Water Resources Department: Bid Documents
Water Resources Department: Bid Documents
Water Resources Department: Bid Documents
BID DOCUMENTS
NAME OF SCHEME: Restoration of damages at Golakganj Town and its adjoining area including U/S
and D/S of newly constructed PWD bridge of river Gangadhar under SOPD (FDR).
GOVERNMENT OF ASSAM
1
OFFICE OF THE CHIEF ENGINEER
WATER RESOURCES DEPARTMENT
Approx. Tender
Sl. Name of Scope of Work Value of Completion EMD processing
No. Division Work Period (In Rs.) Fee
(Rs. in Lakhs ) (In Rs.)
1 2 3 4 5 6 7
Restoration of damages at Golakganj Town
Dhubri 2% of
and its adjoining area including U/S and D/S
1 1 W.R. 120 Days Package Rs 10000.00
of newly constructed PWD bridge of river 550.879
Division value
Gangadhar under SOPD (FDR).
The schedule for the Tenders can be seen in the website http/assamtenders.gov.in
Note:
1. The interested registered Contractors/ Bidders who are experienced in the execution of works
of similar nature of work in any Govt. of Assam Department and possess required technical and
financial strength may obtain the Standard Bid Document (SBD) which can be down loaded from
the website http/assamtenders.gov.in. Amendment/Addendum to the SBD, if any, and further
notifications shall appear in this website.
2. The Contractor/bidder must be registered with the Electronic Tendering System (ETS) of the
Govt. of Assam (website http/assamtenders.gov.in).Contractors/Bidders can download
documents free of cost. Contractors/Bidders have to necessarily down load the bidding
document from the ETS using their own ID (Digital Signature Certificate). Bid documents not
procured (downloaded) through the ETS/not using the contractor’s own user ID will be
considered invalid and summarily rejected. Contractors submitting bids online have to submit
copy of the documents of technical bid required to be submitted manually before the expiry of
the sequence ‘Online Bid Submission’ date and time as mentioned in the tender schedule.
Financial Bid should be submitted online only and if Financial bid is submitted offline/hard copy,
then the tender/bid will be summarily rejected.
3. All the interested bidders are requested to read the Bid Document carefully before submission
of their bid. On submission of bid by any interested bidder it will be presumed that only after
careful perusal of the bid document and agreeing their upon the bidder has submitted his bid
4. For any e-tendering related quarries please mail to etenderingcewrd@gmail.com
Sd/-
Chief Engineer
Water Resources Department,
Guwahati -781003
2
Tender Time Schedule
Note:-
1. In the event of any bandh and Holiday, same time on the next working day shall be
taken in to account.
2. Pre-bid meeting will be held one time in a year for a particular category of scheme
which has already been held for SOPD-FDR schemes.
3
TENDER DETAILS
Reference No: DHUBRI/2019-20/SOPD-FDR/III
Package No.: 1
Tender Date: As per tender schedule.
Description: / Name of Work: Restoration of damages at Golakganj Town and its adjoining area
including U/S and D/S of newly constructed PWD bridge of river Gangadhar under SOPD (FDR).
Item Type: Civil Works
Division: Dhubri W.R. Division
Estimated Cost (Rs.): Rs. 55087977.42
Earnest Money / Bid Security: 2% of Package Value {1% of package value for
SC/ST/OBC/MOBC}
NOTE: 2% of package value as Earnest Money/ Bid Security will be applicable in case
of Joint Venture. (No relaxation in Earnest money/ Bid Security is applicable in case of
Bid submitted in the form of Joint Venture)
Time Allowed for completion:120 (One hundred and twenty) days
Cost of Tender - As per Finance Department’s Office Memorandum No. FEB/269/2017/27 Dt.
21/08/2019
4
LIST OF IMPORTANT DATES OF BIDS:
Name of Work:: Restoration of damages at Golakganj Town and its adjoining area including
U/S and D/S of newly constructed PWD bridge of river Gangadhar under SOPD (FDR).
5
APPENDIX TO TENDER SCHEDULE
Note:
1. Cost of tender document should be in favour of The Executive Engineer, Dhubri W.R.
Division (through online mode only)
Payable at Dhubri
2. Submission of Technical Bid along with Earnest Money and Bid document fee on or
before 14:00hrs hours of 19/02/2020
In case, if any holiday occurs the next working day will be considered.
IMPORTANT DOCUMENTS
Tender Notice:
The following documents will form part of the tender document
1. Section 1 (ITB)
2. Section 2 (Qualification information)
3. Section 3 (Conditions of contract)
6
SECTION 1
INSTRUCTIONS TO BIDDERS
(ITB)
7
A. GENERAL
1. Scope of Bid:
I. On behalf of the Hon’ble Governor of Assam, the Chief Engineer, Water Resources
Department, Guwahati (referred to employer in this document) invites bids for
the construction of works (as defined in these documents and referred to as “the
works) detailed in the table given in IFB. The bidders may submit bids for any or
all of the works detailed in the table given in IFB.
II. The successful bidder will have to complete the works by the targeted date of
completion as specified in the Contract else the employer will have the right to
take action including imposing penalty and cancellation of his work as deemed fit
to the Employer.
III. Throughout these bidding documents, the terms “bid” and “tender” and their
derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are
synonymous.
IV. In case of single bidder in a particular package even after invitation of Bid for
several times in the said packages, the employer has full right to accept the single
bid if it is within the sanctioned estimated amount.
2. Source of Funds:
I. The Government of Assam will provide the Funds as per availability.
3. Eligibility of Bidder:
I. This invitation for Bids is open to all registered WR Contractors/ firms of class I
Category.
II. A firm that has been engaged by the Employer to provide consulting services for
the preparation/Supervision of the works, and any of its affiliates shall not be
eligible to bid.
III. In Case of JV (Joint Venture), one partner of JV should invariably be registered
class I contractor of WRD ASSAM. The other partner may be a registered class I
contractor of APWD/ Assam Irrigation/ Assam PHE/ CPWD/ Railway/ NHIDCL/
NHAI or a registered Class I contractor of WRD Assam and the bidder/JV partners
should register their Digital Signature in the name of JV itself.
IV. Joint venture should have maximum 2 (Two) partner.
8
the signatory of the Bid to commit the Bidder.(applicable in case of company/
enterprises/firm etc)
c. Valid and up to date registration in Water Resources Department. (WRD
registration valid up to 31/03/2020 will only be considered). In case of Joint
Venture the other partner a registered of other Department then his registration
should be valid upto 31/03/2020.
d. Experience in works in Water Resources sector or of similar nature (like Earth
work, protection work, Road work etc.) in any other department/ undertaking
under Govt. of Assam during last 3 years. (Individual certificates for all JV
partners)
e. Abstract of Annual Turnover certificate for the last Five years i.e. Financial Year
(FY)2018-19, 2017-18, 2016-17 ,2015-16, 2014-15 from registered Chartered
Accountant (CA) as per prescribed format(at page 48) duly attested by the bidder.
( Individual for all JV Partners)
f. Full time technical supervisor having qualification not less than Diploma in Civil
engineering (Documentary evidence of employment and qualification must be
submitted along with the bid).
g. Authority to seek references from the Bidder’s bankers. (Individual certificates
for all JV partners)
h. PAN Card.(Individual certificates for all JV partners)
i. Caste Certificate (if applicable).
j. Up to Date Labour License. (Individual certificates for all JV partners)
k. GST registration Details. (Individual certificates for all JV partners)
l. Bidder need to submit TDS Certificate (form 26) invariably from TRACES only for
last 3 years, i.e. Financial Year (FY)2018-19, 2017-18, 2016-17. (Individual
certificates for all JV partners)
m. Bidder need to submit Completion certificate/ up to date progress for all the
works allotted to him during the Financial Years (FY)2018-19, 2017-18, 2016-17,
issued by the authorized Engineer in-charge having official reference. (Individual
certificates for all JV partners)
n. Copy of Single work order having a minimum value as per clause 4.II.a.(ii),
4.II.a.(iii) and 4.II.a.(iv)"
o. Undertaking in the form of notary affidavit that “ The bidder will start the work
within 15(fifteen) days from the date of issue of work order and will complete the
allotted work in all respect within the stipulated time of completion failing of which
may lead to cancellation of work, & Blacklisting after due enquiry and will have no
further claim.”
p. Bid security (EMD) through online mode. Bidder may submit the acknowledge receipt
for online transaction. (In Case of JV, Bid Security can be form account of any of the
JV Partners or from all of the partners)
q. Tender processing fee through online mode. Bidder may submit the acknowledge
receipt for online transaction.
(Photostat copies /Scanned copies , duly attested by the Contractors are to be
submitted)
9
II. a.
i. The contractor/bidder is to have a cumulative (audited/unaudited) annual
turnover (maximum of 5 previous years i.e. Financial Year (FY)2018-
19,2017-18, 2016-17 ,2015-16, 2014-15 will be considered) which should be
more or equal to 1.5( one and half) times of the Package value.
ii. The bidder/contractor should have at least 1(one) single work order of
similar work of value not less than 25% of the package value in the last five
financial years in any Govt. department/undertaking in Assam. In case of Joint
Venture either one should have such credential.
iii. The Bidder should submit the completion report or progress report of
completion of requisite volume (amount) of work from the Executive
Engineer/authority concerned in case of the criteria at 4.II.a.(ii) &
4.II.a.(iii)above.
b. 1. In case of JV (Joint Venture) the one partner should have valid registration in
WRD Assam.
2. In case of JV (Joint Venture), the credential of all the partners will be
considered.
3. In case of a JV (Joint Venture), the Bidders/partners need to submit a
permanent/ temporary JV agreement mentioning clearly the Name of the
work/project, package No, Package value, Tender ID and the percentage of profit
sharing/work sharing among the JV partners.
4. In case of a JV (Joint Venture), the JV must fulfill all the criteria incorporated in
the ITB/Bid Document.
5. In case of JV, all the partners in the JV need to submit all their respective
documents required for fulfillment of the bids as laid in this Bid/tender document
for consideration of their credentials.
III. The bidder must submit along with the tender an assurance/undertaking
indicating the details of number of machinery and equipment viz. Roller,
Excavator, Tipper, Tractor etc. that will be deployed in work. However, on award
of contract the documentary evidence i.e. Owning/procuring in lease/rent of such
machinery will be a part of agreement.
IV. Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified, if they have:
a) Made misleading or false representations in the statements and enclosures
submitted as a proof of the qualification requirements; and/or
b) Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history
and financial failure etc.
c) In case of misconduct with the officials of the Department and public, the
Department reserve the right to take further panel action like restriction in
participation of tender, black listing etc.
V. The employer has the discretionary power to disqualify the Bid of a successful
bidder if at any point of time , it come to the notice of the employer that the
successful bidder/any of the partners in the JV have violated any norms
incorporated in the Bid/tender document and also if any contract for works
10
under WRD ASSAM. have been rescinded in the last five years of the bidder or any
partners of the JV.
6. Cost of Bidding:
I. The bidder shall bear all costs associated with the preparation and submission of
his Bid, and the Employer will in no case responsible or liable for re-imbursement
of such expanses regardless of the contract or outcome of the bidding process.
7. Site visit:
I. The bidder, at the Bidder’s own responsibility and risk is encouraged to visit and
examine the site of works and its surroundings and obtain all information that
may be necessary for preparing the Bid and entering into a contract for
construction of the works. The costs of visiting the site shall be at the bidder’s
own expense.
B. BIDDING DOCUMENTS
11
a) SOPD-G
b) SOPD-FDR
c) RIDF
d) SDRF etc.
III. The Bidder or his official representative may attend the pre-bid meeting, which
will take place at the address, venue, time and date as indicated in appendix.
IV. The purpose of the meeting will be to clarify issues and to answer questions on
any matter that may be raised at that stage.
V. The bidder is requested to submit any questions in writing or by mail to reach the
Employer not later than one week before the meeting.
VI. Non-attendance at the pre-bid meeting will not be a cause for disqualification of
a bidder.
C. PREPARATION OF BIDS
A. Technical Bid
The Technical bid to be submitted by the bidder shall comprise
a. Bidder’s information/details as specified.
b. Undertaking that the Bid shall remain valid for the period in the prescribed format
mentioned later.
c. Affidavit of Bid (one single affidavit) in the prescribed format as mentioned (Original
need to be submitted along with hard copy of Technical document).
d. Affidavit of work/project/scheme/tender (one single affidavit) in the prescribed
format as mentioned (Original need to be submitted along with hard copy of Technical
document).
e. Financially Sound/satisfactory certificate (issued after 1 st April 2019) from
nationalized/Schedule Bank where the bidder is a current/saving account holder.
(Individual certificates for all JV partners)
12
f. Valid and up to date registration in Water Resources Department.(WRD registration
valid up to 31/03/2020 will only be considered). Valid upto date registration of other
Department in case of Joint Venture partner belongs to other Department.
g. Bidder need to submit Completion certificate/ up to date progress for all the works
allotted to him during last 3 years issued by the Engineer in-charge/authority.
(Individual certificates for all JV partners)
h. Abstract of Annual Turnover certificate for the last Five years i.e. Financial Year
(FY)2018-19, 2017-18, 2016-17 ,2015-16, 2014-15 from registered Chartered
Accountant (CA) as per prescribed format(at page 48) duly attested by the bidder. (
Individual for all JV Partners)
i. List of Full time technical supervisor having qualification not less than Diploma in Civil
engineering (Documentary evidence of employment and qualification must be
submitted along with the bid).
j. Authority to seek references from the Bidder’s bankers. (Individual certificates for all
JV partners)
k. Copy of PAN Card. (Individual certificates for all JV partners)
l. Caste Certificate. (if applicable)
m. Up to Date Labour License. (Individual certificates for all JV partners)
n. GST Registration Details. (Individual certificates for all JV partners)
o. Bidder need to submit TDS Certificate invariably from TRACES only for last 3 years,
i.e Financial Year (FY) 2018-19, 2017-18, 2016-17. (Individual certificates for all JV
partners)
p. Copy of Single work order having a minimum value as per clause 4.II.a.(ii), 4.II.a.(iii)
and 4.II.a.(iv) "
q. Undertaking in the form of notary affidavit that “ The bidder will start the work within
15(fifteen) days from the date of issue of work order and will complete the allotted
work in all respect within the stipulated time of completion failing of which may lead
to cancellation of work, & Blacklisting after due enquiry and will have no further
claim.”
r. Bid security (EMD) through online mode. Bidder may submit the acknowledge receipt for
online transaction.
s. Tender processing fee through online mode. Bidder may submit the acknowledge receipt
for online transaction.
NOTE: 1. All affidavits should be Notary.
2. Photostat copies /Scanned copies , duly attested by the Contractors are to be
submitted.
3. The bidder should furnish his business e-mail and whatsapp No. along with bid.
All correspondence will be made in generally through these mediums. The hard
copy of the correspondences will be sent through post subsequently.
Failure to provide e-mail id and whatsapp No. along with bid will lead to
rejection of bid.
SPECIAL INFORMATION
13
1) The Bidder need to upload all Technical document as a single file document(as a single
PDF document)
2) The bidders shall submit the bid online as follows:-
a) Bid security and fee of tender in one envelope/folder as specified in the online
module.
b) Technical bid in separate envelope/folder as specified in the online module.
c) Financial bid in separate envelope/folder as specified in the online module.
B. Financial Bid
Financial Bid to be submitted through on-line only, which shall comprise
a) Priced Bill of Quantities for items specified.
The Bidder shall prepare Technical Bid one for submission through on line and
another hard copy for manual submission at office of the CHIEF ENGINEER WRD
ASSAM within last date of submission. The information/particulars/data required for
the technical bids should invariably be filled up as per prescribed formats and all
pages including supporting documents must be marked with self-attestation
including a hard copy of the Technical document need to submitted with self-
attestation in case of hard copy submission only and in case of soft copy/online mode
the bidder need to follow the instruction mention above under clause Special
Information.
13. Bid Prices
I. The contract shall be for the whole works/Package based on priced Bill of
Quantities submitted by the Bidder.
II. The Bidder should quote rates inclusive of all taxes.(Although in the BOQ the
column dedicated for indicating bidders rates might mention as rates are without
taxes still the bidders are requested to quote rates inclusive of all taxes, royalties,
customs duties(where ever applicable), labourcess etc.
III. The rates quoted against each item by bidder should be up to 2(two) decimal points
only. If the bidder quote rate against any/each item beyond 2(two) decimal will be
disqualified.
IV. The Bidder shall fill in rates and prices for all items of the Works described in the
Bill of Quantities along with total bid price Items for which no rate or price is
entered by the bidder will not be paid for by the Employer when executed and shall
be deemed covered by the other rates and prices in the Bill of Quantities.
V. All duties, taxes, and other levies payable by the contractor under the contracts, or
for any other cause shall be included in the rates, prices and total Bid price
submitted by the bidder.
15
D. SUBMISSION OF BIDS
18. Submission of bid (Online mode / Off line mode)
i. Only online bids will be accepted. Both technical & financial bids will have to upload
through on-line. However one hard copy of technical bid (supporting documents self
attested of the ITB is to be submitted in the office of CE WRD office (before 16.00
Hrs. of Bid submission end date)for verification & checking authenticity of
documents during evaluation.
A. On-line: Technical Bid with scanned copies of Bid security, cost of document and
other supporting document as per ITB. The Scan copies need to be in colour.pdf
format only and original document need to be scanned only
The bidder should invariably submit a index/content of document submitted
mentioning the sequence of document along with the hard copy of Technical
document/Bid
Any online document, after downloading, if found not readable / illegible will not
be considered for evaluation & summarily rejected.
Financial Bid (BOQ) to be submitted online only. If Financial Bid submitted off-
line/hard copy, the bid will be rejected/ cancelled
B. Off- line: One hard copy of technical bid (supporting documents only etc. self
attested) of the ITB is to be submitted in the office of the CE WRD office for
verification & checking authenticity of documents during evaluation.
16
II. The Employer may extend the deadline for submission of the bids by issuing an
amendment, in which case all rights and obligations of the Employer and the bidders
previously subject to the original deadline will then be subject to the new deadline.
18
b. If the Bid price decreases as a result of the corrections, the decreased amount
will be treated as “bid price”.
Such adjusted bid price shall be considered as binding upon the Bidder. If the Bidder
does not accept the corrected amount the Bid will be rejected.
19
contract will in such cases be awarded to the next lowest bidders at his evaluated
bid price.
VIII. If lowest bidder (L1) is more than one the criteria for selection of L1 among them
will be on the basis of fulfilling of the following criteria and sequence as stated
below:
a. Higher turnover in the last five years.
b. Higher Single Work order which has completed in the last three years.
c. Higher executed works in the last three years in this Department.
d. In case of more than one bidder have come in equal terms in the above mentioned
criteria, the work will be equally distributed among the bidders.
30. Employer’s Right to accept any Bid and to reject any of all Bids
I. The Employer reserves the right to accept or reject any Bid, and to cancel the Bidding
process and reject all Bids, at any time prior to the award of Contract.
II. The acceptance and rejection of tenders/bids is left entirely to the discretion of the
Employer viz. CHIEF ENGINEER, WRD, Assam/ Tender committee as applicable.
III. Employer Reserves the right to split any package and to allot the work among other
successful bidder of the package at the lowest accepted rate of the package without
intimating the L1 Bidder.
20
IV. Even though a bidder meets all qualifying criteria and successfully comes out in
technical bid evaluation and also appears to be lowest (L1) bidder while framing the
comparative statement, he or they (in case of JV/Firm) are subject to be disqualified
if the bidder or any of its partners (of a Firm)
Makes misleading or false representations in the forms, statements/declaration
and attachments submitted with the bid.
Records of poor performance during last five years, as on the date of bid such as
abandoning the works, rescinding the contract for reasons attributable to the non
performance of the contractor/ bidder, inordinate delay in completion,
consistence history of litigation/ arbitration award against the bidder or any of
its constituents or financial failure due to bankruptcy etc.
Showing very poor performance in implementation of WRD ASSAM works.
V. If a successful bidder quotes absurd/unworkable rate for any item of work, as
authorities decide, the contractor will have to submit proper justification against the
rate for acceptance of the Bid by the employers.
VI. The bidder(s) should submit an undertaking indicating in the page no 45 of the Bid
Document.
VII. If the Bid of the successful Bidder is unbalanced in relation to the Engineer’s estimate
of the cost of work to be performed under contract, the Employer may require the
bidder to produce detailed price analysis for any or all items of the Bill of Quantities,
to demonstrate the internal consistency of those prices with the construction
methods and schedule proposed. After evaluation of the price analysis, the Employer
may request that amount of the performance security set forth in Clause 32 be
increased at the expense of the successful Bidder to a level sufficient to protect the
Employer against financial loss in the event of default of the successful Bidder under
the Contract.
31. Notification of Award and Signing of Agreement
I. The Bidder whose Bid has been accepted will be notified of the award by the
Employer
II. The notification of award will constitute the formation of the Contract, subject only
to the furnishing of a performance security in accordance with provision.
III. The Agreement will incorporate all Agreement between the Employer and the
successful Bidder. The successful bidders will furnish performance security and
additional performance security sign the agreement within 10(ten) days following
the notification of award (letter of acceptance).
IV. Upon the furnishing by the successful Bidder of the performance security, the
Employer will promptly notify/inform the other bidders that their Bids have been
unsuccessful.
V. Formal Agreement with the employer in F2/H form where entire Bid document will
be form a part of agreement will be signed within 10 days after deposition of all
performance security.
22
II. On successful of mitigation of defects if any the Security Deposit money will released
as bellow:-
a) At the end first year- 2%
b) At the end of second year-3%
c) At the end of three year- 5%
III. If the contractor fails to maintain & recoup the damage/ defects within the
stipulated period or in the part there of the whole or the proportion Security
Deposit money will be forfeited.
V. This clause will not be applicable when there is abnormal situation and calamities
exceed the limit of design parameters.
G. DISPUTES
23
from the date of issue of the Letter of Acceptance. In the work programme,
fortnightly progress (quantitative) proposed to be executed against all allotted
items of work are to be reflected. The Work Programme is to be duly signed by the
Contractor
d) The concerned Executive Engineer in turn shall forward the same after necessary
scrutiny to the Superintending Engineer for onward transmission to the CHIEF
ENGINEER within 7(Seven) days from the date of receipt of the Work Programme.
e) The signing of the contract agreement will be subject to the acceptance of the Work
Programme by the CHIEF ENGINEER
f) The Work Programme shall form a part of the Contract Agreement, and the
Contractor should follow the Work Programme strictly so as to complete the work
within Scheduled Time.
g) The progress of work will be monitored with respect to the Work Programme
h) The Contractors shall have to make proportionate progress as reflected in the
Work Programme.
i) Time extension shall not be allowed except in Special circumstances/ Force
Majeure conditions.
j) In case of failure to execute the work within the stipulated time and/or failure to
make proportionate progress, the balance work shall be withdrawn and no claim
what so ever shall be entertained. In such a case the perfomance security deposit
shall be forfeited followed by imposition of penalty as fixed by the Employer and
may also lead to suspension/cancellation of registration.
k) In case of failure to execute the work within the stipulated time and/or failure to
make proportionate progress, and if such failure leads to loss of public life and
property, then the contractor may be blacklisted, if satisfactory reply is not
furnished against the show cause notice issued by the Department.
l) In case of works involving forest materials like Earth work/Silt/Sand in filling,
Stone materials etc, Forest Permits/FRCC (Forest Royalty Clearance Certificate)
shall have to be obtained from Forest Department after payment of Forest Royalty
before starting of work/supply.
m) The contractor after receiving the letter of acceptance shall mobilize the required
quantity of vehicles, equipment and machineries etc at the work site within
10(Ten) days from the date of issue of the formal work order.
n) The Water Resources Department shall arrange required seat of land for execution
of the work and shall hand over to the Contractor within 7 (seven) days from the
date of issue of work order.
o) In case of Earth work in filling works, the Contractor shall have to arrange the
suitable Borrow Area within the allowable lead for the required earth for filling, at
his own cost. The Contractors shall have to submit samples of soil of proposed
borrow areas to the concerned Executive Engineer for approval regarding
suitability for use of the soil for earth filling works. On approval, the concerned
Executive Engineer shall issue a Certificate in this regard.
p) On approval of the proposed Borrow Areas of the work, the concerned Executive
Engineer shall arrange to obtain permission from Civil Authority, if any, after
observing of required formalities.
24
q) The bidder must submit along with the tender an assurance/undertaking
indicating the details of number of machinery and equipment viz. Roller, Excavator,
Tipper, Tractor etc. that will be deployed in work. However, on award of contract
the documentary evidence i.e. Owning/procuring in lease/rent of such machinery
will be a part of agreement.
APPENDIX/CHECKLIST
ITB
The Bidder must submit the following with the bid:
a. Bidder’s information/details as specified.
b. Undertaking that the Bid shall remain valid for the period in the prescribed format
mentioned later.
c. Affidavit of Bid (one single affidavit) in the prescribed format as mentioned (Original
need to be submitted along with hard copy of Technical document).
d. Affidavit of work/project/scheme/tender (one single affidavit) in the prescribed
format as mentioned (Original need to be submitted along with hard copy of
Technical document).
e. Copy of JV formation in proper JV formation norms (as per judiciary of India norms)
in the form of Notary. (Wherever applicable)
f. Power of attorney.(in case of JV/Company/enterprise/firm etc)(in the form of
proper affidavit)
g. Financially Sound/satisfactory certificate (issued after 1st April 2019) from
nationalized/Schedule Bank where the bidder is a current/saving account holder.
(Individual certificates for all JV partners)
h. Copies of original documents defining the constitution of legal status, place of
registration, and principal place of business; power of attorney(in notary form) of
the signatory of the Bid to commit the Bidder.(applicable in case of company/
enterprises/firm etc.)
i. Valid and up to date registration in Water Resources Department.(WRD registration
valid up to 31/03/2020 will only be considered) In case of Joint Venture if the other
partner a registered of other Department then his registration should be valid upto
31/03/2020. (Individual certificates for lead partner of the Joint Venture)
j. Bidder need to submit Completion certificate/ up to date progress for all the works
allotted to him issued by the authorized Engineer in-charge/authority. (Individual
certificates for all JV partners)
k. Experience in works in Water Resources sector or of similar nature (like Earth work,
protection work, Road work etc.) in any other department/undertaking under Govt.
of Assam during last 3 years. ( Individual for all JV Partners)
l. Abstract of Annual Turnover certificate for the last Five years i.e. Financial Year
(FY)2018-19, 2017-18, 2016-17 ,2015-16, 2014-15 from registered Chartered
Accountant (CA) as per prescribed format(at page 48) duly attested by the bidder. (
Individual for all JV Partners)
m. Bidder need to submit list of full time technical supervisor having qualification not
less than Diploma in Civil engineering (Documentary evidence of employment and
qualification must be submitted along with the bid).
n. Authority to seek references from the Bidder’s bankers; (Individuals for all JV
partners)
o. Copy of PAN Card / Pan Cards of all the JV partners
25
p. Caste Certificate / Caste Certificates of JV Partners(if applicable)
q. Up to Date Labour License / Licenses of all the JV Partners
r. GST registration Details / of all the JV partners
s. Bidder need to submit TDS Certificate invariably from TRACES only for last 3 years,
i.e Financial Year (FY) 2018-19, 2017-18, 2016-17 ( Individual TDS Certificates for
all JV partners).
t. Copy of Single work order having a minimum value as per clause 4.II.a.(ii), 4.II.a.(iii)
and 4.II.a.(iv) "
u. Undertaking in the form of notary affidavit indicating the name of the scheme,
package No and Tender ID that “ The bidder will start the work within 15(fifteen) days
from the date of issue of work order and will complete the allotted work in all respect
within the stipulated time of completion failing of which may lead to cancellation of
work, & Blacklisting after due enquiry and will have no further claim.”
v. Bid security (EMD) through online mode. Bidder may submit the acknowledge receipt for
online transaction. (In Case of JV, Bid Security can be form account of any of the JV
Partners or from all of the partners)
w. Tender processing fee through online mode. Bidder may submit the acknowledge receipt
for online transaction.
x. The bidder must submit along with the tender an assurance/undertaking indicating
the details of number of machinery and equipment viz. Roller, Excavator, Tipper,
Tractor etc. that will be deployed in work. However, on award of contract the
documentary evidence i.e. Owning/procuring in lease/rent of such machinery will
be a part of agreement.
NOTE:
1. All affidavits should be Notary.(All affidavits having name of the scheme need to
be submitted in original along with hard copy of technical document)
2. Sub Contract will not be allowed in any form.
3. The W.R. Department may verify all documents with concern authority and any
discrepancy may lead to cancellation of registration.
26
SECTION – 2
QUALIFICATION INFORMATION
27
BIDDERS INFORMATION/ DETAILS
(To be submitted/uploaded)
e. REGISTRATION NO. OF CONCERNED DEPARTMENT (In case of JV partner from any other
Department ):
h. Whatsapp No.:
i. EMAIL.IDs:
28
SECTION – 3
CONDITIONS OF CONTRACT
29
A. GENERAL
1. Definitions
I. Terms, which are defined in the Contract Data, are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined
terms.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the
Bid..
The Completion Date is the date of completion of the works as certified by the Engineer.
The Contract is the contract between the Employer and the Contractor to execute,
complete and maintain the Works. It consists of the documents
The Contract Data defines the documents and other information, which comprise the
Contract.
The Contractor is a person or corporate body who’s Bid to carry out the Works has been
accepted by the Employer.
The Contractor’s Bid is the completed bidding document submitted by the contractor
to the Employer and includes Technical and Financial Bids.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
Days are calendar days; Months are Calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated
from the Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Engineer is the Executive Engineer Concerned of respective WR Division.
The Engineer is the person names in the Contract Data (or any other competent person
appointed and notified to the Contractor to act in replacement of the Engineer) who is
responsible for supervising the Contractor, administering the contract, certifying
payments due to the Contractor, issuing and valuing Variation to the Contract, awarding
extensions of time, and valuing Compensation Events.
Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site
to construct the Works.
Materials are all supplies, including consumables, used by the contractor for
incorporation in the Works.
Plant is any integral part of the works, which is to have a mechanical, Electrical,
Electronic or Chemical or Biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those, which were included in the bidding documents
and are factual interpretative reports about the surface and sub-surface conditions at
the site.
Specification means the specifications of the works included in the contract and any
modification or addition made or approved by the Engineer.
30
The Start Date is given in the Contract data. It is the date when the contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site
Possession Dates.
The Works are what the contract requires the contractor to construct, install, and turn
over to the Employer, as defined in the contract data.
2. Interpretation
I. The documents forming the Contract shall be interpreted in the following order of
priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Contract Data
(5) Condition of Contract including Special Conditions of Contract
(6) Specifications
(7) Bill of Quantities and
(8) Any other document listed in the Contract Data as forming part of the Contract
4. Engineer’s Decisions
I. Except where otherwise specifically stated, the Engineer will decide contractual
matters between the Employer and the Contractor in role representing the
Employer.
5. Delegation
I. The Engineer may delegate any of his duties and responsibilities to other people
after notifying the Contract and may cancel any delegation after notifying the
contractor.
6. Communications
I. Communications between parties which are referred to in the conditions are
effective only when in online/writing.
7. Other Contractors
I. The Contractor shall co-operate and share the site with other contractors, public
authorities, utilities and the Employer between the dates given in the schedule of
other contractors. The Contractor shall as referred to in the contract data; also
provide facilities and services for them as described in the schedule. The Employer
31
may modify the schedule of other contractors and shall notify the contractor of any
such modification.
8. Personnel
I. The Contractor shall employ the Key Personnel named in the Schedule of Key
Personnel as referred to in the Contract Data to carry out the function stated in the
schedule or other personnel approved by the Engineer. The Engineer will approve
any proposed replacement of Key Personnel only if their Qualifications, Abilities
and Relevant Experience are substantially equal to or better than those of the
personnel listed in the schedule.
II. If the Engineer asks the Contractor to remove a person who is a member of the
contractor’s staff or his work force stating the reasons the contractor shall ensure
that the person leaves the site within 7 days and has no further connection with
work in the contract.
9. Construction Equipment
Availability of Construction Equipment essential for carrying out the Works
The Bidder should list all the information requested below.
Availability Proposals
Sl Item of Equipment Owned / Leased Nos./Capacity
rented
1 Hydraulic
Excavators
2 Trippers/ Tractor
3. Road Rollers
Note: The bidder must submit along with the tender an assurance/undertaking
indicating the details of number of machinery and equipment viz. Roller, Excavator,
Tipper, Tractor etc. that will be deployed in work. However, on award of contract the
documentary evidence i.e. Owning/procuring in lease/rent of such machinery will be a
part of agreement.
32
in accordance with the programme submitted by the Contractor, as updated with
the approval of the Engineer, and complete them by the Stipulated Completion
Date.
14. Safety
I. The Contractor shall be responsible for the safety of all activities on the site.
15. Discoveries
I. Anything of historical or other interest or of significant value unexpectedly
discovered on the Site is the property of the Employer. The Contractor is to notify
the Engineer of such discoveries and carry out the Engineer’s instructions for
dealing with them.
17. Instructions
I. The Contractor shall carry out all instructions of the Engineer pertaining to works,
which comply with the applicable laws where the Site is located.
II. The Contractor shall permit the Employer to inspect the Contractor’s accounts and
records relating to the performance of the Contractor and to have them audited by
auditors appointed by the Employer, if so required by the Employer.
B. TIME CONTROL
18. Programme
I. Within the time stated in the Contract Data the Contractor shall submit to the
Engineer for approval a Programme showing the general methods, arrangements,
order, and timing for all the activities in the works along with monthly cash flow
forecast.
II. An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of
the remaining work including any changes to the sequence of the activities.
III. The Contractor shall submit to the Engineer, for approval, an updated Programme
at intervals no longer than the period stated in the Contract Data. If the Contractor
does not submit an updated Programme within this period, the Engineer may
withhold the amount stated in the Contract Data from the next payment certificate
and continue to withhold this amount until the next payment after the date on
which the overdue Programme has been submitted.
21. Tests
I. The contractor should submit the test report from competent authority approved
by Govt of Assam/ India for the construction materials if the contractors do not
possess his own laboratory.
II. If the contractor possesses his own laboratory then the test need to be done in
presence of Engineer in charge or designated officers of the Department.
III. The employer/department may carryout test of the materials supplied, at any
point of time, by any external agency and the expenditure thus incur for such test
has to be borne by the bidder.
D. COST CONTROL
24. Bill of Quantities
I. The Bill of Quantities shall contain items for the construction work to be done by
the Contractor.
II. The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid
for the quantity of the work done at the rate in the Bill of Quantities for each item.
26. Payments
34
I. The Employer or his representative (i.e. Concern Divisional Executive Engineer)
shall pay the Contractor the amounts certified by the Engineer as and when fund is
available.
27. Currencies
I. All payments shall be made in Indian currency (INR).
28. Retention
I. On completion of the whole of the works any retained amount will be returned in
full after the completion of the Defects Liability Period without any interest.
35
The Contractor stops work for 7 (seven) days when no stoppage of work is
shown on the current programme and the stoppage has not been authorized
by the Engineer and beyond control of the contractor;
The contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
The Engineer gives notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;
The Contractor does not maintain a security which is required;
The Contractor has delayed the completion of works by the number of days
allowed by the Employer on reasonable ground. (The Security Deposit will
be forfitted)
If the Contractor, in the judgment of the Employer has engaged in corrupt of
fraudulent practices in competing for or in executing the Contract.
The contractor does not bring to the site all the plants & machineries as
required for the work and / or does not ensure presence of key persons at
site to the full satisfaction of the Engineer-in-charge.
III. If the Contract is terminated the contractor shall stop work immediately, make the
site safe and secure and leave the site as soon as reasonably possible.
35. Property
I. All materials on the Site, Plant, Equipment, Temporary works and works are
deemed to be the property of the Employer, if the Contract is terminated.
36
During continuance of the contract, the contractor shall abide at all times by all existing
labour enactments and rules made there under, regulations, notifications and bye laws
of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be
issued under any labour law in future either by the State or the Central Government or
the local authority
The employees of the Contractor in no case shall be treated as the employees of the
Employer at any point of time.
The Contractor must follow all the act/ rules of India/Assam Labour Regulations.
c) Inspection and Plants and Allied Machinery:
The plant and allied machinery required for execution work shall be
inspected/examined by the concerned Superintending Engineer/Executive Engineer
before commencement of the work.
37
46. Each and every page constituting technical bids submitted should preferably be bound
and shall be signed /self attested by the authorized representative of the bidder
submitting the bids.
47. Credential certificate for single similar work/quantity executed in a particular year
submitted by the bidder from any employer of the Other Department shall contain the
full name, address, e-mail address, fax no. & mobile no. of the issuing officer and his head
of the department shall invariably be furnished along with the certificate for verification
from this office / bid evaluation committee during the time of Technical bid evaluation.
In the event of non fulfillment of the above condition or, non receipt of the certificate
from the concerned authority within 7(Seven) days time for confirmation of the
authenticity of the certificate as well as its contents; the said credential shall not be taken
into consideration for qualification of the bidder.
48. GST, Forest Royalty including other charges levied by the Forest Department on forest
products including any other taxes as applicable is to be paid by the contractor. The
department shall deduct the amount of GST, ST, Labourcess (1%) and any taxes from the
contractor’s bill, if the contractor fails to produce the valid certificates from the
concerned departments. In the case of Forest products like earth/silt/clay/
boulder/stone/sand, etc. the contractor is to collect the Forest Permit/FRCC from the
forest department before starting the work.
49. All deduction (taxes/handling charges/custom duty/income taxes/
royalties/labourcess, etc) will be made as per the Government rule/ norms prevails at
the time of payment.
50. The Engineer may also extend the Completion Date after obtaining approval from CHIEF
ENGINEER/ Employer on request of Contractor on specific ground.
51. Valid Email address of the contractor is necessary for further communication and any
intimation done via email should be responded by the contractor.
H. ADDITIONAL NOTES
GENERAL PROCEDURE FOR EXECUTING EARTH WORK
(A) General
i. Sufficient number of reference Bench marks should be kept for facilitating setting out
works.
ii. Permanent reference lines and check profiles should be fixed at suitable intervals ( not
more than 200 m apart) for facilitating the execution of the work (i.e. maintaining the
slopes and levels) as per the sanctioned drawing.
iii. The entire area required for setting out of the work, should be cleared of all tree stumps,
roots, bush wood, rubbish of all kinds, loose and all objectionable materials.
iv. Before commencement of the work, it shall be ensured that the only the permitted soil
is used for the earth work in filling.
v. It should be ensured that the longitudinal and cross section profiles are maintained in
conformity with the approved drawings.
(B) Grubbing
38
i. The seat of the proposed embankment should be grubbed of the surface soil, including
vegetation, overlying grass, organic matter, bushes, roots and other perishable or
unsuitable material before commencing of the earth work. It should be done as per the
specifications or to a depth of 0.30 m.
ii. After the work of grubbing is completed, detailed cross-sections shall be taken as
specified or as directed by Engineer-in-charge, which will be the initial levels of the earth
work.
(G) Rolling
1. The earth filling is to be carried out in layers not exceeding 30 cm thickness.
2. Each layer is to be compacted properly by 8.00 to 10.00 MT Roller/ Vibratory Compactor.
39
1. The Seat of embankment should be grubbed properly, scarified and loosened by using
plough or by similar means.
2. The layers for the earth work in filling should be placed continuously and approximately
in horizontal layers of thickness not exceeding 30 cm is depth, to the full width of the
embankments, including slopes at the respective level.
3. Each layer is to be compacted properly by 8.00 to 10.00 MT Roller/ Vibratory
Compactor.
4. No fresh layer shall be laid until the previous layer is laid uniformly.
5. Profiles should be fixed at suitable intervals and should be maintained strictly as per
sanctioned drawings.
40
thickness of each WBM layer should be 75mm each. Bedding sand layer shall be laid over the
WBM layers with thickness of 25 to 35 mm. Bedding sand shall preferably have moisture
content of about 6 per cent, which will facilitate its spreading and compaction.
After proper compaction of the sand layer, the paver blocks are to be laid as per
direction of the site engineer. While laying the paver blocks it should be ensured that the gaps
of individual blocks are maintained at 3.00 mm.
41
SECTION-4
FORM
42
AFFIDAVIT of Work/Project/Scheme/Tender
(To be submitted in original along with hard copy of Technical documents)
3. The undersigned hereby authorize(s) and requests) any Bank, Person, Firm or
Corporation to furnish pertinent information deemed necessary and requested by the
department to verify the statements/information 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.
_______________________________________________________________
(Signature of the Bidder with proper title and full address)
Email id and whatsapp No.
________________
Date
43
AFFIDAVIT of BID
(To be submitted in original along with hard copy of Technical documents)
4. The undersigned understand and agrees, that the employer/ department have the
discretionary power to take action against the undersigned in the case of breaching of
any point of the Bid document/Tender Document/ITB
_______________________________________________________________
(Signature of the Bidder with proper title and full address)
Email id and whatsapp No.
________________
Date
44
UNDERTAKING for NO OBJCTION
Since the work is of emergent nature that is required to be carried out within stipulated
time frame so I/we ………………………………………………………………… have no objection if I/we
have existing work load of which progress was found not upto the mark, then the work or
part (for which the I/we have submitted the bid) thereof may not be awarded to me/us even
if I/we have been a successful/ L1 bidder, but to some other capable successful
bidder/bidders by the intending authority if need be, at their own discretion, at the working
lowest rate as fix up on by the department/ Employer considering the urgency of the work.
45
Details of Technical Supervisors.
46
UNDERTAKING of Bid Validity
(To be submitted in original along with hard copy of Technical documents)
______________________________________
(Signed by an Authorized person of the Firm/Company/JV)
_____________________
Title of Officer
_____________________
Name of Firm/JV/Company etc
____________
Date
47
FINANCIAL INFORMATION
I. Financial Analysis –
48
AUTHORITY TO SEEK REFERENCE
(The Authority to seek reference certificate need to be from the bank from which the bidder has
procured the financially sound/satisfactory certificate)
Employer (therein after called the CHIEF ENGINEER, WRD ASSAM, Assam, Chandmari,
Guwahati-3) is hereby authorized to seek reference from my Banker, as and when required.
ACCOUNT NO:
49
Up to date progress of all the works allotted to the Bidder during the Financial Years (FY)2018-19, 2017-18, 2016-17
Name of Division:
Name of Contractor:
Upto Remarks on
Sl Work order Allotted Date of
Name of schemes date If completed, Date of completion contractor
No. no. and date amount starting
progress performance.
1
10
50
PRICE SCHEDULE
51
Name of scheme: Restoration of damages at Golakganj Town and its adjoining area including U/S and D/S of newly
constructed PWD bridge of river Gangadhar under SOPD (FDR).
Group No. 1
Location: screen No 1 to screen No.21
Item
no. Item Quantity Unit Rate Amount
Light Jungles: Clearing light jungles and trees upto 15 cm. girth
including cutting, uprooting roots and stumps, removing them
from the site of the work, etc. complete as directed. ( When 30%
1 of the area is covered by shrubs,trees etc) 15000 Sqm 7.67 115050.00
Earthwork in bank trimming to the designed section /slope
including removing the soils at a safe distance, complete as
2 directed. 4860.96 Cum 156.44 760448.58
52
Labour charge for launching of R.C.C. / PSC Porcupine including
carriage of R.C.C./ PSC porcupine members of size 0.10m ×
0.10m × 3.00m from the stack yard to the place of launching
,erection of the Porcupine with 6 (six) members properly, supply
& fitting/fixing with 12 mm dia 25 Cm long M.S. Nuts and bolts
and launching the porcupine properly as directed. (Lead up to
150 m).
6 With Boat 6061 Nos 1037.52 6288408.72
Total Amount 55087977.42
53