INITIAL ELIGIBILITY CRITERIA FOR QUALIFYING - uhbvn

17
CONTRACTOR WITNESS UTTAR HARYANA BIJLI VITRAN NIGAM Tender Enquiry No NIT No Description of the work Renovation and General/Mtc of SDO ‘OP’ S/Divn. at Rai ,Sonepat (HVPNL Assets) Tentative Estimated cost (Rs in Lacs) Rs. 5.00 Lacs EMD (in Rs ) For Contractor :- Rs. 10000/- For Society :- Rs. 5000/- Time period 2 Month Deduction of security in every running bill 10 % Sr. No. Description % age above / below on HSR-1988 2 nd edition including correction slips. Description Schedule item ( Annexure „A‟) Non Schedule item ( Annexure –„B‟) TERMS & CONDITIONS: 1 Qualification criteria : Tender form must accompany documentary evidence in support of bidder‟s capabilities/ experience as per following conditions: a) Contractor should have executed either one similar work of 80% of the tender amount during the last 5 years. (OR) at least Two similar work of 60 % the tender amount during the last 5 years, b) Certificate of PAN No. Service tax no, ESCI Registration, EPF, WCT and any other to be submitted. 2. Cost of work shall mean gross value of the completed work including the cost of material supplied by the Govt./ Client, This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent. 3. The applicant should have minimum average annual financial turn over during the last 3 years, ending 31 st March of the previous financial year, the average turnover should be at least 30 % of the estimated cost This should be duly audited by a Chartered Accountant. 4. The applicant should have not incurred any loss in more than two year during the last five years ending last day of tender duly certified by the Charted Accountant. 5. The contractor or his identified sub-contractor should possess required valid license for executing the water supply / sanitary / fire fighting / electrical engineering works and should have executed similar water supply / sanitary / fire fighting / electrical engineering works with prior approval of align .

Transcript of INITIAL ELIGIBILITY CRITERIA FOR QUALIFYING - uhbvn

CONTRACTOR WITNESS

UTTAR HARYANA BIJLI VITRAN NIGAM

Tender Enquiry No NIT No

Description of the work Renovation and General/Mtc of SDO ‘OP’ S/Divn. at Rai

,Sonepat (HVPNL Assets)

Tentative Estimated cost (Rs in Lacs) Rs. 5.00 Lacs

EMD (in Rs ) For Contractor :- Rs. 10000/-

For Society :- Rs. 5000/-

Time period 2 Month

Deduction of security in every running

bill

10 %

Sr. No. Description % age above / below on HSR-1988 2nd edition including

correction slips.

Description

Schedule item ( Annexure „A‟)

Non Schedule item ( Annexure –„B‟)

TERMS & CONDITIONS:

1 Qualification criteria : Tender form must accompany documentary evidence in support of

bidder‟s capabilities/ experience as per following conditions:

a) Contractor should have executed either one similar work of 80% of the tender

amount during the last 5 years. (OR) at least Two similar work of 60 % the tender

amount during the last 5 years,

b) Certificate of PAN No. Service tax no, ESCI Registration, EPF, WCT and any

other to be submitted.

2. Cost of work shall mean gross value of the completed work including the cost of material supplied by the Govt./ Client, This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent.

3. The applicant should have minimum average annual financial turn over during the last 3 years, ending 31

st March of the previous financial year, the average turnover should be at

least 30 % of the estimated cost This should be duly audited by a Chartered Accountant.

4. The applicant should have not incurred any loss in more than two year during the last five years ending last day of tender duly certified by the Charted Accountant.

5. The contractor or his identified sub-contractor should possess required valid license for executing the water supply / sanitary / fire fighting / electrical engineering works and should have executed similar water supply / sanitary / fire fighting / electrical engineering works with prior approval of align .

CONTRACTOR WITNESS

6. The successful tenderer shall have to sign an affidavit to the effect that he was never blacklisted by UHBVN/Haryana Govt./Govt. of India.

7. Information regarding any litigation , current or during the last two years , in which the bidder is involved , the parties concerned and disputed amount shall be submitted on NJSP duly attested by Notary.

8. The applicant‟s performance for each work completed in the last 5 years and in hand should be certified by an officer not below the rank of Executive Engineer/Project

manager or equivalent and should be obtained in sealed cover.

9. If the tenderer is an individual, he shall sign the tender documents above his full typewritten name with seal and current address.

10 If the tenderer is a proprietary firm, the tender documents shall be signed by the proprietor as above his full name / name of his firm with seal with its current address.

11 If the tenderer is a Limited Company or a Corporation, the tender documents shall be signed by a person duly authorized by the Company / Corporation. The Officer who will give the power of attorney to that person for signing the tender document shall be competent to give such power of attorney in the Memorandum of Articles of Association. The tender document must accompany the copy of the power of attorney given to that person. The Company / Corporation should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary. Cement and steel will be arranged by the Bidders at his own cost.

12 If any information furnished by the Contractual Agency is found incorrect at a later date, he shall be debarred from tendering/taking up works in future in UHBVN, UHBVN reserves the right to verify the particulars furnished by the Contractual Agency independently.

13 The contractor (s) shall sign all the pages at the designated space. If the tender documents are not signed in the manner, specified, the tender shall be treated as invalid and rejected.

14 The tenderer is advised to visit the site of work, at his own cost, and examine it and its surroundings by itself and collect all information that the tenderer considers necessary for proper assessment of the prospective assignment.

15 The earnest money deposited for the tender will not be returned to the contractor‟s/firm‟s till the acceptance of tender or three months, whichever is earlier.

16 Further information with regards to schedule of quantities, conditions of contract, detailed plans and specifications can be seen in the Divisional Engineer‟s office during the office hours.

17 Tender should be quoted at a percentage above or below on prescribed format only mentioned as “Price Bid” format.

18 Tender which is not on the prescribed tender form will not be considered.

19 Each tenderer shall give proof to the entire satisfaction of the Executive Engineer concerned that he has in his possession Haryana P.W.D. specifications latest addition failing which his tender shall be liable to be rejected.

20 The tenderer shall initial all corrections / cuttings in his tender as regard to single percentage rate, time etc. Non compliance of this condition will render the tender liable to be rejected.

CONTRACTOR WITNESS

21 The approval of the acceptance of tender will rest with the UHBVN who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without assignment of any reason.

22 The rates of the contractors shall remain open for a period of 90 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the Executive Engineer.

23 If any tenderer modifies or withdraws his tenders after opening of the price / financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the Executive Engineer.

24 No conditional tender should be given, only premium or rebate should be quoted. A conditional tender is liable to be rejected out rightly at the discretion of the accepting authority. In the alternative the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the premium or rebate quoted by him without conditions. If the tenderer refuses to accept the said counter offer to do the work at the premium or rebate quoted by him without the condition within one week of the counter offer having been made by the accepting authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the same whatsoever.

25 Rate should be quoted in English or Hindi, otherwise the tender can be rejected.

26 Sales / Works Tax / Income Tax & Cess Charges will be deducted from the bills of contractor as per the rules/acts/instruction of the Govt. from time to time.

27 If it happens to be a holiday on the date of issue, receipt & opening of tenders, then the tenders will be issued, received & opened on the next working day

28 The quantity can be increased / decreased as per site./drg. + 25%

29 The contractor shall have no claim if any items are supplied by the department

30 The item reference of HSR & quantum of work indicated in the NIT are tentative which can be increased decreased substituted / deleted as per requirement of site, design drg., specs etc and the payment of the same shall be regulated under relevant items as per actual work done at site. No claim whatsoever on this account of the contractor shall be entertained.

31 If any contractor fails to commence the work or does not complete the work and work has to be put to retendering, the department shall without prejudice to any other right or remedy, be at liberty to forfeit the amount of Earnest money / Security Deposit and shall retain each payment/earnest money /security deposit amount due to the contractor and from any of the work under execution in the Division to make good the amount of risk & cost involved he shall stand debarred from issued of tender by the Nigam, will render himself liable for blacklisting.

32 The earnest money will be forfeited in case where it is discovered at any stage before & even during the execution of work, if allotted to the contractor, that he has made misleading or false statements in order to get the work allotted. This would be in addition to and without prejudice to the right of the department to take any other legal action against the contractor

33 In case the firm fails to submit the requisite document with the Bid document the tender is

liable to be rejected.

CONTRACTOR WITNESS

34 Service tax as per applicable rates will be born by the Nigam. However for the Civil Contracts, as per reverse charge mechanism, 50% of service due shall be deposited by the Contractor and the same will be reimbursed only after production of deposit challan.

35 No price escalation is permissible during the entire execution of the project.

36 No mobilisation advance shall be given to the contractor.

37 0.5% per week or part thereof subject to maximum of 2% of value of left over work up to 1

st 4 weeks and @ one percent per week or part thereof in case the delay is beyond

4 weeks subject to maximum up to 10% of value of left over works / project. The Employer may without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract.

38 The tenderer whose tender is accepted will be required to affix non judicial stamp on face of

agreement form or attach non judicial stamp valuing Rs. 100/ as required under the Indian

Stamp Act.

39 10 % security will be deducted from all the bills. 75% security will be refunded after three months of completion of work and finally accepted by Engineer-in-Charge and balance 25% will be released after one year of completion of work.

40 Income tax will be deducted from the bill of the contractor according to section 194-C, of the

Income Tax 1961 and instructions from time to time.

41 Sales Tax as applicable, on the gross amount of work done shall be deducted from the bill

of the contractor as per Haryana Gazette Notification. No condition contrary to this clause

will be accepted.

42 Labour cess @ 1 % or as per notification will be deducted from gross amount of the bill.

43 It is presumed that contractor has made himself thoroughly conversant with the drawing

specification and site conditions before tendering for the work and no claim whatsoever shall

be entertained on this account.

44 All the material brought at the site of work by the contractor for bonafide use in the work

shall be accordance with the P.W.D. specifications. Engineer-in-charge will get the material

tested as per PWD specifications and or as per relevant IS specifications. The sampling of

the material will be done as per relevant PWD/IS specifications. However, the cost of tests

of all the material at his own cost without any extra liability to UHBVN

Divisional Accountant UHBVN, Rohtak

HDM Civil Const. Division UHBVN, Rohtak

Executive Engineer, Civil Const. Division UHBVN Rohtak

CONTRACTOR WITNESS

Information Regarding Payment of Tender Document , eService & EMD Fee.

The Bidders can download the tender documents from the Portal:

https://haryanaeprocurement.gov.in.

The Bidders shall have to pay for the Tender documents & eService Fee of Rs.1000/- online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD ( In the form of DD) .The scanned copy of the requisite bank DD issued by the recognized bank should be uploaded ( In original ) with the technical bid . The original DD shall be deposited by the bidders in the O/o Xen Civil Const. Division UHBVN Panchkula after closure of online submission of Techno- Commercial Bid & Price bid on web Portal on ________ at 13.00 Hrs. & before 13.00 Hrs on __________ ,positively.

NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees will not be

refunded to the agency.

The Tenderers can submit their tender documents (Online) as per the dates mentioned in the

key dates:-

Key Dates

Sr.

No. Department Stage Tenderer’s Stage Start date and time

Expiry date and

time

1. - Last date of Bid

Submission

5.00 PM

13.00 Hrs.

2. Technical Opening -

15.00 Hrs.

3. Shortlisting of Technical bids

& Opening of Financial Bid

Will be intimated to the firms on their

E-mail

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

Registration of bidders on eProcurement Portal:-

CONTRACTOR WITNESS

All the bidders intending to participate in the tenders processed online are required to get registered

on the centralized e-Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the

website for more details.

1. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a

Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are

issued by an Approved Certifying Authority, by the Controller of Certifying Authorities,

Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s

PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post

Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can

be issued. For more details please visit the website – https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying

Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may

obtain information and application format and documents required for the issue of digital certificate

from:

M/s Nextenders (India) Pvt. Ltd.O/o. DS&D Haryana, SCO- 09, IInd Floor, Sector- 16,

Panchkula-134108 E-mail: [email protected] Help Desk: 1800-180-2097 (Toll Free

Number)

2.4 Bid for a particular tender must be submitted online using the digital certificate

(Encryption & Signing), which is used to encrypt the data and sign the hash during the stage of bid

preparation & hash submission. In case, during the process of a particular tender, the user loses his

digital certificate (due to virus attack, hardware problem, operating system or any other problem) he

will not be able to submit the bid online. Hence, the users are advised to keep a backup of the

certificate and also keep the copies at safe place under proper security (for its use in case of

emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a

firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection

certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific

individual through an authorization certificate signed by all partners to use the digital certificate as

per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed

to represent adequate authority of the user to bid on behalf of the firm in the department tenders as

per Information Technology Act 2000. The digital signature of this authorized user will be binding

on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of

management / partners of the firm to inform the certifying authority about the change and to obtain

the digital signatures of the new person / user on behalf of the firm / company. The procedure for

application of a digital certificate however will remain the same for the new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited

company. In this case, the authorization certificate will have to be signed by the directors of the

company.

CONTRACTOR WITNESS

3 Pre-requisites for online bidding:

In order to bid online on the portal http://haryanaeprocurement.gov.in , the user machine

must be updated with the latest Java. The link for downloading latest java applet is available on the

Home page of the e-tendering Portal.

4. Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders

floated through the single portal eProcurement system on the Home Page at

http://haryanaeprocurement.gov.in

5. Download of Tender Documents:

The tender documents can be downloaded free of cost from the eProcurement portal

http://haryanaeprocurement.gov.in

6 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice

Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time

tracked and the system enforces time locks that ensure that no activity or transaction can take place

outside the start and end dates and the time of the stage as defined in the online Notice Inviting

Tenders.

7 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee,

eService fee, and Submission of Bid Seal (Hash) of online Bids:

7.1 The online payment for Tender document fee, & eService Fee can be done using the

secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be

made by eligible bidders/ contractors

7.2 Submission of bids will be preceded by submission of the digitally signed& sealed

bid (Hash) as stated in the time schedule (Key Dates) of the Tender.

NOTE:-

(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and

time. His/hers bid will be considered as bid not submitted, and hence not appear during tender

opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal

http://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the eProcurement website at

https://haryanaeprocurement.gov.in, and click on the available link ‘How to bid online’ to

download the file.

CONTRACTOR WITNESS

SECTION - 1

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN) Notice Inviting Single Percentage Rate Tender

NOTICE INVITING TENDER

NIT NO. Dated:

Tenders are hereby invited on percentage basis of Haryana Schedule of Rates with ceiling premium

as applicable at the time of opening of tender and non-scheduled items on behalf of UHBVN, for the

following works to be executed at Rohtak (Haryana) from the contractors who are approved having

valid enlistment with Haryana PWD B&R, HVPN, CPWD, Haryana Power Utilities & MES etc.

Enquiry

No.

Description of Work Est.

Cost

(In RS.)

Earnest Money

(In Rs.)

Completion

Period

Cost of

tender

document Contractor Society

NIT No. Renovation and General/Mtc

of SDO ‘OP’ S/Divn. at Rai

,Sonepat (HVPNL Assets)

5.00

Lacs

10000/- 5000/- 2 Months Rs. 200/-

TERMS & CONDITIONS:

2 Qualification criteria : Tender form must accompany documentary evidence in support of

bidder‟s capabilities/ experience as per following conditions:

c) Contractor should have executed either one similar work of 80% of the tender

amount during the last 5 years. (OR) at least Two similar work of 60 % the tender

amount during the last 5 years,

d) Certificate of PAN No. Service tax no, ESCI Registration, EPF, WCT and any

other to be submitted.

2. Cost of work shall mean gross value of the completed work including the cost of material supplied by the Govt./ Client, This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent.

3. The applicant should have minimum average annual financial turn over during the last 3 years, ending 31

st March of the previous financial year, the average turnover should be at

least 30 % of the estimated cost This should be duly audited by a Chartered Accountant.

4. The applicant should have not incurred any loss in more than two year during the last five years ending last day of tender duly certified by the Charted Accountant.

8. The contractor or his identified sub-contractor should possess required valid license for executing the water supply / sanitary / fire fighting / electrical engineering works and should have executed similar water supply / sanitary / fire fighting / electrical engineering works with prior approval of align .

9. The successful tenderer shall have to sign an affidavit to the effect that he has no relation and he has not worked with the firm as sub- contractor or has no connection with firm/contractor blacklisted by UHBVN/Haryana Govt./Govt. of India.

10. Information regarding any litigation , current or during the last two years , in which the bidder is involved , the parties concerned and disputed amount shall be submitted on NJSP duly attested by Notary.

8. The applicant‟s performance for each work completed in the last 5 years and in hand should be certified by an officer not below the rank of Executive Engineer/Project

CONTRACTOR WITNESS

manager or equivalent and should be obtained in sealed cover.

9. If the tenderer is an individual, he shall sign the tender documents above his full typewritten name with seal and current address.

38 If the tenderer is a proprietary firm, the tender documents shall be signed by the proprietor as above his full name / name of his firm with seal with its current address.

39 If the tenderer is a Limited Company or a Corporation, the tender documents shall be signed by a person duly authorized by the Company / Corporation. The Officer who will give the power of attorney to that person for signing the tender document shall be competent to give such power of attorney in the Memorandum of Articles of Association. The tender document must accompany the copy of the power of attorney given to that person. The Company / Corporation should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary. Cement and steel will be arranged by the Bidders at his own cost.

40 If any information furnished by the Contractual Agency is found incorrect at a later date, he shall be debarred from tendering/taking up works in future in UHBVN, UHBVN reserves the right to verify the particulars furnished by the Contractual Agency independently.

41 The contractor (s) shall sign all the pages at the designated space. If the tender documents are not signed in the manner, specified, the tender shall be treated as invalid and rejected.

42 The tenderer is advised to visit the site of work, at his own cost, and examine it and its surroundings by itself and collect all information that the tenderer considers necessary for proper assessment of the prospective assignment.

43 The earnest money deposited for the tender will not be returned to the contractor‟s/firm‟s till the acceptance of tender or three months, whichever is earlier.

44 Further information with regards to schedule of quantities, conditions of contract, detailed plans and specifications can be seen in the Divisional Engineer‟s office during the office hours.

45 Tender should be quoted at a percentage above or below on prescribed format only mentioned as “Price Bid” format.

46 Tender which is not on the prescribed tender form will not be considered.

47 Each tenderer shall give proof to the entire satisfaction of the Executive Engineer concerned that he has in his possession Haryana P.W.D. specifications latest addition failing which his tender shall be liable to be rejected.

48 The tenderer shall initial all corrections / cuttings in his tender as regard to single percentage rate, time etc. Non compliance of this condition will render the tender liable to be rejected.

49 The approval of the acceptance of tender will rest with the UHBVN who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without assignment of any reason.

50 The rates of the contractors shall remain open for a period of 90 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the Executive Engineer.

CONTRACTOR WITNESS

51 If any tenderer modifies or withdraws his tenders after opening of the price / financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the Executive Engineer.

52 No conditional tender should be given, only premium or rebate should be quoted. A conditional tender is liable to be rejected out rightly at the discretion of the accepting authority. In the alternative the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the premium or rebate quoted by him without conditions. If the tenderer refuses to accept the said counter offer to do the work at the premium or rebate quoted by him without the condition within one week of the counter offer having been made by the accepting authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the same whatsoever.

53 Rate should be quoted in English or Hindi, otherwise the tender can be rejected.

54 Sales / Works Tax / Income Tax & Cess Charges will be deducted from the bills of contractor as per the rules/acts/instruction of the Govt. from time to time.

55 If it happens to be a holiday on the date of issue, receipt & opening of tenders, then the tenders will be issued, received & opened on the next working day

56 The quantity can be increased / decreased as per site./drg. + 25%

57 The contractor shall have no claim if any items are supplied by the department

58 The item reference of HSR & quantum of work indicated in the NIT are tentative which can be increased decreased substituted / deleted as per requirement of site, design drg., specs etc and the payment of the same shall be regulated under relevant items as per actual work done at site. No claim whatsoever on this account of the contractor shall be entertained.

59 If any contractor fails to commence the work or does not complete the work and work has to be put to retendering, the department shall without prejudice to any other right or remedy, be at liberty to forfeit the amount of Earnest money / Security Deposit and shall retain each payment/earnest money /security deposit amount due to the contractor and from any of the work under execution in the Division to make good the amount of risk & cost involved he shall stand debarred from issued of tender by the Nigam, will render himself liable for blacklisting.

60 The earnest money will be forfeited in case where it is discovered at any stage before & even during the execution of work, if allotted to the contractor, that he has made misleading or false statements in order to get the work allotted. This would be in addition to and without prejudice to the right of the department to take any other legal action against the contractor

61 In case the firm fails to submit the requisite document with the Bid document the tender is

liable to be rejected.

62 The bids shall be opened in two parts i.e., Part-I comprising the technical / financial qualification criteria of the bid & Part-II the price bids. The bidders who shall be considered technically / financially qualified (Part-I) by the Nigam, only their price bid(s) shall be opened (Part-II) on a pre-fixed date which shall be intimated to all those bidders who qualifies the Part-I qualifying criteria of the bid documents.

63 Service tax as per applicable rates will be born by the Nigam. However for the Civil Contracts, as per reverse charge mechanism, 50% of service due shall be deposited by the Contractor and the same will be reimbursed only after production of deposit challan.

64 No price escalation is permissible during the entire execution of the project.

65 No mobilisation advance shall be given to the contractor.

CONTRACTOR WITNESS

66 0.5% per week or part thereof subject to maximum of 2% of value of left over work up to 1

st 4 weeks and @ one percent per week or part thereof in case the delay is beyond

4 weeks subject to maximum up to 10% of value of left over works / project. The Employer may without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract.

39 The tenderer whose tender is accepted will be required to affix non judicial stamp on face of

agreement form or attach non judicial stamp valuing Rs. 100/ as required under the Indian

Stamp Act.

40 10 % security will be deducted from all the bills. 75% security will be refunded after three months of completion of work and finally accepted by Engineer-in-Charge and balance 25% will be released after one year of completion of work.

41 Income tax will be deducted from the bill of the contractor according to section 194-C, of the

Income Tax 1961 and instructions from time to time.

42 Sales Tax as applicable, on the gross amount of work done shall be deducted from the bill

of the contractor as per Haryana Gazette Notification. No condition contrary to this clause

will be accepted.

43 Labour cess @ 1 % or as per notification will be deducted from gross amount of the bill.

44 It is presumed that contractor has made himself thoroughly conversant with the drawing

specification and site conditions before tendering for the work and no claim whatsoever shall

be entertained on this account.

45 All the material brought at the site of work by the contractor for bonafide use in the work

shall be accordance with the P.W.D. specifications. Engineer-in-charge will get the material

tested as per PWD specifications and or as per relevant IS specifications. The sampling of

the material will be done as per relevant PWD/IS specifications. However, the cost of tests

of all the material at his own cost without any extra liability to UHBVN

46 Actual Material received after dismantling of existing slab, parapet etc. Will be recovered

from the contractor at following rates.

1. Bricks @ Rs. 2700/- Per 1000 nos

2. Brick Bats @ Rs. 300/- Per Cum

Divisional Accountant UHBVN, Rohtak

HDM Civil Const. Division UHBVN, Rohtak

Executive Engineer, Civil Const. Division UHBVN Rohtak

Annexure-A

Sr.

No.

Ref.

of HSR

Description of Item Unit Quantity Rate Amount Premium Total Amount

1 6.6 E/work in excavation in all

kind of soil not below 2m

cum 27.92 1108.10/

%

309 425% 1622.00

2 8.10. Stripping & stacking of tiles

of a roof

sqm 428.55 2.2 943 550% 6130.00

3 18.1 c Steel work fixed

independently without

connecting plate MS Angle

Qtl. 1.00 964.1 964 500% 5784.00

4 13.13 Tile terrcing of tile size

22.86x11.43x3.81cm laid

over mud mortar layer

complete

sqm 428.55 52.95 22692 600% 158844.00

5 8.5 b Dismantling of b/wall laid in

cement sand mortar

cum 5.42 35.6 193 550% 1255.00

6 11.3 1st class b/work 1:5 in F&P cum 5.581. 407.6 2275 600% 15925.00

7 11.7 1st class b/work 1:6 in

superstructure

cum 15.26 414.45 6325 600% 44275.00

15 15.12 15mm thick c.plaster 1:6 sqm 58.24 13.1 763 500% 4578.00

16 15.7 12mm thick C.plaster 1:6 sqm 4.38 10.65 430 500% 2580.00

20 16.61 Finishing wall with exterior

decoratuive cement paint

such as snowcem on new

work 2 coats

sqm 40.70 7.25 295 230% 974.00

22 31.37 wiring ion 1.5sqmm PVC

insulated copper conductor

cable in 1.6mm thick open

batten

Fan point Medium no. 6.00 507 3042 10% 3346.00

long no. 2.00 721 1442 10% 1586.00

Light point Short no. 10.00 240 2400 10% 2640.00

Medium no. 12.00 419 5028 10% 5531.00

3Pin 5amp. Plug Short no. 8.00 272 2176 10% 2394.00

3Pin 15amp. Plug Short no. 8.00 654 5232 10% 5755.00

23 31.9 wiring main & sub mains in

two single core PVC

1.5sqmm m 20.00 7.9 158 130% 363.00

2.5sqmm m 13.00 11.1 144 130% 332.00

24 31.12 d S&E of sheet steel encloser

DBD 4 way

no. 2.00 263 526 60% 842.00

25 31.17 S&E Of MCB etc. Complete

MCB 6-32Amp. no. 2.00 1.9 190 30% 247.00

Isolator 63amp no. 2.00 3.62 362 30% 471.00

26 31.18 S&E of fitting & acessories

Uttar Haryana Bijli Vitran Nigam

Absract for Scheduled Items for renovation & const. of cash collection shed at

SDO 'OP' S/Divn. Rai (HVPNL Assets)

Lamp holder no. 22.00 12.2 268 200% 804.00

Bakelite sheet 3mm sqcm 11000.00 0.03 330 200% 990.00

27 31.22 Earthing with GI earth pipe

4.5m long & 40mm dia in

masonary work

no. 2.00 378 756 350% 3402.00

ii Extra for using salt &

charcoal for earth pipe

no. 2.00 125 250 350% 1125.00

28 10.40. C.Conc. 1:3:6 with 20mm

stone agg. in F&P

cum 1.13 516.9 584 450% 3212.00

29 18.22 cold twisted deformed bar for

RCC work where not i/c

complete rate of RCC

qtl. 4.59 917.05 4209 500% 25254.00

30 10.34 C.Conc 1:5:10 with b.ballast

40mm size ibn F&P

cum 1.85 354.05 655 450% 3603.00

31 10.90+1

0.95 a

C.Conc. 1:1.5:3 in RCC

work in Footing etc.

cum 1.10 774 851 450% 4681.00

32 10.87+1

0.95a

C.Conc. 1:1.5:3 in RCC

work

cum 2.58 1486.9 3836 450% 21098.00

33 10.82+1

0.95 a

C.Conc. 1:1.5:3 in RCC

work in slab/roof

cum 1.28 1082.8 1386 450% 7623.00

34 10.86+1

0.95a

C.Conc. 1:1.5:3 with stonee

agg. 20mm size for rcc work

in column, beam

cum 0.084. 1188.75 100 450% 550.00

35 10.114 DPC 40mm thick using stone

agg. 20mm thick

sqm 3.99 35.05 140 450% 770.00

36 15.2 10mm thick C.Plaster 1:3 sqm 43.83 13.45 590 500% 3540.00

37 30.84a P&F HCL specials waste

pipe 100mm dia

m 1.80 97.5 176 350% 792.00

38 30.91 a

(xvi)

P&F HCL special soil waste

pipe cowl

no. 1.00 36.5 37 350% 167.00

39 14.10. c.conc. topping 1:2:4 50mm

thick as per item complete

sqm 6.48 37.6 244 400% 1220.00

40 11.47 11.43cm thick wall laid in

csm 1:4 w/o reinforcement

sqm 2.52 52.7 133 600% 931.00

41 11.70 Brick tile jali 22.86x11.43cm

thick in alternating layer

sqm 5.73 55.15 316 600% 2212.00

42 10.116 laying dry brick bats cum 3.66 106.7 391 450% 2151.00

43 15.9 15mm thick c.plaster 1:3 sqm 6.69 18.5 124 500% 744.00

44 13.19 corrougated abestos sheet

roofing 7mm thick complete

sqm 14.40 77.1 1110 240% 3774.00

45 14.1 Base course of floor 100mm

c.conc. 1:8:16 & 100mm

sand filling

sqm 8.04 36.95 297 400% 1485.00

46 10.114-

note

C.conc. Topping 40mm thick

using stone agg. 20mm thick

sqm 8.041. 26.6 214 450% 1177.00

47 14.91 P&F of antiskid tioles of size

400x400mm of approved

make in flooring

sqm 8.041. 624 5018 -15% 4265.00

48 14.92 P&F 1st quality ceramic

glazed/vitrified tiles of

approved make in flooring

sqm 26.59 648.15 17234 0% 17234.00

49 30.4 i P&F in position Indian make

europian type W.C. sheet

complete

no. 2.00 901 1802 340% 7929.00

50 30.19 P&f indian make flat or

angular lipped urinal pot

no. 2.00 402 804 340% 3538.00

51 30.40. ii P&F chinaware partition

plates 835x355mm

no. 1.00 298 298 340% 1311.00

52 30.41 iv P&F lavoratory suit complete

550x400mm

no. 2.00 407 814 340% 3582.00

53 30.75 c P&F brass bib cock 15mm

dia

no. 2.00 100 200 340% 880.00

54 30.76 a P&F brass stop cock

15mm dia no. 6.00 101 606 340% 2666.00

ii concealed stop cock 15mm

dia

no. 2.00 130 260 340% 1144.00

55 30.71 P&F indian make bevelled

edge 5.50 mm thick mirror

no. 2.00 107 214 340% 942.00

56 30.70 a P&F CP brass soap dish no. 2.00 59 118 340% 519.00

57 30.93 P&F lead inlet connection

with brass union 15mm dia

no. 6.00 10.5 63 300% 252.00

58 30.89 b P&F HCL floor traps of ISI

75mm dia

no. 6.00 105 630 350% 2835.00

59 30.119 v P&F HDPE water sorage

tank 1000 ltr of ISI

no. 2.00 5263 10526 0% 10526.00

60 30.91 a P&F in position HCL

Specials for soil waste vent

pipe 100mm HR bend

no. 2.00 58 116 350% 522.00

HSR 414924.00

NS Item 113976

Less Dismentalment Work 29303.00

Total 499597.00

Head Draftsman Executive Engineer

Civil Const. Divn. Civil Const. Division

UHBVN, Rohtak UHBVN, Rohtak

Annexure-B

Sr. No. Description of Item Unit Quantity Rate Amount

1 P&F PVC doors of approved quality complete sqm 2.93 2000 5852.00

2 P&F PVC pipe underfloor

3" dia m 12.19 150 1829.00

4" dia m 6.10 200 1220.00

3 P&F PVC waste pipe nos 4.000 65 260.00

4 P&F GI pipe complete

15mm dia rft 50.00 45 2250.00

20mm dia rft 150.00 60 9000.00

25mm dia rft 20.00 70 1400.00

5 P&F GI Union complete

15mm dia no. 1.00 160 160.00

20mm dia no. 1.00 170 170.00

25mm dia no. 1.00 190 190.00

6 P&F GM Gate valve

20mm dia no. 1.00 300 300.00

25mm dia no. 1.00 350 350.00

7 P&F of spray jet system in European W.C. no. 2.00 250 500.00

8 P&F of C.I. Steps having app. Wt. 4.5kg each no. 5.00 261 1305.00

9 P&F HCL frame cover of size 600x600mm

42kg app. Wt.

no. 3.00 2430 7290.00

10 Drelling Bore upto 150mm dia pipe Drill

Machine with Transport all material deep bore

in all kinds of soils

(RFT) 300 80/- 24000

11 Supplying and lowering of 4.5" dia PVC Pipe

10kg pressure with Socket and riveted

complete

(RFT) 260 100/- 26000

12 Supply & Lowering of 4.5: dia PVC Slotted

pipe 10kg with socket and reiveted complete

Job 40 110/- 4400

Uttar Haryana Bijli Vitran Nigam

Absract for Non-Scheduled Items for renovation & const. of cash

collection shed at SDO 'OP' S/Divn. RAI (HVPNL Assets)

13 Supplying & Fixing of Fillament cloth ( Jali

for filter pipe ) 1'x40x10.0 = 400RFT

RFT. 400 3/- 1200

15 Supplying & Fixing of PVC End cap for

plugging of pipe

No. 1 300/- 300

16 Supply and fixing of 1.25 each dia PVC

Delivery pipe ISI Mark heavy duty

RFT. 150 50/- 7500

17 1.5 BHP single phase Hindustana, ISO-

9001/02, Head 30/67 mtr. 325 to170 LPM

discharge with Pannel Board Consisting of

Main Switch Starter AMP Meter Volt Meter

and MCB etc.

No. 1 14000/- 14000

Total 113976

Head Draftsman Executive Engineer

Civil Const. Divn. Civil Const. Division

UHBVN, Rohtak UHBVN, Rohtak

14 Supply and fixing of 1.50Sqm mm size coper

cable finolex make

Mtr. 90 50/- 4500

1 Brick

267.13Sqm @ 33nos Sqm

Usable Bricks 33% = 10046

Nos @ 2700/-1000 nos

27125.00

27.26Cum @ 300/- 2178.00

Net Amount 29303.00

Head Draftsman Executive Engineer

Civil Const. Divn. Civil Constn. Division

UHBVN, Rohtak UHBVN, Rohtak

Abstract :- Cost of Dismentled material

Bricks bats and tiles Bats from useful 40 %