Bro JK NSV & FWD

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 67

CA NO. CE (P) SPK/ / 2023-24 Srl Page No.

1
Tender No. CE (P) SPK/EPC/01/2023-24

BORDER ROADS ORGANISATION


GOVT. OF INDIA
HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK

CARRYING OUT TESTS ON COMPLETION & DURING MAINTENANCE PERIOD USING NETWORK
SURVEY VEHICLE (NSV), FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE
INSPECTION UNIT (MBIU) & RETRO-REFLECTOMETERETC FOR AKHNOOR-POONCH ROAD
SECTION OF NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU
AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK

S/No Contents Page No


(A) PART-I (UNPRICED/TECHNICAL BID)
1 Content Sheet. 01 01
2 Tender forwarding letter including eligibility criteria, list and 03 15
format of qualification documents & Performance Guarantee
Bond.
3 Notice inviting Tender 16 20
4 Instructions to Bidders. 21 28
5 General condition of contract (Part-I) 29 37

6 Conditions of Particular Application (Part II) 38 40


7 Terms of Reference (Part III) 41 48
8 Technical Specifications including list of drawing/ appendices 49 54
and undertaking.
(B) PART-II (PRICED BID)
9 Item rate contract for works required IAFW-1779-A including 55 67
Schedule ‘A’ notes, Schedule A,B,C,D, Tender Page,
Acceptance & instructions to bidders.
(C) OTHER DOCUMENTS FORMING PART OF CONTRACT
AGREEMENT
10 Errata/Amendments to tender documents.
11 Relevant correspondence.
12 Acceptance letter.
13 Total No. of Drawings.

*Not attached, these documents can be seen in the Office of the Chief Engineer, Project
Sampark, C/O 56 APO during working hours.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 2
Tender No. CE (P) SPK/EPC/01/2023-24

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 3
Tender No. CE (P) SPK/EPC/01/2023-24

Tele:0191-2484882/2480445 HQ CE (P) Sampark


FAX:0191-2480547 PIN-931712
E-mail:bro-spk@nic.in C/O 56 APO
Dir (Cont & EPC) / CE (P) Sampark
Mob: 9717247156

80365/A-P Rd/Pkg IV/ /EPC Sep 2023

M/S……………………………..............
…………………………………...............
…………………………………...............

NAME OF WORK: CARRYING OUT TESTS ON COMPLETION & DURING MAINTENANCE


PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING WEIGHT DEFLECTOMETER
(FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU) &RETRO-REFLECTOMETER ETC FOR
AKHNOOR-POONCH ROAD SECTION OF NH-144A EXISTING CHAINAGE FROM KM 85.385 TO
KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H
WORK) IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK

Dear Sir (s),


1. A set of tender documents containing T-Bid (Technical Bid) and Q-Bid (Priced Bid) for the
above work is forwarded herewith. Please note that tender will be received through online
only by the Chief Engineer (P) Sampark, C/o 56 APO upto 12.00 PM on 09 Oct 2023. 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 as Q-Bid opening will be intimated
later.

2. Bidders 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 Chief Engineer (P)
Sampark, C/O 56 APO 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 bid security, tender fee
and undertaking given at Page No. 50 to 54 of tender must be delivered to the Chief
Engineer Project Sampark within 05 days from the bid submission end date”. If scanned
copy of Bid Security is not uploaded along with the T Bid, same shall be rejected by ‘the
Accepting officer. Scanned and original copies should be same, and no difference will be
acceptable.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 4
Tender No. CE (P) SPK/EPC/01/2023-24

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 Tender Fee and Bid Security Deposit by un-enlisted contractor and with
BRO enlisted contractors who have not submitted standing security deposit.
(ii) Scanned and signed copy of all the Eligibility/Qualification documents required as per
tender conditions given at Page No. 03 to Page No. 15 of tender documents:
a) WORKING CAPITAL & EXPERIENCE: As per Para 6 (a), 6.1 (a) & (b) of Page No 05
b) Available Bid Capacity (ABC): As per Para 6.2 of Page No 06
c) Vehicles, Equipment’s and Plants (VEP): As per Para 6.3 of Page No 07
d) Performance & Other Requirement: As per Para 6.4 of Page No 08
e) List & format of eligibility documents to be attached along with Part-I of tender
documents to prove eligibility: As per Para 8 & all sub Para from Page No 09 to 11

(iii) Blank.

(iv) Scanned and signed copy of undertaking/details by Bidders given at Serial No 6.4
Page No. 08 and Page No 50 to 54 of tender, Bid Security & Tender Fee.

(v) Status, address, name of contact person and contact telephone nos. of the firm.
(vi) Composition of the firm, name, experience and qualification of the key staff/expert and
task assigned to them.
(vii) Computer Hardware and Software available with the firm for the work.
(viii) Power of Attorney to submit 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) General Condition of contract.
(iv) Particular/Technical Specifications including Drawings, if any.
(v) Any other Amendment/errata to tender document.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 5
Tender No. CE (P) SPK/EPC/01/2023-24

5.2 Technical Evaluation Criteria

5.2.1 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted standing
security deposit, he should submit Bid Security.

5.2.2 All the pages of T-bid should have been duly signed by the bidder/authorized rep.

6. ELIGIBILITY CRITERIA: -Bidders shall meet the following eligibility criteria for qualifying
in Technical bid.

(a) The Bidders should have working capital and/or credit facilities of at least 10%of the
estimated cost of the work (Applicable only for non - enlisted Contractors).
6.1 EXPERIENCE
a) Bidders 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 five & current financial years.
Similar work means- “Road Condition Survey / Consultancy Work involving at least NSV
Survey Work on Minimum 5 Km Double Lane”

b) In addition to above, bidder should have substantially completed at least one work in each
of the following:
a) FWD : At least one work experience (may be in the same or separate work order)
b) MBIU : At least one work experience (may be in thesame or separate work order)
c) Retro-Reflectometer : At least one work experience (may be in the same or
separate work order)”
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. Bidders shall submit list of work executed in the past 5 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 X0.10)

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 6
Tender No. CE (P) SPK/EPC/01/2023-24

6.2 Available Bid Capacity (ABC)

6.2.1 ABC as per formula given here under should be more than estimated cost of work given
in NIT. Bidders shall calculate ABC and submit details duly signed on letter head.
Available Bid Capacity = 2.5 x A x N- B
Maximum value of all Road Condition Survey / Consultancy Work involving at least NSV
Survey Work on Minimum 5 Km Double Lane 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 Statutory Auditors / Chartered Accountant.

Year Multiplying factor


Last First year (2022-23) 1.05
Last Second year (2021-22) 1.10
Last Third year (2020-21) 1.15
Last Fourth year (2019-20) 1.20
Last Fifth year (2018-19) 1.25
N- Number or 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.

For-A: Balance sheets/Certificates from Statutory Auditor / Chartered Accountant indicating


annual turnover of Consultancy works (Road Condition Survey / Consultancy Work involving at
least NSV Survey Work on Minimum 5 Km Double Lane.

For-B: Bidders shall submit details of ongoing works as per format stated in clause 8.1 of
above. Bidders shall calculate ABC and submit details duly signed.

(i) The Bid capacity status of the bidder to be updated as on the day before opening the
financial bids.

6.2.2 The Bidders shall indicate actual figures of completion cost at work and value of A
without any enhancement as stated above.

6.2.3 The Bidders 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 Bidders 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.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 7
Tender No. CE (P) SPK/EPC/01/2023-24

6.3 Vehicles, Equipment’s and Plants (VEP):

6.3.1 Bidders should own or have assured access (through hire/lease/purchase agreement/
other commercial means) to the requisite Equipment’s, Plants and vehicles in good working
condition.

S/No. Particulars A/U Qty Remarks


(i) Network Survey Vehicle Nos 01
(ii) Mobile Bridge Inspection Unit (MBIU) Nos 01
(iii) Falling Weight Deflectometer (FWD) Nos 01
(iv) Retro Reflectometer Nos 01

(a) Bidders shall indicate source of requisite Equipment’s, Plants and Vehicles with vintage
required for execution of work in following format: -

S/No. Item Year of Source from where to Location Based on known


Manufacture* be arranged (Owned/ presently commitments, whether
lease etc) deployed will be available for use
in the proposed contract

Note: *VEP preferably not be more than three years old.

(b) Copy of documentary support of ownership/assured access to the satisfaction of the


Accepting Officer is required to be enclosed.

6.3.2 Bidders shall indicate source of requisite Equipment’s, Plants and Vehicles along with
vintage 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.
(vi) Copy of documentary support of ownership/assured access to the satisfaction of the
Accepting Officer.
(vi) The firm has suitable software related to NSV, FWD, MBIU and Retro-Reflectometer as per
applicable.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 8
Tender No. CE (P) SPK/EPC/01/2023-24

6.4 Performance & Other Requirement


Bidders shall submit undertaking / details in respect of following: -

(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 work which stand un-rectified (if yes, submit
details and reasons).
(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) Bidders 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 anti-national/anti-social activities
and have neither been convicted nor are any proceedings pending in court for such activities.
(h) Firm should have been considered capable of taking-more load in workload 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
6.5.1 Even though the Bidders meet the above criteria, they are liable to be disqualified if they
have made misleading of false information in bidding documents submitted.
6.6 ENGINEERING ESTABLISHMENT
6.6.1 Firm have to employ following technical staff for the said work on regular establishment: -
Requirement of Technical Staff Minimum experience
Experienced Professionals on 03 Years (Three Years)
i. Survey with NSV – 01 No,
ii. MBIU – 01 No,
iii. FWD – 01 No,
iv. Retro-Reflectometer - 01 No
At the time of commencement of services, the details of technical staff shall be submitted to the
“Nodal Officer” having above mentioned experience.
7. Deleted.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 9
Tender No. CE (P) SPK/EPC/01/2023-24

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 Five Years and current financial
years and ongoing works in following format: -

a) For Similar work minimum at least NSV on Minimum 5 Km Double Lane (Ref Para
6.1(a)):-

Name Brief Name & Acceptin Date of Original Extend Actual date Cost of Remarks
of Scope address g Commence Date of ed of of comple explaining
work of of Contract ment of Complet Compl completion ted reasons of
& CA work employer Amount work ion etion / present work delay, if
No. / client progress any

b) For Additional Experience (FWD, MBIU & Retro-Reflectometer) (Ref Para 6.1(b)):-

Name Brief Name & Acceptin Date of Original Extend Actual date Cost of Remarks
of Scope address g Commence Date of ed of of comple explaining
work of of Contract ment of Complet Compl completion ted reasons of
& CA work employer Amount work ion etion / present work delay, if
No. / client progress any

8.2 Available Bid Capacity: - Refer Para 6.2 Page No 6

8.3 Equipment’s, Plants and Vehicles: - Refer Para 6.3 Page No 7

8.4 Blank
8.5 Performance and other Requirements: - Refer Para 6.4 Page No 8

8.5.1 Deleted

8.5.2 Bidders 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

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 10
Tender No. CE (P) SPK/EPC/01/2023-24

8.5.3 A Bidder is required to submit, along with its technical BID, a self-certification that
the item offered meets the local content requirement for ‘Class I local Supplier’ / ‘Class II
local Supplier’, as the case may be. The self-certification shall also have details of the
location(s) at which the local value addition is made.
In the above pretext, the Class I Local Supplier, Class - II Local Supplier
and the Non- Local Supplier are defined as under:

(i) 'Class I local Supplier’ means a supplier or service provider, whose


goods, services or works offered for procurement, meets the
minimum local content as prescribed for ’Class I local Supplier
under this RFP. The ’local content’ requirement to categorize a
supplier as ‘Class I local Supplier’ is minimum 50%.
(ii) ‘Class II local Supplier’ means a supplier or service provider,
whose goods, services or works offered for procurement, meets
the minimum local content as prescribed for ‘Class - II local
Supplier’ under this RFP. The ‘local content’ requirement to
categorize a supplier as ‘Class II local Supplier’ is minimum 20%.
(iii) ‘Non - local Supplier means a supplier or service provider,
whose goods, services or works offered for procurement, has local
content less than that prescribed for ‘Class - II local supplier' under
this RFP.
(iv) ‘Local content’ means the amount of value added in India which
shall be the total value of item procured (excluding net domestic
indirect taxes) minus the value of imported content in the item
(including all customs duties) as a proportion of the total value, in
percent
In case of procurement for a value in excess of Rs. 10 Crores, the
‘Class I local supplier’ / ‘Class II local supplier' shall provide a certificate
from the statutory auditor or cost auditor of the company (in case
of companies) or from a practicing cost accountant or practicing
chartered accountant (in respect of suppliers other than companies}
giving the percentage of local content.
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).
8.7 In case of un-enlisted firms, Copies of Passport / Aadhar Card of proprietor / partners /
directors. Present address & photograph for verification of Character and antecedents of
proprietor/partners/directors from police authorities.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 11
Tender No. CE (P) SPK/EPC/01/2023-24

8.8 Copies of PAN Card and GST registration of proprietor/partners/directors/firm.


8.9 Lowest bidder if un-enlisted 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 Bidders 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 commercial Bid opened.
8.10 Deleted
9. Part-II (Priced/commercial’- ‘Q’ Bid)
9.1 Part-II (Price/commercial Bid’ –‘Q’ Bid) shall comprise of the following: -
(i) Schedule ‘A’ (to be quoted by Bidder) : - refer Page No 58-59
10. Q-bid Evaluation

(i) Commercial bids will be reviewed to ensure that the figures indicated therein are consistent
with the details of the corresponding technical bids.
(ii) For the purpose of evaluation “cost” shall be exclusive of all taxes and duties.
(iii) 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 be only considered for acceptance. If, L-1 backs out, retendering shall be resorted
in a fair and transparent manner. (iii) Completion period as mentioned in Tender Document
have been accepted.
(iv) Completion Period as indicated in Tender Document has been accepted.

10.1 The Chief Engineer Project Sampark will be Accepting Officer here-in-after referred to as
such for the purpose of this contract.
10.2 If Bidders desire that any condition or stipulation given in the tender documents is to be
modified or deleted, they should submit their comments/suggestion well before last working date
of clarification as shown in critical date details in subject tender ID for consideration by the
department for issue of corrigendum/amendments to tender documents. If department considers
comments/suggestion suitable, corrigendum/amendments to tender documents shall be issued
and also uploaded on E-tendering Portal. If department does not consider comments/suggestion

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 12
Tender No. CE (P) SPK/EPC/01/2023-24

suitable, corrigendum/amendments to tender documents shall not be issued/uploaded on E-


tendering Portal and Bidders shall quote strictly complying with the various provisions given in
the tender documents. Any tender which 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 Bidders 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 & levies prevailing etc which may affect the quotation and execution of the
work.
10.4. Bidders must be very careful to deliver a bonafide tender, failing which the tenders are
liable to be rejected. Bidders are therefore, advised to ensure that their tender must satisfy each
and every condition laid down in the 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. Bid Security


a) Bid Security is not required to be attached with tender by the enlisted contractor with
BRO (term “enlisted contractor” used in tender document means “enlisted contractor with BRO”)
who have submitted standing security but same is required from un enlisted contractor/enlisted
contractors with BRO, who have not submitted standing security deposit.
b) Un-enlisted contractors with BRO/enlisted contractors with BRO, who have not submitted
standing security deposit will submit the tender accompanied with Bid Security amounting to Rs.
60,276/- (Rupees Sixty Thousand Two Hundred Seventy Six Only) in the form of Deposit at
Call Receipt/Term Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief
Engineer (P) Sampark, Near Peer Baba, Kunjwani Chowk, Jammu-180010 by scheduled
Bank. Tenders not accompanied with Bid Security shall not be considered for acceptance. The
amount of this receipt should be basic amount and not their maturity value. Any deposit lying
with the department in any form against any tender and/or contract shall not be considered for
adjustment as the Bid Security against this tender. Any tender not accompanied with the Bid
Security in the form as indicated here-in-before or accompanied with any letter / communication
containing any request for adjustment of any other deposit as Bid Security shall be treated as
non bonafide tender.

c) Bid Security shall be returned to unsuccessful bidders (other than L-1) after opening of
price bids and to successful (L-1) bidder after receipt of Performance Security Deposit.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 13
Tender No. CE (P) SPK/EPC/01/2023-24

d) Bid Securing Declaration as per Rule 170 (iii) of GFR 2017 is required to attach by the
firm registered with MSME, MSE in lieu of Bid Security.
12. Blank
13. The tender shall remain open for acceptance for a period of 120 days from bid
submission end date.
14. 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 letter.
15. Revision/Modification of quoted price
(a) In case the Bidders 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 e-
tendering portal. 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 in his originally quoted offer.
16. Revocation of offer
In the event of lowest Bidders revokes his offer or revise his rates upward (which will be
treated as revocation of offer), after opening of tenders and before expiry of original validity
period stipulated in tender documents, the Bid Security deposited by him shall be forfeited. In
case of BRO enlisted contractors, the amount equal to the Bid Security stipulated in the Notice
of tender, shall be notified to the Bidders 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 Bidders revoking offer and his related firms
shall not be issued the tender in second or subsequent calls of subject work.

Yours Faithfully

Signature of Contractor For Accepting Officer

Dated: __________

Enclosures: Tender Document

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 14
Tender No. CE (P) SPK/EPC/01/2023-24

Annexure-II
PERFORMANCE GURANTEE BOND
(To be used by approved Scheduled Banks)

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
and conditions of an Agreement dated …………….. Made between---------------------------------------
…………………………………………. and …………………………………. for---------------------------
…………………………………………………… (hereinafter called the said Agreement), of 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 the Government an amount not
exceeding Rs. ……………… against any loss or damage caused to or wound be caused to or
suffered by the Government by reason of any breach by the said contractor(s) of any 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 al 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 fully 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 a before the ………….. we shall be discharged from
all liabilities under this guarantee thereafter.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 15
Tender No. CE (P) SPK/EPC/01/2023-24

4. We……………………………….. Bank Ltd. further agree with the Government that the
Government shall have the fullest liberty without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said Agreement or to extend time of performance by
the said Contractor(s) from time to time postpone for any time or from the time to time any of the
powers exercisable by the Government against the said contractor(s) and to forbear or enforce any
of 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 undertakes not to revoke this guarantee
during its currency except with the previous consent of the Government in writing.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 16
Tender No. CE (P) SPK/EPC/01/2023-24

NOTICE INVITING TENDER


(NATIONAL COMPETITIVE BIDDING)
BORDER ROAD ORGANISATION
MINISTRY OF DEFENCE
GOVT OF INDIA
CHIEF ENGINEER PROJECT SAMPARK
NIT No.CE (P) SPK/EPC/01/ 2023-24
1. Online bids are invited on single stage two bid system for “CARRYING OUT TESTS ON
COMPLETION & DURING MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV),
FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU)
&RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF NH-144A
EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM
90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER 35
BRTF/PROJECT SAMPARK”
The title of above heading on CPPP site https://eprocure.gov.in/eprocure/app is “CARRYING
OUT TESTS ON COMPLETION & DURING MAINTENANCE PERIOD USING NETWORK SURVEY
VEHICLE (NSV), FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT
(MBIU) & RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF NH-144A
EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM
90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER 35
BRTF/PROJECT SAMPARK”

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 11 Sep 2023 (02.00 PM) Onwards
Bid Document Download Start Date 11 Sep 2023 (04.00 PM)
Clarification Start Date 12 Sep 2023 (11.00 AM)
Clarification End Date 15 Sep 2023 (04.00 PM)
Pre Bid Meeting 18 Sep 2023 (11.00 AM)
Bid Submission Start Sate 19 Sep 2023 (02.00 PM)
Bid Submission End Date 07 Oct 2023 (12.00 PM)
Bid opening Date 09 Oct 2023 (12.00 PM) Onwards
Opening of Financial Bid After evaluation, shall be intimated separately
3. Bids shall be submitted online only at CPPP website:
https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Bidders/Contractors
are advised to follow the instructions provided in the “Instruction to the contractors/Bidders 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.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 17
Tender No. CE (P) SPK/EPC/01/2023-24

4. The work is estimated to cost Rs. 30,13,847 Lakh (Rupees Thirty Lakh Thirteen Thousand
Eight Hundred Forty Seven Only) excluding taxes approximately or as subsequently amended in
tender documents or uploaded in CPPP website https://eprocure.gov.in/eprocure/app. This
estimate, however is not a guarantee and is merely given as a rough guide only and if the work
cost more or less, Bidders shall have no claim on that account of what so ever nature.
5. The tender shall be based on specifications, General Conditions of contracts to be
priced by the Bidders.

6. Not more than one tender shall be submitted by one contractor or contractors having
business relationship. Under no circumstances will a father or his son(s) or other close relations
who have business relationship with one another (i.e. when one or more partner(s)/director(s)
are common) be allowed to tender for the same contract as separate competitors. A breach of
this condition will render the tenders of both parties liable to rejection.

7. The work involves carrying out test / survey at the time of completion and during
maintenance period as specified, thus overall period shall be Five years & Six months from the
date of first work order. The work is to be completed within Five years & Six months as
subsequently amended in tender documents or uploaded in CPPP website
https://eprocure.gov.in/eprocure/app in accordance with the phasing, if any, indicated in the
tender from the date of handing over the site, which will be generally within one month from the
date of issue of acceptance letter.

8. The Chief Engineer Project Sampark, C/O 56 APO will be the Accepting Officer here
in after referred to as such for the purpose of this contract.

9. Intending Bidders are advised to visit CPPP website https://eprocure.gov.in/eprocure/app


03 (three) days prior to date of submission of tender for any
corrigendum/addendum/amendment.

10. Bid Security is not required to be attached with tender by the valid enlisted contractor with
BRO who have submitted standing security deposit and MSME registered firms as per Rule 170
(i) of GFR 2017but it is required from other contractors and to be attached (scanned copy) with
Technical Bid for Rs. 60,276/- (Rupees Sixty Thousand Two Hundred Seventy Six Only)in
the shape of Call Deposit Receipt/Term Deposit Receipt/Special Term Deposit Receipt in
favour of Chief Engineer Project Sampark C/O 56 APO obtained from any
Nationalized/Scheduled Bank and having maturity/validity period 150 days more than validity
period of his offer and Bid Security shall be returned to unsuccessful bidders (other than L-1)
after opening of price bids and to successful (L-1) bidder after receipt of Performance Security
Deposit. The Bidders shall also submit Copy of Online receipt towards payment of cost of Bid
document of Rs. 5,000/- (Rupees Five Thousand Only) through Bharat Kosh (payable to Pay
and Accounts Officer, Project Sampark, Border Roads Organization and GST for Rs. 900/-
(Nine Hundred only) and Bharat Kosh receipt must be submitted with the proposal.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 18
Tender No. CE (P) SPK/EPC/01/2023-24

(i) BID Security of Rs. 60,276/- (Rupees Sixty Thousand Two Hundred Seventy
Six Only) in the form of Bank Guarantee in the format at Annexure-II from a
Scheduled Bank (Original BG to be submitted physically as well within 7 days of
Bid due date);

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 after
singing of Contract Agreement and Bid Security will be released after deposition of Performance
Security or adjusted against the same.

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: -
Chief Engineer (P) Sampark, Near Peer Baba, Kunjwani Chowk, Jammu
13. Bidders are advised to visit the work site by making prior appointment with Director
(Contract), HQ CE (P) Sampark/Commander 35 BRTF/ OC 57 RCC C/O 56APO. Any quarry
related to the tender condition may be clarified at following telephone No: -
i) Shri V K Srivastava, Superintending Engineer (Civil),Director(Contacts), HQ CE(P)
Sampark (Mob No-9717247156) Tele: 0191-2484882/2480445 (09:00 AM to 05:00
PM), Email id: spk-dire8@bro.gov.in
ii) Shri Rajiv Kumar, EE(Civ), SO-I (EPC), HQ CE(P) Sampark (Mobile No-
9622007778), Tele:0191-2484882/2480445(09:00AMto05:00PM),Email Id: spk-
dire8@bro.gov.in
iii) Commander 35 Task Force (Mobile No-9435058809 / 8628837063)
iv) Officer Commanding 57 RCC(Mobile No- 8146758482)
14. A Bidders shall be deemed to have full knowledge of all relevant documents, samples,
site etc whether he has inspected them or not.

15. 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.

16. 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 Government Policy. No claim for any compensation or otherwise shall be
admissible from such Bidders whose tenders may be rejected on account of the said policy.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 19
Tender No. CE (P) SPK/EPC/01/2023-24

17. The submission of a tender by a Bidders implies that he had read this notice and
conditions of contract and has made himself fully 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.
18. Blank.

19. Blank.
20. In case of applications/bids (enlisted contractor / as well as un-enlisted contractors)
where scanned copies of requisite Bid Security (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.
21. In case of rejection of technical bid, contractor may appeal to next Higher Engineering
Authority i.e. Addl DGBR (NW) on email bro-adgnw@nic.in 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.
22. For any further particulars, you may refer CPPP website
https://eprocure.gov.in/eprocure/app.

23. Blank.

24. In the event of lowest Bidders revoking his offer or revising his rates upward (which will
be treated as revocation of offer), after opening of tenders, the Bid Security deposited by him
shall be forfeited. In case of BRO enlisted contractors, the amount equal to the Bid Security
stipulated in the Notice of tender, shall be notified to the Bidders 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 Bidders
and his related firm shall not be allowed to participate in the tendering in second call or
subsequent calls.

25. Important- Above particulars may change due to Administrative or any other reasons and
shall be available in CPPP website https://eprocure.gov.in/eprocure/app. Therefore,
bidders/contractors are requested to visit CPPP website https://eprocure.gov.in/eprocure/app
frequently and at least once again 03(three) days prior to be bid submission date as per critical
date sheet, for any changes in above particulars.
26. Blank.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 20
Tender No. CE (P) SPK/EPC/01/2023-24

27. The minimum local Content, the margin of purchase preference and the procedure for
Preference to Make in India shall be as defined and specified in Govt of India, Ministry of
Commerce & Industry, Department of Promotion and Industrial Trade (Public Procurement
section) Order No. P-4501/2/2017-PP (BE-II) Dated 16 Sep 2020. The bidder shall submit
certificate towards Local Content either by them or by a Chartered Accountant (for works more
than 10 Cr) as specified in Ministry of Commerce & Industry Order No. P-45021/2/2017-BE-II
dated 15 Jun 2017 and amended vide P-45021/2/2017-BE-II dated 16 Sep 2020.

28. The tender may be accepted as a whole.

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

Sd/- xxx
Dir (Cont& EPC)
For Chief Engineer
Sep 2023
80021/NSV/AP PKG-IV/ /EPC

Headquarters
Chief Engineer
Project Sampark,
C/o 56 APO

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 21
Tender No. CE (P) SPK/EPC/01/2023-24

INSTRUCTIONS TO BIDDER
2.1 GENERAL
2.1.1 The bids are invited for the works referred to in “Terms of Reference” (T.O.R)
from the pre-qualified Engineering Consultant firms. (The date and time of actual receipt
of bids at the said notified place will only count for consideration of the bids).
2.1.2 The applicant, before bidding, shall carefully study the conditions and the details
appended herein. In case the applicant have any doubts and requires clarification, he
shall obtain from the Client at the contact address given in Section 1.7.1. The site of the
proposed works may be inspected by the bidder or his representative at his own cost.
Technical persons of the department will accompany the applicant, if necessary, on prior
requisition.
2.2 BIDDING
2.2.1 The bidder shall submit bid in a complete shape with all the particulars called for in
the Bid documents. All the required details and all other relevant information shall be
submitted to enable the Client to evaluate the suitability of the bid and to take a decision
as per the Terms of Reference incorporated in the schedules. The bidder may, if
necessary, amplify and furnish additional information. If the information furnished is not
complete, the bid is liable to be rejected.
2.2.2 The bidder, as far as possible, shall follow the job mentioned in Terms of
Reference. If the bidder wishes to depart from the provisions of this job, he shall list out
such deviations separately with their financial implications and submit full particulars with
reasons thereof.
2.2.3 Clarifications, amplifications or any other correspondence from the bidder
subsequent to opening of the bids will not be entertained. The bidder shall therefore
ensure that their bid is submitted in a complete shape without any conditions.
2.2.4 The attention of bidder is drawn to the Indian Official Secret Act 1923 (XIX of
1923) as amended up to date, particularly section 5 thereof for compliance with its
provision.
2.3 COST OF BIDDING
2.3.1 The bidder shall bear all costs associated with the preparation and submission of
his bid and the Client will in no case be responsible or liable for these costs, regardless of
the outcome of the bidding process.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 22
Tender No. CE (P) SPK/EPC/01/2023-24

2.4 SITE VISIT

2.4.1 The bidder is advised to visit and examine the site of work and its surroundings
and acquaint himself at his own cost, all information that may be necessary for preparing
the bid and entering into an Agreement. The cost of visiting the site shall be borne by the
bidders themselves. Technical person of the Client will accompany the applicant, if
required.

2.4.2 The bidder and/or any of his authorized agent or personnel will be granted
permission by the Client or his representative to enter upon his premises and land for the
purpose of such inspection, but only upon the express condition that the bidder, his
personnel or agent, will release and indemnify the Client and his personnel and agent
from and against all liability in respect thereof and will be responsible himself for personal
injury (whether fatal or otherwise), loss or damage to property and any other loss,
damage, cost and expenses howsoever caused, which, but for the exercise of such
permission, would not have arisen.

2.5 ELIGIBILITY OF FIRMS

2.5.1 If the bid is made by a proprietary firm, it shall be signed by the proprietor above
his fully typewritten name, name of his firm with current address and registered office with
the office stamps.

2.5.2 If the bid is made by a firm in partnership, it shall be signed by all the partners of
the firm above their full type written names and current addresses or alternatively by a
partner holding a valid “Power of Attorney” for the firm from all the partners for signing the
bid, in which case a certified copy of the Power of Attorney shall accompany the bid,
including the certified copies of the partnership deed, current address of the firm and the
full names and the current addresses of the all partners in India and their registered
offices. It should also clearly state which member of the partnership would be acting as a
lead member on behalf of the partnership in all its relations and communication with the
Client.

2.5.3 If the bid is made by a limited company or a limited corporation, it shall be signed
by a duly authorized person holding a valid power of attorney, which should accompany
the bid. Such limited company or corporation may be required to furnish satisfactory
evidence of its existence if job is to be awarded. They should also furnish the Articles of
Memorandum and certificate of Incorporation of the Company.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 23
Tender No. CE (P) SPK/EPC/01/2023-24

2.5.4 It shall be noted that if any member of the group combines the function of a
Consultant or designer with those of a contractor and / or manufacturer, all relevant
information must be provided regarding such relationship, along with an undertaking to
the effect that the member agrees to limit their role to that of a Consultant and / or
designer and to disqualify themselves, their associates / affiliates and / or parent firm
from work on any other capacity (including tendering related to any goods or services for
any part of the project) on this project other than that of Consultant and / or designer.

2.5.5 If, in connection with the performance of the consulting services, any group
member intends to borrow, hire temporarily personnel from contractors, manufacturer or
suppliers, he must include in their proposal all relevant information about such personnel.
In such cases the bid will be acceptable only if those contractors, manufacturers and
suppliers disqualify themselves from work on this Project (including tendering related to
any goods or services for any other part of the Project) other than that of Consultant and /
or designer.

2.5.6 Each bidder, or any other associate will be required to confirm and declare in the
tender document that no agent or middleman or any intermediary has been or will be
engaged to provide any services, or any other items of work related to the award and
performance of the Agreement. It shall be confirmed and declared in the submittal that
no agency commission or any payment that may be construed as an agency commission
has been or will be paid and that the tender price will not include any such amount.

2.5.7 All witnesses and sureties shall be from persons of stature and probity and their
full names, occupations and addresses shall be stated below their signatures.

2.5.8 The bid from the Consultants shall be accompanied by an attested copy of the
Income Tax Return for the previous financial year or a photocopy of PAN card.

2.6 DISQUALIFICATION OF THE FIRMS

2.6.1 Not more than one tender shall be submitted by one firm or firms in partnership or
joint venture. Under no circumstances will a father or son(s) or other close relatives who
have business dealing with one another be allowed to tender for the same Agreement as
separate competitors. A breach of this condition will render tenders of both the parties
liable for rejection.
2.6.2 Joining together of two or more Consultants’ team, who have applied separately
for issue of tender documents, to submit a single tender will not be permitted.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 24
Tender No. CE (P) SPK/EPC/01/2023-24

2.6.3 Firms employing a retired official of the Border Roads Organisation within two
years from the date of retirement shall ensure that the prior permission of the
Government of India has been obtained for the purpose. The Agreement is liable to be
cancelled if either the bidder or any of his employees is found at any time to be such a
person who had not obtained the permission of the Government as aforesaid before.
2.7 LANGUAGE & LOCATION OF DESIGN OFFICE

2.7.1 All the documents and subsequent design shall be prepared and submitted in
English language only. The key design and management staff proposed to be deployed
for the work shall be proficient in spoken and written English.

2.8 BID SECURITY


2.8.1 The bidder shall submit, along with their Bid Security issued by any Branch of a
scheduled commercial bank based in India, for an amount of Rs. 60,276/- (Rupees Sixty
Thousand Two Hundred Seventy Six Only) in the form of deposit of call receipt issued
in favour of “The Chief Engineer, Project Sampark, C/O 56 APO by a schedule Bank with
a validity period of 120 days from the last date of submission of tender.
2.8.2 Bid Security shall be returned to unsuccessful bidders (other than L-1) after
opening of price bids and to successful (L-1) bidder after receipt of security deposit.
2.8.3 The Client reserves the right to call in the Bid Security if the successful bidder fails
to respond to clarifications sought and sign the Agreement within the specified time frame
or withdraws the offer within the period of 90 days from the date of receipt of bids.
Submission of false statement(s) entails call-in of Bid Security of the bidder, irrespective
of his being successful or otherwise.
2.9 BID VALIDITY
2.9.1 The bid shall be valid for a period of 120 days (One Hundred Twenty days) from
the last date of receipt of bids.
2.10 AMENDMENT OF BIDDING DOCUMENT
2.10.1 At any time prior to the last date of submission of bids, the Client may, for any
reason, whether at his own initiation or in response to a clarification requested by a
prospective bidder modify the bidding document by the issue of an Addendum /
Amendment.
2.10.2 The addendum / amendment will be published on line on CPPP portal.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 25
Tender No. CE (P) SPK/EPC/01/2023-24

2.11 DEAD LINE FOR SUBMISSION OF BIDS


2.11.1 Bid must be submitted online before bid submission end date mentioned in the
Critical Date Sheet OF NIT or any extension thereof as notified in writing by the
“ACCEPTING OFFICER” in ‘CPPP’ portal.

2.11.2The documents listed at clause 2.13.1 (a) shall be submitted online and, the
bidders has to submit the original documents and along with Original Bank Guarantee
towards Bid Security physically with the HQ Project Sampark GREF (BRO) within 7 days
of bid due date at address mentioned at 2.11.3. Further, it may be noted that in case of
non-submission of original BG towards Bid Security, the action of debarring the bidder
from participating in bidding of NH and other centrally sponsored works for 1 year may be
taken.

2.11.3 Envelope shall be addressed to the following officer and shall be submitted at the
following address:

Address

Director (EPC and Contracts)


HQ Chief Engineer (P) Sampark
Border Roads Organisation
Near Peer Baba,
Kunjwani Chowk, Jammu
UT of J&K
Pin 180010

Pre Bid Meeting will take Place at the above mention Address.
Phone No./e-mail : bro-spk@nic.in 0191-2954196, 2480445 BIDs submitted by fax,
telex, telegram or e-mail shall not be entertained and shall be summarily rejected.

2.12 REVISION/MODIFICATION OF QUOTED PRICE/REVOCATION OF OFFER


2.12.1 The Bidders shall quote his rates in figures only in the provided column in Item
rate BOQ given in Excel sheet only. In case the Bidders has to revise/ modify the rates
quoted in the Item rate BOQ before tender submission end date as mentioned in critical
data sheet, resubmission bid shall be allowed.
2.12.2 In case the Bidders has to revise /modify /withdraw his quoted rates / offer after it
is submitted, he may do so on his on line before the latest date & time fixed for
submission of tenders. Any revision/ modification in offer / withdrawal of offer in the form
of an open letter shall not be taken into account, while considering in his originally quoted
offer.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 26
Tender No. CE (P) SPK/EPC/01/2023-24

2.12.3 The Bidders shall not be permitted/modify/withdraw price bid unopened after
closure of the time fixed for receipt of tender
2.12.4 In the event of lowest Bidders revokes his offer or revise his rates upward (which
will be treated as revocation of offer), after opening of tenders and before expiry of
original validity period stipulated in tender documents, the Bid Security deposited by him
shall be forfeited. In case of BRO enlisted contractors, the amount equal to the Bid
Security stipulated in the Notice of tender, shall be notified to the Bidders 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 Bidders revoking offer and his related firms shall not be issued the tender in
second or subsequent calls of subject work.
2.13 BID PREPARATION AND SUBMISSION
2.13.1 The bid shall be submitted on line in two parts i.e. “Technical bid” and
“Financial bid”.
(a) Technical bid shall contain the details as specified in Para 5 Page No 04-05.

(b) The financial bid shall contain rates of items of works in BoQ of Schedule “A”: -
Ref Page No 58-59
2.13.2 The financial proposal should clearly indicate the amount asked for without any
assumptions of conditions attached to such amounts. Conditional offer or the proposal
not furnished in the format specified shall be considered non-responsive and is liable to
be rejected.
2.13.3 The financial proposal shall take into account all types of the liabilities and cost of
insurance etc except taxes like GST.
2.13.4 Cost shall be expressed in Indian Rupees only both in figure and words.

2.13.5 All payments shall be subjected to the statutory deduction of all taxes i.e. GST and
Income Tax at source in accordance with the relevant Acts as applicable.

2.14 BID OPENING AND EVALUATION.

2.14.1Opening of bid. Bid will be opened online by the officers appointed by


“ACCEPTING OFFICER”. If the firm so desires, may depute his representative duly
authorized in writing to attend the bid opening process.
2.14.2 Right to accept or Reject a Bid. “ACCEPTING OFFICER” reserves the right to
accept a bid other than the lowest and to accept or reject any bid in whole or part, to
annual the bidding process or to reject all bids with or without notice or reasons. Such
decisions by “ACCEPTING OFFICER” shall bear no liability whatsoever consequent upon
such decisions.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 27
Tender No. CE (P) SPK/EPC/01/2023-24

2.14.3 The technical bids will first be evaluated by a team of officials to be appointed by
Chief Engineer, Project Sampark. The firms meeting the criteria as detailed in Para 6
Page No 5 will be treated qualified for opening of their financial bid.

2.14.4 The Client however reserves the right to review the criteria depending upon the
extent of competition and other related issues.
2.15. CONFIDENTIALITY

2.15.1 The consultant shall not use or reveal the details of the project and documents
with him, to any third party without permission of the “ACCEPTING OFFICER” and shall
return all the records of the project whether hard copy or soft copy to the “ACCEPTING
OFFICER” on completion of the consultancy contract.
2.16 AWARD OF WORK
2.16.1 The bidder whose bid is accepted by “ACCEPTING OFFICER” shall be issued a
letter of acceptance prior to the expiry of bid validity. “ACCEPTING OFFICER” shall not
be liable to furnish any information / clarification / explanation to unsuccessful bidders as
regards non- acceptance of their bids.
2.17 Deleted

2.18 ESCALATION

2.18.1 The escalation shall be @5% per year to be reckoned after completion of every
twelve month from the date of first work order.
2.19 CPM/ PERT

2.19.1Consultant shall understand the work in totality and shall prepare the network
diagram under consultation with Nodal Officer and get the approval of Nodal Officer,
based on the board activities listed in Annexure-‘A’ to this contract using any latest
software e.g MS Project of primavera, showing dated completion of each activity.
2.20 PENALTY CLAUSE: - Para 6 Page No 36-37

2.21 NODAL OFFICER

2.21.1 Cdr 35 BRTF shall be the “Nodal Officer”.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 28
Tender No. CE (P) SPK/EPC/01/2023-24

2.22 PAYMENT AUTHORITY AND STAGES


2.22.1Total payment to the consultant shall be divided into various stages as per the
“Payment stages” defined in the financial proposal form (BOQ) and the “Nodal Officer”
shall be the sole authority to decide the completion of any of the stages or extent of
completion (in percentage) of a particular stage and shall notify on the form for ‘Running
Payment’ calculating and recommending the exact amount to be released to consultant
to the “Accepting Officer”. For any disputes regarding running payment to the consultant
the decision of the “Accepting Officer” shall be final and binding for both the parties.
2.23 The consultant shall employ only Indian National as his representatives, servants
and workmen after verifying their antecedents and loyalty from police authorities and
shall submit the particulars to “Nodal Officer”.
2.24 All documents to be submitted by the consultant shall be signed digitally by the
consultant.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 29
Tender No. CE (P) SPK/EPC/01/2023-24

PART I

A) GENERAL CONDITIONS OFCONTRACT


General Provisions unless the context otherwise requires, the following terms
whenever used in this Contract have the following meanings: -
(a) "Applicable Law" means the laws and any other instruments having the force
of law in the Government’s country India, as they may be issued and in force
from time to time.
"Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
"Effective Date" means the date on which this Contract comes into force
(b) GC means these General Conditions of Contract

(c) "Government" means the Government of Client's Country i.e India

(d) "Local currency" means the Indian Rupees;

(e) "Consultant" wherever mentioned in this Contract Agreement means the


consultancy/surveying firm who owns the NSV and includes sub-consultants or
Associates engaged by the primary consultancy / surveying firm.
(f) "Member", in case the Consultants consist of a joint venture of more than
one entity, means any of these entities, and “Members” means all of these
entities.
(g) "Party" means the Client or the Consultants, as the case may be, and Parties
means both.
(h) Relation between the Parties
Nothing contained herein shall be constructed as establishing a relation or
master and servant or of agent and principal as between the client and
consultant (consultancy/surveying firm). The consultancy/surveying firm subject
to this Contract has complete charge of personnel performing the Services and
shall be fully responsible for the services performed by the, or on their behalf
hereunder
(i) Law Governing the Contract
The Contract as meaning and interpretation and the relation between the
Parties shall be governed by the Applicable Law in India.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 30
Tender No. CE (P) SPK/EPC/01/2023-24

Language This Contract has been executed in the English language, which
shall be binding and controlling language for all matters relating to the meaning
or interpretation
(j) Heading
The Heading shall not limit, after or affect the meaning of the Contract.
(k) Notices
Any Notice, request or consent required or permitted to be given much
pursuant to this contract shall be in writing. Any such notice, request to consent
shall be deemed to have been given or made when delivered person to an
authorized representative of the Party to whom the communication is
addressed or when sent by registered mail or e-mail (Electronic Mail)
1. Commencement, Completion, Modification and Termination of Contract
1.1 Effectiveness of Contract
(a) This Contract shall come into force and effect on the date of issuing notice
by client to the consultancy Consultancy/surveying firm to begin carrying out the
services may be called effective date here in after.

1.2 Termination of Contract for Failure to become Effective


1.2.1 Commencement of Services
The Consultancy/surveying firm shall begin carrying out the Services within such
time period after Effective Date. On the Effective Date work order shall be issued by
the “Nodal Officer” specifying the work / survey to be conducted and time period.
The time period shall be 30 days at each occasion (“Occasion” means test/survey
to be conducted at half yearly and yearly testing during maintenance period). For
each half yearly and yearly testing during maintenance period separate work order
shall be issued.
Unless otherwise specified stipulated as para 1.6 below the work shall be
completed within stipulated time period i.e 30 days from the day of commencement
of services i.e date of issue of work order.
1.3 Expiration of Contract

This Contract shall expire when services have been completed and all payments
have been made at the end of such time period after the Effective Date as shall be
specified in para 1.2.2 and para 4 in this contract agreement.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 31
Tender No. CE (P) SPK/EPC/01/2023-24

1.4 Modification
Modification of the term and conditions of this Contract, including any modification
of the scope of the services, may only be made by written agreement between the
Parties, however, each party shall give due consideration to any proposals to
modification made by the other party.
1.5 Force Majeure
For the purpose of this Contract, "Force Majeure ”’ means an event which is
beyond the reasonable control of a Party, and which make a party’s performance of its
obligations hereunder impossible or so impractical as reasonably to be considered
such as war notes, civil disorder , earthquake, fire, explosion, storm, flood and other
adverse weather condition strike, lockout other industrial action which are not within
the power of the Party invoking Force Majeure to prevent) confiscation or any action
by government agencies.
• Force Majeure shall not (i) any event which in caused by the negligence or
intentional action of a party or such party sub Consultancy/surveying firm or
agent or employees nor (ii) any event which a diligent Party could reasonably
have been expected to both (A) take into account at the time of the conclusion
of the Contract and (B) avoid or overcome in the carrying out of its obligation
hereunder.
• Force Majeure shall not include insufficiency of funds or failure to make
any payment required here under.
The failure of a Party to fulfill any of as obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected by
such an event has taken all reasonable precautions, due care and reasonable
alternative measures all with the objective of carrying out the terms and condition
of this Contract.
(a) Measures to betaken
i. A party affected by an event of Force Majeure shall take all reasonable,
measure store move such Party’s in ability to fulfill its obligations hereunder with
a minimum of delay.
ii. A party affected by an event Force Majeure shall notify the other party of
event as soon as possible and in any event within than seven (7) days
following the occurrence of such event, and shall also give similar notice after
restoration of normal condition as soon as possible within 3days.
iii. The Parties shall take all reasonable measures to minimize the
consequence of any event Force Majeure.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 32
Tender No. CE (P) SPK/EPC/01/2023-24

(b) Consultation
Not later that fifteen (15) days after the Consultancy/surveying firm as the result of
any event of Force Majeure, have become unable to perform a material portion of the
Services the Parties shall consult with each other with a view to agreeing on
appropriate measures to be taken in Circumstances.
1.6 Extension of Time
Any period within which a party shall, pursuant to this Contract, complete any action to
task, shall be extended for a period equal to the time during which such Party was unable
to perform such action as a result of Force Majeure.
1.7 Payments
During the period of inability to perform the Service as a result of event of Force
Majeure, the Consultancy/surveying firm shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the purpose of
the Services and in reactivating the Services after the end of such period.
1.8 Termination:
The client/authority may terminate the agreement if the client/authority is not
satisfied with the methodology of working of the consultant in commencement
meeting or at any period. However the client shall inform giving the reason of
dissatisfaction in working methodology of the consultancy/surveying firm within three
(3) days by a letter/notice to the consultant, the consultancy/surveying firm within
three (3) days after receipt of such letter from the client may submit their explanation
to satisfy the client. The client after being not satisfied by the explanation submitted by
consultant may finally terminate the agreement.
2. OBLIGATIONS OF THE CONSULTANCY/SURVEYINGFIRM
2.1 Standard of performance
The Consultancy/surveying firm shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall observe
sound management practices, and apply appropriate advanced technology and safe
and effective equipment, machinery, materials and methods. The
Consultancy/surveying firm shall always act, in respect of any manner relating to this
Contract or to the Services as faithful advisors to the Client, and shall at all times
support the client.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 33
Tender No. CE (P) SPK/EPC/01/2023-24

2.2 Law Governing Services


The Consultancy/surveying firm shall perform the Services in accordance with the
Applicable Law and shall take all practicable steps to ensure that any
consultancy/surveying firm, as well as the Personnel and agents of the
Consultancy/surveying firm comply with the Applicable Law. The Client shall advice
the Consultancy/surveying firm in writing of relevant local customs and the
Consultancy/surveying firm shall, after such notifications, respect such customs.
2.3 Confidentiality
The consultancy/surveying firm and the personnel of either of the shall not, either
during the term or within two (2) years after the expiration of this Contract, disclose
any proprietary or confidential information in relation to the project, the services this
Contract, the Client's business or operations without the prior written consent of the
Client.

2.4 Liability of the consultancy/surveying firm


Subject to additional provisions, if any, the Consultancy/surveying firm liability under
this Contract shall be as provided by the application Law.

2.5 Accounting, Inspection and Auditing


The consultancy/surveying firm (i) shall keep accurate and systematic accounts and
records in respect of the Services hereunder, in accordance with internationally
accepted accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including the bases of the
Consultancy/surveying firm costs and charges) and (ii) shall permit the Client or its
designated representative periodically, and up to one year from the expiration or
termination of this contact, to inspect the same and make copies thereof as well as to
have them audited by auditors appointed by the Client.

2.6 Consultancy/Surveying firm Actions requiring Client’s prior Approval


The Consultancy/Surveying firm shall obtain the Client’s prior approval in writing
before taking any of the following actions:
a) appointing such members of the personnel as are listed in Appendix-B
b) entering into subcontract for the performance of any part of the Services, it being
understood
(i) that the selection of the consultancy/surveying firm and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 34
Tender No. CE (P) SPK/EPC/01/2023-24

(ii) that the Consultancy/surveying firm shall remain fully liable for the
performance of the Services by the consultancy/surveying firm and its
Personnel pursuant to this Contract.
The Consultancy/surveying firm shall submit to the Client the reports and documents
specified in Appendix here to, in the form, in the manner and within the time periods set
forth in the said Appendix.
Documents prepared by the Consultancy/surveying firm to be the property of the client.
All survey report and other documents prepared by the Consultancy/surveying firm in
soft and hard copies in performing the services shall become and remain the property
of the Client and the Consultancy/surveying firmshall not later than upon termination
or expiration of this Contract, deliver all such documents to the client together with a
detailed inventory thereof.
3. CONSULTANCY/SURVEYING FIRMPERSONNEL
General
The Consultancy/Surveying firm shall employ and provide such qualified and
experienced Personnel as are required to carry out the Services.
4. Payment to the consultancy/surveying firm
Currency of payment
 The payment shall be made in Indian Rupees.
Mode of Billing and Payment
(a) Billing and payments in respect of the Services shall be made as follows:-

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 35
Tender No. CE (P) SPK/EPC/01/2023-24

Total No of Total No
Total No
test of Cycle
of test
S/N Description of Equipment to be Frequency of condition conducted conducted Method of
conducted Payment
o. Work used Survey
(on Yearly
(on Half in Billing
Yearly Contract
Basis)
Basis) Period
At least twice a year (As
Surface defects Network Survey per survey months On completion
1 6 5 11 100%
of pavement Vehicle (NSV) defined for the state of one Cycle
basis rainy
Falling Weight
Strength of On completion
2 Reflectometer At least once a year 6 0 6 100%
pavement
(FWD) of one Cycle
At least twice a year (As
Mobile Bridge
per survey months On completion
3 Bridges Inspection Unit 18 15 33 100%
(MBIU)
defined for the state of one Cycle
basis rainy season)
At least twice a year (As
Retro- per survey months On completion
4 Road signs 6 5 11 100%
reflectometer defined for the state of one Cycle
basis rainy season)

(i) The total length of Package is 15.800 Kms (Two Lane with Paved Shoulder).
(ii) The bridge to be test by MBIU are 1X30 M span at Km 80.587, 1X70.60 M span at Km 81.407 and 1X12 M span at Km 86.882.
(iii)The total number of tests enumerated above are tentative and may increase if required (due to rectification etc.), consultant
shall have to be perform extra tests and shall be paid accordingly as per quoted rate plus applicable escalation.

Signature of Contractor For Accepting Officer


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 36
Tender No. CE (P) SPK/EPC/01/2023-24
(a) All payments shall be made in Indian Rupees and shall be subjected to
applicable Indian laws with holding taxes if any.
(b) All payments under this contract shall be made to the account of the
consultants specified in SC.
(c) No payment shall become eligible for the next stage till the
Consultancy/Surveying firm completes to the satisfaction of the client the work
pertaining to the preceding stage.
(d) The final payment under this clause shall be made only after the final report
has been submitted by the Consultancy/ Surveying firm and approved as
satisfactory by the client.

5 Responsibility for accuracy of Project Documents


5.1 General
The Consultant shall be responsible for accuracy of the data collected by him. He
shall indemnify the Authority against any inaccuracy in the work which might
surface during data application by client. The Consultant will also be responsible
for correcting, at his own cost and risk the data deficiencies.
5.2 Retention Money
An amount equivalent to 5% of the contract value shall be retained at the end of
the contract for accuracy of data and the same will be released after 6 months
from completion of consultancy services. The retention money will however be
released by the Client on substitution by Bank Guarantee of the same amount
valid upto the period as above. Out of this 5%, 2.5% shall be in the form of Bank
Guarantee and 2.5% shall be the amount retained from Consultancy fee payable
to the Consultant.
6 Penalty
6.1 Penalty for Error/Variation
For inaccuracies in survey/investigation work the penalties shall be
imposed as per details given in Table below:

Item Penalty (% age of contract value


for the item concerned)

Data found to be varying by more than 25% on resurvey


at a later date, unless there are justifiable reasons. 10%

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 37
Tender No. CE (P) SPK/EPC/01/2023-24
6.2 Penalty for delay
In case of delay in completion of services, a penalty equal to 0.25% of the
contract price per day subject to a maximum 10% of the contract value will
be imposed. This shall apply to each cycle (i.e. yearly and half yearly).
However, in case of delay due to reasons beyond the control of the
consultant, suitable extension of time will be granted on case-to-case
basis. Total amount of recovery delay penalties shall be limited to 10% of
the Consultancy Fee.

Signature of Client Signature of Consultant

Witnesses: -Witnesses:-
1. 1.
2. 2.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 38
Tender No. CE (P) SPK/EPC/01/2023-24
PART II

CONDITIONS OF PARTICULAR APPLICATION


A. References from Clauses in Part-I
3.1 Definitions
3.1.1.1 The Project is CARRYING OUT TESTS ON COMPLETION & DURING
MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV),
FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE
INSPECTION UNIT (MBIU) &RETRO-REFLECTOMETER ETC FOR
AKHNOOR-POONCH ROAD SECTION OF NH-144A EXISTING CHAINAGE
FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM
90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND
KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK
3.1.1.8 BLANK
3.10.1 If requested by the Client, necessary certificate on physical examination and
fitness of their personnel be produced to him.

3.11 The Consultant may from time to time delegate any of the duties and
authorities vested in the Consultant to personnel approved by the Client and
he may at any time revoke such delegation. Any such delegation or revocation
shall be in writing through a “Power of Attorney” and shall not take effect until a
copy of it has been delivered to the Client. The Consultant’s delegate may at
his discretion choose not to exercise any such delegation and can refer to the
Consultant for any necessary action.
3.14 BLANK
3.15.1.1 Limit of Compensation shall be equal to the Agreement amount.
3.19 The date of commencement shall be the date of issue of “Notice to Proceed”
by the Client. The Completion date of this Agreement shall be 05 (Five) Years
+ 180 Days from the date of issue of Work Order.
3.22.2.1 Agreed compensation on account of delay by the Consultant shall be payable
@ 0.25% (Zero Point Two Five percent) per day of total lump sum fees quoted
in Financial proposal (BOQ) subject to maximum of 10% of total lump sum
fees payable under this contract.
3.28.2 Time for payment to be reckoned from the date the running bill is received
complete in all respect by the Client from the Consultant is 30 days (Thirty
days). In case of final bill, it shall be paid within 60 days (Sixty Days).
3.29 Currency of Agreement : Indian Rupee
3.30.1 The Consultants, sub-Consultants and their personnel shall pay such taxes,
duties, fees and other impositions as may be levied under the applicable Laws,
the amount of which is deemed to have been included in the Agreement price,
including the consultancy service tax payable in India.
3.33 Language(s) of the Agreement English.
Ruling Language English
Law to which Agreement is subject Indian Laws
3.34.1 No adjustment to price is admissible on any account except escalation as in
clause 2.18
3.34.1 Consultant’s Principal place of business:

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 39
Tender No. CE (P) SPK/EPC/01/2023-24
3.38 All the notices and correspondence with respect to this Agreement shall be
addressed to the ‘Nodal Officer’ as appointed by the Accepting Officer, at the
address given hereunder. Subsequent change in the address, if any, will
however be intimated separately and shall take effect accordingly. A copy of
such notices and correspondence shall also be endorsed to Accepting Officer
and Cdr35 TF, C/O 56 APO for his information at the address given below: -
Client’s address:-
(a) Commander - Cdr 35 BRTF Address
35 BRTF (GREF)
Pin 930 035
C/O 56 APO
Tele No: 01924- 252001
E mail :bro-35brtf@nic.in

b) HQ CE (P) Sampark - Accepting Officer’s Address


C/O 56 APO
Pin 931712
Tele No:0191-2484882/2480445
Fax No: 0191-2480547 ,Email: bro-spk@nic.in

Consultant’s Address………………………………………………
…………………………………………………………………………………
…………………………….
…………………………………………………………………………………
…………………………….
…………………………………………………………………………………
……………………………
Fax No. ……………………………………………………………..
Telephone No. ………………………………………………….
3.40.1 Designated representatives for amicable dispute resolution shall be:
Client’s representative Accepting Officer shall act as the Client’s
representative
Consultant’s
representative
3.41 RULES FOR ARBITRATION
If the efforts to resolve all or any of the disputes through the conciliation fail,
then such disputes shall be referred within 30 days to Arbitration in
accordance with the following provisions:
i) Matters to be arbitrated upon shall be referred to the sole Arbitrator of
an Engineer Officer to be appointed by Director General Border Roads;
or in his absence the officer officiating as the DGBR whose decision
shall be final and binding.
ii) The arbitrator shall give reasons for the award in each and every case
irrespective of the value of claims or counter claims.
iii) The award of the arbitrator shall be final and binding on both the
parties.
iv) No Suspension of Work on Account of Arbitration. The reference to
arbitration shall proceed notwithstanding that works shall not then be or
alleged to be complete, provided always that the obligations of the
Employer and the Consultant shall not be altered by reasons of
arbitration being conducted during the progress of works. Neither party

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 40
Tender No. CE (P) SPK/EPC/01/2023-24
shall be entitled to suspend the work to which the dispute relates on
account of arbitration.
v) Rules Governing the Arbitration Proceedings. The arbitration
proceedings shall be governed by Indian Arbitration and Conciliation
Act 1996, as amended from time to time including provisions in force on
Arbitration Award.
vi) Interest on Arbitration Award. Where the Arbitration Award is for
payment of money, no interest shall be payable on whole or any part of
the money for any period, till the date on which the award is made.
vii) Venue of Arbitration. The venue of Arbitration shall be place or places
as may be fixed by the arbitrator at his discretion.
viii) Jurisdiction of Court. The High Court at Jammu (Jammu & Kashmir)
shall alone have jurisdiction to decide any dispute arising out of or in
respect of this Agreement.
ix) The expenses incurred by each party in connection with preparation,
presentation etc of its proceedings as also fees and expenses paid to
the arbitrator shall be borne by each party.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 41
Tender No. CE (P) SPK/EPC/01/2023-24
PART III

TERMS OF REFERENCE
i. Project Stretches
i. Consultancy Service For Survey Works Using Network Survey Vehicle
(NSV), Falling Weight Deflectometer (FWD), Mobile Bridge Inspection Unit
(MBIU) & Retro-Reflectometer for Akhnoor-Poonch Road Section of NH-144A
Existing Chainage From Km 85.385 To Km 102.000 (Design Chainage Km
74.350 To Km 90.150) (Package-IV) in EPC Mode In Jammu and Kashmir
(UT) Under 35 BRTF/Project Sampark the project stretch with Network Survey
Vehicle (NSV), Falling Weight Deflectometer (FWD), Mobile Bridge Inspection
Unit (MBIU) & Retro-Reflectometer owned by Consultancy/Surveying firms on
following selected stretches of National Highway in J&K(UT):-
Sl. Length Period of
No. Name of Work (in Km) Assignment
Road Akhnoor-Poonch (NH-144A)
1 Package-IV (Km 74.350 to Km 90.150) 15.800 05 Years and
Six month
Total length 15.800
ii. Objective
The carrying out of condition surveys will be one of the most important and crucial
field tasks under the project. The consultancy shall carry out condition surveys
using equipment and following a frequency as defined under.

Sr. Key metrics Equipment to be


Frequency of condition survey
No. of Asset used
1 Surface Network Survey At least twice a year (As per
defects of Vehicle (NSV) survey months defined for the
pavement state basis rainy season)
2 Roughness
of pavement

3 Strength Falling Weight At least once a year


of Deflectometer
pavement (FWD)
4 Bridges Mobile Bridge At least twice a year (As per
Inspection Unit survey months defined for the
(MBIU) state basis rainy season)
5 Road signs Retro-reflectometer At least twice a year (As per
survey months defined for the
state basis rainy season)
The first equipment-based inspection shall be conducted at the time of completion
testing. The other inspections shall be conducted before and after the rainy
seasons as per the schedule defined in Annexure IV, except for FWD testing which
shall be conducted once a year.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 42
Tender No. CE (P) SPK/EPC/01/2023-24
Calibration of equipment, wherever needed, is required to be done in
presence of Competent Authority. Once approval of equipment, the settings and
a sample data set is provided by Competent Authority, network level data for
entire project stretch can be collected. Month of survey for each state has been
defined in Annexure IV of this document.
Surveying of the stretches of the National Highway at completion of the
work, through NSV to check quality road infrastructure in accordance with
Ministry's circular No. RW/NH-33044/32/2019-S&R (P&B) dated 13th November,
2019. The minimum parameter which has to be recorded using survey with NSV
in each lane, not limited to the following: -
(i) Inventory of Road;
GPS coordinates, Pavement Type, Pavement Width, Terrain, Land use,
Shoulder type and width, Drain Type and Width, Median Type and Width,
Wayside Amenities, Crash barrier, Sinages etc.
(Note-All inventory items shall be recorded both side of road and Geo-
tagged with images)
(ii) Condition of Road;
Roughness, Rutting, Distresses (Cracking, Potholes, Bleeding, Surface
failure etc.);
(Note –All inventory items shall be recorded for each lane and Geo-tagged)
iii. Scope of Services:
Network Survey Vehicle: -
(i) Measurement of pavement surface defects and roughness
• The consultancy shall use Network Survey Vehicles mounted with equipment
such as Laser based automatic crack detection, high resolution digital cameras for
RoW and pavement, high accuracy DGPS receiver and in vehicle data processing
software or better technology to accurately measure following pavement surface
properties
Surface Defect Dimension to be reported
Cracking Length
Width
Depth
Potholes Area
Depth
Raveling Indicator
%
Area
Rutting Depth
Width
Concrete Joint/ Faulting Length
Roughness IRI in both wheel paths

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 43
Tender No. CE (P) SPK/EPC/01/2023-24
• The following criteria shall be met by the process of defects detection
• Measurement of 3D road profile using such technologies as laser scanning
or other proven technologies.
• Ability to operate (collect data) at different speeds with a minimum speed of
30km/hr and upto at least 75 km/hr.
• Profile depth accuracy of0.5mm
• Capability for lane tracking to control driver wander’ and ensure high
repeatability of data between surveys.
• Measure at least 3.5m width of highway lane.
• Transverse Profile including rut depth measurement of pavement surface
widths of both carriageway and shoulders. The rut depth data must be
convertible to different straightedge lengths (1.8m to 3.5m) and meet
industry standards (ASTM E1703 /E1703M).
• Pavement images with capability to automatically identify and rate distresses
• Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reportedatleast100m
referenced to the preceding Location Reference Post (LRP). The roughness
must meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be
determined in both wheel paths.
• Ability to record images at user-defined intervals (e.g. every 5m, 10metc.)
• Minimum images resolution of1600x1200
• Outputs must include Standard JPEG image or similar industry standard
• Distance resolution of <1mm,
• Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km
distance)
• All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB,
Excel) and not require specialist software in order to view or format data
• Data should also be capable of being easily formatted into data compatible
withHDM-4
• The following are the set of deliverables which should be submitted after
completion of survey as part of Monthly Progress Report
• Raw data generated from the equipment which are part of Network Survey
covering the parameters mentioned in above table. It should also include
• Survey ID, Description, Date, Lane
• GPS referenced data for GIS mapping
• Video logging
• Pavement imagery(AVI/JPEG)
• 360 degree imagery(JPEG)
 Interpretation report covering summary of entire survey and analysis of
defects and deficiencies.
The above deliverables are indicative. Consultant shall prepare as per good
industry practice / codal provision.
Uploading of data on relevant portal or as directed by the “Nodal Officer”.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 44
Tender No. CE (P) SPK/EPC/01/2023-24
Falling Weight Deflectometer (FWD)
• Measurement of pavement strength
(i) The Consultancy firm shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer technique in accordance with
the procedure given in IRC:115-2014 (Guidelines for Structural Evaluation
and Strengthening of Flexible Road Pavements Using Falling Weight
Deflectometer (FWD) Technique) and IRC: 117-2015 (Guidelines for the
Structural Evaluation of Rigid Pavement by Falling Weight Deflectometer)
(ii) The interval at which deflection measurements are to be taken up are as per
IRC:115- 2014 / IRC:117-2015. For flexible pavements, the sample size and
the interval of the data to be collected depends on the length of the uniform
section calculated and condition of the pavement section i.e. ‘good’, ‘fair’
and ‘poor’ for each lane, established on the pavement condition data based
on the criteria ongiveninIRC:115-2014.Forrigid pavements, the deflection
data may be collected at interiors, corners, transverse joints and longitudinal
joints in the outer lanes at intervals as specified inIRC:117-2015.
(iii) The following are the set of deliverables which should be submitted after
completion of inspection test.

 Data report covering following parameters


o Deflection Bowl (Transient Deflections at seven different
points)
o Corrected Elastic Modulus BituminousE1
o Corrected Elastic Modulus GranularE2
o Corrected Elastic Modulus SubgradeE3
o Subgrade CBR
 Interpretation report covering summary of entire survey results and
analysis of key parameters
 Uploading of data on relevant portal or as directed by the “Nodal
Officer”.
Mobile Bridge Inspection Unit (MBIU)

• The Consultancy firm shall carry out the condition and structural
assessment survey of the bridges in accordance with IRC-SP; 35 with the
use of Mobile Bridge Inspection unit (MBIU) or better technology.
(i) The following criteria shall be met by the process of bridge condition
assessment
o Automatic folding and unfolding of platform
o 90 degree rotation of platform
o Sufficient safety features to be incorporated such as dedicated
power supply, emergency cut off system, etc
o Complete access to hidden parts of the bridge by the raters

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 45
Tender No. CE (P) SPK/EPC/01/2023-24
(ii) Detailed bridge inspection report shall be submitted as per the Inspection
Proforma provided in IRC-SP35
Uploading of data on relevant portal or as directed by the “Nodal Officer”.
Measurement of Retro-Reflection of Road signs
(i) The Consultancy firm shall measure Coefficient or retro-reflected
luminance RA (night time retro reflection) of road traffic signs using a
portable retro-reflectometer.
(ii) The following criteria shall be met by the process of road signs retro-
reflection measurement

 Measurement of retro-reflective signs shall be conducted in


accordance with ASTM E1709 and ASTM E2540
 Measurement time after pressing trigger shall be less than or equal
to 1sec
 Observation angle adjustment from 0.2 degrees to 2.0degrees
 Entrance angle adjustment from -45 degrees to +45degrees
 Self-contained commercially available battery
 Inbuilt data storage of at least 2,000 measurements so that data
transfer requirement is minimized while the survey is being
conducted
 Interface for transferring data from device to Computer
 Built in GPS to capture GPS coordinates of road sign
 Range shall be at least 0-2000cd/lx/m2
(iii) The following are the set of deliverables which should be submitted after
completion of survey.

 System generated coefficient of retro reflected luminance R A (night


time retro reflection) of all road signs
 Interpretation report covering analysis of road signs falling in different
range of RA and actions to betaken
Uploading of data on relevant portal or as directed by the “Nodal Officer”.
iv. Commencement Meeting
After getting issued the work order, Consultancy/Surveying firms who owns the
Network Survey Vehicle (NSV), Falling Weight Deflectometer (FWD), Mobile
Bridge Inspection Unit (MBIU) & Retro-Reflectometer shall visit the site with due
diligence and get acquainted themselves with the existing site conditions. A
commencement meeting with the participation of firm’s representative/road
survey expert and client has to be organized to understand the context of
surveying on project stretch, to understand site conditions.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 46
Tender No. CE (P) SPK/EPC/01/2023-24
v. Completion Meeting at each cycle of test
After getting prepared and submitting the Survey Report to the Authority/ Client,
a completion meeting with the participation of the Surveying / Consultancy firm
will be organized in which survey report, observation and perspective of the
surveying firm/consultancy could be explained and discussed to understand the
constraints and view of the client on the requirements with respect to circular
issued by MoRT&H vide No. RW/NH-33044/32/2019-S&R (P&B) dated 13th
November, 2019.
vi. Consultancy/Survey firm's response on client observations on
Survey recommendation: Client will furnish the consultancy/surveying firm
with their observation/views on survey report within 5 days of submission of
Survey Report. The Consultancy/ Surveying firm shall furnish to the client within
5 days of furnishing the observation /view of client on survey report, a
supplementary survey report incorporating consultancy/surveying firm response
on observation/ view of client on recommendation. Final survey report shall be
sum of originally submitted survey report (Consultancy/Surveying firm's
recommendations) and supplementary survey report.
vii. Deliverables
The final Survey Report shall consist of five hard copies and soft copies of
the following:-
The minimum parameter which has to be recorded using survey with NSV
in each lane, not limited to the following:
(i) Inventory of Road;
GPS co-ordinates, Pavement Type, Pavement Width, Terrain, Land use,
Shoulder type and width, Drain Type and Width, Median Type and Width,
Wayside Amenities, Crash barrier, Sinages etc.
(Note- All inventory items shall be recorded both side of road and Geo-
tagged with images)
(ii) Condition of Road;
Roughness, Rutting, Distresses (Cracking, Potholes, Bleeding, Surface
failure etc.);
(Note –All inventory items shall be recorded for each lane and Geo-tagged)

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 47
Tender No. CE (P) SPK/EPC/01/2023-24
(iii)
Sr. Key metrics Equipment to be
Frequency of condition survey
No. of Asset used
1 Surface Network Survey At least twice a year (As per
defects of Vehicle (NSV) survey months defined for the
pavement state basis rainy season, To be
done 11 times at frequency of
2 Roughness Yearly / Half Yearly covering entire
of pavement length & all lanes as per
specification in Bid Document, as
per good industry practice / as per
codal provision)

3 Strength Falling Weight At least once a year (To be done 06


of Deflectometer times at frequency of Yearly
pavement (FWD) covering entire length (Four
locations in every Km) & all lanes
as per specification in Bid
Document, as per good industry
practice / as per codal provision)
4 Bridges Mobile Bridge At least twice a year (As per
Inspection Unit survey months defined for the
(MBU) state basis rainy season, To be
done 33 times at frequency of
Yearly / Half Yearly covering all
MNB and MJB as per specification
in Bid Document, as per good
industry practice / as per codal
provision)
5 Road signs Retro-reflectometer At least twice a year (As per
survey months defined for the
state basis rainy season, To be
done 11 times at frequency of
Yearly / Half Yearly covering entire
length & all lanes as per
specification in Bid Document, as
per good industry practice / as per
codal provision)
viii. Time Schedules
1. Commencement of services within 10 days of Work Order.
2. Commencement Meeting within 03 Days from Commencement of
services i.e. the commencement meeting within 13 days from date of
Issue of Work Order.
3. Submission of Survey Report within 05 days from the day of
commencement meeting or 18 Days from the issue of the Work Order.
4. Clients Observation/View if any within 05 days from date of
submission of Survey Report i.e. within 23 days from issue of Work Order.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 48
Tender No. CE (P) SPK/EPC/01/2023-24
5. Submission of supplementary Survey Report within 03 days
submission of client’s observations/view or within 26 Days from issue of
Work Order.
6. Submission of Final Survey Reportwithin04 days i.e. within 30 days
from the date of Issuance of Work Order.

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 49
Tender No. CE (P) SPK/EPC/01/2023-24
Appendix ‘A’
(TO BE SUBMITTED BY L1 BIDDER)
NEFT/RTGS MANDATE FORM

(1) Name of firm/contractor as per


account in the Bank

(2) Beneficiary’s Account Number


(As appearing on the Cheque
Book)

(3) Name of Bank where a/c is held

(4) Name of Branch

(5) Address of Branch

(6) Telephone No. of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of


the Bank & Branch

(9) E-Mail ID of Contractor

Note Please attach a blank cancelled cheque for verification of the above
particulars.
I, hereby, declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected due to incomplete or incorrect information of the
bank details, I will not hold the payment releasing authority responsible for it.

Dated : Signature of the contractor (Seal)

CERTIFICATE BY BANK

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

Seal of Bank Signature of the branch manager of


the Bank
Dated:-_________

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 50
Tender No. CE (P) SPK/EPC/01/2023-24
Appendix ‘B’

TENDER CONDITIONS ACCEPTANCE LETTER

(On Stamp Paper duly notarized)


Date:
To,

The Chief Engineer,


Project Sampark,
C/O 56 APO

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No. :CE (P) SPK/EPC/01/2023-24

NAME OF WORK“CARRYING OUT TESTS ON COMPLETION & DURING MAINTENANCE


PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING WEIGHT DEFLECTOMETER
(FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU) &RETRO-REFLECTOMETER ETC FOR
AKHNOOR-POONCH ROAD SECTION OF NH-144A EXISTING CHAINAGE FROM KM 85.385
TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED
(MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”

Dear Sir,

1. I/ We have download / obtained the tender document(s) for the above mentioned
‘Tender / Work’ from the web site(s) namely:
__________________________________________________________________________
____________________________________________________

2. I/We hereby certify that I/We have read entire terms and conditions of the tender
documents from Page No. 01 to 67 (including all documents like annexure), schedule(s),
etc.,), which form part of the Contract Agreement and I/We shall abide hereby the terms /
conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department /organization to


have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirely.

5. In case any provisions of this tender are found violated, your department /
organization shall be at liberty to reject this tender / bid including the forfeiture of the full said
Bid Security deposit absolutely and we shall not have any claim / right against deptt in
satisfaction of this condition.

Yours faithfully
_________________________________
(Signed by an Authorized Officer of the Firm)
____________________
Name of Contractor
_____________________
Name of Firm along with seal of firm
____________
Date

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 51
Tender No. CE (P) SPK/EPC/01/2023-24

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby undertake that our firm M/s ___________ _________
__________ agree to abide by Terms and conditions of Tender No. CE (P)
SPK/EPC/01/2023-24 for “NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION
& DURING MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV),
FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT
(MBIU) &RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION
OF NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN
JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK’’

from page No. _______to __________ is advertised the CPPP site


http://eprocure.gov.in/eprocure/app and it shall be binding on us and may be accepted at
any time before the expiration of that tender condition.

______________________________________
(Signed by an Authorized Officer of the Firm)

_____________________
Title of Officer

_____________________
Name of Firm

____________
Date

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 52
Tender No. CE (P) SPK/EPC/01/2023-24

Appendix ‘C’

BID SECURING DECLARATION

I hereby submit a declaration that the bid submitted by the undersigned, on


behalf of the bidder, (Name of the bidder), either sole or in JV, shall not be withdrawn
or modified during the period of validity i.e not less than 180 (one hundred eighty)
days from the bid due date.

I, on behalf of the bidder, (Name of the bidder), also accept the fact that in case
the bid is withdrawn or modified during the period of its validity or if we fail to sign
the contract in case the work is awarded to us or we fail to submit a performance
security before the deadline defined in the request for bid documents, the bidder will
be suspended for participation in the tendering process for the work of
BRO/MoRT&H/NHAI/NHIDCL/Any other Govt. Deptt and work under other centrally
sponsored schemes, for a period of one year from the bid due date of this work.

(Signature of the Authorised Signatory)


(Official-Seal)

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 53
Tender No. CE (P) SPK/EPC/01/2023-24

CLAUSE FOR PREFERENCE TO MAKE IN INDIA REQUIREMENTS

1. The minimum local content, the margin of purchase preference and the procedure
for preference to Make in India shall be as defined and specified in Govt of India, Ministry of
Commerce & Industry, Department of promotion and Industrial trade (Public Procurement
section) order No. P-4501/2/2017-PP (BE-II) Dated 16 Sep 2020. The bidder shall submit
certificate towards local content either by them or by a charted accountant (for works more
than 10 Cr) as specified in ibid Ministry of Commerce & Industry Order No. P-45021/2/2017-
BE-II dated 15 Jun 2017 and P-45021/2/2017-PP (BE-II) Dated 16 Sep 2020.

2. Accordingly, The firm has to submit an undertaking that the goods, services or
works involved for procurement will have minimum 50% local content as required for
eligibility for “Class-I local supplier” and minimum 20 % of local contents required for
eligibility under “Class II local supplier” under “Preference to Make in India” order referred
above.( Self declaration is required for value of works upto 10 Cr & declaration by a
chartered accountant for value of works more than 10 Cr)

3. Bidder is also advised to read the contents of letters cited at para (1) above and
make themselves fully aware of the provisions.

(Signature of the Authorised Signatory)


(Official-Seal)

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 54
Tender No. CE (P) SPK/EPC/01/2023-24

UNDERTAKING
LOCAL CONTENT PREFERENCE TO MAKE IN INDIA

I, undersigned do hereby undertake that our firm


__________________________________________ , agree to abide by the terms &
conditions as defined & specified in Govt of India, Ministry of Commerce and Industry,
Department for promotion of Industry and internal trade (Public procurement Section), firm
Order No. P-45021/2/2017-PP (BE-II) dated 16 Sep 2020 while executing contract under
CA No. CE(P) SPK/EPC/ /2023-24 for “CARRYING OUT TESTS ON COMPLETION &
DURING MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING
WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU) & RETRO-
REFLECTOMETERETC FOR AKHNOOR-POONCH ROAD SECTION OF NH-144A EXISTING
CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM 90.150)
(PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER 35
BRTF/PROJECT SAMPARK”

I also undertake thet the goods , services or works involved for procurement
will have minimum 85% local content as required for eligibility for :” Class-I local supplier”
under the Govt of India “Preference to Make in India” order referred above.

(Signature of Authorised signatory)

(Official Seal)

Dated:

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 55
Tender No. CE (P) SPK/EPC/01/2023-24

BORDER ROADS ORGANISATION

MINISTRY OF DEFENCE, GOVT OF INDIA

HEADQUARTERS CHIEF ENGINEER PROJECT SAMPARK

NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION & DURING


MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING
WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU)
&RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF NH-
144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM
74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND
KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK’’

Part - II (FINANCIAL BID)

The following shall form part of this contract agreement: -

Document annexed hereto

S/No Particulars Page No

1. Contents 55

2. Schedule ‘A’ (Notes) 56-57

3. Schedule ‘A’ 58-59

Schedule ‘B, C , D, Tender & 60-64


4.
Acceptance

Instructions to bidder for online bid


5 submission 65-67

Total 13 Nos (Pages)

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 56
Tender No. CE (P) SPK/EPC/01/2023-24

SCHEDULE - ‘A’ NOTES

(LIST OF WORKS AND PRICES)

TENDER FOR: NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION &


DURING MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV),
FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT
(MBIU) &RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION
OF NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN
JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”

Notes: -

1. Quantity shown Schedule “A” is approximate and is inserted as guide only. These
shall, however, not be varied beyond the limits laid down in condition.

2. The rates and amount of items shown in schedule “A” are to be filled in by the
Bidders in Item Rate BOQ online only. The rates shall be filled both in figures only.

3. Period of completion: - The entire works of Schedule “A” under this contract shall
be completed within 05½ Years (Five Years and Six Months) from the date of
commencement of work as per Work Order No. 1, which will be generally within one month
of the date of issue of acceptance letter.

4. The rates to be quoted by the Bidders in this 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 document and for the full, entire and final completion of the work in accordance
with the provision of these tender documents.

5. The rates quoted by the contractor shall be exclusive of all taxes.

6. The rates to be quoted by the Bidders 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 Nodal Officer and the Contractor as to what constitutes a minor detail of
construction, the decision of Accepting Officer shall be final and binding.

7. Rates to be quoted by the contractors shall be deemed to include for all items of work
as described.

8. The amount of contract is not firm but shall be treated as the contract sum.

9. Work shall be executed on AKHNOOR-POONCH ROAD SECTION OF NH-144A


EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM
74.350 TO KM 90.150) (PACKAGE-IV).

(Signature of Contractor) (For Accepting Officer)


CA NO. CE (P) SPK/ / 2023-24 Srl Page No. 57
Tender No. CE (P) SPK/EPC/01/2023-24
10. Measurements of work done shall be as per units of items given in Schedule ‘A’ and
this mode of measurement shall be taken as per Clause 113 of MORT&H Specification (Vth
revision). The rate be quoted considering Clause 114 of MORT&H Specifications (Vth
revision).

11. The works under this contract will be carried out within the working hours as per the
directions of Accepting Officer or the officer so detailed by him for administration of this
contract.

12. The security will be arranged by the contractor 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, veh/eqpt/plant of contractor during execution of work or
on any account.

13. Site for execution of work shall be handed over on date of commencement of the
work as indicated in the work order No 1. In case it is not possible for the department to
hand over the entire site on the date of commencement and certain portion of the site is
handed over later on then contractor shall make his planning/deployment of resources
accordingly and no claims of whatsoever nature on this account shall be entertained.

14. The tender will be considered for acceptance as a whole and not in parts.

15. The rates shall be filled in figures only in the provided column in Item Rate BOQ
online given in Excel sheet. The schedule “A” given in Page No. 58-59 is reference only.

(Signature of Contractor) (For Accepting Officer)


CA No CE(P) SPK/ /2023-24 Srl Page No 58
Tender No CE(P) SPK/ 01/2023-24
IAFW-2159 Revised 1947

SCHEDULE ‘A’ (CONTINUED) / ITEM RATE BOQ


Tender Inviting Authority : Chief Engineer (P) Sampark, C/O 56 APO

Name of Work: “CARRYING OUT TESTS ON COMPLETION & DURING MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV),
FALLING WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU) & RETRO-REFLECTOMETERETC FOR AKHNOOR-
POONCH ROAD SECTION OF NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM 74.350 TO KM
90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”: TENDER NO.
CE (P) SPK/EPC/01/2023-24”
Tender No: CE (P) SPK/EPC/01/2023-24 Period of Completion : Five Years Six Months (2005 days) from the date of
commencement as indicated in Work Order.
Name of the Bidder/ Bidding Firm / Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else
the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
NUMBE TEXT # NUMBER TEXT # NUMBER # NUMBER # TEXT #
R# #
Sl. Item Description Quantity Units BASIC RATE TOTAL TOTAL
No. In Figures AMOUNT AMOUNT In
Excluding all (Excluding Words
Taxes To be all Taxes) (Excluding all
entered by the in Taxes)
Bidder in Rs. P in
Rs. P Rs. P
1 2 4 5 7 9 10
1.00 CARRYING OUT TESTS ON COMPLETION & DURING
MAINTENANCE PERIOD USING NETWORK SURVEY
VEHICLE (NSV), FALLING WEIGHT DEFLECTOMETER
(FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU) &
RETRO-REFLECTOMETERETC FOR AKHNOOR-POONCH
ROAD SECTION OF NH-144A EXISTING CHAINAGE
FROM KM 85.385 TO KM 102.000 (DESIGN CHAINAGE KM
74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED
(MORT&H WORK) IN JAMMU AND KASHMIR (UT) UNDER
35 BRTF/PROJECT SAMPARK
Signature of contractor For Accepting Officer
CA No CE(P) SPK/ /2023-24 Srl Page No 59
Tender No CE(P) SPK/ 01/2023-24

1.01 Surface defects of pavement and Roughness of 11.00 Times 0.00 INR Zero Only
pavement with Network Survey Vehicle (NSV),
covering entire length & all lanes as per specification in
Bid Document / as per good industry practice / as per
codal provision)
1.02 Strength of pavement with Falling Weight 6.00 Times 0.00 INR Zero Only
Deflectometer (FWD), covering entire length (Minimum
Four locations in every Km) & all lanes as per
specification in Bid Document / as per good industry
practice / as per codal provision)
1.03 Inspection of Testing of Bridges with Mobile Bridge 33.00 Times 0.00 INR Zero Only
Inspection Unit (MBIU), covering all MNB and MJB as
per specification in Bid Document / as per good
industry practice / as per codal provision)
1.04 Inspection / Testing of Road signs etc with Retro- 11.00 Times 0.00 INR Zero Only
reflectometer, covering entire length & all lanes as per
specification in Bid Document, as per good industry
practice / as per codal provision)
Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 60
Tender No CE (P) SPK/01/2023-24

SCHEDULE – ‘B’

ISSUE OF MATERIAL TO THE CONTRACTOR


(See Condition 10 of General conditions of Contracts)

NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION & DURING


MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING
WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU)
&RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF
NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK)
IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”

Srl Particulars Rate at which Material Place of issue by Remark


No. will name s
be issued to the
contractor
Unit Rate
1 2 3 4 5 6

- NIL -
_____________________________________________________________________

Notes:-

1. This schedule consists of NIL items only.

Dated Dated

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 61
Tender No CE (P) SPK/01/2023-24

SCHEDULE – ‘C’

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL BE HIRED
BY THE CONTRACTOR

NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION & DURING


MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING
WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU)
&RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF
NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK)
IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”

Srl No Quantity/ Details of Hire charges Stand by Place of Remarks


. Particulars crew per unit per charges per issue by
supplied working day unit per off name
day
1 2 3 4 5 6 7

-NIL-

Dated
Dated

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 62
Tender No CE (P) SPK/01/2023-24

SCHEDULE – ‘D’

TRANSPORT TO BE HIRED BY THE CONTRACTOR

NAME OF WORK: “CARRYING OUT TESTS ON COMPLETION & DURING


MAINTENANCE PERIOD USING NETWORK SURVEY VEHICLE (NSV), FALLING
WEIGHT DEFLECTOMETER (FWD), MOBILE BRIDGE INSPECTION UNIT (MBIU)
&RETRO-REFLECTOMETER ETC FOR AKHNOOR-POONCH ROAD SECTION OF
NH-144A EXISTING CHAINAGE FROM KM 85.385 TO KM 102.000 (DESIGN
CHAINAGE KM 74.350 TO KM 90.150) (PACKAGE-IV) EXECUTED (MORT&H WORK)
IN JAMMU AND KASHMIR (UT) UNDER 35 BRTF/PROJECT SAMPARK”

Srl No Quantity/Particulars Rate per unit per working Place of Remarks


day issue

1 2 3 4 5

- NIL -

Dated _ Dated

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 63
Tender No CE (P) SPK/01/2023-24

TENDER

1. The President of India.

2. Having examined and perused the following documents forming part of tender
documents:-

(a) Particular/technical specifications (Part-I, II & III).


(b) Ministry of Road Transport & Highways (MoRT&H) specifications
for Road and Bridge works (latest revision) published by Indian Road
Congress, New Delhi.
(c) Drawings detailed in the list of drawings/ specifications/ other
tender documents.
(d) Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto
(e) Special Conditions of the Contract
(f) General Conditions of Contracts.
(g) All other documents forming part of tender documents Should this
tender be accepted, I/we agree:-

(a) That the sum Rs. 60,276/- (Rupees Sixty Thousand Two Hundred
Seventy Six Only) forwarded as Bid Security shall either be retained as part of
the security deposit or be refunded on receipt of the appropriate amount of
Performance Security deposit within the time specified.

(b) To execute all the works referred to in the said documents upon the terms
and conditions contained referred to therein at the item rates continued in the
aforesaid Schedule ‘A’ 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 dispute with
PSC and or PSU the same will be referred to a Sole Arbitrator to be appointed by
Secretary, Bureau of Public Sector Enterprises.

Signature of Contractor

In the Capacity of_

Duly authorized to sign the tender for and on behalf of


(INBLOCKCAPITALS) _
Dated:

Witness_ _

Signature & Name Postal Address _

Address Telephone No

Name_ Telegraphic Address

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 64
Tender No CE (P) SPK/01/2023-24

ACCEPTANCE

alterations have been made in this document and as evidence that these
alterations were made before the execution of this contract agreement, they are/have
been initialed by the contractor and Dir (Contracts)/SO-1(EPC) of HQ CE (P) Sampark,
C/O 56 APO. The said officer (s) is/are hereby authorized to sign and initial on my
behalf, the documents forming part of contract.

The above tender is accepted by me on day of 2023 on


behalf of the President of India for the contract sum of
Rs._____________________________(Rupees __________________only) at
the item rates quoted in Schedule ‘A’.

Signature dated the _day of_ _2023

Chief Engineer
Project Sampark
Accepting Officer
For and on behalf of President
of India

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 65
Tender No CE (P) SPK/01/2023-24

INSTRUCTIONS TO BIDDER FOR ONLINE BID SUBMISSION

Instructions to the Bidders to submit the bids online through the Central
Public Procurement Portal website for e-Procurement
athttps://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) Then the Digital Signature Certificate (Class II or Class III Certificates with
signing key usage) issued by SIFY/TCS/n-Code/e-Mudra or any Certifying Authority
recognized by CCA India on e-Token/Smart Card, 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 document/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 thro’ the tender
site, or thro’ 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 logs 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 e-Token/Smart Card 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 document/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.

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 66
Tender No CE (P) SPK/01/2023-24

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 BID SECURITY as specified in the tender. The
original should be posted/couriered/given in person to the Tender Inviting Authority,
within the 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.
(j) The bidder has to select the payment option as offline to pay the BID
SECURITY as applicable and enter details of the instruments.
(s) 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.
(t) 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.
(u) 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.
(v) 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.
(w) 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.
(x) After the bid submission (i.e. 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.

Signature of contractor For Accepting Officer


CA No CE (P) SPK/ / 2023-24 Srl Page No 67
Tender No CE (P) SPK/01/2023-24

(y) 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.
(z) 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.
(aa) 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.
(ab) 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.
(ac) 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.
(ad) For any queries regarding e-tendering process, the bidders are requested to
contact as provided in the tender document. Parallel for any further queries, the
bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to –
cppp-nic@nic.in.
(ae) Above details are just to help bidders in e-tendering process, Tender
inviting authorizes shall not be responsible for any technical problems faced
by bidder due to any change in above information’s by NIC.

Signature of contractor For Accepting Officer

You might also like