0% found this document useful (0 votes)
55 views75 pages

DTCN

The document outlines the bidding process for flooring work at the Tribal Museum in Rourkela, including key dates, eligibility criteria, and required documentation. It specifies the estimated cost, bid submission details, and the responsibilities of bidders. The bid is open to registered civil contractors and requires compliance with various regulations and submission of necessary certificates.

Uploaded by

Anup Mallick
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
55 views75 pages

DTCN

The document outlines the bidding process for flooring work at the Tribal Museum in Rourkela, including key dates, eligibility criteria, and required documentation. It specifies the estimated cost, bid submission details, and the responsibilities of bidders. The bid is open to registered civil contractors and requires compliance with various regulations and submission of necessary certificates.

Uploaded by

Anup Mallick
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

BID DOCUMENT

Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis.

2022 –23

November– 2022

Rourkela Smart City Limited


1st Floor, RMC City library Udit Nagar,
Rourkela-769012

Rourkela Smart City Ltd Page 1


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Sl. No. CONTENTS PAGES

1 Instruction to the Bidders 6-24

2. Detailed Tender Call Notice (DTCN) 25-39

3 Eligibility Criteria 40-68

4. Scope of Work and Technical Specifications 69-101

5 Procedure under E-Tendering 102-105


Excel
6 BOQ Copy
Attache
d

7 Drawings Pdf

Rourkela Smart City Ltd Page 2


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

INVITATION FOR BIDS (IFB)


NATIONAL COMPETITIVE BIDDING

Bid Id No. RSCL/2182/2022/Dated 11/11/2022


NATIONAL COMPETITIVE BIDDING
(CIVIL WORKS)
Flooring Work of Tribal Museum (rOURkela-One) in Rourkela
on Percentage Rate Basis

Date of Invitation of Bid 11/11/2022


Pre- bid 19/11/2022 at 12:30 Hrs.
Last date and time for 22/11/2022 at 17:00 Hrs.
receipt of bids
Last date of Physical 22/11/2022 at 15:00 Hrs.
Submission of Bid
Time and date of opening 23/11/2022 at 16:00 Hrs.
of bids
Place of Sale/Receiving of Online mode only
bids
Officer inviting bids The Chief Executive Officer , Rourkela Smart City Limited,
Rourkela, Odisha
Officer of Accepting The General Manager(E&T),Rourkela Smart City
bids Limited, Rourkela, Odisha

Rourkela Smart City Ltd Page 3


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

CHECK LIST TO BE ENSURED BY THE BIDDER

S.No. Particular Reference Whether Reference


to to Page
DTCN no.
Clause
Yes No

01 Cost of tender paper Rs.11,800/- Including GST No.4 &


(Scanned copy of financial instrument shall be 5(i)
furnished)

02 E.M.D /Bid Security Declaration No.5(i) & 20

03 Copy of valid Registration Certificate No.5 (i) & 21

04 Copy of PAN Card No.5 (i) & 21

05 Turn over certificate No. 111 (h)

06 No Relationship Certificate in Schedule – A No.35

07 Information regarding current litigation, debarring No.49


/expelling of the tender or abandonment of the
work by the tenderer (Schedule-D)
08 Affidavit (Schedule-E) No.49
09 Works Experience : List of projects under Schedule-B & Schedule -C
execution/ executed that are similar in nature to
the work
10 M.O.U. (Memorandum of Understanding duly No. 8 & Schedule – J -NA
notarized)
with eligible registered electrical contractor
having valid M.V. license;

11 Affidavit for Eligible Class of Contractor e-mail Schedule K to


ID Schedule-O
& Contact no

Rourkela Smart City Ltd Page 4


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

CONTRACT DATA
A.GENERAL INFORMATIONS

S. No. Item Detail


1 Name of Work Flooring Work of Tribal Museum (rOURkela-One) in
Rourkela on Percentage Rate Basis

2 Employer Rourkela Smart City Limited

3 Employer’s The Chief Executive Officer


Representative
4 Estimated Cost Rs.80,96,828/- (Rs. Eighty Lakhs Ninety Six thousand
,Eight hundered and Twenty Eight Only)
B. BID INFORMATION
5 Intended completion period/Time One (1.0) Calendar Months
period assigned for Completion
6 Last Date & time of online submission Date: 22/11/2022.
of Bid Time 17:00 hours
7 Cost of Bid Document
i Bank draft amount Rs.11,800/- Including GST

ii in favour of RSCL(Smart City Mission Grant Fund)

iii payable at Rourkela

8 Earnest Money Deposited


i In Form of Bid Security As per Annexure-II
Declaration
ii In favour of NA
iii payable at NA
iv Type of instrument As specified in the bid document
9 Period of submission of original Bid security Date: 11/11/2022 to 2 3 /11/2022 15:00
Declaration and Demand draft towards cost of Hours
Bid documents in the office of the Chief
Executive Officer, Rourkela Smart City Ltd,
Rourkela
10 Bid validity period 90 days
11 Currency of Contract Indian Rupee
12 Language of Contract English
13 Retention Money 5(five)%

Rourkela Smart City Ltd Page 5


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Instruction to Bidders (ITB) e- procurement


(Relevant clauses in the DTCN/Bid document shall be superseded)

1. NOTICE INVITING BID AND OBTAINING BID DOCUMENTS:

1.1. The authority belonging to the major discipline is competent to invite tender
of composite bids. He w i l l also nominate the G M (E &T), Rourkela Smart City
Limited, who will deal with all matters rela tin g to the bids in the invitation of bids.

1.2. For composite tender, estimated cost of each component should be clearly
indicated in addition to combined estimated cost put to tender. The eligibility of
bidders will correspond t o the e combined estimated cost o f different components

1.3. The contractor shall comply with the provisions of the Apprentices Act 1961, and
the rules / amendments issued there under from time to time. If he fails to do so, it
will be considered a breach of the contract and the GM (E&T) may at his discretion
Without prejudice t o a n y o t h e r right or remed y available under law, c a n c e l
the contract. The contractor shall also be liable for any pecuniaryy liability arising
on account of any violation of the provisions of the said Act by him.
1.4. The contractor shall be deemed to have satisfied himself as to the correctness and
sufficiency of the Tender and of the rates and prices quoted in the Bill of
Quantities, all of which shall, except in so far as it is otherwise provided in
the Contract, cover all his obligations under the Contract (including those in
respect of the supply of goods, materials, plant & services or of contingencies for
which there is a Provisional Sum) and all matters and things necessary for
the proper execution and completion of the work and the remedying of any defects
therein.
1.5. The suc ce ssfu l bidder shall complete the works by the i n t e n d e d completion date
specified in the Contract data.
1.6. Throughout these bidding documents, the terms “bid and tender” EMD and Bid
Security Declaration and their derivatives (bidder / tenderer, bidding / tendering, etc.)
are synonymous.
1.7. In case the tender for composite work includes in addition to main work / building
work all other ancillary works such as sanitary and water supply installations
drainage installation, electrical work, horticulture work, roads, paths ,sculpture and
mural paintings etc. , the bidder apart from being a registered civil Contractor of
appropriate class must associate himself with agencies of appropriate class those
who is eligible to tender for sanitary and water supply drainage, electrical ,
horticulture works, artistic & sculpture works in the composite tender. Intending
Employers are not required to produce any documents viz. copy of Registration,
PAN at the time of purchase of tender documents but will be required for
verification purpose at later stage.
1.8. PARTICIPATING IN THE BID IN THE E-PROCUREMENT PORTAL: The
Contractor/ Bidder intending to participate in the bid is required to register in the

Rourkela Smart City Ltd Page 6


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Portal with some information about the firm/Contractor. This is a onetime activity
for registering in Portal. During registration, the c o n t r a c t o r has to attach a D i g i t a l
Signature Certificate (DSC) to his / her unique user I D . The DSC used m u s t be of
appropriate class (Class II or Class III) issued from
a registered Certifying Authority such as n-Code, Sify, TCS, MTNL e-Mudra etc.
1.8.1 To log on to the portal the Contractor/Bidder is required to type his/her
username and password. The system w i l l again ask to select the DSC and
confirm it with the password of DSC. For each login, a user’s DSC will
validated against its date of validity and also against the Certificate
Revocation List (CRL) of respective CAs stored in system database. The
system checks the unique ID, password and DSC combination a n d
authenticates the login process for use of portal.
1.8.2 The tender documents u p l o a d e d b y th e Tender Inviting Officer i n
Website www.tendersodisha.gov.in, will appear in t h e section o f
Upcoming Tender” before the due date o f tender sale. Once the due date has
arrived, the tender will move to “Active Tender” Section of the
homepage. Only a s m a l l notification will be published in the newspaper
specifying the work details along with mention of the specific website for
details. The publication of the tender will be for specific period of time till
the last date of submission of bids as mentioned in the ‘Invitation for Bid’
after which the same will be removed from the list of Active tenders. Any
bidder can view or down load the bid documents from the web site.
1.8.3 Contractor exempted from payment of EMD/ Bid security Declaration will be
able to participate the tender directly by uploading documentary
evidences towards his eligibility for such exemption.
1.8.4 If the software application has t h e provision of payment of cost o f tender
document through payment gateways of authorized bankers by directly
debiting the account of the bidders, bidders will be required to avail on-line
payment.
1.9 The bidder intending to participate in the bid on-line shall prepare the bid security
declaration and demand draft towards cost of bid as per IFB (except for
exempted contractors) and up load the scanned copy of the draft and bid
security declaration to the portal against the bid where he is participating and
the original shall be deposited to the tender inviting officer within the period
specified in the “contract data”. If the Bidder fails to deposit the original bid
security declaration and demand draft towards cost of bid within the stipulated
time his bid shall be rejected and action as per prevailing rule shall be taken.
1.10 In the case of any failure, malfunction, or breakdown of the electronic system
used during the e-procurement process, the tender inviting officer shall not
accept any responsibility for failures or breakdowns other than in those
systems strictly within their own control.

1.11 Any third party/company/person under a service contract for operation of


e- procurement system in the State or his/their subsidiaries or their parent
companies shall be ineligible to participate in the procurement processes
that are undertaken through the e-procurement system irrespective of who

Rourkela Smart City Ltd Page 7


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
operates the system.

2. ELIGIBLE BIDDERS:
2.1 This Bid is open to all Land Scape Development Agencies / Firms / Architect
Firm/Civil Contractor of B Class & A C l ass contractors as per OPWD Code,
registered with the State Governments and Contractors of Equivalent Grade/
Class Registered with Central Government/ MES/ Railways for execution of civil works.
The Bidders are required to enclose the proof of registration from the registering
authority along with the Bid subject only the registration in the portal using his/her DSC
for on-line bids.
Contractors not registered with Govt. of Odisha can participate in the e-
procurement after necessary enrolment in the portal but have to subsequently
register themselves with the appropriate registering authority of the state Govt.
before award of the work as per prevalent registration norms of the state.
2.2 All bidders shall provide a statement that th e bidder is neither associated, nor has
been associated, directly or indirectly, with the Consultant or any other entity that has
prepared the design, specifications, and other documents for the Project or being
proposed as Project Manager for the Contract. A firm that has been engaged by
the Engineer-in-Charge to provide consulting services for the preparation
or supervision of the works, and any of its affiliates shall not be eligible to bid.
2.3 If the bidder has a relative employed as an Officer in the rank of an Assistant
Engineer/Under Secretary and above in the Government of Odisha in the
concerned Department, he shall inform the same in Schedule-G of the bid
document mentioning the exact details in a covering letter along with the tender, failing
which his bid will not be considered. Also, if the fact of relationship
subsequently comes t o light, h i s c o n t r a c t will be r e s c i n d e d . The bid security
declaration or the performance security will be forfeited, and he shall be liable to make good
a n y loss or damage resulting from such cancellation. In case the bidder has no relationship
with any of the officers mentioned above he shall have to furnish with his bid an
undertaking to that effect.

2.4 He shall also intimate the names of persons who are working with him in any capacity
or are subsequently employed by him and who are near relatives to any gazetted officer
in the concerned Department. Any breach of this condition by the contractor would render
him liable for penal action for suppression of facts.
2.5 No Engineer of gazetted rank or other gazetted officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of Odisha is
allowed to work for contractor for a period of two years after his retirement from
Government service, without prior permission of the Government of Odisha in writing.
Such a contract is liable to be cancelled if either the contractor or any of his employees
is found any time to be such a person who had not obtained the permission of the
Government of Odisha as aforesaid before submission of the tender for engagement
in the contractor’s service.

Rourkela Smart City Ltd Page 8


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
3. QUALIFICATION CRITERIA:
3.1 For submission of Bids through the E-Procurement Portal, the bidder shall up-load
the scanned copy/copies of documents listed under clause 3.2
in prescribed format wherever warranted in support of eligibility criteria and
qualification information. The L-1 bidder shall have to produce the original
documents in support of the scanned copies and statements uploaded in the
portal within 5 days of opening of price bid. Bids from Jo in t ventures are not
acceptable.
3.2 The bid shall include following information and documents.

a) Copy of valid contractor’s registration certificate, PAN card, GST Registration


should accompany the technical bid.
b) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the
signatory.
c) The contractor shall furnish ownership documents for those machineries
which he is planning to deploy for the tendered work.
d) Details of work under progress as per tender documents.
e) Details of works executed during the last five years a n d works in hand (list of on-
going works) as per bid documents.

3.3 The Bidders are subject to be disqualified if they have:

a) Made misleading or false representations in the forms, statements


and attachments submitted in proof of the qualification requirements; and/or
b) Record of poor performance such as abandoning the works, not
properly completing the contract, inordinate delays in completion,
litigation history, or financial failures etc.; and/or
c) Indulged in unlawful & corrupt means in obtaining bids
d) Been b l a c k listed/their registrations by the competent
authority.

4. ONE BID PER BIDDER:

4.1 Each bidder shall submit only one bid for one package. A bid is said to be
responsive if accompanied by cost of bid document and appropriate bid security
declaration. The system shall consider only the last bid submitted through the E-
Procurement portal.
5. COST OF BIDDING:

5.1 The bidder shall bear all costs associated with the preparation and submission of his
bid, and the Engineer-in-Charge will in no case be responsible and liable for
those costs.
5.2 All the rates and prices in the bid shall cover all taxes, viz. or any other local taxes,
ferry, tollage charges and royalties and any other charges except GST
5.3 The rate of royalties and taxes prevailing on the date of measurement shall be

Rourkela Smart City Ltd Page 9


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
considered while making deductions in the bills.
5.4 The s u c c e s s f u l bidder shall make h i s o w n a r r a n g e m e n t fo r all materials
u n l e s s otherwise specified in the conditions of contract.
6. SITE VISIT :

6.1 Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders as to the nature of the ground
and sub-soil (so far as practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general
shall themselves obtain all necessary information as to risks contingencies
and other circumstances which may influence or affect their bid. A Bidder shall be
deemed to have full knowledge of the site whether he inspects it not and no extra
charges consequent on any misunderstanding or otherwise shall be allowed. The
Bidder shall be responsible for arranging and maintaining workers and all other
services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a bidder implies that he
has read this notice and all other contract documents and has made himself aware
of the scope and specifications of the work to be done and of conditions and rates
at which tools and plant, etc. Will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of work.
6.2 The bidder, in preparing the bid, shall go through the site Investigation Reports
provided in the Contract Data before filling up the Bid document.
6.3 The Officer inviting the bid / Engineer-in-Charge will clarify queries on the Contract
Data on requisition by the intending Bidder. The bidder may ask question in the e-
procurement portal using his DSC; provided the questions are raised before the
date mentioned in the home page under critical dates.

Rourkela Smart City Ltd Page 10


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

BIDDING DOCUMENTS
7. GENERAL INSTRUCTIONS:
7.1 The description of the work is as mentioned under In vitiation for Bid

7.2 The bids uploaded by the Tender Inviting Officer may consist of general arrangements drawings
or typical sections of the project. . Bidder may down load these drawings and t a k e out
the print for detail study. Any other drawings and documents pertaining to the works
available with the officer inviting the Bid as well as in the office of the RSCL) as
mentioned in the contract data will be open for inspection during working hours on all
working days by the bidders. The bidder i s required t o down-load all the documents
including the drawings for preparation of his bid. It is not necessary on the part of the
Bidder to up-load the drawings other Bid documents (after signing) while up- loading
his bid. He is required to up load documents related to his qualification information
and Bill of Quantities duly filled in. It i s assumed that while participating i n
t h e bid, t h e b i d d e r has referred to all t h e drawings and documents uploaded
by the Officer Inviting the Bids. Seeking any revision of rates or backing out of
the bid claiming for not having referred to any or all documents provided in the
Bid document by the Officer Inviting the Bids will be construed as plea to disrupt the
bidding process and in such cases he will suspend/prohibit/debar/blacklist from participating
in bidding in any contract of the State for a minimum period of 180 days and /or Cancelation
of Empanelment (registration of from OPWD) action will be taken RSCL.
7.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract
data, forms, terms, scope of work, technical specifications, bill of quantities,
forms, Annexes and drawings in the Bid Document. Failure to comply with the
requirements of Bid Documents shall be at the bidder’s own risk.
8. CLARIFICATION OF BIDDING DOCUMENTS:
8.1 Bid documents consisting of drawings, plans, specifications, the schedule of quantities
of the various items of work to be done and the set of terms & conditions of contract to
be complied with by the contractor who intends to bid and other necessary Documents
can be seen in the office of the officer inviting the Bid during office hours every day
except on Sundays & Public Holidays till last date of sale of tender paper.
8.2 No paper cop y of the bid shall be sold.
8.3 The Contract Data to bid shall be filled and completed in the office of Officer inviting
bid before issue of bid documents. If the documents are issued to the intending
bidder without having been so filled in & completed, he shall request the officer inviting
the bid to have this done before he completes and delivers his bid.
8.4 The b id d e r can s e e k clarification on t h e b i d s which he received earlier than 14 days
prior to the deadline for submission of bids. The Employer’s response will be uploaded in
e-tendering portal before deadline for submission of bid.
8.5 PRE-BID M E E T I N G : As scheduled in the NIT
(One request for each interested Participant will be entertained only)
9. AMENDMENT OF BIDDING DOCUMENTS:
9.1 Before the deadline for submission of bids, the officer inviting the Bid may modify
the bidding documents by issuing addenda.
9.2 Any addendum thus issued shall be part of the bidding documents and shall be
notified in the website www.tendersodisha.gov.in / notice board
and through web site of Rourkela Municipal Corporation www.rmc.nic.in.
9.3 To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Officer inviting the Bid if also happens to be the
Engineer-in-Charge with the permission of the higher authority may, at his
discretion, extend as necessary the dead line for submission of bids.

Rourkela Smart City Ltd Page 11


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

C. PREPARATION OF BIDS

10. LANGUAGE OF THE BID:

10.1 All documents relating to the Bid shall be in the English language. Bids submitted in
any other langua ge shall be summarily rejected.
11. DOCUMENTS COMPRISING THE BID:

11.1 Following documents will be deemed to be part of the bid even if not submitted with the
bid.
i. Invitation for Bids (IFB)
ii. Instructions to bidders (ITB)
iii. Conditions of Contract
iv. Contract D a t a
v. Specifications
vi. Drawings

11.2 All the volumes/documents shall be provided in the portal by the Officer inviting the bid.
The bidder shall carefully go through the document and prepare the required documents
and up load the scanned documents in Portable Document Format to the portal in the
designated locations of Technical Bid. He will fill up the percentage rate in the
BOQ down loaded for the work in designated Cell and up- load the same in designated
locations of Financial Bid. Submission of document shall be effected by using DSC of
appropriate class.

A. Cost of “Bid document” & “Bid Security Declaration” shall comprise

i. Cost of Bid Document


ii. Bid Security Declaration in prescribed Format.

B. “Technical Bid” shall comprise.


i. Declaration under the Official Secret Act, 1923
ii. Qualification Information and supporting documents,
iii. Certificates, undertakings, affidavits,

C. “Financial Bid “shall comprise”.

i. Priced Bill of Quantities

12. PROPOSAL B Y THE BIDDER:

12.1 In th e E-Procurement Portal, an i n t e l l i g e n t Bill of Quantity in Microsoft Excel format


shall be made available to the bidder.

12.2 Deleted
12.3 In case of percentage rate tender, the bidder will only fill in the designated cell and
activate “less” or “excess” to indicate how much his price offer is excess or less (Up
to two decimal Place) than the estimated amount.
12.4 The bidder shall bid for the whole works as described in the Bill of Quantities.

Rourkela Smart City Ltd Page 12


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
12.5 Bidders shall submit offers that fully comply with the requirements of the bidding
documents, Minutes of meeting of the Pre-Bid meeting, Including the Conditions
of Contract basic technical design as indicated in the drawing and specification.
Conditional offer o r a l t e r n a t i v e offers will not b e c o n s i d e r e d in the p r o c e s s of
bid evaluation.
12.6 All duties, taxes, excluding GST and other levies including Building and other
Construction Workers Welfare Cess @ 1% payable by the contractor under the
contract, or for any other cause shall be included in the rates, prices by the bidder.
GST, purchase tax, turnover tax or any other tax on material in respect of this
contract shall be payable by the Contractor and Government will not entertain any
claim whatsoever in respect of the same.
12.7 The contractor shall be deemed to have satisfied himself as to the correctness and
sufficiency of the Tender and of the rates and prices stated in the Bill of Quantities,
all of which shall, except in so far as it is otherwise provided in the Contract, cover
all his obligations under the Contract (including those in respect of the supply of
goods, materials, plant & services or of contingencies for which there is a Provisional
Sum) and all matters and things necessary for the proper execution and completion
of the work and the remedying of any defects therein.
12.8 The contractor shall conform in all respects, by giving all notices and paying all fees,
with the provisions of:

i. Any national or State Statue, Ordinance, or other Law, or any regulation, or


bye-law of any local or other duly constituted authority in relation to the
execution and completion of the works and remedying of any defects
therein, and
ii. The rules a n d regulations o f a l l p u b l i c bodies a n d companies whose
property rights are affected or may be affected in any way by the works.

12.9 FOR COMPOSITE BIDS: DELETED.

13. CURRENCIES OF BID AND PAYMENT:

13.1 The estimated unit rates a n d the prices are in Indian Rupees.

14. VALIDITY:

14.1 Bids shall remain valid for a period not less than 90 days or the period
mentioned in the Contract Data, after the deadline date for submission of bid as
specified in the notice inviting the Bids. A Bid valid for a shorter period shall be rejected
by the Engineer-in-charge as non-responsive.
14.2 In exceptional circumstances, prior to expiry of the original time limit, the Officer inviting
the Bid may request the bidders to extend the period of validity for a specified
additional period. The request and the bidders’ responses shall be made in writing
or by cable or by e-mail.

Rourkela Smart City Ltd Page 13


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
15. BID SECURITY DECLARATION:

15.1 The Bidder shall furnish, as part of his Bid, a Bid security declaration as per format of
Annexure II. The bidder shall scan all the written pages of the bid security declaration and
up load the same to the system in designated place. The successful lowest bidder will
produce the original of all scanned documents for verification within 5 days of opening of
the tender (Price Bid) In the eventuality of failure on the part of the successful bidder to
produce the original documents, he will be lost her Empanelment (registration of OPWD)
and / or suspend/prohibit/debar from participating in bidding in any contract of the State for
a minimum period of 180 and will be blacklisted by the competent authority. In s u c h a
situation, successful L-2 bidder will be required to produce his original documents for
consideration of his/her tender at the negotiated equal
to L-1 bidder.

15.1.1 Deleted

15.2. The Bid shall be declared non-responsive and shall be rejected if


submitted without an acceptable Bid Security Declaration and not
secured as indicated in Sub-Clauses 15.1.
15.3. Combined bid security Declaration for more than one work is not acceptable.
15.4. In the case of Government Undertakings, Co-operatives Societies, Diploma
or Degree holders in Engineering who are registered with the Government
of Odisha, the rules framed by government from time to time about
Cost of Bid documents, Bid security Declaration , performance security will
apply.
15.5. Deleted

15.6. Deleted

15.7. The Bidder may be lost her Empanelment (registration of OPWD) and / or
suspend/prohibit/debar/blacklist from participating in bidding in any contract of the State
for a minimum period of 180 days.

15.7.1. If the bidder withdraws the bid after opening of the bid but within
the period of validity.
15.7.2. If the Bidder seeks any revision of rates or backs out of the bid claiming
for not having referred to any or all documents provided in the Bid by
the Officer Inviting the Bids.
15.7.3 In the case of a successful bidder, if the bidder fails within the specified
time limit to
15.7.3.1 Sign the Agreement; or
15.7.3.2 Furnish the r e q u i r e d Performance Security including additional performance
security if any

16. FORMAT AND SIGNING OF BID:

Rourkela Smart City Ltd Page 14


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
16.1. The bidder can download the tender of his choice and save it in his system and
undertake the necessary preparatory work off-line and upload the completed
tender at his convenience within the final date and time of submission.
The bidder shall only submit single copy of the required documents and Price
Bid in the portal. In the Financial bid, the bidder cannot leave any figure blank.
He has to only write the figures; the words will be self-generated. The
Bidders are advised to up-load the completed Bid document well ahead of
the last date & time of receipt to avoid any last moment problem of power
failures etc.
16.2 The Bidder shall go through the Bid carefully and list the documents those are
asked for submission. He shall prepare all documents including cost of Bid
Document, Bid Security Declaration, Declaration form, price bid etc and store in the
system.
16.3. The bidder shall log on to the portal with his DSC and move to the desired tender
for up-loading the documents in appropriate place one by one simultaneously
checking the documents. Once the Bidder makes sure that all the documents
have been up-loaded in appropriate place, he clicks the submit button to submit
the bid to the portal.
16.3.1 Tender cannot be pre-opened and cannot be submitted after due date
and time. Therefore, only after satisfying that all the documents been
uploaded, the Bidder should activate submit button.
16.3.2 . In the e-procurement process, each process is time stamped.
The system can identify each i n d i v i d u a l who h a s entered into the
portal any bid and the time of entering into the portal.
16.3.3 The Bidder should ensure clarity of the document up-loaded by him to the
portal, especially the scanned documents by taking out sample printing.
Non-submission of legible documents may render the
bid non- responsive. However, the Officer inviting the Bids if so desires,
can ask for legible copies for clarification within a stipulated
period of 7 days, provided such document in no way alters the Bidder’s
price bid. If the Bidder fails to submit Such documents with in the
stipulated date, his bid shall be evaluated on it’s own merit.

Rourkela Smart City Ltd Page 15


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
D. SUBMISSION OF BIDS

17. SECURITY OF BID SUBMISSION:

17.1 All bid data uploaded by the Bidder to the portal will be encrypted by the DSC
of the opener(s). The system shall require all the mandatory forms and fields
filled up by the contractor during the process of submission of the bid/tender.

17.2 The Bid shall be received in encrypted format by the system which can only be
time.

18. DEADLINE FOR SUBMISSION OF THE BIDS:

18.1. The online bidding will remain active till the last date and time of
the bid submission. Once the date and time (Server date and time) is over,
the bidder will not be able to submit the bid. The date & time of bid submission
shall remain unaltered even if the specified date for the submission of bids
declared a holiday for the Officer inviting the Bid.
18.2. The officer inviting the bid may extend the deadline for submission of bids
by issuing an am endm ent in accordance with Sub-Clause 9.3, in which case
all rights and obligations of the officer inviting the bid & Engineer-in-Charge and
the bidders previously subject to the original deadline will then be subject to the
new deadline.
19. LATE BIDS:
19.1. The system shall reject submission of any bid through portal after closure of the
receipt time. For all purpose the server time displayed in the e-procurement
portal shall be the time to be followed by the bidder and concerned officers.

20. MODIFICATION AND WITHDRAWAL OF BIDS:

20.1 In the E-Procurement Portal, it is allowed to modify the bid any number of times
before the final date and time of submission. The bidder shall have to log on to
the system and resubmit the documents as asked for by the system including
the price bid. In doing so, the bids already submitted by the bidder will be
removed automatically from the system and the latest bid only will be admitted.
But the bidder should avoid modification of bid at the last moment to avoid
system failure or malfunction of internet or traffic jam or power failure. If the
bidder fails to submit his modified bids within the designated time of receipt, the
bid already in the system shall be taken for evaluation.
20.2 In the E-Procurement Portal, with-drawl of bid is allowed. But in such case he
has to write a letter with appropriate reasons for his withdrawal addressed to
the Officer inviting the bid and up load the scanned document to portal
in the respective bid before the closure of receipt of the bid. The system s h a l l
not allow any withdrawal after expiry of the closure time of the bid.

Rourkela Smart City Ltd Page 16


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

E. OPENING AND EVALUATION


21. OPENING OF THE BID:

21.1 Bid opening dates are specified during tender creation or can be extended vide
corrigendum. These dates are available in IFB, tender document as well as t h e home
page of portal. Bid opening can be done by the authorized users which are defined
during the tender publication / approval stage. The bids are encrypted using there
public keys and can be decrypted only on or after the Bid Opening due date. The bid
openers private key will be required to open the bids and all the openers have to log
on to the portal during that time.
21.1.1. The bidders who participated in the on-line bidding can witness opening
of the bid from any system logging on to the portal with the DSC away
from opening place. Contractors are not required to be present during
the bid opening at the opening location if they so desire.
21.1.2. Each activity is date and time stamped with user details. For time
stamping, server time is taken as the reference.
21.2. In the event of the specified date of bid opening being declared a holiday for the
Officer inviting the Bid/Engineer-in-Charge, the bids will be opened at
the appointed time on the next working day.
21.3. In case bids are invited for more than one package, the order for opening of the
“Bid” shall be that in which they appear in the “Invitation for Bid”.
21.4 During bid opening, the covers containing original demand draft towards Cost of
bid in the form specified in the Invitation for Bid, received after last of
receipt of bid and before opening of the bids shall be opened and declared.
The original copy of the Bid Security declaration in the form, mention Annex-II and
period of validity in conformity with clause 15 shall be checked and
announced. The list of bidders who have submitted the original copy of the cost
of Bid and Bid Security Declaration shall be prepared and announced.
21.4.1 Combined bid security Declaration for more than one work is not acceptable.
If the bid security declartion has not been furnished in the form
specified in Clause 15, the bid will be declared non-
responsive and rejected.
21.5 The Bid openers; who have been pre-defined shall log on to the portal with their
respective DSC. Unless a l l the O f f i c e r s w h o h a v e b e e n declared as
O p e n i n g officers, log on the portal with their DSC the Tender cannot be opened.

Rourkela Smart City Ltd Page 17


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
21.5.1 The Opening Officers will systematically check the scanned demand
draft towards cost of the bid document and the scanned document of Bid
security dec la rati on with that of the original submitted. If found in order, they
will continue opening of all other documents in the system provided under
Technical Bid.
21.5.2. The bids accompanied with appropriate bid cost and valid bid security
declartion will be taken up for evaluation with respect to the qualification
Information and other information furnished in Part - I pursuant to Clause
3.
21.5.3. Immediately on receipt of these clarifications, the Evaluating Officers;
predefined in the system for the bid, will finalize the list of responsive
bidders. They will log on to the site with their DSC and record their
comments on the Technical evaluation page in the system. The Officer
Inviting the Bid if also the accepting authority, shall log on to the system
with his digital signature and check technical evaluation. He can either
accept or pass on to the evaluating officers for re-evaluation. Upon
acceptance of technical evaluation by the Accepting authority in the
system, the system shall automatically generate letter to all the responsive
bidders and the system shall forward the letter to all the responsive bidder
that their technical bid has been evaluated responsive with respect to the
data/information furnished by him and the letter shall also intimate him the
date & time of opening of financial bid. The system shall also inform
the non- responsive bidders in their email ID that their bid has
been found non- responsive.
21.6 The Technical evaluation of all the bids will be taken up as per the information furnished by
the Bidders. If any of the information/ statements/documents/ /certificates furnished by the
bidder is found to be false/fabricated/bogus, his registration in the p ortal shall be blocked
and the bidder is liable to be blacklisted.
21.7 After technical evaluation of the bidders and selection of the qualified
bidders, the financial bids of the technically qualified bidders shall be opened
on the due date of opening. Members of the bid opening committee log on to
the system in sequence and open the financial bids for the technically qualified
bidders. The opening of financial bid by the opening officer using their DSC shall
decrypt the financial bids.
21.7.1 Opening of price bid and evaluation of lowest bidder is subject to
satisfaction of other qualification information asked for in the bid pursuant to

Rourkela Smart City Ltd Page 18


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Clause-3.
21.7.2 The Officer inviting Bid shall ensure that all the Bidders are individually
intimated about the date, time & venue of opening of the financial bid
along with the responsiveness of the Technical Bid.
21.7.3 The Financial Bid will be opened on the notified date & time in the
presence of bidders or their authorized representative who wish to be
present.
21.7.4 At the time of opening of “Financial Bid”, the names of the bidders whose
bids were found responsive in accor dance with Sub-Clause 24.1 will be
announced. The bids of only those bidders will be opened. The
remaining bids will be rejected.
21.7.5 The responsive bidders names, percentage rates, any discounts
and withdrawals, and such other details as the officer inviting the tender
may consider appropriate, will be announced by him or his authorized
representatives at the opening.
21.7.6 Special conditions and/or rebate/discount offer if any uploaded to the
system shall be declared and recorded first.
21.7.7 The Financial bid of the bidders shall be opened one by one by the
designated officers. The system shall auto-generate the Comparative
statement.
21.7.8 The Bidder can witness the principal activities and view the
documents/summary reports for that particular work by logging on to the
portal with his DSC from anywhere.
22. PROCESS TO BE CONFIDENTIAL:
22.1 Information relating to the examination, clarification, evaluation, and comparison
of bids and recommendations for the award of a contract shall not be disclosed
to bidders or any other persons not officially concerned with such process until
the award to the successful bidder has been announced. Any effort by a bidder
to influence the officer inviting the bid, processing of bids or award
decisions may result in the rejection of his bid.

23. CLARIFICATION OF BIDS:


23.1To assist in the examination, evaluation, and comparison of bids, the officer
inviting the bid may, at his discretion, ask any bidder for clarification of his rates
including breakdowns of unit rates. The request for clarification and the response
shall be in writing or by cable or by e-mail, but no change in the bid price
or substance of the bid shall be sought, offered.
Rourkela Smart City Ltd Page 19
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
23.2 Subject to sub-clause 23.1 , no bidder shall contact the officer inviting the bid on
any matter relating to his bid from the time of the opening to the time the
contract is awarded. If the bidder wishes to bring additional information to the
notice of the officer inviting the bid, it should do so in writing.
24. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:

24.1 During the detailed evaluation of “Technical Bids”, the officer inviting the bid will
determine whether each bid:-
24.1.1 Whether the Bid security Declaration is submitted in proper format.
24.1.2 Has submitted legible documents for evaluation
24.1.3 Meets the eligibility criteria defined in Clause 3 and;
24.1.4 Is substantially responsive to the requirements of the bidding documents.
24.2 During the detailed evaluation of the “Financial Bid”, the responsiveness of the
bids will be further determined with respect to the remaining bid conditions,
i.e., priced bill of quantities, technical specifications and drawings.
24.3 A substantially responsive “Financial Bids” is one, which conforms to all the
terms, conditions, and specifications of the bidding documents, without material
deviation or reservation. A material deviation or reservation is one
24.3.1 Which affects in any substantial way the scope, quality, or performance of the
works.
24.3.2 W hich limits in any substantial way, inconsistent with the bidding
documents, the right of the officer inviting the bid or the bidder’s
obligations under the contract or
24.3.3 Whose rectification would affect unfairly the competitive position of other
bidders presenting substantially responsive bids.
24.4 If a “Financial Bid” is not substantially responsive, it will be rejected by the officer
inviting the bid, and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation.
24.5 On opening of the price bid the system shall arrange the financial bids in order of their
value (L1 first, followed by L2, L3 ….) for subsequent evaluation. The evaluation
status (Sheet) will be visible to all the participating bidders after opening on
their respective logins. Each activity is recorded in the system with date and time
stamping.

25. EVALUATION OF BIDS:


25.1 If the officer inviting the Bid in his opinion judges that the price quoted by the lowest
qualified bidder is high or a special condition imposed by the bidder is to be
withdrawn, the bidder shall be invited for negotiation by the officer inviting the Bid or
by an officer authorised by him in writing.

Rourkela Smart City Ltd Page 20


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

F. AWARD OF CONTRACT
26. AWARD CRITERIA:

26.1 The officer inviting the bid will award the contract to the bidder whose
bid has been determined to be substantially responsive to the bidding
documents and who has offered the lowest evaluated price.
26.2 On acceptance of the tender, the Contractor shall name in writing his
accredited representative(s) who w o u l d be responsible for taking
instructions from the Engineer-in-Charge.
26.3 Competent Authority reserves to himself the right of accepting the whole
or any part of the bid and the bidder shall be bound to perform the same
at the rate quoted.
26.4 The successful bidder registered under other State Government /
MES / Railways / CPWD in equivalent rank has to register under state
PWD signing of the agreement.

27. OPTIONS IF THE BIDDER BACKS OUT FROM BIDDING PROCESS:


27.1 In case the 1st lowest Bidder or even the next lowest Bidder withdraw in series one by one,
thereby facilitating a particular Bidder for award, then they shall be penalized with
Appropriate action i.e. Cancelled the (registration of OPWD) and / or
suspend/prohibit/debar/blacklist from participating in bidding in any contract of the
State for a minimum period of 180 days the bidder as per Guiding of OPWD/Govt. of
Odisha Guiding.

27.2 The b i d d i n g process shall be d e e m e d to be c o m p l e t e after the i s s u e of


letter of acceptance. If the bidder fails to sign the agreement within the
stipulated period mentioned under clause 29.2, his bid security shall stand
forfeited.
28. RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS:
28.1 The competent authority on behalf of Rourkela Smart city Limited, does not
bind him to accept the lowest or any other tender and reserves to him the
authority to reject any or all the tenders received without assigning any reason.
28.2 All bids in which any of the prescribed condition is not fulfilled or any condition
including that of conditional rebate is put forth by the bidder shall be
summarily rejected.

29. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT:

29.1. In the E-Procurement Portal, the system shall generate the template of
award letter and the Officer Inviting the Bid shall mention the amount of
Performance Security and additional security required to be furnished in the
letter and intimate the bidders in his e-mail ID. The issue of the letter of
acceptance shall be t r e a t e d as closure of the Bid process a n d commencement
of the contract.

29.2 The bidder shall within 15 days of issue of letter of acceptance, furnish the
Performance security & additional Performance security (if any) in the form & the
work programme & shall sign the agreement in prescribed format, failing which the
Engineer-in-Charge shall without prejudice to any other right or remedy available in
law, be at liberty to either he will suspend/prohibit/debar/blacklist from participating

Rourkela Smart City Ltd Page 21


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
in bidding in any contract of the State for a minimum period of 180 days or
Cancelation of Empanelment (registration of from OPWD) action will be taken or
both. The agreement will incorporate all agreements between the officer inviting the
bid and the successful bidder. If L1 bidder does not turn up for agreement after
finalization of the tender, then he will suspend/prohibit/debar/blacklist from
participating in bidding in any contract of the State for a minimum period of 180 days
and /or Cancelation of Empanelment (registration of from OPWD) action will be
taken . In that case, the L2 bidder, if fulfils, required criteria would be called for
drawing agreement for execution of work subject to the condition that L2 bidder
negotiates at par with the rate quoted by the L1 bidder otherwise the tender will be
cancelled.
In case a contractor is black listed, it will be widely published and intimated to
all departments of Government and also to Govt. of India agencies working in the
state.
(Amendment t o Para-3.5.14 Note-I of OPWD Code V o l .-I by
inclusion).
29.2.1 Following documents shall form part of the agreement.

29.2.1.1 The notice inviting bid, all the documents including additional
conditions, specifications and drawings, if any, forming the bid as
issued at the time of invitation of bid and acceptance thereof
together with any correspondence & documents leading thereto &
required amount of performance security including additional
performance security as per sub clause 29.2 hereof.

29.2.1.2 Standard Bid Document P.W.D. Form P-1

29.3 The letter to proceed with the work shall be issued by Engineer-in-charge
only after signing of the agreement. The notification of award will
constitute the formation of the contract subject only to the furnishing of
performance security and additional performance security in accordance
with the provisions of the agreement.
29.4 On acceptance of the composite bids by the competent authority the letter
of award will be issued by the Engineer-in-Charge of the major component
of the work.
29.5 Upon signing of the agreement by the successful bidder, the Engineer-in-Charge
will promptly notify the other bidders that their bids have been unsuccessful.
30. CORRUPT OR FRAUDULENT P RACT IC ES :
30.1. The Engineer-in-Charge will reject a proposal for award if he determines
that the bidder recommended for award has been engaged in corrupt
or fraudulent practices in competing for the contract in question. He will
report to the Officer Inviting Bid / next higher authority.

30.2 Canvassing whether directly or indirectly, in connection with tenders is


strictly prohibited and the tenders submitted by the contractors who
resort to canvassing will be liable for rejection.

Rourkela Smart City Ltd Page 22


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

DETAILED TENDER CALL NOTICE

Sealed percentage rate bids are invited in double cover system from Civil Contractors
Class of eligible contractors registered with the State Government and contractors of
equivalent Grade / class registered with Central Government / MES / Railways having registration
for Civil, Electrical and P.H works for execution of Civil / E.I. / P.H. works on production
of definite proof from the appropriate authority in prescribed form to be eventually drawn
in P.W.D. FORM P-1 for the work/Project : “Flooring Work of Tribal Museum (rOURkela-
One) in Rourkela on Percentage Rate Basis.” an estimated cost of Rs.80,96,828/- (Rs. Eighty
Lakhs Ninety Six thousand ,Eight hundered and Twenty Eight Only)” Contractors not registered
with Govt. of Odisha can participate in the e- procurement after necessary enrolment in
the portal but have to subsequently register themselves with the appropriate registering
authority of the state Govt. before award of the work as per prevalent registration norms of
the state.

a) This tender is of composite nature and consisting of Civil, Electrical and


PH works.
b) This detailed Tender Call Notice along with the Pre-Bid
Meeting minutes, clauses mentioned herein shall form a part of the
contract and agreement.

2. The Bid docum ents are available on official website of Government:


https://www .tendersodisha.gov.in & www.rmc.nic.in, from 11.11.2022 17:00 Hrs
to 22.11.2022 17:00Hrs.The last date and time of submission of Bid is as per contract
data.
3. The Technical Bid documents (Cover–I) will be opened by the assigned officer in the
office of Chief Executive Officer, RSCL at 16:00 Hours on 2 3 .11.2022.in the presence
of the bidders or their authorized representatives who wish to attend. After evaluation
of the documents contained in Cover-I, the Cover-II containing price bid/s of the
technically responsive bidder/s will be opened . The d a t e , time and p l a c e of opening the
price bid will be intimated to the eligible qualified bidders through system generated E-
mails.
4. The cost of Bid documents in shape of demand draft issued from any Nationalized
/ Scheduled bank may be prepared in the name of RSCL(Smart City
Mission Grant Fund), and payable at Rourkela for Rs.11,800/- towards tender paper
cost. The online bid must be accompanied with scanned copies of demand draft
towards cost of tender paper.
5. The bid is to be submitted in two covers.
i. Cover-I is to contain scanned copy of Bid Security Declaration and Cost of
bid document, Registration Certificate, PAN, Profit Loss statement, GST
Registration Certificate, List of similar nature of works, work in hand, affidavit,
turn over certificate and all other documents required as per the relevant
clauses of this DTCN. Before award of final contract, such bidders will have
to produce the GST clearance certificate. ii) The similar nature of work are of
following types: One or more civil engineering project (s) in any one year during last five
years.

ii. Cover-II is to contain the PRICE B ID duly filled in and signed by the bidder.

Rourkela Smart City Ltd Page 23


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
6. Furnishing scanned legible copy o f Original Registration certificate, PAN c ard &
GST Registration Certificate along with the Technical Bid is mandatory otherwise his/
her bid shall be declared as non responsive and thus liable for rejection.
7. Deleted
8. Deleted
9.
i. The contract will be drawn in P.W.D. P-1 contract form and will constitute all
civil, electrical and PH works.

The contract shall be drawn & signed by Chief Executive Officer on behalf of Rourkela
Smart Ci t y Limited.
ii. The e n t i r e works of the Agreement shall be supervised measured and
check measured by the Engineer in Charge.

10. If an individual makes the application, the individual should sign (with DSC) above his
full type written name and current address.

11. If the application is made by proprietary firm, it shall be signed (with DSC) by
the proprietor & furnish full type written name and the full nam e of his firm with its
current address in a forwarding letter.

12. If the application is made by a firm in partnership, it shall be signed (with DSC) by
a partner holding power of attorney for the firm in which case a certified copy of the
power of attorney shall accompany the application. A certified copy o f the p a r t n e r s h i p
deed and current address of all partners of the firm shall also accompany the application.

13. If the application is made by a limited company or a corporation, it shall be signed


(with DSC) by a duly authorized person holding power of attorney for signing the
application in which case a certified copy of the power of attorney shall accompany the
application. Such limited company or corporation will be r e q u i r e d to furnish satisfactory
evidence of its existence along with the technical bid.
14. The tender should be strictly in accordance with the provisions as mentioned in
the tender schedule. Any change in the wordings will not be accepted.
15. The work is to be completed (Construction work) in all respects within One (1) calendar months
or 30 days f r o m the date of issue of w o r k order. Before acceptance of tender, the
successful bidder will be required to submit a work programme and
milestone basing on the financial achievement so as to complete the work within
the stipulated time and in case of failure on the part of the agency to achieve the
milestone liquidated will be imposed (Amendment to Para-3.5.18 Note-VIII of OPWD
Code Vol.-I).
16. All tenders received will remain valid for a period of 90 days from the last date
prescribed for receipt of tenders and validity of t enders can also be extended if agreed
by the tenderers and the Department
17. The tenderer shall carefully study the tentative drawings and specifications applicable
to the contract and all the documents, which will form a part of the agreement to
be entered in to, by the accepted tenderer and detailed specifications for Odisha, and
other relevant specifications and drawings, which are available. Complaint at a fu tu r
e date that the tenderers have not seen plans and specifications cannot be entertained.
18. The drawings furnished with the tender are tentative and subject to revision
or modification as tendered during the execution as per actual necessity and detail
test conducted. But the tendered rates quoted by the tenderer will hold good in case
of such modification of drawings during the time of execution and shall in no
way invalidate the contract and no extra monetary compensation will be
entertained. The work shall however be executed as per final approved drawing to
Rourkela Smart City Ltd Page 24
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
be issued by the Engineer-in- Charge as and when required.
19. By admission of a tender for the work, a tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the work, about the quality and
availability of the required quantity of material, and that rates quoted by him in
the tender will be adequate to complete the work according to the specifications
attached there to and that he had taken in to account all conditions and difficulties
that may be encountered during its progress and to have quoted rates including labour
and materials with taxes, octroi, other duties, lead, lifts, loading and unloading, freight
for all materials and all other charges necessary for the completion of the work, to
the entire satisfaction of the Engineer-in Charge of the work and his
authorized subordinates. After acceptance of the contract rate Government will
not pay any extra charges for any reason in case the contractor claims later on to
have Misjudged as regard availability of materials, labour and other factors. For the
purpose of estimate, the approved quarry lead is to be provided judiciously.
Engineers in charge would be responsible for ensuring the quality of the materials
supplied. The contractors would, however, be responsible for procurement of
material from authorized sources and voluntarily disclose the source of procurement
for the purpose of billing. Besides, the bidder would be required to submit the details
of quarry for procurement while submitting the bids.
(Amendment to Para-3.4.16 (a) (vii) of OPWD Code V o l .-I by substitution). Design,

20. The bid must be accompanied by Bid security declaration accepting, that if the
bidder withdraw or modify its bid during the period of validity .i.e. not less than
90(Ninety) days from the bid due date or if the bidder is awarded the contract and
fail to sign the contract or to submit a performance security and Addition
Performance Security. Tender Not accompanied with Scanned copy of Bid security
declaration shall be declared as non-responsive and thus liable for rejection. The
Bid security Declaration should remain valid minimum of 45(Forty -five)days
beyond the bid validity period

21. The tender should be accompanied with the Scanned copies of the valid Registration
certificate of Class of Contractor , GST Registration Certificate and PAN
card which are mandatory, otherwise his/her bid shall be declared as non-
responsive and thus liable for rejection.
22. The tender containing extraneous conditions not covered by the tender notice are
liable for rejection and quotations should be strictly in accordance with the items
mentioned in the Tender Call Notices. Any change in the wording will not be accepted.
23. The department reserves the right of authority to reject any or all tenders received
without assigning any reason whatsoever.
24. Deleted.
25. The Engineer-in-charge will notify the bidder / tenderer whose bid has been accepted
of the award prior to expiration of the validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter and in the conditions of Contract
called the “Letter of Acceptance”) will state the sum that the Engineer-in-charge
will pay the contractor in consideration of the execution and completion of the Works
by the contractor as prescribed by the contract (Hereinafter and in the contract
called the “Contract Price”).

The Notification of award will constitute the formation of the contract, subject only
to the furnishing of a performance security (Initial Security Deposit) in form of
Deposit receipt of Schedule Bank / Kissan Vikash Patra / Post Office Savings
Bank Account/National Savings Certificate/ Post Office Time Deposit
Account/Bank Guarantee of Nationalised Bank /Schedule Bank of India counter

Rourkela Smart City Ltd Page 25


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
guaranteed by local Branch at Rourkela with validly of One year / duly pledged
in favour of the Chief Executive Officer Rourkela Smart City Limited. Rourkela
& payable at Rourkela and in no other form, which including the amount already
deposited as bid security (earnest money) shall be 2% of the value of the tendered
amount and sign the agreement in the P.W.D. form No. P-1 (Schedule XLV
No. 61) for the fulfilment of the contract in the office of the Chief Executive
Officer and payable at Rourkela or as directed. The security deposit together with
the earnest money and the amount withheld according to the provision of P-1
agreement shall be retained as security for the due fulfilment of this contract
and additional performance security in accordance with the provisions of the agreement.

The agreement will incorporate all agreements between the officer inviting the
bid/ Engineer-in Charge and the successful bidder within 15 days following the
notification of award along with the Letter of Acceptance. The successful bidder
w i l l sign the agreement and d e l iv er it to the Engineer-in Charge. Following documents
shall form part of the agreement.

a) The notice-inviting bid, all the documents including additional conditions,


specifications and drawings, if any, forming the bid as issued at the time
of invitation of bid and acceptance thereof together with any
correspondence leading thereto & required amount of performance security
including additional performance security.
b) Standard P.W.D. Form P-1 with l a t e s t amendments. Failure to enter in to the
required agreement and to make the security deposit as above shall entail
either he will suspend/prohibit/debar/blacklist from participating in bidding in any
contract of the State for a minimum period of 180 days or Cancelation of Empanelment
(registration of from OPWD) or both. .No contract (tender) shall be finally
accepted until the required amount of initial security money is deposited The
security will be refunded after 12 (Twelve) months of completion of the work
and payment of the final bill and will not carry any interest. As concurred by
Law Department & F i n a n c e Department In their U.O.R. No 848,
dt.21.05.97 .O.R.No.202 W.F.D. dt.06.03.98 respectively the E.M.D. will be
forfeited case, where tenderers back out from the offer before acceptance of
tender by the competent authority.
26. The contractor should be liable to fully indemnify the Department for payment
of compensation under workmen compensation act. VIII of 1923 on account of
the workmen employed by the contractor and full amount of compensation paid
will be recovered from the contractor.

27. Tenderers are required to liable by fair wages clause as introduced by Govt. of Odisha
Works Department letter No.VII (R&B) 5225, dt.26.2.55 and No.II, M-56/61-28842 (5),
dt.27.9.61.

28. The contractor shall bear cost of various incidentals, sundries and contingencies
necessitated by work in full within the following or similar category.

a) Rent, royalties, cess and other charges of materials, Octroi and all other taxes
except prevailing GST from time to time. Ferry tolls, conveyance charges
and other cost on account of land buildings including temporary building
required by the tenderer for collection of materials, storage, housing of staff or
other purpose of the work are to be borne by the contractor at his own cost.
No rent will be payable to Govt. for temporary occupation of land owned by
govt. at the site of the work for bonafide use of the land for work and all

Rourkela Smart City Ltd Page 26


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
such construction of temporary nature by the contractor shall be done
after obtaining written permission from the Engineer-in-Charge of Civil portion
of the work and all such construction shall have to be demolished and debris
removed and ground made good and cleared after completion of the work at no
extra cost.
b) Royalty will be recovered from each bill as notified by Govt. from time to time
unless K Forms are enclosed. Refund of royalty at later date after passing of
the bills cannot be entertained as the recovery of royalty is being
credited to revenue.
c) Labour camps or huts necessary to a suitable scale including conservancy
sanitary arrangements therein to the satisfaction of the local labour laws
and health authorities shall have to be provided by the Contractor.
d) Arrangement of suitable water supply including pipe water supply
where available for the staff and labour as well as for the execution of the work
is sole responsibility of the Contractor and no extra cost for carriage of
water will be entertained.
e) All fees and dues levied by Municipal, Canal or Water Supply Authorities
are to be borne by the Contractor.
f) Suitable safety equipments and dresses, gloves, life belts etc. for
the labour engaged in risk y operations are to be supplied by the contractor at
his own cost.
g) Suitable fencing barriers, signals including paraffin and electric signals where
necessary at work and approaches in order in project the public and employees
from accident has to be provided by the Contractor at his own cost.
h) Compensation including cost of any legal suit for injury to persons or property
arising out of execution of the work and also any sum, which may become
payable due to operation of the workmen compensation act, shall have to
be borne by the contractor.
i) The contractor has to arrange adequate lighting arrangements for the work
wherever necessary at his own cost.
29. No payment will be made for layout, benchmark, level pillars, profiles and benching
and levelling the ground required, which has to be carried out by the contractor at
his own cost. The rates to be quoted should be for finished items of work inclusive of
carriage of all materials and all incidental items of work.

30. After the work is finished all surplus materials should be removed from the site of work,
preliminary work such as vats, mixing platforms, etc. should be dismantled and
all materials removed from the site and premises left neat and his should be inclusive
in the rates. No extra payment will be made to the Contractor in this account.

31. It should be understood clearly that no claim what-so-ever will be entertained to


extra items of works quantity of any item besides estimate amount unless written
order is obtained from the competent authority and rate settled before the extra items
of work or extra quantity of any items of work is taken up.
32. The tenderers shall have to abide by the C.P.W.D. safety code rules introduced by
the Govt.of India, Ministry of W orks and Housing & Supply in their standing order
No.44150, dt.25.11.57.

33. No part of the contract shall be sublet without written permission to the concerned
Engineer In Charge or transfer to be made by the power of attorney authorizing
others to receive payment on contractor’s behalf.

34. Bid documents consisting of plans, specifications, the schedule of quantities and
th e set of terms and conditions of contract and other necessary documents can

Rourkela Smart City Ltd Page 27


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
be seen in all he offices issuing the documents and office of the under
signed during office hours every day except on Sundays and Public Holidays
till last date of sale and receipt of tender p apers. Interested bidders may obtain
further information at the same address. But it must be clearly understood that tenders
must be received in order and to instructions in complete shape. Incomplete tender
is liable for rejection.

35. No Relation Certificates.

The contractor shall furnish a certificate along with the tender to the effect that he
is not related to any officer in the rank of an Assistant Engineer & above Rourkela
Smart City Limited. or Assistant/Under Secretary & above in the
Department. If t h e fact subsequently proved to b e f a l s e , the c o n t r a c t is l i a
bl e to b e r e s c i n d e d . The earnest money & the total security will be forfeited &
he shall be liable of make good to damages the loss or damages resulting for
such cancellations. The p r o f o r m a for no r e la tio n s h ip certificate is contained in a
separate sheet vide Schedule-A
36. Payment for variation in price – As per latest guideline of OPWD after schedule Completion
Period

36(a) (i) REIMBURSEMENT / RECOVERY DUE TO VARIATION IN PRICE OF


MATERIALS OTHER THAN (STEEL, CEMENT , BITUMEN, PIPES & P.O.L.).
36.(a) (ii) REIMBURSEMENT / RECOVERY OF DIFFERENTAL COST DUE
TO VARIATION IN PRICES OF PRINCIPAL MATERIALS (STEEL,
CEMENT, BITUMEN, PIPES & P.O.L) NOT ISSUED BY DEPARTMENT, AFTER
SUBMISSION OF TENDER: As per latest guideline of OPWD after schedule Completion
Period.
36.(b) REIMBURSEMENT / REFUND DUE TO STATUTORY RISE IN COST OF
MINIMUM WAGES BY GOVERNMENT: As per latest guideline of OPWD after schedule
Completion Period.
36( c) REIMBURSEMENT / REFUND DUE TO VARIATION IN PRICES OF P.O.L.: As per
latest guideline of OPWD after schedule Completion Period.

36(d) Deleted.

36(e) APPLICATION OF ESCALATION CLAUSE: Contract price shall be adjusted for


increase or decrease in rates and price of Labour, Cement, Steel, Bitumen, Pipes, POL
& other material component in accordance with the principles and procedure as per
formula to be finalized by Government in Works Department latest Guideline after
schedule Completion Period.

37. If any a d v a n c e / Secured advance is granted by the D e p a r t m e n t the s a m e will bear


Interest at the rate of 18% P.A.
38. All items of work as p e r schedule of quantities of this tender should confirm to Odisha
Detailed Standard Specification. I.R.C. & I.S.I. Codes & Bridge code section I, II, III, IV &
VII & latest design criteria for pre-stressed concrete bridge specially for Roads &
Bridges issued by MoRT&H, Government of India, Compacting shall have to be carried
out with help of mechanical vibrators from the range of I.S.:2505, I.S.:2006, I.S.:2514.
I.S.:4656.
39. Centring & Shuttering shall be with suitable steel shutters in side of which shall be lined
with suitable sheeting and made leak proof and watertight. All joints in formwork shall be
properly sealed preferably with P.V.C. joints sealing tapes & compounds.

40. Form work including complete false work shall be designed by the Contractor without
any extra cost to employer and the Department will have the right to inspect scaffolding,
centering and shuttering made for the work and can reject partly of fully such structures,

Rourkela Smart City Ltd Page 28


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
if found defective in their opinion. Any eventually such as loss of lives or properly due to
failure of centering and shuttering shall be the responsibility of the Contractor regarding
compensation of all claims thereof.

41. Cement shall be used by bags and weight of one bag of Cement should be 50 (fifty) Kg.
net & the Engineer-in-Charge or his representative shall have the right to test the weight &
quality from time to time.

42.The tenderers shall make all arrangements for proper storage of materials but no cost
for raising shed for store and pay of security guard etc. will be borne by the Department.
The department is not responsible for any theft or loss of materials at site. It
is contractor’s risk. Under any such plea, if the tenderer stops the work he shall have
to pay the full penalty as per clauses of the contract.
43. Approach road to site of work for transport of materials to site of work is
sole responsibility of the Contractor. Statutory traffic restriction in the town area for
Transport of construction material to site of work is to be taken in to consideration before
tendering and no consideration for extra time or compensation thereof shall
considered.
44. The contractor should at his own cost arrange necessary tools and plants required for
efficient execution of work and the rates quoted should be inclusive of transportation,
hire and running charges of such plant and cost of consumables.
45. The contractor shall properly co-ordinate with the execution of P.H. and Electrical works
and take care of the safety of workers.
46. The machineries if available, with the department may be supplied on hire as
per charges noted in the enclosed statement and may be changed from time to time
subject to the condition that the contractor will execute in advance an agreement
with the Engineer-in-Charge.
47. No claim whatsoever will be entertained for supply of machineries. No extension of time will be
granted to the contractor under th is ground under a n y circumstances.
48. The tenderer should furnish along with their tender a list of works executed during the
last five years duly certified by the concerned Engineer-in-charge indicating the
satisfactory completion for Civil, P.H. & Electrical works as per the Performa enclosed in
a separate sheet of Schedule-C.
49. The tenderer or any of its constituent partners of whose contract for any work has been
rescinded or who has abandoned any work in the last five years prior to the date of Bid
shall be debarred from qualification. The tenderer is to furnish an affidavit at the time of
submission of tender paper about the authentication of tender documents. An affidavit to
this effect is to be furnished in Schedule-E and information in Schedule-D.
50. It should be clearly understood that:

a) The joints of the bars are to be provided with lapping, welds or bolts nuts as well
be directed by the Engineer-in-charge.

b) Concrete test specimens 150mm × 150mm × 150mm in size (whether plain or


reinforced concrete) for the testing shall be taken for each structural member by
a representative of the contractor in the presence of responsible officer of the
rank not lower than that of an Assistant Engineer or sub-Divisional Officer. The
contractor shall bear t h e cost so involved in testing. The test specimen in cube
should be carried out in the Departmental Control and Research Laboratory
Cuttack or Rourkela. Test should be carried out in accordance with
the stipulation in Bridges code section-III.

c) Test specimens shall be formed carefully in accordance with the standard


method of taking test specimen and no plea shall be entertained later on the
grounds that the casting of the test specimen was faulty and that the result of the

Rourkela Smart City Ltd Page 29


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
specimen did not give a correct indication of the actual quality of concrete.
d) Plain c o n c r e t e and reinforced c o n c r e t e s p e c i m e n s will be tested in
Quality Control and Research Laboratory as per direction of Engineer -in-
charge. Cost of testing of all specimens and samples will be borne by the
Contractor.
51. The rates quoted should be inclusive of carriage of water required in connection
with execution of the work. No claim for carriage of water whatsoever will be entertained.

52. The contractor shall employ one or more Engineering Graduate or Diploma holders
as apprentice at his cost if the work as shown in the tender exceeds Rs.2,50,000.00.
The apprentices may be selected by the Chief Executive Officer, Rourkela
Smart City Limited. The period of employment will commence within one month
after the date of work order and would last till the date, when 90% of the work is
completed. The fair wage to be paid to the apprentices should not be less than the
emolument of personnel of equivalent qualification employed under Government.
53. List of tool & plants in running condition in possession of contractor is to be furnished
in a separate sheet.
54. It is the responsibility of the contractor to procure and store explosive
required for blasting operation if necessary. Department may render necessary
possible help for procuring license.

55. For submission of a tender for the work, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the work about the quality
and availability of the required quantity of materials, Medical aid, labour and Flood
stuff etc and that the rates quoted by him in the tender will be adequate to
complete the work according to the specifications attached thereto and that he had
taken in to account all conditions and difficulties that may be encountered during
its progress and to have quoted labour rates and materials with taxes, Octroi and
other duties lead, lifts, loading and unloading freight for materials and all other
charges necessary for the completion of the work to the entire satisfaction of
the Engineer-in-charge of the work and his authorized subordinates. After
acceptance of the contract rates RSCL will not pay any extra charges for any
reason in case the contractor finds later on to have misjudged the conditions as
regards the availability of materials, labour and other factors. The contractor
will be responsible for any misuse, loss or damages due to any reasons
whatsoever of any departmental material during the execution of work. In case of
loss, damage or misuse, recovery at the rate at 5 times the cost of the materials
will be deducted from the bills or his other dues.
56. The p r e v a i l i n g percentage of I.T. Department of the gross amount of the bill towards
income tax will be deducted from the contractor’s bill.
57. Deleted.
58. It must be clearly understood that under no circumstances any interest is chargeable for
the dues or additional dues if any payable for the work executed and final bill pending
disposal due to any reason whatsoever.
59. No extra payment will be made for removing spreading and consolidating salvaged
metals and materials.
60. Under section 12 of c o n t r a c t o r s labour (Regulation and Abolition) Act. 1970
the contractor who undertakes execution of work through labour should produce
valid license from licensing authorities of labour Department.
61. Performance Security:

61.1 If the rate quoted by the bidder is less than 15% of the tendered amount, then
such a bid shall be rejected and the tender shall be finalized basing on merits
Rourkela Smart City Ltd Page 30
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
of rest bids. But if more than bid is quoted at 14.99% (Decimals up to two
numbers will be taken for all practical purpose) less than the estimated cost, the
tender accepting authority will finalize the tender thorough a transparent lottery
system where all bidders / their authorized representatives, the concerned CEO
and CFO will remain present.

(Amendment t o Appendix-IX, Clause-36 of OPWD Code Vo l .-II by inclusion).


61.2 Additional performance security shall be obtained from the bidder when the bid amount is less
than the estimated cost put to tender. In such an event, the bidders who have quoted less bid
price/rates than the estimated cost put to tender shall have to furnish the exact amount as per
mentioned in below table i.e.

S.No Range of Difference between the Additional Performance Security to deposited


estimated cost put to tender and Bid by the Successful Bidder
amount

i Below 5% No Additional Performance Security

ii From 5% and above and below 10% 50% of (Difference between Estimated cost put
to tender and Bid Amount)

iii From 10% and above 150% of (Difference between estimated cost put
to tender and Bid Amount)

as Additional Performance Security in shape of Demand draft/ Bank Guarantee from Nationalised
Bank, Schedule Bank for validly of one year/ Term Deposit Receipt of Schedule Bank/ Nationalized
Bank pledged in favour of the Chief Executive Officer, Rourkela Smart City Limited and payable at
Rourkela before signing the Agreement. The additional performance security in any other from will
not be accepted. If the Contractor fails to complete the work, the amount so furnished as additional
performance security will be forfeited in addition to the other penal clauses, if any to be imposed.
RSCL has already been appointed Project Management Consultant to supervise “Flooring Work of
Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis.”and his role &
responsibility as follows :

• Project Planning and Construction Supervision


• Supervision Manual
• Design, drawings and tender specifications
• Material Testing Quality Control
• Environmental Protection and Safety during Construction
• Certification of Interim and final payments
• Contract Administration
• Operation & Maintenance Manual Approval
• As Built Drawing approval
• Certification in Defect Liability Period
• Any Contract Dispute and assist in case of Arbitration.

The contractor has to assist and obey the technical assistants and guidance’s of the
consultant.

62. Sample of all material - The contractor shall supply sample of all materials fully before
procurement for the work for testing and acceptance as may be requiring by
the concerned Engineer in Charge.
63. All reinforced cement work should conform to Odisha Detailed specification and should
Rourkela Smart City Ltd Page 31
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
be of proportion as per Contract Agreement having desired compressive strength
(in work test) in 15 Cm cubes at 28days, after mixing and test conducted in
accordance with IS 456 and IS 516.
64. Bailing out of water from the foundation , pipeline trenches S. Tanks / Soak pits/ Sumps/
M.H. etc. either rainwater or sub-soil water if necessary should be borne by the
contractor. No payment will be made for benchmarks . Level pillars , profiles and
benching and levelling the ground wherever required. The rates quoted should be f o
r finished items of works inclusive of these incidental items of work. It s h
ou ld b e understood clearly that no claims whatsoever would be entertained.
65. The tend ere r shall have to abide by the C.P.W.D. safety code rules introduced by the
Government of India, Ministry of work Housing and Supply in their standing order No-
44150 dt .25.11.57.

66. The Contractor w i l l have to su b m i t to the PMC monthly return of labour both s k i l l e d
and unskilled employed by him on the work.
67. All fittings for doors and windows P.H. & Electrical works as s u p p l i e d by the Contractor
should be of best quality and conform to relevant I.S. specification and should be
got approved by the Engineer-in-charge/PMC of the respective wing before they are
used on the work.
68. After completion of the work the contractor shall arrange at his own cost all
requisite equipments for testing buildings, if found necessary and bear the entire
cost of such test, including the inspection of Electrical Inspectorate.
69. The T e n d e r e r should furnish along with their tender 1. A list of works, which
are at present in their hand Schedule-F 2. List of w o r k executed
( Schedule le-C) in the prescribed proforma(s) enclosed herewith in appropriate
place of bid document.

70. All reinforced cement concrete works should be finished smooth Extra charges
for plastering if required to any R.C.C. structures like roof slab, Columns, Chajjas,
fins, parapets, shelves etc. shall not be paid.
71. Deleted
72. Deleted
73. The tenderer may at his option quote reasonable rate for each item of work carefully
so that the rate for one item should not be unworkable low and for others too high.
74. The contractor has t o arrange the samples of materials required for execution to be got
tested and approved by the Department before taking up the work and during course
of execution required from time to time. All such s a m p l e s will be tested at any of the
Govt. of Odisha /Govt. Of India accredited Laboratory, at the cost of the Contractor
with no extra cost to the Department.
75. If there is any damage to the work due to natural calamities like flood or cyclone or
any other cause during the course of execution of work or up to 12 months after
completion of work or if any, imperfection becomes apparent to the work within 12
months from the date of final certificate of completion of work the contractor shall
make good of all such damages at his own cost with no extra cost to the Department.
No claims, whatsoever, in this regard will be entertained.
76. The K. B. Bricks should be well burnt and of good qualities. The bricks should
be approved by the Engineer-in-Charge before use in the work and should confirm
to the minimum strength and other criteria as per National Building Code.
77. Under Section 1 of contract labour Regulation and Abolition Act 1970 the contractor who
undertakes execution of work through labour should produce valid license from
the licensing authority of labour Department.

Rourkela Smart City Ltd Page 32


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

78. Standard co-efficient for linear measurement will be adopted while calculating
consumption of steel and no claim whatsoever regarding difference in co-efficient
of steel will be entertained. The rates quoted shall be inclusive of any eventuality
of difference for co-efficient for linear measurements.

79. Engineer Contractor desirous to avail the facility of exemption of E.M.D is


required to submit an affidavit to the effect that he has not yet availed the facility /
participated in the tender for more than two works (Excluding this work) during the
current financial year. The name of work for which participated and the authority
to whom the tender was submitted must be mentioned in the affidavit, failing which
the tender will be rejected.

80. That for the purpose of jurisdiction in the event of disputes if any of the contract
would be deemed to have been entered in to within the State of Odisha and it is
agreed that neither party to the contract will be competent to bring a suit in regard
to the matter by this contract at any place outside the State of Odisha.

Rourkela Smart City Ltd Page 33


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

81. SPECIAL CONDITIONS (PART OF THE CONTRACT)


(I) All materials before they a r e being used in the i t e m s of work s as per t h i s
Schedule of quantities and also the finished items of work where tests
are applicable e shall h a v e to be tested through the Engineer-in-charge of
the respective wing at appropriate Laboratories according to the relevant I.S.
specifications of the materials and the said items of works and the cost of all
such tests shall have to be borne by the Contractor and the rates of the items of
works should be inclusive of cost of such tests.
(II) The tests h a v e t o be planned & carried out such t h a t the progress of work is not
hampered
(III) The tests are mandatory a s per the prescribed frequencies and I.S
specifications. However, these are not exhaustive and the Engineer-in-
charge/PMC has the r i g h t to p r e s c r i b e other required t e s t if any a s will
be considered from time to time.
82. In case of ambiguity between clauses of this D.T.C.N. and the P-1 contract form,
the relevant Clauses of the P-1 contract form shall prevail over the D.T.C.N. The
c l a u s e s not covered under P-1 contract form shall be governed by the clauses of the
D.T.C.N.
83. Schedule of quantities is accompanied in Cover-II (Price Bid). It shall be
definitely understood that the Government does not accept any responsibility for
the correctness or completeness of this schedule and that this schedule is liable
for alternation or omissions, deductions or alternations set forth in the conditions
of the contract and such omissions, deductions, additions or alternations shall no way
invalidate the contract and no extra monetary compensation, will be entertained.
84. In case of any complaint by the labour working about the non-payment or less p ayment
of his wages as per latest minimum Wages Act, the Engineer in Charge will have
the right to investigate and if the contractor is found to be in default, he may recover
such amount due from the contractor and pay such amount to the labour directly
under intimation to the local labour office of the Govt. The c o n t r a c t o r shall not e m p l
o y child labour. The decision of the Engineer in Charge is final and binding on the
contractor.

85. The contractor should arrange the materials like Steel, Cement, paint and bitumen
etc. of approved quality and specification at his own cost for completion of the work
with the time schedule. No extension of time will be granted on the application of the
contractor due to delay in procurement of materials.
86. Wastage of bars a n d unnecessary a r y lapping will not be considered for measurement
and payment).
87. The contractor i s required to pay royalty to Govt. as fixed from time of time and produce
such documents in support of their payment to the concerned Engineer in Charge
with their bills, falling which the amount towards royalties of different materials as
utilized by them in the work will be recovered from their bills and deposited in the
revenue of concerned department.

88. Trial Boring - The foundation level as indicated in the body of the drawings are purely
Tentative and f o r the g e n e r a l guidance only. The R S C L h a s no r e s p o n s i b i l i t y
for the suitability of actual strata at the foundation level. The contractor has to
conduct his own boring before starting the work and get the samples tested at his

Rourkela Smart City Ltd Page 34


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
own cost to ascertain the S.B.C. and cr edibility of the strata at founding level while
quoting his rates for tender the contractor shall take in to account of the above
aspects.
89. Any defects, shrinkage or other faults which may be noticed within 12 (Twelve
Month) months from the completion of the Construction work arising out of
defective or improper materials or workmanship timing are upon the direction
of the Engineer-in-Charge to be amended and made good by the contractor at
his own cost unless the Engineer for reasons to be recorded in writing shall be
decided that they ought to be paid for and in case of default Department may
recover from the contractor the cost of making good the works. The RSCL will
deduct retention money which will be Retention Money (5%) five percent
from each running bill after correction if any by RSCL + Additional
percentage to be deducted & withheld from each payment in voice after
correction , if any by RSCL for repair/replacement of the work during
defect liability period of 365 days from the date of completion of
original work. Performance Security or additional Performance s e c u r i t y
w i l l be r e l e a s e after the C o m p l e t i o n of work.
90. From the commencement of the works to the completion of the same, they are
to be under the contractors charge. The contractor is to be held responsible to
make good all injuries, damages and repairs occasioned or rendered necessary
to the same by fire or other causes and they hold the RSCL harmless for any
claims for injuries to person or structural damage to property happening from any
neglect, default, want of proper care or misconduct on the part of the contractor
or any one in his employment during the execution of the work. Also no claim
shall be entertained for loss due to earthquake, flood, cyclone, epidemic, riot
or any other calamity whether natural or incidental damages so caused will
have to be made good by the contractor at his own cost.
91. Gradation of ingredients: The coarse a n d fine aggregate shall meet the grade
requirement as per the latest provision of relevant. I.S. Code / I.R.C. code /
MoRT&H specifications.
92. Where it will be found necessary by RSCL, the Officer-in-Charge of the work shall
issue an order book to the contractor to be kept at the site of the work with
pages serially numbered. Orders regarding the work whenever necessary are to
be entered in this book by the Rourkela Smart City Corporation Limited Officer-
in-Charge with their dated signatures and duly noted by the contractor or his
authorized agents with their dated signature. Orders entered in thi s b o o k and
noted by t h e c o n t r a c t o r ’ s agent shall be considered to have been duly given
to the contractor for following the instructions of the Department. The order Book
shall be the property of the Rourkela Smart city Limited and shall not be
removed from the site of work without written permission of the Engineer In
Charge and to be submitted to the Engineer-in charge every month.
93. The contractor s h o u l d a t t a c h t h e certificate in t o k e n of payment deposit
with the registration authority as per recent circular of the Government relating
to his registration.
94. In case of any discrepancy in printing or omissions of statutory specifications or
any other part or portion of the approved document during download of the bid
document, the decision of the officer inviting the bid will be binding on the bidder.
95. The rates quoted by the contractor shall cover the latest approved rates of
SOR excluding GST i.e., Labours, Materials, P.O.L. and Royalties. Arrangement
Rourkela Smart City Ltd Page 35
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
of borrow areas i.e. Land, Approach Road to the building site etc. are the
responsibility of the contractor.
96. The rate for each work of concrete items wherever dewatering is imperatively necessary
the term dewatering shall mean the execution or operation of the items due to
standing water as well as due to percolation of water. The quoted rates will be inclusive
of this.
97. The contractor shall make requisition of claim book from the date of commencement
of the work from the RSCL and shall maintain in proper P.W.D. form with pages
serially numbered in order to record items of works are not covered by
his contract and claimable as extra. Claims shall be entered regularly in this
book under the dated signature of the contractor or his duly authorized agents
at the end of each month. A certificate should be furnished along with the claim
to the effect that he has no other claim beyond this claim up-to-date. If in any
month there are no claims to record, a certificate to that effect should be
furnished by the contractor in the claim book. Each claim must be defined and
should be given as for as possible regarding the quantities as well as the
total amount claimed. The claim book must be submitted by the contractor
regularly by 10th and 16th days of each month for orders of the Engineer-in- Charge
or competent authority. Claims not made in this manner or the claim book not
maintained from the commencement of the work is liable to be summarily
rejected. The claim book is the property of the Rourkela Smart city Limited and
shall be surrendered by the contractor to the Engineer-in-charge after
completion of the work or before recession of the contract by the
Department whichever is earlier for record.

98. Number of test s as specified in I.R.C. / MoRT&H / I.S.I specification required for
the construction of roads / bridges / buildings or any other structural works will be
conducted in any Govt. of Odisha /Govt. Of India accredited Laboratory to be
decided by the Engineer-in-charge. Testing charges including expenditure for
collection / transportation of samples /specimens etc. will be borne by the
contractor. The collection of samples and testing are to be conducted for both prior
to execution and during execution as may be directed by the Engineer-in-charge
and on both the accounts the cost shall be borne by the contractor.

99. Even q u a li fie d criteria are me t , the bidders can be disqualified for the following
reasons, if enquired by the Department

a) Making a false statement or declaration.


b) Past record of poor
performance.
c) Past record of abandoning the work half way/ recession of contract.
d) Past record of in-ordinate delay in completion of the work.
e) Past history of litigation.

100. In case the 1st lowest tenderer or even the next lowest tenderers

Rourkela Smart City Ltd Page 36


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
withdraw in series one by one, thereby facilitating a particular
tender for award, then they shall be penalized with adequate
disincentives with forfeiture of EMD unless adequate justification
for such back out is furnished. Appropriate action for black listing
the tenderers shall also be taken apart from disincentives against
the tenderer.
101. The following documents which are not submitted with the Bid,
will be deemed to be part of the Bid:
S.No. Particular
1 Notice Inviting tender
2 Instruction to the Bidder
3 Conditions of Contract
4 Contract data
5 Specifications
6 Drawings
7 Pre-Bid Meeting Minutes
102. ELIGIBILITY CRITER IA:
I.
To be eligible for qualification, applicant s shall furnish the followings. Non -
furnishing of the following particulars shall be treated as ineligible. The facility for
exemption ISD , either in full or in part ,as per instruction/guidelines of Govt. of
Odisha / OPWD Code/Govt of India/direction of Hon’ble Courts in India(with
specified limitation and liberty) can be availed by intending and eligible
class/category of Bidder( Contractors with Physical Disabilities/Engineer
Contractors/ ST or SC Contractors/Such other Agency(s) conferred with this
exemption facility if any). However this facility availed by any bidder for the above
mentioned work shall be treated as genuine and admissible / Accept able subject
to submission of required documentary evidence/support in hard copy
as described in DTCN and subsequent Verification of the same by RSCL..

II. Scanned copy of required Bid security diclartation as per the Clause No. 5 (i) and
Clause No.20 of DTCN.
III. Scanned copy of demand draft towards cost of tender paper as per Clause No.4 and
5(i) of DTCN.
IV. After the date & time of receipt of bid is over, the original Bid security and
Demand draft towards cost of Bid documents shall be submitted in the office of
the undersigned on or before date & time of opening of Bid as specified at
Contract data above, and as per date mentioned in contract Data during office
hours on working days failing which the bid will be rejected.

V. Scanned cop y of valid Registration Certificate, PAN card along with the tender
documents and the originals of all scanned documents & VAT clearance
certificate in form VAT 612/GST Clearance Certificate of the successful lowest
bidder only are to be produced within 5(five) days after opening of Cover-II of
the tender in the office of the Chief Executive Officer, RSCL otherwise his/her
bid shall be declared as non-responsive he will suspend/prohibit/debar/blacklist
from participating in bidding in any contract of the State for a minimum period of
180 days and /or Cancelation of Empanelment (registration of from OPWD) action
will be taken by the competent authority. In such a situation , successful L-2 bidder
will be required to produce his original documents for consideration of his tender at
the negotiated rate equal to L-1 bidder

Rourkela Smart City Ltd Page 37


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

VI. License criteria as per Clause No.8 of DTCN and Schedule-H need to be
furnished

VII. Joint Ventures are not accepted

1 Bidder/ Firm should furnish list of similar works executed during last five years
stating the Agreement No., date of commencement and completion,
actual date of completion duly certified by the employer. The certificate to
that e f f e c t has to be obtained from an officer not below the rank of Executive
Engineer concerned with the work under report in case of Govt. Project .The bidder
must have completed /Substantial Completed ( 8 0 % of awarded cost ) any one
or more Civil Work or other similar Project(s) in any one year during last five years
f o r m o n e m o n t h p r i o r b i d d u e d a t e up to value of Rs. 24.29 Lakhs
(Rs. Twenty Four Lakhs and Twenty Nine thousand)

Bidder should submit all the credentials along with all experience certificates. Copy of
Completion Certificate / Work order / Agreement any other d o c u m e n t in support
of successful completion of job along with Reference of person under w h o m j o b s
are executed. Substantial Completion shall be based on 80 (eighty) percent v a l u e
wise or more works completed under the contract and Completed value must be
equal or more of Rs. 24.29 Lakhs (Rs. Twenty Four Lakhs and Twenty Nine
thousand)

2 Deleted

Similar work of previous year will be escalated @10% per financial year (on
compound basis) shall be considered on the value of executed similar nature
of work shall be given additional weightage of percentage per year to bring
them to current price level to account for price escalation as illustrated below:
Year Similar work Effective cost executed work at previous
completed financial year’s price level
2017-18 E 1.61 x E
2018-19 D 1.46 x D
2019-20 C 1.33 x C
2020-21 B 1.21 x B
2021-22 A 1.10 x A
Note:

I. Scanned copy for information regarding current litigation, debarring


/ expelling of the applicant or abandonment of work by the
applicant in schedule “D” and scanned copy of affidavit to
that effect including authentication of tender docu ments in
schedule “E” & furnish the original affidavit in Schedule-E within
5 (five) working da ys of opening of Cover-II as per clause 49.
II. No Relationship Certificate in Schedule – A
III. List of projects under execution in Schedule-F
IV. List of projects executed that are similar in nature to the work as per
Schedule-
V. Affidavit of eligibility from schedule –K to O
VI. Certificate of employment of unemployed Engineering Graduate as
per format Schedule-G for Land Scape Development Agencies / Firms /
Architect Firm/Civil Contractor of B Class/Class A Regd. Contractor
VII. Undertaking of Bidder as per format Schedule G.
VIII. Declaration of relation in the Dept. if any in Schedule I

Rourkela Smart City Ltd Page 38


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
MOU with Electrical Contractor in Schedule –J
IX.
X.
List of equipment on Owned/lease basis in Schedule K
XI.
Affidavit for SC/ST Bidder in format
Schedule-L
XII. Affidavit for Physically Handicapped Bidder in format Schedule-M
XIII. Affidavit for Engineering Contractor in format
Schedule-N
XIV. Affidavit for Bidder not registered in EPFO in
format Schedule -O
XV. BID CAPACITY Declartion:- Not Applicable

103. Time Control :- (Vide Works Department Office Memorandum No.24716


dtd.24.12.2005 and No.8310 dtd.17.05.2006) Progress of work and Re-scheduling
programme.
a)
i. The Engineer-in-Charge shall issue the letter of acceptance to the successful
contractor.
The issue of the letter of acceptance shall be treated as c l o s u r e of the Bid process and
commencement of the contract.

ii. Within 15 days of issue of the letter of acceptance, the contractor shall
submit to the Engineer-in- Charge for approval a Programme showing
the general methods, arrangements, and timing for all the activities in the
Works along with monthly cash flow forecast.
iii. To ensure good progress during the execution of the work the contractors
shall be bound in all cases in which the time allowed for any work exceeds
one month to complete, 1/4th of the whole time allowed under the contract
has elapsed, ½ of the whole of the work before ½ of the whole time allowed
under the contract has elapsed, 3/4th of the whole of the work before 3/4 th of
the whole time allowed under the contract has elapsed.
iv. If at any time it should appear to the Engineer-in-Charge that the actual
process of the work does not conform to the programme to which consent
has been given the Contractor shall produce, at the request of the
Engineer-in-Charge, a revised programme showing the modifications to
such programme necessary to ensure completion of the works within the
time for completion. If the contractor does not submit an updated Programme
within this period, the Engineer-in-Charge may withhold the amount of 1%
of the contract value from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the
overdue Programme has been submitted.
v. An update of the Programme shall be a programme showing the actual
progress achieved on each activity and the effect of the progress achieved on
the timing of the remaining work including any changes to the sequence of the
activities.
vi. The Engineer-in-Charge’s approval of the Programme s h a l l not a l t e r the
C o n t r a c t o r ’ s obligations. The Contractor may revise the Programme and
s u b m i t it to the Engineer-in- Charge a g a i n at any time. A revised Programme
is to show the effect of Variations and Compensation Events

Rourkela Smart City Ltd Page 39


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

c) Extension of the Completion Date.

If the contractor fails to maintain the required progress in terms of clause-2 of


P-1 Contract or to complete the work and clear the site on or before the
contract or extended date of completion, he shall, without prejudice to any other
right or remedy available under the law to the Government on account of such
breach, pay as agreed compensation the amount calculated at the rates stipulated
below as the Municipal Commissioner (whose decision in writing shall be final and
binding) may decide on the amount of tendered value of the work for every
completed day / month (as applicable) that the progress remains below that specified
in Clause-2 of P-1 Contract or that the work remains incomplete. This will also
apply to items or group o f items for which a separate period of completion has b e e
n specified. Compensation @ 1.5% per month of for delay of work, delay to be
completed on per Day basis. Provided always that t h e total amount of compensation
for delay to be paid under t h i s condition shall not exceed 10% of the Tendered
Value of work or to the Tendered Value of the item or group o f items of work for
which a separate period of completion is originally given. The am o u n t of
compensation may be adjusted or set-off against any sum payable to the Contractor
under this or any other contract with the Government. In case, the contractor does
not achieve a particular milestone mentioned in contract data,
or the rescheduled milestone(s) in terms of Clause-2.5, the amount shown
against that milestone shall be withheld, to be adjusted against the compensation
levied at the final grant of extension of time. Withholding of this amount on f a i l u r e to
achieve a milestone shall be a u t o m a t i c without a n y n o t i c e to the contractor.
However, if the contractor catches up with the progress of work on the
subsequent milestone(s), the withheld amount sh all be released. In case the
contractor fails to make up for the delay in subsequent milestone(s),
amount m e n t i o n e d against each mileston e missed subsequently also shall be withheld.
However no in te r e s t whatsoever s h a l l be payable on such withheld amount.

d) Bonus for early completion


Deleted
e) Management meetings

i. Either t h e Engineer or the Contractor m a y require the other to


attend a management meeting. The business of management meetings
shall be to review the plans for remaining work and to deal with matters
raised in accordance with the early warning procedure.
ii. The Engineer shall record the business of management meetings and is to
provide copies of his record to those attending the meeting and to the
Employer. The responsibility of the parties for actions to be taken to be
decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.
Rescission of Contract (Amendment as per letter No.10639 dt.27.05.2005
of Works Department, Odisha):- To rescind the contract (of which rescission
notice in writing to the contractor under the hand of the Municipal
Commissioner shall be conclusive evidence), 20% of the value of left over
work will be realized from the contractor as penalty.

104. Building and other Construction Workers Welfare Cess @ 1% of the estimated cost
as per tender notification read with latest corrigendum if any will be

Rourkela Smart City Ltd Page 40


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
proportionately deducted from the contractor’s bill at the time of making payment of
each bill.
105. The tenderers are required to go through each clause of P.W.D. Form P-1 carefully
in addition to the clauses mentioned here in before tendering.

106. A Contractor may be black listed as per amendment made to Appendix XXXIV to
OPW D Code Vol.-II on rules for black listing of Contractors vide letter no.3365
dt.01.03.2007 of Works Department, Odisha.
As per said amendment a Contractor may be blacklisted
a) Misbehaviour/threatening of Departmental & supervisory officers during execution
of work/tendering process.
b) Involvement in any sort of tender fixing.
c) Constant non-achievement of milestones on insufficient and imaginary grounds
and non-adherence to quality specifications despite being pointed out
d) Persistent and intentional violation of important conditions of contract.
e) Security consideration of the State i.e. any action that jeopardizes the security of
the state.
f) Submission of false/ fabricated / forged documents for consideration of a tender.

107. The safety certificate of the E . I. work will be furnished by the agencies after
getting necessary verification from the electrical inspector / equally
competent authority responsible for the work prior to Energisation of the building.
108. Percentage rate contract (vide Works Department letter no.8310 dt.17.05.2006) In
case of percentage rate tender:-

i. The Contractor has to mention percentage excess or less over the estimated
cost (In figures as well as words) in the prescribed format appended to
the tender document.

ii. Contractors participated in the tender for more than one work may offer
conditional rebate. Rebate offer s u b m i t t e d in separate sealed envelope
shall be opened, declared and recorded first. The rebate so offered shall be
considered after opening of all packages called in the same Tender Notice.
The Contractors who wish to tender for two or more works shall submit
separate tender for each. Each tender shall have the Bid Identification No.,
Name & Sl. No. of the work (as per IFB) to which they refer, written on the
envelope.
iii. Only percentage quoted shall be considered. Percentage quoted by the
Contractor should be accurately filled-in figures and words, so that there is no
discrepancy.

1) If any discrepancy is found in the percentage quoted in words and


figures, then the percentage quoted by the Contractor in words shall
be taken as correct
2) If any discrepancy is found in the percentage quoted in percentage
excess/ less and the total amount quoted by the Contractor, then
percentage will be taken as correct.
3) The percentage quoted in the tender without mentioning excess or less
and not supported with the corresponding amount will be treated as
excess.
4) The percentage quoted in the tender without mentioning excess /
less supported with corresponding amount does not tally with either to

Rourkela Smart City Ltd Page 41


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
percentage excess or less then it will be treated as percentage excess.
5) The percentage quoted in the tender without mentioning excess
/ less supported with corresponding amount if tallied with the percentage
then it will be treated as to which side the amount tallies.

6) The C o n t r a c t o r will write p e r c e n t a g e excess/ less up to two


decimal points only.

7) The tender shall be written legibly and free from erasures, over writings
or corrections of figures. Corrections, over writings & interpolations
where unavoidable should be made by making out, initialing, dating and
rewriting.
iv. In the contract P1 time is the essence. The contractor is required to
maintain a certain rate of progress specify in the contract.

v. The quantity mentioned can be increased or reduced to the extent of


10% for individual items subject to a maximum of 5% over the estimated cost.
If it exceeds the limit stated above prior approval of competent authority is
mandatory before making any payment.
vi. The period of completion is fixed and cannot be altered except in
case of exceptional circumstances with due approval of next higher
authority.
vii. Bills for percentage rate tenders shall be prepared at the estimated rate for individual items
only and the percentage excess or less shall be added or subtracted from the gross amount
of the bill.
APPROVED
Chief Executive Officer
Rourkela Smart City Ltd.

Rourkela Smart City Ltd Page 42


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Tenderer (s) is/are requir ed to submit the information in the following


Schedules

SCHEDULE - A
CE RTIFICATE OF NO RE LATIONSHIP

/We hereby certify that I/We* am/are* related / not related(*) to any officer
of Rourkela Smart City Limited of the rank of Assistant Engineer & above and any officer
of the rank of Assistant /Under Secretary and above of the Works Department, Govt. of
Odisha I/We* am/are* aware that, if the facts subsequently proved to be false, my/our*
contract will be rescinded with forfeiture of E.M.D and security deposit and I/W e* shall be
liable to make good the loss or damage resulting from such cancellation.
(*) - Strike out which is not applicable

Signature of the
Tenderer Date:-
------------------------------------------------------------------------------------------------------------------------
-----

Rourkela Smart City Ltd Page 43


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

SCHEDULE – B
A. Brief Company profile

DESCRIPTION OR
SL.NO. PARTICULAR S Name of Bidder
DETAILS
1 Name of Bidder

2 Legal status of Bidder (company, Pvt. Ltd., LLP etc.)

3 Main business of the Bidder

4 Registered office address

5 Incorporation date and number

6 GST Registration Certificate ( State And Central)

7 PAN details
Primary Contact Person (Name, Designation, address,
8
mobile number, fax, email)
Secondary Contact Person (Name, Designation, address,
9
mobile number, fax, email)
10 Bid Security Declaration details
B. Certificate of Incorporation

(To be submitted by sole Bidders)

C. Financial Turnover
(To be submitted by Sole Bidder)

The financial turnover of the company is provided as follows as per Clause no 102 o f DTCN
2017-2018 2018-19 2019-20 2020-21 2021-22
(Y5) (Y4) (Y3) (Y2) (Y1)

Annual
Turnover

Copy of audited financial statements or declaration from the appointed Chartered


Accountant to be provided as proof of the financial turnover with UDIN no. on its
certificate.

Rourkela Smart City Ltd Page 44


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

SCHEUDLE – C

WORK EXPERIENCE

LIST OF SIMILAR NATURE OF PROJECTS EXECUTED AS PER CLAUSE NO 102 OF

i.
Name Name Contract Majo Date Stipulate Actual Reaso
of of price in r of d date of date of ns for
Employ locatio Indian Items starti completi compl delay
er n and Rupees/ of ng the on of the et ion in
name Agreeme work work work as of the startin
of nt no. s as per per work g/
work Agreeme Agreeme completio
nt nt n if any
1 2 3 4 5 6 7 8

ii.

S.no Name of the Year 1 Year-2 Year-3 Year-4 Year-5


Projects Code Total Receipt Total Receipt Total Receipt Total Receipt Total Receipt
from Project from Project from Project from Project from Project

1 A

2 B

3 C

Total Total of Year Total of Total of Total of Year Total of Year


1 Year 2 Year 3 4 5
Escalation

Total
(After Multiplying with)

Note: The above information is to be certified by the Engineer in Charge / Employer not below
the rank of Executive Engineer vide Completion Certificate.

Signature of the Tenderer

Rourkela Smart City Ltd Page 45


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Date.

SCHEDULE – D

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING EXPELLING OF


TENDERER OR ABANDONMENT OF WORK BY THE TENDERER

1 a) Is the tenderer currently Yes / No


involved in any litigation relating
to the works.
b) If Yes : given details:
2 Has the tenderer or any of its Yes / No
constituent partners been
debarred/ expelled by any
agency in India during the last 5
years.
3 a) Has the tenderer or any of its
constituent partners failed to
perform on any contract work in
India during the last 5 years.

b) If yes, give details

Note:
If any information in this schedule is found to be incorrect or concealed,
qualification application will summarily be rejected.

Signature of Tenderer

Rourkela Smart City Ltd Page 46


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

SCHEDULE – E
AFFIDAVIT

1. The undersigned do hereby certify that all the statements m ade in the required
attachments are true and correct.
2. The undersigned also hereby certifies that neither my / our firm / company / individuals
_ nor any of
its constituent partners have abandoned any road/ bridge/Irrigation /Buildings or
other project work in India nor any contract awarded to us for such works have
been rescinded during the last five years prior to the date of this bid.
3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or
Corporation to furnish pertinent information as d e e m e d necessary and a s r e q u e s t e d by
the D ep a rtme n t to verify this statement or regarding my (our) competency and
general reputation.

4. The undersigned understands and agrees that further qualifying information may be
requested and agree to furnish any such information at the request of the Department.

(Signature of Tenderer)
Title of Officer
Name of Firm
Date:

Original Affidavit sworn before Notary Public or Executive Magistrate\

Rourkela Smart City Ltd Page 47


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Schedule-F
EXISTING COMMITMENTS AND ON-GOING W ORKS:
i.

Value of
Name & works*
Value of Stipulated remaining Anticipated
Description Place & Contract Address
Contract Period of date of
of works State No. of to be
(`In lakh) Completion completion
Employer completed
(`In lakh)

ii.

S.no Name of the Year 1 Year-2 Year-3 Year-4 Year-5


Projects Total Receipt Total Total Total Receipt Total Receipt
Receipt Receipt from Project from Project
Code from Project
from from
Project
Project
1 A

2 B

3 C

Total Total of Total of Total of Total of Year Total of Year


Year1st Year 2nd Year 3rd 4th 5th
Escalation 1
1.10 1.21 1.33 1.46 1.61
=
Total
(After Multiplying with
escalation)

Rourkela Smart City Ltd Page 48


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Schedule-G

Certificate of Employment of Unemployed Graduate Engineer


Above A Class Contractors only)
I/W e herby certify that at present , the following Engineering Personnel are working with
me/in our firm/Company and their bio-data are furnished below:
:

S.N Name of Qualificatio Date Monthly Whether if they are


o. Engineering n of Emolume full superannuated/
Personnel Appointment nts time retired/dismissed or
appointed engageme removed personnel
for n t and from State Govt.
supervising continuous /Central Govt./
Contractor PSU/Pvt.
s work with Companies or any
Address one ineligible for
Government Service
1 2 3 4 5 6 7
2
3
4
5
6
7

Rourkela Smart City Ltd Page 49


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Schedule-H

UNDERTAKING

This is to certify that


1. My firm has neither been associated , directly or indirectly , with the Consultant or with
any other entity that has prepared the design ,specifications, and other documents for
the Project nor has any person associated with been proposed as Project manager for
the Contract.
2. My firm has not engaged any agency and any of its affiliates engaged by the Engineer in
Charge to provide Consulting services for the preparation or supervision of this work.
3. My firm has not engaged any Engineer of Gazetted rank employed in Engineering
or Administrative duties in an Engineering Department of the Government of
Odisha or other Gazetted Officer retired from Government Service during last
two years without prior permission of the Government of Odisha in wining before
submission of this tender. I am aware that my contract is liable to cancelled
if either i or any of my employees is found any time to be such a
person who had not obtained the permission of the Government of Odisha as
aforesaid.
4. I/W e have visited the site and have fully acquainted with the local condition
regarding the materials labour and factors pertaining to work for completion in all
respect before submitting the tender.
5. I/W e have carefully studied the conditions of the Construction ,specification,
contract condition and all other documents relating to this work and agree to execute the
same accordingly.

6. I/W e solemnly pledge that I/W e shall sincere in discharging my/our duties as
responsible contractor and complete the work within the prescribed time limit. In case
there are deviation from the Construction Programme , I/W e shall abide by the decision
of Engineer –In-Charge for revision of programme and arrange for the labours,
materials, equipments etc accordingly.
7. In the event of award of the work to me/us. I/We undertake the entire responsibility for
the structural stability to reconstruct/replace the whole or part of the Component of the
structure in the event of failure or improper functioning /Improper Construction within a
period of one year from the date of completion without asking extra payment from the
account of department.

8. Deleted

9. In case of vaiolation of contents of department’s tender documents in shape of extra


conditions or in any form , my offer/tender shall be rejected by the department without
any intimations to me/us.

Signature of the Tenderer

Date:

SCHEDULE – I

Rourkela Smart City Ltd Page 50


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

RELATIONSHIP DECLARATION
To,

Chief Executive officer,


Rourkela Smart City Limited
Subject: (Name of Work”…………… Bid reference number)

Sir,

Pursuant to clause 2 of the ITB, it is to inform that I have relative(s) employed as an


Officer in the r a n k o f an Assistant Engineer/Under Secretary under the

Department. His (Their) details are as follows.


Relationship

Name:

Office

Address

Pursuant to clause 2 of the ITB, I am to submit herewith the names of persons who are
working under my firm having near relatives to any gazetted officer in the rank of an
Assistant Engineer/Under Secretary in the Department.
S.No Name of the my Presently Details of his relatives working in
employee and his designation working at the
in the firm Department
Relationship
Name:
Designation
Office
Address
Relationship
Name:
Designation
Office
Address
I am also duty bound to inform the relationship of any subsequent employment with any gazetted
officer in the rank of an Assistant Engineer/Under Secretary in the

Department. I am aware that any breach of this condition would render my firm liable for penal
action for suppression of facts.
Yours Sincerely
Signature of the Tenderer

Rourkela Smart City Ltd Page 51


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

SCHEDULE – J

Not Applicable

Rourkela Smart City Ltd Page 52


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Schedule-K
Information (Machineries owned/possessed on lease/hire) Details of machinery possessed
owned / leased/ hired

SL Name of the Machineries No of Machineries Owned/Hired/Leased


No
1 Water Tanker 1
2 Granite Machin 5

NB. Scan copies of Owned or leased or hired receipts/Agreements of the


above machineries must be uploaded into Technical Cover.

Rourkela Smart City Ltd Page 53


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Schedule-L
AFFIDAVIT
(Applicable for SC/ST Bidders)

1. I, Sri/Smt/Ms……… ……………………………………,Son/Daughter/Wife of …………..,


hereby declare that;

a. I am a registered ………..Class ST/SC C o n t a c t o r under G o v t . of Odisha


Or
b. The Partnership Firm/PrivateLtd. Company named/titled, as “….…………… ………………”
is a registered SC/ST Contractor under G o v t . of Odisha within the ambit specified in
Works Department Resolution No. 27748 dt. 11.10.77 and I,
Sri/Smt/Ms………………………..……… …… …, Son/ Daughter/ Wife of ……………..,
is authorized signatory on behalf of the Firm/Company (scanned authorization
copy with my signature duly certified and attested/identified has been submitted on-line
with our tender).
[Tick (a) or (b) above whichever is applicable and fill up accordingly.]

2. As per Works Department, Govt. of Odisha Resolution No.27748 dt.. 11.10.77, I/My
Firm am/is entitled for exemption of 50% ISD and accordingly, I/My Firm have/has
submitted tender for the work.
3. I/My Firm hereby submit willingness to avail price preference as ST/SC category
Civil Contractor as entitled in the aforesaid resolution.
4. Necessary documentary evidence(s) as prescribed in the Tender Notice at * in support
of my/our aforesaid claim for exemption of ISD have/has been duly up-loaded on-
line/submitted along with my/our tender for the aforesaid work.
5. In addition to those, other documents and original(s), as required by CEO, RSCL to
sustain my/our aforesaid claim shall be submitted by me/us within a week from
the date of instruction/intimation of CEO,, RSCL through telephone/letter/e-mail failing
which my/our tender shall be liable for rejection .
(*) –Strike out which is not applicable.

(Deponent)
(Signature of the Tenderer/Authorised Signatory in
case of
Partnership Firm/Company with Seal of the
Firm/Company) Original Affidavit sworn before Notary Public or
Executive Magistrate

Rourkela Smart City Ltd Page 54


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Schedule-M
AFFIDAVIT
(Applicable for Contractors with Physical Disabilities)

1. , Sri / Smt / Ms ……………………………………………,Son / Daughter / Wife of …………


….., hereby declare that I am a registered ………..Class Contactor with Physical
Disabilities within the ambit prescribed in Works Department, Odisha- Resolution No.23934
dt.8.11.91

2. As per the said Resolution, I am entitled for exemption of ISD and accordingly , I have
submitted tender for the work.

3. Necessary documentary evidence(s) as prescribed in the Tender Notice at in support


of my aforesaid claim for exemption of EMD & ISD have/has been duly up-loaded on-
line/submitted along with my tender for the work.
4. In addition to those, other documents and original(s), as required by CEO, RSCL to
sustain my aforesaid claim shall be submitted by me within a week from
the date of instruction/intimation of CEO, RSCL through telephone/letter/e-mail
failing which my tender shall be liable for rejection.

(Deponent)

Original Affidavit sworn before Notary Public or Executive Magistrate

Rourkela Smart City Ltd Page 55


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Schedule-N

AFFIDAVIT
(Applicable for Engineer Contractors Intending to Avail Ex e mp tio n of EMD & ISD as per
OPWD Code)

1. I, Sri/Smt/Ms………………………………….. hereby declare as the


Contractor/as the authorized signatory on behalf of the
Contractor,”…………………………………..”(Strike out whichever is not
applicable) do hereby solemnly affirm and state as follows.
2. That, I/we am/are a registered ………….. Class Engineer

Contractor
3. That, I/we herewith claim exemption of EMD during the
Year……………. For participation in the tender for this work.

4. That, I/we have not exhausted the facility available to me/us an Engineer Contractor
during the year…………. for exemption of EMD & ISD as per Works Deptt. Guideline
& OPW D Code.
5. That, I/we shall ensure production of my/our valid Original Contractor’s
Registration Certificate (license) after or during opening of bids (as per direction
of CEO, RSCL for the above work for verification and also for subsequent
entry of exemption of EMD and ISD (if selected as the contractor for this work
and availed the exemption of EMD and ISD in my/our license as per direction of
CEO,RSCL, within such time as directed by him failing which action, as decided by
RSCL, may be taken against me/us and appropriate steps may be taken by RSCL
to facilitate execution of the tendered work

(*)- Strike out which is not applicable

(Deponent)

(Signature of the T e n d e r e r /Authorised Signatory in case of


Partnership Firm/Company with Seal of the
Firm/Company)

Original Affidavit sworn before Notary Public or Executive Magistrate

Rourkela Smart City Ltd Page 56


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Schedule-O
Affidavit
(Applicable for the Bidder not registered under EPF)

I, Sri/Smt/ Ms............................................................................hereby declare as the Contractor


/as the authorised signatory on behalf of the Contractor
.........................................................................(Strike out whichever is not applicable)
do hereby solemnly affirm and state as follows.

1. That as on date, I/W e am/are not registered with RPFC(Regional Provident


Fund Commission) and solemnly affirm that, I/W e shall follow the “ Employees
Provident Fund and Misc Provision Act, 1952 & Rules /Schemes” made there under,
in case the work is awarded to me/us
2. That I/We shall submit, after execution of work and before payment of any bill, the
detail list of labours, such as

a) Name:
b) Father’s name:
c) Place of Permanent Residence:
d) Statement of W ages paid to them till the completion of the Work

3. The RSCL Authority will be at liberty to deduct 26% of the labour component amount
of the Contract & shall retain it as an additional security with RSCL.
4. That. In case I/W e submit the EPF Registration Certificate, then the said additional
security shall be released to me /us by RSCL without any interest subject to fulfilment
of other Compliances/conditions.
5. That , this affidavit is required to be produced before the authority of Rourkela
Smart City Limited for tender purpose.

That the facts stated above are true to the best of my /our knowledge.

(Deponent
(Signature of the Tenderer/Authorised Signatory in case of Partnership
Firm/Company with Seal of the Firm/Company)

Original Affidavit sworn before Notary Public or Executive Magistrate

Rourkela Smart City Ltd Page 57


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
ANNEXURE-I
FORM OF AGREEMENT
(First page to b e filled up and signed in non –judicial stamp paper of worth
Rs.100/-)

This contract made on Dt……………………between Rourkela Smart City


Limited (RSCL) , hereinafter called “ the employer” and ……………………..( name and
address of the selected bidder), hereinafter called “the Contractor”

Whereas, the employer is desirous that the Contractor shall execute;“ Flooring Work of Tribal
Museum (rOURkela-One) in Rourkela on Percentage Rate Basis”.

vide Bid Reference no……… ……/Dt…… …,,,,,,,(hereinafter called “the work”) and the
employer has accepted the bid of the Contractor for execution and completion of such works
and rectifications of defects , if any, at an accepted
tender/contract price of Rs………………………… ………….(Rupees ) only.

Now, therefore, it is herby agreed upon by RSCL and the Contractor as follows:

1. In this contract, words and expressions shall have the same meanings as
are respectively assigned to those in this DTCN and the Contract form as a whole.
The DTCN and agreement shall be deemed to form and be read as construed as part
of this contract with a view to maintaining the sanctity of this contract for successful
execution and completion of the work unless otherwise clarified/redefined at a later
stage during the Contract remains in force including the defect liability period.
2. In consideration of the payments to be made by the employer, the Contractor herby
covenants with the employer to execute and complete the work and rectify the defects
therin, if any , in conformity with the provisions of this contract.
3. The employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the work and for rectification of defects , if any , wherein the contract
price or such other sum, as may become payable under the provisions of the contract
and in the manner prescribed under this Contract.
4. The following documents shall be deemed to form, read and construed in
conjunction with other portions/clauses/conditions of this contract and DTCN.

I. DTCN invited for the work including the Short Notice


II. Contractor’s Bid and negotiation correspondence , if any
III. Letter of Acceptance/Letter of Intent for the W ork(LOA/LOI)
IV. Notice to proceed with the work (Work Order) to be issued by
RSCL and subsequent instructions of RSCL to the selected
Bidder subject to confirmation of the same, if required , by RSCL
through written notice to the selected bidder.
V. P1 Agreement which includes Items, Quantities, Rates and Amounts of the
work to be duly signed by RSCL and the Contractor.
VI. Copy of agreements drawn by the contractor with electrical Contractor
vide scope of work of DTCN for Electrical Works.
VII. Instruction/intimation of RSCL for execution of extra work/item/quantity
found essential for the work and corresponding rates not
covered in the agreement/DTCN /Financial Bid and also
curtailment/exclusion of any items of the Financial Bid from execution.
VIII. Drawing, design, work programme or part thereof submitted by the
Rourkela Smart City Ltd Page 58
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
contractor and duly approved by RSCL with or without modification.
IX. Letter/ Intimation/ Instruction( including physically and over telephone) of
RSCL for repair/replacement/ defect rectification, if any, with respect to modified
quality/specification for such repair/ replacement/ defect rectification work and
allowed time to accomplish the same either during the execution of the work
or during the defect liability period of 365 days from the officially
declared /notified/noted date of completion of the whole work including
additional/curtailed items/ quantities of the work as per direction of RSCL.
RSCL reserve the right to declare/ note the date of completion of the original
work and date of expiry of defect liability period which will be binding upon the
Contractor.

In witness whereof , the aforesaid two parties have entered into this contract
on the date mentioned above.

Binding Signature of Employer signed by……………………..


(for and on behalf of Rourkela Smart City Limited-Employer)

Binding Signature of Contractor signed by…………..


(authorised signatory in case of firm/company with applicable authorisation
letter/declaration attached to this Contract)

In presence of witnesses
1. Name:
Address:
Tel No: Signature
2. Name:
Address:
Tel No: Signature

Signature of Contractor Signature of Employer


(Authorised Signatory with Seal) (Authorised Signatory with Seal)
(Authorised Signatory with Seal)

Annexure - II

Form of Bid Security Declaration


(Refer DTCN Clause 20)

Rourkela Smart City Ltd Page 59


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Letter head of the Bid –
Date
Name of the Project Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on
Percentage Rate Basis.
Bid No.

To

Chief Executive Officer,


Rourkela Smart City Ltd.
Udi
(Insert complete name and address of the Authority/Employer/Tender Inviting Authority)

We, the undersigned declare that:

1. We understand that, according to your conditions, bids must be supported by a Bid Security
Declaration.
2. We accept that the Authority/Employer/Tender Inviting Authority shall cancel our
Empanelment (registration of OPWD) and / or suspend/prohibit/debar/blacklist from participating in
bidding in any contract of the State for a minimum period of 180 days, if we are in breach of our
obligation(s) under the bid conditions, because we:
(a) Have withdrawn out Bid prior to the expiry date of the bid validity specified in the letter of Bid
or any extended date provided by us; or
(b) Having been notified of the acceptance of our Bid by the Employer prior to the expiry date
the bid validity in the Letter of Bid or any extended date provided by us,
(i) Failure of use to furnish the Performance Security and Additional Performance
Security, if required in accordance DTCN/Terms of the Bid Document, or
(ii) Fail to agree to the decisions of the contract negotiation meeting or
(iii) Failure refuse to execute the Contract.

3. We understand this Bid Security Declaration shall expire, if we are not the successful
Bidder, upon the earlier of your notification of the name of the successful Bidder through award of
contract;
or
(ii) after the expiry date of the Bid validity.
Name of the Bidder____________________________________________
Name of the person duly authorized to sign the Bid on behalf of the Bidder_______________
Title of the person signing the Bid _______________________________________________
Signature of the person named above ____________________________________________
Date signed ____________________________ day of_______________________________
• In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder- NA
• Person signing the Bid shall have the power of attorney given by the Bidder attached to the
Bid.(In case of Partnership firm/Company/LLP/ Cooperative society

Rourkela Smart City Ltd Page 60


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
Annexure-III
All Financial Transaction Related to the Project must be abide with the Following
Instruction
Category-1(Banks with composite score 50 and above with Brancheds 100 and
above)
As per Govt. of Odisha Finance Department No. 22857 /F Dt.19.08.2021 or any
amendment “Selection of Banks for handling business and deposits of State Public
Sector Undertakings (SPSUs) and State Level Autonomous Societies (SLASs) for
the years 2021-22 followings banks have been selected for handling Business &
Deposits (Copy attached) for Ref.:-
Public Sector Banks Private sector banks
1 State Bank of India 14 Axis Bank Ltd
2 Punjab National Bank 15 ICICI Bank
3 UCO Bank 16 Bandhan Bank
4 Union Bank of India 17 HDFC Bank
5 Indian Overseas Bank RRBs & OSCB
6 Canara Bank
7 Indian Bank
8 Bank of India 15 Odisha Gramya Bank
9 Bank of Baroda 16 Utkal Grameen Bank
10 Central Bank of India 17 Odisha State Co-Op. Bank
Category-II (Bank with composite secore 60 and above with Branches 50-99)
Private Sector Bank Small Finance Bank
18 Indusland Bank 19 Suryodaya SFB

Rourkela Smart City Ltd Page 61


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Annexure-IV
FORM OF BANK GUARANTEE
[Performance Security/Additional Performance Security]
To
_____________________________________ [name of Authority]
_____________________________________ [address of Authority]
WHEREAS________________________________________[name and address of Contractor]
(hereafter called the “Contractor”) has undertaken, in pursuance of Letter of Acceptance (LOA)
No. _______________Dated_____________ for construction of
________________________________[name of the Project] (hereinafter called the “Contract”).
AND WHEREAS the Contract requires the Contractor to furnish an {Performance Security/
Additional Performance Security} for due and faithful performance of its obligations, under and
in accordance with the Contract, during the {Construction Period/ Defects Liability Period and
Maintenance Period} in a sum of Rs….. Lakhs. (Rupees ………..….. Lakhs) (the “Guarantee
Amount”1).
AND WHEREAS we, ………………….. through our branch at …………………. (the “Bank”)
have agreed to furnish this Bank Guarantee (hereinafter called the “Guarantee”) by way of
Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor’s obligations during the {Construction Period/ Defects
Liability Period and Maintenance Period} under and in accordance with the Contract, and
agrees and undertakes to pay to the Authority, upon its mere first written demand, and
without any demur, reservation, recourse, contest or protest, and without any reference to
the Contractor, such sum or sums up to an aggregate sum of the Guarantee Amount as the
Authority shall claim, without the Authority being required to prove or to show grounds or
reasons for its demand and/or for the sum specified therein.

2. A letter from the Authority, under the hand of an officer not below the rank of General
Manager of Rourkela Smart City Ltd., that the Contractor has committed default in the due
and faithful performance of all or any of its obligations under and in accordance with the
Contract shall be conclusive, final and binding on the Bank. The Bank further agrees that
the Authority shall be the sole judge as to whether the Contractor is in default in due and
faithful performance of its obligations during and under the Contract and its decision that
the Contractor is in default shall be final and binding on the Bank, notwithstanding any

1
Guarantee Amount for Performance Security and Additional Performance Security shall be calculated as per
Contract.
Rourkela Smart City Ltd Page 62
Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
differences between the Authority and the Contractor, or any dispute between them
pending before any court, tribunal, arbitrators or any other authority or body, or by the
discharge of the Contractor for any reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank
were the principal debtor and any change in the constitution of the Contractor and/or the
Bank, whether by their absorption with any other body or corporation or otherwise, shall
not in any way or manner affect the liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Contract or
to extend the time or period for the compliance with, fulfillment and/ or performance of all
or any of the obligations of the Contractor contained in the Contract or to postpone for any
time, and from time to time, any of the rights and powers exercisable by the Authority
against the Contractor, and either to enforce or forbear from enforcing any of the terms and
conditions contained in the Contract and/or the securities available to the Authority, and
the Bank shall not be released from its liability and obligation under these presents by any
exercise by the Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Contractor or any other forbearance, indulgence, act or omission
on the part of the Authority or of any other matter or thing whatsoever which under any
law relating to sureties and guarantors would but for this provision have the effect of
releasing the Bank from its liability and obligation under this Guarantee and the Bank
hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the
Contract or for the fulfillment, compliance and/or performance of all or any of the
obligations of the Contractor under the Contract.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 8 below and unless a demand or claim in writing is
made by the Authority on the Bank under this Guarantee all rights of the Authority under
this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.

8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand or claim
under this Guarantee is made in writing before expiry of the Guarantee, the Bank shall be
discharged from its liabilities hereunder.

$
Insert date at least 12 (Twelve) Month from the date of issuance of this Guarantee (in accordance with Clause 29 of
the DTCN).

Rourkela Smart City Ltd Page 63


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has
the power to issue this Guarantee and the undersigned has full powers to do so on behalf of
the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed
to the Bank at its above referred branch, which shall be deemed to have been duly authorized
to receive such notice and to effect payment thereof forthwith, and if sent by post it shall be
deemed to have been given at the time when it ought to have been delivered in due course
of post and in proving such notice, when given by post, it shall be sufficient to prove that the
envelope containing the notice was posted and a certificate signed by an officer of the
Authority that the envelope was so posted shall be conclusive.

11. This Guarantee shall come into force with immediate effect and shall remain in force and
effect for up to the date specified in paragraph 8 above or until it is released earlier by the
Authority pursuant to the provisions of the Contract.

12. This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article
15(a) is hereby excluded.
13. This guarantee shall also be opera table at our……………….. Branch at Rourkela , from
whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked and
payment thereunder claimed, the said branch shall accept such invocation letter and make
payment of amounts so demanded under the said invocation
14. Bank Detail of Rourkela Smart City Ltd.
S.No. Particulars
1 Name of Bank State Bank of India
2 Name of Branch Udit Nagar Branch
3 A/c No 36450132867
4 Type of A/c Saving Bank A/c
5 IFSC SBIN0007474

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

Rourkela Smart City Ltd Page 64


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
(Designation)

(Code Number)

(Address)

Rourkela Smart City Ltd Page 65


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis

Annexure-IV
Format for Power of Attorney for signing of BID
(Refer Clause Annexure-II)
Know all men by these presents, We…………………………………………….. (name of the firm
and address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms (name), …………………… son/daughter/wife of
……………………………… and presently residing at …………………., who is presently
employed with us/ the Lead Member of our Joint Venture and holding the position
of……………………………. , as our true and lawful attorney (hereinafter referred to as the“
Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or
required in connection with or incidental to submission of our BID for the “Flooring Work of
Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis.” Project proposed or
being developed by the Rourkela Smart City Ltd. (the “Authority”) including but not limited to
signing and submission of all applications, BIDs and other documents and writings, participate in
Pre-BID and other conferences and providing information/ responses to the Authority,
representing us in all matters before the Authority, signing and execution of all contracts including
the agreement and undertakings consequent to acceptance of our BID, and generally dealing with
the Authority in all matters in connection with or relating to or arising out of our BID for the said
Project and/ or upon award thereof to us and/or until the entering into of the EPC Contract with
the Authority. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all
acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise
of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.

IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..

For …………………………..
(Signature, name, designation and address)
of person authorized by Board Resolution
(in case of Firm/ Company)/ partner in case
of : Partnership firm “Copy enclosed”
Witnesses

1.

Rourkela Smart City Ltd Page 66


Bid for Flooring Work of Tribal Museum (rOURkela-One) in Rourkela on Percentage Rate Basis
2.

Accepted

……………………………

(Signature)

(Name, Title and Address of the Attorney) (Notarised)

(Person identified by me/ personally appeared before me/)

Attested/ Authenticated*

(*Notary to specify as applicable)

(Signature Name and Address of the Notary)

Seal of the Notary

Registration No. of the Notary

Date:………………

Rourkela Smart City Ltd Page 67


Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

SCOPE OF WORKS & SPECIFICATIONS

For

Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage


Rate Basis

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 69
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

TECHNICAL SPECIFICATIONS OF FLOORING WORK IN DISPLAY AREAS OF TRIBAL


MUSEUM (rOURkela One)

1.0 CIVIL WORKS


1.1 SCOPE
Scope of work includes:

1.2 General
The scope of works consists of preparation of Flooring work in Display areas and hall of Hockey
area of Tribal Museum (rOURkela One) .

The scope of work covered in this tender shall be as per the Bill of Quantities, specifications,
drawings, instructions, orders issued to the contractor from time to time during the pendency of
work. The drawings for this work, which may be referred for tendering, provide general idea only
about the work to be performed under the scope of this contract

The Work Shall be executed on Preparation of Working Drawings, Procurement and Construction
Basis. Details and drawings given in Tender document is for information purpose only and
successful bidder shall undertake confirmatory survey for accuracy and completeness of data. It is
in scope of successful Bidder to undertake all Site surveys,

The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative only and
may vary depending upon the actual requirement. The contractor shall be bound to carry out and
complete the stipulated work irrespective of the variation in individual items specified in the bill of
quantities. The variation of quantities will be governed as per conditions of contract.

Drawings are attached in the Tender Notification on the basis of this Contractor has to prepare GFC
and submit for approval etc.

The cost incurred for the survey, investigations, design and drawings is deemed to include in the
overall quoted price and no additional payment shall be made on account of this.

1.3 CIVIL AND STRUCTURAL WORKS


 Flooring of Display area :

In the Ground floor and second floor display area the lakha red granite are used.

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 70
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

Lakha Red Granite :

 Lakha Red Granite carries smooth textures having red background and waves of multi-coloured micro
particles that make this stone very eye catching. Red is the color of success and thus this color is highly
prized and extensively used in South East Asia for its eye catching color. Lakha Red Granite provide
uncompromising beauty and elegance, and is naturally durable and easy to clean. Lakha Red Granite slabs
are stain, heat and bacteria-resistant. In fact, it is one of the strongest stone or rock formation in the earth. It
comes from molten magma under the crusts of the earth. In such setting, Lakha Red Granite would be a
great material. Lakha Red Granite slabs are extremely hard and durable and highly stain, scratch and heat
resistant. Though the red colour of the granite is similar to the terracotta colour, so that as per the design of
the tribal art which is in white colour artwork we finalized the lakha red granite. As it is a culturally
significance building and public accessible building the flooring material should be hard and durable and
highly stain, scratch and heat resistant.
 The micro particles should not be multi-colour grains and less grains of dark colour.
 Providing and fixing the granite in floors treads or steps and landing on 25mm thick bed of cement mortar
1:1 (1 cement : 1 sand) jointed with neat cement slury mixed with pigment to match the shades of the tiles
including rubbing and polishing complete including cost of granite.
 Granite stone has not more than 0.4 sqm and 20mm thick grade-1 quality of Lakha red for ground
floor and second floor.
 The skirting should be 4 inch to 6 inch in size.
 The size of the granite slab should be maximum size as per the availability of the source area.
 The installation method of the granite should be proper with skilled workmanship.

SPC FLOORING :

 SPC is similar to luxury vinyl flooring in how it’s constructed, but there are a few important differences
that you’ll need to know about before you can comprehensively compare SPC brands. Here are the layers
typically found in SPC flooring from top to bottom.
 UV Topcoat – UV rays can cause significant issues with natural hardwood flooring, but it’s also
not ideal for surfaces like linoleum or SPC boards. Planks in the premium class typically come
with some extra protection in the form of a UV topcoat, which helps combat discoloration from
the sun.
 Wear Layer – While you may not find UV protection on every brand of SPC flooring, all boards
or tiles will have a wear layer. This is the most important layer in terms of protection, and a good
thick wear layer can keep your flooring looking like new years after it’s been installed.
 Image Layer – SPC flooring may have a unique core, but it’s still has a vinyl image layer. This
gives your flooring the appearance of wood or stone, and more expensive brands tend to have
more realistic products. In some cases, the design or image layer is directly applied to our next
option.

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 71
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

 The Core – This is what makes SPC flooring unique, and provides extra stability underfoot. The core
of SPC flooring is made from a mixture of limestone and stabilizers, which increases its rigidity. These
dense boards can withstand impacts that would dent regular LVP, which makes them the perfect choice
for areas in your home with heavy traffic or even in commercial settings.
 Backing Layer – On the bottom of each board is a backing layer. It’s usually made from cork,
although foam is still a popular choice in the budget-friendly range. A thick, high-quality backing layer
can increase the price, but can also provide more comfort and insulation.
 The SPC flooring of supplying, fitting and fixing 4mm thick SPS flooring of size 182mm x 1220mm of
approved make including 4mm foam as bottom layer complete.

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 72
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

PROCEDURE UNDER E-TENDERING

INSTRUCTIONS TO APPLICANTS

DEFINITIONS:

a) Tender portal: The e-Procurement Portal of Government of Odisha introduced for the process of e-
Tendering which can be accessed on https://www.tendersodisha.gov.in.
b) Use of valid Digital Signature Certificate of appropriate class (Class II or class III) issued from
registered certifying authorities (CA) as stipulated by Controller of Certifying Authorities (CCA),
Government of India such as n- Code, Sify, TCS, MTNL, e-Mudhra is mandatory for all users.
c) For all purpose, the server time displayed in the e-Procurement portal shall be the time to be followed
by all the users.
Words in capital and not defined in this document shall have the same meaning as in the Request for
Proposal (“BID”).
1. PARTICIPATION IN BID:

1.1 PORTAL REGISTRATION:

The Contractor/Bidder intending to participate in the bid is required to register in the portal using his/her
active personal/official e-mail ID as his/her Login ID and attach his/her valid Digital signature certificate
(DSC) to his/her unique Login ID. He / She has to submit the relevant information as asked for about the
firm/contractor. The portal registration of the bidder/firm is to be authenticated by the State Procurement
Cell after verification of original valid certificates/documents such as (i) PAN and (ii) Registration
Certificate (RC) / VAT Clearance Certificate (for procurement of goods) /GST Certificate of the
concerned bidder. The time period of validity in the portal is at par with validity of RC/ VAT
Clearance/GST Certificate. Any change of information by the bidder is to be re authenticated by the State
Procurement Cell. After successful authentication bidder can participate in the online bidding process.

1.2 Bidders participating through Joint Venture shall declare the authorized signatory through
Memorandum of Understanding duly registered and enroll in the portal in the name and style of the Joint
venture Company. It is mandatory that the DSC issued in the name of the authorised signatory is used in
the portal. For participating in the tender, the authorized signatory holding Power of Attorney shall be the
Digital Signatory. In case the authorized signatory holding Power of Attorney and Digital Signatory are
not the same, the bid shall be considered non-responsive.

1.3 Any third party/company/person under a service contract for operation of e- Procurement system in
the State or his/their subsidiaries or their parent companies shall be ineligible to participate in the
procurement process that are undertaken through the e-Procurement system irrespective of who operates
the system.

2. LOGGING TO THE PORTAL:

The Contractor/Bidder is required to type his/her Login ID and password. The system will again ask to
select the DSC and confirm it with the password of DSC as a second stage authentication. For each login,
a user’s DSC will be validated against its date of validity and also against the Certificate Revocation List
(CRL) of respective CAs stored in system database. The system checks the unique Login ID, password
and DSC combination and authenticates the login process for use of portal.

3. DOWNLOADING OF BID:

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 73
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

The bidder can download the tender of his choice and save it in his system and undertake the necessary
preparatory work off-line and upload the completed tender at his convenience before the closing date and
time of submission.

4. CLARIFICATION ON BID:
The bidder may ask question related to tender online in the e-procurement portal within the period of
seeking clarification. The Officer inviting the bid /Procurement Officer-Publisher will clarify queries
related to the tender.

5. PREPARATION & SUBMISSION OF BID

5.1 Detailed BID may be downloaded from Tender Portal for detail study and preparation of his bid and
the Application may be submitted online following the instructions appearing on the screen.

5.2 The following shall be the form of various documents in the Application:

A. Only Electronic Form (to be uploaded on the Tender Portal)

(a) Power of Attorney for signing the Application


(b) If applicable, the Power of Attorney for Lead Member of JV;
(c) Copy of Memorandum of Understanding between JV partners, if applicable.
(d) Copy of Memorandum of Understanding with Associate, if applicable.
(e) Technical proposal as per format prescribed as per clause no 102 of BID
(f) Bid Security Declaration for validity of 180 day as mentioned in the Instruction to Bidder or as per
DTCN
(g) Price Bid as per BOQ.
(h) Other documents as per requirement of BID.
5.3 The Applicant shall upload scanned copies of the documents as specified in
5.2(A) above on the Tender Portal in designated locations of Technical Proposal and Price Bid(BOQ)
before 17:00 hours Indian Standard Time on the Application due date i.e. on 22.11.2022 (date to be
specified).
5.4 It may be noted that the scanned copies can be prepared in file format i.e. PDF and/or JEPG only. The
Applicants can upload a single file of size of 5 MB only but can upload multiple files.
5.5 The bidder shall log on to the portal with his /her DSC and more to the desired tender for up loading
the documents in appropriate place one by one simultaneously checking the documents.
5.6 Bids cannot be submitted after due date and time. The bids once submitted cannot be viewed,
retrieved or corrected. The Bidder should ensure correctness of the bid prior to uploading and take print
out of the system generated summary of submission to confirm successful uploading of bid.
The bids cannot be opened even by the OIT or the Procurement Officer Publisher/ opener before the due
date and time of opening.
5.7 Each process in the e-procurement is time stamped and the system can detect the time of log in of
each user including the Bidder.
5.8 The Bidder should ensure clarity/legibility of the document uploaded by him to the portal.
5.9 The system shall require all the mandatory forms and fields filled up by the contractor during the
process of submission of the bid/tender
5.10 The bidder should check the system generated confirmation statement on the status of the
submission.
5.11 The Bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and failure
in the network.
5.12 The tender inviting officer is not responsible for any failure, malfunction or breakdown of the
electronic system used during the e-procurement process.

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 74
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

5.13 The Bidder is required to upload documents related to his eligibility criteria and qualification
information and Price Bid(BOQ) duly filled in.
5.14 The Bidder will not be able to submit his bid after expire of the date and time of submission of bid
(server time). The date and time of bid submission shall remain unaltered even if the specified date for the
submission of bids declared as a holiday for the Officer Inviting the Bid.
6. SIGNING OF BID:
The ‘online bidder’ shall digitally sign on all statements, documents, certificates uploaded by him,
owning responsibility for their correctness /authenticity as per IT ACT 2000. If any of the information
furnished by the bidder is found to be false / fabricated / bogus, his EMD/ Bid Security shall stand
forfeited & his name shall be recommended for blocking of portal registration and the bidder is liable to
be blacklisted.
7. SECURITY OF BID SUBMISSION:
7.1 All bid uploaded by the Bidder to the portal will be encrypted.
7.2 The encrypted Bid can only be decrypted / opened by the authorized openers on or after the due date
and time.
8. RESUBMISSION AND WITHDRAWAL OF BIDS:
8.1 Resubmission of bid by the bidders for any number of times before the final date and time of
submission is allowed.
8.2 Resubmission of bid shall require uploading of all documents including price bid a fresh.
8.3 If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system shall
consider only the last bid submitted.
8.4 The bidder should avoid submission of bid at the last moment to avoid system failure or malfunction
of internet or traffic jam or power failure etc.
8.5 The Bidder can withdraw his bid before the closure date and time of receipt of the bid by uploading
scanned copy of a letter addressing to the Procurement Officer Publisher (Officer Inviting Tender) citing
reasons for withdrawal. The system shall not allow any withdrawal after expiry of the closure time of the
bid.
9 OPENING OF THE BID:
9.1 Bid opening date and time is specified during tender creation or can be extended through
corrigendum. Bids cannot be opened before the specified date & time.
9.2 All bid openers have to log-on to the portal to decrypt the bid submitted by the bidders.
9.3 The bidders & guest users can view the summary of opening of bids from any system. Contractors are
not required to be present during the bid opening at the opening location if they so desire.
9.4 In the event of the specified date of bid opening being declared a holiday for the Officer inviting the
Bid, the bids will be opened at the appointed time on the next working day.
9.5 Combined bid security for more than one work is not acceptable.
10. EVALUATION OF BIDS:
10.1 All the opened bids shall be downloaded and printed for taking up evaluation.
The officer authorized to open the tender shall sign and number on each page of the documents
downloaded and furnish a certificate that “the documents as available in the portal containing--- nos of
pages”.
10.2 The bidder may be asked in writing/ online to clarify on the uploaded documents provided in the
Technical Bid, if necessary, with respect to any doubts or illegible documents. The officer inviting tender
may ask for any other document of historical nature during Technical evaluation of the tender. Provided
in all such cases, furnishing of any document in no way alters the Bidder’s price bid. Non submission of
legible documents may render the bid non-responsive.
10.3 The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the
bid of the bidder will be evaluated on its own merit.
10.4 The Technical evaluation of all the bids shall be carried out as per information furnished by Bidders.
10.5 The Procurement Officer-Evaluators; will evaluate bid and finalize list of responsive bidders.

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 75
Bid for Flooring work of Tribal Museum (Rourkela-One) in Rourkela on percentage Rate Basis

10.6 The financial bids of the technically responsive bidders shall be opened on the due date of opening.
The Procurement Officer-Openers shall log on to the system in sequence and open the financial bids.
10.7 The Financial Bid will be opened on the notified date & time in the presence of bidders or their
authorised representative who wish to be present.
10.8 At the time of opening of “Price Bid(BOQ)”, bidders whose technical bids were found responsive
and qualified will be opened.
10.9 The responsive bidders’ name bid prices will be announced.
10.10 Procurement Officer-Openers shall sign on each page of the downloaded Price Bid (BOQ).
10.11 Bidder can witness the principal activities and view the documents/summary reports for that
particular work by logging on to the portal with his DSC from anywhere.
10.12 System provides an option to Procurement Officer Publisher for reconsidering the rejected bid with
the approval of concern Chief Engineer / Head of Department.
10.13 The L-1 bidder shall have to produce the original documents in support of the scanned copies and
statements uploaded in the portal within 5 days of opening of price bid.
DISCLAIMER
The Applicant must read all the instructions in the BID and submit the same accordingly

RSCL//Bus Shelter at Rourkela (Odisha)


under Smart City Mission 76

You might also like