CONTRACT AGREEMENT

CA NO CDR 15TF______OF 2013-14

FOR

SUPPLY AND STACKING OF SAND AND FIREWOOD BETWEEN KM 135.420 TO KM 139.830 ON ROAD ZUNHEBOTO-MOKOKCHUNG FOR EXECUTION OF PREMATURE RE-SURFACING WORK (2013-14) UNDER 100 RCC/ 15 BRTF ROAD SECTOR PROJECT SEWAK IN THE STATE OF NAGALAND

[Job No. PREMATURE RESURF/Z-M ROAD/2013-14]

PART-I (UN-PRICED BID)
CA No.CDR 15TF-……….of 2013-14 Serial Page No. 01
IFAW-1815 (R)
HEADQUARTERS

15 BORDER ROADS TASK FORCE

Contract agreement number : CA CDR 15TF- /2013-14

Name of Work / : / SUPPLY AND STACKING OF SAND AND FIREWOOD BETWEEN KM 135.420 TO KM 139.830 ON ROAD ZUNHEBOTO-MOKOKCHUNG FOR EXECUTION OF PREMATURE RE-SURFACING WORK (2013-14) UNDER 100 RCC/ 15 BRTF ROAD SECTOR PROJECT SEWAK IN THE STATE OF NAGALAND”.
Location work / : / Between Km 135.420 TO KM 139.830 on road Zunheboto-Mokokchung road for Premature Resurf works (2013-14) under 100 RCC/ 15 BRTF Project Sewak in the state of Nagaland

Name and address of contractor :

Contract agreement amount :

Date of acceptance :

Schedule date of completion : 03 months from the date of placing work order

(Signature of contractor) For Accepting Officer


CA No.CDR 15TF-……….of 2013-14 Serial Page No. 02

COMPOSITION OF CONTRACT

Name of Work: “SUPPLY AND STACKING OF SAND AND FIREWOOD BETWEEN KM 135.420 TO KM 139.830 ON ROAD ZUNHEBOTO-MOKOKCHUNG FOR EXECUTION OF PREMATURE RE-SURFACING WORK (2013-14) UNDER 100 RCC/ 15 BRTF ROAD SECTOR PROJECT SEWAK IN THE STATE OF NAGALAND”.

CONTENTS

Sl No. Particulars Srl Page No.

1. Cover page 1

2. Composition of contract 2

3. Forwarding letter & Eligibility criteria 3 - 13

4. Notice of Inviting Tender IAFW- 2162 14-15

5. IAFW – 1815 Z (R) 16

6. Schedule ‘A’ 17

7. Schedule ‘B’, ‘C’ and ‘D’ 18

8. Tender and Acceptance 19 -20

9. General Conditions of contract for 21 - 41

Supply of materials IAFW-1815 (z)

10. Special Conditions 42 - 47

11. Particular specifications 48 - 50

12.  Amendments 51-51

13.  Relevant correspondence

14.  Acceptance Letter

------

(Signature of contractor) For Accepting Officer

Dated : ______


CA No.CDR 15TF-……….of 2013-14 Serial Page No. 03

REGISERED/AD

Headquarters

15 Border Roads Task Force

C/O 99 APO

No. 8158/NIT/2013-14/ 49 /E8 11 Nov 2013

M/s/ Shri______

______

______

SUPPLY AND STACKING OF SAND AND FIREWOOD BETWEEN KM 135.420 TO KM 139.830 ON ROAD ZUNHEBOTO-MOKOKCHUNG FOR EXECUTION OF PREMATURE RE-SURFACING WORK (2013-14) UNDER 100 RCC/ 15 BRTF ROAD SECTOR PROJECT SEWAK IN THE STATE OF NAGALAND

Dear Sir (s),

1. A set of tender documents for the above work is forwarded herewith. Please note that tender will be received by the Commander 15 BRTF (GREF), C/O 99 APO up to 1200 Hrs on 28 Nov 2013. Tender received after the due date and time will not be considered.

2. Tenderers of 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 Commander 15 Border Roads Task Force, Pin 930 015, C/O 99 APO at the above mentioned time .

3. Tender documents are prepared in two parts containing the following documents:-

(a) Part-I Unpriced Bid (Srl Page 1 to 16 & Srl page 19 to 50)

(i) Notice Inviting Tender.

(ii) Tender forwarding letters including instruction to tenderers

(iii) Eligibility criteria/ Prequalification documents.

(iv) Tender Page.

(aa) General Conditions of Contract.

(ab) Special Conditions of Contract.

(ac) Particular specification.

(b) Part-II Priced Bid (Srl page 17 to 18)

(i) Schedule ‘A’ ( Pages 17 to 17)

(ii) Schedule ‘B’, ‘C’ and ‘D’. ( Pages 18 to 18)

4. Tender documents shall be submitted in two parts and each part will be in a separate sealed envelope (supplied by the tenderers) marked Part-I Un-Priced Bid and marked Part-II Priced Bid. Both the envelope containing Part I (Un Priced bid) and Part-II (Priced Bid) duly sealed shall be put in one large size envelope (cloth lined outer cover to supplied by the tenderers). This outer cover shall indicate name of work, name of bidder, last date and time of receipt of tender prominently.

Signature of Contractor For Accepting Officer


CA No.CDR 15TF-……….of 2013-14 Serial Page No. 04

5. The tender documents ( in full ) either duly downloaded from BRO website or issued by BRO along with various documents required to be submitted should be dropped in Tender Box kept at Commander 15 BRTF, Pin-930 015, C/O 99 APO before the date and time fixed for receipt of tender. The tender received after due date and time shall not be considered and shall be returned to the tenderer unopened. BRO shall not be responsible for any postal or other delay and shall not take care to ensure the submission of tender at place and time fixed for receipt of tender.

6. Eligibility/Pre-qualification Criteria. The tenderers who are not enlisted with BRO are required to forward documents alongwith the tender (Part-I, Un-Priced bid ) for evaluation as mentioned at Serial page No. 7 to 8 of Tender documents

7. Tender documents downloaded from website not accompanied with requisite value of Demand Draft/Bankers Cheque toward cost of tender as per Para 17 of NIT Shall be treated as non-bonafide.

8. Part-I Un-Priced Bid shall be opened immediately after the time indicated in Para 1 herein before in the presence of tenderes or their authorized representative. Price bid of tenderers shall be put in one envelope and sealed by the opening officer. Part-I (Un Priced bid) will be opened and evaluated as per BRO eligibility criteria/Pre-Qualification criteria given in the tender documents. Qualified bidders will be informed in advance for date of opening of Part-II (Priced Bid) Priced bid in respect of technically disqualified tender will be returned unopened. Please note that:

(a) The tender shall be based on details and data's given in tender documents, Special conditions of contracts, General Conditions of contracts, general information and schedule 'A' to be priced by tenderers.

(b) The Commander 15 BRTF C/O 99 APO will be Accepting Officer here-in after referred to as such for the purpose of this contract.

(c) The tender (Part-I, Un-priced Bid) shall be accompanied with Earnest Money amounting to for 5,000/- (Rupees five thousand only) in the form of Deposit at Call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Commander, 15 BRTF, Pin-930 015, C/O 99 APO, by a scheduled Bank Payable at Kohima. Tenders not accompanied with earnest money will not be considered for acceptance. The amount of this receipt should be basic amount and not their maturity value. Any deposit lying with department in any form against any tender and/or contract shall not be considered for adjustment as the earnest money against this tender. Any tender not accompanied with earnest money in the form as indicated here-in- before or accompanied with any letter/communication containing any request for adjustment of any other deposit as earnest money shall be treated as non bonafide tender. If an unregistered/Un-enlisted firm revokes his offer (tender) after opening of bids within the validity period of his offer, the earnest money deposited by the firms along with his tender will be forfeited. The Commander 15 BRTF, C/O 99 APO will return the Earnest Money wherever applicable to all unsuccessful tenderers by endorsing an authority on the deposit receipt its refund.

(d) The security deposit amount for this work shall be 25 % more that the amount of Earnest Money based on the value of contract (i.e 1.25 times of the Earnest Money) subject to the provision that in no case the individual security deposit shall exceed 18,75,000.00 (Rupees eighteen lakh seventy five thousand only)

(e) The tenderer shall be deemed to have full knowledge of all relevant drawings documents, samples, site & etc., whether he had inspected them or not.

Signature of Contractor For Accepting Officer

CA No.CDR 15TF-……….of 2013-14 Serial Page No. 05

(f) Tenderers are requested to quote their Schedule ‘A’ rates (both in figures and words) on serial page No 17 of the tender documents. The estimated cost shown in Schedule ‘A’ has been worked out as per Schedule ‘A’ rates of payment given in column 6 (six) and is a rough guide only.

(g) Any tender which stipulates any alterations to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected.

(h) Tenderers are requested to submit their tender strictly complying with the various provisions given in the tender documents.

(j) Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a price/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 those, whose tenders may be rejected on account of the said Policy.

(k) 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 & levies prevailing etc which may affect the quotation and execution of the work.

(l) Tenderer must be very careful to deliver a bonafide tender; failing which the tender will be out rightly rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy each and every condition laid down in the notice.

(m) The Tender should be in possession of minimum vehicles/equipments fixed as Pre-qualification criteria at condition of 22 of Special condition of Contract. Necessary proof of holding of equipments shall be submitted with the Technical bid (Un-Priced bid)

9. Tenderer must ensure that the tender is unambiguous and is completed in all respects. Your particular attention is drawn to the following requirements, which must be complied with:

(a) Tender documents are to be signed, dated and witnessed at all the pages provided for the purpose. Each page and all corrections are to be initialed.

(b) All corrections should be signed or initialed. Use of correcting fluid is not allowed.

(c ) Cloth lined envelope shall be used for returning the tender documents.

(d) In case you are submitting a BLANK TENDER word “BLANK” must be

prominently endorsed on the envelope, the forwarding letter and general summary duly signed by the tenderer. The tender documents complete including drawing (s) are required to be returned to this office.

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

(i) In case of individual, a suitable affidavit should be submitted.

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

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

10. Attention of Tenderer is drawn to the Indian Official Secret Act – 1923 (XIX of 1923) as amended up to date particularly Section 5 thereof.

11. In view of postal and other delays, it is suggested that your tender be posted sufficiently in advance of the last date fixed for receipt of tenders or sent through a special messenger, if necessary. Tender received late will not be considered. Telegraphic communications received in connection with this tender will also be not considered.

Signature of Contractor For Accepting Officer

CA No.CDR 15TF-……….of 2013-14 Serial Page No. 06

12. The tender shall remain open for acceptance for a period of Sixty days (60 Days) from the date of opening of the tender (excluding the date of opening)

13. This tender shall be signed and returned along with the tender documents and shall form part of the tender documents.

IMPORTANT

14. Tenderers are required to quote for complete scope of work as per Schedule “A‟, particular specification, special conditions and other provisions of the tender documents, failing which the tender will be considered as “non bonafide” and shall be liable for rejection. Tenderers rate shall be inclusive of all statute levies duties, surcharges, taxes, octroi, service tax etc and including VAT/State sale tax, tax on works contract payable under the respective statutes pursuant to the Constitution 46th Amendment Act 1982. Any other conditions stipulated by the tenderer regarding Sale Tax on works contract will not be considered and such tender will be liable for rejection.

15. The tenderers are advised to visit the work site to acquaint themselves of working and site condition, before submitting their tender.

16. 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.