NAME OF THE WORK :- Construction of Guard wall to working dump ...
NAME OF THE WORK :- Construction of Guard wall to working dump ...
NAME OF THE WORK :- Construction of Guard wall to working dump ...
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
ISO : 9001:2000 Certified.<br />
CABLE: ORMINCORP’ Bhubaneswar, Phone (0674)- 2392862<br />
FAX-(0674)-2396889/2391629.<br />
The Orissa Mining Corporation Ltd<br />
(A Government <strong>of</strong> Orissa Undertaking)<br />
Bhubaneswar-751001<br />
PRE-QUALIFICATION BID<br />
<strong>NAME</strong> <strong>OF</strong> <strong>THE</strong> <strong>WORK</strong> :- <strong>Construction</strong> <strong>of</strong> <strong>Guard</strong> <strong>wall</strong> <strong>to</strong> <strong>working</strong> <strong>dump</strong> at South<br />
Kaliapani in the district <strong>of</strong> Jajpur,<br />
Name <strong>of</strong> the Tenderer:-<br />
Contract Licence No. & validity / Company Pr<strong>of</strong>ile:-<br />
E.P. F. registration No.<br />
VAT Clearance up <strong>to</strong>:-<br />
TIN:-<br />
PAN:-<br />
Full address with Telephone / Mobile No. :-<br />
EMD<br />
Tender Paper Cost<br />
Signed DTCN.<br />
Signature <strong>of</strong> the tenderer.
:- 2 -:<br />
Check list <strong>of</strong> document submitted:-<br />
1. E.M.D. Amount Rs. 50,150/-vide D.D. No.______________ /<br />
Date______________ / Bank___________________________________.<br />
2. Tender Paper cost in Rs. 10,000/- +4% VAT if downloaded from web-site<br />
in shape <strong>of</strong> D.D. No.__________________ / Date _________________,<br />
Bank______________________.<br />
3. Signed D.T.C.N. enclosed :- YES / NO.<br />
4. Certified Xerox copy <strong>of</strong> valid Registration certificate :- YES / NO<br />
5. Certified Xerox copy <strong>of</strong> original EPF Regdn. No. :- YES / NO<br />
6. Certified Xerox copy <strong>of</strong> VAT Clearance :- YES / NO<br />
7. Certified Xerox copy <strong>of</strong> PAN :- YES / NO<br />
8. Experience certificate (if any asked for) :- YES / NO<br />
9. Turn over in last financial year (if any asked for) :- YES / NO<br />
10. MOU WITH AN ELECTRICAL HT CONTRACTOR :- YES / NO<br />
Signature <strong>of</strong> Tenderer
ISO 9001 – 2000 Certified<br />
<strong>THE</strong> ORISSA MINING CORPORATION LTD.<br />
(A Government <strong>of</strong> Orissa Undertaking)<br />
BHUBANESWAR - 751001<br />
SHORT TENDER CALL NOTICE No.9/OMC/CIVIL/09<br />
01. Sealed Tenders in the prescribed form in conformity with detailed tender call notice <strong>to</strong> be<br />
eventually drawn up in OMC F-2 Agreement are invited from the eligible class <strong>of</strong><br />
Contrac<strong>to</strong>rs, Registered with State PWD/CPWD/Railways/Govt. Undertakings for the<br />
following works:-<br />
Sl.<br />
No<br />
Name <strong>of</strong> the work<br />
1. <strong>Construction</strong> <strong>of</strong> <strong>Guard</strong> Wall <strong>to</strong><br />
<strong>working</strong> <strong>dump</strong> <strong>of</strong> Kaliapani in the<br />
district <strong>of</strong> jajpur.<br />
2. <strong>Construction</strong> <strong>of</strong> <strong>Guard</strong> <strong>wall</strong> <strong>to</strong><br />
<strong>working</strong> <strong>dump</strong> at South<br />
Kaliapani in the district <strong>of</strong><br />
Jajpur.<br />
Estimated<br />
cost<br />
( Rs. in<br />
Lakhs)<br />
Class <strong>of</strong><br />
Contract<br />
or<br />
EMD<br />
(Rs.)<br />
Cost <strong>of</strong><br />
Tender<br />
Paper<br />
(Rs)<br />
32.59 B&A 32,600/- 6,000/-<br />
+4%VAT<br />
50.14 A&Spl<br />
.<br />
50,150/- 10,000/<br />
+4%VAT<br />
Period <strong>of</strong><br />
completion<br />
6 (six)<br />
months<br />
8 (eight)<br />
months<br />
2. The tender documents shall be in two parts i.e pre-qualification Bid (Part-I) and Financial Bid<br />
(Part-II). The tenderer are required <strong>to</strong> submit certified Xerox copies <strong>of</strong> valid registration<br />
certificate, original EPF registration documents, VAT Clearance and PAN, DTCN and EMD &<br />
Tender Paper cost (in case <strong>of</strong> download from web-site) in the form <strong>of</strong> DD drawn in favour <strong>of</strong><br />
Orissa Mining Corporation on any nationalized Bank payable at Bhubaneswar in the Pre<br />
Qualification Bid (Part-I) and Schedule <strong>of</strong> quantities and specifications in financial bid (Part-II).<br />
In case the documents in the pre-qualification bid and the financial bid are not submitted in<br />
orderly manner, the tenders are liable for cancellation. …2
:- 2-:<br />
3. Sale and receipt <strong>of</strong> tender paper:<br />
(i) The sale and receipt <strong>of</strong> tender documents shall start from 13-3-09 and close at 4 PM on dt. 21-<br />
3-09.<br />
(ii) The tender paper can be purchased from the <strong>of</strong>fice <strong>of</strong> the Dy. G.M. (Civil), OMC, H.O.,<br />
Bhubaneswar / Manager(Civil), Kaliapani on payment <strong>of</strong> tender paper cost in cash (non<br />
refundable).<br />
(iii) The tender papers can be down loaded from our web-site www.orissamining.com and can be<br />
submitted along with the tender paper cost in the shape <strong>of</strong> D.D. drawn in favour <strong>of</strong> Orissa Mining<br />
Corporation in any nationalized Bank payable at Bhubaneswar. The authority shall not be<br />
responsible if any problems arises in down loading bid documents or any portion <strong>of</strong> down loaded<br />
bid documents differ from the original bid documents available with the undersigned.<br />
(iv) The pre-qualification Bid (Part-I) and the financial Bid (Part-II) shall be submitted in two<br />
separate sealed cover. The above two sealed bids shall be submitted in a sealed cover super-scribing<br />
the name <strong>of</strong> the work only.<br />
(v) The bid documents can be submitted in the allocated tender box in respective Offices, or can<br />
be received by Dy.G.M. (Civil), BBSR through Registered post/Speed post. The authority shall not<br />
be held responsible for any postal delay and non-receipt <strong>of</strong> tender documents in time.<br />
4. Opening <strong>of</strong> the tender:<br />
The pre-qualification bid (Part-I) shall be opened on 24-3-09 at 4.00 PM in the <strong>of</strong>fice <strong>of</strong> the<br />
undersigned in presence <strong>of</strong> bidder or their authorized representative. The pre-qualification bid shall be<br />
evaluated first. The original documents are required <strong>to</strong> be produced (if so required by the authority)<br />
for verification by the tender Committee (may be shown) on the same day during opening <strong>of</strong> the prequalification<br />
bid.<br />
The date <strong>of</strong> opening <strong>of</strong> the Financial bid (Part-II) shall be intimated separately.<br />
5. If the <strong>of</strong>fices, happen <strong>to</strong> be closed on the last date <strong>of</strong> sale and receipt <strong>of</strong> tender or date <strong>of</strong> opening <strong>of</strong><br />
bids then that day will be replaced by the next <strong>working</strong> day.<br />
6. The OMC Ltd. reserves the right <strong>to</strong> reject any or all tenders without assigning any reasons there<strong>of</strong>.<br />
Dy. General Manager (CIVIL)
General Rules Directions for the guidance <strong>of</strong> Contrac<strong>to</strong>rs<br />
1. All works proposed for execution by contract will be notified in a form <strong>of</strong> invitation <strong>to</strong> tender posted on a<br />
board hung up in the Office <strong>of</strong> and signed by Chairman, DGM (Civil)/or any Engineer-in-charge, O.M.C.<br />
This notice will state the work <strong>to</strong> be carried out, the items and approximate quantities there<strong>of</strong>, as well as<br />
the date for submitting and opening tenders, also the amount <strong>of</strong> earnest money <strong>to</strong> be deposited and the amount <strong>of</strong><br />
the security deposit <strong>to</strong> be deposited by the successful tenderers and the percentage if and, <strong>to</strong> be deducted from<br />
bills Copies <strong>of</strong> the specification, designs and drawings and other documents required in connection by the<br />
DGM.(Civil) shall be open for inspection <strong>of</strong> identification by the DGM.(Civil) shall also be open for inspection<br />
by the contrac<strong>to</strong>r at the <strong>of</strong>fice <strong>of</strong> the DGM.(Civil) during the <strong>of</strong>fice hours.<br />
2. In the event <strong>of</strong> the tender being submitted by a firm it must be signed separately be each member there<strong>of</strong><br />
or in the event <strong>of</strong> the absence <strong>of</strong> any partner it must be signed on his behalf by a person holding a power <strong>of</strong><br />
at<strong>to</strong>rney authorizing him <strong>to</strong> do so.<br />
3. Receipts for payments made on account <strong>of</strong> work, when executed by a firm, must also be signed by the<br />
several partners except where the contrac<strong>to</strong>rs are described in their tender as a firm which case the receipts must<br />
be signed in the name <strong>of</strong> the firm by one <strong>of</strong> the partners or by some other person having authority <strong>to</strong> give effectfull<br />
receipts for the firm.<br />
4. The memorandum <strong>of</strong> work tendered for and the memorandum <strong>of</strong> materials <strong>to</strong> be supplied by the O.M.C.<br />
and their issue rates shall be filled in and completed in the <strong>of</strong>fice <strong>of</strong> the DGM. (Civil) before the tender form is<br />
issued if a form is issued <strong>to</strong> an intending tenderer without having been so filled in and completed, he shall request<br />
the <strong>of</strong>fice <strong>to</strong> have this done before he completes and delivers his tender.<br />
5. The amount <strong>of</strong> earnest money <strong>to</strong> be deposited will be stated in the tender notice and also in the F-2 form.<br />
6. Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing <strong>to</strong><br />
undertake each item <strong>of</strong> the work incomplete tenders and tenders which propose any alternation in the work<br />
specified in the said form <strong>of</strong> invitation <strong>to</strong> tender, or which contain any other conditions <strong>of</strong> any sort <strong>of</strong> omit <strong>to</strong> not<br />
the time within which the work can be finished or which are not accompanied by a treasury challan for required<br />
earnest money will be liable <strong>to</strong> rejection. No single tender shall included more than one work, but contrac<strong>to</strong>rs<br />
who wish <strong>to</strong> tender for two or more work shall submit a separate tender for each. Tender shall bear the name <strong>of</strong><br />
work <strong>to</strong> which they refer written onside the envelope. Cash deposits for earnest money herein before mentioned<br />
shall not be made.<br />
7. The chairman or his duly authorized assistant will open the tenders in the presence <strong>of</strong> intending<br />
contrac<strong>to</strong>rs who may be present at the time and will enter the amounts <strong>of</strong> the several tenders in a comparative<br />
statement in a suitable form in the event <strong>of</strong> a tender being rejected the challan for the earnest money forwarded<br />
there with shall thereupon be returned <strong>to</strong> the tendered with a pay order for the amount or the earnest money.<br />
Signature <strong>of</strong> the tenderer.
: 2 :<br />
8. The Chairman shall have the right <strong>of</strong> rejecting all <strong>of</strong> any <strong>of</strong> the tender.<br />
9. In the event <strong>of</strong> a tender being selected for acceptance the Chairman or Engineer will,<br />
inform the tenderer <strong>of</strong> the selected tender who shall thereupon sign copies <strong>of</strong> the specification<br />
and other documents mentioned in rules 1 and 4 for the purpose <strong>of</strong> identification and for his<br />
acceptance with the tender. The tenderer <strong>of</strong> the selected tender shall also deposit the required<br />
amount <strong>of</strong> the security money within the prescribed time. If the tenderer fails <strong>to</strong> deposit the<br />
required amount <strong>of</strong> the security money within the prescribed time, the Chairman or the Engineer<br />
may reject the tender.<br />
10. When a tender is selected for acceptance the tender shall deposit the required amount <strong>of</strong><br />
the security money in form <strong>of</strong> D.D drawn in favour <strong>of</strong> OMC Limited at any nationalized bank No<br />
tender shall be finally accepted until the required amount <strong>of</strong> the security money has been<br />
deposited.<br />
11. The amount <strong>of</strong> security money <strong>to</strong> be deposited by the tenderer whose tender is selected for<br />
acceptance shall be seven percent <strong>of</strong> the estimated value <strong>of</strong> the work and <strong>to</strong>wards this amount the<br />
earnest money already deposited by him shall be credited. At least half <strong>of</strong> this security inclusive<br />
<strong>of</strong> the earnest money shall be deposited by the tender within such time as may be notified <strong>to</strong> him<br />
in writing by the <strong>of</strong>fice opening the tender failing which tender shall be liable <strong>to</strong> rejection.<br />
Any balance <strong>of</strong> the security money outstanding after completion <strong>of</strong> the contract with the<br />
tenderer may be made up by deduction <strong>of</strong> 5 percent <strong>of</strong> the amount <strong>of</strong> each payment <strong>to</strong> be made<br />
<strong>to</strong> him under clause 7 <strong>of</strong> the conditions <strong>of</strong> contract for work done under the contract.<br />
12. When tender has been selected for acceptance and the required amount <strong>of</strong> the security<br />
money has been deposited, the Engineer shall scrutinize all pages <strong>of</strong> the form <strong>of</strong> item, Rate,<br />
Tender and Contract for work <strong>to</strong> see that form has been properly filled up and signed by the<br />
contrac<strong>to</strong>r and the signature witnessed. He shall then if he is competent <strong>to</strong> accept the tender sign<br />
the acceptance <strong>of</strong> the tender or if he is not so competent, shall send the form for signature <strong>of</strong> the<br />
acceptance <strong>to</strong> the <strong>of</strong>ficer competent <strong>to</strong> accept it.<br />
Signature <strong>of</strong> the tenderer.
SPECIAL CONDITIONS<br />
(1) INCOME TAX AND SALES TAX:- Income Tax, Sales Tax, Surcharge, any other tax, Octroi etc. as imposed<br />
by State Govt. <strong>of</strong> Govt. <strong>of</strong> India at Prevailing rate shall be deducted from R/A Bill / Final Bill <strong>of</strong> the Contrac<strong>to</strong>r as per rule.<br />
(2) EPF CONTRIBUTION:- The Contrac<strong>to</strong>r shall be solely responsible for deduction & deposit <strong>of</strong> Employees<br />
Contribution and Employer’s Contribution in respect <strong>of</strong> the Provident Fund under the Employees Provident Fund Scheme,<br />
1952. Employees Provident Fund Act, 1952 and any rules and regulations made there under as amended from time <strong>to</strong> time.<br />
He shall be solely responsible for the maintenance <strong>of</strong> the records in respect <strong>of</strong> payment <strong>of</strong> contribution and submission <strong>of</strong><br />
returns in accordance with the provisions <strong>of</strong> the said Scheme.<br />
In all R/A and Final bills the PF clearance for the Bills the Manager (LW) or head <strong>of</strong> Labour Welfare Wing <strong>of</strong><br />
Regional Offices as the case may be shall verify the related documents such as muster roll, wage sheet and deposited<br />
challan <strong>of</strong> Bank etc. relating <strong>to</strong> deposit <strong>of</strong> P.F. made by the agency. After verification <strong>of</strong> records by the Welfare Wing, the<br />
bills shall be paid . In case the work has taken more than nine months for completion, the agency has <strong>to</strong> submit the<br />
clearance from the respective P.F. Authority for release <strong>of</strong> Final Bill amount.<br />
(3) (A) RELEASE <strong>OF</strong> R.A. BILL:<br />
1. The contrac<strong>to</strong>r will make a written request <strong>to</strong> the Manager(C)/DM(C)/M(Elect.) / DM(Elect.) for release <strong>of</strong><br />
Running Account Bill along with P.F. deposit documents at respective Regional Office. The R.A. bills shall be paid at<br />
Regional Manager’s Office at J.K.Road.<br />
2. The concerned J.E. (Civil)/JE(El.)/Foreman(El.) will complete the measurement & submit the bill <strong>to</strong> A.M. (Civil) /<br />
Dy. Manager (Civil) AM(Elect.)/DM(Elect.) for check measurement within 7 days.<br />
3. Concerned A.M. (Civil) / Dy. Manager (Civil) AM(Elect.) / DM(Elect.)will complete the check measurement<br />
within 2 days and forward the bill <strong>to</strong> Manager (Civil) / M(Elect.).<br />
4. Manager (Civil) / M(Elect.) after necessary check measurement, accounts checking will forward the bill within 3<br />
days <strong>to</strong> Welfare Section for P.F. clearance.<br />
5. Welfare Section <strong>to</strong> complete the checking within 2 days and return the bill <strong>to</strong> Manager (Civil) / M(Elect) &<br />
Manager (Civil) / M(Elect.) will forward the bill <strong>to</strong> Accounts on the same day.<br />
6. Payment from Accounts will be made within 3 days <strong>of</strong> receipt <strong>of</strong> the bill.<br />
7. Total duration from the date <strong>of</strong> submission <strong>of</strong> request letter for release or R/A bill till release <strong>of</strong> Payment <strong>to</strong> agency<br />
– 17 days.<br />
(B)<br />
FOR FINAL BILL:<br />
The R/A & Final bills for the works shall normally be prepared by the Jr. Engineer (Civil) / Jr. Engineer (Elect.)<br />
within one month <strong>of</strong> the date <strong>of</strong> completion. In exceptional cases another 15 days shall be provided <strong>to</strong> the JE(C)/JE(El) <strong>to</strong><br />
submit the final bills. Approval for deviation and time extension if any shall be obtained from klthe Sr. Manager (Civil),<br />
HO within the above period. After submission <strong>of</strong> final bills by J.E. (Civil) / JE(El.), following time schedule shall be<br />
followed by all concerned for submission <strong>of</strong> bills <strong>to</strong> HO for payment.<br />
i) Checking by AM (Civil) / AM(Elect.) .. 07 days.<br />
ii) Checking by Manager (Civil)/M(Civil)I/c. / Mgr.(Elect.)/Mgr.(El.(I/c.) .. 04 days.<br />
iii) Verification <strong>of</strong> P.F.deposit,muster roll & wages sheet by Mgr.(LW)/m(lw)(I/c) ..07 days<br />
iv) Verification kin accounts wing/Mgr(A/cs) & submission <strong>to</strong> HO … 07 days.<br />
v) Final bills shall be released at HO after receipt <strong>of</strong> bills from Regional Offices .. 07 days.<br />
(C) ROYALTY.<br />
4. The agency who have deposited royalty, shall deposit royalty slips for all materials before preferring the R/A / Final bill<br />
<strong>to</strong> the EIC <strong>of</strong> the work and the EIC shall verify the same from respective Tahasil Office. In case <strong>of</strong> failure, the same shall be<br />
deducted from the bills and deposited with the nearest Tahasil. In case, there is delay in receiving authentication from<br />
Revenue authority the bills shall be released after deducting royalties. The royalty so deducted can be refunded in<br />
subsequent bills after receipt <strong>of</strong> details from Revenue authorities.<br />
5. QUALITY CONTROL:<br />
O.M.C. is at liberty <strong>to</strong> engage expert Civil Engineering agencies <strong>to</strong> check the quality <strong>of</strong> work for consideration &<br />
release <strong>of</strong> final payment.<br />
6. O<strong>THE</strong>R CONDITIONS:-<br />
i) Request letter for release <strong>of</strong> R/A / Final Bill shall be recorded and acknowledge <strong>to</strong> the Party.<br />
ii) A standard check list and clearance report should be prepared so as <strong>to</strong> submit it in each R/A / Final Bill with all required<br />
informations regarding progress, <strong>of</strong> work, statu<strong>to</strong>ry obligation and clearance <strong>of</strong> s<strong>to</strong>re and service rendered by OMC <strong>to</strong> the<br />
Agency and recommend for penalty and payment etc.<br />
Sd/-<br />
CONTRACTOR<br />
DY.G.M.(CIVIL)
<strong>THE</strong> ORISSA MINING CORPORATION LIMITED<br />
( A GOVERNMENT <strong>OF</strong> ORISSA UNDERTAKING )<br />
BHUBANESWAR.<br />
DETAILED TENDER CALL NOTICE.<br />
1. Sealed tenders on prescribed form <strong>to</strong> be eventually drawn up in O.M.C. form No. F-2 will be<br />
received up <strong>to</strong> 4.00 P.M. on Dt. 21-03-09 by the Dy. G.M. (Civil), OMC, H.O., Bhubaneswar /<br />
Manager(Civil) , Kaliapani for the construction <strong>of</strong> work " <strong>Construction</strong> <strong>of</strong> <strong>Guard</strong> <strong>wall</strong> <strong>to</strong> <strong>working</strong><br />
<strong>dump</strong> at South Kaliapani in the district <strong>of</strong> Jajpur,” from class <strong>of</strong> Contrac<strong>to</strong>r A&SPL and will be<br />
opened by the Dy. General Manager(Civil) in the presence <strong>of</strong> the tenderers or their authorized agents. The<br />
amount <strong>of</strong> the estimate is approximately Rs.50.14 (Rupees Fifty lakh fourteen thousand ) only. In case <strong>of</strong> all<br />
contracts exceeding Rs. 20.00 lakhs, the Contrac<strong>to</strong>r is <strong>to</strong> submit tender in two bids as per the tender notice.<br />
2. The tenderers should please note that the work will have <strong>to</strong> be completed within 08(Eight) calendar<br />
months commencing from the date mentioned in the Agreement. Tenderers are required <strong>to</strong> submit detail<br />
programme <strong>of</strong> work along with the tenders which they consider necessary keeping in view <strong>of</strong> the clause -2 <strong>of</strong> the<br />
O.M.C. Form F-2. Without these programmes <strong>of</strong> works, the tender will be considered defective. Authority for<br />
acceptance <strong>of</strong> tenders would rest over the Dy. General Manager(C).<br />
3. Earnest Money Deposit:<br />
The tenderers are required <strong>to</strong> pay Earnest Money at 1% (One percent) <strong>of</strong> the estimated cost i.e. for<br />
Rs.50,150/- in the shape <strong>of</strong> D.D. favouring Orissa Mining Corporation Ltd. Drawn on any nationalized Bank<br />
payable at BBSR. The tender without earnest money in shape indicated above or with part earnest money shall<br />
be rejected. The earnest money will be refunded <strong>to</strong> the unsuccessful tenderers on application and the same will be<br />
retained in case <strong>of</strong> successful tenderers and will not carry any interest.<br />
4.(a) The plan and specification for the work can be seen at the Office <strong>of</strong> the Dy. General Manager(Civil) ,<br />
Bhubaneswar during <strong>working</strong> hours and days. Complaints at a future date that the plan and specifications have<br />
not been seen can not be entertained. The contrac<strong>to</strong>r may obtain a set <strong>of</strong> tender documents for the work from the<br />
Office <strong>of</strong> Dy. G.M. (Civil), OMC, H.O., Bhubaneswar / Manager(Civil) , Kaliapani on payment <strong>of</strong><br />
Rs.10,000/- + 4% VAT (Rupees Ten Thousand + 4% VAT only) only (non-refundable) for the tender paper in<br />
cash. The tender documents sent by intending contrac<strong>to</strong>r through registered post do not reach the concerned<br />
<strong>of</strong>fice by the appointed date and time, the OMC Ltd shall not held responsible for it. Their <strong>of</strong>fers will not be<br />
considered on any account even if tender documents were dispatched by the tenders before the due date. They<br />
cost <strong>of</strong> registration fees <strong>to</strong> and fro will be borne by the intending tenderer.<br />
DY.G.M.(CIVIL)
: 2 :<br />
4.(b) All other information’s can be obtained on an application <strong>to</strong> the Dy. General Manager(C), Head Office,<br />
Bhubaneswar.<br />
5. The Orissa Mining Corporation Ltd., Bhubaneswar reserves the right <strong>to</strong> reject any or all tenders received<br />
without assigning any reason there<strong>of</strong>.<br />
6. Earnest Money Deposit & Intial security Deposit:<br />
The tenderers whose tender is selected for acceptance has <strong>to</strong> deposit 2% <strong>of</strong> the tendered amount<br />
inclusive <strong>of</strong> 1% EMD already deposited <strong>to</strong> sign the agreement.<br />
The security deposit, <strong>to</strong>gether with the earnest money and the amount withheld according <strong>to</strong> the<br />
provisions <strong>of</strong> F-2 agreement shall be retained as security deposit for the due fulfillment <strong>of</strong> this contract. Failure<br />
<strong>to</strong> enter in<strong>to</strong> the required agreement and <strong>to</strong> make the security deposit as above shall entail forfeiture <strong>of</strong> the<br />
Earnest Money. No tender shall be finally accepted until the required amount <strong>of</strong> security deposit (money) is<br />
deposited. The written agreement <strong>to</strong> be entered in<strong>to</strong> between the contrac<strong>to</strong>r and the OMC shall be the foundation<br />
<strong>of</strong> the right <strong>of</strong> both the parties and the contract shall deem <strong>to</strong> be incomplete until the agreement has first been<br />
signed by the contrac<strong>to</strong>r and then by the proper <strong>of</strong>ficer authorized <strong>to</strong> enter in<strong>to</strong> the contract on behalf <strong>of</strong> the<br />
OMC.<br />
7. Rate in words & Figures:<br />
The rates should be quoted in words and figures otherwise the tender will be liable for rejection. In case<br />
<strong>of</strong> discrepancy between words and figures, the words shall prevail. The rates should be quoted in Rupees and<br />
paisa only. The tender should be written legibly and free from erasures, overwriting or conversions <strong>of</strong> figures.<br />
Corrections where unavoidable, should be made by scoring out, initialing, dating and rewriting. In case <strong>of</strong> any<br />
overwriting not signed by the tenderer is liable for rejection.<br />
8. The Contrac<strong>to</strong>rs will be responsible for payment <strong>of</strong> all royalties or other charges for quarrying materials.<br />
All local taxes inclusive <strong>of</strong> State VAT and Income Tax. Octroi charges, Ferry and Tollage charges are <strong>to</strong> be paid<br />
by the contrac<strong>to</strong>r. All payments <strong>to</strong> the contrac<strong>to</strong>r shall be subjected <strong>to</strong> statu<strong>to</strong>ry deduction as applicable .<br />
9. PAN CARD & VAT CLEARANCE CERTIFICATE:<br />
The tender may not, at the discretion <strong>of</strong> the competent authority be considered unless accompanied by<br />
Certificate <strong>of</strong> Registration, Income Tax Clearance Certificate / PAN Card, VAT Clearance Certificate (VAT-<br />
612) / P.F. Registration certificate Labour Licence (Xerox copy <strong>of</strong> each duly attested) along with the tender<br />
documents & the original certificate are <strong>to</strong> be produced before the tender committee at the time <strong>of</strong> opening <strong>of</strong> the<br />
tender.<br />
10. If the contrac<strong>to</strong>r removes any materials or s<strong>to</strong>ck so supplied <strong>to</strong> him from the site <strong>of</strong> work with a view <strong>to</strong><br />
disposing <strong>of</strong>f the same dishonestly, he should in addition <strong>to</strong> any other liabilities Civil or Criminal arising out <strong>of</strong><br />
the contract be liable <strong>to</strong> pay a penalty equivalent <strong>to</strong> five times the price <strong>of</strong> the materials on s<strong>to</strong>ck according <strong>to</strong> the<br />
stipulated rates and the penalty so imposed shall be recovered from any sum that may then or at any time<br />
thereafter become due <strong>to</strong> the contrac<strong>to</strong>r or from his security.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 3 :<br />
11. The Contrac<strong>to</strong>r should be fully liable <strong>to</strong> indemnify the Orissa Mining Corporation Ltd for payment <strong>of</strong><br />
any compensation under Workmen’s Compensation Act-VIII <strong>of</strong> 1923 on account <strong>of</strong> the workmen being<br />
employed by him and the full amount <strong>of</strong> compensation paid will be recovered from the Contrac<strong>to</strong>r.<br />
12. Every tenderer must examine the detailed specification <strong>of</strong> Orissa before submitting his tender. The right<br />
is reserved without impairing the contract <strong>to</strong> make such increase or decrease in the quantities or items <strong>of</strong> work<br />
mentioned in the schedule attached <strong>to</strong> the tender notice as may be considered necessary <strong>to</strong> complete the work<br />
fully and satisfac<strong>to</strong>rily. Such decrease and increase shall in no case invalidate the contract or rates. It shall be<br />
definitely unders<strong>to</strong>od that the OMC Ltd does not accept any responsibility for the correctness or completeness<br />
<strong>of</strong> the quantities shown in the schedule. The schedule is liable <strong>to</strong> alteration by omission or additions or<br />
deductions and such omissions and deductions shall in no case invalidate the contract and no extra monetary<br />
compensation will be entertained.<br />
13. No departmental materials will be supplied <strong>to</strong> the Contrac<strong>to</strong>r..<br />
14. All the materials required for execution <strong>of</strong> the work will be supplied by the contrac<strong>to</strong>r as per details narrated<br />
below:<br />
(A) <strong>NAME</strong> <strong>OF</strong> <strong>THE</strong> MATERIALS <strong>NAME</strong> <strong>OF</strong> <strong>THE</strong> APPROVED MANUFACTURE BRAND<br />
i) Cement ... 43 grade OPSC/OPC <strong>of</strong> ACC, OCL, BIRLA PLUS,<br />
ULTRATECH, LAFARGE<br />
ii) Paints & distemper ~~~~~~~ Jensen Nicolsion, Berger, Narolac, Asian Paints and ICI.<br />
iii) M.S. Rod (Tor Steel) ~~~~~~~ M/s. SAIL, M/s. Tata Steel & M/s. Rastriya Ispat Nigam Limited,<br />
Vizag or equivalent.<br />
iv) Water supply and Sanitary ~~~~~~~ TATA Pipes & fitting <strong>to</strong> be procured as per ISI specification.<br />
Materials/fitting.<br />
v) Electrical fittings ~~~~~~~~ To be procured as per ISI specification.<br />
15. All reinforced cement concrete work should conform <strong>to</strong> Orissa Detailed Specification and should be <strong>of</strong><br />
grade M – 150/200 with 12 mm <strong>to</strong> 20 mm. size black hard crusher broken granite s<strong>to</strong>ne chips (20 mm. size not <strong>to</strong><br />
exceed 25% ) having a minimum compressive strength ( in work test) 150 kg/200 kg./ cm2 for 15 cm. cubes at<br />
28 days after mixing & tests conducted in accordance with IS 456 and IS 516.<br />
16. Shuttering and centering shall be with seasoned sal wood planks the inside <strong>of</strong> which shall be lined with<br />
suitable sheeting and made leak-pro<strong>of</strong> and water-tight or alternatively steel shuttering and centering may be used.<br />
17. The contrac<strong>to</strong>r shall make all arrangements for proper s<strong>to</strong>rage <strong>of</strong> materials. But in cost for raising shed for<br />
the s<strong>to</strong>rage <strong>of</strong> materials and pay <strong>of</strong> watchman etc. will not be borne by the Department. These are all <strong>to</strong> be borne<br />
by the contrac<strong>to</strong>r. The Department is not responsible for considering the theft <strong>of</strong> materials at site. It is<br />
contrac<strong>to</strong>r’s risk. Under any such plea if the contrac<strong>to</strong>r s<strong>to</strong>ps the work, he shall have <strong>to</strong> pay the penalty as per<br />
clauses <strong>of</strong> the F-2 Contract.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 4 :<br />
18. For the purpose <strong>of</strong> the jurisdiction in the event <strong>of</strong> dispute if any, the contrac<strong>to</strong>r should be deemed <strong>to</strong> have<br />
entered in<strong>to</strong> at Bhubaneswar, Orissa, where the contract is signed on behalf <strong>of</strong> the Orissa Mining Corpn. Ltd. and<br />
it is agreed that neither party <strong>to</strong> the contract or the agreement will be competent <strong>to</strong> bring a suit in regard <strong>to</strong> the<br />
matters covered by this contract at any place outside the State <strong>of</strong> Orissa.<br />
19. After the work is finished, all surplus materials and debris are <strong>to</strong> be removed by the contrac<strong>to</strong>r and<br />
preliminary work such as vats, mixing platforms, etc. are <strong>to</strong> be dismantled and all the materials are <strong>to</strong> be removed<br />
from the site. No extra payment will be made <strong>to</strong> contrac<strong>to</strong>r on this account. The rate quoted should be inclusive<br />
<strong>of</strong> all these items, ground up <strong>to</strong> 15 metre shall be cleared and rough dressed.<br />
20. The Contrac<strong>to</strong>r shall not interfere with the execution <strong>of</strong> water supply electrical fitting arrangements and<br />
any other works entrusted <strong>to</strong> any other agency by the Deptt. At any time during the progress <strong>of</strong> the work.<br />
21. The Department will have the right <strong>to</strong> inspect the scaffolding and centering made the work and can ask <strong>to</strong><br />
replace partly <strong>of</strong> fully such structures if found defective in their opinion.<br />
22. The Contrac<strong>to</strong>r will have <strong>to</strong> arrange for water supply for all works and made sanitary arrangements at his<br />
own cost for his labour camps, the contrac<strong>to</strong>r has <strong>to</strong> arrange adequate lighting arrangements for night works<br />
whenever necessary at his own cost.<br />
23. Bailing out water from the foundation either rain water or sub-soil water if necessary should be borne by<br />
the contrac<strong>to</strong>r. No payment will be made for bench marks, level pillars pr<strong>of</strong>iles and benching and leveling<br />
ground where required. The rates quoted should be finished items <strong>of</strong> work inclusive <strong>of</strong> these incidental items <strong>of</strong><br />
work.<br />
24. All the quantities mentioned in the schedule are combined for ground floor and multi floors incase <strong>of</strong><br />
Multis<strong>to</strong>ried building and the rates should be through for the same.<br />
25. Cement concrete in ro<strong>of</strong> slabs, beams and wherever prescribed by the Engineer-in-charge shall be<br />
machine mixed and vibrated, and the contrac<strong>to</strong>r should arrange his own concrete mixers, vibra<strong>to</strong>rs, pumps etc.<br />
for the purpose.<br />
26. It should be unders<strong>to</strong>od clearly that no claims whatsoever required for the above will be entertained.<br />
27. The tenderer shall have <strong>to</strong> abide by the C.P.W.D. safety Code introduce by the Govt. <strong>of</strong> India, Ministry <strong>of</strong><br />
works. Housing and supply in their standing order No.44250, dt. 25.11.57.<br />
28. The Contrac<strong>to</strong>r will be abide by the Fair wages clause as introduced by the Government.<br />
29. The OMC Ltd will have the right <strong>to</strong> supply at any time in the interest <strong>of</strong> work any Deptt. Materials <strong>to</strong> be<br />
used in the work if so required and the contrac<strong>to</strong>r shall use such materials without any controversy or dispute on<br />
that account. The rates <strong>of</strong> such materials will be at the s<strong>to</strong>ck issue rates fixed by OMC Ltd. Plus s<strong>to</strong>rage charges<br />
or market rates which ever is higher.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 5 :<br />
30. The Contrac<strong>to</strong>r will be responsible for the loss or damage if any, <strong>of</strong> departmental material, equipments<br />
supplied <strong>to</strong> him under clause 29 during execution <strong>of</strong> the work due <strong>to</strong> reasons whatsoever and the cost <strong>of</strong> such<br />
materials will be recovered from him at the prevailing s<strong>to</strong>ck issue rates plus s<strong>to</strong>rage charges or market rates<br />
whichever is higher.<br />
31. Contrac<strong>to</strong>r’s T & P and supply <strong>of</strong> Depttl. T & P <strong>to</strong> Contrac<strong>to</strong>r:<br />
The Contrac<strong>to</strong>r should arrange at his own cost necessary <strong>to</strong>ols and plants such as Pumps, Vibra<strong>to</strong>r,<br />
concrete Mixer etc. required for efficient execution <strong>of</strong> the work and rates quoted should be inclusive <strong>of</strong> the<br />
running charges <strong>of</strong> such plants and cost <strong>of</strong> consumables. The deptt. may supply the required <strong>to</strong>ols and plants or<br />
machinery for the interest <strong>of</strong> OMC Ltd if available and considered necessary on hire <strong>to</strong> the Contrac<strong>to</strong>r under the<br />
“ Conditions for issue <strong>of</strong> plant and machinery <strong>to</strong> Contrac<strong>to</strong>rs on hire” mentioned below.<br />
The hire charges <strong>of</strong> machineries as approved by the OMC Ltd will be recovered from the bill <strong>of</strong> the<br />
contrac<strong>to</strong>rs.<br />
32. The Contrac<strong>to</strong>r will have <strong>to</strong> submit <strong>to</strong> the Engineer-in-charge <strong>of</strong> the work monthly return <strong>of</strong> labour both<br />
skilled & un-skilled employed by him on the work.<br />
33. The tenderers are required <strong>to</strong> go through each clause <strong>of</strong> the O.M.C. F-2 carefully which are binding on<br />
the tenderers <strong>to</strong> accept such clauses while executing the agreement after the work is being awarded them in<br />
addition <strong>to</strong> clauses mentioned herein the tender schedule before tendering the work. However all the clauses <strong>of</strong><br />
F-2 agreement form and all the clauses <strong>of</strong> the tender schedule are the foundation <strong>of</strong> the F-2 agreement required <strong>to</strong><br />
be executed soon after the work is awarded <strong>to</strong> the agency after depositing initial security. Besides additional<br />
clauses if required which will be mutually agreed both by OMC entertained in F-2 Agreement.<br />
34. No part <strong>of</strong> the contract shall be sublet without written permission <strong>of</strong> the OMC Ltd or transfer can not be<br />
made by power <strong>of</strong> at<strong>to</strong>rney authorizing others <strong>to</strong> receive payment on the contrac<strong>to</strong>r’s behalf without permission<br />
<strong>of</strong> OMC Ltd.<br />
35. No tender documents will be sold <strong>to</strong> the intending tenderers after the last date stipulated for selling <strong>of</strong><br />
Tender papers.<br />
36. If any further necessary information is required, Dy.G.M.(C) will furnish such but it must be clearly<br />
unders<strong>to</strong>od that tender must be received in order and according <strong>to</strong> the instructions.<br />
37. Cement shall be used by Bags and weight <strong>of</strong> one cubic metre <strong>of</strong> cement being taken as 14.42 quintal.<br />
38. In the invent <strong>of</strong> any delay in the supply <strong>of</strong> Department materials or supply <strong>of</strong> details structural designs for<br />
unavoidable reasons, reasonable extension <strong>of</strong> time will be granted <strong>of</strong> the application <strong>of</strong> the Contrac<strong>to</strong>r. But no<br />
claim for monetary compensation will be entertained under any circumstances.<br />
39. No contrac<strong>to</strong>rs will be permitted <strong>to</strong> furnish their tender in their own manuscript paper.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 6 :<br />
SAMPLE MATERIALS:<br />
40. Every tenderer is expected before quoting his rates <strong>to</strong> inspect the site <strong>of</strong> proposed work. He should also<br />
inspect the quarries and satisfy himself about the quality, availability <strong>of</strong> material medical aids, labour and food<br />
stuffs, etc. and the rates may be inclusive <strong>of</strong> all these items <strong>of</strong> work. In every case the materials must comply<br />
with the relevant specification and sample <strong>of</strong> materials in sealed bag may be submitted for approval <strong>of</strong> the EIC <strong>of</strong><br />
the works.<br />
41. OMC Ltd will not however, after acceptance <strong>of</strong> contract rate, pay any extra charges for lead or for any<br />
other reason in case the contrac<strong>to</strong>r is found later on <strong>to</strong> have mis-judged the materials available.<br />
42. All fittings for Doors and Windows if supplied by the contrac<strong>to</strong>r should be <strong>of</strong> best quality and should be<br />
got approved by the Engineer-in-charge before they are used on the work.<br />
43. EXTRANEOUS CONDITION:<br />
The tenders containing extraneous conditions not covered by the tender call notice liable for rejection.<br />
44. NO RELATIONSHIP CERTIFICATE:<br />
The Contrac<strong>to</strong>r shall have <strong>to</strong> furnish a certificate along with tender <strong>to</strong> the effect that he is not related <strong>to</strong><br />
any <strong>of</strong>ficer <strong>of</strong> OMC Ltd <strong>of</strong> the rank <strong>of</strong> Assistant Manager and above .<br />
CERTIFICATE <strong>OF</strong> NO RELATIONSHIP<br />
( Clause No.44 <strong>of</strong> D.T.C.N.)<br />
I / We hereby certify that I / We am / are not related <strong>to</strong> any Officer <strong>of</strong> OMC Ltd <strong>of</strong> the rank <strong>of</strong><br />
Assistant Manager or above. I am also aware that if the facts subsequently proved <strong>to</strong> be false my / our contract<br />
will be rescinded with forfeiture <strong>of</strong> E.M.D. and <strong>to</strong>tal security deposit and I /We shall be liable <strong>to</strong> make good the<br />
loss or damage resulting from such cancellation.<br />
I / We also note that, non-submission <strong>of</strong> this certificate will render my / our tender liable for rejection.<br />
Signature <strong>of</strong> the Tenderer<br />
Date: …………..<br />
45. VALIDITY:<br />
All tenders received will remain valid for a period <strong>of</strong> one hundred twenty day from the date <strong>of</strong> receipt <strong>of</strong><br />
tenders and validity <strong>of</strong> tender can also be extended if agreed by the contrac<strong>to</strong>r and the OMC Ltd.<br />
46. After completion <strong>of</strong> the work the contrac<strong>to</strong>r shall arrange at his own cost all requisite equipments for<br />
testing building if found necessary and bear the entire cost <strong>of</strong> such test.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
Sl.<br />
No.<br />
: 7 :<br />
47. List <strong>of</strong> works in Hand, T&P & Work Executed:<br />
Tenders are required <strong>to</strong> submit, (i) list <strong>of</strong> works in the hand in the following prescribed pr<strong>of</strong>orma A (ii)<br />
the list <strong>of</strong> T&P in the prescribed pr<strong>of</strong>orma ‘B” along with the tender.<br />
PR<strong>OF</strong>ORMA – ‘A’<br />
CERTIFICATE <strong>OF</strong> LIST <strong>OF</strong> <strong>WORK</strong>S IN HAND (CLAUSE No.47 (I) <strong>OF</strong> D.T.C.N.<br />
I / We do hereby certify that at present the following works are in my / our hand.<br />
Particulars <strong>of</strong><br />
works now in<br />
hand<br />
Amount <strong>of</strong> each<br />
work<br />
Period <strong>of</strong> which the<br />
work is stipulated<br />
<strong>to</strong> be completed (in<br />
month)<br />
Approximate value <strong>of</strong><br />
work done against each<br />
work on the date <strong>of</strong><br />
submission <strong>of</strong> tenders.<br />
1 2 3 4 5 6<br />
Department under<br />
which the work is<br />
being taken up.<br />
I / We also note that, non submission <strong>of</strong> this certificate will render my / our tender liable for rejection.<br />
PR<strong>OF</strong>ORMA – ‘B’<br />
CERTIFICATE <strong>OF</strong> TOOLS AND PLANTS (CLAUSE NO.47 (ii) <strong>OF</strong> D.T.C.N.<br />
I / We hereby certify that the following <strong>to</strong>ols and plants, machineries and vehicles are in my / our<br />
possession in <strong>working</strong> orders.<br />
i)<br />
ii)<br />
iii)<br />
iv)<br />
v)<br />
I / We also note that, non-submission <strong>of</strong> this certificate will render my / our tender liable rejection.<br />
Signature <strong>of</strong> the Tenderer<br />
Date: ………………<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 8 :<br />
ELIGIBILITY CRITERIA <strong>OF</strong> SOUGHT FOR:<br />
1. The contrac<strong>to</strong>rs are required <strong>to</strong> furnish evidence <strong>of</strong> ownership <strong>of</strong> principal machineries / equipments for<br />
only those machineries / equipments asked for in the tender documents.<br />
2. In case the contrac<strong>to</strong>r executing several works he is required <strong>to</strong> furnish a time schedule for movement <strong>of</strong><br />
equipment / machinery from one site <strong>to</strong> work site when work is <strong>to</strong> be executed.<br />
3. The Contrac<strong>to</strong>r shall furnish ownership documents for those machineries which he is planning <strong>to</strong> deploy<br />
for that tendered work if these are not engaged or produce certificate from the Engineer-in-charge under whom<br />
these are deployed at the time <strong>of</strong> tendering as <strong>to</strong> the period by which these machines are likely <strong>to</strong> be released<br />
from the present contract Certificate from the Engineer – in – charge shall not be more than 90 days old on the<br />
last date <strong>of</strong> receipt <strong>of</strong> tender.<br />
4. The Contrac<strong>to</strong>r intending <strong>to</strong> hire / lease equipments / machineries are required <strong>to</strong> furnish pro<strong>of</strong> <strong>of</strong><br />
ownership from the company / person providing equipment / machineries on hire / lease along with contracts /<br />
agreement / lease deed and duration <strong>of</strong> such contract.<br />
5. Contrac<strong>to</strong>rs are not required <strong>to</strong> write their name on the outer cover containing the Bid documents. They<br />
are only required <strong>to</strong> write the name <strong>of</strong> the work and authority who had issued the tenders. The tender submitted<br />
in the wrong box shall not be taken in <strong>to</strong> consideration.<br />
48. Letters etc. found in the tender box, raising or lowering rates or dealings with any point in connection<br />
with the tender will not be considered.<br />
49. All reinforced cement concrete works like lintels, column, beam, chajjha, ro<strong>of</strong> slab and other such works<br />
should be finished smooth and no extra charges for plastering if required shall be paid by the department.<br />
50. Tenders may at their opinion quote reasonable rate for each item <strong>of</strong> work carefully so that the rate for in<br />
one item for should not unworkably low and other <strong>to</strong>o high. The Department reserves the rights <strong>to</strong> with hold the<br />
difference in amount between the low rate items and the corresponding estimated amount from the payment due<br />
against other items till such low rated items are completed satisfac<strong>to</strong>rily in full and as per approved specification.<br />
51. The Contrac<strong>to</strong>r shall employ one or more Engineering Graduates or Diploma Engineers as apprentices at<br />
his own cost for works costing Rs. 2.5 lakhs and above, as per norms <strong>of</strong> Govt. <strong>of</strong> Orissa.<br />
52. Income Tax, Sales Tax or any other Taxes as and when laved / enhanced by Govt. <strong>of</strong> India or Govt. <strong>of</strong><br />
Orissa the same will be recovered from the Contrac<strong>to</strong>r’s R/A Bill / Final Bill.<br />
53. The tenderer shall bear cost <strong>of</strong> various incidental sundries and contingencies necessitated the work falling<br />
within the following or similar category.<br />
a) Rent, royalties and other charges <strong>of</strong> materials, octroi duty, all other taxes including sales tax ferry <strong>to</strong>lls,<br />
conveyance charges and other costs on account <strong>of</strong> land and buildings including temporary buildings required by<br />
the tenderer for collection <strong>of</strong> materials, s<strong>to</strong>rage, housing <strong>of</strong> staff <strong>of</strong> other purpose <strong>of</strong> the work. No rent however<br />
by payable <strong>to</strong> OMC for temporary occupation <strong>of</strong> land owned by OMC at the site <strong>of</strong> the works.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 9 :<br />
b) Labour camps and huts necessary <strong>to</strong> a suitable scale including conservancy and sanitary arrangements<br />
there on <strong>to</strong> the satisfaction <strong>of</strong> the local health authorities.<br />
c) Sutable water supply including pipe water supply wherever available for the staff and labour as for the<br />
works.<br />
d) Fees and dues hired by Municipal, Canal and water supply authorities.<br />
e) Suitable equipments and wearing apparatus for the labourers engaged in risky operation.<br />
f) Suitable fencing barriers, signals including paraffin and electrical signal where necessary at works and<br />
approaches in order <strong>to</strong> protect the public and employees from accidents.<br />
g) Compensation including cost <strong>of</strong> any suit for injury <strong>to</strong> persons or property due <strong>to</strong> neglect <strong>of</strong> any major<br />
precautions also sums which may become payable due <strong>to</strong> operations <strong>of</strong> workman’s compensation Act.<br />
h) The Contrac<strong>to</strong>r has <strong>to</strong> arrange adequate lighting arrangement for night work wherever necessary at his<br />
own cost.<br />
i) The Contrac<strong>to</strong>r has <strong>to</strong> arrange all the building materials including the equipment required for under<br />
reamed pile foundation for starting the work.<br />
54. Interest:<br />
Under no circumstances interest is chargeable for the dues or additional dues if any payable for the work.<br />
55. Price Escalation : No escalation in rates will be allowed during the tenure <strong>of</strong> contract.<br />
56. Special Class Contrac<strong>to</strong>r shall employ under him one graduate Engineer and two Diploma Holders<br />
belonging <strong>to</strong> the State <strong>of</strong> Orissa, like-wise ‘A’ Class Contrac<strong>to</strong>r shall employ under him one Graduate Engineer<br />
or two Diploma Holders belonging <strong>to</strong> State <strong>of</strong> Orissa. The employment <strong>of</strong> such Graduate Engineers and Diploma<br />
Holders under the Contrac<strong>to</strong>r shall be full-time and continuous and they shall not be superannuated, retired,<br />
dismissed or removed personnel from any State Govt. or Central Govt. service / public sec<strong>to</strong>r undertakings /<br />
Private companies and firms or be ineligible for appointment <strong>to</strong> Govt. Service. The Contrac<strong>to</strong>r hsall pay them<br />
monthly emoluments which shall not be less than the emoluments <strong>of</strong> the personnel <strong>of</strong> equivalent qualification<br />
employed under the State Government <strong>of</strong> Orissa. The Chief Engineer, Roads, Orissa may, however, assist the<br />
contrac<strong>to</strong>r with names <strong>of</strong> such un-employed Graduate Engineers and Diploma Holders if such help is sought for<br />
by the contrac<strong>to</strong>r.<br />
The name <strong>of</strong> such Engineering personnel appointed by the Contrac<strong>to</strong>r should be intimated <strong>to</strong> the tender<br />
receiving authority along with each tender, as <strong>to</strong> who would be supervising the work.<br />
57. Additional performance security shall be deposited by the successful bidder when the bid amount is<br />
seriously unbalanced i.e. less than the estimated cost by more than 10%. In such an event the successful bidder<br />
will deposit the additional performance security <strong>to</strong> the extent <strong>of</strong> the differential cost <strong>of</strong> the bid amount and 90%<br />
<strong>of</strong> the estimated cost in shape D.D. drawn on any nationalized bank in favour <strong>of</strong> OMC payable at Bhubaneswar<br />
at the time <strong>of</strong> executing the agreement<br />
Signature<strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 10 :<br />
58. The tenderer has <strong>to</strong> furnish an affidavit about the authentication <strong>of</strong> tender documents while submitting the<br />
tender papers.<br />
59. Measurement <strong>of</strong> earth work in road embankment will be done by Section measurement after earth is<br />
consolidated at optimum moisture content condition. No extra payment will be made for the jungle clearance for<br />
taking earth from the borrow areas. Earth work from cutting will economically be utilised in filling.<br />
60. The stacks <strong>of</strong> road metal and gravel will be measured in boxes <strong>of</strong> (1.5 M x 1.5 M X 0.5M) which will be<br />
taken as (1.5 M X 1.5 M X 0.44m = 1 Cum.). The soling s<strong>to</strong>nes will be measured in suitable stacks with<br />
deduction for voids 1/6 <strong>of</strong> volume or more depending upon the looseness <strong>of</strong> which should be determined on<br />
actual observation and deducted.<br />
61. <strong>Construction</strong> <strong>of</strong> c<strong>of</strong>fer dams or islands or the works <strong>of</strong> open excavation or dressing or labour for laying<br />
well curbs shall be included in the rate <strong>of</strong> well sinking / foundation <strong>of</strong> piers or abutments.<br />
62. It should be clearly unders<strong>to</strong>od that:<br />
a) The joints <strong>of</strong> the bars are <strong>to</strong> be provided with lapping, welding or bolts and nuts as will be directed by the<br />
Engineer-in-charge.<br />
b) Concrete test specimens 150 mm X 150 mm X 150 mm. in size (whether plain or reinforced concrete) for<br />
the testing shall be taken for each structural member by a representative <strong>of</strong> the contrac<strong>to</strong>r in the presence <strong>of</strong> a<br />
responsible <strong>of</strong>ficer <strong>of</strong> the rank not lower than that <strong>of</strong> an Asst. Manager. The Contrac<strong>to</strong>r shall bear the cost so<br />
involved in testing. The test specimen in cube tests should be carried out in any designated labora<strong>to</strong>ry decided<br />
by OMC.<br />
63. Concrete <strong>of</strong> strength below 85% <strong>of</strong> the required strength as determined by actual test shall not be<br />
accepted.<br />
64. Carriage <strong>of</strong> water:<br />
No claim for carriage <strong>of</strong> water whatsoever will be entertained. The rates quoted should be inclusive <strong>of</strong><br />
water required for construction and others.<br />
65. Gradation <strong>of</strong> Ingredients:<br />
The coarse aggregate, shall as far as possible meet the following grade requirements as per I.R.C. Code.<br />
Grading No. Size Range. Seive Designation Percent by weight passing the seive<br />
Grade- 1 90 mm <strong>to</strong> 45 mm 125 mm 100<br />
90 mm 90-100<br />
63 mm 25-60<br />
45 mm 0-15<br />
22.4 mm 0-5<br />
Grade- II 63 mm <strong>to</strong> 45 mm 90 mm 100<br />
63 mm 90-100<br />
53 mm 25-75<br />
45 mm 0-15<br />
22.4 mm 0-5<br />
Grade-III 53 mm <strong>to</strong> 22.4 mm 63 mm 100<br />
53 mm 95-100<br />
45 mm 65-90<br />
22.4 mm 0-10<br />
11.2 mm 0-5<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 11 :<br />
66. The tenderers whose tender is selected for acceptance shall within a period <strong>of</strong> FIFTEEN DAYS upon<br />
written information being given <strong>to</strong> him for acceptance <strong>of</strong> his tender make an initial security deposit <strong>of</strong> 1%(one<br />
percent) over and above the earnest money <strong>of</strong> 1% (one per cent) as shown in the clause (3) above, so that Earnest<br />
Money and the initial security deposit will not less than 2% <strong>of</strong> the tendered amount and sign the agreement Form<br />
No. F-2 (Schedule XIV No. 61) for the fulfillment <strong>of</strong> the contract in the <strong>of</strong>fice <strong>of</strong> the Dy. General Manager<br />
(Civil.), OMC Ltd., Bhubaneswar. The Security Deposit <strong>to</strong>gether with the Earnest Money and the amount with<br />
held accordingly <strong>to</strong> the provisions <strong>of</strong> F-2 agreement shall be returned as Security Deposit for the due fulfillment<br />
<strong>of</strong> the contract. Failure <strong>to</strong> enter in<strong>to</strong> the required agreement and <strong>to</strong> make the security deposit, as above shall have<br />
entail the forfeiture <strong>of</strong> the earnest money.<br />
67. After the work is awarded and before execution <strong>of</strong> the Agreement, the agency has <strong>to</strong> submit the work<br />
programme month wise keeping it in view <strong>to</strong> complete the work in all respect during the scheduled time,<br />
provided in the tender schedule. Soon after OMC Management account such work programme, the Agency will<br />
be allowed <strong>to</strong> execute the agreement provided he has deposited the initial security in time as mentioned above.<br />
The said work programme will be a part <strong>of</strong> the agreement. In case the agency rail <strong>to</strong> achieve the target as per the<br />
work programme, 10% <strong>of</strong> the Running Account Bill Value will be with held over and above the normal security<br />
deduction as mentioned in the other clauses. Such with held amount will be released when the agency will able <strong>to</strong><br />
achieve the target in time as per the work programme, OMC management may forfeit, such with-held amount in<br />
case the Agency failed <strong>to</strong> complete the work in scheduled time, besides, action will be taken against the Agency<br />
as per the other clauses <strong>of</strong> the tender schedule/agreement.<br />
68. The tenderer/contrac<strong>to</strong>r is defined as the employer for the labourers engaged by him so far this work is<br />
concerned .The contrac<strong>to</strong>r shall be solely responsible for deduction and employer’s contribution regarding the<br />
Provident Fund under the Employees Provident Fund Scheme,1952 . Employees Provident Fund Act, l992 and<br />
any rules and regulations made there under as amended from time <strong>to</strong> time. He shall be solely responsible for the<br />
maintenance <strong>of</strong> the records in respect <strong>of</strong> payment <strong>of</strong> contribution and submission <strong>of</strong> returns in accordances with<br />
the provisions <strong>of</strong> the said scheme. The documents are <strong>to</strong> be submitted <strong>to</strong> EIC for verification <strong>of</strong> same by<br />
Manager(L.W.) for the work. In case the work tenure is more than nine months, the additional clearance from<br />
respecting P.F. Office is required. Unless such EPF clearance receive by the Agency from the concerned<br />
Authority for the work executed and submitted <strong>to</strong> the Manager (Civil), no payment against, R/A Bills and final<br />
bill will be released.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 12 :<br />
69. The contrac<strong>to</strong>r is <strong>to</strong> pay minimum wages and variable D.A. (as applicable from time <strong>to</strong> time as per<br />
minimum wages act, Govt. <strong>of</strong> India) <strong>to</strong> all workers engaged by the contrac<strong>to</strong>r in this work and produce the<br />
records before the statu<strong>to</strong>ry authority as well as OMC as and when required. In case the contrac<strong>to</strong>r fails <strong>to</strong> do so<br />
then such amount shall be recovered from the contrac<strong>to</strong>r from his/their pending dues or other wise.<br />
70. If the Contrac<strong>to</strong>r do not start the work within one month <strong>of</strong> issue <strong>of</strong> Work Order / starting date <strong>of</strong> the<br />
work, the work is liable for cancellation what so ever the reasons may be.<br />
71. The Pre-Qualification Bid shall consist <strong>of</strong> Tender Terms & Conditions (DTCN) & EMD in addition <strong>to</strong><br />
contract licence, EPF registration, VAT clearance, PAN.<br />
72. All the participating contrac<strong>to</strong>r should submit the detail <strong>of</strong> the on going works taken up by them as per the<br />
pr<strong>of</strong>orma in the DTCN, which shall be examined by the Technical Committee <strong>to</strong> qualify the contrac<strong>to</strong>r for<br />
opening <strong>of</strong> Price Bid if so required.<br />
73. If the participating contrac<strong>to</strong>r has got any work in hand in the same mines locality, then his performance<br />
shall be reviewed by the Technical Committee <strong>to</strong> qualify him for opening the Price Bid , if so required.<br />
74. Security deposit <strong>to</strong> be deducted from bills @ 5% <strong>of</strong> the Bill Value which shall be released after six<br />
month <strong>of</strong> successful completion <strong>of</strong> the work.<br />
75. The bidders are <strong>to</strong> quote a single price for each item. If any multiple prices are quoted, the tender shall be<br />
rejected.<br />
76. If the bidder leave one item blank without quoting any rate, the tender as a whole shall be rejected.<br />
77. The rate quoted should be inclusive <strong>of</strong> all taxes, royalties, discount if any and other statu<strong>to</strong>ry<br />
requirements. No payment shall be made over and above the quoted rates. Further no discount shall be<br />
entertained over and above the quoted rate.<br />
78. ESCALATION CLAUSE:<br />
a) No escalation for work value less than Rs.50 lakhs and the work tenure less than six months shall be<br />
considered.<br />
b) If the single work value is more than Rs. 50 lakhs and duration <strong>of</strong> contract is more than six months and<br />
below one year we may consider for escalation <strong>of</strong> cost <strong>of</strong> the materials like cement, steel and bitumen. This<br />
escalation shall be allowed for the work which is completed within the scheduled time period.<br />
c) The base <strong>of</strong> calculation <strong>of</strong> the escalation shall be the differential cost <strong>of</strong> cement, steel and bitumen taken<br />
during estimate and cost <strong>of</strong> same after six months <strong>of</strong> schedule date <strong>of</strong> commencement <strong>of</strong> the work deducting the<br />
hike percentage amount <strong>of</strong> tender for those materials. The cost <strong>of</strong> Cement, Steel & bitumen shall be taken up as<br />
detailed below.<br />
Signature <strong>of</strong> Tenderer<br />
DY.G.M.(CIVIL)
: 13 :<br />
Steel: Rate as fixed by Steel Authority <strong>of</strong> India Ltd. (SAIL).<br />
Cement : Average fac<strong>to</strong>ry price <strong>of</strong> three cement manufacturers inside the state.<br />
Bitumen : Rate as fixed by Indian Oil Corporation at their respective depot.<br />
c) The agencies have <strong>to</strong> submit the bills <strong>of</strong> purchase <strong>of</strong> materials from authorized dealer within 28 days and<br />
before utilizing the materials at work site <strong>to</strong> Engineer-in-charge <strong>of</strong> the work for record. In case the materials cost<br />
have decreased, then the differential cost shall be deducted even if the agency do not submit the bills.<br />
d) The differential cost shall be paid / deducted on submission <strong>of</strong> the bills <strong>to</strong>wards procurement <strong>of</strong> materials<br />
from authorized dealer only after successful completion <strong>of</strong> the work within the contractual time period.<br />
e) The respective Engineer – in – charge <strong>of</strong> the work shall moni<strong>to</strong>r the increase / decrease <strong>of</strong> material cost<br />
and shall recommend <strong>to</strong> H.O. for additional payment / deduction from the bills. Incase <strong>of</strong> the additional payment<br />
the same amount shall be incorporated in the P.O. which shall require further release <strong>of</strong> P.O.<br />
f) In regard <strong>to</strong> the payment <strong>of</strong> escalated cost <strong>of</strong> materials, the decision <strong>of</strong> OMC Management shall be final &<br />
binding over the agency. No claim in that respect shall be made further.<br />
(TOTAL SEVENTY EIGHT CLAUSES )<br />
Signature <strong>of</strong> Tenderer<br />
( full name <strong>of</strong> the Tenderer)<br />
& with full Address<br />
and Telephone/ Mob. No.<br />
Asst. Manager (Civil) Manager (Civil) Sr. Mgr. (Civil) Dy.G.M.(Civil)<br />
Tender in _______ pages.<br />
EMD deposited : Rs.________________ YES / NO<br />
Sold <strong>to</strong> / Down loaded by M/s. Sri ____________________________<br />
On payment <strong>of</strong> Rs.________ vide OMC receipt / D.D. No._____________Dtd.________<br />
ISSUING <strong>OF</strong>FICER
ISO : 9001:2000 Certified.<br />
CABLE: ORMINCORP’ Bhubaneswar, Phone (0674)- 2392862<br />
FAX-(0674)-2396889/2391629.<br />
The Orissa Mining Corporation Ltd<br />
(A Government <strong>of</strong> Orissa Undertaking)<br />
Bhubaneswar-751001<br />
FINANCIAL BID (Part-II)<br />
Check List<br />
1- Signed Schedule <strong>of</strong> Quantities<br />
Signature <strong>of</strong> Tenderer
SCHEDULE <strong>OF</strong> QUANTITIES<br />
<strong>NAME</strong> <strong>OF</strong> <strong>THE</strong> <strong>WORK</strong> : <strong>Construction</strong> <strong>of</strong> <strong>Guard</strong> <strong>wall</strong> <strong>to</strong> <strong>working</strong> <strong>dump</strong> at South<br />
Kaliapani in the district <strong>of</strong> Jajpur.<br />
Sl<br />
No<br />
1. Earth work in ordinary soil within 50m, initial lead and 1.5m,<br />
initial lift including rough dressing and breaking clods <strong>to</strong><br />
maximum 5cm <strong>to</strong> 7cm and laying in layers not exceeding 0.3m<br />
in depth and as per direction <strong>of</strong> the Engineer-I/c.<br />
RATE IN FIGURES :<br />
Item <strong>of</strong> work Quantity Unit<br />
700.00 One<br />
Cum<br />
RATE IN WORDS :<br />
2. Supplying all materials, labour, T&P and providing crated<br />
boulder dry masonry with crate boulder size<br />
1.5m.X1.0m.X1.0m. with H.G boulder in dry packing and<br />
weaving crates by G.I wire <strong>of</strong> IS-2801 and galvanized coating<br />
confirming <strong>to</strong> IS-4826 having 15cm. square opening and<br />
wrapping the wire net at the <strong>to</strong>p including hoisting and placing<br />
the crates in position including cost conveyance, royalty, and<br />
taxes <strong>of</strong> GI wire crate and other materials and cost <strong>of</strong> labour<br />
T&P etc. required for complete as directed by the EIC. in all<br />
layers.<br />
RATE IN FIGURES :<br />
5000.00 One<br />
Cum<br />
RATE IN WORDS :<br />
(TOTAL TWO ITEMS ONLY)………… No. <strong>of</strong> correction in rates for item No. ………<br />
………… No. <strong>of</strong> overwriting in rates for item No. ………<br />
Asst. Manager (Civil) Manager (Civil) Sr. Manager (Civil) DGM(Civil)<br />
Signature <strong>of</strong> Tenderer with Full address,<br />
Phone No. / Mobile No.<br />
Tender in _______ pages.<br />
EMD deposited : Rs.________________ YES / NO<br />
Sold <strong>to</strong> / Down loaded by M/s. Sri ____________________________<br />
On payment <strong>of</strong> Rs.______ vide OMC receipt / D.D. No._____________Dtd.________<br />
ISSUING <strong>OF</strong>FICER