Upload
others
View
9
Download
0
Embed Size (px)
Citation preview
P a g e | 1 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
NOTICE INVITING TENDERS
(NATIONAL COMPETITIVE BIDDING)
BORDER ROADS ORGANISATION
MINISTRY OF DEFENCE
GOVT OF INDIA
CHIEF ENGINEER PROJECT SWASTIK
NIT No. SWTK/NIT- 23/2019-20
1. Online bids are invited on single stage two bid system for PROVIDING, LAYING, COMPACTION &
EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB),
CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC :
SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND
BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD
UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
The title of above heading on CPP site https://eprocure.gov.in/eprocure/app is PROVIDING, LAYING,
COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR
SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC
: 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS
FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-
DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
2. Tender documents may be downloaded from central public procurement portal site
https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under:-
CRITICAL DATE SHEET
Bid Document Publishing Date : 20 Nov 2019 at 1300 hrs
Bid Document Download /Start Date : 22 Nov 2019 at 1600 hrs
Clarification Start Date : 22 Nov 2019 at 1700 hrs
Clarification End Date : 06 Dec 2019 at 1200 hrs
Pre bid meeting
: 07 Dec 2019 from 1100 hrs to 1300 hrs
Bid Submission Start Date : 08 Dec 2019 at 1100 hrs
Bid Submission End Date : 31 Dec 2019 up to 1200 hrs
Opening Date of Technical Bid : 01 Jan 2020 at 1230 hrs
Opening Date of Financial Bid To be fixed later on
3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.
Manual bids shall not be accepted. Tenderer/Contractors are advised to follow the instructions provided in
the „Instructions to the Contractors/Tenderer for the e-submission of the bids online through the Central
Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app‟ before proceeding
ahead.
SW
For Accepting Officer
P a g e | 2 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
4. The work is estimated to cost Rs. 3782.00 lac (Rupees Three Thousand Seven Hundred
Eighty Two Lakh Only) approximately or as subsequently amended in tender documents or uploaded in
BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app This estimate,
however, is not a guarantee and is merely given as a rough guide and if works cost more or less, the
tenderer shall have no claim on that account of what so ever nature.
5. The tender shall be based on drawing, specifications, General Conditions of Contracts IAFW- 2249
with schedule „A‟ (list of works) to be priced by the tenderers.
6. Not more than one tender shall be submitted by one contactor or contractors having business
relationship. Under no circumstance will father and his son(s) or other close relations who have business
relationship with one another (i.e when one or more partner(s)/director(s) are common) be allowed to
tender for the same contract as separate competitors. A breach of this condition will render the tenders
of both parities liable to rejection.
7. The work is to be completed within 300 days or as subsequently amended in tender documents
or uploaded in BRO website www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app
website on accordance with the phasing, if any, indicated in the tender from the date of handing over the
site, which will be generally within one month from the date of issue of acceptance letter.
8. The Chief Engineer, Project Swastik, C/O 99 APO will be the Accepting Officer, here in
after, referred to as such for the purpose of this contract.
9. Intending tenderers are advised to visit again BRO website www.bro.gov.in (for reference only)
and CPPP website https://eprocure.gov.in/eprocure/app 03 (three) days prior to date of submission of
tender for any corrigendum / addendum/ amendment.
10. Earnest money is not required to be attached with tender by the valid enlisted contractors with
BRO who have submitted standing security deposit and MSME registered firms as per Rule 170 (i) of GFR
2017 but it is required from other contractors and to be attached (Scanned copy) with Technical Bid for
Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of Call Deposit Receipt/Term Deposit
Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Swastik, C/O 99 APO
obtained from any Nationalized/ Scheduled Bank and having maturity/validity period 90 days more than
validity period of his offer.
11. Successful Bidder (L-1) shall deliver to Accepting Officer a Performance Security for an amount of
5% of contract sum in the shape of Bank Guarantee or FDR within 28 days of issue of LoA.
12. Copies of drawings (if applicable) and other documents pertaining to the work (signed for the
purpose of identification by the Accepting Officer or his accredited representative) and sample of
materials and stores to be supplied by the contractor will be opened for inspection at the following
locations:- CE (P) Swastik, C/O 99 APO
13. Tenderers are advised to visit the work site by making prior appointment with OC 130 RCC
(GREF), C/o 99 APO or Commander 764 BRTF (GREF), C/O 99 APO Telephone No.
03552255921/Mobile No. 8900702871 /8001742124
14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc
whether he had inspected them or not.
SW
For Accepting Officer
P a g e | 3 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
15. The work site falls under wildlife sanctuary and no person is allowed to stay in the night along the
work site or along the road. The inner line permit is mandatory for work force. The bidder shall accustom
himself about the working limitation in wildlife sanctuary and restrictions while working along the
international sensitive boarder and conditions imposed by the forest department in such area.
16. Any qualification documents/ tender which stipulates any alternative to any of the conditions laid
down or which proposes any other conditions of any description whatsoever is liable to be rejected.
17. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving
a purchase preference over other tender(s) which may be lower, as are admissible under the Govt policy.
No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may
be rejected on account of the said policy.
18. The submission of a tender by a tenderer implies that he had read this notice and conditions of
contract and has made himself aware of the scope and specifications of the work to be done and of the
conditions and rates at which stores, tools and plants etc will be issued to him, local conditions and other
factors bearing on the execution of the work.
19. The Pre-Contract Integrity Pact has been signed by Accepting Officer or by the Officer specifically
designated by him and scanned copy uploaded as part of NIT alongwith tender documents. Scanned copy
of Integrity Pact duly signed on each pages by the bidder(s) shall be uploaded as part of technical bid
(Cover-I) and original Integrity Pact duly signed on each pages shall be forwarded by post along with
EMD and DD towards cost of tender .
20. The scanned copy of original instruments in respect of tender fee earnest money, Integrity Pact duly
signed on each page by the bidder(s), and under taking regarding acceptance of tender
conditions,Enlistment letter if firm is enlisted in BRO, EPFO, Registration letter, GST Registration and any
other documents required to be submitted with respect to various conditions mentioned in the tender
documents must be uploaded alongwith the technical bid. The Hard copies of all the documents should
reach the tender Inviting Authority in the sealed envelope within 05 days of bid submission end date.
21. In case of applications/bids from enlisted contractors of BRO, where scanned copies of requisite
DD/ Bankers cheque towards cost of tender has been uploaded , but physical copies are not received by
the stipulated date , finance bids will be opened . However non- submission of physical copies of cost of
tender shall be considered as willful negligence of the bidder with ulterior motives and such bidder shall
be banned from bidding for period of six months commencing from the date of opening of finance bid .
22. In case of applications/bids from unenlisted contractors ,where scanned copies of requisite DD/
Bankers cheque towards cost of tender has been uploaded but physical copies are not received by the
stipulated date , finance bids will not be be opened . Name of such contractors alongwith complete
address shall be circulated for not opening of their bids for a period of six months commencing from the
date of opening of finance bid.
SW
For Accepting Officer
P a g e | 4 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
23. In case of applications/bids ( enlisted contractor/ as well as unenlisted contractors)where scanned
copies of requisite Earnest money ( as applicable) were uploaded but the same are not received in
physical form within stipulated time , such bids shall not qualify for opening of finance bid.
24. In case of rejection of technical bid , contractor may appeal to next higher Engineering Authority
i.e HQ ADGBR (East), C/O 99 APO on email “[email protected]” against rejection whose decision shall
be final and binding , However , contractor/ bidder shall not be entitled for any compensation
whatsoever on account of rejection of technical bid.
25. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app.
26. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated
as revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited.
In case of BRO enlisted contractors, the amount equal to the earnest money stipulated in the Notice of
tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount
shall be recovered from payment due to such contractor or shall be adjusted from the Standing Security
Deposit. In addition, such tenderer and his related firm shall not be allowed to participate in the
tendering in second call or subsequent calls.
27. Important- Above particulars may change due to administrative or any other reason and
shall be available in BRO web site www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to visit
BRO web site www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app
frequently and at least once again 03 (three) days prior to bid submission date as per critical
date sheet, for any changes in above particulars.
28. Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99 APO, telephone
No. 03592-259208 & 259209, mobile number of SW 9475342177 for clarifications if any required
regarding various provisions in tender documents.
29. The name and email id of the Nodal Officer of BRO as under:
Sl No. Name of the Nodal Officer of BRO E-mail ID
1 Shri S K Deota, IDCMS (Director (Contracts [email protected]
30. This notice of tender shall form part of the contract.
--sd---
EE (Civ)
SW
For Accepting officer
Dated: 20 Nov 2019
80467/ 07 / E8
Headquarters
Chief Engineer
Project Swastik
C/O 99 APO
Pin-931717
P a g e | 5 CA No. CE (P) SWTK/ /2019-20 Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
1.
HQ DGBR/E8 Dte
Seema Sadak Bhawan
Ring Road, Delhi Cantt
New Delhi-10
10 HQ CE (P) VARTAK
C/O 99 APO
19 HQ CE (P) SHIVALIK
C/O 99 APO
2. The Chief Engineer,
PWD, Gangtok, Sikkim
11 HQ CE (P) PUSHPAK
C/O 99 APO
20 HQ CE (P) BRAHMANK
C/O 99 APO
3. HQ 758 BRTF (GREF)
C/O 99 APO
12 HQ CE (P) SEWAK
C/O 99 APO
21 NHPC Limited, Rangit Power
Station, Rangit Nagar,
South Sikkim-737111
4. HQ 764 BRTF (GREF)
C/O 99 APO
13 HQ CE (P) ARUNANK
C/O 99 APO
22 AO (P) SWTK, (GREF)
C/O 99 APO
5.
130 RCC (GREF)
C/O 99 APO
14 HQ CE (P) BEACON
C/O 56 APO
23 AO 764 BRTF (GREF)
C/O 99 APO
6.
HQ CE (P) HIRAK
C/O 56 APO
15 HQ CE (P) CHETAK
C/O 56 APO
24 EDP cell of HQ DGBR for
uploading on bro web site.
7. HQ CE (P) VIJAYAK
C/O 56 APO
16 HQ CE (P) DANTAK
C/O 99 APO
25 HQ CE (P) HIMANK
C/O 56 APO
8 HQ CE (P) SAMPARK
C/O 56 APO
17 HQ CE (P) DEEPAK
C/O 56 APO
26 HQ CE (P) ROHTHANG
C/O 56 APO
9 HQ CE (P) SETUK
C/O 99 APO
18 HQ CE (P) UDAYAK
C/O 99 APO
27 HQ 755 BRTF (GREF)
C/O 99 APO
CA No. CE (P) SWTK/ /2019-20 P a g e | 1
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
BORDER ROADS ORGANISATION
GOVT OF INDIA
MINISTRY OF DEFENCE
CHIEF ENGINEER PROJECT SWASTIK
Name of Work: PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK
OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB)
AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP
89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130
RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
SRL
NO.
CONTENTS SRL PAGE
A PART-I (TECHNICAL BID)
1. Contents Sheet
01
2. Tender forwarding letter including eligibility criteria, list
& format of qualification documents
02-27
3. Notice Inviting Tender
28-32
4. Instruction to Bidders
33-35
5. General condition of contract IAFW 2249 including
amendment
36-43
6. Special Conditions
44-60
7. Particular/Technical Specifications
61-79
8. Under Taking by Authorized Signatory.
80
B. PART-II (PRICED/FINANCIAL BID)
9. Item Rate Contract for works required I.A.F.W-2249
including BOQ Notes, BOQ, Schedules B, C & D and
tender page
81-88
C. Other DOCUMENTS FORMING PART OF CONTRACT AGREEMENT
10. Errata/Amendments to tender documents
-
11. Relevant Correspondence
-
12. Acceptance letter
13. Total No. of Pages
CA No. CE (P) SWTK/ /2019-20 P a g e | 2
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
FAX- 03592-259210 Headquarters
Tele No. 03592-259208, 259209 Chief Engineer
Email : [email protected] Project Swastik
http://www.bro.gov.in PIN-931717
C/O 99 APO
80467/ /E8 20 Nov 2019
M/s_____________________
PART-I TECHNICAL BID
NAME OF WORK PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING
WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE
(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &
IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES
(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER
130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
Dear Sir(s),
1. A set of tender documents containing T-Bid (Technical bid) and Q-Bid (Financial Bid) for the
above work is forwarded herewith. Please note that tender will be received through online
by the Chief Engineer Project Swastik, C/o 99 APO upto 1200 Hrs on 31 Dec 2019. The
„T‟-bid will be opened as per date/time as mentioned in the tender critical date sheet. After online
opening of T-Bid the results of their qualification as well Q-Bid opening will be intimated later.
2. Tenderers or their duly authorized representative who have submitted their tenders and
who wish to be present at the time of opening of tenders may visit the office of HQ CE (P)
Swastik at the above mentioned time. However, they can view online tender opening process at
their premises.
3. Tender documents may also be downloaded from Central Public Procurement Portal (CPPP)
website https://eprocure.gov.in/eprocure/app. Scanned copies of all the documents, duly
authenticated, as per requirement of tender conditions be uploaded with the online
submitted bid. The Hard Copy of original instruments in respect of earnest money,
Integrity Pact duly signed on each page by the bidder(s) and undertaking given at Page
No. 80 of tender must be delivered to the Chief Engineer Project within 05 days from the
bid submission end date. If scanned copy of Earnest money is not uploaded alongwith
the T Bid, same shall be rejected by the Accepting officer. Scanned and Original copies
should be same and no difference is acceptable.
4. Tendering procedure shall be single stage-two bid System and tender documents shall be
prepared in two parts as under:-
Part-I („Technical Bid‟- „T‟ Bid) Part-II („Price / Commercial‟- „Q‟ Bid)
5. Part- I (Technical Bid – „T‟ Bid)
5.1 (a) The tender to be submitted (Online) by the bidder will be comprised of following
documents:-
(i) Scanned copy of DD in support of cost of tender documents.
(ii) Scanned copy of Earnest Money Deposit by un-enlisted contractor and enlisted
contractors who have not submitted standing security deposit.
CA No. CE (P) SWTK/ /2019-20 P a g e | 3
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(iii) Scanned and signed copy of all the Eligibility/Qualification documents required as
per tender conditions given at Page No. 02 to Page No. 27 of tender documents.
(iv) Scanned and signed copy of Integrity Pact.
(v) Scanned and signed copy of under taking by tenderer given at Serial Page No. 80 of
tender.
(b) Following documents will be deemed to be part of the contract during the time of acceptance
of contract:-
(i) Part-I Technical Bid of the tender document.
(ii) Notice Inviting Tender
(iii) Special Conditions of Contract.
(iv) Particular/Technical Specifications including Drawings, if any.
(v) Any other Amendment/errata to tender document.
5.2 Technical Evaluation Criteria
5.2.1 If contractor is enlisted with BRO but has not submitted standing security deposit, he should
have submitted Earnest money.
5.2.2 All the pages of T-Bid should have been signed by the bidders/authorized rep having valid
Power of Attorney
5.2.3 The Product and Technology considered & offered by the Bidder complying the requirements
for carrying out construction of Cementitious Base Layers should have been successfully used and
tested for its use in accordance with IRC37:2012/2018 and IRC-SP-89:2010/2018 in Indian Road
Conditions for strength and durability.
5.2.4 Copies of Work Orders for Execution Contracts with completion certificates from Govt
agencies/BRO/PSU/MC/Local Govt bodies in India to be attached with the detailed test reports of
the cores extracted from the completed jobs tested from reputed laboratories such as
CRRI/IIT/NABL/Govt Approved/Recognised Laboratories etc.
5.2.5 The Prospective bidder should collect the soil samples from Flaghill-Dokala (km 7 to km 27)
road for calculation of effective CBR as per IRC 37 2018 and provide the test results for technical
evaluation, the collection testing and calculation of effective CBR and all associated costs need to
be done by the bidder at his own cost.
5.2.6 Bidders to submit Crust Design Manual calculations and IIT-Pave Validation as an integral
part of the technical bid for 2 msa traffic intensity with effective CBR as calculated in clause 5.2.5.
The collection of samples, testing and calculation of effective CBR and design of crust with all
associated costs shall be borne by the bidders at their own cost.
5.2.7 The Prospective bidder should collect the soil samples from Flaghill-Dokala road and provide
test report for the virgin soil characterisation and 07 days cured treated soil for strength
parameters meeting the criteria of IRC 37-2018 in conjunction with Annx-X and relevant Clauses
of IRC-SP-89:2018 for the Soaked and un-Soaked test moulds.
CA No. CE (P) SWTK/ /2019-20 P a g e | 4
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
The treated soil samples shall be tested for unconfined compressive strength for
cementitious base (CTB) layer and E value shall be in accordance with the relevant
clauses of IRC : 37 and IRC : SP : 89. The test results on strength and durability criteria
shall be reflected in test report
5.2.8 Bidder shall submit Heavy Metal leachibility along with the Strength parameters with and
without Chemical Admixture and clearly mentioning the dosage of the inputs for the bound CTB
layers considered in the bid.
5.2.9 The testing as per above shall be done by the bidders at their own cost from Govt recognized
NABL laboratory and reports shall be submitted as part of their respective technical bids.
5.2.10 The bidder shall submit test results of previous projects executed which shall contain the
quantity of admixture used per Sqm/Cum of treated surface, results/outcome of tests for “virgin
soil” and “soil treated with admixtures of respective bidders” for 07, 14, and 28 days curing and
07 days soaking for UCS values, CBR and Durability criteria as per IRC 37: 2018, IRC SP 89 2010
and IRC SP 89 Part II 2018.
5.2.11 The bidders should support their respective bids with completion certificates of the
successfully completed jobs for the product and technology considered/proposed for construction
of CTB Layers with test reports for the works carried out as per and in accordance with
IRC37:2012/2018 for surfacing works for BRO/Govt of India agencies such as PWD etc , in support
of its efficacy, along with test certificates for strength and durability from IIT/CRRI/NABL Labs.
Test for Leachability and heavy metal concentration for the admixture considered from CSIR-IITR,
Lucknow and/or CSIR-NEERI, Nagpur as per IRC-SP-89:2018. Bidder should submit the following
with T-Bid :-
(a) Name of Government department which used this product/technology and country i.e.
India or Country of origin.
(b) Name of Road length completed in Government Projects in last two years and location
of the Stretch.
(c) Climatic conditions of the area where applied i.e. sub-Zero, High rainfall, heavy snowfall
etc.
(d) Field evaluation report by the Government institute/Organisation on roads completed
using this technology/Product and success rate thereof.
5.2.12 A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site,
extreme weather conditions and limited working season, and that he had actually inspected the
proposed work site. A tenderer may be a Principal Company for the product and technology for the
construction of CTB Layers and/or an Authorized Agency. The product and technology offered by
the tenderer should have been successfully used and tested for strength and durability as per
IRC37:2012/2018 & IRC-SP-89:2018.
5.2.13 Bidder should arrange to collect Km wise virgin soil samples of the proposed stretch from
Flaghill-Dokala road km 7.00 to km 27.00 and attach with tender the comprehensive test report
for the tests carried out for “virgin soil” and “soil treated with only OPC and OPC+ admixtures
proposed to be used by the respective bidder for 07 days curing and 07 days soaking for E-values
in excess of 5000 Mpa for base course in accordance with relevant clauses of IRC 37:2018, IRC-
SP-89: 2010 and IRC-SP-89 Part II:2018.
5.2.14 The bidder will clearly mention the quantity of admixtures/OPC considered in the bid per
Sqm area of CTB separately for each KM stretch based on the test results alongwith analysis of
treated soil with and without Chemical Admixture and in combination with OPC and Virgin Soil
Characterisation. Design calculations will be supported for the layer(s) thickness considered on the
basis of reported CBR and 2.0 msa along with IIT-Pave validation.
CA No. CE (P) SWTK/ /2019-20 P a g e | 5
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
6. Eligibility Criteria:- Tenderers shall meet the following eligibility criterias for qualifying in
Technical bid .
(a) The tenderer should have working capital and/or credit facilities of atleast 10% of
the estimated cost of the work (Applicable only for non - enlisted Contractors).
(b) NATURE OF TENDERED WORKS : Tendered works are highly mechanized /skilled and
specialized in nature and required performance based expertise for qualification for
the tendered works.
(c) BIDDERS: Bidders can be a “Principal Company” or a “Road Construction
Contractor/Firm”. Pre-Qualification of: –
(i) Principal Company – A company that has “Product & Technology” including the
Critical Equipment under its sole ownership dedicatedly deployable/available for the
tendered works. The Product & Technology should comply to the requirements of
IRC37: 2018, IRC-SP-89:2010 and IRC-SP-89 part II 2018 including the Toxicity &
Heavy Metals Leachibility test report from CSIR-IITR Lucknow/Nagpur. The Product &
Technology of the principal company should have been successfully used in
Govt./BRO projects and tested for its efficacy/suitability from CRRI/IIT meeting the
criteria under Certificate of Usage of IRC-SP-89 part II:2018.
(ii) Road Construction Contractor/Firm – A Firm that has done conventional road
construction works and / or specialized (CTB/CTsB) works and has Project Specific
MOU signed with a Principal Company(qualified a/a) for providing the necessary
Product & Technology, Experience of Similar Works done, Technical Support,
ownership of dedicatedly deployable Critical equipment for the tendered works in
Qty/Nos., assurance for Quality of workmanship, specialised operators/technician
&Timely completion of works.
Where the bidder is a road construction company/firm-Project specific MOU shall be
furnished as a part of technical bid on non judicial stamp paper executed between the
principal company and bidder clearly mentioning the following
“The principal company shall provide the product & technology along with the
necessary technical manpower and the supervision to the bidder and shall be
responsible for the quality and the timely completion of tendered works”
6.1 Experience
Tenderer should have successfully completed or substantially completed with any Govt
agencies/PSU/Municipal Corporation/local Govt bodies,
three similar works costing not less than the amount equal to 40% of estimated cost of work, or
two similar works costing not less than the amount equal to 50% of estimated cost of work, or
one similar work costing not less than the amount equal to 80% of estimated cost of work in last
seven & current financial years.
Similar work: Shall mean works pertaining to construction of CTB/CTsB with SAMI layers by
supply of cementations material along with provision of technical manpower supervision and the
provision of critical Equipment. Product & Technology offered by the bidder should meet
requirements of relevant clauses of IRC-SP-89:2018
CA No. CE (P) SWTK/ /2019-20 P a g e | 6
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Notes:-
1. Substantially completed works means those works which are 90% completed on the date of
submission (i.e. gross value of work done up to the last date of submission is 90% or more of the
original contract price) and continuing satisfactorily.
2. Tenderer shall submit list of work executed in the past 7 years in their letter head duly
signed by the proprietor/partner/director of the firm in the proforma contained in Clause 8.1
3. Completion cost of works shall be brought to common base date of receipt of tender as per
following formula:-
Completion cost X (1+Period in days from date of completion to date of receipt of tender/365
days) X 0.10)
6.2 Available Bid Capacity (ABC)
6.2.1 ABC as per formula given hereunder should be more than estimated cost of work given in
NIT. Tenderers shall calculate ABC and submit details duly signed on letter head.
Available Bid Capacity = 2.5 x A x N – B
A - Maximum value of all civil Engg works in any one year during the last 5 financial years
(updated to the current price level with enhancement factors as given below) supported with duly
certified Balance Sheets/ Certificates from Chartered Accountant.
Year Multiplying factor
Last first year 1.10
Last second year 1.20
Last third year 1.30
Last Fourth year 1.40
Last fifth year 1.50
N- Number of years prescribed for completion of work for which the current bid is invited
B- Value of the balance ongoing works to be executed in period N
6.2.2 The tenderers shall indicate actual figures of completion cost of work and value of A without
any enhancement as stated above.
6.2.3 The tenderer may be accorded an opportunity to clarify or modify his qualification
documents, if necessary, with respect to any rectifiable defects through option of short fall in
tender documents to be uploaded by the bidder. The tenderer will respond in not more than 07
days of uploading of the clarification letter through shortfall option failing which his tender is liable
to be rejected.
6.3 Vehicles, Equipments and Plants (VEP):
6.3.1 Tenderer should own or have assured access (through hire/lease/purchase agreement/
other commercial means) to the requisite Equipments, Plants and vehicles in good working
condition (complete usage life not more than 7 years except stone crushers) given hereunder.
CA No. CE (P) SWTK/ /2019-20 P a g e | 7
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Critical Equipment: in the quantity and numbers as indicated below, should be under the
ownership of the principal company or under the ownership of the bidder or with both.
6.3.1 Tenderer should own in case of Principal Company or should have assured unrestricted
access from its principal company in case of other bidders (undertaking from principal company is
required) for the following specialized machinery dedicatedly available for the proposed stretch in
good working condition as, the work site being in remote area(s) having limited working season.
(Complete usage life not more than 7 years except stone crushers).
6.3.2 The other Equipments as listed below can be hired. The specialized equipment/machinery
should be always available as hot-standby in the required numbers with the provider of product
and technology/principal company to avoid any delays that may result out of machines break-
down. All the machinery is required to be deployed at site between KM 7.00 TO KM 27.00 ON
ROAD FLAGHILL-DOKALA UNDER 130 RCC/764 BRTF/SWASTIK SECTOR IN SIKKIM
STATE. The work being specialized in nature, only mechanical means of construction shall be
adopted in accordance with Annx-X/X-1 of IRC37:2012/2018 and recommended as per Annx-IV of
IRC-SP-89:2018 by means of deploying specialized and general purpose machines dedicatedly for
the proposed stretch as per following criteria and list of machinery below. No manual work shall be
allowed.
(i) Critical Equipment to be owned by the tenderer:- To be owned by principal
Company / provider of Product & Technology or the bidder dedicatedly available for the
tendered works
S.No DESCRIPTION
Flaghill
side
QTY (Nos)
Dokala
side
QTY (Nos)
REMARKS
(a)
Specialized In-situ spreading
machinery
Tractor mounted spreaders
Or
Truck mounted spreaders
As per Annexure-IV
IRC SP:89(part II)-2018
01 01
These are
minimum
requirement
additional
deployment will
be made as per
site requirement (b) Specialized In-situ mixing
machinery
Tractor power driven
Or
Self power driven
01 01
(c) Synchronous Chip Sealer
comprising of
Temperature controlled Bitumen
heating arrangement and spray
bar with integral feature to spread
11.2 mm chips for laying SAMI
layer as per IRC –SP-34:1989 and
IRC 110-2005
01
Note:- The requirement of Nos of critical equipment has been worked out as
per past experience and working conditions. However for any other principal
company with approved technology other than presently in use, the principal
company shall certify the minimum number of critical machinery of required
capacity including one machinery as spare for each category to be utilized in case
CA No. CE (P) SWTK/ /2019-20 P a g e | 8
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
of break down and submit the justification based on the output of the machinery to
complete the entire scope of work within the available working period. This should
be submitted along with Technical Bid.
(ii) Other Equipment :- Owned/secured/ un-restricted access to be hired by the
bidder. Affidavit on a Non-Judicial Stamp Paper shall be submitted by the Bidder for hiring
of the other equipments as per the Qty/Nos., as indicated in the tender as per standard
model tender criteria, in case the bidder does not possess. Invoices justifying the
possession under the ownership of the bidder and/or its provider under hiring basis will be
submitted by the bidder.
Sr.No. DESCRIPTION
Flaghill
side
QTY(Nos)
Dokala side
QTY Nos
REMARKS
(a) Minimum Nos. of Motor Graders for the 01 01 These are
minimum
requirement
additional
deployment will
be made as per
site requirement
preparation of the Soil-Stone Bed for CTB
Layer
(b) JCB/Back Hoe for allied works 01 01
(c) Minimum Nos. of TVRR for compaction of 01 01
CTB
(d) Smooth wheeled road roller of 60-80 01 01
KN/Pneumatic tyred roller
(e) Minimum Nos. of Water Trucks 6000-8000 01 01
Ltrs for curing of the CTB layers
(f) TIPPER/DUMPER 05 05
6.3.2 Tenderer/Principal company shall indicate source of requisite Equipments, Plants and
Vehicles in good working condition required for execution of work in following format :-
(i) Item
(ii) Year of Manufacture
(iii) Source from where to be arranged (Owned / lease etc.)
(iv) Location presently deployed
(v) Based on known commitments, whether will be available for use in the proposed
contract.
Note:- Bidder other than principal company may own the critical VEP or should have
assured access for the critical equipments from the Principal company/Principal
company should own critical VEP as per specific requirement of the work as
decided/specified by the tender issuing authority in the tender.
6.4 Performance & Other Requirement
(a) There should not be poor/slow progress in running work. (If yes, submit details and
reasons of delay to check that these are not attributable to him or are beyond his control).
(b) There are no serious defect observed in works which stand unrectified (If yes, submit
details and reasons)
CA No. CE (P) SWTK/ /2019-20 P a g e | 9
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(c) There are no cancelled/ abandoned contracts in which Govt unrealized recoveries exist (If
yes, submit details and reasons)
(d) He/They have not been blacklisted by any Govt Deptt (If yes, submit details and reasons)
(e) There are no any Govt dues outstanding against the firm (If yes, submit details and
reasons)
(f) Tenderer should not be habitual litigant i.e. having more than 3 unsuccessful
arbitration/court cases during last years in which his views/claims are substantially rejected
(g) Proprietor/partners/directors of firm are not involved in antinational/anti social activities
and have neither been convicted nor any proceeding are pending in court for such activities
(h) Firm should have been considered capable of taking more load in work load return
circulated by DGBR. In case the firm is not considered capable for taking more work load due to
unsatisfactory performance in the running works, in the prevailing report circulated by DGBR their
technical bid shall be rejected .
6.5 Disqualification Even though the tenderers meet the above criteria, they are liable to be
disqualified if they have made misleading of false information in bidding documents submitted.
7 JOINT VENTURE IN BRO WORKS
7.1 Two firms are permitted to bid for the tender based on Joint Venture agreement between
them. Joint Venture (JV) shall not comprise more than two firms (called parties of JV). The format
of agreement at Annexure I. The JV shall be considered as un-enlisted contractor. The JV shall
submit earnest Money Deposit for all tenders and individual Security deposit as per instructions, in
contract is awarded.
7.2 JV shall be allowed for the following works :-
(a) Road work with estimated cost more than Rs.50 crore.
(b) Bridge work and via duct with estimated cost more than Rs.20 crores.
(c) Tunnel Works of any value.
(d) Runway Work any value.
(e) PEB structure works of any value.
(f) Solar Power works of any value.
(g) Works for specialist E/M services with estimated cost more than Rs.20 crore.
(h) Consultancy Work for Preparation of DPR for Bridges Tunnels & EPC roads with
estimated Cost more than Rs.5 Crore.
(j) Works other than the types at (a) to (h) above with estimated cost more than Rs.50
crore.
7.3 No JV shall be allowed for furniture works. No JV shall be allowed to participate if either or
both the parties are banned/adversely remarked in WLR of BRO or debarred from tendering by any
authority.
CA No. CE (P) SWTK/ /2019-20 P a g e | 10
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
7.4 Foreign Companies shall not be permitted to participate in JV except in case of tunnel
project. Security clearance of Foreign Companies having foreign citizenship Directors shall dealt
with as prescribed under subsequent para.
7.5 (a) Indian Companies having Director (s) of foreign origin and Indian Companies having
Director (s) of Indian origin but residing abroad / having foreign citizenship shall be
permitted to participate in JV. However security clearance in such cases shall be obtained
by following procedure laid down by Ministry of Home Affairs vide their letter
No.II/20034/2013-IS II dt 30 Jun 2015 and amendment there if vide OM No
II/20034/2013-II dt 09 Dec 2015. These letters, being classified, are not being shared. The
case for security clearance shall be processed to HQ DGBR for taking up matter with
concerned authorities.
(b) Case for security clearance shall be processed to HQ DGBR on PRIORITY after
opening „T‟bid (Cover-1). Further processing of tender to open Finance Bid (Cover-2) shall
not be held up awaiting receipt of security clearance. However, if the JV requiring security
clearance of Director (s) becomes L1, the tender shall be accepted only on receipt of
security clearance. For this, the Accepting officer will pursue the security clearance
vigorously.
(c) For runway tenders, all other policies issued vide E-in-C‟s Branch letter No.
A/37696/OSDPL/POL/E2 W (PPC) dt 15 May 2015 as amended vide their letter even No dt
14 Mar 2017 pertaining to experience, nature of works executed, requirement of tools,
plants and machinery, financial turnover, Available Bid Capacity etc shall be followed.
7.6 A valid agreement shall exist between the parties of JV defining clearly the role,
responsibility and scope of work of each party, percentage share of each party alongwith
nomination of leader (lead Party) for the purpose of this work and a confirmation that the parties
of the JV are jointly and severally responsible.
7.7 JV as a single unit or each party of the JV shall have Permanent Account Number (PAN) and
GSTIN. However if the contract is awarded to the JV, then PAN & GST in shall be obtained by the
JV as single unit.
7.8 The JV shall have two parties. The lead party of the JV shall meet minimum 60% or the
percentage of share in the JV (whichever is higher) of the qualifying criteria pertaining to (a) past
experience of completed works, (b) Average Annual Turnover, (c ) Bank Solvency/ Financially
Sound for engagement and (d) Working Capital. Both the parties combined shall meet minimum
120% of the above qualifying criteria. The party other than the lead party shall meet minimum
30% of the above qualifying criteria.
7.9 Both the Parties of JV shall jointly possess the required T&P, machinery and engineering/
supervisory staff. T&P can be either on ownership basis or lease hold as stipulated in NIT/ tender
documents and documentary proof of the same shall be submitted. Other qualification criteria shall
be meet fully/ jointly by both the parties of JV or as a single unit of JV.
7.10 In the Residual Bid Capacity ( in the formula 2.5 xAxN-B, where A= Maximum turnover in
last five financial years, N= Period of completion of contracted (tendered) work ( in years
calculated till two decimal places) and B= Value of balance work in all Govt & Private works), in
respect of a JV, values of A and B shall be the sum total of the respective figures of both the
parties.
7.11 Similarly when a Firm/ Contractor working in JV applies for tender (s) in his own capacity
(i.e. independently), the part value of A and B of his JV work (s) in proportion to his percentage
share in JV shall also be considered against the tender applied in his own capacity and capacity
and hence these details shall be submitted by the Firm/ Contractor in his „T‟ bid.
CA No. CE (P) SWTK/ /2019-20 P a g e | 11
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
7.12 JV concluded upto the date of bid submission are permitted to apply. Copy of JV should be
uploaded. The Department reserves the right to verify the particulars furnished by the applicant
independently. If any information furnished by the applicant JV is found incorrect and / or
misleading and/or false representation and/or deliberately suppressed information, at a later
stage, the JV and both the parties shall be liable to be debarred from tendering / taking up of any
work in BRO.
7.13 Party / parties will not be allowed to bid for the same tender in their independent capacity
as well as under JV. Also no party will be allowed to bid for the same tender under multiple JVs. In
case of violation (party/parties bidding independently as well as under JV for the same tender,
party/parties bidding for the same tender under multiple JVs), the bid of the party/parties
concerned as well as the bid(s) of the related JV(s) shall not be opened (ie shall not be qualified in
„T‟ bid Cover „1‟).
7.14 The lead party shall attend all progress review meetings and shall be answerable to all
issues relating to the project.
7.15 For any of the defaults as under of the JV, administrative action shall be taken against both
the parties of JV:-
(a) In case of non –submission of physical original documents of cost of tender, EMD-
Barring from bidding for six months.
(b) Due to default in performance of contract etc-Administrative actions as per existing
instructions.
7.16 Any unrealized recovery from JV shall be recovered proportionately from the parties in
proportion to their percentage share in the JV. If it is not possible to recover proportionate share
(partly/fully) form one party, it shall be recovered from other party.
8 List & format of eligibility documents to be attached along with Part-I of tender
documents to prove eligibility:-
8.1 List of works completed/substantially completed in last seven and current financial years
and ongoing works in following format:-
Name
of
work
& CA
No.
Brief
Scope
of
Work
Name &
address
of
employer/
client
Accept
ed
Contra
ct
Amoun
t
Date
of
Comm
e
nceme
n t of
work
Original
date of
complet
ion
Extende
d date of
completi
on n
Actualdat
e of
comp
letion /
Prese nt
Progr ess
Cost of
complete
d work
Remar
k ks
explai
ning
reaso
n s of
delay
if any
Note: Works proving criteria of experience shall be highlighted and performance certificate from
client in respect of these works shall be submitted.
8.2 Available Bid Capacity.
For – A:- Balance sheets/Certificates from Chartered Accountant indicating annual turnover
of civil Engg works constructed in last 5 years.
For – B:- Contractors shall submit details of ongoing works as per format stated in clause
8.1 of above.
CA No. CE (P) SWTK/ /2019-20 P a g e | 12
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Tenderers shall calculate ABC and submit details duly signed.
8.3 Equipments, Plants and Vehicles:
(a) Tenderer shall indicate source of requisite Equipments, Plants and Vehicles with vintage
required for execution of work in following format:-
S/ No. Item Year of
Manufacture
Source from where to
be arranged (Owned /
lease etc.)
Location
presently
deployed
Based on known
commitments,
whether will be
available for use in
the proposed
contract.
(b) Copy of documentary support of ownership/assured access to the satisfaction of the Accepting
Officer is required to be enclosed.
8.4 Integrity Pact (IP) IP duly signed by Accepting Officer/ authorized officer has been
uploaded alongwith this tender as Annexure-II, same shall be signed by bidder(s) on each page
and scanned copy shall be uploaded as part of Technical bid ( cover-1) and original IP duly signed
on each page shall be forwarded by post alongwith tender fee and EMD (if applicable) . IP will be
an integral part of the Contract and both parties are bound by its provision.
8.5 Performance and other Requirements
8.5.1 Tenderer shall submit undertaking that:-
(a) There is no poor/slow progress in running works. (If yes, he will submit details and reasons of
delay to check that these are not attributable to him or are beyond his control).
(b) There are no serious defects observed in works which stand un-rectified (If yes, he will submit
details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealized recoveries exist (If yes,
he will submit details and reasons).
(d) He/They have not been blacklisted by any Govt Deptt (If yes, he will submit details and
reasons).
(e) There are no Govt dues outstanding against the firm (If yes, he will submit details and
reasons).
(f) Proprietor/partners/directors of firm are not involved in anti national/ anti social activities and
have neither been convicted nor are any proceedings pending in court for such activities (If yes,
he will submit details).
8.5.2 Tenderer shall submit information of all arbitration/court cases decided during last five and
current financial years and also presently in progress as per following format:-
(a) Name & Address of employer
(b) Cause of dispute
(c) Amounts involved
(d) Brief of Court Judgment/arbitration award (if published) otherwise present progress
8.6 Constitution of firm alongwith copy of partnership deed (in case of partnership firms) and
memorandum of articles and association (in case of limited companies).
CA No. CE (P) SWTK/ /2019-20 P a g e | 13
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
8.7 In case of unenlisted firms, Copies of Passport of proprietor/partners/directors (if available).
Present address & photograph for verification of character and antecedents of
proprietor/partners/directors from police authorities.
8.8 Copies of PAN Card of proprietor/partners/directors.
8.9 Lowest bidder if unenlisted firm in BRO (if his offer is decided for acceptance) will be
required to fill enlistment form for provisional enlistment.
Notes:-
1. Documents as listed at clause 8.6 to 8.8 above are exempted for tenderers enlisted with
BRO in any class.
2 Affidavits shall be submitted on Non-Judicial stamp papers of appropriate values duly
attested by the Magistrate/Notary Public.
3. Photocopies of documents shall be attested by Gazetted officer/Public notary and also self
attested.
4. The bidder should meet all the technical evaluation criteria indicated in the bid documents
in order that the bid is considered to be technically responsive and the bidder qualifying to have its
Financial Bid opened.
9. Part-II („Price/Commercial- „Q‟ Bid)
9.1 Part – II (Price/Commercial Bid – Q Bid ) shall comprise of the following :
(i) Schedule „A‟ Notes
(ii) Schedule „A‟ ( to be quoted by Bidder)
(iii) Schedule B, C & D.
(iv) Tender page
10. Q-bid evaluation
(i) Arithmetical corrections shall be made as per General Condition of Contracts 6 (A)
of IAFW -2249.
(ii) Commercial Bids will be reviewed to ensure that the figures indicated therein are
consistent with the details of the corresponding Technical bids.
(iii) For the purpose of evaluation “cost” shall be inclusive of all taxes and duties.
(iv) Bidder who has quoted lowest total cost in Schedule A (L-1) shall be considered
successful bidder and all other bidders shall be considered unsuccessful. Offer of successful
bidder (L-1) shall only be considered for acceptance. If L-1 backs out, retendering shall be
resorted in a fair and transparent manner. (iii) Completion Period as indicated in Tender
Document have been accepted.
10.1 The Chief Engineer Project Swastik, C/o 99 APO will be Accepting Officer here-in-after
referred to as such for the purpose of this contract.
CA No. CE (P) SWTK/ /2019-20 P a g e | 14
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
10.2 If tenderers desire that any condition or stipulation given in the tender documents is to be
modified or deleted, they may submit their comments/suggestions before last working date of
clarification as shown in critical date details in subject tender ID for consideration by the Deptt for
issue of corrigendum/amendments to tender documents. If deptt considers comments/
suggestions suitable, corrigendum/amendments to tender documents shall be issued and also
uploaded on E- tendering Portal. If deptt does not consider comments/suggestion suitable,
corrigendum/amendments to tender documents shall not be issued/uploaded on E- tendering
Portal and tenderers shall quote strictly complying with the various provisions given in the tender
documents. Any tender who stipulates any alterations to any of the conditions/provisions laid
down in tender documents (including corrigendum/amendments) or which proposes any other
conditions of any description whatsoever is liable to be rejected.
10.3 The tenderers are advised to visit the work site to acquaint themselves of working and site
conditions, before submitting their tender. The submission of tender by a person implies that he
has read this tender forwarding letter, the conditions of contract and has made himself aware of
the scope and specifications of the work to be done and of the conditions and other factors, site
conditions, taxes and levies prevailing etc which may affect the quotation and execution of the
work.
10.4. Tenderer must be very careful to deliver a bonafide tender; failing which the tenders are
liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must satisfy
each and every conditions laid down in tender documents.
10.5. Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as amended
up to date particularly section 5 thereof.
11. Earnest Money:-
(a) Earnest money is not required to be submitted by the enlisted contractor with BRO (term
“enlisted contractor” used in tender documents means “enlisted contractor with BRO”) who have
submitted standing security but same is required from enlisted contractor with BRO, who have not
submitted standing security deposit.
(b) Unenlisted contractors with BRO/Enlisted contractors with BRO, who have not submitted
standing security deposit will submit the tender accompanied with Earnest Money amounting to
Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of call Receipt/Term Deposit
Receipt/Special Term Deposit Receipt in favour of Chief Engineer Project Swastik, C/o 99 APO
by nationalized/scheduled Bank. Technical Bid not accompanied with earnest money will not be
considered for opening of financial Bid. The amount of this receipt should be basic amount and not
their maturity value. Any deposit lying with the department in any form against any other tender
and/or contract shall not be considered for adjustment as the earnest money against the tender.
Any tender not accompanied with the earnest money in the form as indicated here-in-before or
accompanied with any letter/communication containing any request for adjustment of any other
deposit as earnest money shall be treated as non bonafied tender.
(c) Earnest money shall be returned to unsuccessful bidder (other than L-1) after opening of
Financial Bids and to successful (L-1) bidder after receipt of security deposit.
12. Performance Security :-
12.1 Within 28 days of the letter of acceptance , the successful bidder (L-1) shall deliver to the
Accepting Officer a Performance Security for an amount equivalent to 5% of the Contract sum.
12.2 Failure of the successful contractor to comply with the requirement of sub clause 12.1 shall
constitute sufficient grounds for cancellation of award of work and forfeiture of the Earnest Money.
In case of BRO enlisted contractor amount equal to the Earnest Money stipulated in the Notice
CA No. CE (P) SWTK/ /2019-20 P a g e | 15
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Inviting Tender , shall be notified to the tenderer for depositing the amount through MRO, issue of
tender to such tenderers shall remain suspended till the aforesaid amount equal to the earnest
Money is deposited in Government Treasury.
12.3 In the event of contract being cancelled, under Condition 52, 53, & 54 of IAFW-2249
General Conditions of Contracts the Performance Security & retention money as per last RAR shall
be forfeited. ALL T&P and material of contractor lying at site shall be confiscated by the
Government and shall be absolutely at the disposal of the President of India and no compensation
whatsoever shall be allowed by department .
12.4 Form for Bank Guarantee Bond against Performance Security Deposit shall be as per
Annexure-III.
12.5 The period of validity of the Bank Guarantee Bond against Performance Security shall be
upto and including the scheduled date of expiry of Defects Liability Period.
13. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a purchase preference over other tender(s) as are admissible under the
Government Policy. No claim for any compensation or otherwise shall be admissible to such
tenders whose tenders may be rejected on account of the said policy.
14. The tender shall remain open for acceptance for a period of 120 days from bid submission
end date.
15. On acceptance of tender, the name of authorized representative (s) of the contractors who
would be responsible for taking instructions from Engineer-in-Charge or its authorized
representative shall be intimated by the contractor within 7 days of issue of Acceptance letters.
16. Revision/Modification of quoted Price In case the tenderer has to revise /modify
/withdraw his quoted rates / offer after it is uploaded in e-tendering portal he may do so on before
bid submission end date & time in in e-tendering portal only. Any revision/ modification in offer /
withdrawal of offer in the form of an open letter after bid submission end date & time and the
same shall be considered as revocation of offer and shall not be taken into account, while
considering his originally quoted offer.
17. Revocation of offer: In the event of lowest tenderer revokes his offer or revise his rates
upward (which will be treated as revocation of offer), after bid submission end date and before
expiry of original validity period stipulated in tender documents, the earnest money deposited by
him shall be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money
stipulated in the Notice Tender, shall be notified to the tenderer for depositing the amount through
MRO, failing which the amount shall be recovered from any payment due to such contractor or
shall be adjusted from the Standing Security Deposit. In addition, L-1 tenderer revoking offer and
his related firms shall not be issued the tender in second or subsequent calls of subject work.
CA No. CE (P) SWTK/ /2019-20 P a g e | 16
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
ANNEXURE -I
Format for Joint Bidding Agreement for Joint Venture
(to be executed on stamp paper of appropriate value)
THIS JOINT BIDDING AGREEMENT is entered into on this the ………………………day of
………. 20………….
AMONGST
1................................................................having its registered office at……………………………
(hereinafter referred to as the „FirstPart‟ which expression shall, unless repugnant to the context
include its successors and permitted assigns)
AND
2 …………………………………Having its registered Office at………………………… (hereinafter referred to as
the „Second Part‟ which expression shall, unless repugnant to the context include its successors
and permitted assigns)
The above mentioned parties of the FIRST and SECOND PART are collectively referred to as the
“Parties” and each is individually referred to as a “Party”
WHEREAS,
(A) The BORDER ROADS ORGANIZATION, represented by its HQ CE (P) Swastik and having its
office at HQ CE (P) Swastik, C/O 99 APO, Pin 931 717 (hereinafter referred to as the “Authority”
which expression shall, unless repugnant to the context or meaning thereof, include its
administrator, successors and assigns) has invited bid by its Tender ID No._CE (P)
SWTK/23/2019-20 for Name of Work : PROVIDING, LAYING, COMPACTION & EXECUTION OF
SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS
BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC
SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764
BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
(B) The Parties are interest in jointly bidding for the tender as member of a Joint Venture and
in accordance with the terms and conditions of the tender document in respect of the work, and
(C ) It is necessary condition under the pre-qualifying criteria (PQC) that the parties of the Joint
Venture shall enter into a Joint Bidding Agreement and furnish a copy there of with the
Application.
NOW IT IS HEREBY AGREED as follows :
1. Definitions and Interpretations
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have
the meaning ascribed thereto under the PQC in the Notice Inviting Tender.
2. Joint Venture
(a) The parties do hereby irrevocably constitute a Joint Venture for the purposes of
jointly participating in the Bidding Process for the project.
CA No. CE (P) SWTK/ /2019-20 P a g e | 17
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(b) The Parties hereby undertake to participate in the Bidding Process only through this
Joint Venture and not individually and/or through any other Joint Venture constituted for this
Project, either directly or indirectly.
3. Covenants
The parties hereby undertake that in the event the Joint Venture is declared the selected Bidder
and awarded the contract, it shall perform all its obligations as the Contractor in terms of
the Contract.
Role of the Parties
The parties hereby undertake to perform the roles and responsibilities as described below :
(a) Party of the First shall be the Lead member of the Joint Venture and shall have the
power of attorney from the other Party for conducting all business for and on behalf of the
Joint Venture during the Bidding Process and execution process as well as post execution
process.
(b) Party of the Second Part shall be the Member of the Joint Venture.
4. Joint and Several Liability
The parties do hereby undertake to be jointly and severally responsible for all obligations
and liabilities relating to the Project and in accordance with the terms and conditions given
in the NIT and Tender Documents.
Field of expertise
The parties do hereby declare that the field of expertise of the parties are as under :-
First party :
Second Party :
Share of Works in the Project
The parties agree that the proportion of the Contract to be allocated among the parties
shall be as follows :-
First party :
Second Party :
5. Representation of the Parties
Each Party represents to the other Party as of the date of this Agreement that :
(a) Such Party is duly organised, validly existing all in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such party of this Agreement has been
authorized by all necessary and appropriate corporate or governmental action and a copy of
the extract of the charter documents and board resolution/power of attorney in favour of
the person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Joint Venture party is annexed to this Agreement, and will
not, to the best of its knowledge :-
(i) Require any consent or approval not already obtained;
CA No. CE (P) SWTK/ /2019-20 P a g e | 18
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(ii) Violate any applicable law presently in effect and having applicability to it;
(iii) Violate the memorandum and articles of association, by-laws or Other
applicable organizational documents thereof;
(iv) Violate any clearance, permit, concession, grant, license or other
governmental authorization, approval, judgment, order or decree or any mortgage
agreement, indenture or any other instrument to which such Party is a Party or by
which such Party or any of its properties or assets are bound or that is otherwise
applicable to such Party; or
(v) Create or impose any liens, mortgages, pledges, claims, security interest,
charges or encumbrances or obligations to create a lien, charge, pledge, security,
interest, encumbrances or, mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so as
to prevent such Party from fulfilling its obligations under this Agreement.
(c) This Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) There is no litigation pending or, to the best of such Party‟s knowledge, threatened
to which it or any of its Affiliates is a Party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such party in
the fulfillment of its obligations under this Agreement.
6. Termination
This Agreement shall be effective from the date hereof and shall continue in full
force and effect until completion of Defect Liability Period under and in accordance with the
Contract, in case the Project is awarded to the Joint Venture. However, in case the Joint
Venture does not pre-qualify for the Project of does not get selected for award of the
Project, the Agreement will stand terminated in case the Applicant does not pre-qualify or
upon return of the Bid Security by the Authority to the Bidder, as the case, may be.
7. Miscellaneous
(a) This Joint Bidding Agreement shall be governed by Laws of India.
(b) The Parties acknowledge and accept that this Agreement shall not be amended by
the Parties without the prior written consent of the Authority.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED
THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED
For and on behalf of
CA No. CE (P) SWTK/ /2019-20 P a g e | 19
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
LEAD member by: SECOND PART
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
WITNESS
In the presence of:
1. 2.
CA No. CE (P) SWTK/ /2019-20 P a g e | 20
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
ANNEXURE-II
INTEGRITY PACT
General
1. Whereas the President of India, represented by Chief Engineer (CE) hereinafter referred to
as Principal / Owner and the first part, has floated the Tender (NIT No. CE (P) Swtk/23/2019-20)
and intends to award, under laid down organizational procedure, contract for “PROVIDING,
LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,
GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER
GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH
SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00
ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF
SIKKIM.” hereinafter referred to as works/ Services and M/s
_____________________________represented by, ______________(Which term unless
expressly indicated by the contract, shall be deemed to include its successors and its assigness),
hereinafter referred to as the Bidder/Contractor and the second part is willing to carryout the
works/services.
2. Whereas the bidder is a Proprietorship Concern/ Partnership Firm/ Limited Liability Firm/
Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with the
relevant law in the matter and the Principal/ Owner is Chief Engineer (CE)/ Commander Contract/
OC Contract performing its functions on behalf of the President of India.
Objectives
3. Now, therefore, the Principal/ Owner and the Bidder agree to enter into this pre-contract
agreement, referred to as INTEGRITY PACT (IP), to avoid all forms of corruption by following a
system that is fair, transparent and free from any influence/prejudiced dealings prior to, during
and subsequent to the conclusion of the contract to be entered into with a view to:-
3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitive
price in conformity with the defined specifications of the services by avoiding high cost and
the distortionary impact corruption on public procurement.
3.2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also refrain from
bribing and other corrupt practices and the Principal/ Owner will commit to prevent
corruption, in any form, by their officials by following transparent procedures.
Commitments of the Principal / Owner
4. The Principal / Owner commits itself to the following:-
4.1 The Principal / Owner undertakes that, no official of the Principal / owner, connected
directly or indirectly with the contract will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the Bidder, either for themselves or for any
parson, organization or third party related to the contract, in exchange for an advantage, in
the bidding process, bid evaluation, contracting or implementation process related to the
contract.
4.2 The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and
will provide to all Bidders the same information and will not provide any such information to
any particular Bidder which could afford an advantage to that particular Bidder in
comparison to other Bidders.
CA No. CE (P) SWTK/ /2019-20 P a g e | 21
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
4.3 All the officials of the Principal / Owner will report to the appropriate Government
office any attempted or completed breach(s) of the above commitments as well as any
substantial suspicion of such a breach.
5. In case of any such preceding misconduct on the part of such official(s) is reported by the
Bidder to the Principal / Owner willful and verifiable facts and the same is prima facie found to be
correct by the Principal / Owner, necessary disciplinary proceedings, or any other action as
deemed fit, including criminal proceedings may be initiated by the Principal / Owner and such a
person shall be debarred from further dealing related to the tender / contract process. In such a
case while an Inquiry is being conducted by the Principal / Owner the tender process / proceedings
under the contract would not be stalled.
Commitments of Bidders
6. The Bidder commits himself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of his bid or during any pre-contract or post
contract stage in order to secure the contract or in furtherance to secure it and in particular
commits himself to the following:-
6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour any material or non-material benefit or other advantage,
commission, fee, brokerage or inducement to any official of the Principal / Owner,
connected directly or indirectly with the bidding process, or to any person, organization or
third party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the Contract.
6.2 The Bidder further undertakes that he has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour any material or non-
material benefits or other advantage, commission, fees, brokerage or inducement to any
official of the Principal / Owner or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any other
Contract with the Government for showing or forbearing to show favour or disfavour to any
person in relation to the contract or any other Contract with the Government.
6.3 The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
6.4 The Bidder will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
6.5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) or
any other intermediaries wherein payment is made or penalty is levied, directly or
indirectly, on success or failure of the award of the contract.
6.6 The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts. Complaint will be
processed as per Guidelines for handling of Complaints in vogue. In case the complaint
is found to be vexatious, frivolous or malicious in nature, it would be constructed as a
violation of Integrity Pact.
7. Previous Transgression
7.1 The Bidder declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact with any other company in respect of any
corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any
Government Department in India.
CA No. CE (P) SWTK/ /2019-20 P a g e | 22
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified
from tender process or the contract and if already awarded, same can be terminated for
such reason.
8. Company Code of Conduct
8.1 Bidders are advised to have a company code of conduct (clearly rejecting the use of
bribes and other unethical behavior) and a compliance program for the implementation of
the code of conduct throughout the country.
9. Sanction for Violation
9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or
acting on his behalf (whether with or without the knowledge of the Bidder) or the
commission of any offence by the Bidder or any one employed by him or acting on his
behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of
Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle
the Principal / Owner to take all or any one of the following actions, wherever required:-
(i) Technical bid of the Bidder will not be opened, Bidder will not be entitled to
or given any compensation. However, the proceedings with the other Bidder(s)
would continue.
(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to or
given any compensation. However, the proceedings with the other Bidder(s) would
continue.
(iii) The Earnest Money Deposit shall stand foreited either fully or partially, as
decided by the Principal / Owner, in case contract is not awarded to the Bidder and
the Principal / Owner shall not be required to assign any reason therefore. For
enlisted contractors an amount less than or equal to Earnest Money Deposit as
decided by the Principal / Owner shall be deducted from any amount, held with the
Department / any payment due.
(iv) To immediately cancel the contract, if already concluded / awarded without
any compensation to the Bidder.
(v) To encash the Performance Security furnished by the Bidder.
(vi) To cancel all or any other Contract(s) with the Bidder.
(vii) To temporarily suspend or temporarity debar / permanently debar the bidder
as per extant policy.
(viii) If adequate amount is not available in the present tender / contract, the
deficient amount can be recovered from any outstanding payment due to the Bidder
from the Principal / Owner in connection with any other contract for any other
works/services.
(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of
the Bidder, either directly or indirectly, is closely related to any of the officers of the
Principal /Owner, or alternatively if any close relative of an officer of the Principal
/Owner has financial interest/stake in the Bidder‟s firm, the same shall be disclosed
by the Bidder at the time of submission of tender. Any failure to disclose the interest
involved shall entitle the Principal /Owner to debar the Bidder from the bid process
CA No. CE (P) SWTK/ /2019-20 P a g e | 23
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
or rescind the contract without payment of any compensation to the Bidder. The
term „close relative‟ for this purpose would mean spouse whether residing with the
Government servant or not, but does not include a spouse separated from the
Government servant by a decree or order of a competent Court, son or daughter or
step son or step daughter and wholly dependent upon Government servant, but
does not include a child or step child who is no longer, in any way dependent upon
the Government servant or of whose custody the Government servant has been
deprived of by or under any law, any other person related, whether by blood or
marriage, to the Govt servant or to the Government servant‟s wife or husband and
wholly dependent upon Government servant.
(x) The Bidder shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
Principal / Owner and if he does so, the Principal / Owner shall be entitled forthwith
to cancel the contract and all other contracts with the Bidder.
9.2 The decision of the Principal / Owner to the effect that a breach of the provisions of
this Integrity Pact has been committed by the Bidder shall be final and binding on the
Bidder. However, the Bidder can approach the independent External Monitors(s)
(IEMs) appointed for the purpose of this Pact.
10. Independent External Monitors (IEMs)
10.1 MoD has appointed the following Independent external Monitors for this pact in
consultation with the central Vigilance commission:-
Sl No. Name of IEM e-mail Id
1 Shri Hem Kumar Pande [email protected]
2 Shri Anjan Kumar Banerjee [email protected]
10.2 Details of Nodal officer nominated by the DGBR are as follows:-
For tender on EPC mode For tender not on EPC
mode
Name Shri R K Garg, SE (Civ) Shri S K Deota, SE (QS &C)
e-mail Id [email protected] [email protected]
10.3 In case of any complaint with regard to violation of Integrity Pact, either party can
approach IEMs with copy to the Nodal Officer and the other party. If any such complaint
from bidder is received by the Principal / Owner, the Principal / Owner shall refer the
complaint to the Independent external Monitors for their recommendations / inquiry report.
10.4 If the IEMs need to peruse the relevant records of the Principal / Owner and/or of
the Bidder/ Contractor in connection with the complaint sent to them, the Principal / Owner
and/or the Bidder/ Contractor shall make arrangement for such perusal of records by the
IEMs as demanded by them including unrestricted and unconditional access to the project
documentation and minutes of meeting. If records / documents of Sub-Contractor(s) are
also required to be perused by the IEMs, the Bidder shall make arrangement for such
perusal of records by the IEMs as demanded by them. IEMs are under obligation to treat
the information and documents of the Principal / Owner and Bidder/ Contractor/ Sub-
Contractors with confidentiality.
10.5 The task of the IEMs, is to review independently and objectively, any complaint
received with regard to violation Integrity Pact and offer recommendations or carry out
inquiry as deemed fit. The IEMs are not subject to any instructions by the representatives
of the parties and shall perform their functions neutrally and independently. The report of
CA No. CE (P) SWTK/ /2019-20 P a g e | 24
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
inquiry, if any, made by the IEMs shall be submitted to either of the following for a final and
appropriate decision in the matter keeping in view the provision of this Pact:-
(a) DGBR in normal cases.
(b) CVO (MES & BRO)/MoD in cases involving vigilance angle.
11. Examination of Books of Accounts
In case of any allegation of violation of any provisions of this Integrity Pact or payment of
commission, the Principal / Owner or its agencies shall be entitled to examine the Books of
Account of the Bidder and the Bidder shall provide necessary information of the relevant financial
documents in English and shall extend all possible help for the purpose of such examination.
12. Law and Place of Jurisdiction
This pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Principal/ Owner.
13. Other Legal Actions
The actions stipulated in this Integrity pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.
14. Signing of Integrity Pact on behalf of Bidder
(a) Proprietorship Concern – The Integrity Pact must be signed by the proprietor or by
an authorized signatory holding power of attorney signed by the proprietor.
(b) Partnership firm – The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners.
(c) Limited Liability firm – The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners.
(d) Private Limited / Limited Company – The Integrity Pact must be signed by a
representative duly authorized by Board resolution.
(e) Joint Venture – The Integrity Pact must be signed by all partners and members to
Joint Venture or by one or more partner holding power of attorney signed by all partners
and members to the Joint Venture.
15. Validity
15.1 The validity of this Integrity Pact shall be from date of its signing. It expires for the
Contractor after the final payment under the contract has been made or till the continuation
of Defect liability period, whichever is later and for all other bidders, till the Contract has
been awarded.
15.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
CA No. CE (P) SWTK/ /2019-20 P a g e | 25
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
INTEGRITY PACT
To,
Chief Engineer (Project)
Sub - Tender ID No.
Submission of Tender for the work of “PROVIDING, LAYING, COMPACTION & EXECUTION OF
SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB),
CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018,
IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR
ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-
DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF
SIKKIM.”
Dear Sir,
I/We acknowledge that BRO is committed to follow the principles thereof as enumerated in the
Integrity Pact enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the Integrity Pact, which is an integral part of tender document, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF
THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of the
conditions of the NIT.
I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and further
agree that execution of the said Integrity Pact shall be separate and distinct from the main
contract, which will come into existence when tender/bid is finally accepted by BRO. I/We
acknowledge and accept the validity of the Integrity Pact, which shall be in line with Para 15 of the
enclosed Integrity Pact.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, while
submitting the tender/bid, BRO shall have unqualified, absolute and unfettered right to disqualify
the tender/bidder and reject the tender/bid is accordance with terms and conditions of the
tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)
CA No. CE (P) SWTK/ /2019-20 P a g e | 26
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
INTEGRITY PACT
To,
Sub : Tender ID No. _________________________ for the work “PROVIDING, LAYING,
COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR
SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC :
37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR
ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA
ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.”
Dear Sir,
It is hereby declared that BRO is committed to follow the principle of transparency, equity and
competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Pact, which is an Integral part of tender/bid documents, failing which
the tender/bidder will stand disqualified from the tendering process and the bid of the bidder
would be summarily rejected.
This declaration shall form part and parcel of the Integrity Pact and signing of the same shall be
deemed as acceptance and signing of the Integrity Pact on behalf of the BRO.
Yours faithfully
For Chief Engineer (Project) Swastik
CA No. CE (P) SWTK/ /2019-20 P a g e | 27
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
ANNEXURE-III
BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY DEPOSIT
(To be used by Nationalized/Scheduled Indian Banks Only)
1. “In consideration of the President of India (hereinafter called “the Government“) having
agreed to exempt ………….(hereinafter called “the said Contractor (s)“ ) from the demand, under
the terms an d conditions of an Agreement dated ……….. made between ……. and …… for ……..(
hereinafter called “the said Agreement“), of Performance Security Deposit for the due fulfillment
by the said Contractor (s) of the terms and conditions contained in the said Agreement, on
production of a Bank Guarantee for Rs. …….. (Rupees……. Only), we, …………… Bank Ltd . (
hereinafter referred to as “the Bank”) do hereby undertake to pay to the government an amount
not exceeding Rs. ………. Against any loss or damage caused to or suffered or would be caused to
or suffered by the Government by reason of any breach by the said contractor (s) of any of the
terms or conditions contained in the said Agreement.
2. We…… Bank Ltd do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the Government stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the
Government by reason of any breach by the said Contractor(s) of any of the terms or conditions
contained in the said Agreement or by reason of the contractor‟s (s) failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. ……………
3. We ….. Bank Ltd, further agree that guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Government under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till …… (Office/
Department), Ministry of ……. Certifies that the terms and conditions of the said Agreement have
been full and properly carried out by the said Contractor(s) and accordingly discharges the
guarantee. Unless a demand or claim under this guarantee is made to us in writing on or before
the …….. we shall be discharged from all liability under this guarantee thereafter.
4 We……… Bank Ltd, further agree with the Government that the Government shall have the
fullest liberty without our consent and without affecting in any manner or obligations hereunder to
vary any of the terms and conditions of the said Agreement or the extend time of performance by
the side Contractor(s) from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation , or extension being granted to the said Contractor (s)
or for any forbearance, act or omission on the part of the Government or any indulgence by the
Government to the said Contractor (s) or any such matter or thing whatsoever which under the
law relating to sureties would but for this provision have effect of so relieving us.
5. We …….. Bank Ltd, lastly undertake not to revoke this guarantee during its currency except
with the pervious consent of the Government in writing.
Dated the …….. day of ……….. 20
For ………. Bank Ltd.
CA No. CE (P) SWTK/ /2019-20 P a g e | 28
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
NOTICE INVITING TENDERS
(NATIONAL COMPETITIVE BIDDING)
BORDER ROADS ORGANISATION
MINISTRY OF DEFENCE
GOVT OF INDIA
CHIEF ENGINEER PROJECT SWASTIK
NIT No. SWTK/NIT- 23/2019-20
1. Online bids are invited on single stage two bid system for PROVIDING, LAYING,
COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,
GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER
GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART – II) -2018 AND
MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION) BETWEEN KM
7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764 BRTF/PROJECT
SWASTIK IN THE STATE OF SIKKIM.
The title of above heading on CPP site https://eprocure.gov.in/eprocure/app is PROVIDING,
LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE
PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI
LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART –
II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION)
BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764
BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
2. Tender documents may be downloaded from central public procurement portal site
https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as
under:-
CRITICAL DATE SHEET
Bid Document Publishing Date : 20 Nov 2019 at 1300 hrs
Bid Document Download /Start Date : 22 Nov 2019 at 1600 hrs
Clarification Start Date : 22 Nov 2019 at 1700 hrs
Clarification End Date : 06 Dec 2019 at 1200 hrs
Pre bid meeting
: 07 Dec 2019 from 1100 hrs to 1300 hrs
Bid Submission Start Date : 08 Dec 2019 at 1100 hrs
Bid Submission End Date : 31 Dec 2019 up to 1200 hrs
Opening Date of Technical Bid : 01 Jan 2020 at 1230 hrs
Opening Date of Financial Bid To be fixed later on
3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.
Manual bids shall not be accepted. Tenderer/Contractors are advised to follow the instructions
provided in the „Instructions to the Contractors/Tenderer for the e-submission of the bids online
through the Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app‟ before proceeding ahead.
SW
For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 29
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
4. The work is estimated to cost Rs. 3782.00 lac (Rupees Three Thousand Seven
Hundred Eighty Two Lakh Only) approximately or as subsequently amended in tender
documents or uploaded in BRO website www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app This estimate, however, is not a guarantee and is merely
given as a rough guide and if works cost more or less, the tenderer shall have no claim on that
account of what so ever nature.
5. The tender shall be based on drawing, specifications, General Conditions of Contracts
IAFW- 2249 with schedule „A‟ (list of works) to be priced by the tenderers.
6. Not more than one tender shall be submitted by one contactor or contractors having
business relationship. Under no circumstance will father and his son(s) or other close relations who
have business relationship with one another (i.e when one or more partner(s)/director(s) are
common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parities liable to rejection.
7. The work is to be completed within 300 days or as subsequently amended in tender
documents or uploaded in BRO website www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app website on accordance with the phasing, if any, indicated in
the tender from the date of handing over the site, which will be generally within one month from
the date of issue of acceptance letter.
8. The Chief Engineer, Project Swastik, C/O 99 APO will be the Accepting Officer, here
in after, referred to as such for the purpose of this contract.
9. Intending tenderers are advised to visit again BRO website www.bro.gov.in (for reference
only) and CPPP website https://eprocure.gov.in/eprocure/app 03 (three) days prior to date of
submission of tender for any corrigendum / addendum/ amendment.
10. Earnest money is not required to be attached with tender by the valid enlisted contractors
with BRO who have submitted standing security deposit and MSME registered firms as per Rule
170 (i) of GFR 2017 but it is required from other contractors and to be attached (Scanned copy)
with Technical Bid for Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) in the shape of Call
Deposit Receipt/Term Deposit Receipt/Special Term Deposit Receipt in favour of Chief Engineer
Project Swastik, C/O 99 APO obtained from any Nationalized/ Scheduled Bank and having
maturity/validity period 90 days more than validity period of his offer.
11. Successful Bidder (L-1) shall deliver to Accepting Officer a Performance Security for an
amount of 5% of contract sum in the shape of Bank Guarantee or FDR within 28 days of issue of
LoA.
12. Copies of drawings (if applicable) and other documents pertaining to the work (signed for
the purpose of identification by the Accepting Officer or his accredited representative) and sample
of materials and stores to be supplied by the contractor will be opened for inspection at the
following locations:- CE (P) Swastik, C/O 99 APO
13. Tenderers are advised to visit the work site by making prior appointment with OC
130 RCC (GREF), C/o 99 APO or Commander 764 BRTF (GREF), C/O 99 APO Telephone
No. 03552255921/Mobile No. 8900702871 /8001742124
14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site
etc whether he had inspected them or not.
SW
For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 30
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
15. The work site falls under wildlife sanctuary and no person is allowed to stay in the night
along the work site or along the road. The inner line permit is mandatory for work force. The
bidder shall accustom himself about the working limitation in wildlife sanctuary and restrictions
while working along the international sensitive boarder and conditions imposed by the forest
department in such area.
16. Any qualification documents/ tender which stipulates any alternative to any of the conditions
laid down or which proposes any other conditions of any description whatsoever is liable to be
rejected.
17. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking,
giving a purchase preference over other tender(s) which may be lower, as are admissible under
the Govt policy. No claim for any compensation or otherwise shall be admissible from such
tenderers whose tenders may be rejected on account of the said policy.
18. The submission of a tender by a tenderer implies that he had read this notice and conditions
of contract and has made himself aware of the scope and specifications of the work to be done and
of the conditions and rates at which stores, tools and plants etc will be issued to him, local
conditions and other factors bearing on the execution of the work.
19. The Pre-Contract Integrity Pact has been signed by Accepting Officer or by the Officer
specifically designated by him and scanned copy uploaded as part of NIT alongwith tender
documents. Scanned copy of Integrity Pact duly signed on each pages by the bidder(s) shall be
uploaded as part of technical bid (Cover-I) and original Integrity Pact duly signed on each pages
shall be forwarded by post along with EMD and DD towards cost of tender .
20. The scanned copy of original instruments in respect of tender fee earnest money, Integrity
Pact duly signed on each page by the bidder(s), and under taking regarding acceptance of tender
conditions,Enlistment letter if firm is enlisted in BRO, EPFO, Registration letter, GST Registration
and any other documents required to be submitted with respect to various conditions mentioned in
the tender documents must be uploaded alongwith the technical bid. The Hard copies of all the
documents should reach the tender Inviting Authority in the sealed envelope within 05 days of bid
submission end date.
21. In case of applications/bids from enlisted contractors of BRO, where scanned copies of
requisite DD/ Bankers cheque towards cost of tender has been uploaded , but physical copies are
not received by the stipulated date , finance bids will be opened . However non- submission of
physical copies of cost of tender shall be considered as willful negligence of the bidder with ulterior
motives and such bidder shall be banned from bidding for period of six months commencing from
the date of opening of finance bid .
22. In case of applications/bids from unenlisted contractors ,where scanned copies of requisite
DD/ Bankers cheque towards cost of tender has been uploaded but physical copies are not
received by the stipulated date , finance bids will not be be opened . Name of such contractors
alongwith complete address shall be circulated for not opening of their bids for a period of six
months commencing from the date of opening of finance bid.
SW
For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 31
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(NOTICE OF TENDER (contd…….)
23. In case of applications/bids ( enlisted contractor/ as well as unenlisted contractors)where
scanned copies of requisite Earnest money ( as applicable) were uploaded but the same are not
received in physical form within stipulated time , such bids shall not qualify for opening of finance
bid.
24. In case of rejection of technical bid , contractor may appeal to next higher Engineering
Authority i.e HQ ADGBR (East), C/O 99 APO on email “[email protected]” against rejection whose
decision shall be final and binding , However , contractor/ bidder shall not be entitled for any
compensation whatsoever on account of rejection of technical bid.
25. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP
website https://eprocure.gov.in/eprocure/app.
26. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be
treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall
be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money
stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount
through MRO, failing which the amount shall be recovered from payment due to such contractor or
shall be adjusted from the Standing Security Deposit. In addition, such tenderer and his related
firm shall not be allowed to participate in the tendering in second call or subsequent calls.
27. Important- Above particulars may change due to administrative or any other reason
and shall be available in BRO web site www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. Therefore bidders/ contractors are requested to
visit BRO web site www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app frequently and at least once again 03 (three)
days prior to bid submission date as per critical date sheet, for any changes in above
particulars.
28. Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99 APO,
telephone No. 03592-259208 & 259209, mobile number of SW 9475342177 for clarifications if any
required regarding various provisions in tender documents.
29. The name and email id of the Nodal Officer of BRO as under:
Sl No. Name of the Nodal Officer of BRO E-mail ID
1 Shri S K Deota, IDCMS (Director (Contracts [email protected]
30. This notice of tender shall form part of the contract.
--sd---
EE (Civ)
SW
For Accepting officer
Dated: 20 Nov 2019
80467/ 07 / E8
Headquarters
Chief Engineer
Project Swastik
C/O 99 APO
Pin-931717
CA No. CE (P) SWTK/ /2019-20 P a g e | 32
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
1.
HQ DGBR/E8 Dte
Seema Sadak Bhawan
Ring Road, Delhi Cantt
New Delhi-10
10 HQ CE (P) VARTAK
C/O 99 APO
19 HQ CE (P) SHIVALIK
C/O 99 APO
2. The Chief Engineer,
PWD, Gangtok, Sikkim
11 HQ CE (P) PUSHPAK
C/O 99 APO
20 HQ CE (P) BRAHMANK
C/O 99 APO
3. HQ 758 BRTF (GREF)
C/O 99 APO
12 HQ CE (P) SEWAK
C/O 99 APO
21 NHPC Limited, Rangit Power
Station, Rangit Nagar,
South Sikkim-737111
4. HQ 764 BRTF (GREF)
C/O 99 APO
13 HQ CE (P) ARUNANK
C/O 99 APO
22 AO (P) SWTK, (GREF)
C/O 99 APO
5.
130 RCC (GREF)
C/O 99 APO
14 HQ CE (P) BEACON
C/O 56 APO
23 AO 764 BRTF (GREF)
C/O 99 APO
6.
HQ CE (P) HIRAK
C/O 56 APO
15 HQ CE (P) CHETAK
C/O 56 APO
24 EDP cell of HQ DGBR for
uploading on bro web site.
7. HQ CE (P) VIJAYAK
C/O 56 APO
16 HQ CE (P) DANTAK
C/O 99 APO
25 HQ CE (P) HIMANK
C/O 56 APO
8 HQ CE (P) SAMPARK
C/O 56 APO
17 HQ CE (P) DEEPAK
C/O 56 APO
26 HQ CE (P) ROHTHANG
C/O 56 APO
9 HQ CE (P) SETUK
C/O 99 APO
18 HQ CE (P) UDAYAK
C/O 99 APO
27 HQ 755 BRTF (GREF)
C/O 99 APO
CA No. CE (P) SWTK/ /2019-20 P a g e | 33
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
INSTRUCTIONS TO BIDDERS
1. Instructions to the Bidders to submit the bids online through the Central Public
Procurement Portal website for e-Procurement at https://eprocure.gov.in/eprocure/app:-
(a) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the
contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.
(b) Bidder should do the enrollment in the e-Procurement site using the “Click here to
Enroll” option available on the home page. Portal enrollment is generally free of charge.
During enrollment/registration, the bidders should provide the correct/true information
including valid email ID. All the correspondence shall be made directly with the
contractors/bidders through email ID provided.
(c) Bidder need to login to the site through their user ID/ password chosen during
enrollment/ registration.
(d) The Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA
India on eToken/SmartCard, should be registered.
(e) The DSC that is registered only should be used by the bidder and should ensure safety
of the same.
(f) Contractor/Bidder may go through the tenders published on the site and download the
required tender documents/schedules for the tenders he/she is interested.
(g) After downloading / getting the tender documents/schedules, the Bidder should go
through them carefully and then submit the documents as asked, otherwise bid will be
rejected.
(h) If there are any clarifications, this may be obtained online through the tender site, or
through the contact details. Bidder should take into account the corrigendum published
before submitting the bids online.
(j) From my tender folder, he selects the tender to view all the details indicated.
(k) Bidder then log in to the site through the secured login by giving the user ID/ password
chosen during enrolment/registration and then by giving the password of the
eToken/SmartCard to access DSC.
(l) Bidder selects the tender which he/she is interested in by using the search option & then
moves it to the „my tenders‟ folder.
(m) It is construed that the bidder has read all the terms and conditions before submitting
their offer. Bidder should go through the tender schedules carefully and upload the
documents as asked; otherwise, the bid will be rejected.
(n) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender documents/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats.
If there is more than one document, they can be clubbed together and can be provided in
the requested format. Each document to be uploaded through online for the tenders should
be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar
and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with
100 dpi with black and white option. However of the file size is less than 1 MB the
transaction uploading time will be very fast.
CA No. CE (P) SWTK/ /2019-20 P a g e | 34
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(o) If there are any clarifications, this may be obtained through the site, or during the pre-
bid meeting if any. Bidder should take into account the corrigendum published from time to
time before submitting the online bids.
(p) The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under My Space option and these can be selected as per tender
requirements and then send along with bid documents during bid submission. This will
facilitate the bid submission process faster by reducing upload time of bids.
(q) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original
should be posted/couriered/given in person to the Tender Inviting Authority, at least one
working date prior bid submission due date & time for the tender. Scanned copy of the
instrument should be uploaded as part of the offer.
(r) While submitting the bids online, the bidder reads the terms & conditions and accepts
the same to proceed further to submit the bid packets.
(s) The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
(t) The details of the DD/any other accepted instrument, physically sent, should tally with
the details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.
(u) The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all sections
and pages of the bid document including General conditions of contract without any
exception and have understood the entire document and are clear about the requirements
of the tender requirements.
(v) The bidder has to upload the relevant files required as indicated in the cover content. In
case of any irrelevant files, the bid will be rejected.
(w) If the Financial Bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates
offered should be entered in the allotted space only and uploaded after filling the relevant
columns. The Financial Bid/BOQ template must not be modified/replaced by the bidder;
else the bid submitted is liable to be rejected for this tender.
(x) The bidders are requested to submit the bids through online e-tendering system to the
Tender Inviting Authority (TIA) well before the bid submission end date & time (as per
Server System Clock). The TIA will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders at the eleventh hour.
(y) After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept
as a record of evidence for online submission of bid for the particular tender and will also
act as an entry pass to participate in the bid opening date.
(z) The time settings fixed in the server side & displayed at the top of the tender site, will
be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender
system. The bidders should follow this time during bid submission.
(aa) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the time of
bid opening.
CA No. CE (P) SWTK/ /2019-20 P a g e | 35
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(ab) Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid openers public keys. Overall, the uploaded tender documents
become readable only after the tender opening by the authorized bid openers.
(ac) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
(ad) The bidder should logout of the tendering system using the normal logout option
available at the top right hand corner and not by selecting the (X) exit option in the
browser.
(ae) For any queries regarding e-tendering process, the bidders are requested to contact as
provided in the tender document. Parallely for any further queries, the bidders are asked to
contact over phone: 1-800-233-7315 or send a mail over to [email protected].
(af) Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O 99
APO, telephone No. 03592-259208 & 259209 for clarifications if any required regarding
various provisions in tender documents.
CA No. CE (P) SWTK/ /2019-20 P a g e | 36
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
GENERAL CONDITIONS OF CONTRACTS
(IAFW-2249-2017 REPRINT)
FOR
NAME OF WORK: “PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING
WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS
BASE (CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-
2010 & IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND
BRIDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA
ROAD UNDER 130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.”
1. A copy of the GENERAL CONDITIONS OF CONTRACTS IAFW-2249(Latest edition).
I/we have read and understood the provisions contained in the aforesaid General Conditions of
Contracts before submission of the tender and I/we agree that I/we shall abide by the terms and
conditions thereof.
2. It is hereby further agreed and declared by me/us that the General Conditions of
Contracts IAFW-2249 (Latest Edition) including condition 70 thereof pertaining to
settlement of disputes by arbitration, (including all errata and Amendments thereto shall form part
of these tender documents).
3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE) have
been used in the General Conditions of Contract IAFW-2249 (Latest Edition) the same are
considered as Commander Contract and OC Contract respectively as applicable in Border Roads
Organisation.
Note: Copy of General conditions of contracts IAFW-2249 (Latest Edition) duly amended vide
Govt. of India, Ministry of Defence letter No. PC-I to 33487/IAFW-2249/R/858/2018/D (Works-II)
(i) dated 14 Jan 2019 can be referred in any office of BRO. Bidder shall upload an under taking
with their technical bid as per following:
UNDERTAKING
I/We have read the General Conditions Of Contracts IAFW-2249 (Latest
Edition) as amended vide Govt. of India, Ministry of Defence letter No. PC-I to
33487/IAFW-2249/R/858/2018/D (Works-II) (i) dated 14 Jan 2019 and following is
noted:
(i) Inclusion of performance security (PS) @ 5 % of contract amount sum
and removal of risk and cost provision in General Conditions Of Contracts
IAFW-2249.
(ii) Increase in Defect Liability Period (Three years for Runway, Marine &
Harbour works, High altitude works, and specialist works of Hospitals &
Medical equipment/Medical gas and two years for other works)
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 37
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 38
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 39
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 40
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 41
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 42
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 43
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 44
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
SPECIAL CONDITIONS
1. GENERAL
The following Special Conditions shall be read in conjunction with General Conditions of
contracts IAFW-2249, including amendments thereto up to date, and whereas variation exists
the Special Conditions shall take precedence over the aforesaid General Conditions.
The Special Conditions given in succeeding paragraphs shall be read in conjunction with
Schedule A, technical specifications and General Conditions of Contracts IAFW-2249. In case of
any discrepancies in the various provisions of the contract, the following order of precedence
shall be observed:-
(a) Description given in Schedule „A‟.
(b) Particular/Technical Specifications.
(c) Drawings and sketches.
(d) IRC 37 2018 and IRC SP:89 Part 1 2010 and IRC SP: 89 part II 2018
(e) Ministry of Road Transport & Highways (MoRTH) specifications for Road and bridge
works published by Indian Roads Congress New Delhi (latest Revision).
(f) Special conditions.
(g) General conditions of contracts.
2. INSPECTION OF SITE
The contractor is particularly advised to inspect the site (s) of work by making prior
appointment with the Chief Engineer Project Swastik C/o 99 APO or Commander 764
BRTF, C/o 99 APO or OC 130 RCC, C/o 99 APO so as to acquaint himself with regard to the
nature and conditions of site, nature and means of local communication, working hours,
conditions of access and all other cognate matters concerning the execution and completion of
the work. Any paths, tracks, approaches etc, required for the movement of plants, equipments,
machines and vehicles etc to the work site and plate form, bund etc required for the execution of
work will be responsibility of the contractor and rates quoted must include these aspects also
where required. The tenderer shall be deemed to have inspected the site and made himself
familiar with various factors which may affect his quoted rates where he actually inspects the site
or not. No extra charges consequent on misunderstanding or otherwise will be allowed.
The work site is between Km 7.00 to Km 27.00 on Flag Hill-Dokala road. The
entire stretch is under wildlife sanctuary. No human presence is allowed beyond
working hours in the area. The nearest village is at Kupup about 25 Km from Dokala
and 7 Km from Flag Hill and Gnathang village is about 6 Km from Flag Hill. The area
falls under restricted area and inner line permit is must for movement of persons and
machinery in that area.
Permit is required from state transport Department of Sikkim for plying of loaded
vehicles in restricted areas in the State of Sikkim and there is entry Tax for vehicles
registered with other States.
3. LAND FOR OFFICES ETC
The contractor shall have to make his/her own arrangements for the land as may be
required by him/her for housing of staff and labour and for erection of store sheds, offices,
CA No. CE (P) SWTK/ /2019-20 P a g e | 45
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
godowns etc., required by him/her for this work. The contractor must ensure that the staff,
labour, plant, equipments, machines, vehicles, stores etc., employed or collected in connection
with the work are so located that there is no hindrance to free flow of traffic on the
roads/highway. Suitable cautionary and warning signs and other measures are to be installed
/provided by the contractor at his own cost for the safety of traffic.
4. MINIMUM FAIR WAGES PAYMENT TO LABOUR
(a) The contractor shall pay wages not less than the minimum fair wages fixed from time to time
by the Central Govt/State Govt/Local Authorities. He shall have no claim whatsoever, if on
account of any local regulations and/or otherwise, he is required to pay wages in excess of
the wages so fixed.
(b) The contractor shall observe the laws/regulations applicable in the area regarding the
employment of labour, payment of wages and other cognate matters relating to the
conditions.
(c) In case local labourers are not available, the contractor may have to obtain written permit
from the appropriate authority of State Govt. to import labour from outside the state.
(d) The contractor shall ensure compliance to all the labour wages laws and benefit rules for the
labour employed by him.
(e) The contractor shall maintain muster roll of labourer engaged in the work alongwith wages
being paid to labourer (trade wise). The muster roll shall be available at site for inspection by
Engineer-in-Charge or any authorized Govt. Officials.
5. ROYALTY
Reference condition 11 of General Conditions of IAFW-2249 (Latest Reprint). No quarries on
charge of department are available. The contractor shall make his own arrangements for
obtaining/quarrying sand/stone & obtaining other materials required for the work. Payment of
royalties of such materials is to be borne by the contractor, and his quoted rates shall be deemed
to include for the same.
No crushers/ Quarry operation is allowed in the reserve forest/ wildlife sanctuary.
6. Blasting rocks
(a) The contractor shall be responsible for the safe custody and storage of blasting
materials in accordance with the rules on the subject. Written authority of the OC
shall be obtained before any blasting operations are commenced.
(b) The contractor shall ensure that the charges in blasting are not excessive and that
the charged bore holes are properly protected before firing and that proper
precautions are taken for the safety of men and property.
(c) Blasting should be generally avoided. In case it is unavoidable less charge controlled
blasting may be resorted with the prior permission of the Engineer-i-Charge. The
contractor shall be bound to abide by the instructions of the OC regarding the
necessity of blasting and the type, number size and pattern of holes to be drilled
and also the type, amount and method of firing of explosive to be used. The OC
shall reserve the right to restrict the number of charge to be fired at a time so that
the hillside is not adversely affected. The contractor shall fire the charges only at
such time as approved by the OC and shall have no claim, whatsoever, on account
CA No. CE (P) SWTK/ /2019-20 P a g e | 46
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
of any delay and extra cost due to carrying out the instructions of the OC and/or
taking the safety precautions directed by him.
No blasting is allowed in the state of Sikkim/wildlife sanctuary except controlled blasting
With prior approval of District Administration.
7. MOVEMENT OF CONTRACTOR VEHICLES
7.1. Minimum classification of existing bridges on the roads are Class 40 R bridges, contractor
should not bring any heavier vehicle/plnt/equipment as such vehicle/plant/equipment shall not
be allowed on the bridges. The contractor‟s vehicle may be required to ply in convoys as per
directions given by the concerned Civil/Military authorities. No extra payment/time will be
admissible on this account.
7.2. In case the condition of these bridges warrant further downwards loads classification due to
any unforeseen circumstances, the same will be done by OC Contract whose decision shall be
final and binding. In case of any such eventuality, the contractor may have to unload his heavy
load carried at locations, indicated to suit the load classification indicated by the OC Contract.
Any such heavy load carriage thus necessitated across such indicated bridge(s) shall have to be
done by the contractor without any additional payment and no claim whatsoever on this account
will be entertained.
8. SECURITY RESTRICTIONS
8.1 The contractor shall strictly adhere to all instructions given by the Engineer-in-Charge from
time to time with regard to the security arrangements and issue of passes of control and
admission of the contractor, his agents, and servants to the site of work.
8.2 The contractor and his agents, servants and all his persons related to work shall observe the
rules formulated by the authority controlling the area of work. Prohibition of smoking, fire
precautions, search of person and vehicle, at time of entry and exit, may be conducted by Indian
Police/Military/GREF authorities at the site at any time and for any number of times for Security
reasons. No extra claim whatsoever shall be entertained from the contractor for such
contingencies.
8.3 The Contractor shall employ only Indian Nationals, agents, servants and workmen and verify
their antecedents and loyalty before employing them on works. He shall ensure that persons of
doubtful antecedents and Nationality are not employed or entrusted with the works. During
currency of the contract, if anybody is suspected to have any connection with anti-national
elements/activities, he will immediately be removed and contractor shall have no claim
whatsoever on this account.
9. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS
The contractor shall give all reasonable facilities to this department personal for the
inspection of the works being executed under this contract. He will also provide free access to
the works if being executed by this department or other agencies and if such works are located
near the sites covered under this contract. Responsibility of all the works covered in this contract
will lie on the contractor and these works will be fully completed and accordingly handed over to
this department.
10. TAXES ETC
The tendered amount shall, inter-alia be deemed to be inclusive of all taxes viz. Work
Contract Tax, Terminal Taxes, Toll Taxes, Royalty, Octroi, Sales Tax/Vat, GST, Monopoly
Charges, and other taxes and the like levies payable under the respective existing states etc. No
CA No. CE (P) SWTK/ /2019-20 P a g e | 47
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
claim on account of any taxes will be payable to contractor whatsoever except as provided in sub
para 11 (b) here-in-after.
11. Re-Imbursement /Re-Fund on variation in “taxes directly related to contract
value”
(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes
(including GST on materials, GST on Works Contracts, Turnover Tax, Labour Welfare
Cess/Tax, Ecology and Environment Cess etc), duties, Royalties, Octroi & other levies
payable under the respective statutes. No re-imbursement/refund for variation in rates of
taxes, duties, royalties, Octroi & other levies, and/or imposition/abolition of any
new/existing taxes, duties, Royalties, Octroi & Other levies shall be made except as
provided in sub Para (b) here-in-below :
(b) (i) The taxes which are levied by Government at certain percentage rates of
Contract Sum/Amount shall be termed as “taxes directly related to contract value”
such as GST on works contracts, Turnover Tax, Labour Welfare Cess/tax, and like
but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all
“taxes directly related to contract value” with existing percentage rates as
prevailing on last due date for receipt of tenders. Any increase in percentage rates
of „taxes directly related to contract value‟ with reference to prevailing rates on last
due date for receipt of tenders shall be reimbursed to the contractor and any
decrease in percentage rates of “taxes directly related to contract value” with the
reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the contractor to the Govt./deducted by the Govt. from any payments
due to the contractor. Similarly imposition of any new “taxes directly related to
contract value” after the last due date for receipt of tenders shall be reimbursed to
the contractor and abolition of any “taxes directly related to contract value”
prevailing on last due date for receipt of tenders shall be refunded by the contractor
to the Govt./deducted by the Govt. from the payments due to the contractor.
(ii) The contractor shall, within a reasonable time of his becoming aware of
variation in percentage rates and/or imposition of any further “taxes directly related
to contract value” give written notice thereof to the OC Contract stating that the
same is given pursuant to this Special Condition, together with all information
relating thereto which he may be in a position to supply. The contractors shall
submit the other documentary proof/information as the OC Contract may require.
(iii) The contractor shall, for the purpose of this condition keep such books of
account and other documents as are necessary and shall allow inspection of the
same by a duly authorized representative of Govt., and shall further, at the request
of the OC Contract furnish, verified in such a manner as the OC Contract may
require, any documents so kept and such other information as the OC Contract may
require.
(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly
related to contract value” shall be made only if the contractor necessarily and
properly pays additional “taxes directly related to contract value “to the Govt.
without getting the same adjusted, against any other tax liability or without getting
the same refunded from the concerned Government Authority and submit
documentary proof for the same as the OC Contract may require.
Note:- The word Good & Service Tax (GST) in the above clause includes Central Good &
Service Tax (CGST), State Good & Service Tax (SGST),Union Territory Good & Service Tax
(UTGST) & Integrated Good & Service Tax (IGST) all as applicable.
12. SECURITY OF DOCUMENTS
CA No. CE (P) SWTK/ /2019-20 P a g e | 48
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
The contractor shall not communicate any classified information regarding
works/organisation either to the sub contractor or others without prior approval of the Engineer-
in-Charge. Any violation on this aspect will be forfeit the right of the contractor to claim any
amount due to the contractor whatsoever held with organisation.
13. FOREGION EXCHANGE/IMPORT LICENCE
No foreign exchange and/or import licence will be arranged by the Department in the
connection of work under this contract.
14. CONTRACTOR‟S EQUIPMENTS AT SITE:
14.1 The Contractor shall furnish to the Engineer-in-Charge a distribution return of his
equipments on the work site stating the following particulars:-
(i) Particulars of equipments i.e., Make, Manufacture‟s No., Model No,
Registration No, capacity, year of Manufacture, year of purchase etc.
(ii) Total Number of equipments on work site
(iii) Location indicating quantity at the site of work.
14.2 For the purpose of this condition, equipments shall include all equipments but not the
workmen‟s tool and/ or any manually operated tools/equipment
The engineer-in charge shall record the partivulars supplied by the contractor as aforesaid, in the
work dairy and send a return to the OC contract for record in his office.
The first return shall be submitted immediately after any plant or equipment is brought top the
site. Thereafter every week changes in the return shall be furnished in the following dorm:-
Sr/No Particulars of
plant/equipment
Total no at
site of work
Location remarks
A complete return showing the up to date position of the plant / equipment at site be submitted
on the 15Th of every month till the works are completed and the site is cleared
14.3 the contractors attention is invited to condition 34 of general conditions of the contract
according to which no tool, plant & equipments shall be removed from the site by the contractor
without written approval of OC Contract.
15. Fixing of permanent and temp bench mark:
Permanent Bench Mark be fixed at any nearby safe location or considered from any existing
Permanent Building/structure. RL be transferred and TBM be fixed at an interval of approximate
200 mtr along the existing alignment at safe place. These temporary Bench Marks should remain
intact till completion of the work.
16 Total station equipment:
The total station equipment with its accessories be provided by the contractor and will remain at
site till completion of the work
17 Mobilization advance (Applicable only for contracts with contract agreement
amount exceeding Rs 25 crores)
(a) Mobilization advance shall be restricted to 10% of Contract Agreement amount.
CA No. CE (P) SWTK/ /2019-20 P a g e | 49
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(b) Applicable in cases, where the total amount of Mobilization Advance does not Exceed
Rs. 500 lakhs.
“Mobilization Advance against non-Revocable Bank Guarantee.
(i) Interest bearing mobilization advance restricted to 10% of Contract Agreement amount
shall be given to the Contractor if he so desires and on his specific written request, on
production of non-revocable Bank Guarantee(s) for the corresponding amount on an
approved form of scheduled Bank. The Bank Guarantee(s) shall indemnify the Govt. Against
non-refund of mobilization advance and also against default of Contractors part in
performance of the contract. The rate of interest shall be 10% per annum simple interest.
(ii) The mobilization advance shall be paid to the Contractor within 30 days of
acceptance of Bank Guarantee(s) furnished by him, by Accepting Officer. The amount of
mobilization advance together with interest shall be recovered from the payments made to
the Contractor against “Advance on account”, under condition 64 of IAFW-2249, General
Conditions of Contracts.
(iii) The amount of mobilization advance shall be recovered in suitable number of equal
monthly installments as stipulated here after. The first installment of recovery shall be
effected from the „Advance on Account‟ payment made immediately following the payment
of mobilization advance and the last installment of recovery shall be effected during the
third month preceding the month in which the due date of completion stipulated in the first
work order fails.
(iv) The Contractor shall furnish a number of Bank Guarantees equal to number of
installations for recovery, each to match the quantum of recovery to be effected from the
„Advance on Account‟ for reasons of non-submission of claim for payment of “Advance on
Account‟ any other reason whatsoever, the recovery due shall be made by encashing the
Bank Guarantee.
(c) Applicable in cases where the Total amount of Mobilization Advance
Exceeds Rs. 500 lakhs.
“Mobilization Advance against non-revocable Bank Guarantee.
(i) Interest bearing mobilization advance restricted to 10% Contact Agreement amount
shall be given to the Contractor if he so desires and on his specific written request, in two
installments, on production of non-revocable Bank Guarantee(s) on an approved from a
schedule Bank. The Bank Guarantee(s) shall indemnify the Government against non-refund
of mobilization advance and also against default on Contractor. The rate of interest shall be
10% per annum simple interest.
(ii) The first installment of mobilization advance shall be Rs. 500 lakhs and shall be paid
to the Contractor within 30 days of acceptance of the Bank Guarantee(s) for Rs. 500 lakhs
furnished by him, by the Accepting Officer. The second installment of balance mobilization
advance shall be paid to the Contractor after 6 months of payment of the first installment
provided Bank Guarantee(s) for the corresponding amount has/have been furnished by the
Contactor, at least one month in advance and accepted by the Accepting Officer.
(iii) The total amount of mobilization advance together with interest shall be recovered
from the payments made to the Contractor against “Advances on Account”, under Condition
64 of IAFW-2249, MES General Conditions of Contracts.
CA No. CE (P) SWTK/ /2019-20 P a g e | 50
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(iv) The amount of mobilization advance shall be recovered in monthly installments as
stipulated hereinafter.
(aa) Against the first installment of mobilization advance of Rs. 500 lakhs, the first
installment of recovery shall be effected from the „Advance on account‟ payment made
immediately following the payment of mobilization advance of Rs. 500 lakhs and the last
installment of recovery shall be effected during the third month preceding the month in
which the due date of completion stipulated in first Work Order falls. The various
installments of recovery shall be equal amounts.
(bb) Against the second installment of mobilization advance, the first installment or
recovery shall be effected from the „Advance on Account‟ payment made immediately
following the payment of mobilization advance of second installment and the last
installment of recovery shall be effected during the third month preceding the month inn
which the due date of completion stipulated in first Work Order falls. The various
installments of recovery shall be equal amounts. The recovery in installments of this
mobilization advance shall be of in addition to the recovery in installments of the
mobilization advance of first installments.
(v) The Contractor may furnish one Bank Guarantee or a number of Bank Guarantee (s)
equal to number of installments for recovery, each to match the quantum of recovery to be
effected from the „Advance on account‟. In case recovery is not possible to be effected from
any particular „Advance on account‟ for reasons of non-submission of claim for payment of
„Advance on Account‟ or for any other reasons whatsoever, the recovery due shall be made
by encashing the Bank Guarantee.”
(d) Advance Mobilization Guarantee format will be followed as updated format Form
DPM-16 prescribed by MoD in defense procurement Manual (present format enclosed at
annexure I to special conditions). The authenticity of such BGs shall also be invariably
verified from the issuing bank, confidentially and independently by the organization.
(e) There shall be a 15% interest charged on delayed recoveries either due to the late
submission of bill by the contractor or any other reason besides the reason giving rise to
the encashment of Bank Guarantee as stated above.
(f) Utilization certificate from the contractor for the mobilization advance.
18. Blank
19. Fossils:
19.1 All fossils, coins, articles of value or antiquity, and structures and other remains or items of
geological or archaeological interest found on the site shall be placed under the care and
authority of the Employer. The contractor shall take reasonable precautions to prevent
Contractor‟s Personnel or other persons from removing or damaging any these findings.
19.2 The Contractor shall, upon discovery of any such finding, promptly give notice to the
Engineer-in-Charge/OC Contract, who shall issue instructions for dealing with it. If the Contractor
suffers delay and/or incurs Cost from complying with the instructions, the Contractor shall give a
further notice the Engineer-in-Charge/OC Contract describing in detail the delay sustained by
him and cost measured by him for following the instructions of the Engineer-in-Charge/OC
Contract in dealing with the fossils along with all supporting documents/proof, within 7 days of
the occurrence. The Contractor then be certified for the following:-
(a) An extension of time for any such delay, if completion is or will be delayed due to
such act in following the instructions of the Engineer-in-Charge/OC Contract.
CA No. CE (P) SWTK/ /2019-20 P a g e | 51
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(b) Payment of any such cost, which shall be included in the Contract Price.
19.3 After receiving this further notice, the Engineer-in-Charge/OC Contract shall examine the
case with facts and figures and disagreements if any will be communicated to the contractor.
19.4 In case of any disputes, the matter shall be referred to the Accepting Officer whose decision
shall be final and binding.
20. TIME AND PROGRESS CHART
(a) The time and progress chart to be prepared as per the General Condition of
Contract shall consist of detailed network analysis and a time schedule. The critical path
network will be drawn jointly by the OC Contract and the Contractor soon after acceptance
of the Tender. The time scheduling of the activities including a network for the preliminary
arrangements for mobilization of resources e.g. manpower, plants and machineries will be
done by the Contractor, so as to complete the work within stipulated time.
(b) On completion of the time schedule a firm calendar date schedule will be prepared
and submitted by the contractor to the OC Contract who will approve if after due scrutiny.
The schedule will be submitted in quadruplicate within six weeks from the date of handing
over the site.
(c) During the currency of work, the Contractor is expected to adhere to the time
schedule and this adherence will be a part of the contractor‟s performance under the
Contract. During the execution of the work, the Contractor is expected to participate in the
review and updating the network undertaken by OC Contract. These reviews may be
undertaken at the discretion of the OC Contract either as periodical appraisal measure or
when the quantum of work ordered on the Contractor is substantially changed through
deviation order or amendments. Any revision of the schedule as a result of the review will
be submitted by the Contractor to the OC Contract within a week who will approve it after
due scrutiny. The Contractor will adhere to the revised schedule thereafter. In case of the
contractor‟s not agreeing to the revised schedule the same will be referred to the
Accepting Officer whose decision will be final, conclusive and binding. OC‟s approval to the
revised schedule resulting in a completion date beyond the stipulated date(s) of
completion shall not automatically amount to grant of extension of time. Extension of time
shall be considered and decided by the appropriate authority mentioned in condition 11 of
General Conditions of Contracts and separately regulated.
(d) The Contractor is expected to mobilize and employ sufficient resources to achieve
the detailed time schedule within the broad framework of the accepted methods of
working and safety.
(e) No additional payment will be made to the contractor for any multiple shift work or
other incentive methods contemplated by him in his work schedule even though the time
schedule is approved by the department.
21. PERMIT FROM LOCAL AUTHORITIES FOR PLYING VEHICLES AND MANPOWER
Contractor shall make his own arrangements for obtaining necessary permit from local
authorities for plying his vehicles for the work in accordance with the rules and regulations
of the land.
22. ELECTRICITY AND WATER
CA No. CE (P) SWTK/ /2019-20 P a g e | 52
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
No electricity and water will be supplied by the department. The contractor shall make
his own arrangement for necessary electric power and water.
23. Rate Quoted:-
(a) Unit rate shall be deemed to include the provisions for all materials, stores, labour, process,
operations and requirements detailed in particular specifications irrespective of whether these
appear as specific items or not in the Schedule A.
(b) Unit rates quoted shall also deemed to include all charges/expenses on account of all
Veh/Eqpts required for completing the work as specified in Schedule A, Sales Tax, Service
Tax,GST, Work Contract Tax, Octroi, interstate barrier charges or any other charges which are
required for completion of work as per Schedule A /Work Order.
(c) The rate quoted shall also include transportation of equipments upto work site including
loading/unloading.
24. Appointment of Arbitrator (Applicable only for Contract Agreement to be
Executed Between BRO and Govt of India undertaking/enterprises.
In the event of any dispute or difference between the parties hereto, such dispute of
difference shall be resolved amicably by mutual consultation or through the good offices of
empowered agencies of the Government. In the event of any such dispute or difference relating to
the interpretation and application of the provisions of contracts where such resolution is not
possible then the unresolved dispute or difference shall be referred by either party to the
Arbitration of one of the Arbitrators in the department of Public Enterprise to be nominated by the
Secretary to the Government of India In charge of the Bureau of Public Enterprises, and in such
case the Arbitration and Conciliation Act shall not be applicable to the arbitration under this
clause. The award of the Arbitrator shall be binding upon both the parties in the dispute. Provided,
however, any party, aggrieved by such award, may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Govt. of India. Upon such reference the dispute shall be decided by the Law Secretary OR THE
Special Secretary/Additional Secretary when so authorized by the Law Secretary, whose decision
shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost
of arbitration as intimated by the Arbitrator.
25. MEASUREMENT FOR PAYMENT
Measurements pertaining to the work completed under this contract will be recorded as per
the accounting unit mentioned in Schedule A and signed in the measurement book (IAFW-2261)
by the Junior Engineer after taking into account that the required laboratory tests have been
done as per the limits stipulated and as per the frequencies laid down in the “particular
specifications” of this contract agreement and MORTH Specifications for roads and bridges( latest
revision) and the test results are found satisfactory and proper records are maintained.
(a) The measurement recorded by the Junior Engineer shall be 100% checked and
signed by the Engineer-in-Charge.
(b) 25% test check will be carried out by OC Contract on each day of measurement by
the Engineer-in-Charge.
(c) 5% test check will be carried out by the Cdr Task Force before making payment to
the Contractor.
(d) The measurements should also be signed by the contractor as token of acceptance
of the measurement.
CA No. CE (P) SWTK/ /2019-20 P a g e | 53
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(e) In case of discrepancies in arriving out work done details, the decision of the
Accepting Officer will be final and binding for both the parties.
26. ACCEPTANCE OF WORK DONE
The Engineer-in-Charge/OC Contract shall exercise control over the quality of materials
and work done by carrying out tests for the specified properties as per the frequencies given in
the particular specifications and specifications of MORTH( Ministry of road transport & Highways)
for roads and bridges latest revision.
27. REIMBURSEMENT/ REFUND ON VARIATION IN PRICES- WAGES OF
LABOUR:(THIS SUPERSEDS CONDITION 63 OF IAFW-2249)
Increase or decrease/escalation in prices consequent on variation in wages of labour shall
not be adjusted in this work.
No adjustment in the prices consequent on variation in wages of labours provided in condition 63
of IAFW 2249 or otherwise will be made. The condition 63 of IAFW 2249 stands superseded.
Any dispute arising out of the interpretation of application of this special condition will be referred
to the accepting officer whose decision shall be final and binding.
28. REIMBURSEMENT/ REFUND ON VARIATION IN PRICES- MATERIALS AND FUEL :(
THIS SUPERSEDS CONDITION 63 OF IAFW-2249)
Increase or decrease/escalation in prices due to variation in prices of material and fuel
shall not be adjusted in this work.
No adjustment, whatsoever, due to variation in prices of material and fuel provided in condition 63
of IAFW 2249 or otherwise will be made. The condition 63 of IAFW 2249 stands superseded.
Any dispute arising out of the interpretation of application of this special condition will be referred
to the accepting officer whose decision shall be final and binding
29. RECORDS/CONSUMPTION OF MAJOR CONSTR STORES / MATERIALS
(a) (i) For the purpose of keeping a record of Major Constr Stores like Steel, Cement,
Bitumen and LDO consumed in works, the contractor shall maintain a pucca bound register
in the from approved by the Engineer-In-Charge/OC Contract showing daily quantity used
in works. The register shall be signed daily by the contactor‟s representative and the
Engineer-in-Charge/OC Contract in token of their verification of its correctness. The check
will not, however, absolve the contractor of his responsibility to justify the consumption of
bitumen and LDO at the time of finalization of his work.
(ii) The register shall be kept at site in the safe custody of the contractor during
progress of the work and shall, on demand, be produced for verification of inspecting
officers.
(b) (i) The quantity of materials such as paints water proofing compound and the like, as
directed by the Engineer-in-Charge (the quantity of which cannot be checked after
incorporation in the works), shall be recorded in measurement books and signed by the
contractor and the Engineer-in-Charge as a check to ensure that the required quantity has
been brought to site for incorporation in the work.
CA No. CE (P) SWTK/ /2019-20 P a g e | 54
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(ii) Materials brought to site shall be stored as directed by the Engineer-In-Charge in
Measurement Book and shall be suitably marked for identification.
(iii) The contractor shall, on demand produce the OC original receipted vouchers in
respect of the supplies. Vouchers so produced shall be verified and stamped by Engineer-
in-Charge indicating contract number. The contractor shall ensure that the materials are
brought to site in original sealed container/packing, bearing manufacturer‟s marking except
in the case of the requirement of materials (s) being less than smallest packing.
(iv) Contractor shall produce original vouchers form the manufactures and/or their
authorized agents for the full quantity of the following materials, as applicable as a
prerequisite before submitting for payment for any advances on account of the work done
and/or materials collected in accordance with condition 64 of General Condition of Contracts
IAFW-2249.
a) Cement
b) Chemical Admixtures
c) Bitumen.
d) Paint
e) LDO
30. PAYMENT
Payment to the parties will be made in INR in the following manner:-
(a) No advance payment will be made to the contractor against any material if not
properly safeguarded against loss/damage due to natural calamities/theft. Condition 64 of
IAFW-2249 shall be deemed amended to this extent.
(b) No payment shall be made for any rejected work.
(c) Taxes (Income tax, service tax/sales tax/VAT/GST on works contracts, labour cess
etc ) shall be deducted at source from the payment due to contractors as per prevailing
laws/statutory orders and TDS certificate shall be issued to the contractor.
(d) All payment will be made by e-payment/account payee Cheque.
31. CO-OPERATION WITH OTHER AGENCIES
The contractor shall permit free access and generally afford reasonable facilities to other
agencies or departmental workmen engaged by the Govt to carry out their part of the work, if any,
under separate arrangements.
32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO CDs :
Contractor shall provide/supply of colour record photographs, Album and video CDs at
various stages/facts of the work without any6 extra cost as per clause 125.1, 125.2 & 126.1 of
MORT&H specification.
CA No. CE (P) SWTK/ /2019-20 P a g e | 55
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
33. FIELD LABORATORY:-
To maintain proper quality control at site, contractor shall establish adequately equipped
field laboratory without any extra cost. The following minimum testing equipments shall be
provided in field laboratory:-
Sl . No Name of the Project Number
A) GENERAL
1) Weigh Balance
a) 5-20 kg capacity Electronic type- Accuracy 1 gm 1 No
b) 500 gm capacity-Electronic type Accuracy 0.01 gm 1 No
c) Electronic 5 kg capacity Accuracy 0.5 gm 1 No
d) Platform Balance scale – 300 kg capacity 1 No
e) Chemical Balance 100 gm capacity-accuracy 0.001 -
2) Oven-electrically operated, thermostatically controlled (including
thermometer), stainless steel interior
From 0°C to 220° C Sensitivity 1° C 1 No
3) Sieves : as per IS: 460-1962
a) I.S sieves 450 mm internal dia of sieve sets as per BIS of
required sieve sizes complete with lid and pan
1 Set
b) I.S sieve 200 mm internal dia ( brass frame and steel/or
brass wire cloth mesh) consisting of sieve sets of
required sieve sizes complete with lid
2 Sets
4) Sieve shaker capable of asking 200 mm and 450 mm dia sieves-
electrically operated with time switch
1 No
5) 200 tonners compression testing machine 1 No
6) Stop watches 1/5 sec. accuracy 1 No
7) Glassware comprising beakers, pipettes, dishes, measuring
cylinders (100 to 1000 cc capacity) glass rods and funnels, glass
thermometers range 0°C to 100°C and metallic thermometers
range up to 300°C.
2 No. each
8) Hot plates 200 mm dia (1500 watt) 1 No
9) Enamel trays
a) 600 mm x 450 mm x 50 mm 2 Nos
b) 450 mm x 300 mm x 40 mm 2 Nos
c) 300 mm x 250 mm 40 mm 2 Nos
d) Circular plates of 250 mm dia 2 Nos
10) Water Testing Kit 1 No.
B) FOR SOILS
1) Water still -
2) Liquid limit device with ASTM grooving tools as per IS:2720 1 No
3) Sampling pipettes fitted with pressure and suction inlets, 10 ml
Capacity
1 Set
4) Compaction apparatus (Proctor) as per IS : 2720 (Part 7)
complete with collar, base plate and hammer and all other
accessories
1 No.
5) Modified AASHTO Compaction apparatus as per IS: 2720 (Part 8
1974 or Heavy Compaction
Apparatus as per IS compete with collar, base plate hammer
and all other accessories
1 No
6) Sand pouring cylinder with conical funnel and tap and complete
as per IS: 2720 (Part 28) 1974 including modern equipment.
2 Nos
7) Ennore Standard Sand As required
CA No. CE (P) SWTK/ /2019-20 P a g e | 56
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
8) Sampling tins with lids 100 mm dia x 75 mm ht ½ Kg capacity
and miscellaneous items like moisture tins with lid 50 grams
etc.
4 Nos
9) Lab CBR testing equipment for conducting CBR testing, load
frame with 5 Tonne capacity, electrically operated with speed
control as per IS: 2720 ( Part -16) and consisting of following
1 Set
a) CBR moulds 150 mm dia – 175 mm ht 6 Nos
b) Tripod stands for holding dial gauge holder 4 Nos
c) CBR plunger with settlement dial gauge holder 1 No
d) Surcharge weight 147 mm dia 2.5 Kg wt 6 Nos
e) Spacers disc 148 mm dia 47.7mm ht With handle 2 Nos
f) Perforated plate (Brass) 2 Nos
g) Soaking tank for accommodating 6 CBR moulds 2 Nos
h) Proving rings of 1000 kg , 2500 kg capacity 1 No each
i) Dial gauges 25 mm travel – 0.01 mm/division 2 Nos
10) Standard penetration test equipment 1 No
11) Nuclear moisture Density meter or equivalent -
12) Speedy moisture meter complete with chemicals 1 No
13) Unconfined Compression Test Apparatus 1 No
C) FOR BITUMEN AND BILTUMINOUS MIXES
1) Constant temperature bath for accommodating bitumen test
specimen, electrically operated, and thermostatically controlled
(to accommodate minimum six Specimens)
1 No
2) Penetrometer automatic type, including adjustable weight
arrangement and needles as per IS: 1203-1958
1 No
3) Soxhlet extraction or centrifuge type apparatus complete with
extraction thimbles with solvent and filter paper
1 No
4) Bitumen laboratory mixer including required accessories (20
ltrs).
1 No
5) Marshall compaction apparatus automatically operated as per
ASTM 1559-62 complete with accessories (with 180 N Marshall
Moulds).
1 Set
6) Furol viscometer 1 No
7) Ductility meter 1 No.
8) Softening point (Ring and ball app) 1 No.
9) Distant reading thermometer -
10) Rifle box -1 No
11) Automatic Asphalt content Meter -1 No
12) Thin film over test apparatus for modified binder either with
PMB or CRMB
-
13) Mastic Asphalt Hardness testing equipment -
14) Sand equivalent test apparatus 1 set
15) Core cutting machine suitable for upto 150 mm dia core 1 set
16) Thermometers 4 Nos
D) FOR CEMENT, CEMENT CONCRETE AND MATERIALS
1) Water still 1 No
2) Vicat needle apparatus for setting time with plungers as per IS:
269-1967
1 No
3) Moulds
a) 150 mm x 300 mm ht. Cylinder with capping component
alongwith the capping set and compound as per IS
As req
b) Cube 150 mm, and 100 mm ( each size) As req
4) Concrete permeability apparatus -
5) High frequency mortar cube vibrator for cement testing -
CA No. CE (P) SWTK/ /2019-20 P a g e | 57
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
6) Concrete mixer power driven, 1 cu. Ft. capacity -
7) Varia Variable frequency and amplitude vibrating table size 1 m x 1m
as per relevant British Standard
-
8) Flakiness index test apparatus 1 No
9) Aggregate impact test apparatus as per IS:2386 (Part 4) 1963 1 No
10) Los-angeles abrasion test apparatus as per IS: 2386 (Part 4)
1963
1 No
11) Flow table as per IS: 712-1973 -
12) Equipment for slump test 1 No
13) Equipment for determination of specific gravity or fine and
coarse aggregate as per IS: 2386 (Part 3) 1963
1 No
14) Compression and Flexural strength testing machine of 200 T
capacity with additional dial for flexural testing
1 No
15) Core cutting machine with 10 cm dia diamond cutting edge 1 No
16) Needle vibrator 2 Nos
17) Air entrainment meter -
18) 0.5 Cft, 1 Cft cylinder for checking bulk density of aggregate
with tamping road
As req
19) Soundness testing apparatus for cement ( Lee chattlier) 1 set
E) FOR CONTROL OF PROFILE AND SURFACE EVENNESS
1) Total Station 1 No
2) Precision automatic level with micrometer attachment 1 Set
3) Diatomite or equivalent 1 set
4) Theodolite – Electronically operated with computerised output
attachment
1 Set
5) Precision staff 2 Sets
6) 3 meter straight edge and measuring wedge 1 set
7) Camber template 2 lane
a) Crown type cross-section 1 set
b) Straight run cross-section 2 sets
8) Steel Tape
a) 5 m long 2 Nos
b) 10 m long 2 Nos
c) 20 m long 2 Nos
d) 30 m long 2 Nos
e) 50 m long 1 No
9 Roughometer (Bump lntegrator) 1 No (when
required)
34. TRAFFIC MOVEMENT:-
Contractor shall ensure that not hindrance to traffic movement shall occur during
construction. However, if the traffic movement disrupts due land slide or any other un-foreseen
reason, than contractor shall make all efforts to restore traffic movement within time as directed
by the Cdr. If contractor is unable or unwilling to restore traffic movement; Engineer-in-Charge
may take action as per condition 8 of IAFW-2249. Contractor shall immediately intimate regarding
closure of the road to Engineer-in-Charge and local administrative authorities.
35. Venue of Arbitration:-
Please of arbitration hearings shall be at Gangtok.
36. Defects liability period (refer condition 46 of IAFW 2249):
CA No. CE (P) SWTK/ /2019-20 P a g e | 58
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Defects liability period shall be forty eight calendar months instead of twelve calendar
months.
37. HIRING CHARGES OF LAND/BUILDINGS:
Payment of rent for road side land/buildings if hired by the contractor to keep his
equipments and manpower, will be payable by Contractor and this will not be reimbursable by the
Deptt.
38. CONTRACT LABOUR (R&A) ACT 1970
The contractor shall get himself registered with the concerned Labour Commissioner, as
required under contract labour (Regulation and Abolition) Act 1970. If he does not fall within the
purview of said act, he shall obtain a no objection certificate to above effect. A copy of the
certificate of registration or the no objection certificate (as the case may be) shall be submitted
by him to the Accepting Officer within 15 days of the award of the work. In the event of non-
compliance, the contractor shall be liable for punitive action under CL (R&A) Act 1970.
39. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION
(a) If as a result of enemy action, the contractor suffers any loss or damage, the
Government shall reimburse to the contractor such loss or damages, to the
extend and in the manner herein after provided:-
(i) The loss suffered by him on account of any damage or distruction of
his equipment (as defined in condition 11 (2) above), the amount of
losses assessed by the Accepting Officer of the contract on this account
shall be final and binding.
(ii) Compensation paid by him under any law for the time being in force
to any workmen employed by him for any injury caused to him or the
workmen‟s legal successor for loss of the workmen‟s life.
(b) No requirement shall be made nor shall any compensation be payable under the
above provisions unless the contractor had taken Air Defence Precautions
ordered in writing by OC concerned or in the absence of such orders, reasonable
precautions. No re-imbursement shall be made nor shall any compensation be
payable for any equipments not laying on the site of work at the time of enemy
action.
40. FIRE PRECAUTION
The contractor, his agents, representative, workmen etc., shall strictly observe the order
pertaining to fire precaution prevailing within the restricted area. Motor transport vehicles, if
any, allowed by authorities to enter the restricted area must be fitted with serviceable fire
extinguishers.
41. REGISTRATION FEE/TRADE TAX/INCOME TAX ETC.
Tendered rates/amount shall also be deemed to include the payment of all taxes like
Registration fee, Trade Tax, Income Tax and other taxes/levies to be paid to the Govt of India
already in force and as may be modified from time to time. The contractor may ascertain full
details on this respect from the concerned department(s).
42. ESCALATION
CA No. CE (P) SWTK/ /2019-20 P a g e | 59
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
No claim of reimbursement in increase of labour wages, cost of POL and materials is
admissible under this contract including extended period if any.
43. INCOME TAX
Income Tax will be deducted at source as applicable.
44. Performance Evaluation And Validity Of The Product
The admixture used by the contractor shall exhibit manufacturing date of the material
being supplied. It shall be ensured that the expiry date of the product shall be minimum 365
days or more from the date of supply. The contractor shall submit undertaking/warranty
certificate clearly mentioning the lot No with expiry date. The materials shall be supplied as per
the site requirements and clearance OC Contract. The performance behavior of pavements
constructed in line with the guidelines be evaluated as per Para 6.1 to 6.4 of IRC-SP:89 (Part-II)-
2018 and Performance evaluation shall Include the following field testing:-
(a) Resilient Modulus of different layers by Falling weight Deflectometer (FWD)
or by means of extracting cores from the 28 days cured layers for UCS testing to
arrive at E-Values.
(b) Deformation of different layers by Ground Penetrating Radar (GPR) – subject
to the visual distress observed, if any as per (c) below.
(c) Surface Irregularities by Visual Inspection.
Suitable provision shall therefore be made in contract to ensure that Manufacturer of a
Commercial Chemical Stabilizer arranges to carry out a performance evaluation through reputed
Government Organizations/Institutions like NITs, CRRI, IITs or any NABL approved laboratory
and submit reports thereon.
45. Jurisdiction of Courts-
The Courts of the place from where the acceptance of the tender has been issued or the
place where the work is executed/under execution shall alone have jurisdiction to decide any
dispute arising out of or in respect of the Contract.
46. Engineers:-
Firm should have deployed two degree holder Civil Engineers with 04 years experience
and one degree holder Mechanical engineer with 04 years experience on regular establishment
for execution and completion of subject work.
47. REGISTRATION WITH EPFO AND ESIC. The contractor shall have registration with
EPFO & ESIC. The ESI and EPF contributions on the part of employer in respect of this contract
shall be paid by the contractor. These contributions on the part of the employer paid by the
contractor shall be reimbursed by the Commander Contract to the contractor on actual basis.
Payment of contractor‟s bill will only be released after ensuring the recovery of subscription
towards EPF of labours employed by the contractors. This amount shall be further deposited by the
contractor with concerned EPF office.
48. PAYMENT OF RAR/FINAL BILL THROUGH E-PAYMENT
Payment of RAR bill will be made only through ECS/NEFT mechanism. Contractors while
signing the Work Orders must opt for the same and NEFT/RTGS mandate form duly signed by the
CA No. CE (P) SWTK/ /2019-20 P a g e | 60
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
bank authority can be submitted to the OC Contract with copy to Commander Contract and
Accepting Officer. Payment of bills will be credited to the bank accounts directly by the Task Force
through E-transfer thereafter as per attached Performa may be given:-
FIRM/CONTRACTORS NAME (As per the account)
PARTICULARS OF BANK ACCOUNT
A. Bank name
B. Branch Name
Address
Telephone No.
C 9-DIGIT Code Number of the Bank & Branch appearing on the
MICR Cheque issued by the Bank
D. Account Type (S.B. Account/Current Account or Cash Credit) with
Code
E. Ledge No. / Ledger Folio No.
F. Account Number (As appearing on the Cheque Book)
G. Date of Effect
H. IFSC Code for NEFT
J. IFSC Code for RTGS
K. MICR Code
L Contract number
M. E-Mail ID
Note : Please attach, a blank cancelled cheque for verification of the above particulars.
I, hereby, declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I
would not hold the user institution responsible. I have read the option invitation letter and agree
to discharge the responsibility expected of me as a participant under the scheme.
Dated Signature of the Contractor (seal)
Certified that the particulars furnished above are correct as per our records.
Signature of the Bank Officer
CA No. CE (P) SWTK/ /2019-20 P a g e | 61
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
PARTICULAR SPECIFICATIONS
1. Scope of work :
PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE
PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI
LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-(PART –
II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH REVISION)
BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130 RCC /764
BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.
2. Collection of soil sample and CBR:
The contractor shall collect soil samples at the frequency as per IRC 37 2018 and arrive at an
effective CBR on which design should be based as per IRC 37 2018 effective CBR value used in
design will be approved by the commander contract.
3. Pavement composition:
Needs to based on cementitious base and granular sub base along with SAMI layer and bituminous
layers as per as per IRC 37 2018 and IRC SP 89 2010 and IRC SP 89 part II 2018, the pavement
composition will be approved by the commander contract
4. Design calculation :
Complete mix and crust design calculation along with IIT pave output printouts needs to be proof
checked from IIT/ NIT and submitted to commander contact for approval. Contractor shall submit
Crust design Manual calculations and IIT-Pave Validation as an integral part of the technical bid for
2 msa traffic intensity with effective CBR calculated as per MORT&H and IRC 37 and IRC SP 89.The
collection of soil sample testing and calculation of effective CBR and design of crust thickness with
is deemed to be included in the quoted rate and no extra payment shall be made for associated
costs of soil testing etc and shall be borne by the contractor. The treated soil samples shall be
tested for unconfined compressive strength 4.0-7.0 Mpa for 07 days cured soaked and un soaked
values for cementitious base layer.
5. Site:
The work site is having an altitude ranging from 3301 Mtr to 4200 Mtr and remains inaccessible
from 1 Dec to 30 Apr due to snow accumulation. The affect of snow accumulation and sub zero
temperature i.e (up to -10 degree c0) needs to be considered in design of pavement as per
relevant IRC and BIS code provisions.
6. Field lab: As per special condition 33 of page No. 55.
7. Quarry :
The site is located in wild life sanctuary no quarry locations of department are available, the
contractor has to arrange quarry and burrow pits for stone soil etc, road side or ROW quarrying or
operation of burrow pits is not permitted.
8. Dumping ground:
Dumping grounds for materials including waste or surplus material is not available contractor
has to arrange for dumping ground.
9. Stores Camps and Offices :
CA No. CE (P) SWTK/ /2019-20 P a g e | 62
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
The site is located in wild life sanctuary where construction of stores and camps is not
permitted hence the contractor has to make arrangements of stores , labor camps & offices
outside the wildlife sanctuary.
10. Sub-grade Preparation:
10.1 Materials and general requirements:
Physical requirements of the materials for sub grade shall be as per clause 305.2.1 of MORTH
specifications for roads and bridges fifth revision. Top 500mm of sub grade soil shall be compacted
up to design density in accordance with relevant clauses of IRC 37 2018.
10.2 General requirements:
General requirements of the materials for sub grade shall be as per clause 305.2.2 of MORTH
specifications for roads and bridges fifth revision.
10.3 Construction operations:
Construction operations of the sub grade shall be as per clause 305.3 of MORTH specifications for
roads and bridges fifth revision.
10.4 Construction of sub grade under special conditions:
Construction operations of the sub grade under special conditions shall be as per clause 305.4 of
MORTH specifications for roads and bridges fifth revision.
10.5 Plying of traffic:
Construction and other traffic shall not use the prepared surface of the sub grade as per clause
305.5 of MORTH specifications for roads and bridges fifth revision.
10.6 Surface Finish and Quality control:
The surface finish of the sub-grade and quality control shall be as per clause 305.6 of MORTH
specifications for roads and bridges fifth revision.
10.7 Sub grade strength:
It shall be ensured prior to actual execution that the material used in the sub grade satisfies the
requirement of design CBR as per Para 305.7.1 and sub grade shall be compacted and finished to
the design strength consistent with other physical requirements.
The actual design CBR values of the constructed sub grade shall be determined on remolded
samples, compacted to the field density at the field moisture content and tested for soaked/ un
soaked condition as per as per Para 305.7.1 of MORTH specifications for roads and bridges fifth
revision.
10.8 Rates:
The Contract unit rates for the items of embankment and sub-grade construction shall be payment
in full for carrying out the required operations including full compensation for :
(i) Cost of arrangement of land as a source of supply of material of required quantity
for construction unless provided otherwise in the Contract;
CA No. CE (P) SWTK/ /2019-20 P a g e | 63
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
(ii) Setting out;
(iii) Compacting ground supporting embankment/sub-grade except where removal and
replacement of suitable material or loosening and recompacting is involved;
(iv) Scarifying or cutting continuous horizontal benches 300 mm wide on side slopes of
existing embankment and sub-grade as applicable.
(v) Cost of watering or drying of material in barrow areas and/ or embankment and
sub-grade during construction as required.
(vi) Spreading in layers, bringing to appropriate moisture and compacting to
specifications requirements;
(vii) Shaping and dressing top and slopes of the embankment and sub-grade including
rounding of corners;
(viii) restricted working at sites of structures;
(ix) Working on narrow width of embankment and sub-grade;
(x) Excavation in all soils from barrow pits/designated borrow areas including clearing
and grubbing and transporting the material to embankment and sub-grade site with all
leads and lifts unless otherwise provided for in the contract;
(xi) All labour, materials, tools, equipment and incidentals necessary to complete the
work to the specifications;
(xii) Dewatering; and
(xiii) Keeping the embankment/completed formation free of water as per clause 311.
(xiv) Transporting unsuitable excavated material for disposal with all leads and lifts.
Clause 301.9.5 of MORTH specifications for roads and bridge works (fifth revision) shall
apply as regards contract unit rates for items of stripping and storing top soil including
reapplication of topsoil.
11. GRANULAR SUB-BASE
11.1 Scope:
This work shall consist of providing; laying and compacting well graded material on
prepared sub grade in accordance with the requirement of these specifications. The material shall
be laid in one or more layers as sub-base or lower sub base and upper sub base ( termed as sub-
base hereinafter) as necessary according to lines, grades and cross-section shown on the drawings
or as directed by the Engineer and as per schedule A.
11.2 Material
11.2.1 The material to be used for the work shall be natural sand, crushed gravel, crushed stone,
crushed gravel, crushed stone, crushed slag or combination thereof depending upon the grading
required, Use of materials like brick metal, kankar and crushed concrete shall be permitted in the
lower sub-base. The material shall be free from organic or other deleterious constituents and shall
be conform to the grading given in Table 400-1 and physical requirements given in table 400-2 of
MORTH specifications for road and bridge works (Vth revision).
CA No. CE (P) SWTK/ /2019-20 P a g e | 64
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
The physical requirements of the materials along with the water absorption of the
aggregates shall be as per clause 401.2 MORTH specifications for road and bridge works (Vth
revision).
11.2.2 Construction operations :-
Construction operations of the sub-base shall be as per clause 401.3 of MORTH Specifications for
road and bridge works. (Vth revision).
11.2.3 Surface finish and quality control of work :-
Surface finish and quality control of work shall be as per clause 401.4 of MORTH specifications for
roads bridge works (Vth revision).
11.2.4 Arrangement for traffic :-
During the period of construction, arrangements for the traffic shall be as per clause 401.5 of
MORTH specifications for road and bridge works (Vth revision).
11.2.5 Rates
The Contract unit rate for GSB shall be payment in full for carrying out the required operations
including full compensation for:
(i) Making arrangements for traffic to Clause 112 of MORT&H Specifications for Road and
Bridge Works (Fifth Revision) except for initial treatment to verges, shoulders and
construction of diversions;
(ii) Furnishing all materials to be incorporated in the work including all royalties, fees, rents
where necessary and all leads and lifts;
(iii) All labour, tools equipment and incidentals to complete the work to the Specifications;
(iv) Carrying out the work in part widths of road where directed; and
(v) Carrying out the required tests for quality control.
12. CTB: GUIDELINES FOR THE DESIGN OF STABILIZED PAVEMENTS
12.1 Additives.
Only OPC cement as conventional stabilizers (CS) and Commercial Chemical
stabilizers (CCS) shall be allowed to be used for stabilization in CTSB and CTB layers.
12.2 MECHANISM OF ACCEPTANCE FOR CCS:
The following two documents shall be checked and carefully examined before accepting any
commercial stabilizers for field trail:
Base Documents of Product
CCS varies in composition and effectiveness. The addition of CCS in soil and/or granular material
may result in reduction of plasticity, changes in gradation and improvement in strength and
CA No. CE (P) SWTK/ /2019-20 P a g e | 65
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
durability characteristics of the mix. Therefore, the commander contract must thoroughly
examine the base documents provided by the suppliers/company for such unproven products. The
documents should be as per clause 2.1 as per IRC:SP:89 (Part II) 2018
Certificate of Usage
Certificate of Usage from the Country of Origin with successful project reports and field evaluation
reports on roads in our climatic conditions. If the product is in existence in India for more than 2
years and has been tested for some experimental road trials, the supplier should also furnish the
information as per clause 2.1 as per IRC: SP: 89 (Part II) 2018
For Proven Products
In case the CCS has been already proven for successful usage in different weathering conditions in
India for any category of roads, test reports of such road tracks done should be furnished and shall
be alone adequate for its considerations if a separate fatigue equation for such stabilizer is
developed through reputed Institute like IIT‟s, NIT‟s, CRRI etc as per clause 2.1 as per IRC: SP: 89
(Part II) 2018
The CCS to be used in stabilization along with dosage of CS/CCS will be approved by commander
contract.
12.3 MATERIAL CHARACTERIZATION
12.3.1 Requirement for Soil Modification/Subgrade Improvement
CCS/CS can be used for soil modification or improvement of subgrade soil or for construction of
cementitious base/sub-base layers meeting the requirements as laid-down in the latest edition or
IRC:37. The main requirement for CCS/CS modification or stabilization of subgrade soils shall
remain the same as given in Table 6 of IRC: SP: 89-2010.
In case the subgrade soil is highly plastic, it can be modified with lime and/or flyash before being
mixed with CCS/CS.
The Technical requirements for lime and flyash modification for subgrade improvement shall
remain the same as given under Clause 4.3 to 4.6 in IRC:SP:89-2010.
The CCS to be used in stabilization along with dosage of CS/CCS will be approved by commander
contract.
12.3.2 Requirement for Stabilized Sub-base/Base
Materials which shall be considered for the construction of cementitious sub-base/base layers in
pavement structure stabilized with CCS/CS shall be as per clause 3.2 as per IRC: SP: 89 (Part II)
2018:
12.3.3 Test Requirements
It shall be noted that CCS/CS can be toxic and may pollute the soil, plant/human/animal/aquatic
life and underground water through leaching and hence every CCS/CS must be checked for
presence of heavy metals, toxicity and leaching with reference to Annexure-I of IRC: SP: 89 (Part
II) 2018. CSIR laboratory at Lucknow has the facility of conducting tests there may be few
accredited laboratory having the facility to conduct the test.
All the properties of material to be stabilized with CCS/CS and intended to be used in various
layers of the pavement structure shall be checked as per IRC:37 & IRC:SP:89-2010 and the
CA No. CE (P) SWTK/ /2019-20 P a g e | 66
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
relevant clauses of MoRTH Specifications for Road and Bridge Works, 2013, along with the
considerations as per clause 3.3 as per IRC: SP: 89 (Part II) 2018.
12.3.4 Requirement for Crack Relief Layer on CCS/CS Stabilized Base Layer
A crack relief layer shall be provided on CCS/CS stabilized base layer designed for traffic>=2 MSA.
The crack relief shall be as per clause 3.4 IRC: SP: 89 (Part II) 2018.
12.3.5 Desirable Properties of Cement for Stabilization
Cement: Cement for cement stabilization should comply with the requirements as per clause
3.2(b) of IRC: SP: 89-2010
Following brands of cement are approved for the cement to used as CS
Cement to be used shall be from reputed make. The approved makes/companies are the
Associated Cement Companies Ltd, Grasim Industries Ltd, Ultra Tech Cement, The India Cement,
Dalmia Cement, Andhra Cement Ltd, Century Cement, Saurashtra Cement, Binani Cement, Madras
Cement, Mangalam Cement, Birla Corp Ltd, Orient Cement, Lafarge Cement, Shree Cement, JK
Cement, JK Lakshmi Cement, Jaypee Rewa Cement, Ambuja Cement, Star Cement Meghalaya.
The particulars of the manufacturer/supplier of cement along with the date of manufacture shall be
obtained from the contractor for every lot of cement separately. The documents in support of the
purchases of cement shall be verified by the Engineer in charge and OC. In addition to above
cement from cement companies located in North East Zone like HM Shakti Cement, Valley Strong
Cement, Adhunited Star Cement etc will be permitted if Cement Company is registered with
DGS&D and meet the BIS quality standards
If any difficulty is faced in procuring of the above brands of cement due to shortage or non
availability of the brands in the market other brands may be approved by the commander contract
with no additional cost.
12.4 DESIGN METHODOLOGY FOR STABILIZED PAVEMENTS USING CCS/CS
12.4.1 The design methodology for CCS/CS stabilized pavements shall remain the same as
provided in IRC: 37-2018. The following types of pavement with CCS/CS can be considered with
bituminous surfacing and a crack relief layer in terms of Aggregate of Stress Absorbing Membrane
Interlayer (SAMI):
Stabilized Bases with Stabilized Sub-bases
Stabilized Bases with Granular Sub-bases
Granular Bases with Stabilized Sub-bases
12.4.2 Design Considerations for Sub-base and Base Elastic Modulus:
The relevant design parameter for bound sub-bases is the elastic modulus E, which can be
estimated from the unconfined compressive strength of the material. The elastic modulus for sub
base and base must be calculated as per clause 4.2 of IRC: SP: 89 (Part II) 2018.
12.4.3 Pavement Design Procedure
The design procedure as provided in IRC: 37-2018 including cumulative damage analysis shall be
followed with design parameters as proposed above. The combinations for a good pavement shall
be decided as per clause 4.3 of IRC: SP: 89 (Part II) 2018.
12.5 CONSTRUCTION PRACTICES
CA No. CE (P) SWTK/ /2019-20 P a g e | 67
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
12.5.1 The construction of CCS/CS stabilized layer follow the same basic procedure as
explained in Chapter 5 of IRC:SP:89-2010. Two methods of stabilization as indicated below can be
used:
1. Mix-in-place Stabilization
2. Plant-mix Stabilization
12.5.2 The procedure explained in above given reference shall be followed with following
consideration:
For Mix-in-place Stabilization, specialized stabilization machinery shall be used capable of
providing in-situ rock/boulder crushing-cum pulverizing-cum –homogenizing features and
for a constant depth/uniform operation. Manual mixing methods using labour/agriculture
based methodology shall not be permitted, Some of the recommended specialized
machinery types are given in Annexure – IV as per clause 5.2 of IRC: SP: 89 (Part II)
2018.
For plant-mix Stabilization, calibration of plant (Concrete batch mix/WMM) with the CCS
shall be done to achieve the roper homogeneity of all the material as per specified
combinations as per clause 5.2 of IRC: SP: 89 (Part II) 2018.
Success of stabilization technology depends on effective mixing of ingredients including
stabilizers hence good quality equipment is must. Dosage of admixtures/stabilizers could be
less than 3 per cent for few products hence intimate mixing through good effective
equipment is essential.
12.5.3 Curing: The cementitious layer shall be cured using bituminous sealing compound like
emulsion for 7 days. Subsequent pavement courses shall be laid soon after to prevent the surface
from drying out and becoming friable. No traffic of any kind shall ply over the compacted layer
unless permitted by the engineer.
12.5.4 Surface Finish
The surface finish of construction shall conform to the requirements of Clause 902.
12.6 SPECIFICATIONS AND TEST REQUIRMENTS FOR STABILIZED MATERIALS
12.6.1 General Requirement
The pavement performance of stabilized road will be largely governed by the gradation and the
type of soil/granular material used for the purpose of stabilization. The quality of material to be
stabilized should meet the minimum standard set out in specifications as per clause 4.1 of IRC:
SP: 89-2010
12.6.2 Stabilization with Cement
12.6.2.1 Requirement for soil modification/sub-grade improvement
Cement stabilized materials can be used for soil modification or improvement of sub grade soil. It
is recommended from economic consideration that mix in-place methods of construction be used
for sub grade improvement and only granular materials and silty cohesive materials be used. (The
assumption being that more clayey materials would be more effectively stabilized with lime). The
main requirements for cement modification or stabilization of sub grade soil shall be as per clause
4.2.1 of IRC: SP: 89-2010
CA No. CE (P) SWTK/ /2019-20 P a g e | 68
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
12.6.2.2 Requirement for bound sub-bases/bases
Granular materials, gravel, sand, lateritic soils, sandy silty material, crushed slag, crushed
concrete, brick metal and kankar, etc stabilized with cement etc. may be allowed for use as
capping layer over weak sub grade, as sub-base and base layer of pavement. The main
requirements of stabilized layers for different layers of a pavement structure as indicated above
shall be as per clause 4.2.2 of IRC:SP:89-2010
12.6.3 Materials to be treated
The material used for cement treatment shall be soil including sand and gravel, laterite, kankar,
brick aggregate, crushed rock or slag or any combination of these For use in a sub-base course,
the materials shall have a grading shown in Table 400-4. It shall have a uniformity coefficient not
less than 5, capable of producing a well-closed surface finish. For use in a base course the material
shall be sufficiently well graded to ensure a well-closed surface finish and have a grading within
the range given in table 400-4. If the material passing 425 micron sieve is plastic, it shall have a
liquid limit not greater than 45 percent and a plasticity index not greater than 20 percent
determined in accordance with IS : 2720 ( Part 5). The physical requirements for the material to
be treated with cement for use in a base course shall be same as for Grading I granular Sub-base,
Clause 401.2.2. The aggregate gradation for CTB shall be as given in table 400-4 of MORT&H
Specifications(23).The CTB material shall have a minimum unconfined Compressive Strength
(UCS) of 4.5 to 7 Mpa as per IRC:SP:89 in 7/28 days.
Bound base may consist of aggregates or soils or both stabilized with commensurate available
materials as per IRC 37-2012 which are required to give a minimum strength of 4.5 to 7Mpa in
7/28 days. While the conventional cement should attain the above strength in seven days (IRC SP-
89-2010) stabilized granular materials and soils should meet the above strength requirement in 28
days since strength gain in such materials is a slow process. The initial modulus of the
cementitious bases to be in the range 10000 to 15000 Mpa. The long term modulus of the
cementitious layer to be taken as fifty percent of the initial modulus due to shrinkage cracks and
construction traffic.
Control on the quality of materials and work shall be exercised by the Engineer-in-Charge in
accordance with section 900 of MORT&H specification for road and Bridge works(Fifth revision) IRC
37-2018 AND IRC SP-89 (PART-II)-2018 and IRC SP 89 2010 as under :-
Ser
No.
Tests Frequency(min)
(a) Toxicity and Leachability test
for chemical admixture
Test results while approval of Mix design. Test to be
conducted through Institutions working under CSIR like
Indian Institute of Toxicology & Toxicity
Research,Lucknow & National Environmental
Engineering Research Institute Nagpur etc.
(b) Concentration of heavy metals
test for chemical admixture
Test results while approval of Mix design
(c) Deformation of different layers
by Ground Penetrating
Radar(GPR)
One test biannually till completion of defect liability
period.
(d) Cement/Admixture content Regularly through procedural checks on site
(e) Degree of pulverization Periodically as considered necessary
(f) UCS(Unconfined compressive
strength) of the cores
One set of test per 500 sqm per layer
CA No. CE (P) SWTK/ /2019-20 P a g e | 69
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
extracted from the 28 days
cured CTB layers
(g) Moisture content As required as per manufactures field technical
personnel
(h) Field dry density As required
(i) Durability test (12 cycles of
wetting & drying/freezing
thawing conditions)
Cores extracted from the 28 days cured CTB layers @ 5
numbers per layer
(j) E-Value One set of test per 500 sqm
(k) Falling weight deflect meter
test
One test biannually till completion of defect liability
period.
The Properties of cementitious sub bases and bases shall be as per Annex-X of IRC: 37-2012.
Cement and chemically treated base shall have unconfined compressive strength(UCS) of 4.5/7
MPa in 7/28 days actually obtained in situ. In case of variation from the design UCS, in situ value
being on lower side, pprior to proceeding with laying of surface course on it, the pavement design
shall be reviewed for actual UCS value. The extra pavement thickness needed on account of lower
UCS shall be constructed by the contractor at his own cost.
Flexural strength is required for carrying out the fatigue analysis as per fatigue equation. The
modulus of rapture for chemically stabilized bases to be taken as 20 per cent of the 28 days
unconfined compressive strength. The following default values of modulus of rupture are to be
taken for cementitious bases (MEPDG)
Cementitious stabilized aggreagate -1.4MPa
Soil Cement -0.7 MPa
The modulus of rupture for cementituous stabilized soil aggregate is 1.40 MPa and Poisson‟s ration
of the cementitious layers as 0.25
Minimum cementitious material in the cementitious base layer should be such that in a wetting
and drying/freeze and thaw test(BIS 4332)Part-IV)-1968, the loss of weight of the stabilized
material does not excess 14 percent after 12 cycles of wetting and drying/freeze and thaw(BIS
4332(Part-IV)-1965
For stabilization, the soil before addition of cement and chemical admixture shall be
pulverized, where necessary, to the extent that it passed the requirements as set out in Table
400-7 when tested in accordance with the method described in Appendix 3 of MORT&H
specification for Road and Bridge works (Fifth revision) or and as per the recommended
acceptance of the technology provider/manufacturer
Only mechanized method of construction for laying and compaction shall be used. The
equipment should be capable of administering the design dose of stabilizer and quantity of water
to produce a uniform and homogeneous mix
After construction, the curing as recommended in IRC SP 89-2010 shall be done
immediately to aid in development of strength and to prevent drying shrinkage. The compacted
pavement layer shall not be left exposed to sun for longer periods. Curing should start
immediately by spraying bitumen emulsion or periodical spray of water without flooding or other
CA No. CE (P) SWTK/ /2019-20 P a g e | 70
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
methods as directed by Engineer-in-Charge. Subsequent pavement course shall be laid soon after
to prevent the surface form drying out and becoming friable. No traffic of any king shall play over
the completed bases unless permitted by the Engineer-in-Charge.
Engineer-in-Charge and OC contract at their own discretion may get the independent
samples tested from NABL certified Govt recognized Lab/IIT/NIC/CRRI if required at the cost of the
contractor and contractor shall have no claim on the account.
Cement used for the CTB works should not be older than Three months of date of manufacturing.
Table 400-4 : Grading Limits of Material for stabilization with Cement
IS sieve size Percentage by mass passing Base within the
range
53.00 mm 100
37.5 mm 95-100
19.0 mm 45-100
9.5 mm 35-100
4.75 mm 25-100
600 micron 8-65
300 micron 5-40
75 micron 0-10
12.6.4 Quantity of Cement in Cement-Soil Stabilized Mix
The quantity of cement to be added as percent by weight of the dry soil shall be as per mix design
approved by commander contract. Also if lime is used as pretreatment for highly clayey soils, the
quantity as percent by weight of dry soil shall be specified in the Contract. The mix design shall be
done on the basis of 7 day unconfined compressive strength (UCS) and/or durability test under 12
cycles of wet-dry conditions. The Laboratory strength values shall be at least 1.5 times the
minimum field UCS value stipulated in the Contract.
12.6.5 Quantity of Cement in Cement Treated Sub-base/Base
The quantity of cement shall be more than 2 percent by weight of cement. The mix design shall be
done to achieve a strength of 1.75 MPa when tested on cylindrical specimens compacted to the
density at optimum moisture content, tested in accordance with IS:2720 (Part 8 as specified in the
contract) after 7 days moist curing. The design mix shall indicate the proportions of cement and
the quantity of water to be mixed.
12.6.6 Water
Water used from mixing and curing for stabilized mixes shall be clean and free from injurious
amounts of oils, salts and acid etc. it shall meet the requirement as IS 456. Potable water is
generally considered to be acceptable for stabilization works. The permissible limits for solids in
water should be as given in table below
Solids Permissible limit (Maximum)
Organic 200 mg/litre
Inorganic 3000 mg/litre
Sulphates (as So4) 400 mg/litre
Chloride (as Cl) 2000 mg/litre
Suspended matter 2000 mg/litre
CA No. CE (P) SWTK/ /2019-20 P a g e | 71
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
12.6.7 Test Requirements
11.6.7.1 Unconfined compressive strength test
This test is carried out on cylindrical or cubical specimens prepared by mixing the soil at a
predetermined moisture content and stabilizer content and compacting the mixed material into a
mould at either a pre-determined density or at a given compactive effort. The choice of specimen
size and shape depends on the grading of the soil; it is clearly desirable to keep as small as
possible the ratio of the maximum particles size to the smallest dimension of the mould the tests
shall be carried out as per clause 4.7 of IRC:SP:89-2010
12.6.7.2 Durability of stabilized materials
In order to check the durability of the stabilized mix for sub –base/base, the methods used shall
be as per clause 4.7.2 of IRC:SP:89-2010
12.6.8 PERFORMANCE BEHAVIOR
12.6.8.1 The resilient modulus and permanent deformation are important properties and shall be
evaluated. The performance evaluation shall as per clause 6.1 of IRC: SP: 89 (Part II) 2018.
12.6.8.2 Manufacturer of a CCS shall submit report on performance evaluation done by reputed
Government Organization/Institution like NIT‟s, CRRI, IIT‟s or any NABL approved laboratory.
12.6.8.3 The performance evaluation report of roads constructed with such stabilizers shall be
evolved after two years of trail with a frequency of two times every year.
12.6.8.4 Routine visual observations shall be taken and recorded monthly.
12.6.9 QUALITY ASSURANCE
12.6.9.1 General
During the construction process regular checks are to be made on the stabilized material to ensure
that all the requirements of the specification are being met. Many of the checks carried out are
merely “good housekeeping” i.e. continual supervision to ensure that the construction process
allows the design objective to be achieved in full. In addition to this there are production control
tests carried out to monitor the work in progress to ensure, for examples, that the correct
thickness of stabilized layer is being laid and that a consistent product is being produced. Finally
compliance tests are to be carried out on the finished product to demonstrate that it meets all the
requirements of the specification.
This chapter, therefore, describes the tests that may need to be carried out to check on the quality
of the material. It also discusses the various factors that influence the choice of a particular test
that is used to establish the values for parameters such as moisture content, compacted density,
strength, etc., set out in the specification.
12.6.9.2 Preliminary Trial
As part of the quality control and in order to make a final decision on moisture content and
stabilizer content, the information gained in the laboratory test should be related to preliminary
field trial. These shall be as per clause 6.2 of IRC: SP: 89-2010.
12.6.9.3 Sampling and Testing Frequency
CA No. CE (P) SWTK/ /2019-20 P a g e | 72
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Samples for checking the moisture content, strength, etc are most conveniently taken from the
laid material before compaction. Frequency of testing depends on the size of the project and the
facilities available on site but regular checks should, at least, be made on the moisture content,
strength and in-situ density. Whatever the frequency, sampling should be spread out over the site
so as to give representative indication of the quality of the material within a given area. All the
activities of sampling and testing shall be carried out as per clause 6.3 of IRC: SP: 89-2010
12.6.9.4 Storage and Handling of the Stabilizer
Unless cement is properly stored and used in a fresh condition the quality of the pavement layer
will be substantially reduced. Cement must be stored in a sound water-tight building and the bags
stacked as tightly as possible. Doors and windows should only be opened if absolutely necessary.
The cement which is delivered first should be sued first. The storage and handling of cement shall
be carried out as per clause 6.4 of IRC: SP: 89-2010
12.6.9.5 Control of the Moisture Content
Throughout the stabilization work, the moisture content should be maintained slightly above its
specified value. This means that rapid determination of the in-situ moisture content is necessary to
allow adjustments to be made so as bring the moisture content of the stabilized material to the
required value. This shall be carried out as per clause 6.5 of IRC: SP: 89-2010
12.6.9.6 Control of the Stabilizer Content
Mechanical method of spreading the stabilizer should be employed, it is important that a uniform
spread rate is achieved as this will affect the uniformity of the stabilized material.
As mechanical spreader is used, metal trays or canvas sheets, one meter square, should be placed
at regular interval along the road to check the application rate.
The control for stabilizer content for mechanical spreader needs to be carried out as per clause 6.6
of IRC: SP: 89-2010
12.6.9.7 Routine Strength Determinations
Continuous monitoring of the strength of processed material is required to ensure that the
specified strength is being achieved. Representative samples of the full depth of mixed material
should therefore be taken from the site immediately prior to compacting the material. The routine
strength determinations should be carried out as per clause 6.7 of IRC: SP: 89-2010
12.6.10 Strength and Quality Control
Control on the quality of materials and works shall be exercised by the Engineer in accordance
with Section 900.
Cement treated soil sub-base/base shall be tested for the unconfined compressive strength (UCS)
value at 7 days, actually obtained in-situ. In case of variation from the design UCS, in-situ value
being on lower side, prior to proceeding with laying of base/surface course on it, the pavement
design shall be reviewed for actual UCS value. The extra pavement thickness needed on account of
lower UCS shall be constructed by the Contractor at his own cost.
12.6.11 Weather Limitations
Stabilization shall not be done when the air temperature in the shade is less than 100c.
12.6.12 Degree of Pulverisation
CA No. CE (P) SWTK/ /2019-20 P a g e | 73
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
For stabilization, the soil before addition of cement shall be pulverised, where necessary, to the
extent that it passes the requirements as set out in Table 400-7 when tested in accordance with
the method described in Appendix-3.
Table 400-7 Soil Pulverisation Requirements for Cement Stabilization
IS sieve Designation Minimum percent by weight passing the IS
sieve
26.5 mm 100
5.6 mm 80
12.6.13 Clauses 402.3.3 to 402.3.5 shall apply as regards spreading and mixing the stabilizer
except that cement or lime plus cement as the case may be, shall be used as the stabilizing
material in place of lime.
12.6.14 Moisture Content for Compaction
The moisture content at compaction checked vide IS:2720 (Part 2) shall not be less than the
optimum moisture content corresponding to IS:2720 (Part 8) nor more than 2 percent above it.
12.6.15 Rolling
During the period of construction, arrangements for traffic shall be provided and maintained in
accordance with Clause 112.
12.6.16 Arrangements for Traffic
12.7. PRECAUTIONS TO BE TAKEN WHILE USING STABILIZED MATERIALS
12.7.1 General
The two major problems that arise with the use of stabilized materials in road pavement layers are
cracking and the long-term durability of the material. The extent to which either of these is a
problem is intimately related to the purpose of the stabilized layer in the road pavement as a
whole and it is, therefore, difficult to divorce the tow factors. However, in this Chapter the
problems that can arise are discussed.
12.7.2 Cracking is Stabilized Layers
Many factors contribute to the cracking and crack-spacing of stabilized pavement layers. Some of
them are listed below:
1) Tensile strength of the stabilized material;
2) Shrinkage characteristics;
3) Volume changes resulting from temperature of moisture variations;
1) The subgrade restraint;
2) Stiffness and creep the stabilized material, and
3) External loadings such as those caused by traffic.
CA No. CE (P) SWTK/ /2019-20 P a g e | 74
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
As in the case of compressive strength, the tensile strength of stabilized materials takes time to
develop. On the other hand, stabilized material in a road pavement layer will be subject to volume
changes from at least one of the factors listed above as soon as it is compacted. Cracking in
stabilized layers due to changes in temperature of moisture content cannot, therefore, be avoided
and must be accepted as inevitable although steps can be taken to reduce the effect. Cracking
may also occur as a result of fatigue failure due to trafficking and is and entirely separate
phenomenon from the initial cracking due to environmental changes.
Cracks in stabilized layers used at capping and sub-base level are unlikely to cause significant
problems but at base level the cracks may be reflected through the surfacing. The existence of
cracks in a road surface may assumed to indicate need for remedial action. The consequences of
not doing so, may range from no problems at all to loss of interlock or to eventual failure when the
stabilized layer has been reduced to unconnected blocks. Cracks may also permit ingress of water
leading to weathering of materials at crack faces, de-bonding between pavement layers, or
deterioration of moisture-susceptible layers beneath the stabilized layer.
12.7.3 Primary Cracking
Cracks appear in cement-stabilized materials as a result of shrinkage and temperature
fluctuations. The initial crack pattern is dependent on the early strength of the material and the
properties of the material used. Materials which have low strength, normally also contain a higher
proportion of plastic fines. The stabilized materials with lower strength and with high proportion of
plastic fines have frequent but narrow cracks. Whether or not these frequent but fine cracks prove
to be a problem depends to a large extent on the mechanical interlock at the face of the cracks. It
the interlock is good the material performs satisfactory and the cracks are sufficiently fine for them
not to be reflected through the pavement layer above. However, the lower strengths of these
stabilized materials mean that they are generally only suitable for use in the lower layers of the
road where cracking is less of problem anyway.
On the other hand, stabilized materials with high strength criteria and which have little, if any,
plastic fines have fewer but wide cracks. These cracks are often wide enough for them to be
reflected though the surface. In order to restrain the propagation of lateral reflective cracks, such
materials therefore have to be covered with a greater thickness of construction material than
would otherwise be required.
The temperature at which the material is laid also plays a part in the type of crack pattern that is
produced. Layers placed in cooler weather tend to develop fewer and narrower cracks as there is
less thermal shrinkage. The stabilized layer may subsequently be in compression, apart perhaps
from prolonged cold spells, so that cracks remain closed with good load transfer. Fewer cracks
develop when the temperature difference between day and night during construction is not large,
as thermal warping is reduced.
12.7.4 Traffic Associated Cracks
Quite separately and much more importantly than the primary transverse cracks, cracks may
appear is stabilized bases of inadequate strength or inadequate construction thickness in relation
to the traffic and the sub-grade strength. Such cracking takes the form of “map” cracking which, in
extreme cases, cause the stabilized material to deteriorate into small slabs with poor load transfer.
Once started, deterioration is likely to continue until the stabilized base becomes little more
effective that granular sub-base.
When extensive cracking has developed as a result of the combined action of free water and
traffic, then it other results in the “pumping” to the surface of fine material from the underlying
pavement layers where it is deposited in the cracks. The fines discolour the surface along the
cracks making them clearly visible.
CA No. CE (P) SWTK/ /2019-20 P a g e | 75
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Unlike the primary cracking, the appearance of traffic-associated cracks is not inevitable. It should
not occur if the road pavement has been properly designed to take account of the traffic likely to
be encountered during the design life of the road.
12.7.5 Durability of Stabilized Materials
The failure of stabilized materials by disintegration into a loose mass is not common. It is most
likely to be due to deficiency either in the amount of stabilizer, deficiency in the quality of the
stabilizer, or deficient compaction or curing. These problems should not occur if a good standard of
preliminary testing for suitability and of quality control are maintained.
It is reported that the most common type of failure of stabilized layers is the peeling-off of surface
dressings from stabilized layers. This is usually due to failure of top of the layers itself rather than
any of the shortcoming of the surface dressing. The surface of the layer tends to disintegrate
under traffic, the most likely cause of which is considered to be as a result of overstressing of the
surface layer during the compaction of the stabilized material at the time of construction. This
induces a series of shallow shear of shallow shear planes in the surface layer and result is a sharp
failing-off density of the material towards the upper surface. Overstressing is most prevalent with
uniformly graded non-cohesive sands. It can be avoided if special care is taken with the
compaction and if towed vibrating rollers are used.
A survey of know causes of lack of durability of stabilized layers confirmed that the most common
problem was surface disintegration of the primed layer during construction and scabbing of the
seal in service due to an inadequate bond with the stabilized material. These problems are a result
of inadequate compaction and curing and are more likely to occur in hot, dry climates. Apart from
the problem of surface disintegration, long-term durability may also be impaired by the effects of
sulphates and by carbonation.
12.7.6 Control of Reflective Cracking in Cement Stabilized Pavements
Although the potential exists for reflection cracking when a cement-stabilized base is used in a
pavement structure, proper construction and design techniques can minimize the potential that the
pavement will be adversely affected. Proper construction practices to minimize drying, pre-
cracking soon after construction, and designing for stress relief are all valid methods that will
reduce or eliminate the formation of reflection cracks in cement-stabilized bases.
There are several factors as discussed in the previous chapter, which contribute to the cracking in
a cement-stabilized base/sub-base. With regard to material characteristics, the type of soil,
cement content, degree of compaction and curing, and temperature and moisture changes directly
influence the degree of shrinkage.
There are a number of preventative measures and design concepts that can be sued to minimize
shrinkage cracking in the cement-stabilized base, and to reduce the potential, that base cracks will
reflect through the asphalt surface. Methods of controlling reflective cracking include proper
construction and curing of the stabilized base, reduction of cracks size through the use of “pre-
cracking”, and relief of stress concentrations through the use of flexible layers in the pavement
structure.
A cement-stabilized base provides excellent support for asphalt surfaces. The stabilized base
material is stronger, more uniform and more water resistant that an un-stabilized base. Loads are
distributed over a larger area and stresses in the subgrade are reduced. However, cement-
stabilized bases can also be the source of shrinkage cracks in the stabilized based layer, which can
reflect through the asphalt surface. The cracks that develop are not the result of a structural
deficiency, but rather a natural characteristic of cement-stabilized bases. The surface cracks tend
to follow the same patter as the cracks in the base, and referred to as “reflection” cracks.
CA No. CE (P) SWTK/ /2019-20 P a g e | 76
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
In most cases, reflection cracks are narrow (less than 3 mm) and will not adversely affect the
performance of the pavement. However, wider cracks can result in rough riding surface and
deterioration of the pavement. The wide cracks create an environment for water infiltration and
subsequent pumping of the underlying sub grade.
Several factors contribute to the cracking and crack spacing in a cement stabilized base which
include material characteristics, construction procedure, traffic and restraint imposed on the base
by the subgrade. With regard to material characteristics the primary cause of cracking is due to
drying shrinkage of the cement stabilized base. The degree of drying shrinkage is affected by the
type of soil, degree of compaction and curing, cement content, temperatures and moisture
changes.
Cement stabilized fine grained soils e.g. clays exhibit greater shrinkage than cement stabilized
granular soils. Although stabilized clay soils develop higher total shrinkage than granular soils, the
cracks are typically finer and more closely spaced other of hairline variety spaced 0.6 to 3.0 m
apart. The granular soils generally produce less shrinkage but develop larger cracks typically
spaced at 3.0 to 6.0 m apart.
Fine grain grained soils have large surface area than granular soils and typically require higher
moisture content for compaction purposes. In addition, cement content for fine grained soils are
generally 2 to 5 percent higher than granular soils in order to achieve adequate durability and
strength. Both these factor contribute to high moisture contents for stabilized fine grained soils
and consequently higher drying shrinkage.
The effect of compaction on shrinkage characteristics of cement stabilized material plays an
important role. A well compacted mixture exhibits reduced shrinkage potential, because the
soil/aggregates particles are packed tightly together resulting in reduced voids. It has been
reported that compacting cement stabilized soil at modified proctor effort, reduces shrinkage
significantly as compared to stabilized soil compacted standard proctor density. The reason for the
same can be attributed to the fact that the optimum moisture contents at modified proctor
compaction are typically less that at standard proctor compaction which helps to reduce shrinkage.
The least amount of shrinkage is obtained for the stabilized material at the highest density and
lowest moisture content.
Cement hydration contributes less to shrinkage than does many other factors. In fact, for soils
that exhibit volume change without cement, increasing cement will decrease total shrinkage.
However, excessive amounts of cement can exacerbate cracking in two ways: First, increased
cement content cause greater consumption of water during hydration, thus increasing drying
shrinkage. Also, higher cement levels cause higher rigidity and excessive strength (both tensile
and compressive).
Methods of controlling reflective cracking basically fall into the two categories:
Pre-cracking
Providing for stress relief at the base-surface interface
Pre-Cracking: Minimizing crack width with proper construction and curing procedures, as
discussed in the previous sections, will eliminate much of the potential for wide cracks. Another
method to reduce crack width is a relatively new procedure called “pre-cracking”, where hundreds
of tiny micro-cracks develop instead of single transverse cracks. The method has been successfully
tried on several projects in the United States. The procedure involves several passes of a large
vibratory roller over the cement-stabilized base one to two days after final compaction. This
introduces a network of closely spaced hairline cracks into the cement-stabilized material, which
acts to relieve the shrinkage stresses in the early stages of curing, and provides a crack pattern
that will minimize the development of wide shrinkage cracks. In addition, since the pre-cracking is
CA No. CE (P) SWTK/ /2019-20 P a g e | 77
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
performed shortly after placement, the “micro-cracking” will not impact the pavement‟s overall
structural capacity as the cracks will heal and the cement-stabilized material will continue to gain
strength with time.
Stress Relief: Another method of reducing the potential for reflection cracking is to relieve
the stress concentrations that result from cracks in the cement-stabilized base. The following three
methods have been successfully used to reduce the stresses that cause reflection cracks:
1) A bituminous surface treatment (chip seal) between the stabilized base and the asphalt
surface. The additional flexibility of the surface treatment layer will help to reduce stress
concentrations. This surface treatment also provides an excellent temporary surface during
construction for traffic control.
2) A geotextile between the stabilized base and surface, or between the asphalt binder and
wearing courses. Similar to the surface, treatment, the geotextile provides flexibility and
acts to intercept cracks without letting them pass through the material.
3) A 50 mm to 100 mm layer of unbound granular material between the stabilized base
layer and the asphalt surface. This use of “sandwich” or “inverted” pavement design adds
additional structure to the pavement, and will prevent the propagation of cracks through to
the surface layer.
12.7.7 Rates
The Contract unit rate for cementitious layer shall be payment in full for carrying out the
required operations including full compensation for:
(i) Making arrangements for traffic to Clause 112 of MORT&H Specifications for Road and
Bridge Works (Fifth Revision) except for initial treatment to verges, shoulders and
construction of diversions;
(ii) Furnishing all materials to be incorporated in the work including all royalties, fees, rents
where necessary and all leads and lifts;
(iii) All labour, tools equipment and incidentals to complete the work to the Specifications;
(iv) Carrying out the work in part widths of road where directed; and
(v) Carrying out the required tests for quality control.
13. SAMI
13.1 Scope
This work shall consist of one or two coats of an elastomeric rubber membrane known as
stress absorbing membrane (SAM) over a cracked surface , followed by a covering of aggregate
chips, and stress absorbing membrane interlay(SAMI),which is a material similar to SAM or which
consists of bitumen impregnated geotextile.
13.2 Materials:
Binder shall be as per Para 517.2.1 of MORTH specifications for roads and bridges fifth
revision.
CA No. CE (P) SWTK/ /2019-20 P a g e | 78
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Aggregate shall be as per Para 517.2.2 of MORTH specifications for roads and bridges fifth
revision.
Rate of spread of binder and aggregate shall be as per Para 517.2.3 of MORTH specifications for
roads and bridges fifth revision.
Geotextile shall be as per Para 517.2.4 of MORTH specifications for roads and bridges fifth
revision.
13.3 Construction operations:
Weather and seasonal limitations shall be as per Para 517.3.1 of MORTH specifications for roads
and bridges fifth revision.
Preparation of base shall be as per Para 517.3.2 of MORTH specifications for roads and bridges
fifth revision.
Application of binder shall be as per Para 517.3.3 of MORTH specifications for roads and bridges
fifth revision.
13.4 Application of aggregate shall be as per Para 517.3.4 of MORTH specifications for roads
and bridges fifth revision.
13.5 Sweeping shall be as per Para 517.3.5 of MORTH specifications for roads and bridges
fifth revision.
13.6 Two coat Sam or SAMI shall be as per Para 517.3.6 of MORTH specifications for roads
and bridges fifth revision.
13.7 Geotextile placement shall be as per Para 517.3.7 of MORTH specifications for roads and
bridges fifth revision.
13.8 Opening to traffic shall be as per Para 517.4 of MORTH specifications for roads and bridges
fifth revision.
13.9 Surface Finish and Quality control:
The surface finish of the sub-grade and quality control shall be as per clause 517.5 of MORTH
specifications for roads and bridges fifth revision.
13.10 Arrangements for traffic shall be as per Para 517.66 of MORTH specifications for roads and
bridges fifth revision.
13.11 Rates : The contract unit rates of the SAM, SAMI or bitumen impregnated geotextile shall be
payment in full for carrying out the required operations including full compensation for all
components listed in clause 501.8.8.2 of MORTH Specifications for Roads And Bridges fifth revision
14. ADDITIONAL QUALITY CONTROL TESTS DURING CONSTRUCTION AS RECOMMENDED
BY IRC 37 2018.
The recommendation contained in Clause 903 of Specifications of the Ministry of Road
Transport and Highways for Road and Bridge Works ( 23), IRC 120 (33) , IRC SP 89 (28), IRC SP
59 (26) about different tests along with their frequencies for different types of specifications to
ensure quality in the construction are to be followed. In addition, the following tests are also
required for addressing the specifications/ aspects not covered ion the documents referred to
above.
CA No. CE (P) SWTK/ /2019-20 P a g e | 79
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
Srl
No.
Item of Construction Test Frequency
1 Bituminous construction Resilient modulus desired
from indirect tensile
strength test on specimens
prepared using field mix *
Three specimens for each
400 tonnes of mix
subject to minimum 2
tests per day.
2 Cement treated/stabilised
base and sub-base
Unconfined compressive
strength
Three specimens for each
400 tonnes of mix
subject to minimum 2
tests per day.
3 Cement treated/stabilised
base and sub-base
Binder/cement content Three specimens for each
400 tonnes of mix
subject to minimum 2
tests per day.
4 Cement treated/stabilised
base and sub-base
Flexural strength/Indirect
tensile strength test
Three specimens for each
400 tonnes of mix
subject to minimum 2
tests per day.
5 Cement treated/stabilised
base and sub-base
Soundness test ( BIS 4332
Part IV)
One specimen for each
source and whenever
there is change in the
quality of aggregate
6 Cement treated/stabilised
base and sub-base
Density of compacted layer One specimen of two
tests per 500 sq m
7 Emulsion/Foam bitumen
Indirect tensile strength
test
Indirect tensile strength
test
Three specimens for each
400 tonnes of mix
subject to minimum 2
tests per day.
8 Emulsion/Foam bitumen Density of compacted layer One specimen per 1000
sq m.
In case, MR derived from indirect tensile strength is less than 90 % of the design value, the
MR should be rechecked in accordance with ASTM 4123.
CA No. CE (P) SWTK/ /2019-20 P a g e | 80
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
UNDERTAKING BY AUTHORISED SIGNATORY
I, the undersigned do hereby undertake that our firm M/s……………………………………………………
agree to abide by the terms and conditions of the TENDER No. : CE(P) SWTK/23/2019-20 for -
“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB
GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND
SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-
(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130
RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM‟‟
from page No. 01 to 88 as advertised in the CPPP site https://eprocure.gov.in/eprocure/app. and
it shall be binding on us and may accepted at any time before the expiration of that tender
conditions.
(Signed by an Authorized Officer of the Firm)
Title of Officer
Name of Firm
Date
CA No. CE (P) SWTK/ /2019-20 P a g e | 81
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
BORDER ROADS ORGANISATION
GOVT OF INDIA
MINISTRY OF DEFENCE
HEADQUARTERS CHIEF ENGINEER PROJECT SWASTIK
NAME OF WORK : PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING
WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE
(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &
IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES
(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER
130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM‟‟Part - II (FINANCIAL
BID)
The following shall form part of this contract agreement: -
Document annexed hereto
S/No Particulars Serial page No
1 Contents 81
2. BOQ (Schedule „A‟) Notes 82 - 83
3. BOQ (Schedule „A‟) 84
4. Schedule „B, C & D. 85
5. Tender, Acceptance & OTHER 86 – 88
Total
07 Nos (Pages)
CA No. CE (P) SWTK/ /2019-20 P a g e | 82
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
SCHEDULE-„A‟ NOTES
LIST OF WORKS AND PRICES
“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB
GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND
SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-
(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130
RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟
1. Quantity shown in Schedule “A” is approximate and is inserted as guide only. These
shall, however not be varied beyond the limits laid down in conditions of IAFW-2249, General
conditions of contract and special conditions of the contract.
2. The total period of work shall be 300 Days from the date of commencement specified
in the first work order.
3. The rates shall be filled in figures only in the provided column in BOQ (schedule „A‟)
uploaded in Excel sheet. The BOQ (schedule „A‟) given at page No. 84 is for reference only.
4. The rates to be quoted by the tenderer in this BOQ (Schedule „A‟) shall be deemed to
include for the provision of all labour and materials, loading and unloading of materials and
transportation if required, tools, plant, equipment and tackle, process, operations and specific
requirements details in this Schedule in the particular specification and elsewhere in this
tender documents and for the full, entire and final completion of the work in accordance with
the provisions of these tender documents.
5. The rates quoted by the contractor shall be deemed to be inclusive of all types of taxes
(including Sale Tax/GST on materials, Sales Tax/GST on works contracts, Income tax and
surcharge there on,Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc.), duties,
Royalties, Octroi, State Entry Tax and other levies payable under the respective statutes. No
reimbursement/refund or variation in rates of taxes, duties, royalties, octroi, State Entry tax &
other levies, and or imposition/abolition of any new/existing taxes, duties, royalties, octroi,
State entirely Tax and other levies shall be made except as provided in Special Conditions.
6. The rates to be quoted by the tenderer in respect of these works shall be deemed to
include for all minor details of construction which are obviously and fairly intended and which
may not have been specifically mentioned in the tender documents but which are essential for
satisfactory execution and completion of work. In case of difference of opinion between the OC
Contract and the Contractor as to what constitutes a minor detail of construction, the decision
of Accepting Officer shall be final and binding.
7. The rates to be quoted by the tenderer shall be deemed to include for all items of work
as described, specified in particular specifications, Special conditions and on drawing.
8. No price escalation shall be made for any item of work during the currency of
the contract or for extended date of completion, if granted under IAFW-2249 (Latest
Reprint). The rates quoted shall be final and valid up to the physical/financial completion of
work and no variation in prices on account of material, labour or fuels required for completion
of work shall be admissible/permissible during the currency/execution of the contract.
9. The quantities quoted in BOQ (schedule `A`) are approximate and are inserted as a
guide only and if it is more or less tenderer will have no claim on this account.
10. The materials shall be conforming to particular specifications and special conditions
indicated in the tender documents.
CA No. CE (P) SWTK/ /2019-20 P a g e | 83
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
11. The security will be arranged by the tenderer for his personnel and equipment during
the execution of work. No compensation will be paid by BRO on account of any loss/damage to
personnel, property, vehicle/equipment/plant of contractor during execution of work or on
any account.
12. The tender shall remain open for acceptance for a period of 120 days from bid
submission end date.
13. Work shall be executed as directed by the OC Contract/Engineer-In-charge.
14. The tender will be considered for acceptance as a whole.
15. Integrity pact is an integral part of contract and both parties are bound by its
provisions.
CA No. CE (P) SWTK/ /2019-20 P a g e | 84
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
SCHEDULE „A‟
“DESIGN OF CEMENTITIOUS SURFACING WORK AND EXECUTION OF SUBGRADE, SUB-
BASE AND BASE EXCULDING THE BITUMIOUS BC LAYER AS PER IRC 37 2018,IRC SP 89
2010 AND IRC SP 89 PART II 2018 AND MORTH SPECIFICATIONS FOR ROADS AND
BRIDGES FIFTH REVISION BETWEEN KM 7.00 TO KM 27.00 ON FLAGHILL- DOKALA ROAD
UNDER 130 RCC/764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟
SCHEDULE OF WORKS
S.No Description of work A/U Qty Rate in Figures To be
entered by the Bidder
(Rs)
Total amount
(Rs)
Total amount
on Words
1 2 3 4 5 6 7
Subgrade Works 1.01 Preparation of sub Grade by excavation filling leveling
existing road surface in all types of strata HR/SR/SMB with sub grade soil in top 500 mm thickness in accordance With Relevant Clauses of IRC 37:2018 and MORTH specification for roads and bridges fifth revision and as per direction of Engineer in Charge between Km 7.0 to Km 27.0 on Road Flag Hill Dokala.
Sqm 104058.00
1.02 Providing, Laying and compaction of 200 mm thick granular sub base as per relevant clauses of IRC 37:2018, confirming to grading V of Table 400-1 MORT&H specifications for roads and bridges (Fifth Revision) ),as per particular specifications and as per direction of Engineer in Charge excluding HR/SR stretch between Km 7.00 to Km 27.00 on road Flaghill-Dokala.
Sqm 94937.00
2 CTB & SAMI layer Works
2.01 Providing, Laying, compaction and curing of 260 MM thick Layer of Cementitious Base (CTB) incorporating OPC in combination with Chemical Admixture including Preparation of Soil Bed for the Surfacing Works including curing by spraying with the bituminous sealing compound in Accordance With Relevant Clauses of IRC37:2018, IRC-SP-89 2010, IRC-SP-89 (Part-II)-2018 and MORTH specification for roads and bridges fifth revision between Km 7.00 To Km 27.00 on road Flaghill-Dokala.
Sqm 100936.00
2.02 Providing and Laying SAMI (Stress Absorbing Membrane Interlayer) Layer over CTB Layer including prime coat over CTB layer by means of Synchronous Chip Sealer Integrated Computer Controlled Machinery. SAMI Layer shall comprise of application of Elastomeric Bitumen Emulsion immediately Covered with Stone Chips as per relevant clauses of IRC37:2018, IRC-110:2005 & IRC-SP-34:1989, and as per particular specifications between Km 7.00 To Km 27.0 on Road Flag Hill.
Sqm 93652.00
Total in Figures
Quoted Rate in Words
Rates shall be quoted in BOQ XL Sheet only
CA No. CE (P) SWTK/ /2019-20 P a g e | 85
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
SCHEDULE – „B‟
ISSUE OF STORES ETC TO THE CONTRACTOR
“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB
GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND
SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-
(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130
RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM.‟‟
S No. Particulars Rate at which Material
will be issued to the
contractor
Place of issue by
name
Remarks
Unit Rate
1 Nil
SCHEDULE – „C‟
LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT)
WHICH WILL BE HIRED TO THE CONTRACTOR
“PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB
GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND
SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 & IRC SP 89-
(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES (FIFTH
REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER 130
RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM”
Srl
No
Quantity/
Particulars
Details of crew
supplied
Hire charges
per unit per
working day
Stand by
charges per
unit per off
day
Place of
issue by
name
Remarks
NIL
SCHEDULE – „D‟
TRANSPORT TO BE HIRED TO THE CONTRACTOR
Srl
No
.
Particulars Quantit
y
(Nos)
Usage Rate
Per Km
Place of
issue
Remarks
1 2 3 4 5 6
NIL
CA No. CE (P) SWTK/ /2019-20 P a g e | 86
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
TENDER 1. The President of India.
2. Having examined and perused the following documents forming part of tender documents: -
(i) Particular/technical Specifications.
(ii) Ministry of Road Transport & Highways (MoRT&H) specifications for Road and Bridge
works (5th revision) published by Indian Road Congress, New Delhi, IRC SP-89-2010, IRC SP-89-Part-II-2018, IRC-37-2018.
(iii) Schedule „A‟, „B‟, „C‟ and „D‟ attached here to
(iv) Special Conditions of the Contract
(v) General conditions of contract, IAFW-2249 (1989 Print) including amendments 1 to
16 and errata No 1 to 20.
(vi) All other documents forming part of tender document.
Should this tender be accepted, I/we agree:-
3. That a sum of Rs. 15,00,000.00 (Rupees Fifteen Lakh Only) forwarded as earnest
money shall be retained as a part of earnest money deposit or shall be refunded on receipt of the
appropriate amount as performance security deposit.
4. To execute all the works referred in the said documents upon the terms and conditions
contained or referred to therein at the item rates continued in the aforesaid Schedule “A” or at
such other rates to be fixed under the provision of condition 62 of IAFW-2249 and to carry out
such deviations as may be ordered vide condition 7 of General Condition of Contracts up to
maximum of 10 percent and further agree to refer all disputes as required by condition 70 of the
General Conditions of the contract (IAFW-2249) to the sole Arbitration of an serving Engineer
Officer to be appointed by the Director General Border Roads, New-Delhi or in his absence, by the
officer officiating as Director General Border Roads, whose decision shall be final, conclusive and
binding. However, in case of disputes with PSE and or PSU the same will be referred to a Sole
Arbitrator to be appointed by Secretary, Bureau of Public Sector Enterprises (refer Special
Condition 24 of tender documents)
Signature in the capacity of __________________________________day authorized to
sign the tender for and on behalf of Name ___________________________
(In capital letters)
(Signature of the Contractor)
Dated :
Witness: - 1 Name & Postal address
___________________
___________________
___________________
___________________
Witness: - 2
___________________
CA No. CE (P) SWTK/ /2019-20 P a g e | 87
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
ACCEPTANCE
NAME OF WORK : PROVIDING, LAYING, COMPACTION & EXECUTION OF SURFACING
WORK OF SUB GRADE PREPARATION, GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE
(CTB) AND SAMI LAYERS AS PER GUIDELINES OF IRC : 37-2018, IRC : SP : 89-2010 &
IRC SP 89-(PART – II) -2018 AND MORTH SPECIFICATIONS FOR ROADS AND BRIDGES
(FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00 ON FLAG HILL-DOKALA ROAD UNDER
130 RCC /764 BRTF/PROJECT SWASTIK IN THE STATE OF SIKKIM
1. ________ alterations have been made in these documents and as evidence that these
alterations were made before the execution of this contract agreement they have been initialed by
the contractor and Shri ___________________________SW / Dir (Contract) of HQ CE (P) Swastik.
2. The said officer is hereby authorized to sign and initial on my behalf the documents, forming
part of this contract, on my behalf.
3. The above tender of M/s ______________________________________
_________________________________ was accepted by me on …………… day of ……………. 2019, on
behalf of the President of India for the contract sum of
Rs.________________________________________(Rupees__________________________
______________________________________________________________________
______ ) at the item rates quoted in Schedule “A”.
Signature __________________
Chief Engineer
Project Swastik
Dated: ______________
(for and on behalf of the President of
India)
---------------------------2019
Signature of the Contractor For Accepting Office
CA No. CE (P) SWTK/ /2019-20 P a g e | 88
Tender No. CE (P) SWTK/23/2019-20
Signature of Contractor For Accepting Officer
BLANK
CA No, CE (P) SWTK/ /20t9-20 Page l20Tender No. CE (P) SWTK/23/2OL9-2O
ANNEXURE.IIINTEGRITY PACT
General
1. Whereas the President of India, represented by Chief Engineer (CE) hereinafter referred toas Principal / Owner and the first part, has floated the Tender (NIT No. CE (P) Swtkl23l2019-20)and intends to award, under laid down organizational procedure, contract for "PROVIDING,LAYING, COMPACTION & EXECUTION OF SURFACING WORK OF SUB GRADE PREPARATION,GRANULAR SUB BASE (GSB), CEMENTITIOUS BASE (CTB) AND SAMI LAYERS AS PER
GUIDELINES OF IRC : 37-20L8, IRC : SP : 89-2010 & IRC SP 89-(PART - II) -2018 AND MORTH
SPECIFICATIONS FOR ROADS AND BRTDGES (FIFTH REVISION) BETWEEN KM 7.00 TO KM 27.00ON FLAG HILL-DOKALA ROAD UNDER 130 RCC 1764 BRT'FIPROJECT SWASTIK IN THE STATE OF
SIKKIM." hereinafter referred to as works/ Services and M/srepresented by, (Which term unless
expressly indicated by the contract, shall be deemed to include its successors and its assigness),hereinafter referred to as the Bidder/Contractor and the second part is willing to carryout theworks/services.
2, Whereas the bidder is a Proprietorship Concern/ Partnership Firml Limited Liability Firm/Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with therelevant law in the matter and the Principa/ Owner is Chief Engineer (CE)/ Commander Contract/OC Contract performing its functions on behalf of the President of India.
Obiectives
3. Now, therefore, the Principaf Owner and the Bidder agree to enter into this pre-contract
agreement, referred to as INTEGRIW PACT (IP), to avoid all forms of corruption by following asistem that is fair, transparent and free from any influence/prejudiced dealings prior to, during
and subsequent to the conclusion of the contract to be entered into with a view to:-
3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitiveprice in conformity with the defined specifications of the services by avoiding high cost and
the distortionary impact corruption on public procurement.
3,2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also refrain from
bribing and other corrupt practices and the Principal/ Owner will commit to prevent
corrup-tion, in any form, by their officials by following transparent procedures.
Commitments of the Principal / Owner
4. The Principal / Owner commits itself to the following:-
4.L The principal / Owner undertakes that, no official of the Principal / owner, connected
directly or indirectly with the contract will demand, take a promise for or acCept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaierial benefit or any other advantage from the Bidder, either for themselves or for any
parson, organization or third party related to the contract, in exchange for an advantage, in
tf,e OiOOing process, bid evaiuation, contracting or implementation process related to the
contract.
4.2 The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and
will provide to all Bidders the same information and will not provide any such information to
any particular Bidder which could afford an
comparison to other Bidders.
Signature of Contractor
advantage to that particular- Bidder in
Officer
CA No. CE (P) SWTK/ /20t9-20 Page 121Tender No. CE (P) SWTK/23/2O|9-2O
4,3 All the officials of the Principal / owner will report to the appropriate Governmentoffice any attempted or completed breach(s) of the above commitments as well as anysubstantial suspicion of such a breach,
5, In case of any such preceding misconduct on the part of such official(s) is reported by theBidder to the Principal / Owner willful and verifiable facts and the same is prima facie found to becorrect by the Principal / Owner, necessary disciplinary proceedings, or any other action asdeemed fit, including criminal proceedings may be initiated by the Principal / Owner and such aperson shall be debarred from further dealing related to the tender / contract process. In such acase while an Inquiry is being conducted by the Principal / Owner the tender process / proceedingsunder the contract would not be stalled.
Commitments of Bidders
6, The Bidder commits himself to take all measures necessary to prevent corrupt practices,unfair means and illegal activities during any stage of his bid or during any pre-contract or postcontract stage in order to secure the contract or in furtherance to secure it and in particularcommits himself to the following:-
6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift,consideration, reward, favour any material or non-material benefit or other advantage,commission, fee, brokerage or inducement to any official of the Principal / Owner,connected directly or indirectly with the bidding process, or to any person, organization orthird party related to the contract in exchange for any advantage in the bidding, evaluation,contracting and implementation of the Contract.
6.2 The Bidder further undertakes that he has not given, offered or promised to give,directly or indirectly any bribe, gift, consideration, reward, favour any material or non-material benefits or other advantage, commission, fees, brokerage or inducement to anyofficial of the Principal / Owner or otherwise in procuring the Contract or forbearing to do orhaving done any act in relation to the obtaining or execution of the contract or any otherContract with the Government for showing or forbearing to show favour or disfavour to anyperson in relation to the contract or any other Contract with the Government.
6,3 The Bidder will not collude with other parties interested in the contract to impair thetransparency, fairness and progress of the bidding process, bid evaluation, contracting andimplementation of the contract.
6.4 The Bidder will not accept any advantage in exchange for any corrupt practice,unfair means and illegal activities,
6,5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) orany other intermediaries wherein payment is made or penalty is levied, directly orindirectly, on success or failure of the award of the contract.
6,6 The Bidder commits to refrain from giving any complaint directly or through anyother manner without supporting it with full and verifiable facts. Complaint will beprocessed as per Guidelines for handling of Complaints in vogue. In case the complaintis found to be vexatious, frivolous or malicious in nature, it would be constructed as a
violation of Integrity Pact.
7. PreviousTransqression7 ,L The Bidder declares that no previous transgression occurred in the last three yearsimmediately before signing of this Integrity Pact with any other company in respect of anycorrupt practices envisaged hereunder or with any Public Sector Enterprisq in India or anyGovernment Department in India. ^)cA. .'
Signature of Contractor SM..epting Officer
CA No. CE (P) SWTK/ /20t9-20 Page 122Tender No. CE (P) SWTK/23/2O|9-2O
7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualifiedfrom tender process or the contract and if already awarded, same can be terminated forsuch reason,
B. Companv Code of Conduct
8,1 Bidders are advised to have a company code of conduct (clearly rejecting the use ofbribes and other unethical behavior) and a compliance program for the implementation ofthe code of conduct throughout the country.
9. Sanction for Violation
9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him oracting on his behalf (whether with or without the knowledge of the Bidder) or thecommission of any offence by the Bidder or any one employed by him or acting on hisbehalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention ofCorruption Act 19BB or any other act enacted for the prevention of corruption shall entitlethe Principal / Owner to take all or any one of the following actions, wherever required:-
(i) Technical bid of the Bidder will not be opened, Bidder will not be entitled toor given any compensation. However, the proceedings with the other Bidder(s)would continue.
(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to orgiven any compensation. However, the proceedings with the other Bidder(s) wouldconti nue.
(iii) The Earnest Money Deposit shall stand foreited either fully or partially, as
decided by the Principal / Owner, in case contract is not awarded to the Bidder andthe Principal / Owner shall not be required to assign any reason therefore. For
enlisted contractors an amount less than or equal to Earnest Money Deposit as
decided by the Principal / Owner shall be deducted from any amount, held with theDepartment / anY PaYment due.
(iv) To immediately cancel the contract, if already concluded / awarded withoutany compensation to the Bidder'
(v) To encash the Performance Security furnished by the Bidder.
(vi) To cancel all or any other Contract(s) with the Bidder.
(vii) To temporarily suspend or temporarity debar / permanently debar the bidder
as Per extant PolicY.
(viii) If adequate amount is not available in the present tender / contract, thedeficient amount can be recovered from any outstanding payment due to the Bidderfrom the Principal / Owner in connection with any other contract for any otherworks/services.
(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of
the Bidder, either directly or indirectly, is closely related to any of the officers of theprincipal /bwner, or alternatively if any close relative of an officer of the Principal
/Owner has financial interest/stake in the Bidder's firm, the same shall be disclosed
by the Bidder at the time of submission of tender. Any failure to disclose the interestinvolved shall entitle the Principal /Owner to debar the Bidder from the bid process
signature of contractor .-,.- Ero'lFrcceotino officerC,N)/
CA No, CE (P) SWTK/ l2QLs-20 Page 123Tender No. CE (P) SWTK/23/2019-20
or rescind the contract without payment of any compensation to the Bidder. Theterm 'close relative' for this purpose would mean spouse whether residing with theGovernment servant or not, but does not include a spouse separated from theGovernment servant by a decree or order of a competent Court, son or daughter or
step son or step daughter and wholly dependent upon Government servant, butdoes not include a child or step child who is no longer, in any way dependent upon
the Government servant or of whose custody the Government servant has beendeprived of by or under any law, any other person related, whether by blood ormarriage, to the Govt servant or to the Government servant's wife or husband and
wholly dependent upon Government servant.
(x) The Bidder shall not lend to or borrow any money from or enter into anymonetary dealings or transactions, directly or indirectly, with any employee of theprincipal / Owner and if he does so, the Principal / Owner shall be entitled forthwithto cancel the contract and all other contracts with the Bidder'
g,2 The decision of the Principal / Owner to the effect that a breach of the provisions ofthis Integrity Pact has been committed by the Bidder shall be final and binding on the
Bidder. However, the Bidder can approach the independent External Monitors(s)(IEMs) appointed for the purpose of this Pact.
10. Indeoendent Externaf Monitors (IFMs)
10.1 MoD has appointed the following Independent external Monitors for this pact in
consultation with the central Vigilance commission:-
Sl No. Name of IEM e-mai! Id1 Shri Hem Kumar Pande [email protected] Shri Anjan Kumar Bafrcq-qq anian. baneriee@oov. in
LO.2 Details of Nodal officer nominated by the DGBR are as follows:
For tender on EPC mode For tender not on EPCmode
Name Shri R K Garg, SE (Civ) Shri S K Deota, SE (QS &C)
e-mail Id bro-d i repc@ bro. gov. i n [email protected]
10.3 In case of any complaint with regard to violation of Integrity Pact, either party can
approach IEMs with .opy to the Nodal bfficer and the other party. If any such complaint
from bidder is received by the Principal / Owner, the Principal / Owner shall refer the
complaint to the Independent external Monitors for their recommendations / inquiry report'
10.4 If the IEMs need to peruse the relevant records of the Principal / Owner and/or of
the Bidder/ Contractor in connection with the complaint sent to them, the Principal / Owner
and/or the Bidder/ Contractor shall make arrangement for such perusal of records by the
IEMs as demanded by them including unrestricted and unconditional access to the project
documentation and minutes of meeting. If records / documents of Sub-Contractor(s) are
also required to be perused by the IEMs, the Bidder shall make arrangement for such
perusal of records by the IEMs as demanded by them. IEMs are under obligation to treat
the information and documents of the Principal / owner and Bidder/ Contractor/ Sub-
Contractors with confidential ity'
10.5 The task of the IEMs, is to review independently and objectively, any complaint
received with regard to violation Integrity Pact and offer recommendations or carry out
inquiry as deemeld fit. The IEMs are not subject to any instructions by the representatives
of the parties and shall perform their functions neutrally and independently' The report of
Signature of Contractor FoMccepting Officer
.-\
CA No. CE (P) SWTK/ 12019-20Tender No, CE (P) SWTKi23l2Ol9-20
Page 124
inquiry, if any, made by the iEMs shall be submitted to either of the following for a final and
appropriate decision in the matter keeping in view the provision of this Pact:-
(a) DGBR in normal cases,
(b)cvo(MES&BRo)/MoDincasesinvolvingvigilanceangle'
11. Examination of ,Books of Accounts
In case of any allegation of violation of any provisions of this Integrity Pact or payment of
commission, the principal /owner or its agencies shall be entitled to examine the Books of
Account of the Bidder and the Bidder shall provide necessary information of the relevant financial
documents in English and shall extend all possible help for the purpose of such examination.
t2. LaW and Plaqe of Jurisdiction
This pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Principal/ Owner.
13. Other Leoal Actions
The actions stipulated in this Integrity pact are without prejudice to any other legal action
that may follow in accordance with the piovisions of the extant law in force relating to any civil or
criminal proceedings.
74, Sionino of Inteqritv Pact on behalf of Bidder
(a) proprietorship Concern - The Integrity Pact must be signed by the proprietor or by
an authorized signatory holding power of attorney signed by the proprietor'
(b) partnership firm - The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners'
(c) Limited Liability firm - The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners.
(d) private Limited / Limited company - The Integrity Pact must be signed by a
iepresentatlve duly authorized by Board resolution'
(e) Joint Venture - The Integrity Pact must be signed by all partners and members to
loint Venture or by one or more partner holding power of attorney signed by all partners
and members to the Joint Venture.
15. Validitv
15.1 The validity of this Integrity Pact shall be from date of its signing' It expires for the
Contractor after the final payment under the contract has been made or till the continuation
of Defect tiaUitity period,'whichever is later and for all other bidders, till the Contract has
been awarded.
15.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
Signature of Contractor
CA No. CE (P) SWTK/ /2ot9-20Tender No. CE (P) SWTK/23/2OI9-2O
To,
Chief Engineer (Project)
INTEGRITY PACT
Sub - Tender ID No.
Submission of Tender for the work of "PROVIDING, LAYING, COMPACTION &SURFACING WORK OF SUB GRADE PREPARATION, GRANULAR SUBCEMENTTTTOUS BASE (CTB) AND SAMr LAYERS AS PER GUTDELTNES OF rIRC : SP : 89-2O1O & IRC SP 89-(PART - II) -2018 AND MORTH SPECIFIROADS AND BRTDGES (FTFTH REVTSTON) BETWEEN KM 7.OO TO KM 27.OODOKALA ROAD UNDER 13O RCC /764 BRTF/PROJECT SWASTIK INSIKKIM."
Page l2s
OF(GsB),
= 37-2Ot8,
TIONS FORFLAG HILL-
Dear Sir,
I/We acknowledge that BRO is committed to follow the principles thereof as enumerated in theIntegrity Pact enclosed with the tender/bid document.
I/We agree that the Notice inviting Tender (NIT) is an invitation to offer made on the conditionthat I/We will sign the Integrity Pact, which is an integral part of tender document, failing whichI/We will stand disqualified from the tendering process, I/We acknowledge that THE MAKING OF
THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE Of thcconditions of the NIT,
I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and furtheragree that execution of the said Integrity Pact shall be separate and distinct from the maincontract, which will come into existence when tender/bid is finally accepted by BRO. I/Weacknowledge and accept the validity of the Integrity Pact, which shall be in line with Para 15 of theenclosed Integrity Pact.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, whilesubmitting the tender/bid, BRO shall have unqualified, absolute and unfettered right to disqualifythe tender/bidder and reject the tender/bid is accordance with terms and conditions of thetender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)
E STATE OF
i,.P*r,insorricerSignature of Contractor
9A Io. cE (p) swrK/ /zots_zorender No. cE (p) swrK/ziizitg_i
INTEGRITY PACT
Sub : Tender ID No.
:,?I'j."TgI:g. rxrcuir ,:"J o,lir[T[.;:[?yl:B GRADE PREPAMTIO;y;i,:.,[E'u],.,X.i]llil*:Fi:19,.?[U:^:il,',f,fif ?.,BEi%[fJi 3 ff* X
^l l'. ; * ;.u ? "?S,
g 3-iti. ii ; ?
- ("i^Ai "- lil':; o?u iffi i,'" iil[B ffi ', n [ ?_' ii B ?:?,;;X I *yt* : e^lty iir_ i n ; :;d ? S ],, ! I [1""',,' Ffi BRoAD UNDER 130 RCc rzo+ aniF/pRd:rcr swesrrx ry il,t L?^H 6rig?,:_TffDear Sir,
It is hereby decrared that BRo is committed to foilow the principre of trcompetitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condiBidder will sign the integri[y Pact, *iiiit'is an Integr.l p.rt of tender/bid documents,the tender/bidder will Jtand oisquaiirLo rrom trrJ tenii'ring process and the bid cwould be summarily rejected.
This declaration shall form part and parcel of the Integrity pact and signing of thedeemed as acceptance and signing or tr," rntegiity p";ti; behalf of the BRo.
Yours faithfully
For Chief Engineer (project) Swastik
To,
Signature of Contractor
Pa e 126
, LAYING,, GRANULARES OF IRC :
TIONS FOR-DOKALA
, equity and
that theling which
the bidder
shall be
).','
N/r-insorricer
INSTRUCTIONS TO BIDDERS
1. Instructions to the Bidders to submit the bids online through the Central Public
Procurement Portal website for e-Procurement at
https://eprocure.gov.in/eprocure/app:-
(a) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration
of the contractors/bidders on the e-procurement/e-tender portal is a prerequisite for
e-tendering.
(b) Bidder should do the enrollment in the e-Procurement site using the “Click here
to Enroll” option available on the home page. Portal enrollment is generally free of
charge. During enrollment/registration, the bidders should provide the correct/true
information including valid email ID. All the correspondence shall be made directly
with the contractors/bidders through email ID provided.
(c) Bidder need to login to the site through their user ID/ password chosen during
enrollment/ registration.
(d) The Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by
CCA India on eToken/SmartCard, should be registered.
(e) The DSC that is registered only should be used by the bidder and should ensure
safety of the same.
(f) Contractor/Bidder may go through the tenders published on the site and
download the required tender documents/schedules for the tenders he/she is
interested.
(g) After downloading / getting the tender documents/schedules, the Bidder should
go through them carefully and then submit the documents as asked, otherwise bid
will be rejected.
(h) If there are any clarifications, this may be obtained online through the tender
site, or through the contact details. Bidder should take into account the corrigendum
published before submitting the bids online.
(j) From my tender folder, he selects the tender to view all the details indicated.
(k) Bidder then log in to the site through the secured login by giving the user ID/
password chosen during enrolment/registration and then by giving the password of
the eToken/SmartCard to access DSC.
(l) Bidder selects the tender which he/she is interested in by using the search option
& then moves it to the „my tenders‟ folder.
(m) It is construed that the bidder has read all the terms and conditions before
submitting their offer. Bidder should go through the tender schedules carefully and
upload the documents as asked; otherwise, the bid will be rejected.
(n) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender documents/schedule and generally, they can be in
PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be
clubbed together and can be provided in the requested format. Each document to be
uploaded through online for the tenders should be less than 2 MB. If any document is
more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if
permitted. Bidders Bid documents may be scanned with 100 dpi with black and white
option. However of the file size is less than 1 MB the transaction uploading time will
be very fast.
(o) If there are any clarifications, this may be obtained through the site, or during
the pre-bid meeting if any. Bidder should take into account the corrigendum
published from time to time before submitting the online bids.
(p) The Bidders can update well in advance, the documents such as certificates,
annual report details etc., under My Space option and these can be selected as per
tender requirements and then send along with bid documents during bid submission.
This will facilitate the bid submission process faster by reducing upload time of bids.
(q) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original
should be posted/couriered/given in person to the Tender Inviting Authority, at least
one working date prior bid submission due date & time for the tender. Scanned copy
of the instrument should be uploaded as part of the offer.
(r) While submitting the bids online, the bidder reads the terms & conditions and
accepts the same to proceed further to submit the bid packets.
(s) The bidder has to select the payment option as offline to pay the Tender FEE/
EMD as applicable and enter details of the instruments.
(t) The details of the DD/any other accepted instrument, physically sent, should tally
with the details available in the scanned copy and the data entered during bid
submission time. Otherwise submitted bid will not be acceptable.
(u) The bidder has to digitally sign and upload the required bid documents one by
one as indicated. Bidders to note that the very act of using DSC for downloading the
bids and uploading their offers shall be deemed to be a confirmation that they have
read all sections and pages of the bid document including General conditions of
contract without any exception and have understood the entire document and are
clear about the requirements of the tender requirements.
(v) The bidder has to upload the relevant files required as indicated in the cover
content. In case of any irrelevant files, the bid will be rejected.
(w) If the Financial Bid format is provided in a spread sheet file like BoQ_xxxx.xls,
the rates offered should be entered in the allotted space only and uploaded after
filling the relevant columns. The Financial Bid/BOQ template must not be
modified/replaced by the bidder; else the bid submitted is liable to be rejected for
this tender.
(x) The bidders are requested to submit the bids through online e-tendering system
to the Tender Inviting Authority (TIA) well before the bid submission end date & time
(as per Server System Clock). The TIA will not be held responsible for any sort of
delay or the difficulties faced during the submission of bids online by the bidders at
the eleventh hour.
(y) After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal),
the acknowledgement number, given by the system should be printed by the bidder
and kept as a record of evidence for online submission of bid for the particular tender
and will also act as an entry pass to participate in the bid opening date.
(z) The time settings fixed in the server side & displayed at the top of the tender
site, will be valid for all actions of requesting, bid submission, bid opening etc., in the
e-tender system. The bidders should follow this time during bid submission.
(aa) All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered will not
viewable by unauthorized persons during bid submission & not be viewable by any
one until the time of bid opening.
(ab) Any bid document that is uploaded to the server is subjected to symmetric
encryption using a system generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded
tender documents become readable only after the tender opening by the authorized
bid openers.
(ac) The confidentiality of the bids is maintained since the secured Socket Layer 128
bit encryption technology is used. Data storage encryption of sensitive fields is done.
(ad) The bidder should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X) exit option
in the browser.
(ae) For any queries regarding e-tendering process, the bidders are requested to
contact as provided in the tender document. Parallely for any further queries, the
bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to
(af) Tenderers are advised to contact SW/Dir (Contracts), HQ CE (P) Swastik, C/O
99 APO, telephone No. 03592-259208 & 259209 for clarifications if any required
regarding various provisions in tender documents.