Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
19 views53 pages

(Ministry of Road Transport & Highways) : Government of Uttar Pradesh Public Works Department

The document outlines the bidding process for the permanent rectification of black spots on NH-330 in Uttar Pradesh, with an estimated value of Rs. 292.00 Lacs for the financial year 2024-25. Bids must be submitted online by November 4, 2024, with a pre-bid conference scheduled for October 28, 2024, and technical bids will be opened on November 5, 2024. Eligible bidders must meet specific qualifications and provide necessary documentation, including bid security and authorization from manufacturers.

Uploaded by

EE NH Prayagraj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views53 pages

(Ministry of Road Transport & Highways) : Government of Uttar Pradesh Public Works Department

The document outlines the bidding process for the permanent rectification of black spots on NH-330 in Uttar Pradesh, with an estimated value of Rs. 292.00 Lacs for the financial year 2024-25. Bids must be submitted online by November 4, 2024, with a pre-bid conference scheduled for October 28, 2024, and technical bids will be opened on November 5, 2024. Eligible bidders must meet specific qualifications and provide necessary documentation, including bid security and authorization from manufacturers.

Uploaded by

EE NH Prayagraj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 53

(Ministry of Road Transport &

Highways)

Through

GOVERNMENT OF UTTAR
PRADESH PUBLIC WORKS
DEPARTMENT

Name of work : Permanent Rectification of Black Spots in


Km. 61, 71, 82 & 112 on NH-330 (Old NH-96) (Prayagraj-
Ayodhya Road) in the state of Uttar Pradesh under Road
Safety for the financial year 2024-25

Approx. value of work: Rs. 292.00 Lacs. (Excluding GST)

District : Pratapgarh, Amethi, Sultanpur, Ayodhya (U.P.)

Call : Ist Call

COMPLETE BIDDING DOCUMENT

Office of Chief Engineer National Highways,


Nirmaan Bhawan, UPPWD, Lucknow

Ministry of Road Transport & Highways


AGREEMENT NO. ________________________________

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

I. Name of Work Permanent Rectification of Black Spots in Km.


61, 71, 82 & 112 on NH-330 (Old NH-96)
(Prayagraj-Ayodhya Road) in the state of
Uttar Pradesh under Road Safety for the
financial year 2024-25
2. Period of Sale of Bidding Document From 15.10.2024 (10:30 Hrs) to
04.11.2024(15:00Hrs),
3 Time and Date of Pre-Bid 28.10.2024 (12:00 Hrs)
Conference
4. Last Date and time for Online 04.11.2024 (15.00 Hrs)
submission of bids
5. Last Date and time for physical 04.11.2024 (17.00 Hrs)
submission of envelop as per NIT
6 Time and Date of opening 05.11.2024 (15.00 Hrs)
Technical Bids
7 Time and Date of Opening To be announced later
Financial Bids
8 Place of Opening of Bids
SE Office, NH Circle, PWD, Lucknow

9 Officer inviting Bids


Chief Engineer- NH, PWD, Lucknow
Invitation for Bid
(IFB)
Office of the Superintending Engineer National Highway Circle, P.W.D. Lucknow (UP)

NOTICE INVITING TENDER

No. 3454/173Yata (SUP)-NH Circle/2024 Dated 14.10.2024

1. The Superintending Engineer National Highway Circle, Lucknow on behalf of Governor of Uttar Pradesh
invites the Item rate bids from the eligible and approved OEM and authorized convertors for Signage
registered with UPPWD in Class “A”. The bidder is advised to examine carefully all instructions including
addendum /amendment to ITB, conditions of contract, contract data, forms, terms technical specifications, bill
of quantities etc. Bidders are advised to note the minimum qualification criteria specified in clause 4 of
Section 2. Instructions to Bidders to qualify for the award of the contract.
Sl. Name of work Approximate Bid Cost of Period of
No. value of work Security Document completion
(Rs. in Lakh) (Rs. in (in Rs.)
(Excluding GST) Lakh)
1 2 3 4 5 6
1 Permanent Rectification of Black Spots 292.00 16.60 3000.00 09
in Km. 61, 71, 82 & 112 on NH-330 Months
(Old NH-96) (Prayagraj-Ayodhya
Road) in the state of Uttar Pradesh
under Road Safety for the financial
year 2024-25.
2. Website https://eprocure.gov.in/eprocure/app may be referred for detailed terms and conditions
of the Invitation for Bids (IFB) and Bidding Documents which is available online.
3. Tender will be available online on website https://eprocure.gov.in/eprocure/app from 15-10-2024
to 04-11-2024 up to 15:00 Hours. Bids must be submitted online on or before 15:00 Hours on 04-
11-2024 and technical bids received online will be opened on 05-11-2024 at 15:00 Hours.
4. Bids must be accompanied by non-refundable fee (i/c of all) as indicated in Column 6 of the above
table, in the form of Demand Draft of any Scheduled bank in favour of “RPAO (NH) Ministry of
Road Transport & Highways, Lucknow” payable at Lucknow.
5. Bids must be accompanied with security of the amount specified for the work in the table. Bid security
will have to be in any one of the forms as specified in the bidding document and shall be valid for 45 days
beyond the validity of the bid.
6. The technical bid received online will be opened on 05.11.2024 at 15.00 hours before the evaluation
committee at the office of the Superintending Engineer, N.H. Circle, PWD, Lucknow in presence of
bidders who wish to attend if the office happened to be closed on the date of opening of the specified the
bids will be opened on the next working day at the same time and venue.
7. The bids shall remain valid for acceptance for a period of 90 days from the last date of submission of bid.
Bids once submitted cannot be withdrawn.
8. The rates are inclusive of cost of traffic management during construction. Contractor shall provide road
signage, bollards, boards, gunny bags, sheets etc. for safety of traffic during construction period which
will be incidental to work.
9. Instructions to Bidders regarding e-tendering process:
(a) The complete bid document can be viewed download free of cost from MORTH portal website
https://eprocure.gov.in in from 15.10.2024 to 04.11.2024 up to 15.00 Hours.
(b) The bidders have to submit their bids including scanned copy of Bid Security online in electronic
format with Digital Signature.
(c) No proposal will be accepted in physical form except Tender Fee and Bid Security. The
bidders have to submit Tender Fee and Bid Security in hard copy (original) also on or before
17:00 Hours (Noon) on 04.11.2024 to any of the offices of the C.E. N.H. P.W.D. Lucknow;
Superintending Engineer N.H. Circle, P.W.D Lucknow; Executive Engineer, NH Division,
PWD, Sultanpur. If the office happens to be closed on the last date of submission of Bid
Security in hard copy as specified, the above will be received on the next working day at the
offices mentioned above. In case, Tender Fee and Bid Security not received within specified
time, the Bid shall be considered non-responsive and shall not be downloaded/evaluated.
(d) Before submission of online bids, bidders must ensure that scanned copy of all the necessary
documents have been attached with bid.
(e) The department will not be responsible for delay in online submission due to any reason.
(f) All the information required for bid must be filled in and submitted online.
(g) All documents/papers uploaded/submitted by the bidder must be legible.
10. A pre-bid meeting will be held on 28.10.2024 at 12:00 hours at the office of Superintending
Engineer, N.H. Circle, P.W.D, Lucknow to clarify the issues and to answer questions on any
matter that may be raised at that stage as stated in clause 9.2 of “Instructions to Bidders” of the
Bidding Document.
11. A bidder shall not be permitted to bid for work in the circle responsible for award and execution
of contracts in which his or his spouse’s near relatives (defined as first blood reaction, and their
spouses) is posted as Divisional Accountant or as First in any capacity between the grades of
Superintending Engineer and Junior Engineer (both including).
12. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or
Administrative duties in an Engineering Department of the State/Central Government is allowed
to work as a Contractor for a period of two years after his retirement from Government Service,
without Government permission. This Contract is liable to be cancelled if either the Contractor or
any of his employees is found at any time to be such a person who had not obtained the
permission of the Government as aforesaid before submission of the tender or engagement in
the Contractor’s service.
13. Bid documents and other details consisting of qualification information and eligibility criterion on
bidders plans specification drawings the schedule of Quantities of the various classes of work to
be done and the set of terms and condition of contract to be complied with by the contractor can
be seen in the office of the Executive Engineer mentioned in column 7 of the table corresponding
to the respective package between hours of 11:00am and 4:00 noon on any working day
between 15.10.2024 to 04.11.2024.
14. Any bidder who is having criminal record is not allowed to participate in the bidding process.
15. Any bidder who is registered with the State Bar Council is not allowed to participate in the
bidding process.
16. Uploaded documents of successful bidders will be verified with the original documents before
signing the Agreement. The successful bidder has to provide the originals to the concerned
authority on receipt of such letter, which will be sent through registered post/Email.
17. Bids shall be strictly treated as non-responsive if:
(i) Bid is not accompanied by an acceptable bid security (with validity for a period of not less than 45 days
beyond the validity of bid) within specified period.
(ii) The undertaking regarding validity of bid, for a period of 90 days after the dead line date for bid
submission specified in clause 15.1 of the bidding document, is not submitted.
(iii) Following Tender specifications for road signages as per ministry MoRTH and IRC guidelines shall not
be met by the bidder:
18. The prospective bidders who do not posses Digital Signature Certificate (DSC) may get the
same issued from approved agencies.
19. The bidder shall either be original manufacturer of the retro reflective sheeting and road furniture
or specifically certified authorized convertor /applicator by the original manufacturer and shall
submit such converter certificate and also the legal agreement copy during the bid submission.
The authorization certificate issued by distributor, dealer/power of attorney holder shall not be
entertained. The bidder should produce such authorization in the name of the work from the
manufacturer. At the time of bidding, bidder must provide certificate from the sheet manufacturer
for existing factory set up, which should include the facility of sign shop, plotter, roller and printer
in case of digital printing.
20. Bidder/Converter shall have all the requisite machinery for converting/assembling so as to
deliver proposed items. Converter needs to enclose the original proof of purchase of required
equipment’s or shall enclose the legal letter/authorization from OEM (original equipment
manufacturer) of sheet for acknowledging the setup of following machinery:(Reference- As per
IRC 67-2022, Clause no 6.5.2, 6.6, 6.7.6, 6.8, 6.9 )
(a) 48 Inches or more wide plotter and roller.
In case of Digital Printing:-
(b) Digital printer 48 Inches or more, which uses ink with low VOC emissions or as proposed by sheeting
manufacturer. Necessary documentary proof in the form of purchase bills/ invoice copies/transfer papers
thereof along with detailed specifications of the digital printer duly recommended by OEM sheeting
should be summitted.
(c) Original design software license for printing on reflective sheeting. Bidder/Converter should submit
necessary documentary proof in form of purchase bills/ invoice copies thereof.
(d) The Bidder/Converter must have inhouse facilities for converting/assembling reflective sheeting and other
metal items required for proper completion of the work. The proof of the same shall be submitted along
with bid submission.
(e) The messages (legends, letters, numerals etc.) shall be digitally printed. In the case of digital printing,
the matched product components i.e. reflective sheeting, over laminate film and digital inks shall be
manufactured and supplied by the sheeting manufacturer. A declaration must be provided by the
Sheeting Manufacturer on their letter head confirming that the digital inks are manufactured and
supplied directly by the reflective sheeting manufacturer. The sign boards must be printed using the
Digital Inks manufactured by the sheeting manufacturer using the recommended digital printer. The
OEM/ reflective sheeting manufacturer must the same declaration, declaration from any vendor or
distributor will not be accepted.
(f) The digital printing technology can be either of the available 3 technologies namely, Eco- Solvent,
Latex and UV printing. The OEM/ sheeting manufacturer must provide confirmation that the Digital
Inks are manufactured and supplied by them directly to their customers. Also, the specific model of
the digital printer (of any make or brand) suitable for printing digital sign boards must be validated
and supplied by the sheeting manufacturer directly to the bidder to avoid any ambiguity regarding the
model and make of the machine. The sheeting manufacturer must give a declaration that they will
directly invoice the printer, ink and software to the bidder/customer.
21. The bidder shall demonstrate requisite experience for road signage/road safety/ road safety furniture
works including signage being completed in the last 5 years.
22. Certificate of non-blacklisting to be given by both bidder and OEM of the product stating that the firm is
neither blacklisted nor convicted in the past by any Government department/ agency or any Government
regulatory authority.
23. Bidder must get the Make in India certificate from the manufacturer for Retro reflective sheeting or other
road furniture. (As per MII content defined by GOI).
24. The bidder shall obtain from the sheeting manufacturer of rectro reflective sheeting a pre-qualification
warranty certificate in original of ten year for type XI, seven years for type IV retro reflective sheeting
and five year for type 1 sheeting and submit the same along with bid submission.
25. Road Safety/Signage related work should be carried out as per EinC/HOD, UPPWD, Lucknow office
order No. 944MT/60MT/Gen/2023-24 dt. 23-01-2024 & EinC/HOD, UPPWD, Lucknow office order No-
1843MT/60MT/Gen/2023-24 dt. 20-02-2024.
26. The applicant/Bidder must be authorized converter of original Manufacturer of the Retro Reflective
sheeting and Road furniture specifically certified Authorized Convertor /Applicator by the Original
Manufacturer and shall submit such Authorization certificate and legal Authorization agreement in the
name of Tender specific Agreement upload along with technical Bid during the bid submission. The
Tenderer must obtain & must produce such legal authorization Agreement on the name of the Tender
specific from the retro reflective sheeting Manufacturer must be uploaded along with technical bid. The
authorization certificate and legal authorization Agreement both or anyone issued by distributor; dealer
shall not be entertained. Ref. IRC:67:2022, Clause No. 6.9 Page No.19.
27. The Messages (legends, letters, numerals etc.) shall be digitally printed. In the case of digital printing,
the matched product components i.e. retro reflective sheeting, over lamination film and digital printing
Ink shall be manufactured and supplied by the retro reflective sheeting manufacturer. A Declaration
must be provided by the retro reflective sheeting manufacturer on Rs.100 stamp paper confirming that
the digital printing inks are manufactured and supplied directly by the retro reflective sheeting
manufacturer and the same must be uploaded along with technical bid. The sheeting manufacturer must
also give a declaration that they will directly invoice the printer, ink and software to the bidder or their
authorized print partners from whom the bidder will execute the work under this tender. Only retro
reflective sheeting manufacturer declaration will be considered, Declaration from any vendor, distributor
or any converter will not be accepted. Ref. IRC:67:2022, Clause No. 6.8 Page No.18 Paragraph No.2.
28. The digital printing technology can be either of the available 3 technologies namely, Eco- Solvent, Latex
and UV printing. The OEM/ sheeting manufacturer must provide confirmation that the Digital Inks are
manufactured and supplied by them directly to their customers. Also, the specific model of the digital
printer (of any make or brand) suitable for printing digital sign boards must be validated and supplied by
the sheeting manufacturer directly to the bidder or their authorized digital print partners from whom the
bidders will get the printing done for the tender. To avoid any ambiguity regarding the model and make
of the machine proof of purchase of the machine by bidder or the authorized print partner will be
submitted along-with a declaration from the Digital Print Partners that the entire printing work will be
executed on their machine as per the recommendations of the retro-reflective sheeting manufacturer.
Ref. IRC:67:2022, Clause No. 6.8 Page No.18 Paragraph No.2 & 3.
29. Certificate of non-blacklisting to be given by both Bidder and OEM of the stating that the firm is neither
blacklisted or convicted in the past by any Govt. Departments/ Agencies/ or any Government regulatory
& OEM nor there should be any current/ past litigation or judicial proceeding between the OEM and any
government Institution /agencies /regulatory in the past years before the uploading of technical bid. The
Declaration certificate of both the bidder and OEM shall be upload along with the technical Bid.
Bidder/OEM must be upload above declaration on Rs.100 notarized affidavit. Absence of this the bid is
liable to reject. As per T1/ T2 Documents.
30. The bidder shall ensure that the OEM should have 3 years outdoor weathering Test report for Type IV /
Type XI ( As Per BOQ) retro reflective sheeting for all traffic colours White, Green, Red, Yellow, Blue &
Brown from an Indian Govt/ NABL approve lab. If sheeting manufacturer is not having 3-year outdoor
weathering report tested in Indian condition than a certificate conforming to ASTM: D4956 specification
on artificial accelerated weathering requirements from a reputed laboratory in India can be accepted
provisionally along with 100% bank guarantee equal to the tender value which shall be release after
submitting the Indian weathering test reports as per IRC 67:2022 and same shall be submitted with the
bid document. Ref. IRC:67:2022, Clause No. 6.7 Page No.10.
31. Retro reflective sheeting/ Road Furniture products Test Report from Indian Government
Laboratory/Institution/NABL Accredited Test Laboratory shall be uploaded along with Technical Bid for
following tests:-
A) Retro reflective sheeting
a) Retro reflective sheeting- A certificate of having tested the sheeting for following properties and
passed these tests shall be obtained from Government Laboratory/ Institute, by the manufacturer
of the sheeting.

(i) Coefficient of Retro Reflection


(ii) Day time color & luminance
(iii) 3 years/ artificial accelerated outdoor weathering
(iv) Shrinkage
(vi Flexibility
(vi) Liner Removal
(vii) Adhesion
(viii) Impact resistance
(ix) Specular gloss
(x) Fungus Resistance

b) The bidder shall submit 3 years outdoor weathering test report of retro reflective sheeting from an
Indian Govt Lab from the manufacturers. If sheeting manufacturer is not having 3 year outdoor
weathering report tested in Indian condition then a certificate conforming to ASTM: D4956
specification on artificial accelerated weathering requirements from a reputed laboratory in India
can be accepted provisionally.

B) Road furniture items-

i. Road Stud/ Cat eye/ Raised Pavement Marker (RPM)


a) The contractor shall submit test reports of raised pavement marker lens for visual observation,
abrasion test and coefficient of luminous Intensity being tested by any Indian
Government/Institutes/NABL Accredited Test Laboratory and shall be uploaded along with
technical bid.
b) The contractor shall submit test reports of raised pavement marker compressive strength (min.
13635 Kgf) & flexural Strength (min. 909 Kgf) in accordance to ASTM D 4280 being tested by
any Government/Institutes/NABL Accredited Test Laboratory and shall be uploaded along with
technical bid.
The test report shall include the following tested-
i. Construction
ii. Coefficient of Luminous Intensity
iii. Initial Abrasive Resistance
iv. Color
v. Temperature Cycling
vi. Compressive Strength
vii. Flexural Strength
viii. Lens Impact Strength

ii. Solar Road Stud/ Solar Cat eye/ Solar Raised Pavement Marker

1. The bidder shall submit test reports of solar raised pavement marker for compressive strength
(min. 13635 Kgf) & flexural Strength (min. 909 Kgf) in accordance to ASTM D 4280 as
prescribed in MORTH Section 800 being tested by any Government/ institutes/NABL
Accredited Test Laboratory upload along with technical bid.
2. The contractor shall submit test reports of solar raised pavement marker for requirement of IP
65 as per the provisions of IS:12063:1987 in accordance with ASTM D 4280 and MORTH
Section 800 being tested by any Government test laboratories.
3. The contractor shall submit a warranty certificate in original, jointly signed by the contractor
and manufacturer of Solar RPM at the time of completion of work.

iii. Aluminum Flexible Prismatic Sheeting/ Hazard Marker

1. The bidder shall submit the test reports of AFP of object markers as per the provisions of IRC
79:2019 & ASTM D 4956-09 being tested by any Government/institutes/NABL Accredited Test
Laboratory upload along with technical bid.
a) Co-efficient of retro reflection
b) Flexibility
c) Impact Resistance

iv. Median Marker

1. The bidder shall submit the test reports of Flexible Median marker for rebound ability and tensile
test as per IRC 79:2019 being tested by Government/Institutes/NABL Accredited Test Laboratory
upload along with technical bid.
v. Road Delineator

1. The bidder shall obtain from the manufacturer of Road Delineator a warranty certificate in original
for two years replacement warranty. It should also conform that the delineator offered is made
using Type XI retro reflective sheeting as per IRC 79-2019.
32. Other details can be seen in the Bidding Documents on the website.
33. Bidder must submit information/document on prescribed Proforma i.e. T4, T5, T6 with each bid.
34. Following may be noted
(a) Registration should be valid at least up to one month after the date of submission of BID.
(b) Bids can be submitted only during the validity of their registration.
(c) The amendments / clarifications to the BID document, if any, will be hosted on the MORTH e-tender
portal https://eprocure.gov.in .

(Praveen Kumar)
Superintending Engineer
N.H. Circle, P.W.D.
Lucknow
Copy to information and necessary action to :-
1. Chief Engineer-Regional Officer, MoRTH, Lucknow (By [email protected]).
2. The Chief Engineer (NH) UPPWD, Lucknow (By [email protected]).
3. Executive Engineer, NH Division, PWD, Sultanpur (By [email protected]) for
uploading the Bid Documents on website.

Superintending Engineer
N.H. Circle, P.W.D.
SECTION 1
INSTRUCTIONS TO BIDDERS

1. Name of the Employer is Chief Engineer (NH PWD) UP PWD, Govt. of Uttar Pradesh,
Nirman bhawan, 96 Mahatma Gandhi Marg Lucknow-226001 [Cl.1.1]

2. The last five years


2023-2024
2022-2023
2021-2022
2020-2021
2019-2020

3. This annual financial turn over amount is Rs. 117.00 Lacs (Rupees One Hundred
Seventeen Lakh only) [Cl. 4.5A(a)]

4. Value of work done is Rs. 117.00 Lacs (Rupees One Hundred Seventeen Lakh only)

[Cl. 4.5A(b)]
5. Quantities of work are: [Cl. 4.5A(c)]
6. Liquid assets and/or availability of credit facilities is Rs. 29.20 [Cl. 4.5B(c)]
Lakh (Rupees Twenty Nine & Two Lakh only)

7. Price level of the financial year 2023-24 [Cl.4.7]

8. The pre-bid meeting will take place at Office of Superintending Engineer, NH Circle Lucknow,
UPPWD at 12 Hrs [Cl.9.2.1]

9. The technical bid will be opened at office of Office of Superintending Engineer, NH


Circle Lucknow, UPPWD Lucknow

10. Address of the Employer: Chief Engineer (NH PWD) UP PWD, Govt. of Uttar
Pradesh, Nirman bhawan, 96 Mahatma Gandhi Marg Lucknow-226001 [Cl.4.5 (a)]

11. The B.G/TDR in favour of CE-NH, UP PWD, Lucknow.

12. Identification: [Cl.19.2(b)]


Bid for Permanent Rectification of Black Spots in Km. 61, 71, 82 & 112
on NH-330 (Old NH-96) (Prayagraj-Ayodhya Road) in the state of Uttar
Pradesh under Road Safety for the financial year 2024-25)
-Bid reference No 3454/173Yata (SUP)-NH Circle/2024 Dated 14.10.2024 (insert
number)
-Do not open before 05.11.2024 (15.00) (Time and date)
13. The bid should be submitted through E-tendering latest by 15:00 Hrs on 04.11.2024
[Cl.20.1 (a)]
14. The bid will be opened at office of Office of Superintending Engineer, NH Circle Lucknow,
UPPWD Lucknow on 15:00 Hrs on 05.11.2024 [Cl. 23.1]
15. The Bank Draft in favour of Chief Engineer, NH, UP PWD, Lucknow [Cl. 34.1]
payable at____________________________________________________

16. The name of Dispute Review Expert will be decided later through Indian Road Congress (IRC,
New Delhi) [Cl. 36.1]

17. Escalation factors (for the cost of works executed and financial
figure to a common base value for works completed)

Year before Multiply factor


One 1.1
Two 1.21
Three 1.33
Four 1.46
Five 1.61
SECTION 2

QUALIFICATION INFORMATION

(to be filled in by Bidder)


QUALIFICATION INFORMATION
The information to be filled in by the Bidder in the following pages will be used tor purposes of
post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be
incorporated in the Contract.
1. For Individual Bidders
1.1. Constitution or legal status of Bidder
[Attach copy]
Place of registration: ________________________________
Principal place of business: ________________________________
Power of attorney of signatory of Bid [Attach]
1.2. Total value of Civil Engineering construction ------------ 2023-2024
work performed in the last five years** --------- 2022-2023
(in Rs. Million) 2021-2022
2020-2021
2019-2020
1.3.1. Work performed as prime contractor, work performed in the past as a nominated subcontractor will also
be considered provided the sub-contract involved execution of all main items of work described in the bid
document, provided further that all other qualification criteria are satisfied (in the same name) on works of a
similar nature over the last five years. **

Project Name of Descrip Contract Value of Date of Stipulated Actual date Remarks explaining
Name the tion of No. Contract issue of period of of reasons for dealy &
Emplo- work (Rs crore) work order completion completion* work Completed
yer*

*Attach certificate(s) from the Engineer(s)-i n-Charge


** immediately preceding the financial year in which bids are received.
 Attach certificate from Chartered Accountant.

8
#1.3.2. Quantities of work executed as prime contractor, work performed in the past as a nominated sub-
contractor, will also be considered provided the sub-contract involved execution of all main items of work
described in the bid document, provided further that all other qualification criteria are satisfied (in the same
name and style) in the last five years: **

Year Name Name of Quantity of work performed (cum)@ Remarks Remarks*


of the the Cement Masonry Earth WB WMM Bitumino (indicate
work Employ Concrete Works M us Work contract
er* (includin Ref)
g RCC&
PCC)
2023-24
2022-23
2021-22
2020-21
2019-20

1.4. Information on Bid Capacity (works for which bids have been submitted and works which are yet to be
completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Descriptio Place & Contract Name & Value of Stipulated Value of Anticipated
n of works State No. Address Contract Period of works* date of
of (Rs Cr) Completion remaining completion
Employer to be
completed
(Rs Cr)
1 2 3 4 5 6 7 8

*Attach certificate(s) from the Engineers)-in-Charge


@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c). **
immediately preceding the financial year in which bids are received.
# Delete, if prequalification has been carried out
9
(B) Works for which bids already submitted:

Description Place & Name& Estimated Stipulated Date when Remarks, if


of works Slate Address of value of period of descision is any
Employer works (Rs Cr) completion expected
1 2 3 4 6 6 7

1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works [Ref. Clause
4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the
Instructions to Bidders.

Item of Requirement Availability proposals Remarks


No. Capacity Owned/Leased to Nos./Capacity Age/
Equipment (from whom
be procured Condition to be
purchased)

10
1.6. Qualifications and experience of key personnel required for administration and execution of the Contract
[Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3 (e) of instructions to Bidders and
Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualification Year of Years of experience in


Experience the proposed position
(General)
Project Manager

Etc.

1.7. Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3 (k)]

Sanctions of the Value of Sub- Sub-contractor Experience in similar work


works contract (Name &
Address)

Attach copies of certificates on possession of valid license for executing water supply / sanitary work / building
electrification works [Reference Clause 4.5(d) & Clause 4.5 ( e )]

11
*1.8. Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports (in
case of companies/corporation), etc. List them below and attach copies.
1.9. Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of
credit, etc. List them below and attach copies of support documents.
1.10. Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may provide
references if contacted by the Employer.
1.11. Information on litigation history in which the Bidder is involved.
Other Party (ies) Employer Cause of Dispute Amount involved Remarks showing
Present Status

1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the instructions
to Bidders. (Name of Consultant engaged for project preparation is** ........................................... )
_________________________________________________________________________________
_________________________________________________________________________________
1.13. Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as
necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 &4.3 (1)]
1.14. Programme
1.15. Quality Assurance Programme
2. Deleted
3. Additional Requirements
3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the
Instructions to the Bidders, if applicable.
(i) Affidavit (REPLACED)
(ii) Undertaking (REPLACED)
***(iii) Update of original prequalification application ***(iv) Copy of
original prequalification application ***
***(v) Copy of prequalification letter

__________________________________________________________________________________
* Delete, if prequalification has been carried out.
** Fill the Name of Consultant.
*** Delete, if prequalification has not been carried out.

12
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF
CREDIT FACILITIES

(CLAUSE 4.2 (i) OF ITB)

BANK CERTIFICATE

This is to certify that M/s. ______________________________________________ is a reputed


company with a good financial standing.

If the contract for the work, namely ________________________________________is awarded


to the above firm, we shall be able to provide overdraft/credit facilities to the extent of
Rs. _______________________ to meet their working capital requirements for executing the
above contract during the contract period.

____________________

(Signature)
Name of Bank
Senior Bank Manager
Address of the Bank

13
AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and
correct.
2. The undersigned also hereby certifies that neither our firm
M/s_________________________________________________________ have abandoned any work on
National Highways in India nor any contract awarded to us for such works have been rescinded, during
last five years prior to the date of this bid.
3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or corporation to furnish
pertinent information deemed necessary and requested by the Department to verify this statement or
regarding my (our) competence and general reputation.
4. The undersigned understand and agrees that further qualifying information may be requested, and agrees
to furnish any such information at the request of the Department/ Project implementing agency.

_____________________________________
(Signed by an Authorised Officer of the Firm)

_________________
Title of Officer

__________________
Name of Firm

__________________
DATE

14
UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ____________________________________


________________________would invest a minimum cash up to 25% of the value of the work during
implementation of the Contract.

_____________________________________
(Signed by an Authorised Officer of the Firm)

__________________
Title of Officer

__________________
Name of Firm

__________________
DATE

15
SECTION 3

CONDITIONS OF CONTRACT

(Please refer Part I)

(to be supplied by the Employer)


SECTION 4

CONTRACT DATA

(to be filled in by Employer)


(PAGE REPLACED)
CONTRACT DATA
Clause Reference
with respect
to section3

Items marked “N/A” do not apply in this Contract.

1. The Employer is CE, NH UP PWD, Lucknow [Cl.1.1]

Name: CE, NH UP PWD, Lucknow

Address: 96, MG Marg, Lucknow

Name of authorized Representative (Will be intimated later)

2. The Engineer is SE, NH Circle PWD, Lucknow

Name of Authorized Representative: Executive Engineer, NH Division, PWD, Sultanpur

3. The Dispute Review Expert appointed jointly by the Employer and [Cl.1.1]
Contractor is:
*Name :___________________________________________
*Address:__________________________________________

4. The Defects Liability Period is 3 Years from the date of completion. [Cl.1.1&35]

5. The Start Date shall be10 days for the date of issue of the Notice to [Cl.1.1]
proceed with the work.

6. The Intended Completion Date for the whole of the Works is 09 [Cl.1.1, 17&28]
months after start of work with the following milestones:

Milestone dates: [Cl.2.2 & 49.1]


Physical works to be completed Period from the start date
Milestone 1 i.e. 35% 03 Months.
Milestone 2 i.e. 70% 06 Months.
Milestone 3 i.e. 100% 09 Months.

7. The Site is located at Permanent Rectification of Black Spots in Km. 61, 71, 82 & 112 on

NH-330 (Old NH-96) (Prayagraj-Ayodhya Road) in the state of Uttar Pradesh under Road

Safety for the financial year 2024-25) ________ [Cl. 1.1]

8. The name and identification number of the Contract Permanent Rectification of Black Spots in

Km. 61, 71, 82 & 112 on NH-330 (Old NH-96) (Prayagraj-Ayodhya Road) in the state of Uttar

Pradesh under Road Safety for the financial year 2024-25) [Cl. 1.1]
9. The works consist of Permanent Rectification of Black Spots in Km. 61, 71, 82 & 112 on
NH-330 (Old NH-96) (Prayagraj-Ayodhya Road) in the state of Uttar Pradesh under Road
Safety for the financial year 2024-25) ________ [Cl. 1.1]
_____________________________________________________________________
____________________ the woks shall, inter alia, include the following, as specified or as directed:

(A) Road Works

Site clearance; setting-out and layout; widening of existing carriageway and strengthening
including camber corrections; bituminous pavements remodelling/construction of
junctions, intersections, road markings, road widening, Footpath, Speed Table, Raised
Pavement Marker, Traffic road signs and kilometer/ hectometer stones; all aspects of
quality assurance of various components of the works; rectification of the defects in the
completed works during the Defects Liability Period; submission of "As-built" drawings
and any other related documents; and other item of work as may be required to be carried
out for completing the works in accordance with the drawings and provisions of the
contract to ensure safety.

(B) Bridge Works

Site clearance; setting out, provision of foundations, piers abutments and bearings;
prestressed/reinforced cement concrete superstructure; wearing coat, hand railings,
expansion joints, approach slabs, drainage spouts/ downtake pipes, arrangements for
fixing light posts, water mains, utilities etc; provision of suitably designed protective
works; providing wing/return walls; provision of road markings, road signs etc.; all
aspects of quality assurance; clearing the site and handing over the works on completion;
rectification of the defects during the Defects Liability Period and submission of "As-
built" drawings and other related documents; and other items of work as may be required
to be carried out for completing the works in accordance with the drawings and the
provisions of the contract and to Insure safety.

(C) Other Items


Any other items as required to fulfill all contractual obligations as per the Bid documents. [Cl. 1.1]

10. The following documents also form part of the Contract: [CI. 2.3(9)]
__________________________________________________________
11. The law which applies to the Contract is the law of Union of India [CI. 3.1]
[CI. 3.1]
12. The language of the Contract documents is English

13. Limit of subcontracting 50% of the Initial Contract Price [CI. 7.1]

14. The Schedule of Other Contractors [CI. 8]


15. The Schedule of Key Personnel As per Annex.-II to Section I [CI. 9]

16. The minimum insurance cover for physical property, injury and death is Rs.5 [Cl. 13]
lakhs per occurrence with the number of occurrences limited to four. After each
occurrence, contractor will pay additional premium necessary to make insurance
valid for four occurrences always.
17. Site investigation report [Cl. 14]
18. The Site Possession Dates shall be of the date of Appointed Date [Cl. 21]
19. Fees and types of reimbursable expenses to be paid to the Dispute Review [Cl. 25]
Expert
(To be inserted later)
20. Appointing Authority for the Dispute Review Expert - Council, Indian Roads [Cl. 26]
Congress, New Delhi.
21. The period for submission of the programme for approval of Engineer shall be [Cl. 27.1]
21 days from the issue of Letter of Acceptance.
22. The period between programme updates shall be10 days. [Cl. 27.3]
23. The amount to be withheld for late submission of an updated [Cl. 27.3]
programme shall be Rs.2.00 lakhs.
24. The following events shall also be Compensation Events: [Cl. 44]
Substantially adverse ground conditions encountered during the course of
execution of work not provided for in the bidding document

(i) Removal of underground utilities detected subsequently


(ii) Significant change in classification of soil requiring additional
mobilisation by the contractor, e.g. ordinary soil to rock excavation,
(iii) Removal of unsuitable material like marsh, debris dumps, etc not
caused by the contractor
(iv) Artesian conditions
(v) Seepage, erosion, landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archeological or religious structures,
monuments interfering with the works
(viii) Restriction of access to ground imposed by civil, judicial, or military
authority

25. The currency of the Contract is Indian Rupees. [Cl. 46]

26. The formula (e) for adjustment of prices are: [Cl. 47]

R = Value of work as defined in Clause 47.1 of Conditions of Contract


Adjustment for labour component
(i) Price adjustment for increase or decrease in the cost due to
labour shall be paid in accordance with the following
formula:
VL = 0.85 x PI/100 x R x (Li – Lo )/Lo
VL = increase or decrease in the cost of work during the month
under consideration due to changes in rates for local labour.
Lo = the consumer price index for industrial workers for the State
on 28 days preceding the date of opening of Bids as
published by Labour Bureau, Ministry of Labour,
Government of India.
L = The consumer price index for industrial workers for the State
for the under consideration as published by Labour Bureau,
Ministry of Labour, Government of India.
PI = Percentage of labour component of the work.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement
procured by the contractor shall be paid in accordance with the
following formula:
Vc = 0.85 x Pc/100 x R x (Ci – Co )/Co
Vc = increase or decrease in the cost of work during the month
under consideration due to changes in rates for cement.
Co = The all India wholesale price index for cement on 28 days
preceding the date of opening of Bids as published by the
Ministry of Industrial Development, Government of India,
New Delhi.
Ci = The all India average wholesale price index for cement for
the month under consideration as published by Ministry of
Industrial Development, Government of India, New Delhi
Pc = Percentage of cement component of the work

Adjustment for steel component


(iii) Price adjustment for increase or decrease in the cost of steel
procured by the Contractor shall be paid in accordance with the
following formula:
Vs = 0.85xPs/100xRx(Si – So )/So
Vs = Increase or decrease in the cost of work during the month
under consideration due to changes in the rates for steel
So = The all India wholesale price index for steel (Bars and Rods)
on 28 days preceding the date of opening of Bids as
published by the Ministry of Industrial Development,
Government of India, New Delhi

Si= The all India average wholesale price index for steel (Bars and
Rods) for the month under consideration as published by Ministry
of Industrial Development, New Delhi
Ps = Percentage of steel component of the work
Note : For the application of this clause, index of Bars and Rods has been
chosen to represent steel group.
Adjustment of bitumen component

(iv) Price adjustment for increase or decrease in the cost of bitumen


shall be paid in accordance with the following formula:
Vb = 0.85 x Pb/100 x R x (Bi – Bo )/Bo
V b= Increase or decrease in the cost of work during the month
under consideration due to changes in rates for bitumen.
Bo = The official retail price of bitumen at the IOC depot at
nearest center on the day 28 days prior to date of opening
of Bids.
Bo = The official retail price of bitumen of IOC depot at nearest
center for the 15Ih day of the month under consideration.
Pb = Percentage of bitumen component of the work

Adjustment of POL (fuel and lubricant) component


(v) Price adjustment for increase or decrease in cost of POL (fuel and
lubricant) shall be paid in accordance with the following formula:
Vf = 0.85 x Pf/100 x R x (Fi - Fo)/Fo
Vf = Increase or decrease in the cost of work during the month
under consideration due to changes in rates for fuel and
lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the
existing consumer pumps of IOC at nearest center on the day
28 days prior to the date of opening of Bids.
Fi = The official retail price of HSD at the existing consumer
pumps of IOC at nearest center for the 15th day of month of the
under consideration.
Pf = Percentage of fuel and lubricants component of the work.

Note: For the application of this clause, the price of High Speed
Diesel oil has been chosen to represent fuel and lubricants
group.

Adjustment for Plant and Machinery Spares Component

(vi) Price adjustment for increase or decrease in the cost of plant and
machinery spares procured by the Contractor shall be paid in accordance
with the following formula:
Vp = 0.85 x Pp/100 x R x (Pi-Po)/Po
Vp = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for plant and machinery
spares
Po = The all India wholesale price index for heavy machinery and parts
on 28 days preceding the date of opening of Bids as published by the
Ministry of Industrial Development, Government of India, New
Delhi.
[Cl. 49]
Pi = The all India average wholesale price index for heavy machinery and
parts for the month under consideration as published by Ministry of
Industrial Development, Government of India, New Delhi.
Pp = Percentage of plant and machinery spares component of the work.

Note : For the application of this clause, index of Heavy Machinery and
Parts has been chosen to represent the Plant and Machinery Spares
group.
Adjustment of Other materials Component [CI. 49]

(vii) Price adjustment for increase or decrease in cost of local materials other
than cement, steel, bitumen and POL procured by the contractor shall be
paid in accordance with the following formula:
Vm=0.85xPm/100xRx(Mi-Mo)/Mo
[Cl. 50]
Vm = Increase or decrease in the cost of work during the month
under consideration due to changes in rates for local materials
other than cement, steel, bitumen and POL.
Mo = The all India wholesale price index (all commodities) on 28
days preceding the date of opening of Bids, as published by the
Ministry of Industrial Development, Government of India,
New Delhi.
Mi = The all India wholesale price index (all commodities) for the
month under consideration as published by Ministry of
Industrial Development, Government of India, New Delhi. [Cl.51 & 52]
Pm = Percentage of local material component (other than cement,
steel, bitumen and POL) of the work.

The following percentages will govern the price adjustment


for the entire contract:
1. Labour – PI 25%
2. Cement - Pc 5%
3. Steel- P S 5%
4. Bitumen - Pb 10 %
5. POL - Pf 5%
6. Plant & Machinery Spares – Pp 5%
7. Other materials – Pm 45 %
________________
Total 100%
27. The proportion of payments retained (retention money) shall be 6% from [Cl. 48]
each bill subject to a maximum of 5% of final contract price.
28. Amount of liquidated damages for delay in For Whole of work [Cl. 49]
completion of works (l/2000)th of the Initial
Contract Price, rounded
off to the nearest
Thousand, per day.
For sectional
completion (wherever
specified, in item 6 of
Contract Data) (1/200)th
of initial contract price
for 5 km section,
rounded off to the
nearest thousand per
day.

29. Maximum limit of liquidated damage for delay 10 per cent of the Initial [Cl. 49]
in completion of work. Contract Price rounded
off to the nearest
thousand.
30. Amount of Bonus for early completion of 1 per cent of the Initial [Cl. 50]
whole of the works Contract Price (part of a
month to be excluded),
rounded off to the nearest
thousand, per month.

31. Maximum limit of bonus for early completion 6 per cent of the Contract [Cl. 50]
of work Price rounded off to the
nearest thousand.

32. The amounts of the advance payment are:

Nature of Advance Amount (Rs.) Conditions [C1.51 &52]


to be fulfilled

i. Mobilization 10% of the Contract price On submission of un-


conditional Bank
Guarantee, (to be drawn
before the end of 20% of
Contract period). The
contractor may furnish four
bank guarantees of 2.5%
each, valid for full period.
ii. Equipment 90% for new and 50% After equipment is brought
ofdepreciated value for old to site (provided the
equipment. Total amount Engineer is satisfied that
will be subject to a the equipment is required
maximum of 5% of the for performance of the
Contract price. contract) and on submission
of unconditional Bank
Guarantee for amount of
advance.

iii. Secured advance 75% of Invoice value. a) The materials are in-
for non- perish- accordance with the
able materials specification for
brought to site Works;
b) Such materials have
been delivered to site,
and are properly stored
and protected against
damage or deterioration
to the satisfaction of the
Engineer. The
contractor shall store
the bulk material in
measurable stacks.;

c) The Contractor's records


of the requirements,
orders, receipt and use of
materials are kept in a
form approved by the
Engineer and such
records shall be available
for inspection by the
Engineer;
d) The contractor has
submitted with his
monthly statement the
estimated value of the
materials on site together
with such documents as
may be required by the
Engineer for the purpose
of valuation of the
materials and providing
evidence of ownership
and payment thereof;
e) Ownership of such
materials shall be
deemed to vest in the
Employer for which the
Contractor has submitted
an Indemnity Bond in an
acceptable format; and
f) The quantities of materials
are not excessive and
shall be used within a
reasonable time as
determined by the
Engineer.
(The advance payment will be paid to the Contractor no later than 28 days
after fulfillment of the above conditions).
33. Repayment of advance payment for mobilization and equipment: [Cl. 51.3]
The advance loan shall be repaid with percentage deductions from the interim
payments certified by the Engineer under the Contract. Deductions shall
commence in the next Interim Payment Certificate following that in which the
total of all such payments to the Contractor has reached not less than 20 per
cent of the Contract Price or 6 (Six) months from the date of payment of first
instalment of advance, whichever period concludes earlier, and shall be made
at the rate of 20 per cent of the amounts of all Interim Payment Certificates
until such time as the loan has been repaid, always

provided that the loan shall be completely repaid prior to the expiry of the
original time for completion pursuant to Clauses 17 and 28.
34. Repayment of secured advance: [CI. 51.4]

The advance shall be repaid from each succeeding monthly payments to


the extent materials [for which advance was previously paid pursuant to
Clause 51.4 of G.C.C.] have been incorporated into the Works.

35. The Securities shall be for the following minimum amounts equivalent as [CI. 52]
a percentage of the Contract Price:

Performance Security for 5 per cent of contract price plus Rs.


...................... (to be decided after evaluation of the bid) as additional
security in terms of ITB Clause 29.5.

The standard form of Performance Security acceptable to


the Employer shall be an unconditional Bank Guarantee
of the type as presented in Section 8 of the Bidding
Documents.

36. The Schedule of Operating and Maintenance Manuals______N/A [CI. 58]


[CI. 58]
37. The date by which "as-built" drawings (in scale as directed) in 2 sets are
required is within 28 days of issue of certificate of completion of whole or
section of the work, as the case may be.
38. The amount to be withheld for failing to supply "as built" drawings by the [CI. 58]
date required is Rs. 2.00 Lakhs.
39. The following events shall also be fundamental breach of contract: [CI. 59.2]
"The Contractor has contravened Sub-clause 7.1 and Clause 9 of GCC."
[3, CI. 60]
40. The percentage to apply to the value of the work not completed
representing the Employer's additional cost for completing the Works
shall be 20 per cent.
SECTION 5

TECHNICAL SPECIFICATIONS

(Attached)
SECTION 6

FORM OF BID

(to be filled in by Bidder)


FORM OF BID

Description of the Works:

___________________________________________________________________________________________________
___________________________________________________________________________________________________
________________________________________________________________________

BID
To :

Address :

1. We offer to execute the Works described above and remedy any defects therein in conformity with the
conditions of Contract, specification, drawings, Bill of Quantities and Addenda for the sum(s) of
As per BOQ
___________________________________________________________________________________________
_________________________________________________________________________
(_________________________________________________________________________________)

2. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible after
the receipt of the Engineer's notice to commence, and to complete the whole of the Works comprised in
the Contract within the time stated in the document.

3. We agree to abide by this Bid for the period of * ________ days from the date fixed for
receiving the same, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

4. Unless and until a formal Agreement is prepared and executed this Bid, together with your written
acceptance thereof, shall constitute a binding contract between us.

5. We understand that you are not bound to accept the Lowest or any tender you may receive.

30
6. We accept the appointment of Shri __________________________________ as the Dispute Review
Expert.

(OR)

We do not accept the appointment of Shri ______________________________________________


as the Dispute Review Expert and propose instead that Shri ________________________________
be appointed as
Dispute Review Expert, whose BIO-DATA is attached.

Dated this _______________ day of __________________________20…….

Signature ________________________________ in the capacity of ____


duly authorized to sign bids for and on behalf of __________________________________________
__________________________________________________________________________________

(in block capitals or typed)

Address

__________________________________________________________________________________________
__________________________________________________________________________________________

Witness

___________________________________________________________________________________________________
_________________________________________________________________________________

Address

___________________________________________________________________________________________________
_________________________________________________________________________________

Occupation

__________________________________________________________________________________
____________________________________________________________________

31
SECTION 7

BILL OF QUANTITIES

(Attached Separately)
BILL OF QUANTITIES Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of
Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a
common basis for bidding. The basis of payment will be the actual quantities of work ordered and
carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and
prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices
as the Engineer may fix within the terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in sofar as it is otherwise
provided under the Contract, include all constructional plant, labour, supervision, materials, erection,"
maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities and
obligations set out or implied in the Contract.

4. The rates and prices shall be quoted entirely in Indian Currency.

5. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are stated
or not. The cost of Items against which the Contractor has failed to enter a rate or price shall be deemed
to be covered by other rates and prices entered in the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the items provided
in the priced Bill of Quantities, and where no Items are provided the cost shall be deemed to be
distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated or summarized in
the Bill of Quantities. References to the relevant sections of the contract documentation shall be made
before entering rates or prices against each item in the Bill of Quantities.

8. The method of measurement of completed work for payment shall be in accordance with the
specification for Road and Bridge Works published by the Ministry of Surface Transport (edition).

9. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of the
Instructions to Bidders.

10. Rock is defined as all materials which, in the opinion of the Engineer, require blasting, or the use of
metal wedges and sledgehammers, or the use of compressed air drilling for its removal, and which
cannot be extracted by ripping with a tractor of at least 150 kw with a single rear mounted heavy duty
ripper.
BILL OF QUANTITIES

SI. Description of Item (with Quantity Unit Rate Amount


No brief specification and In Figures In Words
reference to book of
specification)
SECTION 8

SECURITIES AND OTHER FORMS

(to be filled Bidder/Employer)


BID SECURITY (BANK GUARANTEE)
WHEREAS, __________________________________[name of Bidder] (hereinafter called "the Bid-
der") has submitted his Bid dated_______________________________[date] for the construction of
________________________[name of Contract hereinafter called "the Bid"].

KNOW ALL PEOPLE by these presents that We__________________________________________ [name of


Bank] of ___________________________ [name of country] having our registered office at
___________________________________________________(hereinafter called “the Bank”) are bound unto
________________________________[name of Employer] (hereinafter called “the Employer”) in the sum of
_______________*for which payment well and truly to be made to the said Employer the Bank itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________day of ______,20____.

THE CONDITIONS of this obligation are :

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form
of Bid;

OR
(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period of Bid
validity :

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer will note
that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions,
specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ______________________ ** days
after deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be
extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect
of this guarantee should reach the Bank not later than the above date.

DATE _______________________ SIGNATURE _________________

WITNESS _______________________ SEAL ________________________

________________________________________________________________________________
[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian
Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer before
the Bidding documents are issued.
PERFORMANCE BANK GUARANTEE

To

______________________________________ [name of Employer]


______________________________________ [address of Employer]
________________________________________

WHEREAS _________________________________[name and address of Contractor]


(hereafter called "the Contractor") has undertaken, in pursuance of Contract No. ______________
dated ___________ to execute ____________________________ [name of Contract and brief
description of Works] (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee :

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ______________________________ [amount of
guarantee]* _________________________ (in words), such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the
limits of _______________________________ [amount of guarantee] as aforesaid without your
needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting
us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed thereunder or of any of the Contract documents which may be made between your
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the guarantor _______________________


Name of Bank ________________________________________
Address _____________________________________________
Date _____________
___________________________________________________________________________
* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified
in the Contract including additional security for unbalanced Bids, if any and denominated in Indian
Rupees.
BANK GUARANTEE FOR ADVANCE PAYMENT

To

________________________________________ [name of Employer!


_________________________________________ [address of Employer!
_________________________________________ [name of Contractor]

Gentlemen :

In accordance with the provisions of the Conditions of Contract, sub-clause 51.1


("Advance Payment") of the above-mentioned Contract, _________________________________
[name and address of Contractor] (hereinafter called "the Contractor") shall deposit with
_________________________ [name of Employer] a bank guarantee to guarantee his proper
and faithful performance under the said Clause of the Contract in an amount of
_______________________ [amount of Guarantee]* _________________________ [in words].

We, the_______________________ [bank of financial institution!, as instructed by


the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and
not as Surety merely, the payment to ___________________________________ [name of Em-
ployer] on his first demand without whatsoever right of obligation on our part and without
his first claim to the Contractor, in the amount not exceeding _____________________ [amount
of guarantee]* ________________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contractor or
Works to be performed thereunder or of any of the Contract documents
which may be made between ___________________________ [name of Employer] and the
Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of
any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract until _________________________________ [name of Employer]
receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and Seal : ___________________________________________


Name of Bank / Financial Institution : ____________________________
Address : ___________________________________________________
Date : _________________________

__________________________________________________________________________________
* An amount shall be inserted by the Bank or Financial Institution representing the amount of the
Advance Payment, and denominated in Indian Rupees.
INDENTURE FOR SECURED ADVANCES
FORM 31

(for use in cases in which the contract is for finished work and the contractor has entered into an agreement for
the execution of a certain specified quantity of work in a given time)

This indenture made the_______________________ day of _________________, 20 ____


BETWEEN _________________________ (hereinafter called the contractor which expres-
sion shall where the context so admits or implies be deemed to include his executors, ad-
ministrators and assigns) or the one part and the Employer of the other part.

Whereas by an agreement dated _________________________ (hereinafter called the


said agreement) the contractor has agreed.

AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced on the
security of materials absolutely belonging to him and brought by him to the site of the works the subject of the
said agreement for use in the construction of such of the works as he has undertaken to executive at rates fixed
for the finished work (inclusive of the cost of materials and labour and other charges)

AND WHEREAS the Employer has agreed to advance to the Contractor the sum of
Rupees _______________________________________________________ on the security of
materials the quantities and other particulars of which are detailed in Accounts of Secured Advances attached to
the Running Account bill for the said works signed by the Contractor
on _______ and the Employer has reserved to himself the option of making any further
advance or advances on the security of other materials brought by the Contractor to the site of the said works.

Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement


and in consideration of the sum of Rupees _____________________ on or before the execution
of these presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby
acknowledge) and of such further advances (if any) as may be made to him as a for said the Contractor doth
hereby covenant and agree with the President and declare as follows :

(1) That the said sum of Rupees ______________________________ - so advanced by the Em-
ployer to the Contractor as aforesaid and all or any further sum of sums advanced as
aforesaid shall be employed by the Contractor in or towards expending the execu-
tion of the said works and for no other purpose whatsoever.

(2) That the materials details in the said Account of Secured Advances which have been offered to and
accepted by the Employer as security are absolutely the Contractor's own propriety and free from
encumbrances of any kind and the contractor will not make any application for or receive a further
advance on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.

(3) That the materials detailed in the said account of Secured Advances and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid (hereafter called
the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of the Engineer.

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the proper
watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the Contractor's
custody and on his own responsibility and shall at all times be open to inspection by the Engineer or any
officer authorized by him. In the event of the said materials or any part thereof being stolen, destroyed
or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof
the Contractor will forthwith replace the same with other materials of like quality or repair and make
good the same required by the Engineer.

(5) That the said materials shall not be any account be removed from the site of the said works except with
the written permission of the Engineer or an officer authorized by him on that behalf.

(6) That the advances shall be repayable in full when or before the Contractor receives payment from the
Employer of the price payable to him for the said works under the terms and provisions of the said
agreement. Provided that if any intermediate payments are made to the Contractor on account of work
done than on the occasion of each such payment the Employer will be at liberty to make a recovery
from the Contractor's bill for such payment by deducting there from the value of the said materials than
actually used in the construction and in respect of which recovery has not been made previously, the
value for this purpose being determined in respect of each description of materials at the rates at which
the amounts of the advances made under these presents were calculated.

(7) That if the Contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total amount of
the advance or advances that may still be owing of the Employer shall immediately on the happening of
such default be re-

payable by the Contractor to be the Employer together with interest thereon at twelve per cent per
annum from the date or respective dates of such advance or advances to the date of repayment and with
all costs, charges, damages and expenses incurred by the Employer in or for the recovery thereof or the
enforcement of this security or otherwise by reason of the default of the Contractor and the Contractor
hereby covenants and agrees with the Employer to reply and pay the same respectively to him
accordingly.

(8) That the Contractor hereby charges all the said materials with the repayment to the
Employer of the said sum of Rupees __________________________________________
and any further sum of sums advanced as aforesaid and all costs, charges, damages and expenses
payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared that
notwithstanding anything in the said agreement and without prejudice to the power contained therein if
and whenever the covenant for payment and repayment here-in-before contained shall become
enforceable and the money owing shall not be paid in accordance there with the Employer may at any
time thereafter adopt all or any of the following courses as he may deem best:

(a) Seize and utilise the said materials or any part thereof in the completion of the said works on
behalf of the contractor in accordance with the provisions in that behalf contained in the said
agreement debiting the contractor with the actual cost of effecting such completion and the
amount due to the contractor with the value of work done as if he had carried it out in
accordance with the said agreement and at the rates thereby provided. If the balance is against
the contractor, he is to pay same to the Employer on demand.
(b) Remove and sell by public auction the seized materials or any part there of and out of the
moneys arising from the sale retain all the sums aforesaid repayable or payable to the
Employer under these presents and pay over the surplus (if any) to the Contractor.

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.

(9) That except in the event of such default on the part of the contractor as aforesaid interest on the said
advance shall not be payable.

(10) That in the event of any conflict between the provisions of these presents and the said agreement the
provisions of these presents shall prevail and in the event of any dispute or difference arising over the
construction or effect of these presents the settlement of which has not been here-in-before expressly
provided for the same shall be referred to the Employer whose decision shall be final and the provision
of the Indian Arbitration Act for the time being in force shall apply to any such reference.
Letter of Acceptance
(Letterhead paper of the Employer)

_____________________________ (Date)

To
_____________________________________ (Name and address of the Contractor)

Dear Sirs,

This is to notify you that your Bid dated ______________________ for execution of the
_________________________________________ (name of the contract and identification
number, as given in the Instructions to Bidders) for the Contract Price of Rupees
_______________________________ ( _______________________ ) (amount in words and
figures), as corrected and modified in accordance with the Instructions to Bidders 1 is hereby accepted by our
agency.

We accept / do not accept that _________________________ be appointed as the Adju-


2
dicator . You are hereby requested to furnish Performance Security, in the form detailed in
Para 34.1 of ITB for an amount equivalent to Rs. __________ within 21 days of the receipt of
this letter of acceptance valid up to 28 days from the date of expiry of defects Liability
Period i.e. up to __________________ and sign the contract, failing which action as stated in
Para 34.3 of ITB will be taken.

Yours faithfully,

Authorized Signature
Name and title of Signatory
Name of Agency
___________________________________________________________________________
1
Delete "corrected and" or "and modified" if only one of these actions applies. Delete as corrected and
modified in accordance with the Instructions to Bidders, if corrections or modifications have not been
affected.
2
To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the
"Instructions to Bidders".
Issue of Notice to proceed with the work
(Letterhead of the Employer)

_____________________________ (Date)

To
______________________________ (Name and address of the Contractor)
_______________________________
_______________________________

Dear Sirs,

Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1
and signing of the Contract for the construction of______________________________________
_______________________________________________________________________________________

______________________________________________________________________________at
a Bid Price of Rs. ____________________________________________________________ .

You are hereby instructed to proceed with the execution of the said works in accordance with the
contract documents.

Yours faithfully,

(Signature, name and title of signatory authorized to sign on


behalf of Employer)
Agreement Form

Agreement

This agreement, made the __________________ day of __________________ between


__________________________ (name and address of Employer) [hereinafter called "the
Employer] and__________________________________________________________________
(name and address of contractor) hereinafter called "the Contractor" of the other part.

Whereas the Employer is desirous that the Contractor execute


__________________________________________________________________________________
(name and identification number of Contract) (hereinafter called "the Works") and the
Employer has accepted the Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein , at a cost of Rs. _________________________ ___
__________________________________________________________________________________

NOW THIS AGREEMENT WITNESSETH as follows :

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to
them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and
construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy
any defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion
of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable
under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.

i) Letter of Acceptance
ii) Notice to proceed with the works;
iii) Contractor's Bid
iv) Condition of Contract: General and Special
v) Contract Data
vi) Additional condition
vii) Drawings
viii) Bill of Quantities and
ix) Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereof the parties there to have caused this Agreement to be executed the day and year
first before written.

The Common Seal of ______________________________________________________


was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _______________________________________


________________________________________________________________________

in the presence of:

Binding Signature of Employer_______________________________________________________


Binding Signature of Contractor ______________________________________________________
UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s_______________________


______________________________________ agree to abide by this bid for a period____________
days for the date fixed for receiving the same and it shall be binding on us and may be accepted at any time
before the expiration of that period.

_____________________________________
(Signed by an Authorised Officer of the Firm)

_________________
Title of Officer

_____________
Name of Firm

_______
DATE
SECTION 9

DRAWINGS

(Attached)
SECTION 10

DOCUMENTS TO BE FURNISHED BY BIDDER

(Attached)

You might also like