NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

103
Page | 1 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20 Signature of Contractor For Accepting Officer NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION MINISTRY OF DEFENCE GOVT OF INDIA CHIEF ENGINEER PROJECT SWASTIK NIT No. SWTK/NIT- 23/2019-20 1. Online bids are invited on single stage two bid system for PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM . The title of above heading on CPP site https://eprocure.gov.in/eprocure/app is PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL- DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM . 2. Tender documents may be downloaded from central public procurement portal site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under:- CRITICAL DATE SHEET Bid Document Publishing Date : 20 Nov 2019 at 1300 hrs Bid Document Download /Start Date : 22 Nov 2019 at 1600 hrs Clarification Start Date : 22 Nov 2019 at 1700 hrs Clarification End Date : 06 Dec 2019 at 1200 hrs Pre bid meeting : 07 Dec 2019 from 1100 hrs to 1300 hrs Bid Submission Start Date : 08 Dec 2019 at 1100 hrs Bid Submission End Date : 31 Dec 2019 up to 1200 hrs Opening Date of Technical Bid : 01 Jan 2020 at 1230 hrs Opening Date of Financial Bid To be fixed later on 3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tenderer/Contractors are advised to follow the instructions provided in the „Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app‟ before proceeding ahead. SW For Accepting Officer

Transcript of NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

Page 1: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

P a g e | 1 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

NOTICE INVITING TENDERS

(NATIONAL COMPETITIVE BIDDING)

BORDER ROADS ORGANISATION

MINISTRY OF DEFENCE

GOVT OF INDIA

CHIEF ENGINEER PROJECT SWASTIK

NIT No. SWTK/NIT- 23/2019-20

1. Online bids are invited on single stage two bid system for PROVIDING, LAYING, COMPACTION &

EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB),

CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC :

SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND

BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD

UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

The title of above heading on CPP site https://eprocure.gov.in/eprocure/app is PROVIDING, LAYING,

COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR

SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC

: 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS

FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-

DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

2. Tender documents may be downloaded from central public procurement portal site

https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under:-

CRITICAL DATE SHEET

Bid Document Publishing Date : 20 Nov 2019 at 1300 hrs

Bid Document Download /Start Date : 22 Nov 2019 at 1600 hrs

Clarification Start Date : 22 Nov 2019 at 1700 hrs

Clarification End Date : 06 Dec 2019 at 1200 hrs

Pre bid meeting

: 07 Dec 2019 from 1100 hrs to 1300 hrs

Bid Submission Start Date : 08 Dec 2019 at 1100 hrs

Bid Submission End Date : 31 Dec 2019 up to 1200 hrs

Opening Date of Technical Bid : 01 Jan 2020 at 1230 hrs

Opening Date of Financial Bid To be fixed later on

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.

Manual bids shall not be accepted. Tenderer/Contractors are advised to follow the instructions provided in

the „Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central

Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app‟ before proceeding

ahead.

SW

For Accepting Officer

Page 2: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

P a g e | 2 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

4. The work is estimated to cost Rs. 3782.00 lac (Rupees Three Thousand Seven Hundred

Eighty Two Lakh Only) approximately or as subsequently amended in tender documents or uploaded in

BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app This estimate,

however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the

tenderer shall have no claim on that account of what so ever nature.

5. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW- 2249

with schedule „A‟ (list of works) to be priced by the tenderers.

6. Not more than one tender shall be submitted by one contactor or contractors having business

relationship. Under no circumstance will father and his son(s) or other close relations who have business

relationship with one another (i.e when one or more partner(s)/director(s) are common) be allowed to

tender for the same contract as separate competitors. A breach of this condition will render the tenders

of both parities liable to rejection.

7. The work is to be completed within 300 days or as subsequently amended in tender documents

or uploaded in BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app

website on accordance with the phasing, if any, indicated in the tender from the date of handing over the

site, which will be generally within one month from the date of issue of acceptance letter.

8. The Chief Engineer, Project Swastik, C/O 99 APO will be the Accepting Officer, here in

after, referred to as such for the purpose of this contract.

9. Intending tenderers are advised to visit again BRO website www.bro.gov.in (for reference only)

and CPPP website https://eprocure.gov.in/eprocure/app 03 (three) days prior to date of submission of

tender for any corrigendum / addendum/ amendment.

10. Earnest money is not required to be attached with tender by the valid enlisted contractors with

BRO who have submitted standing security deposit and MSME registered firms as per Rule 170 (i) of GFR

2017 but it is required from other contractors and to be attached (Scanned copy) with Technical Bid for

Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of Call Deposit Receipt/Term Deposit

Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Swastik, C/O 99 APO

obtained from any Nationalized/ Scheduled Bank and having maturity/validity period 90 days more than

validity period of his offer.

11. Successful Bidder (L-1) shall deliver to Accepting Officer a Performance Security for an amount of

5% of contract sum in the shape of Bank Guarantee or FDR within 28 days of issue of LoA.

12. Copies of drawings (if applicable) and other documents pertaining to the work (signed for the

purpose of identification by the Accepting Officer or his accredited representative) and sample of

materials and stores to be supplied by the contractor will be opened for inspection at the following

locations:- CE (P) Swastik, C/O 99 APO

13. Tenderers are advised to visit the work site by making prior appointment with OC 130 RCC

(GREF), C/o 99 APO or Commander 764 BRTF (GREF), C/O 99 APO Telephone No.

03552255921/Mobile No. 8900702871 /8001742124

14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc

whether he had inspected them or not.

SW

For Accepting Officer

Page 3: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

P a g e | 3 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

15. The work site falls under wildlife sanctuary and no person is allowed to stay in the night along the

work site or along the road. The inner line permit is mandatory for work force. The bidder shall accustom

himself about the working limitation in wildlife sanctuary and restrictions while working along the

international sensitive boarder and conditions imposed by the forest department in such area.

16. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid

down or which proposes any other conditions of any description whatsoever is liable to be rejected.

17. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving

a purchase preference over other tender(s) which may be lower, as are admissible under the Govt policy.

No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may

be rejected on account of the said policy.

18. The submission of a tender by a tenderer implies that he had read this notice and conditions of

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

conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other

factors bearing on the execution of the work.

19. The Pre-Contract Integrity Pact has been signed by Accepting Officer or by the Officer specifically

designated by him and scanned copy uploaded as part of NIT alongwith tender documents. Scanned copy

of Integrity Pact duly signed on each pages by the bidder(s) shall be uploaded as part of technical bid

(Cover-I) and original Integrity Pact duly signed on each pages shall be forwarded by post along with

EMD and DD towards cost of tender .

20. The scanned copy of original instruments in respect of tender fee earnest money, Integrity Pact duly

signed on each page by the bidder(s), and under taking regarding acceptance of tender

conditions,Enlistment letter if firm is enlisted in BRO, EPFO, Registration letter, GST Registration and any

other documents required to be submitted with respect to various conditions mentioned in the tender

documents must be uploaded alongwith the technical bid. The Hard copies of all the documents should

reach the tender Inviting Authority in the sealed envelope within 05 days of bid submission end date.

21. In case of applications/bids from enlisted contractors of BRO, where scanned copies of requisite

DD/ Bankers cheque towards cost of tender has been uploaded , but physical copies are not received by

the stipulated date , finance bids will be opened . However non- submission of physical copies of cost of

tender shall be considered as willful negligence of the bidder with ulterior motives and such bidder shall

be banned from bidding for period of six months commencing from the date of opening of finance bid .

22. In case of applications/bids from unenlisted contractors ,where scanned copies of requisite DD/

Bankers cheque towards cost of tender has been uploaded but physical copies are not received by the

stipulated date , finance bids will not be be opened . Name of such contractors alongwith complete

address shall be circulated for not opening of their bids for a period of six months commencing from the

date of opening of finance bid.

SW

For Accepting Officer

Page 4: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

P a g e | 4 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

23. In case of applications/bids ( enlisted contractor/ as well as unenlisted contractors)where scanned

copies of requisite Earnest money ( as applicable) were uploaded but the same are not received in

physical form within stipulated time , such bids shall not qualify for opening of finance bid.

24. In case of rejection of technical bid , contractor may appeal to next higher Engineering Authority

i.e HQ ADGBR (East), C/O 99 APO on email “[email protected]” against rejection whose decision shall

be final and binding , However , contractor/ bidder shall not be entitled for any compensation

whatsoever on account of rejection of technical bid.

25. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app.

26. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated

as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited.

In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of

tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount

shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security

Deposit. In addition, such tenderer and his related firm shall not be allowed to participate in the

tendering in second call or subsequent calls.

27. Important- Above particulars may change due to administrative or any other reason and

shall be available in BRO web site www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit

BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app

frequently and at least once again 03 (three) days prior to bid submission date as per critical

date sheet, for any changes in above particulars.

28. Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99 APO, telephone

No. 03592-259208 & 259209, mobile number of SW 9475342177 for clarifications if any required

regarding various provisions in tender documents.

29. The name and email id of the Nodal Officer of BRO as under:

Sl No. Name of the Nodal Officer of BRO E-mail ID

1 Shri S K Deota, IDCMS (Director (Contracts [email protected]

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

--sd---

EE (Civ)

SW

For Accepting officer

Dated: 20 Nov 2019

80467/ 07 / E8

Headquarters

Chief Engineer

Project Swastik

C/O 99 APO

Pin-931717

Page 5: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

P a g e | 5 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

1.

HQ DGBR/E8 Dte

Seema Sadak Bhawan

Ring Road, Delhi Cantt

New Delhi-10

10 HQ CE (P) VARTAK

C/O 99 APO

19 HQ CE (P) SHIVALIK

C/O 99 APO

2. The Chief Engineer,

PWD, Gangtok, Sikkim

11 HQ CE (P) PUSHPAK

C/O 99 APO

20 HQ CE (P) BRAHMANK

C/O 99 APO

3. HQ 758 BRTF (GREF)

C/O 99 APO

12 HQ CE (P) SEWAK

C/O 99 APO

21 NHPC Limited, Rangit Power

Station, Rangit Nagar,

South Sikkim-737111

4. HQ 764 BRTF (GREF)

C/O 99 APO

13 HQ CE (P) ARUNANK

C/O 99 APO

22 AO (P) SWTK, (GREF)

C/O 99 APO

5.

130 RCC (GREF)

C/O 99 APO

14 HQ CE (P) BEACON

C/O 56 APO

23 AO 764 BRTF (GREF)

C/O 99 APO

6.

HQ CE (P) HIRAK

C/O 56 APO

15 HQ CE (P) CHETAK

C/O 56 APO

24 EDP cell of HQ DGBR for

uploading on bro web site.

7. HQ CE (P) VIJAYAK

C/O 56 APO

16 HQ CE (P) DANTAK

C/O 99 APO

25 HQ CE (P) HIMANK

C/O 56 APO

8 HQ CE (P) SAMPARK

C/O 56 APO

17 HQ CE (P) DEEPAK

C/O 56 APO

26 HQ CE (P) ROHTHANG

C/O 56 APO

9 HQ CE (P) SETUK

C/O 99 APO

18 HQ CE (P) UDAYAK

C/O 99 APO

27 HQ 755 BRTF (GREF)

C/O 99 APO

Page 6: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 1

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

BORDER ROADS ORGANISATION

GOVT OF INDIA

MINISTRY OF DEFENCE

CHIEF ENGINEER PROJECT SWASTIK

Name of Work: PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK

OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB)

AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP

89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130

RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

SRL

NO.

CONTENTS SRL PAGE

A PART-I (TECHNICAL BID)

1. Contents Sheet

01

2. Tender forwarding letter including eligibility criteria, list

& format of qualification documents

02-27

3. Notice Inviting Tender

28-32

4. Instruction to Bidders

33-35

5. General condition of contract IAFW 2249 including

amendment

36-43

6. Special Conditions

44-60

7. Particular/Technical Specifications

61-79

8. Under Taking by Authorized Signatory.

80

B. PART-II (PRICED/FINANCIAL BID)

9. Item Rate Contract for works required I.A.F.W-2249

including BOQ Notes, BOQ, Schedules B, C & D and

tender page

81-88

C. Other DOCUMENTS FORMING PART OF CONTRACT AGREEMENT

10. Errata/Amendments to tender documents

-

11. Relevant Correspondence

-

12. Acceptance letter

13. Total No. of Pages

Page 7: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 2

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

FAX- 03592-259210 Headquarters

Tele No. 03592-259208, 259209 Chief Engineer

Email : [email protected] Project Swastik

http://www.bro.gov.in PIN-931717

C/O 99 APO

80467/ /E8 20 Nov 2019

M/s_____________________

PART-I TECHNICAL BID

NAME OF WORK PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING

WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE

(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &

IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES

(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER

130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

Dear Sir(s),

1. A set of tender documents containing T-Bid (Technical bid) and Q-Bid (Financial Bid) for the

above work is forwarded herewith. Please note that tender will be received through online

by the Chief Engineer Project Swastik, C/o 99 APO upto 1200 Hrs on 31 Dec 2019. The

„T‟-bid will be opened as per date/time as mentioned in the tender critical date sheet. After online

opening of T-Bid the results of their qualification as well Q-Bid opening will be intimated later.

2. Tenderers or their duly authorized representative who have submitted their tenders and

who wish to be present at the time of opening of tenders may visit the office of HQ CE (P)

Swastik at the above mentioned time. However, they can view online tender opening process at

their premises.

3. Tender documents may also be downloaded from Central Public Procurement Portal (CPPP)

website https://eprocure.gov.in/eprocure/app. Scanned copies of all the documents, duly

authenticated, as per requirement of tender conditions be uploaded with the online

submitted bid. The Hard Copy of original instruments in respect of earnest money,

Integrity Pact duly signed on each page by the bidder(s) and undertaking given at Page

No. 80 of tender must be delivered to the Chief Engineer Project within 05 days from the

bid submission end date. If scanned copy of Earnest money is not uploaded alongwith

the T Bid, same shall be rejected by the Accepting officer. Scanned and Original copies

should be same and no difference is acceptable.

4. Tendering procedure shall be single stage-two bid System and tender documents shall be

prepared in two parts as under:-

Part-I („Technical Bid‟- „T‟ Bid) Part-II („Price / Commercial‟- „Q‟ Bid)

5. Part- I (Technical Bid – „T‟ Bid)

5.1 (a) The tender to be submitted (Online) by the bidder will be comprised of following

documents:-

(i) Scanned copy of DD in support of cost of tender documents.

(ii) Scanned copy of Earnest Money Deposit by un-enlisted contractor and enlisted

contractors who have not submitted standing security deposit.

Page 8: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 3

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(iii) Scanned and signed copy of all the Eligibility/Qualification documents required as

per tender conditions given at Page No. 02 to Page No. 27 of tender documents.

(iv) Scanned and signed copy of Integrity Pact.

(v) Scanned and signed copy of under taking by tenderer given at Serial Page No. 80 of

tender.

(b) Following documents will be deemed to be part of the contract during the time of acceptance

of contract:-

(i) Part-I Technical Bid of the tender document.

(ii) Notice Inviting Tender

(iii) Special Conditions of Contract.

(iv) Particular/Technical Specifications including Drawings, if any.

(v) Any other Amendment/errata to tender document.

5.2 Technical Evaluation Criteria

5.2.1 If contractor is enlisted with BRO but has not submitted standing security deposit, he should

have submitted Earnest money.

5.2.2 All the pages of T-Bid should have been signed by the bidders/authorized rep having valid

Power of Attorney

5.2.3 The Product and Technology considered & offered by the Bidder complying the requirements

for carrying out construction of Cementitious Base Layers should have been successfully used and

tested for its use in accordance with IRC37:2012/2018 and IRC-SP-89:2010/2018 in Indian Road

Conditions for strength and durability.

5.2.4 Copies of Work Orders for Execution Contracts with completion certificates from Govt

agencies/BRO/PSU/MC/Local Govt bodies in India to be attached with the detailed test reports of

the cores extracted from the completed jobs tested from reputed laboratories such as

CRRI/IIT/NABL/Govt Approved/Recognised Laboratories etc.

5.2.5 The Prospective bidder should collect the soil samples from Flaghill-Dokala (km 7 to km 27)

road for calculation of effective CBR as per IRC 37 2018 and provide the test results for technical

evaluation, the collection testing and calculation of effective CBR and all associated costs need to

be done by the bidder at his own cost.

5.2.6 Bidders to submit Crust Design Manual calculations and IIT-Pave Validation as an integral

part of the technical bid for 2 msa traffic intensity with effective CBR as calculated in clause 5.2.5.

The collection of samples, testing and calculation of effective CBR and design of crust with all

associated costs shall be borne by the bidders at their own cost.

5.2.7 The Prospective bidder should collect the soil samples from Flaghill-Dokala road and provide

test report for the virgin soil characterisation and 07 days cured treated soil for strength

parameters meeting the criteria of IRC 37-2018 in conjunction with Annx-X and relevant Clauses

of IRC-SP-89:2018 for the Soaked and un-Soaked test moulds.

Page 9: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 4

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

The treated soil samples shall be tested for unconfined compressive strength for

cementitious base (CTB) layer and E value shall be in accordance with the relevant

clauses of IRC : 37 and IRC : SP : 89. The test results on strength and durability criteria

shall be reflected in test report

5.2.8 Bidder shall submit Heavy Metal leachibility along with the Strength parameters with and

without Chemical Admixture and clearly mentioning the dosage of the inputs for the bound CTB

layers considered in the bid.

5.2.9 The testing as per above shall be done by the bidders at their own cost from Govt recognized

NABL laboratory and reports shall be submitted as part of their respective technical bids.

5.2.10 The bidder shall submit test results of previous projects executed which shall contain the

quantity of admixture used per Sqm/Cum of treated surface, results/outcome of tests for “virgin

soil” and “soil treated with admixtures of respective bidders” for 07, 14, and 28 days curing and

07 days soaking for UCS values, CBR and Durability criteria as per IRC 37: 2018, IRC SP 89 2010

and IRC SP 89 Part II 2018.

5.2.11 The bidders should support their respective bids with completion certificates of the

successfully completed jobs for the product and technology considered/proposed for construction

of CTB Layers with test reports for the works carried out as per and in accordance with

IRC37:2012/2018 for surfacing works for BRO/Govt of India agencies such as PWD etc , in support

of its efficacy, along with test certificates for strength and durability from IIT/CRRI/NABL Labs.

Test for Leachability and heavy metal concentration for the admixture considered from CSIR-IITR,

Lucknow and/or CSIR-NEERI, Nagpur as per IRC-SP-89:2018. Bidder should submit the following

with T-Bid :-

(a) Name of Government department which used this product/technology and country i.e.

India or Country of origin.

(b) Name of Road length completed in Government Projects in last two years and location

of the Stretch.

(c) Climatic conditions of the area where applied i.e. sub-Zero, High rainfall, heavy snowfall

etc.

(d) Field evaluation report by the Government institute/Organisation on roads completed

using this technology/Product and success rate thereof.

5.2.12 A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site,

extreme weather conditions and limited working season, and that he had actually inspected the

proposed work site. A tenderer may be a Principal Company for the product and technology for the

construction of CTB Layers and/or an Authorized Agency. The product and technology offered by

the tenderer should have been successfully used and tested for strength and durability as per

IRC37:2012/2018 & IRC-SP-89:2018.

5.2.13 Bidder should arrange to collect Km wise virgin soil samples of the proposed stretch from

Flaghill-Dokala road km 7.00 to km 27.00 and attach with tender the comprehensive test report

for the tests carried out for “virgin soil” and “soil treated with only OPC and OPC+ admixtures

proposed to be used by the respective bidder for 07 days curing and 07 days soaking for E-values

in excess of 5000 Mpa for base course in accordance with relevant clauses of IRC 37:2018, IRC-

SP-89: 2010 and IRC-SP-89 Part II:2018.

5.2.14 The bidder will clearly mention the quantity of admixtures/OPC considered in the bid per

Sqm area of CTB separately for each KM stretch based on the test results alongwith analysis of

treated soil with and without Chemical Admixture and in combination with OPC and Virgin Soil

Characterisation. Design calculations will be supported for the layer(s) thickness considered on the

basis of reported CBR and 2.0 msa along with IIT-Pave validation.

Page 10: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 5

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

6. Eligibility Criteria:- Tenderers shall meet the following eligibility criterias for qualifying in

Technical bid .

(a) The tenderer should have working capital and/or credit facilities of atleast 10% of

the estimated cost of the work (Applicable only for non - enlisted Contractors).

(b) NATURE OF TENDERED WORKS : Tendered works are highly mechanized /skilled and

specialized in nature and required performance based expertise for qualification for

the tendered works.

(c) BIDDERS: Bidders can be a “Principal Company” or a “Road Construction

Contractor/Firm”. Pre-Qualification of: –

(i) Principal Company – A company that has “Product & Technology” including the

Critical Equipment under its sole ownership dedicatedly deployable/available for the

tendered works. The Product & Technology should comply to the requirements of

IRC37: 2018, IRC-SP-89:2010 and IRC-SP-89 part II 2018 including the Toxicity &

Heavy Metals Leachibility test report from CSIR-IITR Lucknow/Nagpur. The Product &

Technology of the principal company should have been successfully used in

Govt./BRO projects and tested for its efficacy/suitability from CRRI/IIT meeting the

criteria under Certificate of Usage of IRC-SP-89 part II:2018.

(ii) Road Construction Contractor/Firm – A Firm that has done conventional road

construction works and / or specialized (CTB/CTsB) works and has Project Specific

MOU signed with a Principal Company(qualified a/a) for providing the necessary

Product & Technology, Experience of Similar Works done, Technical Support,

ownership of dedicatedly deployable Critical equipment for the tendered works in

Qty/Nos., assurance for Quality of workmanship, specialised operators/technician

&Timely completion of works.

Where the bidder is a road construction company/firm-Project specific MOU shall be

furnished as a part of technical bid on non judicial stamp paper executed between the

principal company and bidder clearly mentioning the following

“The principal company shall provide the product & technology along with the

necessary technical manpower and the supervision to the bidder and shall be

responsible for the quality and the timely completion of tendered works”

6.1 Experience

Tenderer should have successfully completed or substantially completed with any Govt

agencies/PSU/Municipal Corporation/local Govt bodies,

three similar works costing not less than the amount equal to 40% of estimated cost of work, or

two similar works costing not less than the amount equal to 50% of estimated cost of work, or

one similar work costing not less than the amount equal to 80% of estimated cost of work in last

seven & current financial years.

Similar work: Shall mean works pertaining to construction of CTB/CTsB with SAMI layers by

supply of cementations material along with provision of technical manpower supervision and the

provision of critical Equipment. Product & Technology offered by the bidder should meet

requirements of relevant clauses of IRC-SP-89:2018

Page 11: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 6

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Notes:-

1. Substantially completed works means those works which are 90% completed on the date of

submission (i.e. gross value of work done up to the last date of submission is 90% or more of the

original contract price) and continuing satisfactorily.

2. Tenderer shall submit list of work executed in the past 7 years in their letter head duly

signed by the proprietor/partner/director of the firm in the proforma contained in Clause 8.1

3. Completion cost of works shall be brought to common base date of receipt of tender as per

following formula:-

Completion cost X (1+Period in days from date of completion to date of receipt of tender/365

days) X 0.10)

6.2 Available Bid Capacity (ABC)

6.2.1 ABC as per formula given hereunder should be more than estimated cost of work given in

NIT. Tenderers shall calculate ABC and submit details duly signed on letter head.

Available Bid Capacity = 2.5 x A x N – B

A - Maximum value of all civil Engg works in any one year during the last 5 financial years

(updated to the current price level with enhancement factors as given below) supported with duly

certified Balance Sheets/ Certificates from Chartered Accountant.

Year Multiplying factor

Last first year 1.10

Last second year 1.20

Last third year 1.30

Last Fourth year 1.40

Last fifth year 1.50

N- Number of years prescribed for completion of work for which the current bid is invited

B- Value of the balance ongoing works to be executed in period N

6.2.2 The tenderers shall indicate actual figures of completion cost of work and value of A without

any enhancement as stated above.

6.2.3 The tenderer may be accorded an opportunity to clarify or modify his qualification

documents, if necessary, with respect to any rectifiable defects through option of short fall in

tender documents to be uploaded by the bidder. The tenderer will respond in not more than 07

days of uploading of the clarification letter through shortfall option failing which his tender is liable

to be rejected.

6.3 Vehicles, Equipments and Plants (VEP):

6.3.1 Tenderer should own or have assured access (through hire/lease/purchase agreement/

other commercial means) to the requisite Equipments, Plants and vehicles in good working

condition (complete usage life not more than 7 years except stone crushers) given hereunder.

Page 12: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 7

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Critical Equipment: in the quantity and numbers as indicated below, should be under the

ownership of the principal company or under the ownership of the bidder or with both.

6.3.1 Tenderer should own in case of Principal Company or should have assured unrestricted

access from its principal company in case of other bidders (undertaking from principal company is

required) for the following specialized machinery dedicatedly available for the proposed stretch in

good working condition as, the work site being in remote area(s) having limited working season.

(Complete usage life not more than 7 years except stone crushers).

6.3.2 The other Equipments as listed below can be hired. The specialized equipment/machinery

should be always available as hot-standby in the required numbers with the provider of product

and technology/principal company to avoid any delays that may result out of machines break-

down. All the machinery is required to be deployed at site between KM 7.00 TO KM 27.00 ON

ROAD FLAGHILL-DOKALA UNDER 130 RCC/764 BRTF/SWASTIK SECTOR IN SIKKIM

STATE. The work being specialized in nature, only mechanical means of construction shall be

adopted in accordance with Annx-X/X-1 of IRC37:2012/2018 and recommended as per Annx-IV of

IRC-SP-89:2018 by means of deploying specialized and general purpose machines dedicatedly for

the proposed stretch as per following criteria and list of machinery below. No manual work shall be

allowed.

(i) Critical Equipment to be owned by the tenderer:- To be owned by principal

Company / provider of Product & Technology or the bidder dedicatedly available for the

tendered works

S.No DESCRIPTION

Flaghill

side

QTY (Nos)

Dokala

side

QTY (Nos)

REMARKS

(a)

Specialized In-situ spreading

machinery

Tractor mounted spreaders

Or

Truck mounted spreaders

As per Annexure-IV

IRC SP:89(part II)-2018

01 01

These are

minimum

requirement

additional

deployment will

be made as per

site requirement (b) Specialized In-situ mixing

machinery

Tractor power driven

Or

Self power driven

01 01

(c) Synchronous Chip Sealer

comprising of

Temperature controlled Bitumen

heating arrangement and spray

bar with integral feature to spread

11.2 mm chips for laying SAMI

layer as per IRC –SP-34:1989 and

IRC 110-2005

01

Note:- The requirement of Nos of critical equipment has been worked out as

per past experience and working conditions. However for any other principal

company with approved technology other than presently in use, the principal

company shall certify the minimum number of critical machinery of required

capacity including one machinery as spare for each category to be utilized in case

Page 13: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 8

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

of break down and submit the justification based on the output of the machinery to

complete the entire scope of work within the available working period. This should

be submitted along with Technical Bid.

(ii) Other Equipment :- Owned/secured/ un-restricted access to be hired by the

bidder. Affidavit on a Non-Judicial Stamp Paper shall be submitted by the Bidder for hiring

of the other equipments as per the Qty/Nos., as indicated in the tender as per standard

model tender criteria, in case the bidder does not possess. Invoices justifying the

possession under the ownership of the bidder and/or its provider under hiring basis will be

submitted by the bidder.

Sr.No. DESCRIPTION

Flaghill

side

QTY(Nos)

Dokala side

QTY Nos

REMARKS

(a) Minimum Nos. of Motor Graders for the 01 01 These are

minimum

requirement

additional

deployment will

be made as per

site requirement

preparation of the Soil-Stone Bed for CTB

Layer

(b) JCB/Back Hoe for allied works 01 01

(c) Minimum Nos. of TVRR for compaction of 01 01

CTB

(d) Smooth wheeled road roller of 60-80 01 01

KN/Pneumatic tyred roller

(e) Minimum Nos. of Water Trucks 6000-8000 01 01

Ltrs for curing of the CTB layers

(f) TIPPER/DUMPER 05 05

6.3.2 Tenderer/Principal company shall indicate source of requisite Equipments, Plants and

Vehicles in good working condition required for execution of work in following format :-

(i) Item

(ii) Year of Manufacture

(iii) Source from where to be arranged (Owned / lease etc.)

(iv) Location presently deployed

(v) Based on known commitments, whether will be available for use in the proposed

contract.

Note:- Bidder other than principal company may own the critical VEP or should have

assured access for the critical equipments from the Principal company/Principal

company should own critical VEP as per specific requirement of the work as

decided/specified by the tender issuing authority in the tender.

6.4 Performance & Other Requirement

(a) There should not be poor/slow progress in running work. (If yes, submit details and

reasons of delay to check that these are not attributable to him or are beyond his control).

(b) There are no serious defect observed in works which stand unrectified (If yes, submit

details and reasons)

Page 14: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 9

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(c) There are no cancelled/ abandoned contracts in which Govt unrealized recoveries exist (If

yes, submit details and reasons)

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

(e) There are no any Govt dues outstanding against the firm (If yes, submit details and

reasons)

(f) Tenderer should not be habitual litigant i.e. having more than 3 unsuccessful

arbitration/court cases during last years in which his views/claims are substantially rejected

(g) Proprietor/partners/directors of firm are not involved in antinational/anti social activities

and have neither been convicted nor any proceeding are pending in court for such activities

(h) Firm should have been considered capable of taking more load in work load return

circulated by DGBR. In case the firm is not considered capable for taking more work load due to

unsatisfactory performance in the running works, in the prevailing report circulated by DGBR their

technical bid shall be rejected .

6.5 Disqualification Even though the tenderers meet the above criteria, they are liable to be

disqualified if they have made misleading of false information in bidding documents submitted.

7 JOINT VENTURE IN BRO WORKS

7.1 Two firms are permitted to bid for the tender based on Joint Venture agreement between

them. Joint Venture (JV) shall not comprise more than two firms (called parties of JV). The format

of agreement at Annexure I. The JV shall be considered as un-enlisted contractor. The JV shall

submit earnest Money Deposit for all tenders and individual Security deposit as per instructions, in

contract is awarded.

7.2 JV shall be allowed for the following works :-

(a) Road work with estimated cost more than Rs.50 crore.

(b) Bridge work and via duct with estimated cost more than Rs.20 crores.

(c) Tunnel Works of any value.

(d) Runway Work any value.

(e) PEB structure works of any value.

(f) Solar Power works of any value.

(g) Works for specialist E/M services with estimated cost more than Rs.20 crore.

(h) Consultancy Work for Preparation of DPR for Bridges Tunnels & EPC roads with

estimated Cost more than Rs.5 Crore.

(j) Works other than the types at (a) to (h) above with estimated cost more than Rs.50

crore.

7.3 No JV shall be allowed for furniture works. No JV shall be allowed to participate if either or

both the parties are banned/adversely remarked in WLR of BRO or debarred from tendering by any

authority.

Page 15: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 10

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

7.4 Foreign Companies shall not be permitted to participate in JV except in case of tunnel

project. Security clearance of Foreign Companies having foreign citizenship Directors shall dealt

with as prescribed under subsequent para.

7.5 (a) Indian Companies having Director (s) of foreign origin and Indian Companies having

Director (s) of Indian origin but residing abroad / having foreign citizenship shall be

permitted to participate in JV. However security clearance in such cases shall be obtained

by following procedure laid down by Ministry of Home Affairs vide their letter

No.II/20034/2013-IS II dt 30 Jun 2015 and amendment there if vide OM No

II/20034/2013-II dt 09 Dec 2015. These letters, being classified, are not being shared. The

case for security clearance shall be processed to HQ DGBR for taking up matter with

concerned authorities.

(b) Case for security clearance shall be processed to HQ DGBR on PRIORITY after

opening „T‟bid (Cover-1). Further processing of tender to open Finance Bid (Cover-2) shall

not be held up awaiting receipt of security clearance. However, if the JV requiring security

clearance of Director (s) becomes L1, the tender shall be accepted only on receipt of

security clearance. For this, the Accepting officer will pursue the security clearance

vigorously.

(c) For runway tenders, all other policies issued vide E-in-C‟s Branch letter No.

A/37696/OSDPL/POL/E2 W (PPC) dt 15 May 2015 as amended vide their letter even No dt

14 Mar 2017 pertaining to experience, nature of works executed, requirement of tools,

plants and machinery, financial turnover, Available Bid Capacity etc shall be followed.

7.6 A valid agreement shall exist between the parties of JV defining clearly the role,

responsibility and scope of work of each party, percentage share of each party alongwith

nomination of leader (lead Party) for the purpose of this work and a confirmation that the parties

of the JV are jointly and severally responsible.

7.7 JV as a single unit or each party of the JV shall have Permanent Account Number (PAN) and

GSTIN. However if the contract is awarded to the JV, then PAN & GST in shall be obtained by the

JV as single unit.

7.8 The JV shall have two parties. The lead party of the JV shall meet minimum 60% or the

percentage of share in the JV (whichever is higher) of the qualifying criteria pertaining to (a) past

experience of completed works, (b) Average Annual Turnover, (c ) Bank Solvency/ Financially

Sound for engagement and (d) Working Capital. Both the parties combined shall meet minimum

120% of the above qualifying criteria. The party other than the lead party shall meet minimum

30% of the above qualifying criteria.

7.9 Both the Parties of JV shall jointly possess the required T&P, machinery and engineering/

supervisory staff. T&P can be either on ownership basis or lease hold as stipulated in NIT/ tender

documents and documentary proof of the same shall be submitted. Other qualification criteria shall

be meet fully/ jointly by both the parties of JV or as a single unit of JV.

7.10 In the Residual Bid Capacity ( in the formula 2.5 xAxN-B, where A= Maximum turnover in

last five financial years, N= Period of completion of contracted (tendered) work ( in years

calculated till two decimal places) and B= Value of balance work in all Govt & Private works), in

respect of a JV, values of A and B shall be the sum total of the respective figures of both the

parties.

7.11 Similarly when a Firm/ Contractor working in JV applies for tender (s) in his own capacity

(i.e. independently), the part value of A and B of his JV work (s) in proportion to his percentage

share in JV shall also be considered against the tender applied in his own capacity and capacity

and hence these details shall be submitted by the Firm/ Contractor in his „T‟ bid.

Page 16: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 11

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

7.12 JV concluded upto the date of bid submission are permitted to apply. Copy of JV should be

uploaded. The Department reserves the right to verify the particulars furnished by the applicant

independently. If any information furnished by the applicant JV is found incorrect and / or

misleading and/or false representation and/or deliberately suppressed information, at a later

stage, the JV and both the parties shall be liable to be debarred from tendering / taking up of any

work in BRO.

7.13 Party / parties will not be allowed to bid for the same tender in their independent capacity

as well as under JV. Also no party will be allowed to bid for the same tender under multiple JVs. In

case of violation (party/parties bidding independently as well as under JV for the same tender,

party/parties bidding for the same tender under multiple JVs), the bid of the party/parties

concerned as well as the bid(s) of the related JV(s) shall not be opened (ie shall not be qualified in

„T‟ bid Cover „1‟).

7.14 The lead party shall attend all progress review meetings and shall be answerable to all

issues relating to the project.

7.15 For any of the defaults as under of the JV, administrative action shall be taken against both

the parties of JV:-

(a) In case of non –submission of physical original documents of cost of tender, EMD-

Barring from bidding for six months.

(b) Due to default in performance of contract etc-Administrative actions as per existing

instructions.

7.16 Any unrealized recovery from JV shall be recovered proportionately from the parties in

proportion to their percentage share in the JV. If it is not possible to recover proportionate share

(partly/fully) form one party, it shall be recovered from other party.

8 List & format of eligibility documents to be attached along with Part-I of tender

documents to prove eligibility:-

8.1 List of works completed/substantially completed in last seven and current financial years

and ongoing works in following format:-

Name

of

work

& CA

No.

Brief

Scope

of

Work

Name &

address

of

employer/

client

Accept

ed

Contra

ct

Amoun

t

Date

of

Comm

e

nceme

n t of

work

Original

date of

complet

ion

Extende

d date of

completi

on n

Actualdat

e of

comp

letion /

Prese nt

Progr ess

Cost of

complete

d work

Remar

k ks

explai

ning

reaso

n s of

delay

if any

Note: Works proving criteria of experience shall be highlighted and performance certificate from

client in respect of these works shall be submitted.

8.2 Available Bid Capacity.

For – A:- Balance sheets/Certificates from Chartered Accountant indicating annual turnover

of civil Engg works constructed in last 5 years.

For – B:- Contractors shall submit details of ongoing works as per format stated in clause

8.1 of above.

Page 17: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 12

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Tenderers shall calculate ABC and submit details duly signed.

8.3 Equipments, Plants and Vehicles:

(a) Tenderer shall indicate source of requisite Equipments, Plants and Vehicles with vintage

required for execution of work in following format:-

S/ No. Item Year of

Manufacture

Source from where to

be arranged (Owned /

lease etc.)

Location

presently

deployed

Based on known

commitments,

whether will be

available for use in

the proposed

contract.

(b) Copy of documentary support of ownership/assured access to the satisfaction of the Accepting

Officer is required to be enclosed.

8.4 Integrity Pact (IP) IP duly signed by Accepting Officer/ authorized officer has been

uploaded alongwith this tender as Annexure-II, same shall be signed by bidder(s) on each page

and scanned copy shall be uploaded as part of Technical bid ( cover-1) and original IP duly signed

on each page shall be forwarded by post alongwith tender fee and EMD (if applicable) . IP will be

an integral part of the Contract and both parties are bound by its provision.

8.5 Performance and other Requirements

8.5.1 Tenderer shall submit undertaking that:-

(a) There is no poor/slow progress in running works. (If yes, he will submit details and reasons of

delay to check that these are not attributable to him or are beyond his control).

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

details and reasons).

(c) There are no cancelled/abandoned contracts in which Govt unrealized recoveries exist (If yes,

he will submit details and reasons).

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

reasons).

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

reasons).

(f) Proprietor/partners/directors of firm are not involved in anti national/ anti social activities and

have neither been convicted nor are any proceedings pending in court for such activities (If yes,

he will submit details).

8.5.2 Tenderer shall submit information of all arbitration/court cases decided during last five and

current financial years and also presently in progress as per following format:-

(a) Name & Address of employer

(b) Cause of dispute

(c) Amounts involved

(d) Brief of Court Judgment/arbitration award (if published) otherwise present progress

8.6 Constitution of firm alongwith copy of partnership deed (in case of partnership firms) and

memorandum of articles and association (in case of limited companies).

Page 18: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 13

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

8.7 In case of unenlisted firms, Copies of Passport of proprietor/partners/directors (if available).

Present address & photograph for verification of character and antecedents of

proprietor/partners/directors from police authorities.

8.8 Copies of PAN Card of proprietor/partners/directors.

8.9 Lowest bidder if unenlisted firm in BRO (if his offer is decided for acceptance) will be

required to fill enlistment form for provisional enlistment.

Notes:-

1. Documents as listed at clause 8.6 to 8.8 above are exempted for tenderers enlisted with

BRO in any class.

2 Affidavits shall be submitted on Non-Judicial stamp papers of appropriate values duly

attested by the Magistrate/Notary Public.

3. Photocopies of documents shall be attested by Gazetted officer/Public notary and also self

attested.

4. The bidder should meet all the technical evaluation criteria indicated in the bid documents

in order that the bid is considered to be technically responsive and the bidder qualifying to have its

Financial Bid opened.

9. Part-II („Price/Commercial- „Q‟ Bid)

9.1 Part – II (Price/Commercial Bid – Q Bid ) shall comprise of the following :

(i) Schedule „A‟ Notes

(ii) Schedule „A‟ ( to be quoted by Bidder)

(iii) Schedule B, C & D.

(iv) Tender page

10. Q-bid evaluation

(i) Arithmetical corrections shall be made as per General Condition of Contracts 6 (A)

of IAFW -2249.

(ii) Commercial Bids will be reviewed to ensure that the figures indicated therein are

consistent with the details of the corresponding Technical bids.

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

(iv) Bidder who has quoted lowest total cost in Schedule A (L-1) shall be considered

successful bidder and all other bidders shall be considered unsuccessful. Offer of successful

bidder (L-1) shall only be considered for acceptance. If L-1 backs out, retendering shall be

resorted in a fair and transparent manner. (iii) Completion Period as indicated in Tender

Document have been accepted.

10.1 The Chief Engineer Project Swastik, C/o 99 APO will be Accepting Officer here-in-after

referred to as such for the purpose of this contract.

Page 19: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 14

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

10.2 If tenderers desire that any condition or stipulation given in the tender documents is to be

modified or deleted, they may submit their comments/suggestions before last working date of

clarification as shown in critical date details in subject tender ID for consideration by the Deptt for

issue of corrigendum/amendments to tender documents. If deptt considers comments/

suggestions suitable, corrigendum/amendments to tender documents shall be issued and also

uploaded on E- tendering Portal. If deptt does not consider comments/suggestion suitable,

corrigendum/amendments to tender documents shall not be issued/uploaded on E- tendering

Portal and tenderers shall quote strictly complying with the various provisions given in the tender

documents. Any tender who stipulates any alterations to any of the conditions/provisions laid

down in tender documents (including corrigendum/amendments) or which proposes any other

conditions of any description whatsoever is liable to be rejected.

10.3 The tenderers are advised to visit the work site to acquaint themselves of working and site

conditions, before submitting their tender. The submission of tender by a person implies that he

has read this tender forwarding letter, the conditions of contract and has made himself aware of

the scope and specifications of the work to be done and of the conditions and other factors, site

conditions, taxes and levies prevailing etc which may affect the quotation and execution of the

work.

10.4. Tenderer must be very careful to deliver a bonafide tender; failing which the tenders are

liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy

each and every conditions laid down in tender documents.

10.5. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as amended

up to date particularly section 5 thereof.

11. Earnest Money:-

(a) Earnest money is not required to be submitted by the enlisted contractor with BRO (term

“enlisted contractor” used in tender documents means “enlisted contractor with BRO”) who have

submitted standing security but same is required from enlisted contractor with BRO, who have not

submitted standing security deposit.

(b) Unenlisted contractors with BRO/Enlisted contractors with BRO, who have not submitted

standing security deposit will submit the tender accompanied with Earnest Money amounting to

Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of call Receipt/Term Deposit

Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Swastik, C/o 99 APO

by nationalized/scheduled Bank. Technical Bid not accompanied with earnest money will not be

considered for opening of financial Bid. The amount of this receipt should be basic amount and not

their maturity value. Any deposit lying with the department in any form against any other tender

and/or contract shall not be considered for adjustment as the earnest money against the tender.

Any tender not accompanied with the earnest money in the form as indicated here-in-before or

accompanied with any letter/communication containing any request for adjustment of any other

deposit as earnest money shall be treated as non bonafied tender.

(c) Earnest money shall be returned to unsuccessful bidder (other than L-1) after opening of

Financial Bids and to successful (L-1) bidder after receipt of security deposit.

12. Performance Security :-

12.1 Within 28 days of the letter of acceptance , the successful bidder (L-1) shall deliver to the

Accepting Officer a Performance Security for an amount equivalent to 5% of the Contract sum.

12.2 Failure of the successful contractor to comply with the requirement of sub clause 12.1 shall

constitute sufficient grounds for cancellation of award of work and forfeiture of the Earnest Money.

In case of BRO enlisted contractor amount equal to the Earnest Money stipulated in the Notice

Page 20: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 15

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Inviting Tender , shall be notified to the tenderer for depositing the amount through MRO, issue of

tender to such tenderers shall remain suspended till the aforesaid amount equal to the earnest

Money is deposited in Government Treasury.

12.3 In the event of contract being cancelled, under Condition 52, 53, & 54 of IAFW-2249

General Conditions of Contracts the Performance Security & retention money as per last RAR shall

be forfeited. ALL T&P and material of contractor lying at site shall be confiscated by the

Government and shall be absolutely at the disposal of the President of India and no compensation

whatsoever shall be allowed by department .

12.4 Form for Bank Guarantee Bond against Performance Security Deposit shall be as per

Annexure-III.

12.5 The period of validity of the Bank Guarantee Bond against Performance Security shall be

upto and including the scheduled date of expiry of Defects Liability Period.

13. The Accepting Officer reserves the right to accept a tender submitted by a Public

Undertaking, giving a purchase preference over other tender(s) as are admissible under the

Government Policy. No claim for any compensation or otherwise shall be admissible to such

tenders whose tenders may be rejected on account of the said policy.

14. The tender shall remain open for acceptance for a period of 120 days from bid submission

end date.

15. On acceptance of tender, the name of authorized representative (s) of the contractors who

would be responsible for taking instructions from Engineer-in-Charge or its authorized

representative shall be intimated by the contractor within 7 days of issue of Acceptance letters.

16. Revision/Modification of quoted Price In case the tenderer has to revise /modify

/withdraw his quoted rates / offer after it is uploaded in e-tendering portal he may do so on before

bid submission end date & time in in e-tendering portal only. Any revision/ modification in offer /

withdrawal of offer in the form of an open letter after bid submission end date & time and the

same shall be considered as revocation of offer and shall not be taken into account, while

considering his originally quoted offer.

17. Revocation of offer: In the event of lowest tenderer revokes his offer or revise his rates

upward (which will be treated as revocation of offer), after bid submission end date and before

expiry of original validity period stipulated in tender documents, the earnest money deposited by

him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money

stipulated in the Notice Tender, shall be notified to the tenderer for depositing the amount through

MRO, failing which the amount shall be recovered from any payment due to such contractor or

shall be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and

his related firms shall not be issued the tender in second or subsequent calls of subject work.

Page 21: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 16

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

ANNEXURE -I

Format for Joint Bidding Agreement for Joint Venture

(to be executed on stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………………………day of

………. 20………….

AMONGST

1................................................................having its registered office at……………………………

(hereinafter referred to as the „FirstPart‟ which expression shall, unless repugnant to the context

include its successors and permitted assigns)

AND

2 …………………………………Having its registered Office at………………………… (hereinafter referred to as

the „Second Part‟ which expression shall, unless repugnant to the context include its successors

and permitted assigns)

The above mentioned parties of the FIRST and SECOND PART are collectively referred to as the

“Parties” and each is individually referred to as a “Party”

WHEREAS,

(A) The BORDER ROADS ORGANIZATION, represented by its HQ CE (P) Swastik and having its

office at HQ CE (P) Swastik, C/O 99 APO, Pin 931 717 (hereinafter referred to as the “Authority”

which expression shall, unless repugnant to the context or meaning thereof, include its

administrator, successors and assigns) has invited bid by its Tender ID No._CE (P)

SWTK/23/2019-20 for Name of Work : PROVIDING, LAYING, COMPACTION & EXECUTION OF

SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS

BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC

SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764

BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

(B) The Parties are interest in jointly bidding for the tender as member of a Joint Venture and

in accordance with the terms and conditions of the tender document in respect of the work, and

(C ) It is necessary condition under the pre-qualifying criteria (PQC) that the parties of the Joint

Venture shall enter into a Joint Bidding Agreement and furnish a copy there of with the

Application.

NOW IT IS HEREBY AGREED as follows :

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise requires, have

the meaning ascribed thereto under the PQC in the Notice Inviting Tender.

2. Joint Venture

(a) The parties do hereby irrevocably constitute a Joint Venture for the purposes of

jointly participating in the Bidding Process for the project.

Page 22: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 17

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(b) The Parties hereby undertake to participate in the Bidding Process only through this

Joint Venture and not individually and/or through any other Joint Venture constituted for this

Project, either directly or indirectly.

3. Covenants

The parties hereby undertake that in the event the Joint Venture is declared the selected Bidder

and awarded the contract, it shall perform all its obligations as the Contractor in terms of

the Contract.

Role of the Parties

The parties hereby undertake to perform the roles and responsibilities as described below :

(a) Party of the First shall be the Lead member of the Joint Venture and shall have the

power of attorney from the other Party for conducting all business for and on behalf of the

Joint Venture during the Bidding Process and execution process as well as post execution

process.

(b) Party of the Second Part shall be the Member of the Joint Venture.

4. Joint and Several Liability

The parties do hereby undertake to be jointly and severally responsible for all obligations

and liabilities relating to the Project and in accordance with the terms and conditions given

in the NIT and Tender Documents.

Field of expertise

The parties do hereby declare that the field of expertise of the parties are as under :-

First party :

Second Party :

Share of Works in the Project

The parties agree that the proportion of the Contract to be allocated among the parties

shall be as follows :-

First party :

Second Party :

5. Representation of the Parties

Each Party represents to the other Party as of the date of this Agreement that :

(a) Such Party is duly organised, validly existing all in good standing under the laws of

its incorporation and has all requisite power and authority to enter into this Agreement;

(b) The execution, delivery and performance by such party of this Agreement has been

authorized by all necessary and appropriate corporate or governmental action and a copy of

the extract of the charter documents and board resolution/power of attorney in favour of

the person executing this Agreement for the delegation of power and authority to execute

this Agreement on behalf of the Joint Venture party is annexed to this Agreement, and will

not, to the best of its knowledge :-

(i) Require any consent or approval not already obtained;

Page 23: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 18

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(ii) Violate any applicable law presently in effect and having applicability to it;

(iii) Violate the memorandum and articles of association, by-laws or Other

applicable organizational documents thereof;

(iv) Violate any clearance, permit, concession, grant, license or other

governmental authorization, approval, judgment, order or decree or any mortgage

agreement, indenture or any other instrument to which such Party is a Party or by

which such Party or any of its properties or assets are bound or that is otherwise

applicable to such Party; or

(v) Create or impose any liens, mortgages, pledges, claims, security interest,

charges or encumbrances or obligations to create a lien, charge, pledge, security,

interest, encumbrances or, mortgage in or on the property of such Party, except for

encumbrances that would not, individually or in the aggregate, have a material

adverse effect on the financial condition or prospects or business of such Party so as

to prevent such Party from fulfilling its obligations under this Agreement.

(c) This Agreement is the legal and binding obligation of such Party, enforceable in

accordance with its terms against it; and

(d) There is no litigation pending or, to the best of such Party‟s knowledge, threatened

to which it or any of its Affiliates is a Party that presently affects or which would have a

material adverse effect on the financial condition or prospects or business of such party in

the fulfillment of its obligations under this Agreement.

6. Termination

This Agreement shall be effective from the date hereof and shall continue in full

force and effect until completion of Defect Liability Period under and in accordance with the

Contract, in case the Project is awarded to the Joint Venture. However, in case the Joint

Venture does not pre-qualify for the Project of does not get selected for award of the

Project, the Agreement will stand terminated in case the Applicant does not pre-qualify or

upon return of the Bid Security by the Authority to the Bidder, as the case, may be.

7. Miscellaneous

(a) This Joint Bidding Agreement shall be governed by Laws of India.

(b) The Parties acknowledge and accept that this Agreement shall not be amended by

the Parties without the prior written consent of the Authority.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED

THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of

Page 24: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 19

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

LEAD member by: SECOND PART

(Signature) (Signature)

(Name) (Name)

(Designation) (Designation)

(Address) (Address)

WITNESS

In the presence of:

1. 2.

Page 25: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 20

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

ANNEXURE-II

INTEGRITY PACT

General

1. Whereas the President of India, represented by Chief Engineer (CE) hereinafter referred to

as Principal / Owner and the first part, has floated the Tender (NIT No. CE (P) Swtk/23/2019-20)

and intends to award, under laid down organizational procedure, contract for “PROVIDING,

LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,

GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER

GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH

SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00

ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF

SIKKIM.” hereinafter referred to as works/ Services and M/s

_____________________________represented by, ______________(Which term unless

expressly indicated by the contract, shall be deemed to include its successors and its assigness),

hereinafter referred to as the Bidder/Contractor and the second part is willing to carryout the

works/services.

2. Whereas the bidder is a Proprietorship Concern/ Partnership Firm/ Limited Liability Firm/

Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with the

relevant law in the matter and the Principal/ Owner is Chief Engineer (CE)/ Commander Contract/

OC Contract performing its functions on behalf of the President of India.

Objectives

3. Now, therefore, the Principal/ Owner and the Bidder agree to enter into this pre-contract

agreement, referred to as INTEGRITY PACT (IP), to avoid all forms of corruption by following a

system that is fair, transparent and free from any influence/prejudiced dealings prior to, during

and subsequent to the conclusion of the contract to be entered into with a view to:-

3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitive

price in conformity with the defined specifications of the services by avoiding high cost and

the distortionary impact corruption on public procurement.

3.2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure

the contract by providing assurance to them that their competitors will also refrain from

bribing and other corrupt practices and the Principal/ Owner will commit to prevent

corruption, in any form, by their officials by following transparent procedures.

Commitments of the Principal / Owner

4. The Principal / Owner commits itself to the following:-

4.1 The Principal / Owner undertakes that, no official of the Principal / owner, connected

directly or indirectly with the contract will demand, take a promise for or accept, directly or

through intermediaries, any bribe, consideration, gift, reward, favour or any material or

immaterial benefit or any other advantage from the Bidder, either for themselves or for any

parson, organization or third party related to the contract, in exchange for an advantage, in

the bidding process, bid evaluation, contracting or implementation process related to the

contract.

4.2 The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and

will provide to all Bidders the same information and will not provide any such information to

any particular Bidder which could afford an advantage to that particular Bidder in

comparison to other Bidders.

Page 26: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 21

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

4.3 All the officials of the Principal / Owner will report to the appropriate Government

office any attempted or completed breach(s) of the above commitments as well as any

substantial suspicion of such a breach.

5. In case of any such preceding misconduct on the part of such official(s) is reported by the

Bidder to the Principal / Owner willful and verifiable facts and the same is prima facie found to be

correct by the Principal / Owner, necessary disciplinary proceedings, or any other action as

deemed fit, including criminal proceedings may be initiated by the Principal / Owner and such a

person shall be debarred from further dealing related to the tender / contract process. In such a

case while an Inquiry is being conducted by the Principal / Owner the tender process / proceedings

under the contract would not be stalled.

Commitments of Bidders

6. The Bidder commits himself to take all measures necessary to prevent corrupt practices,

unfair means and illegal activities during any stage of his bid or during any pre-contract or post

contract stage in order to secure the contract or in furtherance to secure it and in particular

commits himself to the following:-

6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift,

consideration, reward, favour any material or non-material benefit or other advantage,

commission, fee, brokerage or inducement to any official of the Principal / Owner,

connected directly or indirectly with the bidding process, or to any person, organization or

third party related to the contract in exchange for any advantage in the bidding, evaluation,

contracting and implementation of the Contract.

6.2 The Bidder further undertakes that he has not given, offered or promised to give,

directly or indirectly any bribe, gift, consideration, reward, favour any material or non-

material benefits or other advantage, commission, fees, brokerage or inducement to any

official of the Principal / Owner or otherwise in procuring the Contract or forbearing to do or

having done any act in relation to the obtaining or execution of the contract or any other

Contract with the Government for showing or forbearing to show favour or disfavour to any

person in relation to the contract or any other Contract with the Government.

6.3 The Bidder will not collude with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting and

implementation of the contract.

6.4 The Bidder will not accept any advantage in exchange for any corrupt practice,

unfair means and illegal activities.

6.5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) or

any other intermediaries wherein payment is made or penalty is levied, directly or

indirectly, on success or failure of the award of the contract.

6.6 The Bidder commits to refrain from giving any complaint directly or through any

other manner without supporting it with full and verifiable facts. Complaint will be

processed as per Guidelines for handling of Complaints in vogue. In case the complaint

is found to be vexatious, frivolous or malicious in nature, it would be constructed as a

violation of Integrity Pact.

7. Previous Transgression

7.1 The Bidder declares that no previous transgression occurred in the last three years

immediately before signing of this Integrity Pact with any other company in respect of any

corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any

Government Department in India.

Page 27: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 22

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified

from tender process or the contract and if already awarded, same can be terminated for

such reason.

8. Company Code of Conduct

8.1 Bidders are advised to have a company code of conduct (clearly rejecting the use of

bribes and other unethical behavior) and a compliance program for the implementation of

the code of conduct throughout the country.

9. Sanction for Violation

9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or

acting on his behalf (whether with or without the knowledge of the Bidder) or the

commission of any offence by the Bidder or any one employed by him or acting on his

behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of

Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle

the Principal / Owner to take all or any one of the following actions, wherever required:-

(i) Technical bid of the Bidder will not be opened, Bidder will not be entitled to

or given any compensation. However, the proceedings with the other Bidder(s)

would continue.

(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to or

given any compensation. However, the proceedings with the other Bidder(s) would

continue.

(iii) The Earnest Money Deposit shall stand foreited either fully or partially, as

decided by the Principal / Owner, in case contract is not awarded to the Bidder and

the Principal / Owner shall not be required to assign any reason therefore. For

enlisted contractors an amount less than or equal to Earnest Money Deposit as

decided by the Principal / Owner shall be deducted from any amount, held with the

Department / any payment due.

(iv) To immediately cancel the contract, if already concluded / awarded without

any compensation to the Bidder.

(v) To encash the Performance Security furnished by the Bidder.

(vi) To cancel all or any other Contract(s) with the Bidder.

(vii) To temporarily suspend or temporarity debar / permanently debar the bidder

as per extant policy.

(viii) If adequate amount is not available in the present tender / contract, the

deficient amount can be recovered from any outstanding payment due to the Bidder

from the Principal / Owner in connection with any other contract for any other

works/services.

(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of

the Bidder, either directly or indirectly, is closely related to any of the officers of the

Principal /Owner, or alternatively if any close relative of an officer of the Principal

/Owner has financial interest/stake in the Bidder‟s firm, the same shall be disclosed

by the Bidder at the time of submission of tender. Any failure to disclose the interest

involved shall entitle the Principal /Owner to debar the Bidder from the bid process

Page 28: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 23

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

or rescind the contract without payment of any compensation to the Bidder. The

term „close relative‟ for this purpose would mean spouse whether residing with the

Government servant or not, but does not include a spouse separated from the

Government servant by a decree or order of a competent Court, son or daughter or

step son or step daughter and wholly dependent upon Government servant, but

does not include a child or step child who is no longer, in any way dependent upon

the Government servant or of whose custody the Government servant has been

deprived of by or under any law, any other person related, whether by blood or

marriage, to the Govt servant or to the Government servant‟s wife or husband and

wholly dependent upon Government servant.

(x) The Bidder shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of the

Principal / Owner and if he does so, the Principal / Owner shall be entitled forthwith

to cancel the contract and all other contracts with the Bidder.

9.2 The decision of the Principal / Owner to the effect that a breach of the provisions of

this Integrity Pact has been committed by the Bidder shall be final and binding on the

Bidder. However, the Bidder can approach the independent External Monitors(s)

(IEMs) appointed for the purpose of this Pact.

10. Independent External Monitors (IEMs)

10.1 MoD has appointed the following Independent external Monitors for this pact in

consultation with the central Vigilance commission:-

Sl No. Name of IEM e-mail Id

1 Shri Hem Kumar Pande [email protected]

2 Shri Anjan Kumar Banerjee [email protected]

10.2 Details of Nodal officer nominated by the DGBR are as follows:-

For tender on EPC mode For tender not on EPC

mode

Name Shri R K Garg, SE (Civ) Shri S K Deota, SE (QS &C)

e-mail Id [email protected] [email protected]

10.3 In case of any complaint with regard to violation of Integrity Pact, either party can

approach IEMs with copy to the Nodal Officer and the other party. If any such complaint

from bidder is received by the Principal / Owner, the Principal / Owner shall refer the

complaint to the Independent external Monitors for their recommendations / inquiry report.

10.4 If the IEMs need to peruse the relevant records of the Principal / Owner and/or of

the Bidder/ Contractor in connection with the complaint sent to them, the Principal / Owner

and/or the Bidder/ Contractor shall make arrangement for such perusal of records by the

IEMs as demanded by them including unrestricted and unconditional access to the project

documentation and minutes of meeting. If records / documents of Sub-Contractor(s) are

also required to be perused by the IEMs, the Bidder shall make arrangement for such

perusal of records by the IEMs as demanded by them. IEMs are under obligation to treat

the information and documents of the Principal / Owner and Bidder/ Contractor/ Sub-

Contractors with confidentiality.

10.5 The task of the IEMs, is to review independently and objectively, any complaint

received with regard to violation Integrity Pact and offer recommendations or carry out

inquiry as deemed fit. The IEMs are not subject to any instructions by the representatives

of the parties and shall perform their functions neutrally and independently. The report of

Page 29: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 24

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

inquiry, if any, made by the IEMs shall be submitted to either of the following for a final and

appropriate decision in the matter keeping in view the provision of this Pact:-

(a) DGBR in normal cases.

(b) CVO (MES & BRO)/MoD in cases involving vigilance angle.

11. Examination of Books of Accounts

In case of any allegation of violation of any provisions of this Integrity Pact or payment of

commission, the Principal / Owner or its agencies shall be entitled to examine the Books of

Account of the Bidder and the Bidder shall provide necessary information of the relevant financial

documents in English and shall extend all possible help for the purpose of such examination.

12. Law and Place of Jurisdiction

This pact is subject to Indian Law. The place of performance and jurisdiction is the seat of

the Principal/ Owner.

13. Other Legal Actions

The actions stipulated in this Integrity pact are without prejudice to any other legal action

that may follow in accordance with the provisions of the extant law in force relating to any civil or

criminal proceedings.

14. Signing of Integrity Pact on behalf of Bidder

(a) Proprietorship Concern – The Integrity Pact must be signed by the proprietor or by

an authorized signatory holding power of attorney signed by the proprietor.

(b) Partnership firm – The Integrity Pact must be signed by all partners or by one or

more partner holding power of attorney signed by all partners.

(c) Limited Liability firm – The Integrity Pact must be signed by all partners or by one or

more partner holding power of attorney signed by all partners.

(d) Private Limited / Limited Company – The Integrity Pact must be signed by a

representative duly authorized by Board resolution.

(e) Joint Venture – The Integrity Pact must be signed by all partners and members to

Joint Venture or by one or more partner holding power of attorney signed by all partners

and members to the Joint Venture.

15. Validity

15.1 The validity of this Integrity Pact shall be from date of its signing. It expires for the

Contractor after the final payment under the contract has been made or till the continuation

of Defect liability period, whichever is later and for all other bidders, till the Contract has

been awarded.

15.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to their

original intentions.

Page 30: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 25

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

INTEGRITY PACT

To,

Chief Engineer (Project)

Sub - Tender ID No.

Submission of Tender for the work of “PROVIDING, LAYING, COMPACTION & EXECUTION OF

SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB),

CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018,

IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR

ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-

DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF

SIKKIM.”

Dear Sir,

I/We acknowledge that BRO is committed to follow the principles thereof as enumerated in the

Integrity Pact enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that I/We will sign the Integrity Pact, which is an integral part of tender document, failing which

I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF

THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of the

conditions of the NIT.

I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and further

agree that execution of the said Integrity Pact shall be separate and distinct from the main

contract, which will come into existence when tender/bid is finally accepted by BRO. I/We

acknowledge and accept the validity of the Integrity Pact, which shall be in line with Para 15 of the

enclosed Integrity Pact.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, while

submitting the tender/bid, BRO shall have unqualified, absolute and unfettered right to disqualify

the tender/bidder and reject the tender/bid is accordance with terms and conditions of the

tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 31: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 26

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

INTEGRITY PACT

To,

Sub : Tender ID No. _________________________ for the work “PROVIDING, LAYING,

COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR

SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC :

37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR

ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA

ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.”

Dear Sir,

It is hereby declared that BRO is committed to follow the principle of transparency, equity and

competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Pact, which is an Integral part of tender/bid documents, failing which

the tender/bidder will stand disqualified from the tendering process and the bid of the bidder

would be summarily rejected.

This declaration shall form part and parcel of the Integrity Pact and signing of the same shall be

deemed as acceptance and signing of the Integrity Pact on behalf of the BRO.

Yours faithfully

For Chief Engineer (Project) Swastik

Page 32: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 27

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

ANNEXURE-III

BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY DEPOSIT

(To be used by Nationalized/Scheduled Indian Banks Only)

1. “In consideration of the President of India (hereinafter called “the Government“) having

agreed to exempt ………….(hereinafter called “the said Contractor (s)“ ) from the demand, under

the terms an d conditions of an Agreement dated ……….. made between ……. and …… for ……..(

hereinafter called “the said Agreement“), of Performance Security Deposit for the due fulfillment

by the said Contractor (s) of the terms and conditions contained in the said Agreement, on

production of a Bank Guarantee for Rs. …….. (Rupees……. Only), we, …………… Bank Ltd . (

hereinafter referred to as “the Bank”) do hereby undertake to pay to the government an amount

not exceeding Rs. ………. Against any loss or damage caused to or suffered or would be caused to

or suffered by the Government by reason of any breach by the said contractor (s) of any of the

terms or conditions contained in the said Agreement.

2. We…… Bank Ltd do hereby undertake to pay the amounts due and payable under this

guarantee without any demur, merely on a demand from the Government stating that the amount

claimed is due by way of loss or damage caused to or would be caused to or suffered by the

Government by reason of any breach by the said Contractor(s) of any of the terms or conditions

contained in the said Agreement or by reason of the contractor‟s (s) failure to perform the said

Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due

and payable by the Bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs. ……………

3. We ….. Bank Ltd, further agree that guarantee herein contained shall remain in full force

and effect during the period that would be taken for the performance of the said Agreement and

that it shall continue to be enforceable till all the dues of the Government under or by virtue of the

said Agreement have been fully paid and its claims satisfied or discharged or till …… (Office/

Department), Ministry of ……. Certifies that the terms and conditions of the said Agreement have

been full and properly carried out by the said Contractor(s) and accordingly discharges the

guarantee. Unless a demand or claim under this guarantee is made to us in writing on or before

the …….. we shall be discharged from all liability under this guarantee thereafter.

4 We……… Bank Ltd, further agree with the Government that the Government shall have the

fullest liberty without our consent and without affecting in any manner or obligations hereunder to

vary any of the terms and conditions of the said Agreement or the extend time of performance by

the side Contractor(s) from time to time or to postpone for any time or from time to time any of

the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce

any of the terms and conditions relating to the said agreement and we shall not be relieved from

our liability by reason of any such variation , or extension being granted to the said Contractor (s)

or for any forbearance, act or omission on the part of the Government or any indulgence by the

Government to the said Contractor (s) or any such matter or thing whatsoever which under the

law relating to sureties would but for this provision have effect of so relieving us.

5. We …….. Bank Ltd, lastly undertake not to revoke this guarantee during its currency except

with the pervious consent of the Government in writing.

Dated the …….. day of ……….. 20

For ………. Bank Ltd.

Page 33: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 28

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

NOTICE INVITING TENDERS

(NATIONAL COMPETITIVE BIDDING)

BORDER ROADS ORGANISATION

MINISTRY OF DEFENCE

GOVT OF INDIA

CHIEF ENGINEER PROJECT SWASTIK

NIT No. SWTK/NIT- 23/2019-20

1. Online bids are invited on single stage two bid system for PROVIDING, LAYING,

COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,

GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER

GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND

MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM

7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT

SWASTIK IN THE STATE OF SIKKIM.

The title of above heading on CPP site https://eprocure.gov.in/eprocure/app is PROVIDING,

LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE

PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI

LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART –

II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION)

BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764

BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

2. Tender documents may be downloaded from central public procurement portal site

https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as

under:-

CRITICAL DATE SHEET

Bid Document Publishing Date : 20 Nov 2019 at 1300 hrs

Bid Document Download /Start Date : 22 Nov 2019 at 1600 hrs

Clarification Start Date : 22 Nov 2019 at 1700 hrs

Clarification End Date : 06 Dec 2019 at 1200 hrs

Pre bid meeting

: 07 Dec 2019 from 1100 hrs to 1300 hrs

Bid Submission Start Date : 08 Dec 2019 at 1100 hrs

Bid Submission End Date : 31 Dec 2019 up to 1200 hrs

Opening Date of Technical Bid : 01 Jan 2020 at 1230 hrs

Opening Date of Financial Bid To be fixed later on

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.

Manual bids shall not be accepted. Tenderer/Contractors are advised to follow the instructions

provided in the „Instructions to the Contractors/Tenderer for the e-submission of the bids online

through the Central Public Procurement Portal for e-Procurement at

https://eprocure.gov.in/eprocure/app‟ before proceeding ahead.

SW

For Accepting Officer

Page 34: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 29

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

4. The work is estimated to cost Rs. 3782.00 lac (Rupees Three Thousand Seven

Hundred Eighty Two Lakh Only) approximately or as subsequently amended in tender

documents or uploaded in BRO website www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app This estimate, however, is not a guarantee and is merely

given as a rough guide and if works cost more or less, the tenderer shall have no claim on that

account of what so ever nature.

5. The tender shall be based on drawing, specifications, General Conditions of Contracts

IAFW- 2249 with schedule „A‟ (list of works) to be priced by the tenderers.

6. Not more than one tender shall be submitted by one contactor or contractors having

business relationship. Under no circumstance will father and his son(s) or other close relations who

have business relationship with one another (i.e when one or more partner(s)/director(s) are

common) be allowed to tender for the same contract as separate competitors. A breach of this

condition will render the tenders of both parities liable to rejection.

7. The work is to be completed within 300 days or as subsequently amended in tender

documents or uploaded in BRO website www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app website on accordance with the phasing, if any, indicated in

the tender from the date of handing over the site, which will be generally within one month from

the date of issue of acceptance letter.

8. The Chief Engineer, Project Swastik, C/O 99 APO will be the Accepting Officer, here

in after, referred to as such for the purpose of this contract.

9. Intending tenderers are advised to visit again BRO website www.bro.gov.in (for reference

only) and CPPP website https://eprocure.gov.in/eprocure/app 03 (three) days prior to date of

submission of tender for any corrigendum / addendum/ amendment.

10. Earnest money is not required to be attached with tender by the valid enlisted contractors

with BRO who have submitted standing security deposit and MSME registered firms as per Rule

170 (i) of GFR 2017 but it is required from other contractors and to be attached (Scanned copy)

with Technical Bid for Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of Call

Deposit Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer

Project Swastik, C/O 99 APO obtained from any Nationalized/ Scheduled Bank and having

maturity/validity period 90 days more than validity period of his offer.

11. Successful Bidder (L-1) shall deliver to Accepting Officer a Performance Security for an

amount of 5% of contract sum in the shape of Bank Guarantee or FDR within 28 days of issue of

LoA.

12. Copies of drawings (if applicable) and other documents pertaining to the work (signed for

the purpose of identification by the Accepting Officer or his accredited representative) and sample

of materials and stores to be supplied by the contractor will be opened for inspection at the

following locations:- CE (P) Swastik, C/O 99 APO

13. Tenderers are advised to visit the work site by making prior appointment with OC

130 RCC (GREF), C/o 99 APO or Commander 764 BRTF (GREF), C/O 99 APO Telephone

No. 03552255921/Mobile No. 8900702871 /8001742124

14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site

etc whether he had inspected them or not.

SW

For Accepting Officer

Page 35: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 30

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

15. The work site falls under wildlife sanctuary and no person is allowed to stay in the night

along the work site or along the road. The inner line permit is mandatory for work force. The

bidder shall accustom himself about the working limitation in wildlife sanctuary and restrictions

while working along the international sensitive boarder and conditions imposed by the forest

department in such area.

16. Any qualification documents/ tender which stipulates any alternative to any of the conditions

laid down or which proposes any other conditions of any description whatsoever is liable to be

rejected.

17. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking,

giving a purchase preference over other tender(s) which may be lower, as are admissible under

the Govt policy. No claim for any compensation or otherwise shall be admissible from such

tenderers whose tenders may be rejected on account of the said policy.

18. The submission of a tender by a tenderer implies that he had read this notice and conditions

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

of the conditions and rates at which stores, tools and plants etc will be issued to him, local

conditions and other factors bearing on the execution of the work.

19. The Pre-Contract Integrity Pact has been signed by Accepting Officer or by the Officer

specifically designated by him and scanned copy uploaded as part of NIT alongwith tender

documents. Scanned copy of Integrity Pact duly signed on each pages by the bidder(s) shall be

uploaded as part of technical bid (Cover-I) and original Integrity Pact duly signed on each pages

shall be forwarded by post along with EMD and DD towards cost of tender .

20. The scanned copy of original instruments in respect of tender fee earnest money, Integrity

Pact duly signed on each page by the bidder(s), and under taking regarding acceptance of tender

conditions,Enlistment letter if firm is enlisted in BRO, EPFO, Registration letter, GST Registration

and any other documents required to be submitted with respect to various conditions mentioned in

the tender documents must be uploaded alongwith the technical bid. The Hard copies of all the

documents should reach the tender Inviting Authority in the sealed envelope within 05 days of bid

submission end date.

21. In case of applications/bids from enlisted contractors of BRO, where scanned copies of

requisite DD/ Bankers cheque towards cost of tender has been uploaded , but physical copies are

not received by the stipulated date , finance bids will be opened . However non- submission of

physical copies of cost of tender shall be considered as willful negligence of the bidder with ulterior

motives and such bidder shall be banned from bidding for period of six months commencing from

the date of opening of finance bid .

22. In case of applications/bids from unenlisted contractors ,where scanned copies of requisite

DD/ Bankers cheque towards cost of tender has been uploaded but physical copies are not

received by the stipulated date , finance bids will not be be opened . Name of such contractors

alongwith complete address shall be circulated for not opening of their bids for a period of six

months commencing from the date of opening of finance bid.

SW

For Accepting Officer

Page 36: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 31

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(NOTICE OF TENDER (contd…….)

23. In case of applications/bids ( enlisted contractor/ as well as unenlisted contractors)where

scanned copies of requisite Earnest money ( as applicable) were uploaded but the same are not

received in physical form within stipulated time , such bids shall not qualify for opening of finance

bid.

24. In case of rejection of technical bid , contractor may appeal to next higher Engineering

Authority i.e HQ ADGBR (East), C/O 99 APO on email “[email protected]” against rejection whose

decision shall be final and binding , However , contractor/ bidder shall not be entitled for any

compensation whatsoever on account of rejection of technical bid.

25. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP

website https://eprocure.gov.in/eprocure/app.

26. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be

treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall

be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money

stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount

through MRO, failing which the amount shall be recovered from payment due to such contractor or

shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related

firm shall not be allowed to participate in the tendering in second call or subsequent calls.

27. Important- Above particulars may change due to administrative or any other reason

and shall be available in BRO web site www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to

visit BRO web site www.bro.gov.in and CPPP website

https://eprocure.gov.in/eprocure/app frequently and at least once again 03 (three)

days prior to bid submission date as per critical date sheet, for any changes in above

particulars.

28. Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99 APO,

telephone No. 03592-259208 & 259209, mobile number of SW 9475342177 for clarifications if any

required regarding various provisions in tender documents.

29. The name and email id of the Nodal Officer of BRO as under:

Sl No. Name of the Nodal Officer of BRO E-mail ID

1 Shri S K Deota, IDCMS (Director (Contracts [email protected]

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

--sd---

EE (Civ)

SW

For Accepting officer

Dated: 20 Nov 2019

80467/ 07 / E8

Headquarters

Chief Engineer

Project Swastik

C/O 99 APO

Pin-931717

Page 37: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 32

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

1.

HQ DGBR/E8 Dte

Seema Sadak Bhawan

Ring Road, Delhi Cantt

New Delhi-10

10 HQ CE (P) VARTAK

C/O 99 APO

19 HQ CE (P) SHIVALIK

C/O 99 APO

2. The Chief Engineer,

PWD, Gangtok, Sikkim

11 HQ CE (P) PUSHPAK

C/O 99 APO

20 HQ CE (P) BRAHMANK

C/O 99 APO

3. HQ 758 BRTF (GREF)

C/O 99 APO

12 HQ CE (P) SEWAK

C/O 99 APO

21 NHPC Limited, Rangit Power

Station, Rangit Nagar,

South Sikkim-737111

4. HQ 764 BRTF (GREF)

C/O 99 APO

13 HQ CE (P) ARUNANK

C/O 99 APO

22 AO (P) SWTK, (GREF)

C/O 99 APO

5.

130 RCC (GREF)

C/O 99 APO

14 HQ CE (P) BEACON

C/O 56 APO

23 AO 764 BRTF (GREF)

C/O 99 APO

6.

HQ CE (P) HIRAK

C/O 56 APO

15 HQ CE (P) CHETAK

C/O 56 APO

24 EDP cell of HQ DGBR for

uploading on bro web site.

7. HQ CE (P) VIJAYAK

C/O 56 APO

16 HQ CE (P) DANTAK

C/O 99 APO

25 HQ CE (P) HIMANK

C/O 56 APO

8 HQ CE (P) SAMPARK

C/O 56 APO

17 HQ CE (P) DEEPAK

C/O 56 APO

26 HQ CE (P) ROHTHANG

C/O 56 APO

9 HQ CE (P) SETUK

C/O 99 APO

18 HQ CE (P) UDAYAK

C/O 99 APO

27 HQ 755 BRTF (GREF)

C/O 99 APO

Page 38: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 33

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

INSTRUCTIONS TO BIDDERS

1. Instructions to the Bidders to submit the bids online through the Central Public

Procurement Portal website for e-Procurement at https://eprocure.gov.in/eprocure/app:-

(a) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the

contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.

(b) Bidder should do the enrollment in the e-Procurement site using the “Click here to

Enroll” option available on the home page. Portal enrollment is generally free of charge.

During enrollment/registration, the bidders should provide the correct/true information

including valid email ID. All the correspondence shall be made directly with the

contractors/bidders through email ID provided.

(c) Bidder need to login to the site through their user ID/ password chosen during

enrollment/ registration.

(d) The Digital Signature Certificate (Class II or Class III Certificates with signing key

usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA

India on eToken/SmartCard, should be registered.

(e) The DSC that is registered only should be used by the bidder and should ensure safety

of the same.

(f) Contractor/Bidder may go through the tenders published on the site and download the

required tender documents/schedules for the tenders he/she is interested.

(g) After downloading / getting the tender documents/schedules, the Bidder should go

through them carefully and then submit the documents as asked, otherwise bid will be

rejected.

(h) If there are any clarifications, this may be obtained online through the tender site, or

through the contact details. Bidder should take into account the corrigendum published

before submitting the bids online.

(j) From my tender folder, he selects the tender to view all the details indicated.

(k) Bidder then log in to the site through the secured login by giving the user ID/ password

chosen during enrolment/registration and then by giving the password of the

eToken/SmartCard to access DSC.

(l) Bidder selects the tender which he/she is interested in by using the search option & then

moves it to the „my tenders‟ folder.

(m) It is construed that the bidder has read all the terms and conditions before submitting

their offer. Bidder should go through the tender schedules carefully and upload the

documents as asked; otherwise, the bid will be rejected.

(n) Bidder, in advance, should get ready the bid documents to be submitted as indicated in

the tender documents/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats.

If there is more than one document, they can be clubbed together and can be provided in

the requested format. Each document to be uploaded through online for the tenders should

be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar

and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with

100 dpi with black and white option. However of the file size is less than 1 MB the

transaction uploading time will be very fast.

Page 39: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 34

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(o) If there are any clarifications, this may be obtained through the site, or during the pre-

bid meeting if any. Bidder should take into account the corrigendum published from time to

time before submitting the online bids.

(p) The Bidders can update well in advance, the documents such as certificates, annual

report details etc., under My Space option and these can be selected as per tender

requirements and then send along with bid documents during bid submission. This will

facilitate the bid submission process faster by reducing upload time of bids.

(q) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original

should be posted/couriered/given in person to the Tender Inviting Authority, at least one

working date prior bid submission due date & time for the tender. Scanned copy of the

instrument should be uploaded as part of the offer.

(r) While submitting the bids online, the bidder reads the terms & conditions and accepts

the same to proceed further to submit the bid packets.

(s) The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as

applicable and enter details of the instruments.

(t) The details of the DD/any other accepted instrument, physically sent, should tally with

the details available in the scanned copy and the data entered during bid submission time.

Otherwise submitted bid will not be acceptable.

(u) The bidder has to digitally sign and upload the required bid documents one by one as

indicated. Bidders to note that the very act of using DSC for downloading the bids and

uploading their offers shall be deemed to be a confirmation that they have read all sections

and pages of the bid document including General conditions of contract without any

exception and have understood the entire document and are clear about the requirements

of the tender requirements.

(v) The bidder has to upload the relevant files required as indicated in the cover content. In

case of any irrelevant files, the bid will be rejected.

(w) If the Financial Bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates

offered should be entered in the allotted space only and uploaded after filling the relevant

columns. The Financial Bid/BOQ template must not be modified/replaced by the bidder;

else the bid submitted is liable to be rejected for this tender.

(x) The bidders are requested to submit the bids through online e-tendering system to the

Tender Inviting Authority (TIA) well before the bid submission end date & time (as per

Server System Clock). The TIA will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders at the eleventh hour.

(y) After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the

acknowledgement number, given by the system should be printed by the bidder and kept

as a record of evidence for online submission of bid for the particular tender and will also

act as an entry pass to participate in the bid opening date.

(z) The time settings fixed in the server side & displayed at the top of the tender site, will

be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender

system. The bidders should follow this time during bid submission.

(aa) All the data being entered by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered will not viewable by

unauthorized persons during bid submission & not be viewable by any one until the time of

bid opening.

Page 40: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 35

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(ab) Any bid document that is uploaded to the server is subjected to symmetric encryption

using a system generated symmetric key. Further this key is subjected to asymmetric

encryption using buyers/bid openers public keys. Overall, the uploaded tender documents

become readable only after the tender opening by the authorized bid openers.

(ac) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit

encryption technology is used. Data storage encryption of sensitive fields is done.

(ad) The bidder should logout of the tendering system using the normal logout option

available at the top right hand corner and not by selecting the (X) exit option in the

browser.

(ae) For any queries regarding e-tendering process, the bidders are requested to contact as

provided in the tender document. Parallely for any further queries, the bidders are asked to

contact over phone: 1-800-233-7315 or send a mail over to [email protected].

(af) Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99

APO, telephone No. 03592-259208 & 259209 for clarifications if any required regarding

various provisions in tender documents.

Page 41: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 36

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

GENERAL CONDITIONS OF CONTRACTS

(IAFW-2249-2017 REPRINT)

FOR

NAME OF WORK: “PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING

WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS

BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-

2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND

BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA

ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.”

1. A copy of the GENERAL CONDITIONS OF CONTRACTS IAFW-2249(Latest edition).

I/we have read and understood the provisions contained in the aforesaid General Conditions of

Contracts before submission of the tender and I/we agree that I/we shall abide by the terms and

conditions thereof.

2. It is hereby further agreed and declared by me/us that the General Conditions of

Contracts IAFW-2249 (Latest Edition) including condition 70 thereof pertaining to

settlement of disputes by arbitration, (including all errata and Amendments thereto shall form part

of these tender documents).

3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE) have

been used in the General Conditions of Contract IAFW-2249 (Latest Edition) the same are

considered as Commander Contract and OC Contract respectively as applicable in Border Roads

Organisation.

Note: Copy of General conditions of contracts IAFW-2249 (Latest Edition) duly amended vide

Govt. of India, Ministry of Defence letter No. PC-I to 33487/IAFW-2249/R/858/2018/D (Works-II)

(i) dated 14 Jan 2019 can be referred in any office of BRO. Bidder shall upload an under taking

with their technical bid as per following:

UNDERTAKING

I/We have read the General Conditions Of Contracts IAFW-2249 (Latest

Edition) as amended vide Govt. of India, Ministry of Defence letter No. PC-I to

33487/IAFW-2249/R/858/2018/D (Works-II) (i) dated 14 Jan 2019 and following is

noted:

(i) Inclusion of performance security (PS) @ 5 % of contract amount sum

and removal of risk and cost provision in General Conditions Of Contracts

IAFW-2249.

(ii) Increase in Defect Liability Period (Three years for Runway, Marine &

Harbour works, High altitude works, and specialist works of Hospitals &

Medical equipment/Medical gas and two years for other works)

Signature of Contractor For Accepting Officer

Page 42: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 37

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 43: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 38

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 44: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 39

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 45: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 40

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 46: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 41

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 47: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 42

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 48: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 43

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Page 49: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 44

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

SPECIAL CONDITIONS

1. GENERAL

The following Special Conditions shall be read in conjunction with General Conditions of

contracts IAFW-2249, including amendments thereto up to date, and whereas variation exists

the Special Conditions shall take precedence over the aforesaid General Conditions.

The Special Conditions given in succeeding paragraphs shall be read in conjunction with

Schedule A, technical specifications and General Conditions of Contracts IAFW-2249. In case of

any discrepancies in the various provisions of the contract, the following order of precedence

shall be observed:-

(a) Description given in Schedule „A‟.

(b) Particular/Technical Specifications.

(c) Drawings and sketches.

(d) IRC 37 2018 and IRC SP:89 Part 1 2010 and IRC SP: 89 part II 2018

(e) Ministry of Road Transport & Highways (MoRTH) specifications for Road and bridge

works published by Indian Roads Congress New Delhi (latest Revision).

(f) Special conditions.

(g) General conditions of contracts.

2. INSPECTION OF SITE

The contractor is particularly advised to inspect the site (s) of work by making prior

appointment with the Chief Engineer Project Swastik C/o 99 APO or Commander 764

BRTF, C/o 99 APO or OC 130 RCC, C/o 99 APO so as to acquaint himself with regard to the

nature and conditions of site, nature and means of local communication, working hours,

conditions of access and all other cognate matters concerning the execution and completion of

the work. Any paths, tracks, approaches etc, required for the movement of plants, equipments,

machines and vehicles etc to the work site and plate form, bund etc required for the execution of

work will be responsibility of the contractor and rates quoted must include these aspects also

where required. The tenderer shall be deemed to have inspected the site and made himself

familiar with various factors which may affect his quoted rates where he actually inspects the site

or not. No extra charges consequent on misunderstanding or otherwise will be allowed.

The work site is between Km 7.00 to Km 27.00 on Flag Hill-Dokala road. The

entire stretch is under wildlife sanctuary. No human presence is allowed beyond

working hours in the area. The nearest village is at Kupup about 25 Km from Dokala

and 7 Km from Flag Hill and Gnathang village is about 6 Km from Flag Hill. The area

falls under restricted area and inner line permit is must for movement of persons and

machinery in that area.

Permit is required from state transport Department of Sikkim for plying of loaded

vehicles in restricted areas in the State of Sikkim and there is entry Tax for vehicles

registered with other States.

3. LAND FOR OFFICES ETC

The contractor shall have to make his/her own arrangements for the land as may be

required by him/her for housing of staff and labour and for erection of store sheds, offices,

Page 50: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 45

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

godowns etc., required by him/her for this work. The contractor must ensure that the staff,

labour, plant, equipments, machines, vehicles, stores etc., employed or collected in connection

with the work are so located that there is no hindrance to free flow of traffic on the

roads/highway. Suitable cautionary and warning signs and other measures are to be installed

/provided by the contractor at his own cost for the safety of traffic.

4. MINIMUM FAIR WAGES PAYMENT TO LABOUR

(a) The contractor shall pay wages not less than the minimum fair wages fixed from time to time

by the Central Govt/State Govt/Local Authorities. He shall have no claim whatsoever, if on

account of any local regulations and/or otherwise, he is required to pay wages in excess of

the wages so fixed.

(b) The contractor shall observe the laws/regulations applicable in the area regarding the

employment of labour, payment of wages and other cognate matters relating to the

conditions.

(c) In case local labourers are not available, the contractor may have to obtain written permit

from the appropriate authority of State Govt. to import labour from outside the state.

(d) The contractor shall ensure compliance to all the labour wages laws and benefit rules for the

labour employed by him.

(e) The contractor shall maintain muster roll of labourer engaged in the work alongwith wages

being paid to labourer (trade wise). The muster roll shall be available at site for inspection by

Engineer-in-Charge or any authorized Govt. Officials.

5. ROYALTY

Reference condition 11 of General Conditions of IAFW-2249 (Latest Reprint). No quarries on

charge of department are available. The contractor shall make his own arrangements for

obtaining/quarrying sand/stone & obtaining other materials required for the work. Payment of

royalties of such materials is to be borne by the contractor, and his quoted rates shall be deemed

to include for the same.

No crushers/ Quarry operation is allowed in the reserve forest/ wildlife sanctuary.

6. Blasting rocks

(a) The contractor shall be responsible for the safe custody and storage of blasting

materials in accordance with the rules on the subject. Written authority of the OC

shall be obtained before any blasting operations are commenced.

(b) The contractor shall ensure that the charges in blasting are not excessive and that

the charged bore holes are properly protected before firing and that proper

precautions are taken for the safety of men and property.

(c) Blasting should be generally avoided. In case it is unavoidable less charge controlled

blasting may be resorted with the prior permission of the Engineer-i-Charge. The

contractor shall be bound to abide by the instructions of the OC regarding the

necessity of blasting and the type, number size and pattern of holes to be drilled

and also the type, amount and method of firing of explosive to be used. The OC

shall reserve the right to restrict the number of charge to be fired at a time so that

the hillside is not adversely affected. The contractor shall fire the charges only at

such time as approved by the OC and shall have no claim, whatsoever, on account

Page 51: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 46

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

of any delay and extra cost due to carrying out the instructions of the OC and/or

taking the safety precautions directed by him.

No blasting is allowed in the state of Sikkim/wildlife sanctuary except controlled blasting

With prior approval of District Administration.

7. MOVEMENT OF CONTRACTOR VEHICLES

7.1. Minimum classification of existing bridges on the roads are Class 40 R bridges, contractor

should not bring any heavier vehicle/plnt/equipment as such vehicle/plant/equipment shall not

be allowed on the bridges. The contractor‟s vehicle may be required to ply in convoys as per

directions given by the concerned Civil/Military authorities. No extra payment/time will be

admissible on this account.

7.2. In case the condition of these bridges warrant further downwards loads classification due to

any unforeseen circumstances, the same will be done by OC Contract whose decision shall be

final and binding. In case of any such eventuality, the contractor may have to unload his heavy

load carried at locations, indicated to suit the load classification indicated by the OC Contract.

Any such heavy load carriage thus necessitated across such indicated bridge(s) shall have to be

done by the contractor without any additional payment and no claim whatsoever on this account

will be entertained.

8. SECURITY RESTRICTIONS

8.1 The contractor shall strictly adhere to all instructions given by the Engineer-in-Charge from

time to time with regard to the security arrangements and issue of passes of control and

admission of the contractor, his agents, and servants to the site of work.

8.2 The contractor and his agents, servants and all his persons related to work shall observe the

rules formulated by the authority controlling the area of work. Prohibition of smoking, fire

precautions, search of person and vehicle, at time of entry and exit, may be conducted by Indian

Police/Military/GREF authorities at the site at any time and for any number of times for Security

reasons. No extra claim whatsoever shall be entertained from the contractor for such

contingencies.

8.3 The Contractor shall employ only Indian Nationals, agents, servants and workmen and verify

their antecedents and loyalty before employing them on works. He shall ensure that persons of

doubtful antecedents and Nationality are not employed or entrusted with the works. During

currency of the contract, if anybody is suspected to have any connection with anti-national

elements/activities, he will immediately be removed and contractor shall have no claim

whatsoever on this account.

9. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS

The contractor shall give all reasonable facilities to this department personal for the

inspection of the works being executed under this contract. He will also provide free access to

the works if being executed by this department or other agencies and if such works are located

near the sites covered under this contract. Responsibility of all the works covered in this contract

will lie on the contractor and these works will be fully completed and accordingly handed over to

this department.

10. TAXES ETC

The tendered amount shall, inter-alia be deemed to be inclusive of all taxes viz. Work

Contract Tax, Terminal Taxes, Toll Taxes, Royalty, Octroi, Sales Tax/Vat, GST, Monopoly

Charges, and other taxes and the like levies payable under the respective existing states etc. No

Page 52: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 47

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

claim on account of any taxes will be payable to contractor whatsoever except as provided in sub

para 11 (b) here-in-after.

11. Re-Imbursement /Re-Fund on variation in “taxes directly related to contract

value”

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes

(including GST on materials, GST on Works Contracts, Turnover Tax, Labour Welfare

Cess/Tax, Ecology and Environment Cess etc), duties, Royalties, Octroi & other levies

payable under the respective statutes. No re-imbursement/refund for variation in rates of

taxes, duties, royalties, Octroi & other levies, and/or imposition/abolition of any

new/existing taxes, duties, Royalties, Octroi & Other levies shall be made except as

provided in sub Para (b) here-in-below :

(b) (i) The taxes which are levied by Government at certain percentage rates of

Contract Sum/Amount shall be termed as “taxes directly related to contract value”

such as GST on works contracts, Turnover Tax, Labour Welfare Cess/tax, and like

but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all

“taxes directly related to contract value” with existing percentage rates as

prevailing on last due date for receipt of tenders. Any increase in percentage rates

of „taxes directly related to contract value‟ with reference to prevailing rates on last

due date for receipt of tenders shall be reimbursed to the contractor and any

decrease in percentage rates of “taxes directly related to contract value” with the

reference to prevailing rates on last due date for receipt of tenders shall be

refunded by the contractor to the Govt./deducted by the Govt. from any payments

due to the contractor. Similarly imposition of any new “taxes directly related to

contract value” after the last due date for receipt of tenders shall be reimbursed to

the contractor and abolition of any “taxes directly related to contract value”

prevailing on last due date for receipt of tenders shall be refunded by the contractor

to the Govt./deducted by the Govt. from the payments due to the contractor.

(ii) The contractor shall, within a reasonable time of his becoming aware of

variation in percentage rates and/or imposition of any further “taxes directly related

to contract value” give written notice thereof to the OC Contract stating that the

same is given pursuant to this Special Condition, together with all information

relating thereto which he may be in a position to supply. The contractors shall

submit the other documentary proof/information as the OC Contract may require.

(iii) The contractor shall, for the purpose of this condition keep such books of

account and other documents as are necessary and shall allow inspection of the

same by a duly authorized representative of Govt., and shall further, at the request

of the OC Contract furnish, verified in such a manner as the OC Contract may

require, any documents so kept and such other information as the OC Contract may

require.

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly

related to contract value” shall be made only if the contractor necessarily and

properly pays additional “taxes directly related to contract value “to the Govt.

without getting the same adjusted, against any other tax liability or without getting

the same refunded from the concerned Government Authority and submit

documentary proof for the same as the OC Contract may require.

Note:- The word Good & Service Tax (GST) in the above clause includes Central Good &

Service Tax (CGST), State Good & Service Tax (SGST),Union Territory Good & Service Tax

(UTGST) & Integrated Good & Service Tax (IGST) all as applicable.

12. SECURITY OF DOCUMENTS

Page 53: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 48

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

The contractor shall not communicate any classified information regarding

works/organisation either to the sub contractor or others without prior approval of the Engineer-

in-Charge. Any violation on this aspect will be forfeit the right of the contractor to claim any

amount due to the contractor whatsoever held with organisation.

13. FOREGION EXCHANGE/IMPORT LICENCE

No foreign exchange and/or import licence will be arranged by the Department in the

connection of work under this contract.

14. CONTRACTOR‟S EQUIPMENTS AT SITE:

14.1 The Contractor shall furnish to the Engineer-in-Charge a distribution return of his

equipments on the work site stating the following particulars:-

(i) Particulars of equipments i.e., Make, Manufacture‟s No., Model No,

Registration No, capacity, year of Manufacture, year of purchase etc.

(ii) Total Number of equipments on work site

(iii) Location indicating quantity at the site of work.

14.2 For the purpose of this condition, equipments shall include all equipments but not the

workmen‟s tool and/ or any manually operated tools/equipment

The engineer-in charge shall record the partivulars supplied by the contractor as aforesaid, in the

work dairy and send a return to the OC contract for record in his office.

The first return shall be submitted immediately after any plant or equipment is brought top the

site. Thereafter every week changes in the return shall be furnished in the following dorm:-

Sr/No Particulars of

plant/equipment

Total no at

site of work

Location remarks

A complete return showing the up to date position of the plant / equipment at site be submitted

on the 15Th of every month till the works are completed and the site is cleared

14.3 the contractors attention is invited to condition 34 of general conditions of the contract

according to which no tool, plant & equipments shall be removed from the site by the contractor

without written approval of OC Contract.

15. Fixing of permanent and temp bench mark:

Permanent Bench Mark be fixed at any nearby safe location or considered from any existing

Permanent Building/structure. RL be transferred and TBM be fixed at an interval of approximate

200 mtr along the existing alignment at safe place. These temporary Bench Marks should remain

intact till completion of the work.

16 Total station equipment:

The total station equipment with its accessories be provided by the contractor and will remain at

site till completion of the work

17 Mobilization advance (Applicable only for contracts with contract agreement

amount exceeding Rs 25 crores)

(a) Mobilization advance shall be restricted to 10% of Contract Agreement amount.

Page 54: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 49

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(b) Applicable in cases, where the total amount of Mobilization Advance does not Exceed

Rs. 500 lakhs.

“Mobilization Advance against non-Revocable Bank Guarantee.

(i) Interest bearing mobilization advance restricted to 10% of Contract Agreement amount

shall be given to the Contractor if he so desires and on his specific written request, on

production of non-revocable Bank Guarantee(s) for the corresponding amount on an

approved form of scheduled Bank. The Bank Guarantee(s) shall indemnify the Govt. Against

non-refund of mobilization advance and also against default of Contractors part in

performance of the contract. The rate of interest shall be 10% per annum simple interest.

(ii) The mobilization advance shall be paid to the Contractor within 30 days of

acceptance of Bank Guarantee(s) furnished by him, by Accepting Officer. The amount of

mobilization advance together with interest shall be recovered from the payments made to

the Contractor against “Advance on account”, under condition 64 of IAFW-2249, General

Conditions of Contracts.

(iii) The amount of mobilization advance shall be recovered in suitable number of equal

monthly installments as stipulated here after. The first installment of recovery shall be

effected from the „Advance on Account‟ payment made immediately following the payment

of mobilization advance and the last installment of recovery shall be effected during the

third month preceding the month in which the due date of completion stipulated in the first

work order fails.

(iv) The Contractor shall furnish a number of Bank Guarantees equal to number of

installations for recovery, each to match the quantum of recovery to be effected from the

„Advance on Account‟ for reasons of non-submission of claim for payment of “Advance on

Account‟ any other reason whatsoever, the recovery due shall be made by encashing the

Bank Guarantee.

(c) Applicable in cases where the Total amount of Mobilization Advance

Exceeds Rs. 500 lakhs.

“Mobilization Advance against non-revocable Bank Guarantee.

(i) Interest bearing mobilization advance restricted to 10% Contact Agreement amount

shall be given to the Contractor if he so desires and on his specific written request, in two

installments, on production of non-revocable Bank Guarantee(s) on an approved from a

schedule Bank. The Bank Guarantee(s) shall indemnify the Government against non-refund

of mobilization advance and also against default on Contractor. The rate of interest shall be

10% per annum simple interest.

(ii) The first installment of mobilization advance shall be Rs. 500 lakhs and shall be paid

to the Contractor within 30 days of acceptance of the Bank Guarantee(s) for Rs. 500 lakhs

furnished by him, by the Accepting Officer. The second installment of balance mobilization

advance shall be paid to the Contractor after 6 months of payment of the first installment

provided Bank Guarantee(s) for the corresponding amount has/have been furnished by the

Contactor, at least one month in advance and accepted by the Accepting Officer.

(iii) The total amount of mobilization advance together with interest shall be recovered

from the payments made to the Contractor against “Advances on Account”, under Condition

64 of IAFW-2249, MES General Conditions of Contracts.

Page 55: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 50

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(iv) The amount of mobilization advance shall be recovered in monthly installments as

stipulated hereinafter.

(aa) Against the first installment of mobilization advance of Rs. 500 lakhs, the first

installment of recovery shall be effected from the „Advance on account‟ payment made

immediately following the payment of mobilization advance of Rs. 500 lakhs and the last

installment of recovery shall be effected during the third month preceding the month in

which the due date of completion stipulated in first Work Order falls. The various

installments of recovery shall be equal amounts.

(bb) Against the second installment of mobilization advance, the first installment or

recovery shall be effected from the „Advance on Account‟ payment made immediately

following the payment of mobilization advance of second installment and the last

installment of recovery shall be effected during the third month preceding the month inn

which the due date of completion stipulated in first Work Order falls. The various

installments of recovery shall be equal amounts. The recovery in installments of this

mobilization advance shall be of in addition to the recovery in installments of the

mobilization advance of first installments.

(v) The Contractor may furnish one Bank Guarantee or a number of Bank Guarantee (s)

equal to number of installments for recovery, each to match the quantum of recovery to be

effected from the „Advance on account‟. In case recovery is not possible to be effected from

any particular „Advance on account‟ for reasons of non-submission of claim for payment of

„Advance on Account‟ or for any other reasons whatsoever, the recovery due shall be made

by encashing the Bank Guarantee.”

(d) Advance Mobilization Guarantee format will be followed as updated format Form

DPM-16 prescribed by MoD in defense procurement Manual (present format enclosed at

annexure I to special conditions). The authenticity of such BGs shall also be invariably

verified from the issuing bank, confidentially and independently by the organization.

(e) There shall be a 15% interest charged on delayed recoveries either due to the late

submission of bill by the contractor or any other reason besides the reason giving rise to

the encashment of Bank Guarantee as stated above.

(f) Utilization certificate from the contractor for the mobilization advance.

18. Blank

19. Fossils:

19.1 All fossils, coins, articles of value or antiquity, and structures and other remains or items of

geological or archaeological interest found on the site shall be placed under the care and

authority of the Employer. The contractor shall take reasonable precautions to prevent

Contractor‟s Personnel or other persons from removing or damaging any these findings.

19.2 The Contractor shall, upon discovery of any such finding, promptly give notice to the

Engineer-in-Charge/OC Contract, who shall issue instructions for dealing with it. If the Contractor

suffers delay and/or incurs Cost from complying with the instructions, the Contractor shall give a

further notice the Engineer-in-Charge/OC Contract describing in detail the delay sustained by

him and cost measured by him for following the instructions of the Engineer-in-Charge/OC

Contract in dealing with the fossils along with all supporting documents/proof, within 7 days of

the occurrence. The Contractor then be certified for the following:-

(a) An extension of time for any such delay, if completion is or will be delayed due to

such act in following the instructions of the Engineer-in-Charge/OC Contract.

Page 56: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 51

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(b) Payment of any such cost, which shall be included in the Contract Price.

19.3 After receiving this further notice, the Engineer-in-Charge/OC Contract shall examine the

case with facts and figures and disagreements if any will be communicated to the contractor.

19.4 In case of any disputes, the matter shall be referred to the Accepting Officer whose decision

shall be final and binding.

20. TIME AND PROGRESS CHART

(a) The time and progress chart to be prepared as per the General Condition of

Contract shall consist of detailed network analysis and a time schedule. The critical path

network will be drawn jointly by the OC Contract and the Contractor soon after acceptance

of the Tender. The time scheduling of the activities including a network for the preliminary

arrangements for mobilization of resources e.g. manpower, plants and machineries will be

done by the Contractor, so as to complete the work within stipulated time.

(b) On completion of the time schedule a firm calendar date schedule will be prepared

and submitted by the contractor to the OC Contract who will approve if after due scrutiny.

The schedule will be submitted in quadruplicate within six weeks from the date of handing

over the site.

(c) During the currency of work, the Contractor is expected to adhere to the time

schedule and this adherence will be a part of the contractor‟s performance under the

Contract. During the execution of the work, the Contractor is expected to participate in the

review and updating the network undertaken by OC Contract. These reviews may be

undertaken at the discretion of the OC Contract either as periodical appraisal measure or

when the quantum of work ordered on the Contractor is substantially changed through

deviation order or amendments. Any revision of the schedule as a result of the review will

be submitted by the Contractor to the OC Contract within a week who will approve it after

due scrutiny. The Contractor will adhere to the revised schedule thereafter. In case of the

contractor‟s not agreeing to the revised schedule the same will be referred to the

Accepting Officer whose decision will be final, conclusive and binding. OC‟s approval to the

revised schedule resulting in a completion date beyond the stipulated date(s) of

completion shall not automatically amount to grant of extension of time. Extension of time

shall be considered and decided by the appropriate authority mentioned in condition 11 of

General Conditions of Contracts and separately regulated.

(d) The Contractor is expected to mobilize and employ sufficient resources to achieve

the detailed time schedule within the broad framework of the accepted methods of

working and safety.

(e) No additional payment will be made to the contractor for any multiple shift work or

other incentive methods contemplated by him in his work schedule even though the time

schedule is approved by the department.

21. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLES AND MANPOWER

Contractor shall make his own arrangements for obtaining necessary permit from local

authorities for plying his vehicles for the work in accordance with the rules and regulations

of the land.

22. ELECTRICITY AND WATER

Page 57: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 52

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

No electricity and water will be supplied by the department. The contractor shall make

his own arrangement for necessary electric power and water.

23. Rate Quoted:-

(a) Unit rate shall be deemed to include the provisions for all materials, stores, labour, process,

operations and requirements detailed in particular specifications irrespective of whether these

appear as specific items or not in the Schedule A.

(b) Unit rates quoted shall also deemed to include all charges/expenses on account of all

Veh/Eqpts required for completing the work as specified in Schedule A, Sales Tax, Service

Tax,GST, Work Contract Tax, Octroi, interstate barrier charges or any other charges which are

required for completion of work as per Schedule A /Work Order.

(c) The rate quoted shall also include transportation of equipments upto work site including

loading/unloading.

24. Appointment of Arbitrator (Applicable only for Contract Agreement to be

Executed Between BRO and Govt of India undertaking/enterprises.

In the event of any dispute or difference between the parties hereto, such dispute of

difference shall be resolved amicably by mutual consultation or through the good offices of

empowered agencies of the Government. In the event of any such dispute or difference relating to

the interpretation and application of the provisions of contracts where such resolution is not

possible then the unresolved dispute or difference shall be referred by either party to the

Arbitration of one of the Arbitrators in the department of Public Enterprise to be nominated by the

Secretary to the Government of India In charge of the Bureau of Public Enterprises, and in such

case the Arbitration and Conciliation Act shall not be applicable to the arbitration under this

clause. The award of the Arbitrator shall be binding upon both the parties in the dispute. Provided,

however, any party, aggrieved by such award, may make a further reference for setting aside or

revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice,

Govt. of India. Upon such reference the dispute shall be decided by the Law Secretary OR THE

Special Secretary/Additional Secretary when so authorized by the Law Secretary, whose decision

shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost

of arbitration as intimated by the Arbitrator.

25. MEASUREMENT FOR PAYMENT

Measurements pertaining to the work completed under this contract will be recorded as per

the accounting unit mentioned in Schedule A and signed in the measurement book (IAFW-2261)

by the Junior Engineer after taking into account that the required laboratory tests have been

done as per the limits stipulated and as per the frequencies laid down in the “particular

specifications” of this contract agreement and MORTH Specifications for roads and bridges( latest

revision) and the test results are found satisfactory and proper records are maintained.

(a) The measurement recorded by the Junior Engineer shall be 100% checked and

signed by the Engineer-in-Charge.

(b) 25% test check will be carried out by OC Contract on each day of measurement by

the Engineer-in-Charge.

(c) 5% test check will be carried out by the Cdr Task Force before making payment to

the Contractor.

(d) The measurements should also be signed by the contractor as token of acceptance

of the measurement.

Page 58: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 53

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(e) In case of discrepancies in arriving out work done details, the decision of the

Accepting Officer will be final and binding for both the parties.

26. ACCEPTANCE OF WORK DONE

The Engineer-in-Charge/OC Contract shall exercise control over the quality of materials

and work done by carrying out tests for the specified properties as per the frequencies given in

the particular specifications and specifications of MORTH( Ministry of road transport & Highways)

for roads and bridges latest revision.

27. REIMBURSEMENT/ REFUND ON VARIATION IN PRICES- WAGES OF

LABOUR:(THIS SUPERSEDS CONDITION 63 OF IAFW-2249)

Increase or decrease/escalation in prices consequent on variation in wages of labour shall

not be adjusted in this work.

No adjustment in the prices consequent on variation in wages of labours provided in condition 63

of IAFW 2249 or otherwise will be made. The condition 63 of IAFW 2249 stands superseded.

Any dispute arising out of the interpretation of application of this special condition will be referred

to the accepting officer whose decision shall be final and binding.

28. REIMBURSEMENT/ REFUND ON VARIATION IN PRICES- MATERIALS AND FUEL :(

THIS SUPERSEDS CONDITION 63 OF IAFW-2249)

Increase or decrease/escalation in prices due to variation in prices of material and fuel

shall not be adjusted in this work.

No adjustment, whatsoever, due to variation in prices of material and fuel provided in condition 63

of IAFW 2249 or otherwise will be made. The condition 63 of IAFW 2249 stands superseded.

Any dispute arising out of the interpretation of application of this special condition will be referred

to the accepting officer whose decision shall be final and binding

29. RECORDS/CONSUMPTION OF MAJOR CONSTR STORES / MATERIALS

(a) (i) For the purpose of keeping a record of Major Constr Stores like Steel, Cement,

Bitumen and LDO consumed in works, the contractor shall maintain a pucca bound register

in the from approved by the Engineer-In-Charge/OC Contract showing daily quantity used

in works. The register shall be signed daily by the contactor‟s representative and the

Engineer-in-Charge/OC Contract in token of their verification of its correctness. The check

will not, however, absolve the contractor of his responsibility to justify the consumption of

bitumen and LDO at the time of finalization of his work.

(ii) The register shall be kept at site in the safe custody of the contractor during

progress of the work and shall, on demand, be produced for verification of inspecting

officers.

(b) (i) The quantity of materials such as paints water proofing compound and the like, as

directed by the Engineer-in-Charge (the quantity of which cannot be checked after

incorporation in the works), shall be recorded in measurement books and signed by the

contractor and the Engineer-in-Charge as a check to ensure that the required quantity has

been brought to site for incorporation in the work.

Page 59: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 54

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(ii) Materials brought to site shall be stored as directed by the Engineer-In-Charge in

Measurement Book and shall be suitably marked for identification.

(iii) The contractor shall, on demand produce the OC original receipted vouchers in

respect of the supplies. Vouchers so produced shall be verified and stamped by Engineer-

in-Charge indicating contract number. The contractor shall ensure that the materials are

brought to site in original sealed container/packing, bearing manufacturer‟s marking except

in the case of the requirement of materials (s) being less than smallest packing.

(iv) Contractor shall produce original vouchers form the manufactures and/or their

authorized agents for the full quantity of the following materials, as applicable as a

prerequisite before submitting for payment for any advances on account of the work done

and/or materials collected in accordance with condition 64 of General Condition of Contracts

IAFW-2249.

a) Cement

b) Chemical Admixtures

c) Bitumen.

d) Paint

e) LDO

30. PAYMENT

Payment to the parties will be made in INR in the following manner:-

(a) No advance payment will be made to the contractor against any material if not

properly safeguarded against loss/damage due to natural calamities/theft. Condition 64 of

IAFW-2249 shall be deemed amended to this extent.

(b) No payment shall be made for any rejected work.

(c) Taxes (Income tax, service tax/sales tax/VAT/GST on works contracts, labour cess

etc ) shall be deducted at source from the payment due to contractors as per prevailing

laws/statutory orders and TDS certificate shall be issued to the contractor.

(d) All payment will be made by e-payment/account payee Cheque.

31. CO-OPERATION WITH OTHER AGENCIES

The contractor shall permit free access and generally afford reasonable facilities to other

agencies or departmental workmen engaged by the Govt to carry out their part of the work, if any,

under separate arrangements.

32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CDs :

Contractor shall provide/supply of colour record photographs, Album and video CDs at

various stages/facts of the work without any6 extra cost as per clause 125.1, 125.2 & 126.1 of

MORT&H specification.

Page 60: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 55

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

33. FIELD LABORATORY:-

To maintain proper quality control at site, contractor shall establish adequately equipped

field laboratory without any extra cost. The following minimum testing equipments shall be

provided in field laboratory:-

Sl . No Name of the Project Number

A) GENERAL

1) Weigh Balance

a) 5-20 kg capacity Electronic type- Accuracy 1 gm 1 No

b) 500 gm capacity-Electronic type Accuracy 0.01 gm 1 No

c) Electronic 5 kg capacity Accuracy 0.5 gm 1 No

d) Platform Balance scale – 300 kg capacity 1 No

e) Chemical Balance 100 gm capacity-accuracy 0.001 -

2) Oven-electrically operated, thermostatically controlled (including

thermometer), stainless steel interior

From 0°C to 220° C Sensitivity 1° C 1 No

3) Sieves : as per IS: 460-1962

a) I.S sieves 450 mm internal dia of sieve sets as per BIS of

required sieve sizes complete with lid and pan

1 Set

b) I.S sieve 200 mm internal dia ( brass frame and steel/or

brass wire cloth mesh) consisting of sieve sets of

required sieve sizes complete with lid

2 Sets

4) Sieve shaker capable of asking 200 mm and 450 mm dia sieves-

electrically operated with time switch

1 No

5) 200 tonners compression testing machine 1 No

6) Stop watches 1/5 sec. accuracy 1 No

7) Glassware comprising beakers, pipettes, dishes, measuring

cylinders (100 to 1000 cc capacity) glass rods and funnels, glass

thermometers range 0°C to 100°C and metallic thermometers

range up to 300°C.

2 No. each

8) Hot plates 200 mm dia (1500 watt) 1 No

9) Enamel trays

a) 600 mm x 450 mm x 50 mm 2 Nos

b) 450 mm x 300 mm x 40 mm 2 Nos

c) 300 mm x 250 mm 40 mm 2 Nos

d) Circular plates of 250 mm dia 2 Nos

10) Water Testing Kit 1 No.

B) FOR SOILS

1) Water still -

2) Liquid limit device with ASTM grooving tools as per IS:2720 1 No

3) Sampling pipettes fitted with pressure and suction inlets, 10 ml

Capacity

1 Set

4) Compaction apparatus (Proctor) as per IS : 2720 (Part 7)

complete with collar, base plate and hammer and all other

accessories

1 No.

5) Modified AASHTO Compaction apparatus as per IS: 2720 (Part 8

1974 or Heavy Compaction

Apparatus as per IS compete with collar, base plate hammer

and all other accessories

1 No

6) Sand pouring cylinder with conical funnel and tap and complete

as per IS: 2720 (Part 28) 1974 including modern equipment.

2 Nos

7) Ennore Standard Sand As required

Page 61: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 56

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

8) Sampling tins with lids 100 mm dia x 75 mm ht ½ Kg capacity

and miscellaneous items like moisture tins with lid 50 grams

etc.

4 Nos

9) Lab CBR testing equipment for conducting CBR testing, load

frame with 5 Tonne capacity, electrically operated with speed

control as per IS: 2720 ( Part -16) and consisting of following

1 Set

a) CBR moulds 150 mm dia – 175 mm ht 6 Nos

b) Tripod stands for holding dial gauge holder 4 Nos

c) CBR plunger with settlement dial gauge holder 1 No

d) Surcharge weight 147 mm dia 2.5 Kg wt 6 Nos

e) Spacers disc 148 mm dia 47.7mm ht With handle 2 Nos

f) Perforated plate (Brass) 2 Nos

g) Soaking tank for accommodating 6 CBR moulds 2 Nos

h) Proving rings of 1000 kg , 2500 kg capacity 1 No each

i) Dial gauges 25 mm travel – 0.01 mm/division 2 Nos

10) Standard penetration test equipment 1 No

11) Nuclear moisture Density meter or equivalent -

12) Speedy moisture meter complete with chemicals 1 No

13) Unconfined Compression Test Apparatus 1 No

C) FOR BITUMEN AND BILTUMINOUS MIXES

1) Constant temperature bath for accommodating bitumen test

specimen, electrically operated, and thermostatically controlled

(to accommodate minimum six Specimens)

1 No

2) Penetrometer automatic type, including adjustable weight

arrangement and needles as per IS: 1203-1958

1 No

3) Soxhlet extraction or centrifuge type apparatus complete with

extraction thimbles with solvent and filter paper

1 No

4) Bitumen laboratory mixer including required accessories (20

ltrs).

1 No

5) Marshall compaction apparatus automatically operated as per

ASTM 1559-62 complete with accessories (with 180 N Marshall

Moulds).

1 Set

6) Furol viscometer 1 No

7) Ductility meter 1 No.

8) Softening point (Ring and ball app) 1 No.

9) Distant reading thermometer -

10) Rifle box -1 No

11) Automatic Asphalt content Meter -1 No

12) Thin film over test apparatus for modified binder either with

PMB or CRMB

-

13) Mastic Asphalt Hardness testing equipment -

14) Sand equivalent test apparatus 1 set

15) Core cutting machine suitable for upto 150 mm dia core 1 set

16) Thermometers 4 Nos

D) FOR CEMENT, CEMENT CONCRETE AND MATERIALS

1) Water still 1 No

2) Vicat needle apparatus for setting time with plungers as per IS:

269-1967

1 No

3) Moulds

a) 150 mm x 300 mm ht. Cylinder with capping component

alongwith the capping set and compound as per IS

As req

b) Cube 150 mm, and 100 mm ( each size) As req

4) Concrete permeability apparatus -

5) High frequency mortar cube vibrator for cement testing -

Page 62: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 57

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

6) Concrete mixer power driven, 1 cu. Ft. capacity -

7) Varia Variable frequency and amplitude vibrating table size 1 m x 1m

as per relevant British Standard

-

8) Flakiness index test apparatus 1 No

9) Aggregate impact test apparatus as per IS:2386 (Part 4) 1963 1 No

10) Los-angeles abrasion test apparatus as per IS: 2386 (Part 4)

1963

1 No

11) Flow table as per IS: 712-1973 -

12) Equipment for slump test 1 No

13) Equipment for determination of specific gravity or fine and

coarse aggregate as per IS: 2386 (Part 3) 1963

1 No

14) Compression and Flexural strength testing machine of 200 T

capacity with additional dial for flexural testing

1 No

15) Core cutting machine with 10 cm dia diamond cutting edge 1 No

16) Needle vibrator 2 Nos

17) Air entrainment meter -

18) 0.5 Cft, 1 Cft cylinder for checking bulk density of aggregate

with tamping road

As req

19) Soundness testing apparatus for cement ( Lee chattlier) 1 set

E) FOR CONTROL OF PROFILE AND SURFACE EVENNESS

1) Total Station 1 No

2) Precision automatic level with micrometer attachment 1 Set

3) Diatomite or equivalent 1 set

4) Theodolite – Electronically operated with computerised output

attachment

1 Set

5) Precision staff 2 Sets

6) 3 meter straight edge and measuring wedge 1 set

7) Camber template 2 lane

a) Crown type cross-section 1 set

b) Straight run cross-section 2 sets

8) Steel Tape

a) 5 m long 2 Nos

b) 10 m long 2 Nos

c) 20 m long 2 Nos

d) 30 m long 2 Nos

e) 50 m long 1 No

9 Roughometer (Bump lntegrator) 1 No (when

required)

34. TRAFFIC MOVEMENT:-

Contractor shall ensure that not hindrance to traffic movement shall occur during

construction. However, if the traffic movement disrupts due land slide or any other un-foreseen

reason, than contractor shall make all efforts to restore traffic movement within time as directed

by the Cdr. If contractor is unable or unwilling to restore traffic movement; Engineer-in-Charge

may take action as per condition 8 of IAFW-2249. Contractor shall immediately intimate regarding

closure of the road to Engineer-in-Charge and local administrative authorities.

35. Venue of Arbitration:-

Please of arbitration hearings shall be at Gangtok.

36. Defects liability period (refer condition 46 of IAFW 2249):

Page 63: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 58

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Defects liability period shall be forty eight calendar months instead of twelve calendar

months.

37. HIRING CHARGES OF LAND/BUILDINGS:

Payment of rent for road side land/buildings if hired by the contractor to keep his

equipments and manpower, will be payable by Contractor and this will not be reimbursable by the

Deptt.

38. CONTRACT LABOUR (R&A) ACT 1970

The contractor shall get himself registered with the concerned Labour Commissioner, as

required under contract labour (Regulation and Abolition) Act 1970. If he does not fall within the

purview of said act, he shall obtain a no objection certificate to above effect. A copy of the

certificate of registration or the no objection certificate (as the case may be) shall be submitted

by him to the Accepting Officer within 15 days of the award of the work. In the event of non-

compliance, the contractor shall be liable for punitive action under CL (R&A) Act 1970.

39. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

(a) If as a result of enemy action, the contractor suffers any loss or damage, the

Government shall reimburse to the contractor such loss or damages, to the

extend and in the manner herein after provided:-

(i) The loss suffered by him on account of any damage or distruction of

his equipment (as defined in condition 11 (2) above), the amount of

losses assessed by the Accepting Officer of the contract on this account

shall be final and binding.

(ii) Compensation paid by him under any law for the time being in force

to any workmen employed by him for any injury caused to him or the

workmen‟s legal successor for loss of the workmen‟s life.

(b) No requirement shall be made nor shall any compensation be payable under the

above provisions unless the contractor had taken Air Defence Precautions

ordered in writing by OC concerned or in the absence of such orders, reasonable

precautions. No re-imbursement shall be made nor shall any compensation be

payable for any equipments not laying on the site of work at the time of enemy

action.

40. FIRE PRECAUTION

The contractor, his agents, representative, workmen etc., shall strictly observe the order

pertaining to fire precaution prevailing within the restricted area. Motor transport vehicles, if

any, allowed by authorities to enter the restricted area must be fitted with serviceable fire

extinguishers.

41. REGISTRATION FEE/TRADE TAX/INCOME TAX ETC.

Tendered rates/amount shall also be deemed to include the payment of all taxes like

Registration fee, Trade Tax, Income Tax and other taxes/levies to be paid to the Govt of India

already in force and as may be modified from time to time. The contractor may ascertain full

details on this respect from the concerned department(s).

42. ESCALATION

Page 64: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 59

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

No claim of reimbursement in increase of labour wages, cost of POL and materials is

admissible under this contract including extended period if any.

43. INCOME TAX

Income Tax will be deducted at source as applicable.

44. Performance Evaluation And Validity Of The Product

The admixture used by the contractor shall exhibit manufacturing date of the material

being supplied. It shall be ensured that the expiry date of the product shall be minimum 365

days or more from the date of supply. The contractor shall submit undertaking/warranty

certificate clearly mentioning the lot No with expiry date. The materials shall be supplied as per

the site requirements and clearance OC Contract. The performance behavior of pavements

constructed in line with the guidelines be evaluated as per Para 6.1 to 6.4 of IRC-SP:89 (Part-II)-

2018 and Performance evaluation shall Include the following field testing:-

(a) Resilient Modulus of different layers by Falling weight Deflectometer (FWD)

or by means of extracting cores from the 28 days cured layers for UCS testing to

arrive at E-Values.

(b) Deformation of different layers by Ground Penetrating Radar (GPR) – subject

to the visual distress observed, if any as per (c) below.

(c) Surface Irregularities by Visual Inspection.

Suitable provision shall therefore be made in contract to ensure that Manufacturer of a

Commercial Chemical Stabilizer arranges to carry out a performance evaluation through reputed

Government Organizations/Institutions like NITs, CRRI, IITs or any NABL approved laboratory

and submit reports thereon.

45. Jurisdiction of Courts-

The Courts of the place from where the acceptance of the tender has been issued or the

place where the work is executed/under execution shall alone have jurisdiction to decide any

dispute arising out of or in respect of the Contract.

46. Engineers:-

Firm should have deployed two degree holder Civil Engineers with 04 years experience

and one degree holder Mechanical engineer with 04 years experience on regular establishment

for execution and completion of subject work.

47. REGISTRATION WITH EPFO AND ESIC. The contractor shall have registration with

EPFO & ESIC. The ESI and EPF contributions on the part of employer in respect of this contract

shall be paid by the contractor. These contributions on the part of the employer paid by the

contractor shall be reimbursed by the Commander Contract to the contractor on actual basis.

Payment of contractor‟s bill will only be released after ensuring the recovery of subscription

towards EPF of labours employed by the contractors. This amount shall be further deposited by the

contractor with concerned EPF office.

48. PAYMENT OF RAR/FINAL BILL THROUGH E-PAYMENT

Payment of RAR bill will be made only through ECS/NEFT mechanism. Contractors while

signing the Work Orders must opt for the same and NEFT/RTGS mandate form duly signed by the

Page 65: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 60

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

bank authority can be submitted to the OC Contract with copy to Commander Contract and

Accepting Officer. Payment of bills will be credited to the bank accounts directly by the Task Force

through E-transfer thereafter as per attached Performa may be given:-

FIRM/CONTRACTORS NAME (As per the account)

PARTICULARS OF BANK ACCOUNT

A. Bank name

B. Branch Name

Address

Telephone No.

C 9-DIGIT Code Number of the Bank & Branch appearing on the

MICR Cheque issued by the Bank

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

Code

E. Ledge No. / Ledger Folio No.

F. Account Number (As appearing on the Cheque Book)

G. Date of Effect

H. IFSC Code for NEFT

J. IFSC Code for RTGS

K. MICR Code

L Contract number

M. E-Mail ID

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

I, hereby, declare that the particulars given above are correct and complete. If the

transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I

would not hold the user institution responsible. I have read the option invitation letter and agree

to discharge the responsibility expected of me as a participant under the scheme.

Dated Signature of the Contractor (seal)

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

Signature of the Bank Officer

Page 66: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 61

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

PARTICULAR SPECIFICATIONS

1. Scope of work :

PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE

PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI

LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART –

II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION)

BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764

BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.

2. Collection of soil sample and CBR:

The contractor shall collect soil samples at the frequency as per IRC 37 2018 and arrive at an

effective CBR on which design should be based as per IRC 37 2018 effective CBR value used in

design will be approved by the commander contract.

3. Pavement composition:

Needs to based on cementitious base and granular sub base along with SAMI layer and bituminous

layers as per as per IRC 37 2018 and IRC SP 89 2010 and IRC SP 89 part II 2018, the pavement

composition will be approved by the commander contract

4. Design calculation :

Complete mix and crust design calculation along with IIT pave output printouts needs to be proof

checked from IIT/ NIT and submitted to commander contact for approval. Contractor shall submit

Crust design Manual calculations and IIT-Pave Validation as an integral part of the technical bid for

2 msa traffic intensity with effective CBR calculated as per MORT&H and IRC 37 and IRC SP 89.The

collection of soil sample testing and calculation of effective CBR and design of crust thickness with

is deemed to be included in the quoted rate and no extra payment shall be made for associated

costs of soil testing etc and shall be borne by the contractor. The treated soil samples shall be

tested for unconfined compressive strength 4.0-7.0 Mpa for 07 days cured soaked and un soaked

values for cementitious base layer.

5. Site:

The work site is having an altitude ranging from 3301 Mtr to 4200 Mtr and remains inaccessible

from 1 Dec to 30 Apr due to snow accumulation. The affect of snow accumulation and sub zero

temperature i.e (up to -10 degree c0) needs to be considered in design of pavement as per

relevant IRC and BIS code provisions.

6. Field lab: As per special condition 33 of page No. 55.

7. Quarry :

The site is located in wild life sanctuary no quarry locations of department are available, the

contractor has to arrange quarry and burrow pits for stone soil etc, road side or ROW quarrying or

operation of burrow pits is not permitted.

8. Dumping ground:

Dumping grounds for materials including waste or surplus material is not available contractor

has to arrange for dumping ground.

9. Stores Camps and Offices :

Page 67: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 62

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

The site is located in wild life sanctuary where construction of stores and camps is not

permitted hence the contractor has to make arrangements of stores , labor camps & offices

outside the wildlife sanctuary.

10. Sub-grade Preparation:

10.1 Materials and general requirements:

Physical requirements of the materials for sub grade shall be as per clause 305.2.1 of MORTH

specifications for roads and bridges fifth revision. Top 500mm of sub grade soil shall be compacted

up to design density in accordance with relevant clauses of IRC 37 2018.

10.2 General requirements:

General requirements of the materials for sub grade shall be as per clause 305.2.2 of MORTH

specifications for roads and bridges fifth revision.

10.3 Construction operations:

Construction operations of the sub grade shall be as per clause 305.3 of MORTH specifications for

roads and bridges fifth revision.

10.4 Construction of sub grade under special conditions:

Construction operations of the sub grade under special conditions shall be as per clause 305.4 of

MORTH specifications for roads and bridges fifth revision.

10.5 Plying of traffic:

Construction and other traffic shall not use the prepared surface of the sub grade as per clause

305.5 of MORTH specifications for roads and bridges fifth revision.

10.6 Surface Finish and Quality control:

The surface finish of the sub-grade and quality control shall be as per clause 305.6 of MORTH

specifications for roads and bridges fifth revision.

10.7 Sub grade strength:

It shall be ensured prior to actual execution that the material used in the sub grade satisfies the

requirement of design CBR as per Para 305.7.1 and sub grade shall be compacted and finished to

the design strength consistent with other physical requirements.

The actual design CBR values of the constructed sub grade shall be determined on remolded

samples, compacted to the field density at the field moisture content and tested for soaked/ un

soaked condition as per as per Para 305.7.1 of MORTH specifications for roads and bridges fifth

revision.

10.8 Rates:

The Contract unit rates for the items of embankment and sub-grade construction shall be payment

in full for carrying out the required operations including full compensation for :

(i) Cost of arrangement of land as a source of supply of material of required quantity

for construction unless provided otherwise in the Contract;

Page 68: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 63

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

(ii) Setting out;

(iii) Compacting ground supporting embankment/sub-grade except where removal and

replacement of suitable material or loosening and recompacting is involved;

(iv) Scarifying or cutting continuous horizontal benches 300 mm wide on side slopes of

existing embankment and sub-grade as applicable.

(v) Cost of watering or drying of material in barrow areas and/ or embankment and

sub-grade during construction as required.

(vi) Spreading in layers, bringing to appropriate moisture and compacting to

specifications requirements;

(vii) Shaping and dressing top and slopes of the embankment and sub-grade including

rounding of corners;

(viii) restricted working at sites of structures;

(ix) Working on narrow width of embankment and sub-grade;

(x) Excavation in all soils from barrow pits/designated borrow areas including clearing

and grubbing and transporting the material to embankment and sub-grade site with all

leads and lifts unless otherwise provided for in the contract;

(xi) All labour, materials, tools, equipment and incidentals necessary to complete the

work to the specifications;

(xii) Dewatering; and

(xiii) Keeping the embankment/completed formation free of water as per clause 311.

(xiv) Transporting unsuitable excavated material for disposal with all leads and lifts.

Clause 301.9.5 of MORTH specifications for roads and bridge works (fifth revision) shall

apply as regards contract unit rates for items of stripping and storing top soil including

reapplication of topsoil.

11. GRANULAR SUB-BASE

11.1 Scope:

This work shall consist of providing; laying and compacting well graded material on

prepared sub grade in accordance with the requirement of these specifications. The material shall

be laid in one or more layers as sub-base or lower sub base and upper sub base ( termed as sub-

base hereinafter) as necessary according to lines, grades and cross-section shown on the drawings

or as directed by the Engineer and as per schedule A.

11.2 Material

11.2.1 The material to be used for the work shall be natural sand, crushed gravel, crushed stone,

crushed gravel, crushed stone, crushed slag or combination thereof depending upon the grading

required, Use of materials like brick metal, kankar and crushed concrete shall be permitted in the

lower sub-base. The material shall be free from organic or other deleterious constituents and shall

be conform to the grading given in Table 400-1 and physical requirements given in table 400-2 of

MORTH specifications for road and bridge works (Vth revision).

Page 69: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 64

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

The physical requirements of the materials along with the water absorption of the

aggregates shall be as per clause 401.2 MORTH specifications for road and bridge works (Vth

revision).

11.2.2 Construction operations :-

Construction operations of the sub-base shall be as per clause 401.3 of MORTH Specifications for

road and bridge works. (Vth revision).

11.2.3 Surface finish and quality control of work :-

Surface finish and quality control of work shall be as per clause 401.4 of MORTH specifications for

roads bridge works (Vth revision).

11.2.4 Arrangement for traffic :-

During the period of construction, arrangements for the traffic shall be as per clause 401.5 of

MORTH specifications for road and bridge works (Vth revision).

11.2.5 Rates

The Contract unit rate for GSB shall be payment in full for carrying out the required operations

including full compensation for:

(i) Making arrangements for traffic to Clause 112 of MORT&H Specifications for Road and

Bridge Works (Fifth Revision) except for initial treatment to verges, shoulders and

construction of diversions;

(ii) Furnishing all materials to be incorporated in the work including all royalties, fees, rents

where necessary and all leads and lifts;

(iii) All labour, tools equipment and incidentals to complete the work to the Specifications;

(iv) Carrying out the work in part widths of road where directed; and

(v) Carrying out the required tests for quality control.

12. CTB: GUIDELINES FOR THE DESIGN OF STABILIZED PAVEMENTS

12.1 Additives.

Only OPC cement as conventional stabilizers (CS) and Commercial Chemical

stabilizers (CCS) shall be allowed to be used for stabilization in CTSB and CTB layers.

12.2 MECHANISM OF ACCEPTANCE FOR CCS:

The following two documents shall be checked and carefully examined before accepting any

commercial stabilizers for field trail:

Base Documents of Product

CCS varies in composition and effectiveness. The addition of CCS in soil and/or granular material

may result in reduction of plasticity, changes in gradation and improvement in strength and

Page 70: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 65

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

durability characteristics of the mix. Therefore, the commander contract must thoroughly

examine the base documents provided by the suppliers/company for such unproven products. The

documents should be as per clause 2.1 as per IRC:SP:89 (Part II) 2018

Certificate of Usage

Certificate of Usage from the Country of Origin with successful project reports and field evaluation

reports on roads in our climatic conditions. If the product is in existence in India for more than 2

years and has been tested for some experimental road trials, the supplier should also furnish the

information as per clause 2.1 as per IRC: SP: 89 (Part II) 2018

For Proven Products

In case the CCS has been already proven for successful usage in different weathering conditions in

India for any category of roads, test reports of such road tracks done should be furnished and shall

be alone adequate for its considerations if a separate fatigue equation for such stabilizer is

developed through reputed Institute like IIT‟s, NIT‟s, CRRI etc as per clause 2.1 as per IRC: SP: 89

(Part II) 2018

The CCS to be used in stabilization along with dosage of CS/CCS will be approved by commander

contract.

12.3 MATERIAL CHARACTERIZATION

12.3.1 Requirement for Soil Modification/Subgrade Improvement

CCS/CS can be used for soil modification or improvement of subgrade soil or for construction of

cementitious base/sub-base layers meeting the requirements as laid-down in the latest edition or

IRC:37. The main requirement for CCS/CS modification or stabilization of subgrade soils shall

remain the same as given in Table 6 of IRC: SP: 89-2010.

In case the subgrade soil is highly plastic, it can be modified with lime and/or flyash before being

mixed with CCS/CS.

The Technical requirements for lime and flyash modification for subgrade improvement shall

remain the same as given under Clause 4.3 to 4.6 in IRC:SP:89-2010.

The CCS to be used in stabilization along with dosage of CS/CCS will be approved by commander

contract.

12.3.2 Requirement for Stabilized Sub-base/Base

Materials which shall be considered for the construction of cementitious sub-base/base layers in

pavement structure stabilized with CCS/CS shall be as per clause 3.2 as per IRC: SP: 89 (Part II)

2018:

12.3.3 Test Requirements

It shall be noted that CCS/CS can be toxic and may pollute the soil, plant/human/animal/aquatic

life and underground water through leaching and hence every CCS/CS must be checked for

presence of heavy metals, toxicity and leaching with reference to Annexure-I of IRC: SP: 89 (Part

II) 2018. CSIR laboratory at Lucknow has the facility of conducting tests there may be few

accredited laboratory having the facility to conduct the test.

All the properties of material to be stabilized with CCS/CS and intended to be used in various

layers of the pavement structure shall be checked as per IRC:37 & IRC:SP:89-2010 and the

Page 71: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 66

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

relevant clauses of MoRTH Specifications for Road and Bridge Works, 2013, along with the

considerations as per clause 3.3 as per IRC: SP: 89 (Part II) 2018.

12.3.4 Requirement for Crack Relief Layer on CCS/CS Stabilized Base Layer

A crack relief layer shall be provided on CCS/CS stabilized base layer designed for traffic>=2 MSA.

The crack relief shall be as per clause 3.4 IRC: SP: 89 (Part II) 2018.

12.3.5 Desirable Properties of Cement for Stabilization

Cement: Cement for cement stabilization should comply with the requirements as per clause

3.2(b) of IRC: SP: 89-2010

Following brands of cement are approved for the cement to used as CS

Cement to be used shall be from reputed make. The approved makes/companies are the

Associated Cement Companies Ltd, Grasim Industries Ltd, Ultra Tech Cement, The India Cement,

Dalmia Cement, Andhra Cement Ltd, Century Cement, Saurashtra Cement, Binani Cement, Madras

Cement, Mangalam Cement, Birla Corp Ltd, Orient Cement, Lafarge Cement, Shree Cement, JK

Cement, JK Lakshmi Cement, Jaypee Rewa Cement, Ambuja Cement, Star Cement Meghalaya.

The particulars of the manufacturer/supplier of cement along with the date of manufacture shall be

obtained from the contractor for every lot of cement separately. The documents in support of the

purchases of cement shall be verified by the Engineer in charge and OC. In addition to above

cement from cement companies located in North East Zone like HM Shakti Cement, Valley Strong

Cement, Adhunited Star Cement etc will be permitted if Cement Company is registered with

DGS&D and meet the BIS quality standards

If any difficulty is faced in procuring of the above brands of cement due to shortage or non

availability of the brands in the market other brands may be approved by the commander contract

with no additional cost.

12.4 DESIGN METHODOLOGY FOR STABILIZED PAVEMENTS USING CCS/CS

12.4.1 The design methodology for CCS/CS stabilized pavements shall remain the same as

provided in IRC: 37-2018. The following types of pavement with CCS/CS can be considered with

bituminous surfacing and a crack relief layer in terms of Aggregate of Stress Absorbing Membrane

Interlayer (SAMI):

Stabilized Bases with Stabilized Sub-bases

Stabilized Bases with Granular Sub-bases

Granular Bases with Stabilized Sub-bases

12.4.2 Design Considerations for Sub-base and Base Elastic Modulus:

The relevant design parameter for bound sub-bases is the elastic modulus E, which can be

estimated from the unconfined compressive strength of the material. The elastic modulus for sub

base and base must be calculated as per clause 4.2 of IRC: SP: 89 (Part II) 2018.

12.4.3 Pavement Design Procedure

The design procedure as provided in IRC: 37-2018 including cumulative damage analysis shall be

followed with design parameters as proposed above. The combinations for a good pavement shall

be decided as per clause 4.3 of IRC: SP: 89 (Part II) 2018.

12.5 CONSTRUCTION PRACTICES

Page 72: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 67

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

12.5.1 The construction of CCS/CS stabilized layer follow the same basic procedure as

explained in Chapter 5 of IRC:SP:89-2010. Two methods of stabilization as indicated below can be

used:

1. Mix-in-place Stabilization

2. Plant-mix Stabilization

12.5.2 The procedure explained in above given reference shall be followed with following

consideration:

For Mix-in-place Stabilization, specialized stabilization machinery shall be used capable of

providing in-situ rock/boulder crushing-cum pulverizing-cum –homogenizing features and

for a constant depth/uniform operation. Manual mixing methods using labour/agriculture

based methodology shall not be permitted, Some of the recommended specialized

machinery types are given in Annexure – IV as per clause 5.2 of IRC: SP: 89 (Part II)

2018.

For plant-mix Stabilization, calibration of plant (Concrete batch mix/WMM) with the CCS

shall be done to achieve the roper homogeneity of all the material as per specified

combinations as per clause 5.2 of IRC: SP: 89 (Part II) 2018.

Success of stabilization technology depends on effective mixing of ingredients including

stabilizers hence good quality equipment is must. Dosage of admixtures/stabilizers could be

less than 3 per cent for few products hence intimate mixing through good effective

equipment is essential.

12.5.3 Curing: The cementitious layer shall be cured using bituminous sealing compound like

emulsion for 7 days. Subsequent pavement courses shall be laid soon after to prevent the surface

from drying out and becoming friable. No traffic of any kind shall ply over the compacted layer

unless permitted by the engineer.

12.5.4 Surface Finish

The surface finish of construction shall conform to the requirements of Clause 902.

12.6 SPECIFICATIONS AND TEST REQUIRMENTS FOR STABILIZED MATERIALS

12.6.1 General Requirement

The pavement performance of stabilized road will be largely governed by the gradation and the

type of soil/granular material used for the purpose of stabilization. The quality of material to be

stabilized should meet the minimum standard set out in specifications as per clause 4.1 of IRC:

SP: 89-2010

12.6.2 Stabilization with Cement

12.6.2.1 Requirement for soil modification/sub-grade improvement

Cement stabilized materials can be used for soil modification or improvement of sub grade soil. It

is recommended from economic consideration that mix in-place methods of construction be used

for sub grade improvement and only granular materials and silty cohesive materials be used. (The

assumption being that more clayey materials would be more effectively stabilized with lime). The

main requirements for cement modification or stabilization of sub grade soil shall be as per clause

4.2.1 of IRC: SP: 89-2010

Page 73: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 68

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

12.6.2.2 Requirement for bound sub-bases/bases

Granular materials, gravel, sand, lateritic soils, sandy silty material, crushed slag, crushed

concrete, brick metal and kankar, etc stabilized with cement etc. may be allowed for use as

capping layer over weak sub grade, as sub-base and base layer of pavement. The main

requirements of stabilized layers for different layers of a pavement structure as indicated above

shall be as per clause 4.2.2 of IRC:SP:89-2010

12.6.3 Materials to be treated

The material used for cement treatment shall be soil including sand and gravel, laterite, kankar,

brick aggregate, crushed rock or slag or any combination of these For use in a sub-base course,

the materials shall have a grading shown in Table 400-4. It shall have a uniformity coefficient not

less than 5, capable of producing a well-closed surface finish. For use in a base course the material

shall be sufficiently well graded to ensure a well-closed surface finish and have a grading within

the range given in table 400-4. If the material passing 425 micron sieve is plastic, it shall have a

liquid limit not greater than 45 percent and a plasticity index not greater than 20 percent

determined in accordance with IS : 2720 ( Part 5). The physical requirements for the material to

be treated with cement for use in a base course shall be same as for Grading I granular Sub-base,

Clause 401.2.2. The aggregate gradation for CTB shall be as given in table 400-4 of MORT&H

Specifications(23).The CTB material shall have a minimum unconfined Compressive Strength

(UCS) of 4.5 to 7 Mpa as per IRC:SP:89 in 7/28 days.

Bound base may consist of aggregates or soils or both stabilized with commensurate available

materials as per IRC 37-2012 which are required to give a minimum strength of 4.5 to 7Mpa in

7/28 days. While the conventional cement should attain the above strength in seven days (IRC SP-

89-2010) stabilized granular materials and soils should meet the above strength requirement in 28

days since strength gain in such materials is a slow process. The initial modulus of the

cementitious bases to be in the range 10000 to 15000 Mpa. The long term modulus of the

cementitious layer to be taken as fifty percent of the initial modulus due to shrinkage cracks and

construction traffic.

Control on the quality of materials and work shall be exercised by the Engineer-in-Charge in

accordance with section 900 of MORT&H specification for road and Bridge works(Fifth revision) IRC

37-2018 AND IRC SP-89 (PART-II)-2018 and IRC SP 89 2010 as under :-

Ser

No.

Tests Frequency(min)

(a) Toxicity and Leachability test

for chemical admixture

Test results while approval of Mix design. Test to be

conducted through Institutions working under CSIR like

Indian Institute of Toxicology & Toxicity

Research,Lucknow & National Environmental

Engineering Research Institute Nagpur etc.

(b) Concentration of heavy metals

test for chemical admixture

Test results while approval of Mix design

(c) Deformation of different layers

by Ground Penetrating

Radar(GPR)

One test biannually till completion of defect liability

period.

(d) Cement/Admixture content Regularly through procedural checks on site

(e) Degree of pulverization Periodically as considered necessary

(f) UCS(Unconfined compressive

strength) of the cores

One set of test per 500 sqm per layer

Page 74: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 69

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

extracted from the 28 days

cured CTB layers

(g) Moisture content As required as per manufactures field technical

personnel

(h) Field dry density As required

(i) Durability test (12 cycles of

wetting & drying/freezing

thawing conditions)

Cores extracted from the 28 days cured CTB layers @ 5

numbers per layer

(j) E-Value One set of test per 500 sqm

(k) Falling weight deflect meter

test

One test biannually till completion of defect liability

period.

The Properties of cementitious sub bases and bases shall be as per Annex-X of IRC: 37-2012.

Cement and chemically treated base shall have unconfined compressive strength(UCS) of 4.5/7

MPa in 7/28 days actually obtained in situ. In case of variation from the design UCS, in situ value

being on lower side, pprior to proceeding with laying of surface course on it, the pavement design

shall be reviewed for actual UCS value. The extra pavement thickness needed on account of lower

UCS shall be constructed by the contractor at his own cost.

Flexural strength is required for carrying out the fatigue analysis as per fatigue equation. The

modulus of rapture for chemically stabilized bases to be taken as 20 per cent of the 28 days

unconfined compressive strength. The following default values of modulus of rupture are to be

taken for cementitious bases (MEPDG)

Cementitious stabilized aggreagate -1.4MPa

Soil Cement -0.7 MPa

The modulus of rupture for cementituous stabilized soil aggregate is 1.40 MPa and Poisson‟s ration

of the cementitious layers as 0.25

Minimum cementitious material in the cementitious base layer should be such that in a wetting

and drying/freeze and thaw test(BIS 4332)Part-IV)-1968, the loss of weight of the stabilized

material does not excess 14 percent after 12 cycles of wetting and drying/freeze and thaw(BIS

4332(Part-IV)-1965

For stabilization, the soil before addition of cement and chemical admixture shall be

pulverized, where necessary, to the extent that it passed the requirements as set out in Table

400-7 when tested in accordance with the method described in Appendix 3 of MORT&H

specification for Road and Bridge works (Fifth revision) or and as per the recommended

acceptance of the technology provider/manufacturer

Only mechanized method of construction for laying and compaction shall be used. The

equipment should be capable of administering the design dose of stabilizer and quantity of water

to produce a uniform and homogeneous mix

After construction, the curing as recommended in IRC SP 89-2010 shall be done

immediately to aid in development of strength and to prevent drying shrinkage. The compacted

pavement layer shall not be left exposed to sun for longer periods. Curing should start

immediately by spraying bitumen emulsion or periodical spray of water without flooding or other

Page 75: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 70

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

methods as directed by Engineer-in-Charge. Subsequent pavement course shall be laid soon after

to prevent the surface form drying out and becoming friable. No traffic of any king shall play over

the completed bases unless permitted by the Engineer-in-Charge.

Engineer-in-Charge and OC contract at their own discretion may get the independent

samples tested from NABL certified Govt recognized Lab/IIT/NIC/CRRI if required at the cost of the

contractor and contractor shall have no claim on the account.

Cement used for the CTB works should not be older than Three months of date of manufacturing.

Table 400-4 : Grading Limits of Material for stabilization with Cement

IS sieve size Percentage by mass passing Base within the

range

53.00 mm 100

37.5 mm 95-100

19.0 mm 45-100

9.5 mm 35-100

4.75 mm 25-100

600 micron 8-65

300 micron 5-40

75 micron 0-10

12.6.4 Quantity of Cement in Cement-Soil Stabilized Mix

The quantity of cement to be added as percent by weight of the dry soil shall be as per mix design

approved by commander contract. Also if lime is used as pretreatment for highly clayey soils, the

quantity as percent by weight of dry soil shall be specified in the Contract. The mix design shall be

done on the basis of 7 day unconfined compressive strength (UCS) and/or durability test under 12

cycles of wet-dry conditions. The Laboratory strength values shall be at least 1.5 times the

minimum field UCS value stipulated in the Contract.

12.6.5 Quantity of Cement in Cement Treated Sub-base/Base

The quantity of cement shall be more than 2 percent by weight of cement. The mix design shall be

done to achieve a strength of 1.75 MPa when tested on cylindrical specimens compacted to the

density at optimum moisture content, tested in accordance with IS:2720 (Part 8 as specified in the

contract) after 7 days moist curing. The design mix shall indicate the proportions of cement and

the quantity of water to be mixed.

12.6.6 Water

Water used from mixing and curing for stabilized mixes shall be clean and free from injurious

amounts of oils, salts and acid etc. it shall meet the requirement as IS 456. Potable water is

generally considered to be acceptable for stabilization works. The permissible limits for solids in

water should be as given in table below

Solids Permissible limit (Maximum)

Organic 200 mg/litre

Inorganic 3000 mg/litre

Sulphates (as So4) 400 mg/litre

Chloride (as Cl) 2000 mg/litre

Suspended matter 2000 mg/litre

Page 76: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 71

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

12.6.7 Test Requirements

11.6.7.1 Unconfined compressive strength test

This test is carried out on cylindrical or cubical specimens prepared by mixing the soil at a

predetermined moisture content and stabilizer content and compacting the mixed material into a

mould at either a pre-determined density or at a given compactive effort. The choice of specimen

size and shape depends on the grading of the soil; it is clearly desirable to keep as small as

possible the ratio of the maximum particles size to the smallest dimension of the mould the tests

shall be carried out as per clause 4.7 of IRC:SP:89-2010

12.6.7.2 Durability of stabilized materials

In order to check the durability of the stabilized mix for sub –base/base, the methods used shall

be as per clause 4.7.2 of IRC:SP:89-2010

12.6.8 PERFORMANCE BEHAVIOR

12.6.8.1 The resilient modulus and permanent deformation are important properties and shall be

evaluated. The performance evaluation shall as per clause 6.1 of IRC: SP: 89 (Part II) 2018.

12.6.8.2 Manufacturer of a CCS shall submit report on performance evaluation done by reputed

Government Organization/Institution like NIT‟s, CRRI, IIT‟s or any NABL approved laboratory.

12.6.8.3 The performance evaluation report of roads constructed with such stabilizers shall be

evolved after two years of trail with a frequency of two times every year.

12.6.8.4 Routine visual observations shall be taken and recorded monthly.

12.6.9 QUALITY ASSURANCE

12.6.9.1 General

During the construction process regular checks are to be made on the stabilized material to ensure

that all the requirements of the specification are being met. Many of the checks carried out are

merely “good housekeeping” i.e. continual supervision to ensure that the construction process

allows the design objective to be achieved in full. In addition to this there are production control

tests carried out to monitor the work in progress to ensure, for examples, that the correct

thickness of stabilized layer is being laid and that a consistent product is being produced. Finally

compliance tests are to be carried out on the finished product to demonstrate that it meets all the

requirements of the specification.

This chapter, therefore, describes the tests that may need to be carried out to check on the quality

of the material. It also discusses the various factors that influence the choice of a particular test

that is used to establish the values for parameters such as moisture content, compacted density,

strength, etc., set out in the specification.

12.6.9.2 Preliminary Trial

As part of the quality control and in order to make a final decision on moisture content and

stabilizer content, the information gained in the laboratory test should be related to preliminary

field trial. These shall be as per clause 6.2 of IRC: SP: 89-2010.

12.6.9.3 Sampling and Testing Frequency

Page 77: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 72

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Samples for checking the moisture content, strength, etc are most conveniently taken from the

laid material before compaction. Frequency of testing depends on the size of the project and the

facilities available on site but regular checks should, at least, be made on the moisture content,

strength and in-situ density. Whatever the frequency, sampling should be spread out over the site

so as to give representative indication of the quality of the material within a given area. All the

activities of sampling and testing shall be carried out as per clause 6.3 of IRC: SP: 89-2010

12.6.9.4 Storage and Handling of the Stabilizer

Unless cement is properly stored and used in a fresh condition the quality of the pavement layer

will be substantially reduced. Cement must be stored in a sound water-tight building and the bags

stacked as tightly as possible. Doors and windows should only be opened if absolutely necessary.

The cement which is delivered first should be sued first. The storage and handling of cement shall

be carried out as per clause 6.4 of IRC: SP: 89-2010

12.6.9.5 Control of the Moisture Content

Throughout the stabilization work, the moisture content should be maintained slightly above its

specified value. This means that rapid determination of the in-situ moisture content is necessary to

allow adjustments to be made so as bring the moisture content of the stabilized material to the

required value. This shall be carried out as per clause 6.5 of IRC: SP: 89-2010

12.6.9.6 Control of the Stabilizer Content

Mechanical method of spreading the stabilizer should be employed, it is important that a uniform

spread rate is achieved as this will affect the uniformity of the stabilized material.

As mechanical spreader is used, metal trays or canvas sheets, one meter square, should be placed

at regular interval along the road to check the application rate.

The control for stabilizer content for mechanical spreader needs to be carried out as per clause 6.6

of IRC: SP: 89-2010

12.6.9.7 Routine Strength Determinations

Continuous monitoring of the strength of processed material is required to ensure that the

specified strength is being achieved. Representative samples of the full depth of mixed material

should therefore be taken from the site immediately prior to compacting the material. The routine

strength determinations should be carried out as per clause 6.7 of IRC: SP: 89-2010

12.6.10 Strength and Quality Control

Control on the quality of materials and works shall be exercised by the Engineer in accordance

with Section 900.

Cement treated soil sub-base/base shall be tested for the unconfined compressive strength (UCS)

value at 7 days, actually obtained in-situ. In case of variation from the design UCS, in-situ value

being on lower side, prior to proceeding with laying of base/surface course on it, the pavement

design shall be reviewed for actual UCS value. The extra pavement thickness needed on account of

lower UCS shall be constructed by the Contractor at his own cost.

12.6.11 Weather Limitations

Stabilization shall not be done when the air temperature in the shade is less than 100c.

12.6.12 Degree of Pulverisation

Page 78: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 73

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

For stabilization, the soil before addition of cement shall be pulverised, where necessary, to the

extent that it passes the requirements as set out in Table 400-7 when tested in accordance with

the method described in Appendix-3.

Table 400-7 Soil Pulverisation Requirements for Cement Stabilization

IS sieve Designation Minimum percent by weight passing the IS

sieve

26.5 mm 100

5.6 mm 80

12.6.13 Clauses 402.3.3 to 402.3.5 shall apply as regards spreading and mixing the stabilizer

except that cement or lime plus cement as the case may be, shall be used as the stabilizing

material in place of lime.

12.6.14 Moisture Content for Compaction

The moisture content at compaction checked vide IS:2720 (Part 2) shall not be less than the

optimum moisture content corresponding to IS:2720 (Part 8) nor more than 2 percent above it.

12.6.15 Rolling

During the period of construction, arrangements for traffic shall be provided and maintained in

accordance with Clause 112.

12.6.16 Arrangements for Traffic

12.7. PRECAUTIONS TO BE TAKEN WHILE USING STABILIZED MATERIALS

12.7.1 General

The two major problems that arise with the use of stabilized materials in road pavement layers are

cracking and the long-term durability of the material. The extent to which either of these is a

problem is intimately related to the purpose of the stabilized layer in the road pavement as a

whole and it is, therefore, difficult to divorce the tow factors. However, in this Chapter the

problems that can arise are discussed.

12.7.2 Cracking is Stabilized Layers

Many factors contribute to the cracking and crack-spacing of stabilized pavement layers. Some of

them are listed below:

1) Tensile strength of the stabilized material;

2) Shrinkage characteristics;

3) Volume changes resulting from temperature of moisture variations;

1) The subgrade restraint;

2) Stiffness and creep the stabilized material, and

3) External loadings such as those caused by traffic.

Page 79: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 74

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

As in the case of compressive strength, the tensile strength of stabilized materials takes time to

develop. On the other hand, stabilized material in a road pavement layer will be subject to volume

changes from at least one of the factors listed above as soon as it is compacted. Cracking in

stabilized layers due to changes in temperature of moisture content cannot, therefore, be avoided

and must be accepted as inevitable although steps can be taken to reduce the effect. Cracking

may also occur as a result of fatigue failure due to trafficking and is and entirely separate

phenomenon from the initial cracking due to environmental changes.

Cracks in stabilized layers used at capping and sub-base level are unlikely to cause significant

problems but at base level the cracks may be reflected through the surfacing. The existence of

cracks in a road surface may assumed to indicate need for remedial action. The consequences of

not doing so, may range from no problems at all to loss of interlock or to eventual failure when the

stabilized layer has been reduced to unconnected blocks. Cracks may also permit ingress of water

leading to weathering of materials at crack faces, de-bonding between pavement layers, or

deterioration of moisture-susceptible layers beneath the stabilized layer.

12.7.3 Primary Cracking

Cracks appear in cement-stabilized materials as a result of shrinkage and temperature

fluctuations. The initial crack pattern is dependent on the early strength of the material and the

properties of the material used. Materials which have low strength, normally also contain a higher

proportion of plastic fines. The stabilized materials with lower strength and with high proportion of

plastic fines have frequent but narrow cracks. Whether or not these frequent but fine cracks prove

to be a problem depends to a large extent on the mechanical interlock at the face of the cracks. It

the interlock is good the material performs satisfactory and the cracks are sufficiently fine for them

not to be reflected through the pavement layer above. However, the lower strengths of these

stabilized materials mean that they are generally only suitable for use in the lower layers of the

road where cracking is less of problem anyway.

On the other hand, stabilized materials with high strength criteria and which have little, if any,

plastic fines have fewer but wide cracks. These cracks are often wide enough for them to be

reflected though the surface. In order to restrain the propagation of lateral reflective cracks, such

materials therefore have to be covered with a greater thickness of construction material than

would otherwise be required.

The temperature at which the material is laid also plays a part in the type of crack pattern that is

produced. Layers placed in cooler weather tend to develop fewer and narrower cracks as there is

less thermal shrinkage. The stabilized layer may subsequently be in compression, apart perhaps

from prolonged cold spells, so that cracks remain closed with good load transfer. Fewer cracks

develop when the temperature difference between day and night during construction is not large,

as thermal warping is reduced.

12.7.4 Traffic Associated Cracks

Quite separately and much more importantly than the primary transverse cracks, cracks may

appear is stabilized bases of inadequate strength or inadequate construction thickness in relation

to the traffic and the sub-grade strength. Such cracking takes the form of “map” cracking which, in

extreme cases, cause the stabilized material to deteriorate into small slabs with poor load transfer.

Once started, deterioration is likely to continue until the stabilized base becomes little more

effective that granular sub-base.

When extensive cracking has developed as a result of the combined action of free water and

traffic, then it other results in the “pumping” to the surface of fine material from the underlying

pavement layers where it is deposited in the cracks. The fines discolour the surface along the

cracks making them clearly visible.

Page 80: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 75

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Unlike the primary cracking, the appearance of traffic-associated cracks is not inevitable. It should

not occur if the road pavement has been properly designed to take account of the traffic likely to

be encountered during the design life of the road.

12.7.5 Durability of Stabilized Materials

The failure of stabilized materials by disintegration into a loose mass is not common. It is most

likely to be due to deficiency either in the amount of stabilizer, deficiency in the quality of the

stabilizer, or deficient compaction or curing. These problems should not occur if a good standard of

preliminary testing for suitability and of quality control are maintained.

It is reported that the most common type of failure of stabilized layers is the peeling-off of surface

dressings from stabilized layers. This is usually due to failure of top of the layers itself rather than

any of the shortcoming of the surface dressing. The surface of the layer tends to disintegrate

under traffic, the most likely cause of which is considered to be as a result of overstressing of the

surface layer during the compaction of the stabilized material at the time of construction. This

induces a series of shallow shear of shallow shear planes in the surface layer and result is a sharp

failing-off density of the material towards the upper surface. Overstressing is most prevalent with

uniformly graded non-cohesive sands. It can be avoided if special care is taken with the

compaction and if towed vibrating rollers are used.

A survey of know causes of lack of durability of stabilized layers confirmed that the most common

problem was surface disintegration of the primed layer during construction and scabbing of the

seal in service due to an inadequate bond with the stabilized material. These problems are a result

of inadequate compaction and curing and are more likely to occur in hot, dry climates. Apart from

the problem of surface disintegration, long-term durability may also be impaired by the effects of

sulphates and by carbonation.

12.7.6 Control of Reflective Cracking in Cement Stabilized Pavements

Although the potential exists for reflection cracking when a cement-stabilized base is used in a

pavement structure, proper construction and design techniques can minimize the potential that the

pavement will be adversely affected. Proper construction practices to minimize drying, pre-

cracking soon after construction, and designing for stress relief are all valid methods that will

reduce or eliminate the formation of reflection cracks in cement-stabilized bases.

There are several factors as discussed in the previous chapter, which contribute to the cracking in

a cement-stabilized base/sub-base. With regard to material characteristics, the type of soil,

cement content, degree of compaction and curing, and temperature and moisture changes directly

influence the degree of shrinkage.

There are a number of preventative measures and design concepts that can be sued to minimize

shrinkage cracking in the cement-stabilized base, and to reduce the potential, that base cracks will

reflect through the asphalt surface. Methods of controlling reflective cracking include proper

construction and curing of the stabilized base, reduction of cracks size through the use of “pre-

cracking”, and relief of stress concentrations through the use of flexible layers in the pavement

structure.

A cement-stabilized base provides excellent support for asphalt surfaces. The stabilized base

material is stronger, more uniform and more water resistant that an un-stabilized base. Loads are

distributed over a larger area and stresses in the subgrade are reduced. However, cement-

stabilized bases can also be the source of shrinkage cracks in the stabilized based layer, which can

reflect through the asphalt surface. The cracks that develop are not the result of a structural

deficiency, but rather a natural characteristic of cement-stabilized bases. The surface cracks tend

to follow the same patter as the cracks in the base, and referred to as “reflection” cracks.

Page 81: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 76

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

In most cases, reflection cracks are narrow (less than 3 mm) and will not adversely affect the

performance of the pavement. However, wider cracks can result in rough riding surface and

deterioration of the pavement. The wide cracks create an environment for water infiltration and

subsequent pumping of the underlying sub grade.

Several factors contribute to the cracking and crack spacing in a cement stabilized base which

include material characteristics, construction procedure, traffic and restraint imposed on the base

by the subgrade. With regard to material characteristics the primary cause of cracking is due to

drying shrinkage of the cement stabilized base. The degree of drying shrinkage is affected by the

type of soil, degree of compaction and curing, cement content, temperatures and moisture

changes.

Cement stabilized fine grained soils e.g. clays exhibit greater shrinkage than cement stabilized

granular soils. Although stabilized clay soils develop higher total shrinkage than granular soils, the

cracks are typically finer and more closely spaced other of hairline variety spaced 0.6 to 3.0 m

apart. The granular soils generally produce less shrinkage but develop larger cracks typically

spaced at 3.0 to 6.0 m apart.

Fine grain grained soils have large surface area than granular soils and typically require higher

moisture content for compaction purposes. In addition, cement content for fine grained soils are

generally 2 to 5 percent higher than granular soils in order to achieve adequate durability and

strength. Both these factor contribute to high moisture contents for stabilized fine grained soils

and consequently higher drying shrinkage.

The effect of compaction on shrinkage characteristics of cement stabilized material plays an

important role. A well compacted mixture exhibits reduced shrinkage potential, because the

soil/aggregates particles are packed tightly together resulting in reduced voids. It has been

reported that compacting cement stabilized soil at modified proctor effort, reduces shrinkage

significantly as compared to stabilized soil compacted standard proctor density. The reason for the

same can be attributed to the fact that the optimum moisture contents at modified proctor

compaction are typically less that at standard proctor compaction which helps to reduce shrinkage.

The least amount of shrinkage is obtained for the stabilized material at the highest density and

lowest moisture content.

Cement hydration contributes less to shrinkage than does many other factors. In fact, for soils

that exhibit volume change without cement, increasing cement will decrease total shrinkage.

However, excessive amounts of cement can exacerbate cracking in two ways: First, increased

cement content cause greater consumption of water during hydration, thus increasing drying

shrinkage. Also, higher cement levels cause higher rigidity and excessive strength (both tensile

and compressive).

Methods of controlling reflective cracking basically fall into the two categories:

Pre-cracking

Providing for stress relief at the base-surface interface

Pre-Cracking: Minimizing crack width with proper construction and curing procedures, as

discussed in the previous sections, will eliminate much of the potential for wide cracks. Another

method to reduce crack width is a relatively new procedure called “pre-cracking”, where hundreds

of tiny micro-cracks develop instead of single transverse cracks. The method has been successfully

tried on several projects in the United States. The procedure involves several passes of a large

vibratory roller over the cement-stabilized base one to two days after final compaction. This

introduces a network of closely spaced hairline cracks into the cement-stabilized material, which

acts to relieve the shrinkage stresses in the early stages of curing, and provides a crack pattern

that will minimize the development of wide shrinkage cracks. In addition, since the pre-cracking is

Page 82: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 77

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

performed shortly after placement, the “micro-cracking” will not impact the pavement‟s overall

structural capacity as the cracks will heal and the cement-stabilized material will continue to gain

strength with time.

Stress Relief: Another method of reducing the potential for reflection cracking is to relieve

the stress concentrations that result from cracks in the cement-stabilized base. The following three

methods have been successfully used to reduce the stresses that cause reflection cracks:

1) A bituminous surface treatment (chip seal) between the stabilized base and the asphalt

surface. The additional flexibility of the surface treatment layer will help to reduce stress

concentrations. This surface treatment also provides an excellent temporary surface during

construction for traffic control.

2) A geotextile between the stabilized base and surface, or between the asphalt binder and

wearing courses. Similar to the surface, treatment, the geotextile provides flexibility and

acts to intercept cracks without letting them pass through the material.

3) A 50 mm to 100 mm layer of unbound granular material between the stabilized base

layer and the asphalt surface. This use of “sandwich” or “inverted” pavement design adds

additional structure to the pavement, and will prevent the propagation of cracks through to

the surface layer.

12.7.7 Rates

The Contract unit rate for cementitious layer shall be payment in full for carrying out the

required operations including full compensation for:

(i) Making arrangements for traffic to Clause 112 of MORT&H Specifications for Road and

Bridge Works (Fifth Revision) except for initial treatment to verges, shoulders and

construction of diversions;

(ii) Furnishing all materials to be incorporated in the work including all royalties, fees, rents

where necessary and all leads and lifts;

(iii) All labour, tools equipment and incidentals to complete the work to the Specifications;

(iv) Carrying out the work in part widths of road where directed; and

(v) Carrying out the required tests for quality control.

13. SAMI

13.1 Scope

This work shall consist of one or two coats of an elastomeric rubber membrane known as

stress absorbing membrane (SAM) over a cracked surface , followed by a covering of aggregate

chips, and stress absorbing membrane interlay(SAMI),which is a material similar to SAM or which

consists of bitumen impregnated geotextile.

13.2 Materials:

Binder shall be as per Para 517.2.1 of MORTH specifications for roads and bridges fifth

revision.

Page 83: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 78

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Aggregate shall be as per Para 517.2.2 of MORTH specifications for roads and bridges fifth

revision.

Rate of spread of binder and aggregate shall be as per Para 517.2.3 of MORTH specifications for

roads and bridges fifth revision.

Geotextile shall be as per Para 517.2.4 of MORTH specifications for roads and bridges fifth

revision.

13.3 Construction operations:

Weather and seasonal limitations shall be as per Para 517.3.1 of MORTH specifications for roads

and bridges fifth revision.

Preparation of base shall be as per Para 517.3.2 of MORTH specifications for roads and bridges

fifth revision.

Application of binder shall be as per Para 517.3.3 of MORTH specifications for roads and bridges

fifth revision.

13.4 Application of aggregate shall be as per Para 517.3.4 of MORTH specifications for roads

and bridges fifth revision.

13.5 Sweeping shall be as per Para 517.3.5 of MORTH specifications for roads and bridges

fifth revision.

13.6 Two coat Sam or SAMI shall be as per Para 517.3.6 of MORTH specifications for roads

and bridges fifth revision.

13.7 Geotextile placement shall be as per Para 517.3.7 of MORTH specifications for roads and

bridges fifth revision.

13.8 Opening to traffic shall be as per Para 517.4 of MORTH specifications for roads and bridges

fifth revision.

13.9 Surface Finish and Quality control:

The surface finish of the sub-grade and quality control shall be as per clause 517.5 of MORTH

specifications for roads and bridges fifth revision.

13.10 Arrangements for traffic shall be as per Para 517.66 of MORTH specifications for roads and

bridges fifth revision.

13.11 Rates : The contract unit rates of the SAM, SAMI or bitumen impregnated geotextile shall be

payment in full for carrying out the required operations including full compensation for all

components listed in clause 501.8.8.2 of MORTH Specifications for Roads And Bridges fifth revision

14. ADDITIONAL QUALITY CONTROL TESTS DURING CONSTRUCTION AS RECOMMENDED

BY IRC 37 2018.

The recommendation contained in Clause 903 of Specifications of the Ministry of Road

Transport and Highways for Road and Bridge Works ( 23), IRC 120 (33) , IRC SP 89 (28), IRC SP

59 (26) about different tests along with their frequencies for different types of specifications to

ensure quality in the construction are to be followed. In addition, the following tests are also

required for addressing the specifications/ aspects not covered ion the documents referred to

above.

Page 84: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 79

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

Srl

No.

Item of Construction Test Frequency

1 Bituminous construction Resilient modulus desired

from indirect tensile

strength test on specimens

prepared using field mix *

Three specimens for each

400 tonnes of mix

subject to minimum 2

tests per day.

2 Cement treated/stabilised

base and sub-base

Unconfined compressive

strength

Three specimens for each

400 tonnes of mix

subject to minimum 2

tests per day.

3 Cement treated/stabilised

base and sub-base

Binder/cement content Three specimens for each

400 tonnes of mix

subject to minimum 2

tests per day.

4 Cement treated/stabilised

base and sub-base

Flexural strength/Indirect

tensile strength test

Three specimens for each

400 tonnes of mix

subject to minimum 2

tests per day.

5 Cement treated/stabilised

base and sub-base

Soundness test ( BIS 4332

Part IV)

One specimen for each

source and whenever

there is change in the

quality of aggregate

6 Cement treated/stabilised

base and sub-base

Density of compacted layer One specimen of two

tests per 500 sq m

7 Emulsion/Foam bitumen

Indirect tensile strength

test

Indirect tensile strength

test

Three specimens for each

400 tonnes of mix

subject to minimum 2

tests per day.

8 Emulsion/Foam bitumen Density of compacted layer One specimen per 1000

sq m.

In case, MR derived from indirect tensile strength is less than 90 % of the design value, the

MR should be rechecked in accordance with ASTM 4123.

Page 85: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 80

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

UNDERTAKING BY AUTHORISED SIGNATORY

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

agree to abide by the terms and conditions of the TENDER No. : CE(P) SWTK/23/2019-20 for -

“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB

GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND

SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-

(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130

RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM‟‟

from page No. 01 to 88 as advertised in the CPPP site https://eprocure.gov.in/eprocure/app. and

it shall be binding on us and may accepted at any time before the expiration of that tender

conditions.

(Signed by an Authorized Officer of the Firm)

Title of Officer

Name of Firm

Date

Page 86: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 81

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

BORDER ROADS ORGANISATION

GOVT OF INDIA

MINISTRY OF DEFENCE

HEADQUARTERS CHIEF ENGINEER PROJECT SWASTIK

NAME OF WORK : PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING

WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE

(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &

IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES

(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER

130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM‟‟Part - II (FINANCIAL

BID)

The following shall form part of this contract agreement: -

Document annexed hereto

S/No Particulars Serial page No

1 Contents 81

2. BOQ (Schedule „A‟) Notes 82 - 83

3. BOQ (Schedule „A‟) 84

4. Schedule „B, C & D. 85

5. Tender, Acceptance & OTHER 86 – 88

Total

07 Nos (Pages)

Page 87: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 82

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

SCHEDULE-„A‟ NOTES

LIST OF WORKS AND PRICES

“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB

GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND

SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-

(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130

RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟

1. Quantity shown in Schedule “A” is approximate and is inserted as guide only. These

shall, however not be varied beyond the limits laid down in conditions of IAFW-2249, General

conditions of contract and special conditions of the contract.

2. The total period of work shall be 300 Days from the date of commencement specified

in the first work order.

3. The rates shall be filled in figures only in the provided column in BOQ (schedule „A‟)

uploaded in Excel sheet. The BOQ (schedule „A‟) given at page No. 84 is for reference only.

4. The rates to be quoted by the tenderer in this BOQ (Schedule „A‟) shall be deemed to

include for the provision of all labour and materials, loading and unloading of materials and

transportation if required, tools, plant, equipment and tackle, process, operations and specific

requirements details in this Schedule in the particular specification and elsewhere in this

tender documents and for the full, entire and final completion of the work in accordance with

the provisions of these tender documents.

5. The rates quoted by the contractor shall be deemed to be inclusive of all types of taxes

(including Sale Tax/GST on materials, Sales Tax/GST on works contracts, Income tax and

surcharge there on,Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc.), duties,

Royalties, Octroi, State Entry Tax and other levies payable under the respective statutes. No

reimbursement/refund or variation in rates of taxes, duties, royalties, octroi, State Entry tax &

other levies, and or imposition/abolition of any new/existing taxes, duties, royalties, octroi,

State entirely Tax and other levies shall be made except as provided in Special Conditions.

6. The rates to be quoted by the tenderer in respect of these works shall be deemed to

include for all minor details of construction which are obviously and fairly intended and which

may not have been specifically mentioned in the tender documents but which are essential for

satisfactory execution and completion of work. In case of difference of opinion between the OC

Contract and the Contractor as to what constitutes a minor detail of construction, the decision

of Accepting Officer shall be final and binding.

7. The rates to be quoted by the tenderer shall be deemed to include for all items of work

as described, specified in particular specifications, Special conditions and on drawing.

8. No price escalation shall be made for any item of work during the currency of

the contract or for extended date of completion, if granted under IAFW-2249 (Latest

Reprint). The rates quoted shall be final and valid up to the physical/financial completion of

work and no variation in prices on account of material, labour or fuels required for completion

of work shall be admissible/permissible during the currency/execution of the contract.

9. The quantities quoted in BOQ (schedule `A`) are approximate and are inserted as a

guide only and if it is more or less tenderer will have no claim on this account.

10. The materials shall be conforming to particular specifications and special conditions

indicated in the tender documents.

Page 88: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 83

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

11. The security will be arranged by the tenderer for his personnel and equipment during

the execution of work. No compensation will be paid by BRO on account of any loss/damage to

personnel, property, vehicle/equipment/plant of contractor during execution of work or on

any account.

12. The tender shall remain open for acceptance for a period of 120 days from bid

submission end date.

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

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

15. Integrity pact is an integral part of contract and both parties are bound by its

provisions.

Page 89: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 84

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

SCHEDULE „A‟

“DESIGN OF CEMENTITIOUS SURFACING WORK AND EXECUTION OF SUBGRADE, SUB-

BASE AND BASE EXCULDING THE BITUMIOUS BC LAYER AS PER IRC 37 2018,IRC SP 89

2010 AND IRC SP 89 PART II 2018 AND MORTH SPECIFICATIONS FOR ROADS AND

BRIDGES FIFTH REVISION BETWEEN KM 7.00 TO KM 27.00 ON FLAGHILL- DOKALA ROAD

UNDER 130 RCC/764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟

SCHEDULE OF WORKS

S.No Description of work A/U Qty Rate in Figures To be

entered by the Bidder

(Rs)

Total amount

(Rs)

Total amount

on Words

1 2 3 4 5 6 7

Subgrade Works 1.01 Preparation of sub Grade by excavation filling leveling

existing road surface in all types of strata HR/SR/SMB with sub grade soil in top 500 mm thickness in accordance With Relevant Clauses of IRC 37:2018 and MORTH specification for roads and bridges fifth revision and as per direction of Engineer in Charge between Km 7.0 to Km 27.0 on Road Flag Hill Dokala.

Sqm 104058.00

1.02 Providing, Laying and compaction of 200 mm thick granular sub base as per relevant clauses of IRC 37:2018, confirming to grading V of Table 400-1 MORT&H specifications for roads and bridges (Fifth Revision) ),as per particular specifications and as per direction of Engineer in Charge excluding HR/SR stretch between Km 7.00 to Km 27.00 on road Flaghill-Dokala.

Sqm 94937.00

2 CTB & SAMI layer Works

2.01 Providing, Laying, compaction and curing of 260 MM thick Layer of Cementitious Base (CTB) incorporating OPC in combination with Chemical Admixture including Preparation of Soil Bed for the Surfacing Works including curing by spraying with the bituminous sealing compound in Accordance With Relevant Clauses of IRC37:2018, IRC-SP-89 2010, IRC-SP-89 (Part-II)-2018 and MORTH specification for roads and bridges fifth revision between Km 7.00 To Km 27.00 on road Flaghill-Dokala.

Sqm 100936.00

2.02 Providing and Laying SAMI (Stress Absorbing Membrane Interlayer) Layer over CTB Layer including prime coat over CTB layer by means of Synchronous Chip Sealer Integrated Computer Controlled Machinery. SAMI Layer shall comprise of application of Elastomeric Bitumen Emulsion immediately Covered with Stone Chips as per relevant clauses of IRC37:2018, IRC-110:2005 & IRC-SP-34:1989, and as per particular specifications between Km 7.00 To Km 27.0 on Road Flag Hill.

Sqm 93652.00

Total in Figures

Quoted Rate in Words

Rates shall be quoted in BOQ XL Sheet only

Page 90: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 85

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

SCHEDULE – „B‟

ISSUE OF STORES ETC TO THE CONTRACTOR

“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB

GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND

SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-

(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130

RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟

S No. Particulars Rate at which Material

will be issued to the

contractor

Place of issue by

name

Remarks

Unit Rate

1 Nil

SCHEDULE – „C‟

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT)

WHICH WILL BE HIRED TO THE CONTRACTOR

“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB

GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND

SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-

(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH

REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130

RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM”

Srl

No

Quantity/

Particulars

Details of crew

supplied

Hire charges

per unit per

working day

Stand by

charges per

unit per off

day

Place of

issue by

name

Remarks

NIL

SCHEDULE – „D‟

TRANSPORT TO BE HIRED TO THE CONTRACTOR

Srl

No

.

Particulars Quantit

y

(Nos)

Usage Rate

Per Km

Place of

issue

Remarks

1 2 3 4 5 6

NIL

Page 91: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 86

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

TENDER 1. The President of India.

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

(i) Particular/technical Specifications.

(ii) Ministry of Road Transport & Highways (MoRT&H) specifications for Road and Bridge

works (5th revision) published by Indian Road Congress, New Delhi, IRC SP-89-2010, IRC SP-89-Part-II-2018, IRC-37-2018.

(iii) Schedule „A‟, „B‟, „C‟ and „D‟ attached here to

(iv) Special Conditions of the Contract

(v) General conditions of contract, IAFW-2249 (1989 Print) including amendments 1 to

16 and errata No 1 to 20.

(vi) All other documents forming part of tender document.

Should this tender be accepted, I/we agree:-

3. That a sum of Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) forwarded as earnest

money shall be retained as a part of earnest money deposit or shall be refunded on receipt of the

appropriate amount as performance security deposit.

4. To execute all the works referred in the said documents upon the terms and conditions

contained or referred to therein at the item rates continued in the aforesaid Schedule “A” or at

such other rates to be fixed under the provision of condition 62 of IAFW-2249 and to carry out

such deviations as may be ordered vide condition 7 of General Condition of Contracts up to

maximum of 10 percent and further agree to refer all disputes as required by condition 70 of the

General Conditions of the contract (IAFW-2249) to the sole Arbitration of an serving Engineer

Officer to be appointed by the Director General Border Roads, New-Delhi or in his absence, by the

officer officiating as Director General Border Roads, whose decision shall be final, conclusive and

binding. However, in case of disputes with PSE and or PSU the same will be referred to a Sole

Arbitrator to be appointed by Secretary, Bureau of Public Sector Enterprises (refer Special

Condition 24 of tender documents)

Signature in the capacity of __________________________________day authorized to

sign the tender for and on behalf of Name ___________________________

(In capital letters)

(Signature of the Contractor)

Dated :

Witness: - 1 Name & Postal address

___________________

___________________

___________________

___________________

Witness: - 2

___________________

Page 92: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 87

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

ACCEPTANCE

NAME OF WORK : PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING

WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE

(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &

IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES

(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER

130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM

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

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

the contractor and Shri ___________________________SW / Dir (Contract) of HQ CE (P) Swastik.

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

part of this contract, on my behalf.

3. The above tender of M/s ______________________________________

_________________________________ was accepted by me on …………… day of ……………. 2019, on

behalf of the President of India for the contract sum of

Rs.________________________________________(Rupees__________________________

______________________________________________________________________

______ ) at the item rates quoted in Schedule “A”.

Signature __________________

Chief Engineer

Project Swastik

Dated: ______________

(for and on behalf of the President of

India)

---------------------------2019

Signature of the Contractor For Accepting Office

Page 93: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2019-20 P a g e | 88

Tender No. CE (P) SWTK/23/2019-20

Signature of Contractor For Accepting Officer

BLANK

Page 94: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No, CE (P) SWTK/ /20t9-20 Page l20Tender No. CE (P) SWTK/23/2OL9-2O

ANNEXURE.IIINTEGRITY PACT

General

1. Whereas the President of India, represented by Chief Engineer (CE) hereinafter referred toas Principal / Owner and the first part, has floated the Tender (NIT No. CE (P) Swtkl23l2019-20)and intends to award, under laid down organizational procedure, contract for "PROVIDING,LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER

GUIDELINES OF IRC : 37-20L8, IRC : SP : 89-2010 & IRC SP 89-(PART - II) -2018 AND MORTH

SPECIFICATIONS FOR ROADS AND BRTDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00ON FLAG HILL-DOKALA ROAD UNDER 130 RCC 1764 BRT'FIPROJECT SWASTIK IN THE STATE OF

SIKKIM." hereinafter referred to as works/ Services and M/srepresented by, (Which term unless

expressly indicated by the contract, shall be deemed to include its successors and its assigness),hereinafter referred to as the Bidder/Contractor and the second part is willing to carryout theworks/services.

2, Whereas the bidder is a Proprietorship Concern/ Partnership Firml Limited Liability Firm/Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with therelevant law in the matter and the Principa/ Owner is Chief Engineer (CE)/ Commander Contract/OC Contract performing its functions on behalf of the President of India.

Obiectives

3. Now, therefore, the Principaf Owner and the Bidder agree to enter into this pre-contract

agreement, referred to as INTEGRIW PACT (IP), to avoid all forms of corruption by following asistem that is fair, transparent and free from any influence/prejudiced dealings prior to, during

and subsequent to the conclusion of the contract to be entered into with a view to:-

3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitiveprice in conformity with the defined specifications of the services by avoiding high cost and

the distortionary impact corruption on public procurement.

3,2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure

the contract by providing assurance to them that their competitors will also refrain from

bribing and other corrupt practices and the Principal/ Owner will commit to prevent

corrup-tion, in any form, by their officials by following transparent procedures.

Commitments of the Principal / Owner

4. The Principal / Owner commits itself to the following:-

4.L The principal / Owner undertakes that, no official of the Principal / owner, connected

directly or indirectly with the contract will demand, take a promise for or acCept, directly or

through intermediaries, any bribe, consideration, gift, reward, favour or any material or

immaierial benefit or any other advantage from the Bidder, either for themselves or for any

parson, organization or third party related to the contract, in exchange for an advantage, in

tf,e OiOOing process, bid evaiuation, contracting or implementation process related to the

contract.

4.2 The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and

will provide to all Bidders the same information and will not provide any such information to

any particular Bidder which could afford an

comparison to other Bidders.

Signature of Contractor

advantage to that particular- Bidder in

Officer

Page 95: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /20t9-20 Page 121Tender No. CE (P) SWTK/23/2O|9-2O

4,3 All the officials of the Principal / owner will report to the appropriate Governmentoffice any attempted or completed breach(s) of the above commitments as well as anysubstantial suspicion of such a breach,

5, In case of any such preceding misconduct on the part of such official(s) is reported by theBidder to the Principal / Owner willful and verifiable facts and the same is prima facie found to becorrect by the Principal / Owner, necessary disciplinary proceedings, or any other action asdeemed fit, including criminal proceedings may be initiated by the Principal / Owner and such aperson shall be debarred from further dealing related to the tender / contract process. In such acase while an Inquiry is being conducted by the Principal / Owner the tender process / proceedingsunder the contract would not be stalled.

Commitments of Bidders

6, The Bidder commits himself to take all measures necessary to prevent corrupt practices,unfair means and illegal activities during any stage of his bid or during any pre-contract or postcontract stage in order to secure the contract or in furtherance to secure it and in particularcommits himself to the following:-

6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift,consideration, reward, favour any material or non-material benefit or other advantage,commission, fee, brokerage or inducement to any official of the Principal / Owner,connected directly or indirectly with the bidding process, or to any person, organization orthird party related to the contract in exchange for any advantage in the bidding, evaluation,contracting and implementation of the Contract.

6.2 The Bidder further undertakes that he has not given, offered or promised to give,directly or indirectly any bribe, gift, consideration, reward, favour any material or non-material benefits or other advantage, commission, fees, brokerage or inducement to anyofficial of the Principal / Owner or otherwise in procuring the Contract or forbearing to do orhaving done any act in relation to the obtaining or execution of the contract or any otherContract with the Government for showing or forbearing to show favour or disfavour to anyperson in relation to the contract or any other Contract with the Government.

6,3 The Bidder will not collude with other parties interested in the contract to impair thetransparency, fairness and progress of the bidding process, bid evaluation, contracting andimplementation of the contract.

6.4 The Bidder will not accept any advantage in exchange for any corrupt practice,unfair means and illegal activities,

6,5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) orany other intermediaries wherein payment is made or penalty is levied, directly orindirectly, on success or failure of the award of the contract.

6,6 The Bidder commits to refrain from giving any complaint directly or through anyother manner without supporting it with full and verifiable facts. Complaint will beprocessed as per Guidelines for handling of Complaints in vogue. In case the complaintis found to be vexatious, frivolous or malicious in nature, it would be constructed as a

violation of Integrity Pact.

7. PreviousTransqression7 ,L The Bidder declares that no previous transgression occurred in the last three yearsimmediately before signing of this Integrity Pact with any other company in respect of anycorrupt practices envisaged hereunder or with any Public Sector Enterprisq in India or anyGovernment Department in India. ^)cA. .'

Signature of Contractor SM..epting Officer

Page 96: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /20t9-20 Page 122Tender No. CE (P) SWTK/23/2O|9-2O

7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualifiedfrom tender process or the contract and if already awarded, same can be terminated forsuch reason,

B. Companv Code of Conduct

8,1 Bidders are advised to have a company code of conduct (clearly rejecting the use ofbribes and other unethical behavior) and a compliance program for the implementation ofthe code of conduct throughout the country.

9. Sanction for Violation

9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him oracting on his behalf (whether with or without the knowledge of the Bidder) or thecommission of any offence by the Bidder or any one employed by him or acting on hisbehalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention ofCorruption Act 19BB or any other act enacted for the prevention of corruption shall entitlethe Principal / Owner to take all or any one of the following actions, wherever required:-

(i) Technical bid of the Bidder will not be opened, Bidder will not be entitled toor given any compensation. However, the proceedings with the other Bidder(s)would continue.

(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to orgiven any compensation. However, the proceedings with the other Bidder(s) wouldconti nue.

(iii) The Earnest Money Deposit shall stand foreited either fully or partially, as

decided by the Principal / Owner, in case contract is not awarded to the Bidder andthe Principal / Owner shall not be required to assign any reason therefore. For

enlisted contractors an amount less than or equal to Earnest Money Deposit as

decided by the Principal / Owner shall be deducted from any amount, held with theDepartment / anY PaYment due.

(iv) To immediately cancel the contract, if already concluded / awarded withoutany compensation to the Bidder'

(v) To encash the Performance Security furnished by the Bidder.

(vi) To cancel all or any other Contract(s) with the Bidder.

(vii) To temporarily suspend or temporarity debar / permanently debar the bidder

as Per extant PolicY.

(viii) If adequate amount is not available in the present tender / contract, thedeficient amount can be recovered from any outstanding payment due to the Bidderfrom the Principal / Owner in connection with any other contract for any otherworks/services.

(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of

the Bidder, either directly or indirectly, is closely related to any of the officers of theprincipal /bwner, or alternatively if any close relative of an officer of the Principal

/Owner has financial interest/stake in the Bidder's firm, the same shall be disclosed

by the Bidder at the time of submission of tender. Any failure to disclose the interestinvolved shall entitle the Principal /Owner to debar the Bidder from the bid process

signature of contractor .-,.- Ero'lFrcceotino officerC,N)/

Page 97: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No, CE (P) SWTK/ l2QLs-20 Page 123Tender No. CE (P) SWTK/23/2019-20

or rescind the contract without payment of any compensation to the Bidder. Theterm 'close relative' for this purpose would mean spouse whether residing with theGovernment servant or not, but does not include a spouse separated from theGovernment servant by a decree or order of a competent Court, son or daughter or

step son or step daughter and wholly dependent upon Government servant, butdoes not include a child or step child who is no longer, in any way dependent upon

the Government servant or of whose custody the Government servant has beendeprived of by or under any law, any other person related, whether by blood ormarriage, to the Govt servant or to the Government servant's wife or husband and

wholly dependent upon Government servant.

(x) The Bidder shall not lend to or borrow any money from or enter into anymonetary dealings or transactions, directly or indirectly, with any employee of theprincipal / Owner and if he does so, the Principal / Owner shall be entitled forthwithto cancel the contract and all other contracts with the Bidder'

g,2 The decision of the Principal / Owner to the effect that a breach of the provisions ofthis Integrity Pact has been committed by the Bidder shall be final and binding on the

Bidder. However, the Bidder can approach the independent External Monitors(s)(IEMs) appointed for the purpose of this Pact.

10. Indeoendent Externaf Monitors (IFMs)

10.1 MoD has appointed the following Independent external Monitors for this pact in

consultation with the central Vigilance commission:-

Sl No. Name of IEM e-mai! Id1 Shri Hem Kumar Pande [email protected] Shri Anjan Kumar Bafrcq-qq anian. baneriee@oov. in

LO.2 Details of Nodal officer nominated by the DGBR are as follows:

For tender on EPC mode For tender not on EPCmode

Name Shri R K Garg, SE (Civ) Shri S K Deota, SE (QS &C)

e-mail Id bro-d i repc@ bro. gov. i n [email protected]

10.3 In case of any complaint with regard to violation of Integrity Pact, either party can

approach IEMs with .opy to the Nodal bfficer and the other party. If any such complaint

from bidder is received by the Principal / Owner, the Principal / Owner shall refer the

complaint to the Independent external Monitors for their recommendations / inquiry report'

10.4 If the IEMs need to peruse the relevant records of the Principal / Owner and/or of

the Bidder/ Contractor in connection with the complaint sent to them, the Principal / Owner

and/or the Bidder/ Contractor shall make arrangement for such perusal of records by the

IEMs as demanded by them including unrestricted and unconditional access to the project

documentation and minutes of meeting. If records / documents of Sub-Contractor(s) are

also required to be perused by the IEMs, the Bidder shall make arrangement for such

perusal of records by the IEMs as demanded by them. IEMs are under obligation to treat

the information and documents of the Principal / owner and Bidder/ Contractor/ Sub-

Contractors with confidential ity'

10.5 The task of the IEMs, is to review independently and objectively, any complaint

received with regard to violation Integrity Pact and offer recommendations or carry out

inquiry as deemeld fit. The IEMs are not subject to any instructions by the representatives

of the parties and shall perform their functions neutrally and independently' The report of

Signature of Contractor FoMccepting Officer

.-\

Page 98: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ 12019-20Tender No, CE (P) SWTKi23l2Ol9-20

Page 124

inquiry, if any, made by the iEMs shall be submitted to either of the following for a final and

appropriate decision in the matter keeping in view the provision of this Pact:-

(a) DGBR in normal cases,

(b)cvo(MES&BRo)/MoDincasesinvolvingvigilanceangle'

11. Examination of ,Books of Accounts

In case of any allegation of violation of any provisions of this Integrity Pact or payment of

commission, the principal /owner or its agencies shall be entitled to examine the Books of

Account of the Bidder and the Bidder shall provide necessary information of the relevant financial

documents in English and shall extend all possible help for the purpose of such examination.

t2. LaW and Plaqe of Jurisdiction

This pact is subject to Indian Law. The place of performance and jurisdiction is the seat of

the Principal/ Owner.

13. Other Leoal Actions

The actions stipulated in this Integrity pact are without prejudice to any other legal action

that may follow in accordance with the piovisions of the extant law in force relating to any civil or

criminal proceedings.

74, Sionino of Inteqritv Pact on behalf of Bidder

(a) proprietorship Concern - The Integrity Pact must be signed by the proprietor or by

an authorized signatory holding power of attorney signed by the proprietor'

(b) partnership firm - The Integrity Pact must be signed by all partners or by one or

more partner holding power of attorney signed by all partners'

(c) Limited Liability firm - The Integrity Pact must be signed by all partners or by one or

more partner holding power of attorney signed by all partners.

(d) private Limited / Limited company - The Integrity Pact must be signed by a

iepresentatlve duly authorized by Board resolution'

(e) Joint Venture - The Integrity Pact must be signed by all partners and members to

loint Venture or by one or more partner holding power of attorney signed by all partners

and members to the Joint Venture.

15. Validitv

15.1 The validity of this Integrity Pact shall be from date of its signing' It expires for the

Contractor after the final payment under the contract has been made or till the continuation

of Defect tiaUitity period,'whichever is later and for all other bidders, till the Contract has

been awarded.

15.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to their

original intentions.

Signature of Contractor

Page 99: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

CA No. CE (P) SWTK/ /2ot9-20Tender No. CE (P) SWTK/23/2OI9-2O

To,

Chief Engineer (Project)

INTEGRITY PACT

Sub - Tender ID No.

Submission of Tender for the work of "PROVIDING, LAYING, COMPACTION &SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUBCEMENTTTTOUS BASE (CTB) AND SAMr LAYERS AS PER GUTDELTNES OF rIRC : SP : 89-2O1O & IRC SP 89-(PART - II) -2018 AND MORTH SPECIFIROADS AND BRTDGES (FTFTH REVTSTON) BETWEEN KM 7.OO TO KM 27.OODOKALA ROAD UNDER 13O RCC /764 BRTF/PROJECT SWASTIK INSIKKIM."

Page l2s

OF(GsB),

= 37-2Ot8,

TIONS FORFLAG HILL-

Dear Sir,

I/We acknowledge that BRO is committed to follow the principles thereof as enumerated in theIntegrity Pact enclosed with the tender/bid document.

I/We agree that the Notice inviting Tender (NIT) is an invitation to offer made on the conditionthat I/We will sign the Integrity Pact, which is an integral part of tender document, failing whichI/We will stand disqualified from the tendering process, I/We acknowledge that THE MAKING OF

THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE Of thcconditions of the NIT,

I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and furtheragree that execution of the said Integrity Pact shall be separate and distinct from the maincontract, which will come into existence when tender/bid is finally accepted by BRO. I/Weacknowledge and accept the validity of the Integrity Pact, which shall be in line with Para 15 of theenclosed Integrity Pact.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, whilesubmitting the tender/bid, BRO shall have unqualified, absolute and unfettered right to disqualifythe tender/bidder and reject the tender/bid is accordance with terms and conditions of thetender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

E STATE OF

i,.P*r,insorricerSignature of Contractor

Page 100: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

9A Io. cE (p) swrK/ /zots_zorender No. cE (p) swrK/ziizitg_i

INTEGRITY PACT

Sub : Tender ID No.

:,?I'j."TgI:g. rxrcuir ,:"J o,lir[T[.;:[?yl:B GRADE PREPAMTIO;y;i,:.,[E'u],.,X.i]llil*:Fi:19,.?[U:^:il,',f,fif ?.,BEi%[fJi 3 ff* X

^l l'. ; * ;.u ? "?S,

g 3-iti. ii ; ?

- ("i^Ai "- lil':; o?u iffi i,'" iil[B ffi ', n [ ?_' ii B ?:?,;;X I *yt* : e^lty iir_ i n ; :;d ? S ],, ! I [1""',,' Ffi BRoAD UNDER 130 RCc rzo+ aniF/pRd:rcr swesrrx ry il,t L?^H 6rig?,:_TffDear Sir,

It is hereby decrared that BRo is committed to foilow the principre of trcompetitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condiBidder will sign the integri[y Pact, *iiiit'is an Integr.l p.rt of tender/bid documents,the tender/bidder will Jtand oisquaiirLo rrom trrJ tenii'ring process and the bid cwould be summarily rejected.

This declaration shall form part and parcel of the Integrity pact and signing of thedeemed as acceptance and signing or tr," rntegiity p";ti; behalf of the BRo.

Yours faithfully

For Chief Engineer (project) Swastik

To,

Signature of Contractor

Pa e 126

, LAYING,, GRANULARES OF IRC :

TIONS FOR-DOKALA

, equity and

that theling which

the bidder

shall be

).','

N/r-insorricer

Page 101: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

INSTRUCTIONS TO BIDDERS

1. Instructions to the Bidders to submit the bids online through the Central Public

Procurement Portal website for e-Procurement at

https://eprocure.gov.in/eprocure/app:-

(a) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration

of the contractors/bidders on the e-procurement/e-tender portal is a prerequisite for

e-tendering.

(b) Bidder should do the enrollment in the e-Procurement site using the “Click here

to Enroll” option available on the home page. Portal enrollment is generally free of

charge. During enrollment/registration, the bidders should provide the correct/true

information including valid email ID. All the correspondence shall be made directly

with the contractors/bidders through email ID provided.

(c) Bidder need to login to the site through their user ID/ password chosen during

enrollment/ registration.

(d) The Digital Signature Certificate (Class II or Class III Certificates with signing key

usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by

CCA India on eToken/SmartCard, should be registered.

(e) The DSC that is registered only should be used by the bidder and should ensure

safety of the same.

(f) Contractor/Bidder may go through the tenders published on the site and

download the required tender documents/schedules for the tenders he/she is

interested.

(g) After downloading / getting the tender documents/schedules, the Bidder should

go through them carefully and then submit the documents as asked, otherwise bid

will be rejected.

(h) If there are any clarifications, this may be obtained online through the tender

site, or through the contact details. Bidder should take into account the corrigendum

published before submitting the bids online.

(j) From my tender folder, he selects the tender to view all the details indicated.

(k) Bidder then log in to the site through the secured login by giving the user ID/

password chosen during enrolment/registration and then by giving the password of

the eToken/SmartCard to access DSC.

(l) Bidder selects the tender which he/she is interested in by using the search option

& then moves it to the „my tenders‟ folder.

(m) It is construed that the bidder has read all the terms and conditions before

submitting their offer. Bidder should go through the tender schedules carefully and

upload the documents as asked; otherwise, the bid will be rejected.

(n) Bidder, in advance, should get ready the bid documents to be submitted as

indicated in the tender documents/schedule and generally, they can be in

PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be

clubbed together and can be provided in the requested format. Each document to be

uploaded through online for the tenders should be less than 2 MB. If any document is

more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if

permitted. Bidders Bid documents may be scanned with 100 dpi with black and white

Page 102: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

option. However of the file size is less than 1 MB the transaction uploading time will

be very fast.

(o) If there are any clarifications, this may be obtained through the site, or during

the pre-bid meeting if any. Bidder should take into account the corrigendum

published from time to time before submitting the online bids.

(p) The Bidders can update well in advance, the documents such as certificates,

annual report details etc., under My Space option and these can be selected as per

tender requirements and then send along with bid documents during bid submission.

This will facilitate the bid submission process faster by reducing upload time of bids.

(q) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original

should be posted/couriered/given in person to the Tender Inviting Authority, at least

one working date prior bid submission due date & time for the tender. Scanned copy

of the instrument should be uploaded as part of the offer.

(r) While submitting the bids online, the bidder reads the terms & conditions and

accepts the same to proceed further to submit the bid packets.

(s) The bidder has to select the payment option as offline to pay the Tender FEE/

EMD as applicable and enter details of the instruments.

(t) The details of the DD/any other accepted instrument, physically sent, should tally

with the details available in the scanned copy and the data entered during bid

submission time. Otherwise submitted bid will not be acceptable.

(u) The bidder has to digitally sign and upload the required bid documents one by

one as indicated. Bidders to note that the very act of using DSC for downloading the

bids and uploading their offers shall be deemed to be a confirmation that they have

read all sections and pages of the bid document including General conditions of

contract without any exception and have understood the entire document and are

clear about the requirements of the tender requirements.

(v) The bidder has to upload the relevant files required as indicated in the cover

content. In case of any irrelevant files, the bid will be rejected.

(w) If the Financial Bid format is provided in a spread sheet file like BoQ_xxxx.xls,

the rates offered should be entered in the allotted space only and uploaded after

filling the relevant columns. The Financial Bid/BOQ template must not be

modified/replaced by the bidder; else the bid submitted is liable to be rejected for

this tender.

(x) The bidders are requested to submit the bids through online e-tendering system

to the Tender Inviting Authority (TIA) well before the bid submission end date & time

(as per Server System Clock). The TIA will not be held responsible for any sort of

delay or the difficulties faced during the submission of bids online by the bidders at

the eleventh hour.

(y) After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal),

the acknowledgement number, given by the system should be printed by the bidder

and kept as a record of evidence for online submission of bid for the particular tender

and will also act as an entry pass to participate in the bid opening date.

(z) The time settings fixed in the server side & displayed at the top of the tender

site, will be valid for all actions of requesting, bid submission, bid opening etc., in the

e-tender system. The bidders should follow this time during bid submission.

Page 103: NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING ...

(aa) All the data being entered by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered will not

viewable by unauthorized persons during bid submission & not be viewable by any

one until the time of bid opening.

(ab) Any bid document that is uploaded to the server is subjected to symmetric

encryption using a system generated symmetric key. Further this key is subjected to

asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded

tender documents become readable only after the tender opening by the authorized

bid openers.

(ac) The confidentiality of the bids is maintained since the secured Socket Layer 128

bit encryption technology is used. Data storage encryption of sensitive fields is done.

(ad) The bidder should logout of the tendering system using the normal logout

option available at the top right hand corner and not by selecting the (X) exit option

in the browser.

(ae) For any queries regarding e-tendering process, the bidders are requested to

contact as provided in the tender document. Parallely for any further queries, the

bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to

[email protected].

(af) Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O

99 APO, telephone No. 03592-259208 & 259209 for clarifications if any required

regarding various provisions in tender documents.