood flow data and seismological data. b) The primary tasks to be accomplished during the reconnaissance surveys also include:

(aa) Typical physical features along the approach roads

(ab) Possible bridge locations, land acquisition problems, nature of crossings,

likely length of approaches and bridge, firmness of banks, suitability of alignment of approach roads.

SW For Accepting Officer

Page 38: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 91

(viii) Topographic surveys:

a) The detailed field surveys would essentially include the topographic surveys along the proposed location of bridge and alignment of approach road. b) The detailed topographic surveys should be carried out along the approach roads alignment and location of bridge approved by BRO.

(ix) Longitudinal and Cross sections

The topographic surveys for longitudinal and cross sections shall cover the following:

Cross section of the channel at the site of proposed crossing and few cross sections at suitable distance both upstream and downstream, bed level upto top of banks and ground levels to a sufficient distance beyond the edges of channel, nature of existing surface soil in bed, banks & approaches, longitudinal section of channel showing site of bridge etc.

(x) Hydraulic and Hydrological Investigations

a) The consultant shall also collect information on observed maximum depth of scour.

b) History of hydraulic functioning of existing bridge, if any, under flood situation, general direction of river course through structure, afflux, extent and magnitude of flood, effect of backwater, if any, aggradations/degradation of bed, evidence of scour etc. shall be used to augment the available hydrological data. The presence of flood control/irrigation structures, if affecting the hydraulic characteristics like causing obliquity, concentration of flow, scour, silting of bed, change in flow levels, bed levels etc. shall be studied and considered in design of bridges. The details of any future planned work that may affect the river hydraulics shall be studied and considered.

(xi) Geotechnical Investigations and Sub soil Exploration Investigation shall be carried out to determine the nature and properties of existing soil in bed, banks and approaches with trial pits and bore hole sections showing the levels, nature and properties of various strata to a sufficient depth below the level suitable for foundations, safe intensity of pressure on the foundation soil, proneness of site to artesian conditions, seismic disturbance and other engineering properties of soil etc.

SW For Accepting Officer

Page 39: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 92

(xii) Design of Bridges and Structures

(a) The data collected and investigation results shall be analysed to determine the following :

(i) HFL (ii) LWL (iii) LBL (iv) Erodibility of bed/scour level (v) Design discharge (vi) Linear waterway and effective linear waterway (g) Likely foundation depth (vii) Safe bearing capacity (viii) Engineering properties of sub soil (ix) Artesian conditions (xi) Settlement characteristics (xii) Vertical clearance (xiii) Horizontal clearance (xiv) Free board for approach road (xv) Severity of environment with reference to corrosion (xvi) Data pertaining to seismic and wind load (xvii) Requirement of model study etc.

(b) Conducting following tests as per relevant IS Code on all collected sample which includes the determination of the following tests. (i) Atterberg Limits. (ii) Natural moisture content (iii) Wet and dry density (iv) Soil/practical size using sieve analysis (v) Tri-axial shear test C and ɸ determination (vi) Shrinkage limit (vii) Consolidation test (viii) Specific gravity test (ix) Crushing strength of rock samples (x) Permeability test (xi) Testing water sample (xii) Free swelling index (xiii) Water content.

SW For Accepting Officer

Page 40: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 93

10. SUBMISSION OF REPORTS AND TIME SCHEDULE THEREOF

The consultant shall furnish to the Department of each of the following reports and documents, in final form within the time frame as shown against each. Initially consultant shall submit two copies of draft report for examination by the department and subsequently on approval of draft report adequate copies of final report as shown against each including a soft copy thereof submitted:-

S/No Name of Report Nos of Hard

Copies

Time period from the date of issue of Work order

(i) Preliminary study report covering all the aspects including survey and hydraulic data

06 Within 2 weeks (14 Days)

(ii) Submission of of Sub Soil Investigation and approval.

06 Within 4 weeks (28

Days)

(iii) Submission of Final Bridge Scheme including GAD 06 Within 6 weeks (42 Days)

(iv) Approved copy of Final Bridge Scheme by HQ DGBR/ Br Dte

06 Within 60 Days

11. Copies of drawing and other documents pertaining to the work (signed for the purpose of identification by the accepting officer or his accredited representative) be submitted at HQ Project Pushapk, C/o 99 APO and sample of materials and stores to be supplied by the consultant at 46 BRTF, C/O 99 APO 12. DESIGN LIFE

The design life of all the civil works shall be 100 years.

13. CALCULATIONS Unless otherwise required by the Department, calculations relevant to the Design shall be submitted to review with the respective design submissions. The Department may require the submission of applicable software including in house software programme/work sheets developed by the Consultant, Computer input and programme logic for its review prior to the acceptance of the computer output. The consultant shall prepare and submit a comprehensive set of calculations for the final design in a form acceptable to the Department. Should the design of any work be revised due to actual ground conditions subsequently, the consultant shall prepare and submit the revised calculations. 14. STANDARDS The complete design shall be carried out by the consultant in accordance with the latest issue of Indian and international Code of practices and standards. The consultant shall also submit two copies of each of such codes and standards to the client as referred to.

SW For Accepting Officer

Page 41: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 94

15. MEETINGS During all the stages of the consultancy services, the consultant shall maintain a proper and close co-ordination with the Department and his representatives and arrange and convene regular meetings, working session, adhoc questions and answer sessions so that the department is kept well informed of the progress of the services. Drawings, computer simulations and outputs, models and graphic sketches etc shall be used to explain and illustrate the details of the proposal wherever necessary. The frequency of regular meeting shall be monthly or as and when required or instructed by the Department. 16. PRICES The consultant shall quote his price for the subject work in a fixed lump-sum cost basis for the consultancy services referred herein above. The amount shall be set out in the Financial Proposal. The price as quoted shall include all direct and indirect cost, expenses including taxes, insurance premium etc payable by the consultant. Tenderers are to take note that a suitable deduction at source on account of the Income Tax will be effected as per the Income Tax Act while releasing the payment. 17. PROFESSIONAL INDEPENDENCE The Consultant shall have no direct or indirect interest in commercial manufacturing or contracting activities that might tend to influence his professional judgment. He is remunerated solely by the fees paid to him by the Department. His approach for the assignments shall be objective and shall provide solutions by using sound technical and economical principles, which serve the best interest of the department. The consultant shall give a declaration that his firm has no financial and management ties with other Contractor/organization, which could influence its independence.

SW For Accepting Officer

Page 42: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 95

Appx 'A' to Particular Specifications (Regarding SSI)

No

Broad description of item of works in r/o SSI A/U Qty

1 Arranging sufficient number of complete set of boring and ancillary eqpt and transporting it to any one of the boring

location at bridge site including all labours and materials involved in the transportation and installation of

equipment

Job As per ground

requirement/as

directed by deptt

or as per IRC Code/

DGBR TI

2 Shifting the complete set of boring and ancillary eqpts

from any boring location to any other boring location including all materials and labour involved in the shifting

and installation of the equipment.

Nos

3 Boring holes through all type over burden such as sand,

silt clay (a) 0 to 5 mtr depth

Mtr

4 (a) 5 to 10 Mtrs depth Mtr

(b) 10 to 20 Mtrs depth Mtr

(c) Above 20 Mtrs depth Mtr

5 Taking un-disturbed samples are specified through

cohesive soil each for consolidation tests and tri-axial test and non-cohesive soils.

Each

6 Conduction standard penetration tests for any type of soil Each

7 Collecting disturbed samples and placing in plastic jars

and properly labeled

Each

8 Conduction laboratory test listed below including transporting from site to laboratories

(a) Porosity and Moisture Content tests Nos

(b) Specific gravity (Only for cohesive soil) Nos

(c) Sieve analysis Nos

(d) Hydrometric analysis (Only for cohesive soil) Nos

(e) Atten- berg’s limits (Only for cohesive soil) Nos

(f) Field density wet and dry Nos

(g) Un-confined compression tests (Only for cohesive soil) Nos

(h) Consolidation tests (for cohesive soils) Nos

(i) Crushing strength tests Nos

(j) Tri-axial Test Nos

(k) Visual identification for texture, structure compensation,

colour and grains size.

Nos

(l) Specific gravity, porosity and moisture content Nos

9 Under water boring/drilling/investigations & testing up to the required depth

Mtr

10 Any other test/item of work as per requirement or as may be directed by deptt/BRO required in connection with

finalization of design/preparation of DPR

11 Preparation of sub soil investigation report including result

of all tests as specified above, SBC at foundation levels and recommendation for foundation level etc.

Nos

SW For Accepting Officer

Page 43: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 96 SECTION-08

BILL OF QUANTITIES/SCHEDULE "A” NOTES 1. The rates to be quoted by the tenderer in this BOQ (Schedule “A‟) shall be deemed to include for the provision of all labour and materials, loading and unloading of materials and transportation if required, tools, plant, equipment and tackle, process, operations and specific requirements details in this Schedule in the particular specification and elsewhere in this tender documents and for the full, entire and final completion of the work in accordance with the provisions of these tender documents 2. The rates shall be filled in figures only in the provided column in schedule A given in Excel sheet. The schedule „A‟ given in Srl Page No. 98 is for reference only.

3 The rates quoted by the contractor shall be deemed to be inclusive of all types of taxes (including Sale Tax/VAT on materials, Sales Tax/Vat on works contracts, Turnover Tax, Entry tax, Service Tax, Labour Welfare Cess/Tax etc.), duties, Royalties, Octroi, State Entry Tax and other levies payable under the respective statutes. No reimbursement/refund or variation in rates of taxes, duties, royalties, octroi, State Entry tax & other levies, and or imposition/abolition of any new/existing taxes, duties, royalties, octroi, State entirely Tax and other levies shall be made except as provided in special condition.

4. The items and quantities given in Schedule “A” at Srl Page No. 98 are provisional and will be measured in accordance with the stipulated method of measurements as specified and paid for as actually carried out on ground as per the written orders of OC Contract.

5. Tenderers are requested to study the provisions contained in General conditions of Contract and Special condition before quoting their rates in Schedule “A”.

6. In case of difference of opinion between the Contractor and Engineer-In-Charge as to whether or not a certain item of work needs to be included in the contractor‟s prices, the decision of the Accepting Officer shall be final and binding.

7. Unit Rate: -

(a) The Contractor shall calculate his own details and insert his unit rate in figures only in column 06 against items of Schedule „A‟ at Srl Page No. 98. In case of variation between the rates quoted in figure and words, the rates in words shall take precedence.

8. The total period of completion for the work will be of 60 days from the date of issuing of work order by OC contract.

09. Work shall be executed as directed by the OC Contract/Engineer-In-charge.

SW For Accepting Officer

Page 44: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 97

10. The security will be arranged by the contractor for his personnel and equipment during the execution of work. No compensation will be paid by BRO on account of any loss/damage to personnel, property, veh/equipment/plant of contractor during execution of work or on any account.

11. The tender will be considered for acceptance as a whole.

12. No price escalation shall be made for any item of work during the currency of the contract or for extended date of completion if granted under condition 6-A and 7 of General Condition of Contract - IAFW-2249. The rates quoted shall be final and valid up to the physical/financial completion of work and no variation in prices on account of material, labour or fuels required for completion of work shall be admissible/permissible during the currency/execution of the contract.

SW For Accepting Officer

Page 45: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 98 SECTION-09

BILL OF QUANTITIES (BOQ) SCHEDULE „A‟

NAME OF WORK: “CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI),

PROVIDING DESIGN AND DRAWING DULY PROOF CHECKED BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR

SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT NICOBAR ISLAND IN ANDAMAN & NICOBAR

ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF PROJECT PUSHPAK”

S/

No

Description of items A/U (In Nos)

Rate Appx Qty Unit rate in figure and wards (Rs)

Amount

(Rs)

In figure In words

Preparation of (CONSTRUCTION OF 24.75 MTR SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD)

1 Consultancy service for Collection of Hydraulic Data, SSI and providing design and drawing duly Proof checked by IIT/NIT/Govt Engineering Collage (all as specified in clause 9 of particular specification) at km 38.75 on North - South road after carrying out preliminary studies surveys all as specified in particular specification clause 7 (a to m), detailed investigations all as specified in particular specification clause 8 (a to h). including approval of final bridge scheme by HQ DGBR/Bridging Dte

Lump Sump

1.00

SW For Accepting officer

Page 46: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 99 SECTION-10

SCHEDULE „B‟ LIST OF STORES/MATERIALS TO BE ISSUED TO THE CONTRACTOR

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

1 2 3 4 5

Nil

Notes:-

1. The Schedule B consists of HSD only. The contractor has to make his own arrangement for all other stores/materials/spares/lubricants required for functioning of vehicles/equipments contracted for.

2. The store listed above shall be issued based on the assessment of KPL/HPL by a BOO constituted under the order of TF Commander for the equipments as per Schedule „A‟.

3. It shall be the responsibility of the contractor to submit his demand for the above item in writing to the Engineer-In-Charge at least 05 (Five) days in advance of his requirement.

SCHEDULE “C” (LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)

WHICH WILL BE HIRED TO THE CONTRACTOR)

S.No Qty Particulars Details of Hire Charges Stand by Place of Remarks BRO Crew per unit per Charge per Issue supplied working unit per

Hours Hours

1 2 3 4 5 6 7 8

Nil

SCHEDULE “D” (TRANSPORT TO BE HIRED TO THE CONTRACTOR)

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

1 2 3 4 5 6

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

SW For Accepting Officer

Page 47: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 100

TENDER TO THE PRESIDENT OF INDIA

THROUGH THE CHIEF ENGINEER (P) PUSHPAK (Referred to also as Accepting Officer elsewhere in the tender documents)

Having examined and perused the following documents forming part of tender documents:-

(i) The undertaking for acceptance of tender condition.

(ii) Invitation for Bid (IFB)/Notice of Inviting Tender (NIT).

(iii) General Conditions of contract, IAFW-2249, together with Errata/ Amendments thereto.

(iv) Special Condition

(v) Schedule „A‟, „B‟, „C‟ and „D‟ attached hereto.

And should this tender be accepted, I/We agree: - (a) In case of a enlisted contractor, who has submitted the Standing Security Deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge additional Security Deposit (difference of security deposit of work and standing security deposit)as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payments.

(b) In case of unenlisted contractor/enlisted contractor who has not deposited the standing security deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge security deposit as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment. The Security Deposit amount will be communicated as per departmental norms but in no case the same shall be more than ` 18,75,000.00 (Rupees eighteen Lakhs Seventy five Thousand Only). Departmental norms of security deposit may be seen in any office of BRO.

(c ) That I will submit security deposit equal to 25% more than the amount of Earnest Money, calculated based on the tendered cost (i.e. 1.25 times of Earnest Money) to maximum of Rs.18,75,000/- (Rupees eighteen seventy five thousand only) within 30 days of acceptance of Tender. The security deposit shall be in the form as directed by the Accepting Officer.

SW For Accepting Officer

Page 48: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No.101

(d) The contractor may at his discretion furnish in lieu of Additional Security Deposit or Security Deposit a Bank Guarantee Bond executed by any scheduled Bank for the said amount. The format of Bank Guarantee Bond may be seen in any office of BRO. (e) That the Earnest Money as submitted along with Tender documents shall either be retained as part of Security Deposit or be released on receipt of the appropriate amount of Security Deposit, with-in the time specified as above. (f) To submit data document to the extent to which my/our tender may herein be accepted upon the terms and conditions contained or referred to in the said documents and at price or prices quoted by me/us in Schedule 'A' hereto such of the equipment listed as may be required and demanded of me/us during the completion time shown in Schedule „A„ and in each work order and in respect where of my/our tender may herein be accepted. And further agree to refer all disputes as required by Condition 23 of Special Condition to the sole arbitrator of an Engineer officer to be appointed by the Director General Border Roads New Delhi or in his absence, the officer officiating as Director General Border Roads, New Delhi, whose decision shall be conclusive and binding.

(g) I/We further agree that any condition or general reservations, which may be printed or written, or any correspondence, delivery notes, invoices etc., submitted by me/us in connection with this contract, shall not be applicable hereto.

(h) I/We agree with the condition specified as under:-

In case, you being lowest, and if you revoke your offer after opening of bids within the validity period, the earnest money deposited by you along with your tender will be forfeited.

Signature of contractor____________________

Witness :- (In the capacity of_____________ Signature ______________ duly authorized to sign the tender

documents for and behalf of M/s__________________________

Name (IN BLOCK LETTERS)

Address : ______________________ Postal Address :- ______________________

Telegraphic Address:-___________________

SW for Accepting Officer

Page 49: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 102

ACCEPTANCE

1. ________ alterations have been made in these documents and as evidence that these

alterations were made before the execution of this contract agreement they have been initialed by

the contractor and ___________________________________of HQ CE (P) Phushpak.

2. The said officer is hereby authorized to sign and initial on my behalf the documents forming

part of this contract.

3. The above tender of M/s _____________________________________is accepted by me on

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

there in for `_____________________(Rupees________________________________

__ only)

Signed on ……………… day of …………………… 2017.

Signature __________________

Chief Engineer Project Pushpak (For and on behalf of President of India)

SW for Accepting Officer

Page 50: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Serial Page No. 103

SECTION-11

SW for Accepting Officer

Page 51: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 104

COST OF EARNEST MONEY

Fee Type Amount Instrument In favour of / Obtained From Type Payable To

Earnest Rs. 6580.00 Deposit at call Chief Engineer Any Nationalized/ Money (Rupees Six Receipt/Term (P) Pushpak scheduled Bank Deposit thousand Deposit payable at SBI Five hundred C/O 99 APO, Bawngkawn,Aizwal

Eighty only) Receipt/Special (Mizoram)Code No. Term Deposit 7059

Receipt

Note :- Bidder should submit the Tender Fee, EMD and other required documents as specified in the tender in original. The original should be posted/couriered to the Tender Inviting Authority within the bid submission due date & time for the tender, so as to reach the tender Inviting Authority within 10 days from date of submission of tender online. Same can be also given in person. Original documents should be reached within 10 days of opening of the T-Bid. Non-receipt of original documents within the stipulated time may result in summarily rejection of bid. Scanned copy of the instrument should be uploaded as part of the offer otherwise bid shall be summarily rejected.

(Signature of proprietor / Authorized Rep of the Firm)

SW for Accepting Officer

Page 52: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No.105

UNDERTAKING FOR ACCEPTANCE OF TENDER CONDITION (TO BE GIVEN ON FIRM LETTER HEAD/PAD)

1. I/We, the under signed do hereby under take that our firm M/s _________________________ agree to abide by Terms and conditions of tender Ref No.

TENDER/PSK-14/2017-18 FOR “CONSULTANCY SERVICE FOR COLLECTION OF HYDRAULIC

DATA, CARRYING OUT SUB SOIL INVESTIGATION (SSI), PROVIDING DESIGN AND DRAWING DULY

PROOF CHECKE BY IIT/NIT/GOVT ENGINEERING COLLAGE FOR CONSTRUCTION OF 24.75 MTR

SPAN MINOR BRIDGE OVER KRISHNA NALLAH AT KM 38.75 ON NORTH- SOUTH ROAD OF GREAT

NICOBAR ISLAND IN ANDAMAN & NICOBAR ISLAND (UNION TERRITORY) UNDER 46 BR(I)TF OF

PROJECT PUSHPAK”.

as per your advertisement given on CPPP website https://eprocure.gov.in/eprocure/app and it shall be binding on us and may be accepted at any time before the expiration of validity period of the tender documents. 2. I/We have read entire terms & conditions of the tender documents (including all documents like annexure(s), schedule(s) etc), which form part of agreement and has made myself aware of the scope and specifications of the work to be done and of the conditions and other factors, site conditions, taxes and levies prevailing etc which may affect the quotation and execution of the work. I/We shall abide hereby the terms/conditions/clause contained therein, and accept the same to proceed further to submit online bids for this tender document. 3. The corrigendum(s) issued from time to time by your department / organization too, have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/corrigendum(s) in its totality/entirety.

5. I/We have to digitally signed and upload the required documents one by one as indicated. I have noted that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that I have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements. 6. My/our signature here under is in token of my/our having accepted the aforesaid terms and condition of contract and the clause relating to Arbitration forming an integral part of this tender. 7. In case any provisions of this tender are violated, your department/organization shall be at liberty to reject my offer/bid including forfeiting if the full amount of Earnest money deposit absolutely and we shall not have any claim /right against your department in satisfaction of this condition.

(Signature of proprietor / Authorized Rep of the Firm)

SW for Accepting Officer

Page 53: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 106

FORM OF WORKING CAPITAL CERTIFICATE FROM A NATIONALISED/ SCHEDULED BANK

(REF ELIGIBILITY CRITERION S/NO.5.2 (A) (A1) (a)

This is Certified that M/s/ Shri/Smt. having address , has/have been maintaining a saving bank account/current account/fixed deposit account with this branch of bank since and an amount not less than `. (Rupees

) has been available to the credit in his /her/their account No for the last three months. The firm is enjoying over draft/credit facility up to limit of `. Lacs.

(Signature of Bank Manager/ Authorized Rep of the Bank)

Name, No, & Seal of bank

SW For Accepting Officer

Page 54: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 107 FORM OF AFFIDAVIT FOR IMMOVABLE PROPERTY ALONG-WITH VALUATION REPORT FROM REGISTERED VALUER

(REF ELIGIBILITY CRITERION S/NO.5.2 (A) (A1) (b)

(i) That the immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to the Contractor.

Or That the immovable property is free from any disputes and encumbrances and clearly

belongs to the Contractor. The immovable property has been mortgaged/hypothecated for `…… Market value of immovable property as per valuation report No.……. given by Registered valuer ………………… is `.…………. Therefore, balance market value of property i.e. ` ……. (Market value minus mortgaged value) is free from any mortgage/hypothecation.

(ii) That the said immovable property has not been shown for seeking enlistment of a sister concern in BRO.

(iii) That the said immovable property will not be sold, transferred, gifted or otherwise disposed off till satisfactory completion of the work.

(Signature of proprietor / Authorized Rep of the Firm)

(Signature)

Notary/ First class Magistrate

Note :- The information shall be provided together non-judicial stamp paper as an affidavit duly attested by a Notary/Magistrate.

SW For Accepting Officer

Page 55: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 108 FORM FOR SUBMITTING ENGINEERING ESTABLISHMENT (REF ELIGIBILITY CRITERION S/NO.5.3 (A)

Particular

Bridge Engineer Cum Team Leader

Highway engineer

Hydrologist cum Drainage Engineer

Material Engineer Cum Geotechnical Engineer

Senior survey Expert

Estimate Surveyor

Curriculum Vitae (CV) of Key Personnel

1. Proposed Position: 2. Name of Personnel: 3. Date of Birth: 4. Nationality: 5. Educational Qualifications: 6. Pan card: 7. Contact No:

6. Employment Record: (Starting with present position, list in reverse order every employment held.) 7. List of projects on which the Personnel has worked

Name of project Description of responsibilities

8. Details of the current assignment and the time duration for which services are required for the

current assignment.

Certification: 1 I am willing to work on the Project and I will be available for entire duration of the

Project assignment as required. 2 I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications and my experience.

(Signature and name of the Key Personnel) Place

(Signature and name of the authorized signatory of the Applicant)

Dated: 2017 SW For Accepting Officer

Page 56: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 109 FORM FOR SUBMITTING PAST EXPERIENCE OF WORKS COMPLETED (REF ELIGIBILITY CRITERION S/NO. 5.2 (A) (A2)

List of completed/substantially completed work in last seven years and current financial years in following format (the table shall be filled in by the Applicant) in support for eligibility:-

S/ Name of work & CA No. Name & address Accepted Actual date Cost of No. of employer/client contract of completed

amount completion/P work (Lacs) resent (Lacs)

progress (%)

1 2 3 4 5 6

i)

ii)

iii)

Note: Scanned copy of Acceptance letter, Work order & Completion Certificate be attached in support of above details.

(Signature of proprietor / Authorized Rep of the Firm)

SW For Accepting Officer

Page 57: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 110 DETAILS FOR CALCULATION OF AVAILABLE BID CAPACITY (REF ELIGIBILITY CRITERION S/NO. 5.2 (A) (A3)

(The following table shall be filled in by the Applicant)

Available bid capacity will be evaluated as

under:Available Bid Capacity: 2.50 A x N - B

A. Maximum value of all Civil Engg works in any one year during the last 5 financial years (Updated at current price level with enhancement factor by adding 10% escalation per annum) N. Number of years prescribed for completion of work for which current bid is invited ie (period of completion of work against this NIT (days) / 365).

B. Value of the balance ongoing works to be executed in period “N”. Details for calculating value of “A” :- Maximum value of all Civil Engg works in any one year during the last 5 financial years (Updated at current price level with enhancement factor by adding 10% escalation per annum) given as under :-

Total value of Civil Engg works executed in last 5 year (Certificate from Chartered Accountant required in support)

Financial year Actual cost of Multiplying Cost of work updated Remarks work factor to the current price

Executed (``` .̀ level (``` .̀ in lacs) in lacs) i.e. Col 2 x Col 3

1 2 3 4 5

2016-17 1.1

2015-16 1.2

2014-15 1.3

2013-14 1.4

2012-13 1.5

(Signature of proprietor / Authorized Rep of the Firm)

SW For Accepting Officer

Page 58: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 111

Details for calculating value of “B :- Value of the balance ongoing works to be executed in period “N” given as under:-

Balance value of work `. in lacs

S/ Name of work & CA No with date Name and Appx Present Appx cost No. of Acceptance address of cost of progress of balance

Client/ work (%) work employer (Lacs) (Along- (Lacs)

with documen tary support)

1 2 3 4 5 6

(i)

(ii)

(iii)

(iv)

(v)

Available Bid Capacity should be more than the estimated cost of work.

Tenderer shall calculate ABC and submit duly signed.

Available Bid Capacity (ABC) : 2.50 x A x N - B

(Signature of proprietor / Authorized Rep of the Firm)

SW For Accepting Officer

Page 59: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 112

LIST OF RELEVANT MAJOR CONSTRUCTION VEHICLES, EQUIPMENT AND PLANT OWNED PROPOSED BY FIRM

(REF ELIGIBILITY CRITERION S/NO.5.2 (A) (A4)

(A) The information shall be provided together non-judicial stamp paper as an affidavit duly attested by a Notary/Magistrate.

Type Model Year of Source from where to Location Remark Manufacture be arranged Presently

(Owned/hired/leased) deployed

B. List of Relevant Major Construction Vehicles, Equipment and Plant proposed for this project based on known commitments.

Type Model Year Owned/hired/leased Remark

(Signature of proprietor / Authorized Rep of the Firm)

(Signature)

Notary/ First class Magistrate

SW For Accepting Officer

Page 60: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 113

FORM FOR SUBMITTING UNDERTAKING FOR PERFORMANCE OF BIDDER

(REF ELIGIBILITY CRITERION S/NO. 5.2 (A) (A5)

I/We hereby submit undertaking that:-

(a) There is no poor/slow progress in running works. (if yes he will submit details and reasons of delay to check that these are not attributable to him or are beyond his control).

(b) There are no serious defects observed in works which stand un-rectified (If yes he will submit details and reasons).

(c) There are no cancelled/abandoned contracts in which Govt unrealised recoveries exist (If yes he will submit details and reasons).

(d) He/They have not been blacklisted by any Govt Deptt (If yes he will submit details and reasons).

(e) There are no any Govt dues outstanding against the firm (If yes he will submit details and reasons).

(f) Proprietor/partners/directors of firm are not involved in anti national/social activities and have neither been convicted nor any proceedings are pending in court for such activities (if yes he will submit details).

(g) Tenderers shall submit information of all arbitration/court cases decided during last five & current financial years and also presently in progress as per following format:-

Name & address of employer

Causes of dispute Amounts Brief of Court involved judgment/arbitration

award (if published) otherwise present

progress

(Signature of proprietor / Authorized Rep of the Firm)

SW For Accepting Officer

Page 61: TENDER DOCUMENT CA NO. CE/PSK/ /2017-18 M/s

CA NO CE(P) PSK/ /2017-18 Ser Page No. 114 ADDITIONAL DOCUMENTS REQUIRED TO BE SUBMITTED BY BIDDERS, WHO IS NOT ENLISTED WITH BRO

(REF ELIGIBILITY CRITERION S/NO.5.2 (C) (ii)

The bidder, who is not enlisted with BRO, shall also submit following documents/details along with tender (These are exempted for tenderers enlisted with BRO in any class):-

(a) Constitution of firm along with copy of partnership deed (in case of partnership firms) and memorandum of articles and association (in case of limited companies) (b) Copies of passport of proprietor/partners/directors (if available), If not submitted and Accepting Officer has doubt in character and antecedents of proprietor/partners/directors he may get these verified from police authorities. (c) Copies of PAN card of proprietor/partners/directors. (d) Copy GST Registration.

(Signature of proprietor / Authorized Rep of the Firm)

SW For Accepting Officer