Bihar Steel Electrcity Board

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

BIHAR STATE ELECTRICITY BOARD

BARAUNI THERMAL POWER STATION


DISTRICT- BEGUSARAI
Sealed Tender in two parts( i) Technical part and price part in separate envelops are invited by S.E(Civil), B.T.P.S for the
followings:-
Sl. Tender notice No & ESTIMATED EMD (Rs.) COST OF Receipt of Tender
No. Description of work COST B.O.Q (Rs) up to 3: 00 P.M
Date of Opening

01. 35/PR/BSEB/2011, Uprooting and clearing of


grass and cutting of small tress and plant in switch Rs. 3,92169.00 Rs.8,000.00 Rs.750/- Receipt OF
yard area and in between switch yard and power TENDER UP TO
house main building at BTPS.for the year 2011- 3:00 P.M one
2012. 04.03.2011 date and
time of opening of
tender -3:30 P.M on
04.03.2011
02. 36/PR/BSEB/2011, Routine cleaning of discharge
mouth of ash slurry flow pipeline and channelizing Rs. 3,41,649.00 Rs.7,000.00 Rs.750/- - Do -
the settle ash in ash yard at B.T.P.S for the year
2011-2012

37/PR/BSEB/2011, Routing maintenance of


03. private Railway siding at B.T.P.S. for the year Rs.3,14,160.00 Rs.6500.00 Rs.750/.- - Do -
2011-2012.

38/PR/BSEB/2011, Cleaning of chocked


04. G-I/CI Pipe line of water supply system at Rs.2,54,827.00 Rs.5100.00 Rs.750/- - Do -
B.T.P.S Colony for the year 2011-2012
39/PR/BSEB/2011, Routing Maintenance of
05. common utility services of different offices and Rs.2,21,068.00 Rs.4500.00 Rs.500/- - Do -
points inside power house area at B.T.P.S. for the
year 2011-2012.
40/PR/BSEB/2011, Day to day Maintenance of
06. W/S System joinery work including cleaning of Rs. 2,09,032.00 Rs.4200.00 Rs. 500/- - Do -
water tank of one lakh gallon capacity at B.T.PS.
Colony for the year 2011-2012.
41/PR/BSEB/2011, Operation and maintenance
07. Of 5H.P/6.5H.P Diesel pump for dewatering from Rs.2,02,386.00 Rs.4100.00 Rs. 500/- - Do -
different points inside Power House area at.
B.T.P.S for year 2011-2012.
08. 42/PR/BSEB/2011, Routing maintenance of water
supply system of Power House at B.T.P.S.for the Rs.1,59,834 Rs.3200.00 Rs. 500/- - Do -
year 2011-2012

09. 43/PR/BSEB/2011, Maintenance and Development


of existing Gardenof Adm Building at B.T.P.S. or Rs. 94,930.00 Rs.2000.00 Rs. 500/- - Do -
the year 2011-2012.
10. 44/PR/BSEB/2011, Maintenance and development
of Garden I.B No. 1 A type quarter at B.T.P.S for Rs. 89,261.00 Rs. 2000.00 Rs. 500/- - Do -
the Period 01-04-2011 to 31-03-2012.
11.
45/ PR/BSEB/2011 , Cleaning of drain , drainage Rs 4,11845/.- Rs . 8500 Rs. 750/- - Do -
jail and chockage of sewerage system at B.T.P.S.
colony for the Period 01-04-2011 to 31-03-2012.

12. 46/PR/BSEB/2011, Cleaning of jungle , Grass,


bushes, shrubs , putus, etc and disposal of domestic Rs. 74,767/- Rs. 1,500/- Rs. 500/- - Do –
garwage form B.T.P.S. colony to outside premises
form 01/04/2011 to 31/03/2012.

13. 47/PR/BSEB/2011 , Cleaning of sump of sewerage Rs. 3,75,987/- Rs. 8,000/- Rs. 750/- - Do -
pump house main drain pond to sewerage pump
house market to Durga medical in colony area and
civil office to market, CT 4 to Dharamsala pump
house, near softening plant in power house area
B.T.P.S.
Eligibility criteria tender document etc, are available in downloaded from the web
sites http:bseb.bih.nic. in or http://www.bseb.org Downloaded tender document must be
accompanied with demand draft in favour of Accounts Officer, Barauni Thermal Power
Station, Distt.- Begusarai-851116 payable at BTPS towards the cost of BOQ failing
which the tender shall summarily be rejected. Tender document can also be purchased
from the office of the undersigned against the payment of cost of BOQ till one day before
from date of opening in cash or demand draft as above.

Superintending Engineer (Civil)


NOTE :- FOR COMPLAINS REGARDING CORRUPTION BIHAR STATE ELECTRICITY BOARD HELP
LINE NO. 9431821485, 9431092341
BARAUNI THERMAL POWER STATION Part -I
DISTRICT: BEGUSARAI
GENERAL TERMS & CONDITION
1. All relevant rules of PWD and irrigation specification will be allowed during the course
of work.
2. The contractors will be responsible for providing medical facilities accommodation,
Drinking water and other amenities to the worker employed by them to the site as per
requirement of the labour at their own cost.
3. The quantities of work given in the bill of quantities may be varry. No claim will be
entertained for increase of decrease in quantities or elimination of items tendered.
4. The contractor will have to maintain at site a bound inspection book. Any extra item
ordered by Engineer-in-charge and the day to day instruction regarding the work shall be
entered in that book .
5. No claim for idle labour under any circumstances will be entertained by the department.
6. The contractor or his authorized agent shall always be present at site while the work is in
progress and at the time of measurement.
7. Payment will be made in running account system for continuous works.the bill will be
submitted by the contractor once in a month for substantial quantity of work done .The
board is not bound to make monthly payment for works.
8. All existing labour laws and regulations shall have to be followed by the contractor. The
tenderers have to submit an attested copy of labour License(Regulation & ablotion) Act”
1970 along with the tender .
9. Conditional tender may not be acceptable by the board.
10. All prevalent rules including minimum wages act revised from time to time will be
binding upon the contractor and all the relevant labour laws shall have to be observed by
them .
11. The contractor will have to maintain necessary records regarding payment of minimum
wages of the laboures and exhibit before the officials of labour department and board at
the time of submission of bills.
12. In case of any disput,the decision of the competent authority superintending engineer
(Civil) of the higher authority as the case may may be will be final binding .
13. The work will be carried out in protected area. Hence all the rules and regulations of the
department which are inforced from time to time shall have to be followed.
14. Before submission of the tender, the tenders shall acquint themselves with the site
condition so that they may get an idea of the working conditions and incorporated al
exigencies cost effect in the quoted rate .
15. The contractor will have to co- ordinate their work with other agencies working in the area
and no claim for delay in work due to idle labour on any account will be entertained.
16. Tenderer must deposit the required earnest money as mentioned in the tender notice in
the shape of Bank Draft drawn in the favour of Accounts Officer, BTPS, Barauni or in
cash with the Accounts Officer, BTPS Barauni. No adjustment of pending dues lying
with the department in any shape will be made towards earnest money. Earnest money is
not acceptable by considered valid and hence shall be rejected.
17. Sales Tax and Income Tax clearance certificate and Experience certificate for similar
type of works done previously must accompany the tender otherwise the tender shall be
liable for rejection. Bank
Certificate/statement submitted by the tenderers in support of their financial soundness
should not be more than six month old
18. Permanent address for correspondence should be furnished in tender documents otherwise
Tender will not be considered.
19. The competent authority reserved the right to distribute the work to one or more than one
Agency/or reject any of all the tender without assigning any reasons thereof.
20. Rates may be quoted in percentage above or below , the net scheduled estimated rates both in
Words and figures not more than two digit after often decimal
21. Excess departmental materials issued by the departmental shall be returned to the department
by the agency otherwise double cost of materials shall be recovered from the agency.
22. The contract shall be eventually drawn on F2 from General and special condition of contract
Shall be read with terms and conditions laid down in F2 for but for anything mentioned to the
Contrary in F2 from provision laid down in General condition of contract special conditions of
Contract shall prevail.
23. A tenderer shall (on a separate sheet) given a brief description of works previously executed
by him. After the tender has been opened a tenderer may be required to submit details of such
works alongwith manner of their execution and or any other information that will satisfy the
Deptt.That the contractor has adequate competency to execute the work required to be carried
on under those specifications. Tenderer not meeting qualifying criteria of NIT shall be
excluded from consideration for the award of the work.
24. Tender should satisfy that the statements as required alongwith the tender documents are correct
And complete in every respect.Any inaccuracy detected later shall vitiate the correct and make
the contractor liable to e proceeded against.
25. Force Majure :
(i) If during the continuance of the contract either of parties or both are preyanted from
Fulfilling the obligation under,the contract due to force majure such as fire, act of nature
/war, rights, political disturbance military operation such as other circumstance byond
The control of the party/parties , the date of fulfillment of their obligations shall
be extended in proportion to the time during which such circumstances prevail.
(ii) The party affected by the force meajures as detailed above shall immediately notify in
Writing the other party of the beginning of such circumstances as also the cessation
there of .
(iii) In case of force majure as detailed above the parties shall immediately meet for
consultation and shall work out the measure to be taken.
26. In supersession of the clause in F2 contract in respect of arbitration the civil court of Begusarai
Alone have exclusive jurisdiction to decide and difference/ disputes claims for and against
BSEBof the contractor arising out of this contract.
27. Construction materials which will be used in the work like tarfelt, bricks, sand, stone , chips,
Paints, quality and colour of distemper/snoeem and quality of wood will be approved by the
Executive Engineer (civil), I/c of the work and only approved quality is to be used in the work
by the contractor.

Signature of the Tenderer

A.E (Civil) Ex. Engineer ( C ) Superintending Engineer (C)


GENERAL TERMS AND CONDITIONS PART-II

1. The Rates must be quoted in words and figures rate should not be more than 2 digits in paisa.
2. The E.P.F. code Holder and financially sound contractor will be preferred . Attached up to date
EPF/Bank statement.
3. Pan No. must be quoted in the Tender document failing which payment will not be made against the work done.
4. All statuary deduction such as Income tax etc. will be deducted as per rules from the running bill.
5. The contract wil be for the period from 01/04/2011 to 31/03/2012.
6. The contract will be terminated on 48 hours notice , if the work is found unsatisfactory.
7. Executive Engineer (Civil) will be Engineer in - charge of the work .
8. The successful contractor shall enter into an agreement in P.W.D. - F-2 from with the Engineer in- charge of the
work within 15 (Fifteen) days from the date of issue of the work order.
9. The contractor shall deposit security money 5% (Five percent) deduction will be made from contractor’s running
bill till the completing of the work.
10. If the agreement is not executed with in 15 (Fifteen) days as specified above from the date of the order. The above
earnest money deposited by the contractor will be forfeited and work order may be cancelled and awarded to second
lowest tenderer.
11. If the contractor fails to complete the work, the left over work, if any shall be got done through other agencies at the
cost of contractor by the Engineer in charge of the work.
12. The contractor will be responsible for the safety of their men from accident . Contractor will have to insure their
work men against such risk/accident.
13. Any loss or damage to the plant caused either due to negligence or mistake of the contractor or their men will be
responsibility of the contractor and cost incurred their on may be recovered from them.
14. The contractor will be responsible for observing all labour laws in respect of their men including payment of
minimum wages as per rule.They will further Indemnity the board from any financial and other liabilities arising out
of observance of the law in this regard.
15. Bill in triplicate from the work shall be submitted by the contractor to the Executive Engineer (civil) after
completion of work on monthly basis.
16. The contractor will keep close watch on day to day work and will get the work excuted timely efficiently in the
consultation with Engineer in charge of his authorized representatives.
17. Work will be started immediately by the contractor fromrhe date specified in the work order.The contractor must
have valid labour license which will be submitted along with the tender paper.
18. The contractor shall keep register of their workmen with full address, their father’s name and details of the payment
made to the workmen and they will also give the certificate on the body of such running bill regarding the payment
of minimum wages act.
19. Current local police verification report is essentially required.
20. The contractor will supervise the work personally or through his authorize representative till the completion of the
work for which no extra payment will be made.
21. Board will not provide any accommodation either to contractor or their workmen. The contractor will have to
arrange their accommodation and medical facility at their own cost.
22. The tenderer should furnish his father’s name and full address. Tender without furnishing this information will not be
accepted . If any such irregularity if found tender will liable to be rejected.
23. The tenderer shall not be either any employee or close relative of the employee of the B.S.E.B.
24. The successful tenderer will pay the wages to their workmen in first week of next month.Payment to the contractor
will be made subject to availability of the fund.
25. The undersigned reserves the right to reject any or all the tender without assigning any reason thereof . The decision of
the undersigned will be final and binding on the contractor.
26. Jurisdiction of the court :- In case of any dispute/differences arising out in course of the work Is to be decided in the
civil court of Begusarai.Party will be Bihar State Electricity Board, Patna.
27. The tenderer must put their signature at every page on the tender paper.
28. Tenders against the work of jungle cleaning and/ uprooting of switch area must accompany with electrical license .

Signature of the Tenderer

A.E (CIVIL) E.E (CIVIL) S.E (CIVIL)


BARAUNI THERMAL POWER STATION ( BEGUSARAI)

TECHNICAL PART

Particulars to be submitted by the tenderer against NIT.NO. 37/PR/BSEB/11 DUE ON

1. Name of the tenderer :-………………………………………………………

2. Father’s name of the tenderer :-………………………………………………………

3. Full address
(a) Permanent address :-………………………………………………………

………………………………………………………

(b) Present address :-………………………………………………………

………………………………………………………..

4. Documentsto be enclosed Submitted / Not Submitted

i Up to date labour license :-

ii Up to date income tax clearance :-

iii Proprietor / Partnership deed :-

iv Experience certificate for


execution of similar work :-

v. Proof of Earnest money Deposited :-

vi Photo copy of PAN number :-

vii Up to date character certificate from S.D.O./DM :-

viii Photocopy of E.P.F. registration :-

ix Electrical License for tender


against switch yard area :-

x Evidence of financial soundness :-

xi List of T & P :-

xii Photocopy of registration :-

Signature of Tenderer

S.E (C)
BARAUNI THERMAL POWER STATION PART-II
DISTRICT- BEGUSARAI Price part
N.I.T.. NO. 37/PR/BSEB/2011 Due on_______03________2011

A. TO BE FILLED IN BY ACCOUNTS:.

I. Name of the tenderer :-


II. Bill of quantity issued to M/S ________________________________
_________________________________on account of bill of quantity
vide Bank Draft/Cash receipt no.______________dated___________

Sig. of A.O/Cashier.
B. TO BE FILLED IN BY TENDERERS :
i. Details of earnest money deposited Rs………………………………………
vide Bank Draft/Cash receipt no…………………dated…………………….
ii. Rate quoted by the tender :-
a. on estimated rate :-
Or
b. _____________% (in words)_____________________(in figure) Below
Or the sanction estimate rate
_____________% (in words)_____________________(in figure) Above
the sanction estimate rate

C. Permanent Address :-
i. Name of tenderer :-
ii. Village/Mohalla :-
iii. Post Office :-
iv. Distt :-
D. Present Address :-

Certified that I have gone through the terms and conditions of the tender and agree to
abide by all the conditions Laid in the terms and conditions. Further certified that information
furnished by me are true to the best of my knowledge. My tender paper may be cancelled legal
action as deemed fit may be initiated against me if any information furnished by me is found
incorrect.

Signature of the contractor


Full Address

S.E (C)
BARAUNI THERMAL POWER STATION
DISTRICT- BEGUSARAI
BILL OF QUANTITY
N.I.T.. NO. 37/PR/BSEB/201

Name of work :- Routine maintenance of private Railway siding at B.T.P.S.


Date & time of receipt of tender :-
Date & time of opening of tender :-
Cost of tender paper :- Rs-750/-
Amount of Earnest money to be deposited :- Rs- 6500/-
Sl.No. Item of Work Quantity Rate in figure Rate in Work

01.
Providing labour assistance casual man power for
routine maintenance and checking Railway track
i.e routine checking of Track, Key, nut bolt, joint
and its proper tightning, raising, replacing,
adjusting strengthening sleepers and rail and fish
plate necessary, lubricating and adjusting points
& crossing diamond points and changing parts,
sectioning screening and cushioning stone metal,
cleaning jungle, bushes and other foreign
materials from the tracks, earth work
In excavation in ordinary/ hard soil for exposing
the skunked sleepers to maintain the elevation of
curves carriage of materials from store to work
site and work site to store to collect the materials
by opening old dead line all complete jobs as per 300 Days @ Rs-916=30 Nine hundred
site requirement condition and direction of E/I Per day sixteen and 30
paisa.only per day.
02. Providing routine checking of keys of the track
in- cluding its tightening and replacing it one hundred thirty
300 Days @ Rs- 130=90 and ninty paisa.
necessary as per site condition and direction of Per day only per day
E/I

A.E ( C ) E.E ( C ) S.E ( C )

You might also like