SECTION C (TENDER DOCUMENT)

PART I

(TENDER DOCUMENT LESS “BOQ”)

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 01 TENDER No.: CE (P) UDAYAK-20 of 2014-15

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 01 TENDER No.: CE (P) UDAYAK-20 of 2015-16 BORDER ROADS ORGANISATION Ministry of Road Transport and Highways, Govt of HEADQUARTERS CHIEF ENGINEER PROJECT UDAYAK NIT No: 80901/02/E8

Name of “SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF work 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI-KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN STATE”

COMPOSITION OF TENDER DOCUMENT

PART I TENDER DOCUMENT LESS BOQ From To

01. Content Sheet 01 01

02. Tender forwarding letter. 02 07

03. Certificate 08 08

04. Notice Inviting Tender 09 12

General Conditions of Contract for supply of stores and 13 31 05. materials based on IAFW-1815 (Z) (Revised 1953) including errata and amendments *

06. Special Conditions 32 38

07. Particular/ Technical Specifications including list of drawing 39 42

08. Schedule B, C & D. 43 44

PART II PRICED BID (BOQ)

09. Schedule ‘A’ notes 45 46

10. Schedule A 47 47

11 Tender page 48 48

12. Acceptance 49 49

PART III OTHER DOCUMENT FORMING PART OF CONTRACT AGREEMENT

13. NEFT/RTGS Mandate Form 50 50

14. Amendment / Errata to tender document

15. Relevant correspondence

16. Drawings

*Not attached. These documents can be seen in the office of HQ DGBR/HQ Project/Cdr Task Force/OC during working hours.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______CA No : CE (P) Udayak/ /2015-16 Serial Page No : 02 TENDER No.: CE (P) UDAYAK-20 of 2015-16 REGISTERED/AD Tele : 03759-240607 Headquarters Fax : 03759-240218 Chief Engineer e-mail : [email protected] Project Udayak [email protected] PIN – 931 715 C/O 99 APO

80901/ /E8 Jul 2015

M/s/ Shri------NAME OF WORK “SUPPLY OF PC STRANDS 7 PLY 12.7 mm DIA AS PER IS 6006-1983 FOR END SPAN AND INTERMIDIATE SPAN FOR MAJOR PMT DIFFO BRIDGE TO BE DELIVERED AT 1446 (YON CAMP) UNDER 48 BRTF UNDER PROJECT UDAYAK IN ARUNACHAL PRADESH STATE” (RETENDER)

Dear Sir(s),

1. General information to bidder, Technical bid and a set of tender documents for the above work is uploaded on BRO website www.bro.gov.in (for reference only) and Central Public Procurement Portal (CPPP) https://eprocure.gov.in/eprocure/app. Please note that the tender shall be received on line only by the Chief Engineer (P) Udayak, PIN- 931715, C/O 99 APO up to 13:30 AM on 28 Jul 2015. ‘T’- bids shall be opened online as per date/time as mentioned in the tender critical date sheet. After online opening of ‘T’- Bid, the result of qualification of bidders and date and time of opening of ‘Q’ bid shall be intimated later.

2. Bidder who have uploaded their bids or their duly authorised representative who wish to be present at the time of opening of tenders may visit the office of Chief Engineer (P) Udayak, PIN- 931715, C/O 99 APO at the above mentioned time. However they can view online tender opening process at their premises.

3. The Chief Engineer (P) Udayak, PIN- 931715, C/O 99 APO shall be Accepting Officer hereinafter referred to as such for the purpose of this contract.

4. Tendering procedure shall be single stage-two bids system as per under mentioned details.

4.1 STAGE I: TECHNICAL BID (‘T’ BID):- The technical bid shall comprise of following:-

(i) Eligibility/ qualification documents. (ii) Earnest money by unlisted contractors and enlisted contractors who have not submitted standing security deposit. (iii) Tender fee details. (iv) The undertaking on company letterhead for acceptance of tender conditions, etc.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 03 TENDER No.: CE (P) UDAYAK-20 of 2015-16

4.2 STAGE II: PRICE/COMMERCIAL BID (‘Q’ BID):- The composition of ‘Q’ bid is given at details of tender documents.

5. TENDER DOCUMENTS: 5.1 Tender documents are prepared in Three parts as under:- 5.1.1 Part-I: Tender document less BOQ: - Part-I (Tender document less BOQ) shall comprise of the following:

(i) Content Sheet (ii) Tender forwarding letter. (iii) Certificate (iv) Notice inviting tender (v) General Conditions of Contract for supply of stores and materials based on IAFW-1815 (Z) (Revised 1953) including errata and amendments (vi) Special Conditions (vii) Particular/ Technical Specifications including list of drawing (viii) Schedule “B”, “C” and “D”.

5.1.2 Part-II: Priced Bid (BOQ):- Priced Bid (BOQ) shall comprise of the following:- (i) Schedule “A” notes (ii) Schedule “A” (to be quoted by bidder) (iii) Tender page (iv) Acceptance Bidders are requested to quote rates in figures only against each item of Schedule "A"(Q bid). The cost shall be expressed in Indian Rupees. All payments shall be subjected to deduction of Income tax at source in accordance with the Income tax act as applicable.

5.1.3 Part-III: Other documents forming part of contract agreements such as NEFT/RTGS Mandate Form, Royalty certificate from Primary Licence holder, Amendment / Errata, etc issued to tender documents and drawings.

6. EVALUATION:- 6.1 ‘T’ Bid Evaluation (Stage –I):-

6.1.1 Technical Bid shall be opened immediately after time indicated in Para 1, Serial Page No 2, hereinbefore in the presence of the bidders or their authorized representative who wish to be present. Price Bid BOQ shall not be opened. Technical Bid shall be evaluated as per technical evaluation criteria given in “T” bid. Qualified bidders shall accordingly be informed along with date and time of opening of price bid, however date of opening of price bid shall not be earlier than 07 days from date of opening of T bid. Unqualified bidders shall also be informed through e-mail.

6.1.2 Whether cost of tender document submitted or otherwise. If cost of tender document is not submitted then the tender shall be considered as non- bonafied.

6.1.3 Whether EMD as required has been submitted or otherwise. The tender shall be considered non-bonafied where EMD, if applicable, has not been enclosed in the form sought for.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 04 TENDER No.: CE (P) UDAYAK-20 of 2015-16

6.1.4 The bidder shall meet all technical evaluation criteria indicated in the T-bid documents to consider the bid as technically responsive and to have commercial bid opened.

6.2 “Q” Bid Evaluation (Stage –II):-

6.2.1 Q’ Bid shall be opened on the appointed date/time in the presence of such bidders who shall chose to be present and the amount quoted by the bidders shall be read out by the opening officer(s) to the bidder. However they can view online tender opening process at their premises. Unqualified tenders shall also be informed through e-mail.

6.2.2 Arithmetical corrections shall be made as per General condition of contracts 4(A) of IAFW 1815 (Z).

6.2.3 Commercial bids shall be reviewed to ensure that the figures indicated therein are consistent with the details of the corresponding Technical bids.

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

6.2.5 Cost of all items of Schedule “A” shall be totaled and the bidder who has quoted lowest total cost in Schedule “A” (L-1) shall be considered as 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, re-tendering shall be resorted in a fair and transparent manner.

7. If bidder desires that any condition or stipulation given in the tender documents is to be modified or deleted, then he may submit his comments/suggestion well before last date of submission of tender for consideration by the Deptt for issue of corrigendum/amendments to tender documents. If Deptt considers comments/suggestion as suitable, corrigendum/ amendments to tender documents shall be issued and uploaded on web sites. If Deptt does not consider comments/suggestion suitable, corrigendum/amendments to tender documents shall not be issued/uploaded on web sites. Bidders shall quote strictly complying with the various provisions given in the tender documents.

8. Any tender which stipulates any alterations to any 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. Conditional bids shall be treated as non responsive and shall not be considered for evaluation.

09. The bidders are advised to visit the work site to acquaint themselves of working and site conditions, before submitting their tender. The submission of tender implies that bidder 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. The bidder must be very careful to upload all information in ‘T’ bid and ‘Q’ bid along with supporting documents, failing which the tender is liable to be rejected. Bidders are, therefore, advised to ensure that their tender must satisfy each and every condition laid down in the tender document. The bidder must ensure that the tender is unambiguous and is completed in all respects.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______CA No : CE (P) Udayak/ /2015-16 Serial Page No : 05 TENDER No.: CE (P) UDAYAK-20 of 2015-16

11. Bidders to note that the very act of using DSC for downloading the bid 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.

12. If a tender is submitted on behalf of a firm, it shall be signed by 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(s) 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 shall 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 constitution of company.

13. Attention of Bidders is drawn to the Indian Official Secret Act – 1923 (XIX of 1923) as amended upto date particularly Section 5 thereof.

14. The time settings fixed in the server side and displayed at the top of the tender site, shall be valid for all actions of requesting, bid submission, bid opening, etc in the e-tender systems. The bidders should follow this time during bid submission.

15. The tender shall remain open for acceptance for a period of Ninety days (90 days) from the date of opening of ‘Q’ bid (excluding the date of opening).

16. Cost of Tender documents :-The bank instrument for cost of tender is to be submitted to amounting to ` 1000.00 (Rupees One Thousand only)Chief Engineer (P) Udayak, PIN- 931715, C/O 99 APO so as to reach before schedule date and time of opening of ‘T’-Bid. The scanned copy of bank draft shall be uploaded with bid. If the scanned copy of the cost of tender is not submitted with on line bid / not submitted in the office of Accepting Officer, tender shall be rejected by the Accepting Officer.

17. EARNEST MONEY:-

17.1 Earnest money is not required to be attached with tender by the contractor enlisted with BRO (term “enlisted contractor” used in tender documents means “contractor enlisted with BRO) who have submitted standing security but same is required from un enlisted contractor/ contractor enlisted with BRO, but have not submitted standing security deposit.

17.2 Un enlisted contractors/enlisted contractors with BRO, who have not submitted standing security deposit shall submit Earnest Money amounting to ` 237503.00 (Rupees Two Lac Thirty-seven Thousand Five Hundred Three Only) in the form of Deposit at Call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of The Chief Engineer (Project) Udayak, C/O 99 APO by Nationalized/ Scheduled Bank. Tender not accompanied with earnest money shall not be considered for acceptance. 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. Tender not accompanied with the earnest money in form as indicated hereinbefore 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. EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______CA No : CE (P) Udayak/ /2015-16 Serial Page No : 06 TENDER No.: CE (P) UDAYAK-20 of 2015-16

17.3 Earnest money shall be returned to unsuccessful bidders (other than L-1) after opening of price bids and to successful (L-1) bidder after receipt of security deposit.

17.4 The bidders enlisted with BRO authorities shall upload the copy of enlistment letter as proof for exemption for submission of EMD.

18. SECURITY DEPOSIT:-

18.1 In case of a enlisted contractor, who has submitted the Standing Security deposit, but the tendered cost of the work exceeds the upper tendering limit of the contractor and the Accepting Officer decides to accept this tender, the contractor has to lodge Additional Security Deposit (difference of security deposit of work and standing security deposit) as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment.

18.2 In case of un-enlisted contractor/enlisted contractor who has not deposited the Standing Security deposit, and the Accepting Officer decides to accept his tender, then contractor has to lodge Security deposit as notified by the Accepting Officer in the prescribed form within 30 days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from the first RAR payment, and if the date of first RAR is prior to the period mentioned above, the same shall be recovered from such payment. The Security Deposit amount shall be communicated as per departmental norms but in no case the same shall be more than Rs 11,25,000.00 (Rupees Eleven Lakh twenty five thousand only).Departmental norms of security deposit may be seen in any office of BRO.

18.3 The contractor may at his discretion furnish in lieu of Additional Security Deposit or Security Deposit, a Bank Guarantee Bond executed by any nationalized/Schedule Bank for the said amount. The form of Bank Guarantee Bond is given at Section I :- Instructions to Bidders.

19. Original bank instruments in respect of cost of tender document, earnest money, original copy of affidavits, undertaking regarding acceptance of tender conditions, credit facility certificate, working capital certificate, etc must be delivered to the Accepting Officer on or before bid opening date/time as mentioned in critical date sheet. These documents can also be given in person. Bidder shall likely to be liable for legal action for non submission of original payments instrument like DD, etc, against the submitted bid. The bidder shall also upload scanned copy of bank instruments for tender fees and Earnest Money deposit if applicable, affidavits/undertakings, details of credit facilities/ working capital at appropriate place on web site.

20. The Accepting Officer reserves the right to accept the tender submitted by a Public Sector Undertaking, giving a purchase preference over other tender(s) as are admissible under the Govt 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.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 07 TENDER No.: CE (P) UDAYAK-20 of 2015-16

21. On acceptance of tender, the name of authorized representative (s) of the contractors who shall 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 letter.

22. REVISION/MODIFICATION OF QUOTED PRICE:- The bidder shall quote his rates in figures only in Schedule “A”. Revision/modification/ withdrawal of quoted rates/offer after its online submission can be done by the bidder but, before the end date and time for submission of tender given at critical date sheet.

23. REVOCATION OF OFFER:- In the event of lowest bidder revokes his offer or revise his rates upward (which shall be treated as revocation of offer), after opening of tenders or failed to report to office of Accepting Officer to sign contract documents and acceptance letter 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 of tender, shall be notified to the bidder 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, such L-1 bidder and his related firms shall not be issued the tender in second or subsequent calls of subject work.

24. After opening of the bid, information related to the examination, clarification, evaluation, comparison of bids and recommendation concerning the award of the contract shall not be disclosed to bidders or any other person not connected with the process until the award of the contractor is finalised. Any efforts by a bidder or his representative to influence the department in the process of examination, clarification, evaluation of bids and in decision concerning award of contract may result in the rejection of the bid.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated :

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 08 TENDER No.: CE (P) UDAYAK-20 of 2015-16

CERTIFICATE BY BIDDER (The certificate submit by bidder on company letterhead) To : The Chief Engineer Headquarters Project Udayak C/O 99 APO

1. By virtue of my signature below, I confirm that-

I, the undersigned do hereby undertake that our firm M/s______agree to abide by Terms and condition of tender No CE (P) UDAYAK-20 of 2015-16 for “SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI- KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE” from page No 01 to 50 as uploaded on the CPPP site http:/eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at any time before the expiration of stipulated tender conditions.

(Signature of contractor with seal) Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 09 TENDER No.: CE (P) UDAYAK-20 of 2015-16

E Mail : Web site : www.bro.nic.in, www.gref.nic.in NOTICE INVITING TENDERS (NATIONAL COMPETITIVE BIDDING) BORDER ROADS ORGANISATION CHIEF ENGINEER, PROJECT UDAYAK, C/O 99 APO NIT No: 80901/02/E8

1. Online bids are invited through single stage two bids system for “SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI-KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

2. The title of above work on CPPP site https://eprocure.gov.in/eprocure/app is “TENDER FOR SUPPLY OF SHUTTERING AND STAGING MATERIALS UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

3. Tender documents may be downloaded from BRO website www.bro.gov.in (for reference only) and CPPP https://eprocure.gov.in/eprocure/app as per the schedule given in CRITICAL DATE SHEET as under. CRITICAL DATE SHEET

Published Date 08 Jul 2015 (11:00 Hrs) Bid Document Download Start Date 08 Jul 2015 (12:00 Hrs) Clarification Start Date 08 Jul 2015 (12:00 Hrs) Clarification End date 14 Jul 2015 (11:00 Hrs) Pre Bid Meeting NA Bid Submission Start date 14 Jul 2015 (12:00 Hrs) Bid Document Download End date 28 Jul 2015 (12:30 Hrs) Bid Submission End Date 28 Jul 2015 (12:30 Hrs) Bid Opening Date for ‘T’ Bid 28 Jul 2015 (13:30 Hrs) Bid Opening Date for ‘Q’ Bid To be intimated later.

4. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app Manual bids shall not be accepted. Bidders shall follow instructions provided in the ‘Instructions to the bidders for the e-submission of the bids on line through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app’

5. The work is estimated to cost 162.50 Lac (Rupees One Crore Sixty-two Lac Fifty Thousand 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 rough indication of cost and if work cost more or less, the bidders shall have no claim of whatsoever nature on this account.

6. The tender shall be based on drawing, specification, General Condition of Contract IAFW – 1815 (Z) and item rate of contract at the Schedule ‘A’ (list of works) to be priced by bidders.

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 10 TENDER No.: CE (P) UDAYAK-20 of 2015-16

7. Not more than one tender shall be submitted by one bidder or bidders having business relationship. Under no circumstances will a father or 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 shall render the tender of both parties liable to rejection.

8. The work is to be completed within 120 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 in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which shall be generally within one month from the date of issue of acceptance letter.

9. The Chief Engineer (Project) Udayak, C/O 99 APO shall be the Accepting Officer, hereinafter referred to as such for the purpose of this contract.

10. Applicant bidder must send/attach Demand Draft for ` 1000.00 (Rupees One Thousand only) in favour of Accepting Officer i.e. Chief Engineer, Project Udayak payable at Tinsukia, Code No - 0196 ( State) obtained from any Nationalized/Scheduled Bank as the cost of tender forms/documents so as to reach to office of the Accepting Officer before date of opening of Technical Bid as mentioned hereinbefore. The tender fee is non refundable. The applicable bank charges shall be borne by the bidder and he shall not have any claim whatsoever on this account on Government. In case of Re-tendering, the firm which has submitted the DD in earlier calls shall also require to submit DD along with their tender in subsequent calls also. Tender not accompanied with the cost of tender document is liable to be rejected. However, public sectors undertaking/Govt undertaking firms are exempted from the payment towards cost of tender documents.

11. Earnest money is not required to be attached with tender by the Original Manufacturer but it is required from other bidders to be attached with tender documents for ` 237503.00 (Rupees Two Lac Thirty-seven Thousand Five Hundred Three Only) in the shape of Call deposit receipt in favour of Chief Engineer (Project) Udayak, C/O 99 APO obtained from any Nationalized/Scheduled Bank and having maturity/validity period 30 days more than validity period of his offer. Un enlisted bidders may note that they shall be required to lodged security deposit of the work in the prescribed from on receipt in writing from the Accepting Officer if their offer is accepted.

12. Original bank instruments in respect of cost of tender document, earnest money, original copy of affidavits, undertaking regarding acceptance of tender conditions, credit facility certificate, working capital certificate, etc must be delivered to the Accepting Officer on or before bid opening date/time as mentioned in critical date sheet. These documents can also be given in person. Bidder shall likely to be liable for legal action for non submission of original payments instrument like DD, etc., against the submitted bid. The bidder shall also upload scanned copy of bank instruments for tender fees and Earnest Money deposit if applicable, affidavits/undertakings, details of credit facilities/ working capital at appropriate place on web site.

13. Copies of drawing 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 shall be opened for inspection at the following locations:- HQ 48 BRTF, Pin- 930 048, C/O 99 APO

14. Bidders are advised to visit the work site by making prior appointment with the Chief Engineer (Project) Udayak (Phone No. 03759-240607) C/O 99 APO/ Commander 48 BRTF (Phone No.03804-208332)/ Officer Commanding 1444 RCC, C/O 99 APO at their own cost.

CA No : CE (P) Udayak/ /2015-16 Serial Page No :11 TENDER No.: CE (P) UDAYAK-20 of 2015-16

15. A bidder shall be deemed to have full knowledge of all relevant documents, samples, site, etc whether he has inspected them or not.

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 submission of a tender by a bidder 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 shall be issued to him, local conditions and other factors bearing on the execution of the work.

18. The tender shall be treated as non responsive if:- (a) Bank instrument in acceptable form for cost of tender document is not submitted. (b) EMD in acceptable form is not submitted by Un-listed bidder. (c) The undertaking regarding acceptance of tender condition is not submitted.

19. 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 bidders whose tender may be rejected on account of the said policy.

20. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for doing so.

21. For further particulars, you may refer BRO website http://www.bro.gov.in or www.bro.nic.in (link-tender-link-Udayak) and Central Public Procurement Portal – https://eprocure.gov.in/eprocure/app.

22. In the event of lowest bidder revoking his offer or revising his rates upwards (which shall be treated as revocation of offer), after opening of tenderers, the earnest money deposited by him shall be forfeited. In case BRO enlisted bidders, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the bidder 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 bidder and his related firm shall not be allow to participate in second call and subsequent calls.

23. IMPORTANT- Above particulars may change due to Adm or any other reason and shall be available in BRO website http://www.bro.gov.in or www.bro.nic.in ( link-tender-link- Udayak) and Central Public Procurement Portal – https://eprocure.gov.in/eprocure/app Therefore bidders are requested to visit BRO website http://www.bro.gov.in or www.bro.nic.in (link-tender-link-Udayak) and Central Public Procurement Portal – https://eprocure.gov.in/eprocure/app frequently and at least once 03 days prior to and data for bid submission as per critical date sheet, for any changes in above particulars.

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

Sd/xxxx (Signature of Contractor) EE (Civil) SW Dated : 2015 For Accepting Officer Head Quarters Chief Engineer Project Udayak Pin – 931 715 NIT No. 80901/02/E8 C/O 99 APO Dated 07 Jul 2015

CA No : CE (P) Udayak/ /2015-16 Serial Page No :12 TENDER No.: CE (P) UDAYAK-20 of 2015-16

Distribution :-

1. HQ CE (P), Chetak, C/o 56 APO 12. HQ CE (P), Setuk, C/o 99 APO 2. HQ CE (P), Sampark, C/o 56 APO 13. HQ CE (P), Pushpak, C/o 99 APO 3. HQ CE (P), Beacon, C/o 56 APO 14. HQ CE (P), Arunank C/o 99 APO 4. HQ CE (P), Vijayak, C/o 56 APO 15. HQ CE (P), Brahmank C/o 99 APO 5. HQ CE (P), Himank, C/o 56 APO 16. HQ CE (P), Vartak, C/o 99 APO 6. HQ CE (P), Hirak, C/o 56 APO 17. HQ CE (P), Dantak, C/o 99 APO 7. HQ CE (P), Shivalik, C/o 56 APO 18. HQ DGBR E8 Section, New 8. HQ CE (P), Rohtang, C/o 56 APO 19. AO (P) Udayak, C/o 99 APO 9. HQ CE (P), Deepak, C/o 56 APO 20. HQ 48 BRTF, C/o 99 APO 10. HQ CE (P), Swastik, C/o 99 APO 21. HQ 1444 BCC, C/o 99 APO 11. HQ CE (P), Sewak, C/o 99 APO 22. EDP Cell of HQ CE (P) Udayak for uploading on BRO website. 23.

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 13 to 31 TENDER No.: CE (P) UDAYAK-20 of 2015-16

GENERAL CONDITIONS OF CONTRACT, IAFW-1815 (Z) FOR SUPPLY OF STORES AND MATERIALS (Revised 1953)

1. A copy of the General Conditions of Contract, IAFW – 1815(Z), Revised 1953 with errata 1 to 28 and amendments 1 to 34 has been supplied to me/us and or is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACT before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified, if any elsewhere in these tender documents.

2. It is hereby further agreed and declared by me/us, that the General Conditions of Contracts including Condition 37 thereof pertaining to the settlement of disputes by arbitration containing 19 pages (Serial page No 09 to 27 ) including errata 1 to 28 and amendments 1 to 34 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 1815(Z), the same are considered as Task Force Commander (TFC) and OC Contract respectively as applicable in the Border Roads Organization.

Note: Copy of general conditions of contract IAF-1815 (Z) can be referred in any office of BRO.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 32 TENDER No.: CE (P) UDAYAK-20 of 2015-16

SPECIAL CONDITIONS 1. GENERAL

Following Special Conditions shall be read in conjunction with the General Conditions of Contract IAFW-1815(Z) and Contract IAFW-1815(R) 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-1815(Z) and Contract IAFW-1815(R). 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) Ministry of Road Transport & Highways (MoRTH) Specifications for Road and bridge works (latest revision) published by Indian Roads Congress New Delhi. (d) Drawings and sketches. (e) Special Conditions (f) General Conditions of contracts.

2. SCOPE OF WORK 2.1 The scope of work under this contract is only for Supply of the items of materials shown in the Schedule “A” at the locations given in Schedule “A” and as per Particular Specifications, including conveyance, loading and unloading and stacking charges, etc complete in all respects as directed by Engineer-in-Charge (EIC)

2.2 The contractor’s rate shall be deemed to be inclusive of royalty, other charges including Sales Tax and any other taxes, etc as per existing Central Govt/State Govt order to be paid by the contractor. No extra claim shall be admissible on account of fluctuation of market rates directly and/or indirectly and/or implied on any account. No claim on account of misunderstanding, whatsoever, shall be entertained on any account in this respect.

3. VISIT TO SITE

3.1 The bidder is advised to visit the site of work by making prior appointment with the Commander, 48 BRTF (GREF), C/O 99 APO or Officer Commanding, 1444 BCC (GREF), C/O 99 APO so as to acquaint himself with regard to nature and conditions of the site, nature and means of local communications, conditions of access and all other cognate matters concerning the execution and completion of the work. Any path tracks, approaches, etc required for the movement of plants, equipments, machines and vehicles, etc to the work site and platform, bund, etc required for the execution of work shall be the responsibility of the contractor and rates quoted must include these aspects also where required.

3.2 The bidder shall be deemed to have fully inspected and made himself familiar with various factors which may affect his quotation whether he actually inspects the site or not. No extra charges consequent on any misunderstanding or otherwise shall be allowed.

3.3 The bidder shall be deemed to have fully become conversant with local conditions prevailing in the Arunachal Pradesh where the contract is operative e.g. restrictions on plying of the vehicles imposed by the Security Forces and/or local administration and/or law enforcing agencies and also the liabilities for the security checks, etc. The department shall not be responsible for the eventualities due to security risks/ security requirements as may be required and/or imposed by the security forces and/or by the local administrative and /or law enforcing agencies. No claim whatsoever on this account shall be admissible.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______CA No : CE (P) Udayak/ /2015-16 Serial Page No : 33 TENDER No.: CE (P) UDAYAK-20 of 2015-16

4. WORKING HOURS

4.1 Contractor’s materials, transport, etc shall normally be permitted to enter/leave the site between 7 AM to 5 PM only. Dumping outside the timings mentioned above can be permitted by the OC Contract, if he so desires in the interest of the work.

5. WORK ON HOLIDAYS

5.1 The contractor shall not carry out work on weekly and paid holidays except when he is specially authorized in writing to do so by the OC Contract on his request in writing. Copy of request letter from contractor and permission so accorded by the OC Contract for the work on holidays shall be forwarded by the OC Contract to Accepting Officer for record.

6. SECURITY AND PASSES

6.1 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafide of such people. The Contractor and his workmen shall observe all the rules promulgated by the authorities controlling the area in which supplies under the contract are to be delivered, e.g. Prohibition of smoking, lighting, fire precautions, search of Persons on entry and exit, keeping specified routes, restricted hours of work, etc. Thorough search of all persons and transports may be conducted by the departmental authorities, Military Authorities or by any other authorities as approved/authorized by the OC Contract at the site of delivery of materials at any time and any number of the times for security reasons. Permits are to be obtained from the civil authorities, by the contractor for himself, his staff and labour. Nothing shall be paid extra on this account.

6.2 The work is to be executed in Arunachal Pradesh and contractor shall obtain all passess/permits as per the rules at his own expense and risk and nothing extra on this account shall be paid. Necessary assistance shall be sought by the contractor from the Department for obtaining passes to the firm or his representatives and workmen to enter in Arunachal Pradesh.

7. UNLOADING AT SITE

7.1 Unloading of materials shall be done by the contractor at the places shown/ marked by the Engineer-in-charge. If the contractor’s labour unloads materials at places other than shown/ordered, the same shall have to be removed and taken to the places at contractor’s own cost. If not lifted and delivered at the requisite place as directed by Engineer-in-Charge within the reasonable time, the same can be done by department and cost/charges on this account shall be recovered from RAR(s)/Final bill. The amount of recovery levied by OC Contract on this account shall be final and binding.

8. PRICE ADJUSTMENT

8.1 Rates in Schedule ‘A’ shall not be subjected to any adjustment whatsoever due to fluctuations in the local rates of material, POL, etc and rates of dearness allowances, wages, etc for labour during the contract period and/or any other cause whatsoever except as allowed vide clause 32 of General Condition of Contract of IAFW 1815 (Z) applicable only to finished items of supply.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 34 TENDER No.: CE (P) UDAYAK-20 of 2015-16

8.2 The rate quoted in the schedule ‘A’ shall be deemed to be inclusive of all such arrangement as may be involved in satisfactory execution of the work order under the contract. No claim whatsoever on account of any misunderstanding or otherwise shall be admitted.

8.3 All the local taxes viz VAT, Excise, Income tax, Entry Tax, Goods tax on minor mineral, Sale Tax, etc, as per the existing order of the Govt shall be borne by the contractor and quoted rate shall be deemed to be inclusive of all such taxes.

9. PHASE-WISE SUPPLY

9.1 The contractor shall commence the supplies immediately as per the phasing given in schedule “A” of the tender or in absence of this , supplies shall be made in a phased manner as fixed and directed by the Engineer-in-Charge. Any change in quantities of materials to be supplied shall be decided by Accepting Officer in conformity to Clause 5 of General Condition of Contract, IAFW 1815 (z) based on recommendation of OC Contract and Commander Contract on merits of the case.

10. BLANK

11. LAND FOR OFFICE

11.1 The contractor shall have to make his own arrangements for land as may be required by him/ firm for housing of staff and workmen and for erection of store sheds, offices, godowns, etc. The contractor must ensure that the staff, labour, plant, equipment, stores, etc employed or collected in connections with the work are so located that there is no hindrances to the free flow of the traffic on the road. Suitable warning boards, lights and other measures are to be provided by the contractor at his own cost, for the safety of the traffic as directed by the Engineer-in-Charge.

12. PERMIT FROM LOCAL AUTHORITIES FOR PLAYING VEHICLES

12.1 The contractor shall make arrangements for obtaining necessary permit from local authorities for plying his vehicles for the work in accordance with rules and regulations of the land. Assistance, if any, in obtaining permits can however be extended by the OC Contract/Engg-in-Charge.

13. REJECTION

13.1 Materials after being brought to site and dumped and having been rejected in laboratory tests shall have to be removed by the contractor immediately within 07 days of rejection. If the contractor fails in doing so, the Engineer-in-Charge shall have the right to get these rejected materials removed and thrown outside the road land, under departmental arrangements and no compensation on account of damage/loss shall be payable to contractor. The cost of such removals as worked out by the OC Contract, in consultation with Engineer-in-Charge shall be recovered from RAR(s)/ Final bill. The decision of the OC Contract for the amount to be deducted shall be final and binding on the contractor.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 35 TENDER No.: CE (P) UDAYAK-20 of 2015-16

14. EMPLOYMENT OF LOCAL LABOUR

14.1 Attention of the contractor is invited to the Condition 18 of the General Conditions of Contract , IAFW 1815 (z) and the Contractor shall as far as possible employ local labour under this contract. All facilities as per provisions in Labour Acts in force shall be provided to the labour by the Contractor. The Contractor shall pay wages not less than the fair wages fixed from time to time by the Arunachal Pradesh or minimum wages fixed under the Minimum Wages Act by the Central Govt whichever is higher. The department shall have the right to call for any documents related with employment of labour being principal employer.

15. PROCUREMENT OF OTHER STORES/MATERIALS

15.1 Contractor shall remain responsible for procurement of all stores/materials including all tools/equipments required for procurement and supply of the items listed at Sch ‘A’ under this contract. The rates shall be deemed to be inclusive of all such eventualities.

16. INSPECTION (REFER CLAUSE 20 OF IAFW –1815 (Z)

16.1 Inspection of work at different stages shall be carried out by Engineer-in-Charge, OC Contract, Task Force Commander or any officer of the Department concerned with this work. The contractor shall provide all facilities for such inspection and examination of any part of the work and no special claim on this account shall be admissible and/or accepted by the department.

17. BLANK

18. PAYMENT OF WORK

18.1 The payment shall be released through E-Payment mode, for which the contractor is required to submit the NEFT/RTGS Mandate Form duly filled in specified details. Otherwise, it shall be released through A/c Payee Cheque.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 36 TENDER No.: CE (P) UDAYAK-20 of 2015-16

18.2 In case where the payment is released through cheque it shall be sent by post to the Contractor for which the postage charges shall be deducted from the net amount due to the Contractor.

19. ARBITRATION (REFER CLASUE 37 OF CONDITION OF CONTRACT OF IAFW- 1815(Z)

19.1 All disputes or difference arising as aforementioned, other than those for which the decision of the Accepting Officer or any other person is by the contract expressed to be final and binding shall be referred to Sole Arbitrator under condition No 37 of General condition of contract IAFW-1815(Z) after written notice by either party of the contract to the other of them, in accordance with the rules specified hereunder:-

Rules for Arbitration

(a) Matter to be arbitrated shall be referred to the sole arbitration of an Engineer Officer to be appointed by Director General Border Roads, or in his absence the Officer officiating as the DGBR whose decision shall be final and binding.

(b) The venue of arbitration be such a place or places as may be fixed by the Arbitrator at his sole discretion.

(c) The arbitration proceedings shall be governed by the Arbitration and Reconciliation Act, 1996.

(d) The Arbitrator shall give reasons for the award in each and every case irrespective of the value of claims or counter claims.

(e) The award of the arbitrator shall be final and binding on both the parties.

(f) The appropriate Court at Tinsukia/Dibrugarh shall alone have jurisdiction to decide any dispute arising out of or in respect of this contract.

(g) The expenses incurred by each party in connection with preparation, presentation, etc of its proceedings as also fees and expenses paid to the arbitrator shall be borne by each party.

20. MINIMUM FAIR WAGES PAYABLE TO LABOUR

20.1 The Contractor shall pay wages not less than the minimum fair wages fixed from time to time by Central Govt/ State Govt/Local Authority. He shall have no claim whatsoever, if on account of any local regulations and/or otherwise, he has to pay wages in excess of the wages so fixed.

20.2 The contractor shall observe the laws/regulations applicable in Arunachal Pradesh regarding the employment of labour, payment of wages and other cognate matters relating to the conditions.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 37 TENDER No.: CE (P) UDAYAK-20 of 2015-16

20.3 Labour Regulation and Abolition Act 1970, Worksman Compensation Act-1923, Child Labour Act-1986 and minimum wages Act-1948 are applicable to the contractors working under this department. Rates quoted by the bidder shall be deemed to have taken into account the cost, etc required to comply with the provisions contend in said Acts and rules framed under said Acts.

20.4 In case local labours are not available, the contractor may have to obtain written permit from appropriate authority of State Govt to import labours from outside the State/Country.

20.5 The contractor shall ensure compliance to all the labour wages laws and benefit rules for the labour employed by him.

20.6 The contractor shall maintain muster roll of labours engaged in the work alongwith wages being paid to labours (trade wise). The muster roll shall be available at site for inspection by Engineer-In-Charge or any authorised Govt officials.

21. TESTING OF MATERIALS AND PRODUCTION OF TEST CERTIFICATES

21.1. Testing of material shall be carried out by the contractor at his expenses from recognized laboratory located in the vicinity of area as decided by Engineer-in-Charge. The random samples shall be collected by Engineer- In-Charge in presence of contractor or his accredited representative, properly packed, sealed and forwarded to laboratory for carrying out necessary test. The test certificate shall be produced before the payment of RARs/final bill. All charges on account of tests carried out shall be borne by the contractor.

22. ACCEPTANCE OF SUPPLIES

22.1. The Accepting Officer shall have the overriding powers in all the decisions of officers detailed in this contract for various purpose from time to time and his decision shall be final and binding under this contract.

23. DEDUCTION OF TAXES AT SOURCE

23.1. Income Tax at source at the rate notified by the Government of India from time to time along with surcharge as applicable shall be deducted from the gross amount of payment of RAR(s)/Final Bill. Similarly, Sales tax at source, if applicable at the rate notified by the Government of Arunachal Pradesh from time to time along with surcharge as applicable shall be deducted from the gross amount of payment of RAR(s)/Final Bill. The contractor may ascertain full details in this respect from the concern Department(s).

24. ATTENDANCE OF DEPARTMENTAL WORKMEN AND OTHER AGENCIES

24.1 The contractor shall permit free access and generally afford all facilities and usual conveniences to other agencies and / or departmental workmen to carry out works, if any, under separate arrangements. The contractor shall not be allowed any extra payment on this account.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______CA No : CE (P) Udayak/ /2015-16 Serial Page No : 38 TENDER No.: CE (P) UDAYAK-20 of 2015-16

25. RATES QUOTED

25.1 Quoted rates shall be deemed to include the provisions of all materials, processes, operations and requirements detailed in the particular specifications, irrespective of whether those appear as specific items, or are mentioned in the description of Schedule “A” items or not and the contractor shall not be paid extra for the same. It is an express condition of this contract that the rates quoted by the contractor in the tender for various items of works shall be deemed to include all taxes, VAT, excise, Goods tax on minor mineral, sales tax, entry tax and royalties, etc and for entire completion of the work in accordance with the provisions given elsewhere in the contract.

25.2 The rates quoted in Schedule “A” shall be deemed to be inclusive of all such arrangements as may be involved in satisfactory delivery of supplies under this contract.

26. DISCREPANCIES /DOUBTS

26.1 In case of any disputes or discrepancies or any doubt or obscurity as to the interpretation of any of the tender documents ie General conditions of Contract, Special Conditions, Particular Specifications, etc, the matter shall be referred to the Accepting Officer, whose decision in this regard shall be final and binding.

27. ROAD ENTRY PERMIT

27.1 The Govt deptts are exempted from the levies of local bodies viz octroi, municipal tax, etc. A road permit to this effect will be issued by the OC, Contract to facilitate transportation of stores.

28. IMPLEMENTATION OF SECTION 113 OF MOTOR VEHICLE ACT 1988

28.1 Hon’ble Apex Court verdict on the WP (C) No. 136 of 2003 in the matter of Paramjit Bhasin and Ors Vs Union of India and Ors regarding implementation of Section 113 of MV Act 1988 shall be strictly adhered to during execution of this contract. No overloading of the vehicles beyond permissible limit shall be carried out by the contractor during transportation.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 39 TENDER No.: CE (P) UDAYAK-20 of 2015-16

PARTICULAR SPECIFICATIONS

Name of SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF work : 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI-KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

1. GENERAL 1.1 All the stores, goods, materials to be supplied by the contractor shall be brand new and in conformity with the make and IS Code/ISD specifications referred at Schedule ’A’/particulars specification including any other stipulation made therein and drawings enclosed. 1.2 Samples of all items as per Sch ‘A’ shall be got approved from OC Contract and Engr-in-Charge before commencement of supply. Only standard steel sections of approved quality as per IS 808 for equal leg angle and IS 1731 for flats shall be used for fabrication of items. Only ISI mark/TISCO/SAIL good quality steel sections shall be used for fabrication of items. 1.3 Finished rolled material shall be free from cracks, flaws, injurious seams, laps, blisters, ragged and imperfect edges and other defects. It shall have a smooth and uniform finish, and shall be straightened in the mill before shipment. They shall also be free from loose mill scale, rust, pits or other defects affecting its strength and durability. 2. MATERIALS AND SPECIFICATIONS 2.1. All items shall be fabricated as per approved drawings enclosed and shall be in accordance with IS 2062 and IS 1852. In case of any difficulty/ambiguity during fabrication, contractor has to contact OC Contract/Engr-in-Charge. 2.2. Before fabrication, following tests shall be carried out at the cost of contractor and testing reports on materials to be used for fabrication shall also be produced for approval of OC Contract and Engr-in- Charge:- (a) Chemical composition of Steel: The constituents of steel should not be over than the specified limit percentage at Table No. I of IS 2062-1992. (b) The mechanical properties of angle iron equal section steel should confirm to Table No. 2 of 2062 of 1992. (c) Following test should also be carried out in addition to above tests: - i) Tensile stress : IS 1608-1972 ii) Bend Test : IS 1599-1985 iii) Impact Test : IS 1757-1973 iv) ‘Y’ Groove crackability Test : IS 10842-1984 v) Slip load and distortion load test (for couplers) v) The unit of mass of steel shall be calculated on the basis that steel weights @ 7.85 gms/cm3

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 40 TENDER No.: CE (P) UDAYAK-20 of 2015-16

3. FABRICATION 3.1 All work shall be in accordance with the drawings and as per these specifications with care being taken that all parts of an assembly fit accurately together. All members shall carry mark number and item number and, if required, serial number. 3.2. Templates, jigs and other appliances used for ensuring the accuracy of the work shall be of mild steel; where specially required, these shall be bushed with hard steel. All measurements shall be made by means of steel tape or other device properly calibrated. Where bridge materials have been used as templates for drilling, these shall be inspected and passed by the Engineer before they are used in the finished structure. 3.3 All structural steel members and parts shall have straight edges and blunt surfaces. If necessary, they shall be straightened or flattened by pressure unless they are required to be of curvilinear forms. These shall also be free from twist. Pressure applied for straightening or flattening shall be such as would not injure the materials. Adjacent surfaces or edges shall be in close contact or at uniform distance throughout. 4. DELIVERY SCHEDULE 4.1 All the stores as listed in schedule ‘A’ shall be delivered within the period as specified therein. 4.2 The stores will be consigned to HQ, 1444 BCC for items under part-I and HQ 1443 BCC for items under part-II C/O 99 APO and will be delivered at Jengthu and Ranaghat respectively in proper condition. 4.3 The responsibility for any loss/damage during the transit, loading and unloading of stores shall rest with the contractor. No claim on this account will be entertained by the client. 4.4 The date on which the items are finally accepted by the OC, Contract after inspection and examination of adequacy thereof will be treated as date of delivery.

5. DATE OF OFFERING OF STORES FOR INSPECTION 5.1. The contractor is advised in their own interest to deliver the items for inspection well in advance before the expiry of the delivery date stipulated here above, to ensure inspection and examination of adequacy thereof in time. 5.2 However, if the items are offered within the delivery period and well in advance but due to delay in inspection, provided such delay was not due to faulty/defective/in-completed works the acceptance of supply got delayed beyond the delivery date, the department may agree for extension of delivery period. 6. RATES 6.1. The unit rates quoted for various stores shall be inclusive of payment in full for collecting, conveying and stacking or storage at the place of delivery including full compensation for: - i) All royalties, fees, insurance. ii) All leads, lifts and conveyance iii) All labour, and other incidental to fabricate the items and complete the supplies. iv) All necessary testing where ever required or specified.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 41 TENDER No.: CE (P) UDAYAK-20 of 2015-16

7. TAXES 7.1. The unit rate quoted for various stores shall be the inclusive of the taxes as listed hereunder, if payable: - a) Custom duty b) Excise duty c) Value added tax d) Service tax e) Entry tax f) Sales tax

7.3. The department however shall be entitled to seek from the contractor the evidence of the payment of such taxes by the contractor to concerned Govt. authorities. The department shall also be at liberty to verify the same from the concerned Govt. deptt, if need arises. 8. LOCAL TAXES AND DUTIES 8.1 The Govt. deptt. are exempted from levy of town duty, octroi duty, terminal duty or other levies of local bodies. Whenever required, the contractor should obtain the exemption certificate from the OC to avoid payment of such local taxes or duties. Any other certificate needed to enter into a particular state shall be obtained by the contractor from the OC, directly. The contract immediately on issue of acceptance letter shall approach OC for the purpose. 9 ACCEPTANCE OF SUPPLY 9.1 The contractor agrees for the laboratory testing of the materials supplied by him in any of the laboratories approved by the department. The materials found sub standards by OC Contract/Engineer-in-Charge or any other officer/Board of Officer detailed by the accepting officer for the inspection, checking and testing etc, within the contract period or afterwards within six calendar months as per clause 20 of IAFW-1815 (Z), General Conditions of contract, shall be rejected. The contractor shall have no claim on account of supplies and removal of the rejected quantity of such item. 10. INSPECTION AND TESTING: - 10.1 Refer to conditions 20 of General Condition of contract IAFW-1815 (Z) forming part of the contract. 10.2 The Accepting Officer shall have the over riding powers to amend and /or alter and /or modify and /or cancel the decision/instruction given by any officer/person detailed and /or connected with the administration of the contract. The decision/orders instructions of the Accepting Officer shall be final and binding.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 42 TENDER No.: CE (P) UDAYAK-20 of 2015-16

4.13 MEASUREMENT

4.13.1 The supplies shall be measured in the unit as specified at schedule ‘A’. Suitable arrangements shall be made by the contractor preferably near the place of delivery to facilitate the measurements in proper manner. The complete expenses on this account shall be borne by the contractor.

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 43 TENDER No.: CE (P) UDAYAK-20 of 2015-16 SCHEDULE- “B”

ISSUE STORES TO THE CONTRACTOR

SEE CONDITION 08 OF General Condition of Contract 1815 Z)

Name of work “SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI-KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

S No. Particulars Rate at which stores will be Place of issue Remarks issued to the contractor by name Unit Rate 1 2 3 4 5 6 NIL

SCHEDULE- “C”

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT)

WHICH WILL BE HIRED TO THE CONTRACTOR

Name of work “SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI-KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI-KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

S No. Quantity/Parti Details of Hired Stand by Place of Remarks culars crew charges charges per issue by supplied per unit unit per name per day working day 1 2 3 4 5 6 7 NIL

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 44 TENDER No.: CE (P) UDAYAK-20 of 2015-16

SCHEDULE- “D”

TRANSPORT TO BE HIRED BY THE CONTRACTOR

SEE CONDITION 12 OF General Condition of Contract 1815 Z)

Name of work SUPPLY OF SHUTTERING AND STAGING MATERIALS FOR CONSTRUCTION OF 110.00 M SPAN YAPAK BRIDGE AT KM 42.150 ON ROAD CHANGWINTI - WALONG - NAMTI, 92.70 M SPAN KAROTI BRIDGE AT KM 11.525 ON NAMTI- KIBITHU ROAD AND 40 M SPAN LOGOHAR BRIDGE AT KM 17.845 ON NMTI- KIBITHU ROAD TO BE DELIVERED AT 1444 BCC (JENTHU) UNDER 48 BRTF PROJECT UDAYAK IN ARUNACHAL PRADESH STATE”

S No. Quantity/Parti Rate per Place of Remarks culars unit per issue by working day name 1 2 3 4 5 NIL

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer Dated : ______

PART III

(OTHER DOCUMENT FORMING PART OF CONTRACT AGREEMENT)

CA No : CE (P) Udayak/ /2015-16 Serial Page No : 50 TENDER No.: CE (P) UDAYAK-20 of 2015-16

Appendix ‘B’ (Ref para-21 of Special Condition of tender)

NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as per account in the Bank (2) Beneficiary’s Account Number (As appearing on the Cheque Book) (3) Name of Bank where a/c is held (4) Name of Branch (5) Address of Branch (6) Telephone No. of Branch (7) IFSC Code of Branch (8) 9-Digit MICR Code Number of the Bank & Branch (9) E-Mail ID of Contractor 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 due to incomplete or incorrect information of the bank details, I will not hold the payment releasing authority responsible for it.

Dated : Signature of the contractor (Seal) CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records.

Seal of Bank Signature of the branch manager Dated : of the Bank

EE (Civil) SW (Signature of the Contractor with seal) for Accepting Officer

Dated : ______