Sec 5 - Bidding Forms - IND

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 29

Section 5 - Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as part of
his Bid.

Table of Forms
Forms to be included in Envelope A: Technical Proposal
Technical Proposal Submission Form ..................................................................................................... 5-2
Bid Security.................................................................................................................................................... 5-3
Bidders Qualification Forms
Form ELI 1.1: Bidders Information Sheet ....................................................................................... 5-4
Form ELI 1.2: Specialist Subcontractor Information Sheet ........................................................... 5-5
Form LIT 1.1: Pending Litigation ..................................................................................................... 5-6
Form FIN 1.1: Financial Situation ..................................................................................................... 5-7
Form FIN 1.2: Average Annual Construction Turnover .............................................................. 5-8
Form FIN 1.3: Financial Resources .................................................................................................. 5-9
Form FIN 1.4: Current Contract Commitments / Works in Progress .................................... 5-10
Form PER 1.1: Proposed Personnel ................................................................................................ 5-11
Form PER 1.2: Resume of Proposed Personnel ............................................................................ 5-12
Site Organization .................................................................................................................................. 5-13
Proposed Schedules for Implementation and Work Methodology ............................................. 5-14
Form EQP - 1.1: Proposed Equipment .............................................................................................. 5-15
Form EXP 1.1: General Construction Experience ....................................................................... 5-16
Form EXP 1.2: Specific Construction Experience........................................................................ 5-17
Form QAQC 1.1: QA/QC Qualification....................................................................................... 5-18

TenderNo.NAT/CWT/IND/OTT/13/133

Page51

Technical Proposal Submission Form


[Location, Date]
Invitation for Bid No.: .........................................................
Dated.: .........................................................
To:
National Automotive Testing and R&D Infrastructure Project (NATRIP)
3rd Floor, Bhisma Pitamah Marg,
NBCC Place, South Tower,
Lodhi Road, New Delhi-110003

We, the undersigned, declare that:


(a)

We have examined and have no reservations to the Bidding Documents, including


Addenda issued in accordance with Instructions to Bidders (ITB 8);

(b)

We offer to execute in conformity with the Bidding Documents the following Works:
Construction of Automotive Test tracks for National Automotive Test Tracks
(NATRAX) at Pithampur

(c)

Our bid shall be valid for a period of 180 days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;

(d)

If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents;

(e)

We, including any subcontractors or suppliers for any part of the contract, do not have
any conflict of interest in accordance with ITB 4;

(f)

We are not associated nor has been associated in the past, directly or indirectly, with a
consultant, or any other entity that has prepared the design, specifications and other
documents for this Invitation for Bids;

(g)

We also declare that the Government of India has not declared us, and any Subcontractors
or Contractors for any part of the Contract ineligible on charges of engaging in corrupt,
fraudulent, collusive or coercive practices. Furthermore, we are aware of ITB Clause 3
concerning this and pledge not to indulge in such practices in competing for or in
executing the Contract; and

(h)

We understand that you are not bound to accept the highest ranked bid or any other bid
that you may receive.

Name ...................................................................................................................................................................
In the capacity of ...............................................................................................................................................

TenderNo.NAT/CWT/IND/OTT/13/133

Page52

Signed ..................................................................................................................................................................
...............................................................................................................................................................................
Duly authorized to sign the bid for and on behalf of .................................................................................
Date ......................................................................................................................................................................

Bid Security

A.

Bank Guarantee
(To be executed on non Judicial stamped paper of an appropriate value)

TO:

National Automotive Testing and R&D Infrastructure Project (NATRIP)


3rd Floor, Bhisma Pitamah Marg,
NBCC Place, South Tower,
Lodhi Road, New Delhi-110003

Brief Description of Contract


Name and address of Beneficiary (whom the Bidding Documents define as the Employer)

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called the Principal) is
submitting an offer/ bid for such Contract in response to your Invitation for Bids, and that the
conditions of your Invitation for Bids (the conditions of invitation, which are set out in a
document entitled Instructions to Bidders) require such offer/ bid to be supported by a bid
security.
At the request of the Principal, we . . . . . name of Bank. . . . . hereby irrevocably Undertake to pay
you, the Beneficiary/Employer, without further proof or conditions and without demur,
reservation, contest, recourse or protest and without any enquiry of you or the Principal, pay you
forthwith and in full without any deductions or set-offs or counterclaim whatsoever any sum or
sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . . . (. . . . . . .amount in
words . . . . . . . ) upon receipt by us of your first demand in writing and your written statement (in
the demand) stating that:
(a)

the Principal has, without your agreement, withdrawn his offer/ bid after the latest time
specified for its submission and before the expiry of its period of validity except as provided
in ITB 15.2, or

(b)

the Principal has refused to accept the correction of errors in its bid price in accordance with
ITB 28.3, or

(c)

you awarded the Contract to the Principal and the Principal has failed to comply with
clause 36 of the ITB , or

(d)

you awarded the Contract to the Principal and the Principal has failed to provide the
performance security in accordance with ITB 37.

(e)

the Principal has failed, upon an extension of the bid validity period as per ITB 15, to extend
the validity of the bid security for the corresponding extended period.Any Demand for
payment must contain your signature(s) which must be authenticated by your bankers or by a

TenderNo.NAT/CWT/IND/OTT/13/133

Page53

notary public. The authenticated demand must be received by us at this office on or before the
expiry of the earliest of the following dates:
i)

Date of issue of letter communicating to the Principal that it has not qualified for the
Contract or the bid submitted by the Principal is unsuccessful or the Bidding Document is
withdrawn and/or cancelled by the Beneficiary; or

ii)

after the date of delivery of the performance security complying with ITB 37 and clause
1.9 of the Conditions of Contract between the Beneficiary and the Principal after the
award of the Contract to the Principal; or

iii)

(c) 180 (One hundred and Eighty) days from the last date of submission of the bid in
accordance with the Bidding Documents.

when this Guarantee shall expire and shall be returned to us.


This Guarantee is subject to the and governed by the laws of the Republic of India and the parties to
this Guarantee hereby submit to the jurisdiction of the Courts at New Delhi for the purposes of
settling any disputes or differences which may arise out of or in connection with this Guarantee, and
for the purposes of enforcement under this Guarantee.
Date:
Signature:
Designation:

. . . . . . . . . . . .Banks seal and authorized signature(s) with date. . . . . . . . . .

TenderNo.NAT/CWT/IND/OTT/13/133

Page54

Form ELI 1.1: Bidders Information Sheet


Bidders Information

Bidders legal name

Bidders country of
constitution

Bidders year of
constitution

Bidders legal address


in country of
constitution
Bidders authorized
representative
(name, address,
telephone numbers, fax
numbers, e-mail
address)
Attached are attested copies of the following original documents.

1.

In case of single entity, articles of incorporation or constitution of the legal entity named above.

2.

Authorization to represent the entity in above.

3.

TenderNo.NAT/CWT/IND/OTT/13/133

Page55

Form ELI 1.2: Specialist Subcontractor Information Sheet


Each member of a /Specialist Sub Contractor must fill in this form
Specialist Subcontractor Information

Bidders legal name

Subcontractors legal
name

Subcontractors
country of
constitution

Subcontractors year
of constitution

Subcontractors legal
address in country of
constitution

Subcontractors
authorized
representative
information
(name, address,
telephone numbers, fax
numbers, e-mail
address)
Attached are copies of the following original documents.

1.

Articles of incorporation or constitution of the legal entity named above.

2.

Authorization to represent the entity named above.

TenderNo.NAT/CWT/IND/OTT/13/133

Page56

Form LIT 1.1: Pending Litigation


Each bidder or must fill in this form
Pending Litigation

No pending litigation in accordance with Criteria 1.1.3 of Section 3 (Evaluation and Qualification Criteria)

Pending litigation in accordance with Criteria 1.1.3 of Section 3 (Evaluation and Qualification Criteria)

Year

Matter in Dispute

Value of
Pending Claim
in INR
Equivalent

Value of Pending
Claim as a
Percentage of Net
Worth

Note: Supporting documents are to be submitted with this form.

TenderNo.NAT/CWT/IND/OTT/13/133

Page57

Form FIN 1.1: Financial Situation


Each Applicant or must fill in this form
Financial Data for Previous 3 Years [INR Equivalent]
Year 1:

Year 2:

Year 3:

Information from Balance Sheet


Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income
statements) for the last three years, as indicated above, complying with the following conditions.

All such documents reflect the financial situation of the Applicant , and not sister or parent
companies.

Historic financial statements must be audited by a certified accountant. In case, audited reports
for 2007-2008 are not available, then the bidder should submit the audited reports for the last
three years upto Financial Year 2006-07.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).

Details of Banker
Name of Banker
Address
Telephone
Fax

Contact name and title


E-mail

TenderNo.NAT/CWT/IND/OTT/13/133

Page58

Form FIN 1.2: Average Annual Construction Turnover


Each bidder must fill in this form
The information supplied should be the Annual Turnover of the bidder or in terms of the
amounts billed to clients for each year for work in progress or completed, converted to INR at the
rate of exchange at the end of the period reported.
Annual Turnover Data for the Last 3 Years (Construction only)
Year

Amount
Currency

Exchange
Rate

INR
Equivalent

Average Annual Construction Turnover

TenderNo.NAT/CWT/IND/OTT/13/133

Page59

Form FIN 1.3: Financial Resources


Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section 4
(Evaluation and Qualification Criteria)
Financial Resources
No.

Source of financing

Amount (INR equivalent)

1
2
3

TenderNo.NAT/CWT/IND/OTT/13/133

Page510

Form FIN- 1.4: Current Contract Commitments / Works in Progress


The bidders should provide information on their current commitments on all contracts that have
been awarded, or for which a letter of intent or acceptance has been received, or for contracts
approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.

Current Contract Commitments


No.

Name of Contract

Employers
Contact Address, Tel,
Fax

Value of
Outstanding
Work [Current
INR Equivalent]

Estimated
Completion
Date

Average Monthly
Invoicing Over Last
Six Months
[INR/month)]

1
2
3
4
5

TenderNo.NAT/CWT/IND/OTT/13/133

Page511

Form PER 1.1: Proposed Personnel


The bidders should provide the names (One Prime and One Alternate) of suitably qualified
personnel to meet the specified requirements for each of the positions listed in Section 4 (Evaluation
and Qualification Criteria). The data on their experience should be supplied using the Form PER-1.2
for each candidate. .
1.

Title of position*
Name

2.

Title of position*
Name

3.

Title of position*
Name

4.

Title of position*
Name

5.

Title of position*
Name

6.

Title of position*
Name

* As listed in Section 4 (Evaluation and Qualification Criteria)

TenderNo.NAT/CWT/IND/OTT/13/133

Page512

Form PER 1.2: Resume of Proposed Personnel


The bidder shall provide all the information requested below. Fields with asterisk (*) shall be used
for evaluation.

Project Site

Position*

Personnel
information

Name

Date of birth

Professional qualifications

Present
employmen
t

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the Works.
From
*

To*

Company, Project, Position and Relevant Technical and Management


Experience*

TenderNo.NAT/CWT/IND/OTT/13/133

Page513

TenderNo.NAT/CWT/IND/OTT/13/133

Page514

Site Organization Charts


The bidder is required to submit proposed site organization structures (organograms) showing the
management, monitoring, supervisory and quality control/execution units indicating their lines of
communication and responsibility shown in an organogram including subcontracting arrangement
proposed, if any.

TenderNo.NAT/CWT/IND/OTT/13/133

Page515

Proposed Schedules for Implementation and Work


Methodology
The bidders should prepare and submit Construction Schedules including
mobilization schedule indicating the construction sequence and estimated time
required to complete the major components of construction in the form of Bar
Charts or any other planning technique, Equipment & Material Schedules, and
Work Methodology for the major items of the Works. These Method Statements
shall be sufficiently detailed to include narrative descriptions, explanatory
diagrams, illustrations and time schedules including specific quality and safety
control.
The Construction Schedules must respect the Interface Milestones as well as the
Completion date indicated in the Project Schedule shown in Part II Section 6
(rest of activities are only indicative and can be modified by the bidder). The
Interface Milestone indicates the Works that must be finished to enable the
starting of activities of a third company contracted by the Employer.
The Construction Schedules must include an estimation of the amount in INR
of the Monthly certification/production based on the activities programmed for
each month.
Form EQP-1.1: Equipment Capability
The bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section 4 (Evaluation and
Qualification Criteria) A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the bidder. The bidder shall provide all the
information requested below, to the extent possible. Fields with asterisk (*) shall be used for
evaluation.
Project Site
Type of Equipment*
Equipm
ent
Informat
ion

Current
Status

Name of manufacturer

Model and power rating

Capacity*

Year of manufacture

Current location

TenderNo.NAT/CWT/IND/OTT/13/133

Page516

Details of current commitments

Source

Indicate source of the equipment

Owned

Rented

Leased

Specially manufactured

The following information shall be provided only for equipment not owned by the bidder.
Owner

Name of owner

Address of owner

Agreem
ents

Telephone

Contact name and title

Fax

Telex

Details of rental / lease / manufacture agreements specific to the Works

TenderNo.NAT/CWT/IND/OTT/13/133

Page517

Form EXP 1.1: General Construction Experience


Each bidder must fill in this form

General Construction Experience


Starting

Ending

Month

Month

Year

Year

Contract Identification and Name


Years

Name and Address of Employer

Role of bidder

Brief Description of the Works Executed by the bidder

TenderNo.NAT/CWT/IND/OTT/13/133

Page518

Form EXP 1.2: Specific Construction Experience


Fill up one (1) form per contract.
Contract of Similar Size and Nature
Contract No . . . . . . of .
.....

Contract Identification

Award Date

Completion Date

Role in Contract

Contractor

Management
Contractor

Subcontractor

Total Contract Amount

subcontractor, specify
participation of total
contract amount

US$

Percent of Total

Amount

Employers Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Work Requirements Section 6

Form QAQC 1.1 QA/QC QUALIFICATIONS


Company Name: _____________________________________________________

TenderNo.NAT/CWT/IND/OTT/13/133

Page519

1.

Does your company maintain a current Quality Assurance Program?


Yes No
If yes, please provide a copy of the cover page, contents page and policy statement
from your Quality Assurance Manual.

2.

Is your company ISO 9001 2000 certified?


Yes No
If yes, please provide a copy of the certificate.

3.

Please specify any other codes, standards, authorizations with which your company
is accredited (e.g., ASME, API, etc.)

4.

Does your company conduct internal quality assurance audits?


Yes No
If yes, please provide a copy of your internal quality assurance audit schedule.

TenderNo.NAT/CWT/IND/OTT/13/133

Page520

Letter of Bid
The Bidder must submit the Letter of Bid on its letterhead clearly showing the Bidders complete name and address.

Date: .....................................................
Bidding No.: .....................................................
Invitation for Bid No.: .....................................................

To:

National Automotive Testing and R&D Infrastructure Project (NATRIP)


3rd Floor, Bhisma Pitamah Marg,
NBCC Place, South Tower,
Lodhi Road, New Delhi-110003

We, the undersigned, offer to perform, execute and implement the Works in accordance
with your Invitation for Bids dated .. and our Technical Proposal and
declare that:
(i)

We have examined and have no reservations to the Bidding Documents, including


Addenda issued in accordance with Instructions to Bidders (ITB) Clause 8;

(j)

We offer to execute in conformity with the Bidding Documents the following Works:
........................................................................................................................................................................

(k)

The total price of our bid, excluding any discounts offered in item (d) below is:
........................................................................................................................................................................

(l)

The discounts offered and the methodology for their application are:
.
............

(m)

Our bid shall be valid for a period of 180 (one hundred and eighty). days from the
date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;

(n)

If our bid is accepted, we commit to submit a performance security in accordance


with the Bidding Document;

(o)

We, including any subcontractors or suppliers for any part of the Contract, do not
have any conflict of interest in accordance with ITB 4.2;

(p)

We are not participating, as a bidder or as a subcontractor, in more than one bid in


this bidding process in accordance with ITB 4.2;

TenderNo.NAT/CWT/IND/OTT/13/133

Page521

(q)

Our .., affiliates or subsidiaries,


including any Subcontractors or Suppliers for any part of the Contract, has not been
declared ineligible under the Employers country laws or official regulations;

(r)

We have paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract: 1
Name of Recipient

(s)

(t)

Address

Reason

Amount

..........................................

.........................................

...............................

....................

..........................................

.........................................

...............................

................... .

We understand that this bid, together with your written acceptance thereof included
in your Letter of Acceptance, shall constitute a binding contract between us, until a
formal contract is prepared and executed;
We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive; and

(u)

If awarded the Contract, the person named below shall act as Contractors
Representative:

________________________________________________________________________

Name ....................................................................................................................................................................
In the capacity of ................................................................................................................................................
Signed ...................................................................................................................................................................
Duly authorized to sign the bid for and on behalf of ..................................................................................
Date .......................................................................................................................................................................

If none has been paid or is to be paid, indicate none.

TenderNo.NAT/CWT/IND/OTT/13/133

Page522

FORM POA -

FORM OF POWER OF ATTORNEY

KNOW ALL MEN BY THESE PRESENTS, that [name of the bidder], having its registered
office at [please provide address] and acting through its [please insert designation], [please
insert name], hereby authorise and appoint
[Name of Authorised Signatory]
[Address]

with the full power of substitution, and as its/their agent and attorney-in-fact
and confer upon such agent and attorney, in fact, all the powers and authority
in the name and on behalf of [name of the bidder], to do the following acts:
(i)

To finalise, execute and deliver the bid and any documents, certificates
and details on behalf of [name of the bidder] with NATIS in response to
the Bidding Documents issued by NATIS for the Works dated [Please
insert date].

(ii)

To make corrections, alterations, execute and sign any documents/


certificates and the Contract and to enter into discussions and
negotiations with NATIS, make alterations to the bid and any
documents, certificates/ Contract and make commitments and
undertakings for the selection of [name of the bidder] as the Contractor
in response to the Bidding Documents issued by NATIS for the Works
dated [Please insert date].

(iii)

To undertake all such other actions as may be required in furtherance of


(i) and (ii) above.

IN WITNESS WHEREOF, I have here unto set my hands, on this [please insert day] day of
[please insert month], 2008

By: _______________
Name: [please insert name]
Designation:
Address:

Notary Public

TenderNo.NAT/CWT/IND/OTT/13/133

Page523

FORM LOU -

FORM of LETTER of UNDERTAKING

[On the letterhead of the bidder]


LETTER OF UNDERTAKING
Date:
To:
NATRiP Implementation Society (NATIS)
[ ]
Re:
Construction of Automotive Test Tracks for National Automotive Test Tracks
(NATRAX) at Pithampur
The undersigned bidder acknowledges that the bidding Document issued to the bidder is
confidential and personal to the undersigned bidder and the undersigned bidder hereby
undertakes and agrees as follows:
1.

That the undersigned bidder shall maintain the confidentiality of Confidential


Information (defined hereinafter) in accordance with procedures adopted by the
undersigned bidder in good faith to protect confidential information of third parties
delivered to undersigned bidder, provided that the undersigned bidder may deliver or
disclose Confidential Information to the undersigned bidders authorized
representatives who agree to hold confidential the Confidential Information
substantially in accordance with the terms of this Undertaking,

2.

Confidential Information means the Bidding Document and everything contained


therein, all documentation, data, particulars of the Works and technical or commercial
information made by (or on behalf of) NATRiP Implementation Society (NATIS) or
obtained directly or indirectly from NATRiP Implementation Society (NATIS) or its
representatives by the undersigned bidder or which is generated by the undersigned
bidder or any information or data that the undersigned bidder receives or has access to,
as a result of the Bidding Document, as being confidential information of NATRiP
Implementation Society (NATIS), provided that such term does not include information
that (a) was publicly known or otherwise known to undersigned bidder prior to the

TenderNo.NAT/CWT/IND/OTT/13/133

Page524

time of such disclosure, (b) subsequently becomes publicly known through no act or
omission by undersigned bidder or any person acting on undersigned bidders behalf.

3.

4.

5.

The undersigned bidder shall not at any time whatsoever:


(i)

Disclose, in whole or in part, any Confidential Information received directly or


indirectly from the NATRiP Implementation Society (NATIS) to any third
party.

(ii)

Reproduce, publish, transmit, translate, modify, compile or otherwise transfer


the Confidential Information.

In case the bid of the undersigned bidder is not accepted and immediately upon the
acceptance of the bid of any of the other bidder, the undersigned bidder, shall:
(i)

Return all Confidential Information including without limitation, all originals,


copies, reproductions and summaries of Confidential Information; and

(ii)

Destroy all copies of Confidential Information in its possession, power or


control, which are present on magnetic media, optical disk or other storage
device, in a manner that ensures that the Confidential Information is rendered
unrecoverable.

The undersigned bidder shall certify to the NATRiP Implementation Society (NATIS)
that it has returned or destroyed such Confidential Information within two (2) days of
such a request being made by NATRiP Implementation Society (NATIS).

Name of bidder

Signature of Authorised Representative

TenderNo.NAT/CWT/IND/OTT/13/133

Page525

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER ALONG WITH THE BID


(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate value in
accordance with relevant stamp Act. The stamp paper has to be in the name of the bidder)
I..(Name
and
designation), the
authorized
representative of M/s.................. (hereinafter called
the bidder) for the purpose of the bid
for the work of CONSTRUCTION OF AUTOMOTIVE TEST TRACKS FOR NATIONAL
AUTOMOTIVE TEST TRACKS (NATRAX) AT PITHAMPUR, as per Tenser No.
NAT/CWT/IND /13/-----, of NATIS/New Delhi, do hereby solemnly affirm and state on behalf
of the bidder including its constituents as under.
1.
That the bidder has not been Blacklisted/banned business dealing by any (Indian)
Government Department, Government Agency or public sector undertaking, at any time and
no such blacklisting is in force as on the deadline for submission of bids.
2.
That none of the contracts of the bidder have been terminated/rescinded for
Contractor's failure by any Government Department, Government agency or public sector
undertaking during the period of last 3 years before the deadline for submission of bids"
3.
That Bidder is neither Bankrupt/Insolvent nor is in the process of winding-up or
insolvency before any Court on the deadline of submission of the bid.
4.
We declare and certify that we have not made any misleading or false representation in
the forms, statements and attachments in proof of the qualification requirements.
5.
We declare that the information and documents submitted along with the tender by us
are correct and we are fully responsible for the correctness of the information and documents,
submitted by us.
6.
We understand that if the contents of the affidavit are found to be false at any time
during bid evaluation, it will lead to forfeiture of the bid security. Further, we and all our
constituents are liable to be blacklisted from award of any future contract for a period of five
years from the date of submission of the bid.
7.
We also understand that if the contents of the affidavit are found to be false at any time
after the award of the contract it will lead to termination of contract, forfeiture of Bid or
Performance Security and Blacklisting, from any award of future contracts for a period of five
years from a date of submission of bids

SEAL AND SIGNATURE OF THE BIDDER


Verification:
Verified on day of ...................., that the contents of the above mentioned affidavit are true and
correct and nothing material has been concealed.

SEAL AND SIGNATURE OF THE BIDDER

Attestation before Magistrate/Public Notary

TenderNo.NAT/CWT/IND/OTT/13/133

Page526

TenderNo.NAT/CWT/IND/OTT/13/133

Page527

Bill of Quantities (BOQ)


Preamble
1.

These Bill of Quantities should be read in conjunction with the relevant clauses and
sections of the Bidding Document.

2.

The Specifications (Section- 6A for Package A(Pithampur) include descriptions,


specifications of materials, construction methods, methods of measurement, drawings
and pay items.

3.

Quantities in the Bill of Quantities are estimated and provisional and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the
NATIS Representative and valued at the rates and prices tendered in the priced Bill of
Quantities, where applicable, and otherwise at such rates and prices as the NATIS
Representative may fix within the terms of the Contract.

4.

The rates, percentages and amounts tendered in the Bill of Quantities shall, except
insofar as it is otherwise provided under the Contract, include all constructional plant
and equipment, labour, supervision, materials, erection, maintenance, overheads,
insurances, profit, taxes, value added tax (VAT), duty etc., together with all general
risks, liabilities and obligations set out or implied in the Contract.

5.

The rates and prices shall be quoted entirely in Indian Rupees.

6.

A rate or price shall be entered against each item in the priced Bill of Quantities, where
quantities are stated. The cost of Items against which the Contractor has failed to enter a
rate or price shall be deemed to be covered by other rates and prices entered in the Bill
of Quantities.

7.

The whole cost of complying with the provisions of the Contract shall be included in
the Items provided in the priced Bill of Quantities, and where no Items are provided the
cost shall be deemed to be distributed among the rates and prices entered for the
related Items of Work.

8.

General directions of work and materials are not necessarily repeated or summarized in
the Bill of Quantities. References to the relevant sections of the Contract documentation
shall be made before entering prices against each item in the priced Bill of Quantities.
9. The Provisional Sums included and so designated in the Bill of Quantities shall be
expended in whole or in part at the instruction of the NATIS Representative in
accordance with the Conditions of Contract.

10.

All units of measurement shall be in Metric System. Different items of Works shall be
measured in accordance with the procedures set forth in the relevant sections of the
Specifications and Drawings read in conjunction with the Conditions of Contract.

11.

The bidder will be responsible for ensuring that the necessary tests and measurements
are carried out in order, so that the Works comply with the Specifications and
Drawings. The Contractor shall give a minimum of 24 hour (or such other time period
as may be provided in the Conditions of Contract) notice to the NATIS Representative
for inspection of each item of Work, which is due for testing. Any item of Work which
is covered or buried without tests being carried out may be rejected by the NATIS
Representative.

12.

The unit rate of each item must be written both in figures and as well as in words.
Discrepant will be noted and corrected by the Employer in accordance with ITB 28.

TenderNo.NAT/CWT/IND/OTT/13/133

Page528

13.

The described items of Works mentioned in the sheets hereinafter shall be executed in
accordance with the relevant specifications.

14.

The grading of bituminous works are specified in TCC for reference purpose only for
which trail shall be carried out by Contractor with best Engineering practice with
suitable change in the grading so as to meet the desired requirements specified for
Tracks.
15. Lump sum items of Works are a single item of works, which includes all works
described in the relevant specification clauses, and the bidder shall quote rate
accordingly.
16. A day work provision has been included to the probability of unforeseen work, outside
the items included in the (BOQ). Day works will be expended only upon the written
instructions of the NATIS Representative in accordance with the Conditions of Contract
and the following:.
a.

Labour rates shall include all overheads, supervision and the provision of small
tools.

b.

Equipment rates shall include for operator, fuel, lubricants and all overhead
costs.

c.

Materials rates shall include:


i)

the invoiced price, freight, insurance, taxes, handling expenses, damage,


losses, etc., and shall provide for delivery to store for stockpiling at the site.

ii)

the cost of hauling materials for use on work ordered to be carried out as
daywork from the store or stockpile on the Site to the place where it is to be
used.

TenderNo.NAT/CWT/IND/OTT/13/133

Page529

You might also like