DTCN
DTCN
(TECHNICAL BID)
Page | 1
CONTENTS
7. Annexure I Page - 14
Page | 2
OFFICE OF THE SR. GENERAL MANAGER (ELECTRICAL)
UPPER INDRAVATI HYDRO ELECTRIC PROJECT, MUKHIGUDA,
DIST: KALAHANDI-766026, E-mail: [email protected]
ODISHA HYDRO POWER CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)
Regd. Office OSPH & W.C Building, Vanivihar Chhak, Janpath, Bhoinagar, Bhubaneswar-751022,
Tel: 91-0674-2542983, 2542802, 2545526, 2542826, Fax:2542102, E-Mail: [email protected] / [email protected]
ISO 9001-14001
18001 Certified WEB: www.ohpcltd.com, CIN: U40101OR1995SGC003963
Page | 3
SECTION-I
Instruction of Govt. Odisha for e-tender
Procedure to participate in online bidding (e-procurement).
1. Preparation of Tender Documents
The intending bidder shall log in to the e-procurement portal identified as
http://tendersodisha.gov.in and download the technical bid (cover-I) and price bid (Cover-II). As
per the requirement of the bid document, the bidder will fill up the required information and fill up
the rate in figures and words on the intelligent MS Excel sheet. Any discrepancy in figures and words
then words will be the final and binding. The bidder is to scan his registration certificate, GSTIN,
PAN Card, Affidavit, labour license, No relation certificate and certificate issued by competent
authorities required for fulfilling the minimum qualification criteria specified in the bid document
for the work. The bidder is also required to scan the RC books and other papers relating to the
machineries and other documents as specified in the bid document.
2. Method of submission of Tender Documents
2.1 The bidder shall upload the scanned copy / copies of the documents and information as per
requirement of the bid documents through the e-procurement portal. All documents and scanned
copies are to be uploaded in the designated location of technical bid (Cover-I) except the filled up
intelligent excel sheet. The filled up intelligent bill of quantities in Excel format will be uploaded in
the designated location of price bid (Cover-II). The bidder is required to upload the required
documents in appropriate location of Technical and Financial bid failing which the bid will be
rejected. All the uploaded documents should be clear and legible. Before activating the submit
button, the clarity of the document may be ensured by taking out a sample copy. In the e-
procurement tendering system, the bidder is required only to submit the required information as
per bid document instead of submitting the entire bid document. The “online” bidder shall digitally
sign on all statements, documents, clarifications uploaded by him owning responsibility for their
corrections / authenticity. If any of the information furnished by the bidder is found to be false /
fabricated / bogus, the bidder will be black listed and his EMD / Bid Security will be forfeited.
2.2 The information required as per bid documents may be provided in the specified format annexed to
the bid document.
2.3 If the intending bidder is an individual, the documents shall be digitally signed by the individual
while uploading the tender through e-procurement portal.
2.4 If the intending bidder is a proprietary firm, it shall be digitally signed by the proprietor while
uploading the tender through e-procurement portal.
2.5 If the intending bidder is a firm in partnership, it shall be digitally signed by a partner holding the
power of attorney for the firm in partnership in which case a certified copy of power of attorney
shall accompany in the technical bid documents.
2.6 If the intending bidder is a limited company or Corporation, it shall be digitally signed by a duly
authorized person holding the power of attorney in which case certified copy of power of attorney
shall accompany.
2.7 All witness and sureties shall be of person of status and probity and their full names, occupation and
address shall be stated below in the appropriate place.
2.8 Bids from joint venture are not acceptable.
3. Opening of Tender Documents.
The bids will be opened by the openers in the O/o the Sr. General Manager (Ele), Upper Indravati
Hydro Electric Project, At/Po:- Mukhiguda, Dist:-Kalahandi, Odisha in the presence of bidders or
their authorized representative, who wish to be present.
Page | 4
4. PROCEDURAL REQUIREMENT FOR PARTICIPATING IN THE BID IN THE E-PROCUREMENT
PORTAL AS PER OFFICE MEMORANDUM IN OPWD CODE:
Page | 5
4.10 CREATION AND PUBLISHING OF BID :
4.10.1. All the volumes / documents shall be uploaded in the portal by the tender creating officer
(Procurement Officer Administrator) and published by the Officer Inviting Tender (Procurement
Officer Publisher) using their DSCs in appropriate format so that the document is not tampered
with.
4.10.2. The tender document comprises the notice inviting tender, bid document / SBD, drawings in pdf
format and the schedule of quantities / BOQ in .xls format to be uploaded by the Officer Inviting
Tender.
4.10.3. Procurement Officer Administrator creates tender by filling up the following forms:
I. BASIC DETAILS
i. COVER CONTENT: The Procurement Officer Administrator should briefly describe the name
and type of documents to be uploaded by the bidder in the following format
a. For Double Cover/Packet (please refer to 1.5 of instruction to tenderer).
Sl.
Cover Type Document Description Type
No
Tender Cost, EMD, GSTIN, PAN, Contractor
.pdf
Registration Certificate.
1 Technical Affidavits, undertakings and any other
.pdf
document as per SBD / DTCN/ Scanned copy
2 Financial BOQ .xls
ii. TENDER DOCUMENT: The Procurement Officer Administrator should upload the NIT in pdf
format.
iii. WORK ITEM DETAILS
iv. FEE DETAILS: The Procurement Officer Administrator should mention the cost of tender paper
and EMD amount as laid down in DTCN/SBD.
v. CRITICAL DATES: The Procurement Officer Administrator should mention the critical dates of
tender such as publishing date, document download start date and end date, seek clarification
start date & end date (optional), bid submission start date & closing date, bid opening date as
per DTCN/SBD.
vi. BID OPENER SELECTION: The Procurement Officer creator can select two / three / four bid
openers for a particular bid. If required the bid openers can also be selected within an
organization from other procurement units (Circles / Divisions).
vii. WORK ITEM DOCUMENTS: The Procurement Officer Administrator should upload the digitally
signed tender document (SBD / DTCN) or any other addition document/drawings in pdf format
and Bill of Quantities in xls format.
viii. PUBLISHING OF TENDER: The Procurement Officer Publisher shall publish the tender using
his/her DSC after detail scrutiny of the fields created and documents uploaded by the
Procurement Officer Administrator. The Procurement Officer Publisher can publish tenders for
multiple procurement units using multiple DSCs procured for each post separately. After being
relieved from the additional charges he has to surrender the additional DSCs to the Nodal Officer
of the concerned organization.
Page | 6
4.11 PARTICIPATION IN BID :
4.11.1 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 have 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 certificate / documents such as (i) PAN and (ii) Registration
Certificate (RC) / (for procurement of goods) of the concerned bidder. The time period of
validity in the portal is at par with validity of RC / GSTIN. 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.
4.11.1.1. 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 authorized
signatory is used in the portal.
4.11.1.2. 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.
4.11.2. 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 pass word 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.
4.11.3 DOWNLOADING OF BID: 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.
4.11.4 CLARIFICATION ON BID : The bidder may ask question related to tender online in the e-
procurement portal using his/her DSC, provided the questions are raised within the period of
seeking clarification as mentioned in tender call notice / Bid. The Officer Inviting the Bid /
Procurement Officer-Publisher will clarify queries related to the tender.
4.11.5 PREPARATION OF BID
4.11.5.1. The bids may consist of general arrangements drawings or typical or any other drawings
relevant to the work for which bid has been invited. Bidder may download these drawings and
takeout print for detail study and preparation of his bid. Any other drawings and documents
pertaining to the works available with the Officer Inviting the bid will be open for inspection by
the bidders.
4.11.5.2. 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, PAN,
GST Registration, Contractor License, price bid etc. and store in the system.
Page | 7
4.11.6 PAYMENT OF EMD AND COST OF BID DOCUMENTS :
4.11.6.1 The bidder shall furnish, as part of his Bid, a Bid security for the amount mentioned under
NIT/Contract Data. The bidder shall scan all the written/printed pages of the bid security and
up load the same in portable document format (PDF) to the system in designated place of the
technical BID. Furnishing scanned copy of such documents is mandatory otherwise his/her bid
shall be declared as non-responsive and liable for rejection.
4.11.6.2 The validity period of the EMD or Bid Security shall be as mentioned in the bid document. Any
bid not accompanied by an acceptable Bid Security and not secured as indicated in the bid
document shall be rejected as non-responsive. The bid security shall be retained till such time
the successful bidder furnishes Security Deposit (SD) or Performance Security acceptable to
the Officer Inviting the Bid. Failure of the successful Bidder to comply with the requirements
shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid
Security. Bid security in other form is acceptable if the bid document provides for it.
4.11.6.3 The tender accepting authority will verify the originals of all the scanned documents of the
successful lowest bidder only within 5 days of opening of the tender. In the eventuality of
failure on the part of the lowest successful bidder to produce the original documents, he will be
debarred in future from participating in tender for 3 years and will be black listed 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 L1 bidder.
4.11.5.3. 11.6.4 Contractor exempted from payment of EMD will be able to participate in the
tender directly by uploading documentary evidences towards his eligibility for such
exemption.
4.12 SUBMISSION OF BID:
4.12.1 The bidder shall carefully go through the tender and prepare the required documents. The bid
shall have a technical Bid & a Financial Bid. The Technical bid generally consist of cost of Bid
documents, EMD / Bid Security, GSTIN, PAN / TIN, Contractor Registration Certificate, EPF &
ESI Registration Certificate, Affidavits, List of similar nature of works, work in hand, list of
machineries and any other information required by OIT. The Financial Bid shall consist of the
Bill of Quantities (BOQ) and any other price related information / undertaking including
rebates.
4.12.2 Bidders are to submit only the original BOQ (in xls format) uploaded by Procurement Officer
Publisher (Officer Inviting Tender) after entering the relevant fields without any alteration /
deletion / modification. Multiple BOQ submission by bidder shall lead to cancellation of bid. In
case of item rate tender, bidders shall fill in their rates other than zero value in the specified
cells without keeping it blank. In the percentage rate tender, the bidder quoting zero
percentage is valid and will be taken at par with the estimated rate of the work put to tender.
4.12.3 The bidder shall upload the scanned copy/copies of document in support of eligibility criteria
and qualification information in prescribed format in Portable Document Format (PDF) to the
portal in the designated locations of Technical Bid.
4.12.4 The bidder shall write his name in the space provided in the specified location in the Protected
Bill of Quantities (BOQ) published by the Officer Inviting tender. The bidder shall type rates in
figure only in the rate column of respective item (s) without any blank cell in the rate column
in case of item rate tender and type percentage excess or less up to two decimal place only in
case of percentage rate tender.
Page | 8
4.12.5 The bidder shall log on to the portal with his/her DSC and move to the desired tender for up
loading the documents in appropriate place one by one simultaneously checking the
documents.
4.12.6 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.
4.12.7 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.
4.12.8 The Bidder should ensure clarity/legibility of the document uploaded by him to the portal.
4.12.9 The system shall require all the mandatory forms and fields filled up by the contractor during
the process of submission of the bid / tender.
4.12.10 The bidder should check the system generated confirmation statement on the status of the
submission.
4.12.11 The Bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and
failure in the network.
4.12.12 The Tender Inviting Officer is not responsible for any failure, malfunction or breakdown of the
electronic system used during the e-procurement process.
4.12.13 The Bidder is required to upload documents related to his eligibility criteria and qualification
information and Bill of Quantity duly filled in. It is not necessary for the part of the Bidder to
up-load the drawings and the other Bid documents (after signing) while uploading his bid. It is
assumed that the bidder has referred all the drawings and documents uploaded by the Officer
Inviting the Bid.
4.12.14 The bidder will not be able to submit his bid after expiry 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 of the submission of bids declared as a holiday for the Officer Inviting the Bid.
4.13 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 and his registration in the portal shall be
blocked and the bidder is liable to be blacklisted.
4.14 SECURITY OF BID SUBMISSION:
4.14.1 All bid uploaded by the Bidder to the portal will be encrypted.
4.14.2 The encrypted Bid can only be decrypted / opened by the authorized openers on or after the
due date and time.
4.15 RE-SUBMISSION AND WITHDRAWAL OF BIDS:
4.15.1 Resubmission of bid by the bidders for any number of times before the final date and time of
submission is allowed.
4.15.2 Resubmission of bid shall require uploading of all documents including price bid afresh.
4.15.3 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.
4.15.4 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.
Page | 9
4.15.5 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.
4.16 OPENING OF THE BID:
4.16.1 Bid opening date and time is specified during tender creation or can be extended through
corrigendum. Bids cannot be opened before the specified date and time.
4.16.2 All bid openers have to log-on to the portal to decrypt the bid submitted by the bidders.
4.16.3 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.
4.16.4 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.
4.16.5 Combined bid security for more than one work is not acceptable.
4.16.6 The electronically submitted bids may be permitted to be opened by the predefined Bid
opening officer from their new location if they are transferred after the issue of Notice Inviting
Bid and before bid opening. Further, action on bid documents shall be taken by the new
incumbent of the post.
4.16.7 In case of non-responsive tenders, the officer inviting tender should complete the e-
Procurement process by uploading the official letter for cancelled / re-tender.
4.17 EVALUATION OF BIDS:
4.17.1 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.
4.17.2 The bidder may be asked in writing / online (in their registered e-mail ids) 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. The authority inviting bid may reserve the right to accept any
additional document.
4.17.3 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.
4.17.4 The Technical evaluation of all the bids shall be carried out as per information furnished by
bidders.
4.17.5 The Procurement Officer-evaluators will evaluate bid and finalize list of responsive bidders.
4.17.6 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.
4.17.7 The Financial Bid will be opened on the notified date and time in the presence of bidders or
their authorized representative who wish to be present.
4.17.8 At the time of opening of “Financial Bid”, bidders whose technical bids were found responsive
will be opened.
Page | 10
4.17.9 The responsive bidders name, bid price, item wise rates, total amount of each item in case of
item rate tender and percentage above or less in case of percentage rate tenders will be
announced.
4.17.10 Procurement Officer-Openers shall sign on each page of the downloaded BOQ and the
Comparative Statement and furnish a certificate to that respect.
4.17.11 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.
4.17.12 System provides an option to Procurement Officer Publisher for reconsidering the rejected bid
with the approval of concern Chief Engineer / Head of Department.
4.18 NEGOTIATION OF BIDS:
4.18.1 For examination, evaluation and comparison of bids, the officer inviting the bid may, at his
discretion, ask the lowest bidder for clarification of his rates including reduction of rate on
negotiation and breakdown of unit rates.
4.19 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT
4.19.1 The employer / Engineer-in-Charge shall notify acceptance of the offer for the work prior to
expiry of the validity period by cable, telex or facsimile or e-mail confirmed by registered letter.
This letter of acceptance will state the sum that the Engineer-in-Charge will pay the contractor
in consideration of execution and completion of the Works by the contractor as prescribed by
the contract and subject to deposit of the amount of Performance Security and Additional
Performance Security along with submission of required documents & signing of contract
agreement. The issue of the letter of Acceptance shall be treated as closure of the bid process
and commencement of the contract.
4.19.2 The contractor after furnishing the required acceptable Performance Security & Additional
Performance Security, “Letter to Proceed” or “Work Order” shall be issued by the Engineer-in-
Charge with copy thereof to the Procurement Officer-Publisher. The Procurement Officer-
Publisher shall upload the summary and declare the process as complete.
4.19.3 If the L-1 bidder does not turn up for agreement after finalization of the tender, then he shall be
debarred from participation in bidding for three years and action will be taken to blacklist the
contractor. Besides the consortium / JV / firm where such an agency / firm already happens to
be or is going to be partner / member / proprietor, he /they shall neither be allowed for
participation in bidding for three years nor his/their application will be considered for
registration and action will be initiated to blacklist him/them. In that case, the L-2 bidder, if
fulfils other required criteria, would be called for drawing agreement for execution of work
subject to condition that the L-2 bidder negotiates at par with the rate quoted by the L-1 bidder,
otherwise the tender will be cancelled.
4.20 BLOCKING OF PORTAL REGISTRATION
4.20.1 If the Registration Certificate of the Contractor is cancelled / suspended by the registering
authority / blacklisted by the competent authority, his portal registration shall be blocked
automatically on receipt of information to that effect.
4.20.2 The portal registration blocked in the ground mentioned in the above Para-23.1 shall be
unblocked automatically in receipt of revocation order of cancellation / suspension /
blacklisting from the concerned authority.
4.20.3 The Officer Inviting tender shall make due inquiry and issue show cause notice to the
concerned contractor who in turn shall furnish his reply, if any, within a fortnight from the date
of issue of show cause notice. Thereafter, the Officer Inviting Tender is required to issue an
intimation to the defaulting bidder about his unsatisfactory reply and recommend to the
concerned authority for blocking of portal registration within 10 days of intimation to the
defaulting bidder regarding his unsatisfactory reply with intimation to the Registering
Authority and concerned Chief Engineer / Heads of Office if any of the following provisions are
violated.
Page | 11
4.20.4 Fails to furnish original Technical / Financial documents / instruments (Tender Paper cost,
EMD / Bid Security) before the designated officer within the stipulated date and time.
4.20.5 Backs out from the bid on any day after the last date of receipt of tender till expiry of the bid
Validity period.
4.20.6 Fails to execute the agreement within the stipulated date.
4.20.7 If any of the information furnished by the bidder is found to be false / fabricated /bogus.
Accordingly, the Officer Inviting Tender shall recommend to the Chief Manager (Tech.), State
Procurement Cell, Odisha for blocking of portal registration of bidder and simultaneously
action shall also be initiated by OFFICER INVITING TENDER for blacklisting as per Appendix –
XXXIV of OPWD code, Volume – II.
5. REVISED EXECUTIVE INSTRUCTION REGARDING ELECTRONIC RECEIPT, ACCOUNTING
AND REPORTING OF COST OF TENDER PAPER AND EARNEST MONEY DEPOSIT ON
SUBMISSION OF BIDS.
5.1 The State Government have introduced Electronic Receipt of Cost of Tender Paper & Earnest
Money Deposit on submission of Bids through payment gateway of designated Banks such as
SBI / ICICI Bank / HDFC Bank for all Government Departments, State PSUs, Statutory
Corporations, Autonomous Bodies and Local Bodies etc. in phase (ANNEXURE –I). The process
outline as well as accounting and reporting structure are indicated below.
a) It will be carried out through a single banking transaction by the bidder for multiple payments
like Cost of Tender Paper & Earnest Money Deposit on submission of Bids.
b) Various payment mode like Internet Banking / NEFT / RTGS of designated banks and their
aggregator banks as well can be accessed by the intending bidders.
c) Reporting and Accounting of the e-Receipts will be made from a single source.
d) Credit of receipts into the Government Accounts and to the designated bank accounts of the
participating entities indicated in Para-2 above would be faster.
5.2 Only those bidders who successfully remit their Cost of Tender Paper & Earnest Money Deposit
on submission of Bids would be eligible to participate in the tender/ Bid process. The bidders
with pending or failure payments status shall not be able to submit their Bid. Tender Inviting
Authority, State Procurement Cell, NIC, the designated banks shall not be held responsible for
pendency or failure.
5.3 Banking Arrangements.
a. Designated banks (SBI/ ICICI Bank / HDFC Bank) payment gateway are being integrated with
e-Procurement portal of Government of Odisha (https://tendersodisha.gov.in)
b. The designated bank participating in Electronic Receipt, Accounting and Reporting of the
Receipt of Cost of Tender paper and Earnest Money Deposit on submission of Bids will
nominate Focal Point Branch called e-FPB, who will authorized to collect and collate all e-
Receipts. Each such branch will act as the Receiving branch and Focal Point Branch
notwithstanding the fact that the bidder might have debited his account in any of the banks
branches while making payments.
5.4 Procedure of Bid submission using electronic payment of tender paper cost and EMD by
bidders.
a. The bidders have to logon to the e-Procurement portal (https://tendersodisha.gov.in) using
his/her digital signature certificate and then search and then select required active tender from
the “Search Active tender” option. Now, submit button can be clicked against the selected
tender so that it comes to the “My Tenders” section.
b. Uploading of Prequalification / Technical/Financial Bid: The bidders have to upload the
required Prequalification / Technical/Financial Bid, as mentioned in the bidding document and
in line with the Work Department Office Memorandum No.7885/W dt.23.07.2013.
c. Electronic payments of paper cost and EMD: Then the bidders have to select and submit the
bank name as available in the payment options.
i. A bidders shall make electronic payment using his/her internet banking enabled account
with designated banks of their aggregator banks.
Page | 12
ii. A bidder having account in other banks can make payments using NEFT/RTGS facility of
designated banks.
Online NEFT/RTGS Payments using internet banking of the bank in which the bidders hold
his account, by adding the account No. as mentioned in the challan as on Interbank
Beneficiary.
d. Bid Submission: Only after receipt of intimation at the e-Procurement portal regarding
successful transition by Bidders the system will activate the ‘Freeze Bid Submission’ button to
conclude the bid submission process.
e. System generated acknowledgement receipt for successful bid submission: System will
generate and acknowledgement receipt for successful bid submission. The bidders should make
a note of Bid ID generated in the acknowledgement receipt for tacking their bid status.
5.5 Settlement of cost of Tender Paper
a. Cost of Tender Paper: In respect of Government Receipts on account of Cost of Tender Paper
the e-Procurement portal shall generate a MIS for the State procurement Cell (SPC). The MIS
will contain as abstract of the cost of tender paper collected with reference to Bid Identification
Number. The State procurement Cell shall generate Bank wise challans under the Head of
Account for Cost of Tender Paper and instruct the designated Banks to remit the money to the
proper Head of Account of State Government. In respect of the cost of Tender Paper received
through the e-Procurement Portal, the remittance to the Cyber Treasury account will be made
to the Head of Account 0075-Misc. General Service-800-Other Receipts-0097-Misc Receipts-
02237-Cost of Tender Paper.
b. Similarly, in case of State PSUs, Statutory Corporations, Autonomous Bodies & Local Bodies etc.
Cost of Tender Paper, the e-Procurement Portal shall generate a MIS for the State Procurement
cell (SPC). The MIS will contain an abstract of cost of Tender Paper collected with reference to
Bid Identification Number. The Cost of Tender papers will be credited to the registered Bank
accounts of the concerned State PSUs, Statutory Corporations, Autonomous Bodies and Local
Bodies.
c. The Bank will refund (in case the Tender Inviting Authority (TIA) issues such instructions), the
tender fee and EMD to the Bidder, in case the Tender is cancelled before opening of Bid as per
direction received from TIA through-procurement system.
d. Back-end Transaction Matrix of Electronic Receipt of Cost of Tender Paper and Earnest Money
deposits on submission of BIDs is enclosed in the Annexure-I.
5.6 Settlement of Earnest Money Deposit on submission of Bids:
a. The Bank will remit the Earnest Money Deposit on submission / cancellation of Bids to
respective Bidders account as per direction received from TIA through e-procurement system.
5.7 Forfeiture of EMD:
Forfeiture of Earnest Money Deposits on submission of Bid of defaulting bidders is occasioned
for various reasons.
a. In case the Earnest Money Deposits on submission of Bid is forfeited, the e-Procurement Portal
will direct the bank to transfer the EMD value from the pooling account of SPC to the registered
account of the tender inviting authority.
b. The Tender Inviting Authorities of the Government Departments will deposit the forfeited
Earnest Money Deposits on submission of Bid, in the State Government Treasury under the
appropriate head(8782-Cash Remittances and Adjustments between the officers rendering
accounts to the same Accounts Officer-102-P.W.Remittances-1683-Remittances-91028-
Remittances into Treasury) after taking the amount as a revenue receipts in their cash book
under the head 0075-Misc. General Service-00-101-unclaimed Deposits-0097-Misc Receipts-
02080-Misc. Deposits and submit the detail account to DAG, Puri as a deposit of the Division.
c. By clicking submit button, system will initiate the forfeiture of EMD. System will not allow the
evaluator to edit the initiation after clicking the submit button. Forfeiture option can be carried
out in phased manner like One Bidder at a time.
Page | 13
ANNEXURE-I
Back-end Transaction Matrix of Electronics receipt and remittance of Cost of Tender Paper and Earnest
Money Deposit on submission of bids
Earnest Money Deposit on submission of
Cost of Tender Paper
Bid
Government I. The payment towards the Cost of I. In case of tenders of Government
Departments Tender Paper, in case of Departments amount towards Earnest
Government Departments, shall be Money Deposits on submission of bids
collected in the separate pooling shall be collected in a pooling account
accounts opened in Focal Point opened for this purpose at Focal Point
Branch call e-FPB of respective Branch called e-FPB of respective
designated banks (as stated in Para- designated banks at Bhubaneswar and
2) at Bhubaneswar on T+1 day. the bank will remit the amount to the
respective bidder’s account within two
II. With reference to the Notice working day on receipt of instruction
Inviting Tender / Bid Identification from TIA through refund and
Number, the amount so realised is settlement of e-Procurement System.
to be remitted to Government II. In case of forfeiture of Earnest Money
Account under the Head of Deposit on submission of bids, the e-
Account 0075-Misc. general procurement portal will direct the Bank
Services-800-Other Receipts-0097- to transfer the EMD value from the
Misc Receipts -02237-Cost of Pooling Account of SPC to the
tender Paper through Odisha registered account of the tender
Treasury Portal after opening of inviting authority within two working
the Bid. days of receipt of instruction from TIA.
State PSUs, I. In case of State PSUs, Statutory I. Amount towards EMD on submission
Statutory Corporations, Autonomous Bodies of Bids shall be collected in a separate
Corporation and Local Bodies etc. the amount pooling account of Focal Point Branch
s, towards Cost of Tender Paper on called e-FPB of respective designated
Autonomous submission of Bids shall be banks at Bhubaneswar and the banks
Bodies and collected in separate pooling will remit the amount to respective
Local accounts opened in Focal Point bidder’s account on receipt of
Bodies Branch called e-FPB of respective instruction from TIA through refund
designated banks at Bhubaneswar and settlement of e-procurement
on T+1 day. system within two working days from
the receipt of such instruction.
II. The Paper Cost will be transferred II. In case of forfeiture of Earnest Money
to the respective current account of Deposit on submission of bids, the e-
concerned State PSUs, Statutory Procurement portal will direct the
Corporations, Autonomous Bodies Bank to transfer the EMD value from
and Local Bodies etc. after the pooling account of SPC to the
opening of Bid registered account of the tender
inviting within two working days of
receipts of instruction from TIA.
Page | 14
Section-II
INSTRUCTION TO TENDERERS
1.1 SCOPE & TECHNICAL WORK:
i. Refer to section – V of the tender document.
1.2 CORRESPONDENCE:
All correspondences shall be made in English only to “The Unit Head, Upper Indravati Hydro
Electric Project, At/Po – Mukhiguda, Dist – Kalahandi, Pin – 766026, Odisha”.
1.3.1 SCHEDULE OF DATES:
The various crucial dates relating to this tender are given below.
a) Period of sale/download of Tender Document: From 10:00 Hrs. of 21.04.2025 to
05.05.2025 (up to 13:00 Hrs.)
b) Last Date and time for submission of Tender Document: 05.05.2025 (up to 13:00 Hrs.)
c) Last date & time of seeking tender clarification: 30.04.2025 up to 13:00 Hrs.
d) Date and time for opening of Techno Commercial Bids: 05.05.2025 at 16:30 Hrs.
1.3.2 Cost of Tender Document in (Rs.): 11,800/- (Rs.10,000/-+18% GST) (Online).
1.3.3 EMD in (Rs.): 67,240/- (Online).
1.4 ELIGIBILITY CRITERIA:
1.4.1 The Bidders should not have been debarred by any of the Central / State Government Department /
Board / Corporation / Agency / PSU / Municipality. Bidder shall submit an affidavit as per
Annexure-V in this context with the Technical Bid.
1.4.2 ‘B’ class Contractors registered with the State Government and Contractors of Equivalent Grade /
Class Registered with Central Government / MES / Railways can participate in the tender on
production of definite proof from the appropriate authority (Documentary evidence to be
submitted).
1.4.3 The Bidder should have valid PAN, GST Registration, EPFO & ESI registration certificate. In case
the bidder is not having EPFO& ESI registration certificate at the time of submission of Bid, failing
which his tender shall be rejected.
1.5 Bid Submission:
1.5.1 The bidder can resubmit his bid through online e-procurement mode out of which the system shall
consider only the last bid submitted to the portal.
1.5.2 The bidder shall submit the documents including proof of eligibility criteria in the designated locations of
technical bid (Cover-I) and Financial bid (Cover-II). Submission of bid documents shall be effected by
using DSC of appropriate class and thus shall be in encrypted form. The bidder shall only submit single
copy of the document. He is required to check the documents uploaded with the requirement asked for in
the bid. Only after satisfying that all the documents have been uploaded he should activate submit button.
His bid shall not be considered responsive and action as per relevant clause shall be taken if he does not
provide the required documents or provides illegible documents. Clarity of the document may be ensured
by taking out a sample printing.
1.6 OTHER CONDITIONS:
1 Conditional Tender will not be taken into consideration.
2 The tender containing extraneous conditions not covered by the tender notice are liable for rejection and
quotations should be strictly in accordance with the Tender Call Notice. Any change in the wording will
not be accepted.
3 It is allowed to modify the bid through the e-procurement portal. The bidder shall have to log in 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 latest bid only will be
admitted. But the bidder should avoid modification of the bid at the last moment to avoid system failure or
malfunction of the internet or traffic jam. If the bidder fails to submit his modified bids within the
designated time of receipt, the bids already in the system shall be taken for evaluation.
4 Withdrawal of bid is also allowed in the e-procurement portal. The bidder has to click on the “withdraw”
button and record the necessary justification for the same in the space provided. In addition to this he has
to write a letter addressed to officer inviting the bid and upload the scanned document from portal in
Page | 15
respective bid. The system shall not allow any withdrawal after expiry of the closure of the bid.
5 The e-procurement portal system shall reject submission of any bid through portal after closure of the
receipt time. For all purpose the portal time displayed in the system shall be the time to be followed by the
bidder.
6 All tenders received will remain valid for 120 (One Hundred and Twenty) days from the date of opening
of tenders and validity of tenders can also be extended if required without any monetary compensation.
7 The Bid Security (earnest money) will be retained in the case of successful bidder and will be dealt
with as per the terms and condition of O.P.W.D. code.
8 The EMD will be forfeited in any of the following cases.
a) If the bidder withdraws the bid after bid opening during the period of bid validity.
b) If the bidder does not accept the correction of the bid price.
c) In the case of a successful bidder if the bidder fails within the specified time limit to
(i) Sign the agreement or
(ii) Furnish the required performance security.
d) If any of the statements, documents, certificate uploaded by the bidder through e-procurement
portal, is found to be false / fabricated / bogus the bidder will be black listed and his EMD / Bid
Security shall be forfeited.
9 The bidder will be black listed in any of the following cases.
a) If the bidder withdraws the bid after bid opening during the period of bid validity.
b) If the bidder does not accept the correction of the bid price.
c) In the case of a successful bidder if the bidder fails within the specified time limit to
i) Accept the work order or,
ii) Sign the agreement or,
iii) Furnish the required performance security.
iv) Furnish Additional Performance Security (if applicable).
d) If any of the statements, documents, certificate uploaded by the bidder through e- procurement portal, is
found to be false / fabricated / bogus the bidder will be black listed.
e) Misbehavior / threatening to Departmental & supervisory officers during execution of work / tendering
process.
f) Involvement in any sort of tender fixing.
g) Constant non-achievement of milestones on insufficient and imaginary grounds and non-adherence to
quality specifications despite being pointed out.
h) Security consideration of the State i.e., any action that jeopardizes the security of the State.
i) Persistent and intentional violation of important conditions of contract.
10 If the rate quoted by the bidder is less than 15% of the tender amount, then such a bid shall be rejected
and the tender shall be finalized basing on merits of rest bids. But, if more than one bid is quoted at
14.99% (Decimals up to two numbers will be taken for all practical purposes) less than the estimated
cost, the tender accepting authority will finalize the tender through a transparent lottery system, where all
bidders / their authorized representatives, Tender Contract Committee members will remain present.
11 Exemption holder like SC/ST contractors shall submit copy of caste certificates and an application for
rate preference for availing the facilities.
12 If the tender of scheduled caste & scheduled tribe contractors is within 10% of the rate quoted by the
lowest tenderer the work may be considered for award to the SC/ST contractor at the lowest tendered rate
in relaxation of rule 18 as per the OGFR vol-I and para 1.5.14 of the OPWD code vide works department
order No.16/37-27748 dated.11.10.1977.
13 As per letter No.10224 dated.01.09.2015 of Works Department Govt. of Odisha, Amendment to the
existing clause No.36 of Appendix-IX of OPWD code vol-II, if the rates quoted by the scheduled caste &
scheduled tribe category contractors comes to 14.99% (decimal up to two numbers will be taken for all
practical purposes) less than the estimate cost after availing 10% price preference as per para-2 of Works
Department Resolution No.27748 dated.11.10.1977 then, the tender shall be finalized by tender accepting
authority through a transparent lottery system along with other category of contractors whose rates are
14.99% less than the estimated cost.
Page | 16
14 Engineer Contractors should submit an attested copy of Engineering Certificate and an undertaking in
shape of an affidavit that he/she has not availed exemption in the financial year 2022-23 as per rule.
15 The authority reserves the right to make such increase or decrease in quantity of items of works
mentioned in the scheduled attached to the tender notice as may be considered necessary for the
satisfactory completion of the contract work. All such increase or decrease shall in no way invalidate/
vitiate the contract rates. The contractor shall not be entitled for any compensation on this account,
except grant of extension of time where considered necessary.
16 That for the purpose of jurisdiction in the event of any dispute if any, the contract would be deemed to
have been entered into 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.
17 Under section12 of contract labor (Regulation and Abolition Act 1970) the contractor who undertakes
execution of work through labour, should produce valid license from licensing authority of labour
department ( labour license before signing the agreement) to start the work.
18 Contractor is required to abide by the fair wages clauses as introduced by Govt. of Odisha and will not
pay less than the Fair wages fixed by Govt. to the laborers engaged by him for the work.
19 In case of any complaint by the labours about the nonpayment of his wages as per latest minimum wages
Act., the Unit Head will have the right to investigate and if the contractor is found to be at fault. He may
recover such amount due in any form from the contractor and pay such amount to the labour directly
under intimation to the local labour office of the Govt. The decision of the Unit Head UIHEP,
Mukhiguda shall be final and binding on the contractor.
20 It should be understood clearly that no claim whatsoever will be entertained in regard to extra items of
work or extra quantity of any item besides estimated amount, unless written order is obtained from the
Engineer-in-charge and rates settled before the extra items of work or extra quantity of any item of work
is taken up.
21 An affidavit before Notary on required value of stamp paper shall be furnished by the contractor at the
time of submission of tender paper about the authentication of tender documents including bid security.
The scanned copy of the affidavit is to be uploaded through the e-procurement portal along with the
technical bid. The affidavit in original is to be produced before the officer inviting tender prior to opening
of the technical bid prior to requirement.
22 The bidders shall furnish the self attested copies of the valid registration certificate, PAN, Goods and
services Tax Registration Certificate, EPF registration certificate & ESI registration certificate with his
Bid failing which his / her bid shall not be considered.
23 A bidder can submit only one set of tender paper. Submission of more than one set of tender paper by a
bidder for a particular work will be liable for rejection of all such tender paper of the concerned bidder.
24 The authority reserves right to cancel any or all bids without assigning any reason thereof.
1.7 SPECIAL ATTENTION
1.7.1 All bidders are to note that tenders containing any deviation from the terms and conditions and the
technical requirements of this specification will be considered as non-responsive and rejected.
1.7.2 Award is to be made to the tenderer whose technically responsive bid is determined to be the lowest
evaluated tender and who meets the appropriate standards of technical capability and financial
stability.
1.7.3 It shall be clearly understood that the tenderer has satisfied himself as to the nature of job and local
conditions, including those having bearing upon engagement of labour with supply of T&P materials
as per details specified in the scope of work, which can in any way affect the cost under this contract.
Any default or failure by the tenderer to acquaint him with all the available information concerning
the local conditions will not relieve him from his responsibilities for execution of the contract.
1.7.4 In case of any legal dispute arising out of performance, adverse performances with any organization,
cases sub-judice to court or any other legal authority throughout India recorded against the tenderer
virtually affecting this tender, their offer shall not be considered for evaluation. The tenderer has to
furnish an undertaking to this effect.
1.7.5 The site for the work shall be made available as mentioned under the Contract Data.
1.7.6 In the case of any failure, malfunction, or breakdown of the electronic system used during the e-
Page | 17
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.
1.7.7 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 operates the system.
1.8 LANGUAGE AND MEASURES OF BID
1.8.1 All literature, specifications, schedules, notices, or any other correspondences in connection with the
tender shall be in English preferably printed or typed on one side of the paper.
1.8.2 The metric system of measurement shall be used exclusively in the bid.
1.9 COST OF BIDDING: The cost incurred by bidder in preparing this bid, in providing clarifications or
attending discussions, conferences in connection with this tender will not be reimbursed by the
Customer under any circumstances.
1.10 CLARIFICATION:
The bidders are requested to go through the details of the tender specification and fully acquaint
themselves to all the conditions and matters before quoting for the tender. Should a bidder find any
discrepancies or omissions from the specification or other documents, or be in doubts as to their meaning
he should at once intimate the authority and obtain clarification in writing. This however, does not entitle
the bidder to ask for time beyond the due date fixed for clarification of tenders.
1.11 SITE VISIT:
Before submission / uploading of their bids bidders may, if they so wish, conduct site visit of UIHEP,
Mukhiguda at their own expenses to get conversant with the actual site conditions. UIHEP shall not
entertain request of the successful bidder for any modification to the work order once the same is issued.
The bidder should also inspect the quarries and approach roads to quarries and satisfy himself / themselves
about the quality and availability of materials.
1.12 BUILDING AND OTHER CONSTRUCTION WORKERS ( RE & CS ) ACT – 1996
The Successful bidder has to register himself under this act in the office of the Asst. Labour Officer,
Bhawanipatna.
1.13 RULES AND REGULATIONS: Bidders shall familiarize themselves with the rules and regulations of
OHPC Ltd., applicable to execute the contract at Upper Indravati Hydro Electric Project, Mukhiguda,
Dist: Kalahandi, State: Odisha.
1.14 CURRENCIES OF BID: Price shall be quoted only in the Indian Rupees.
1.15 SUFFICIENCY OF BID: The bidder shall be entirely responsible for the sufficiency of the rates
quoted by him.
1.16 SUCCESSFUL BIDDERS
1.16.1 The bidders who meet the technical requirements, the condition of tender specification, financial
capability, suitable infrastructure machineries, T & P, Skilled manpower, experience and offers
lowest evaluated price may be ordinarily be selected for the work
1.16.2 After submission of security deposit as per Clause No.2.8 and execution of the Contract Agreement the
work shall be carried out.
1.16.3 The customer also reserves the right to waive any formality, minor deviation or omission in respect of any
bid.
1.17 DEPARTURE FROM THE CONDITIONS OF TENDER DOCUMENT
1.17.1 Should the tenderer wishes to depart from any condition of this tender documents, he shall submit
along with his bid a complete and item wise list of such departures in a separate schedule giving
reference to the section in tender document, which may / may not be acceptable to the customer.
Even if there is no deviation in these respects, the bidder should clearly write in the schedule ‘NO
DEVIATION’ with his signature in annexure –III
Page | 18
1.18 AWARD OF CONTRACT
1.18.1 The award of contract will normally be made within the bid validity period after the bids are
opened. If there is any possibility of delay the bidders shall be notified for extension of bid validity
without any change of bid price and other terms and conditions.
1.18.2 The customer will award the contract to the bidder whose bid is determined to be substantially
responsive to the bidding documents and who has offered the lowest evaluated bid price for the
complete work, provided further that the bidder has the capability and resources to carry out the
contract effectively to the optimum satisfaction of the customer.
1.18.3 In case of Tie in L-1 prices, the authority reserves the right to decide it on the basis of lottery.
1.18.4 The successful bidder is required to deposit Additional Performance Security (APS) as per clause
No.2.8.3 of Section – III within seven (07) days of issue of letter of acceptance by email and attend
this office for verification of his document with originals within seven (07) days of issue of letter of
acceptance by email failing which his bid may not be considered for placing the order.
1.18.5 In case the offer of an outside contractor (not registered with Govt. of Odisha) is found to be lowest, it is
mandatory for him / them to get himself / themselves registered in appropriate class under Odisha State
Government before award of contract.
1.18.6 The customer reserves the right to accept or reject any bid or part thereof and to alter the bidding
process and reject all bids at any time prior to award of contract, without assigning any reason
thereof.
1.18.7 Prior to the expiry of the period of bid validity prescribed by the customer, the customer will notify
the successful bidder confirming in writing by FAX / E-mail / Post that his bid has been accepted.
This letter (herein after and in the Condition of Contract called letter of Intent) shall mention the
sum, which the customer will pay to the contractor for completion of work done by the contractor as
prescribed by this contract (herein after and in the Condition of Contract called "the contract price").
1.18.8 At the time the customer issues letter of intent / work order, the customer will send the Form of
Agreement provided in this document (Annexure-II) to the bidder with all necessary conditions
between the parties.
1.18.9 The successful bidder has to execute contract agreement with Engineer-in-Charge within specified
time period.
1.18.10 In case the successful bidder fails to execute the agreement within the specified time it will be
presumed that the bidder is not interested to execute the work and the customer may proceed for
making alternative arrangement including forfeiture of Additional Performance Security (if any) etc.
-Sd-
Unit Head
UIHEP, Mukhiguda
Page | 19
Section-III
GENERAL TERMS AND CONDITIONS
2.1 PREPARTION & SUBMISSION OF BID
2.1.1 The bids shall be submitted in double cover system.
i. Cover-1 shall contain EMD, Cost of bid documents and other documents.
ii. Cover-2 shall contain the price bid.
2.1.2 All bid documents, annexure, Price Bid etc. of this specification are to be completed
without any alterations or modifications furnished with all the information requested for.
Bidders shall put his signature in all the schedules, annexures, continuation sheets and
other pages on which he makes entry. Additional Document added if any must be serially
numbered. All the above documents as mentioned shall be scanned uploaded by the
bidder.
2.1.3 The bid may be disqualified if complete information/particulars as called for in this
tender are not furnished. The tenderer is required to quote his offer for all items of the
work otherwise it will not be considered for evaluation.
2.1.4 Any bid containing vague indefinite conditional expression such as 'Subject to immediate
acceptance’ etc will not be considered for evaluation.
2.1.5 While bids are under consideration, bidders and their representatives or other interested
parties are requested to refrain from canvassing / influencing with any person related to
the bids under study. The customer, if necessary, may request for any clarification in
writing.
2.2 ONLINE SUBMISSION
The bidder should upload the soft copies of the tender documents on the e-procurement
portal on or before 13:00 Hrs. of 05.05.2025.
A) Technical Bid (Cover-1)
The scanned copies of following documents are requested to be uploaded failing which the
tender will be out-rightly rejected.
i. Cost of Tender Document (Electronic receipt)
ii. Earnest Money Deposit (EMD) (Electronic receipt)
iii. GST Registration Certificate & PAN.
iv. Valid Contractor license.
v. Affidavit for submission of authenticated tender documents including bid security
from a Notary on required value of stamp paper.
vi. No deviation Statement as per Annexure-III.
vii. ESI Registration Certificate there of as per clause no. 2.21.2.
viii. EPFO registration certificate there of as per clause no. 2.21.2.
ix. Affidavit of no adverse performance / not have been debarred / blacklisted as
Annexure- IV.
The scanned copies of following documents are also required to be uploaded failing which the
tender will be liable for rejection.
i. A declaration by the tenderer, that the tenderer has no relation with any employee
serving under OHPC as per Annexure-V.
ii. In case of SC / ST contractor, an application for availing rate preference along with
copy of caste certificate.
iii. Experience certificate of similar nature of works i.e. at least two (02) nos. in last
three (03) years.
B) Price Bid (Cover-2):
Bidders are to upload only the original BoQ (in xls format) downloaded from the site after
entering the relevant fields without any alteration/ deletion / modification. Multiple BoQ
submission by bidder shall lead to cancellation of bid. The bidder shall write his name in the
space provided in the specified location in the Protected Bill of Quantities (BoQ) published by
Page | 20
the Officer Inviting Tender. The bidder shall type percentage rates in the rate column of
respective item(s) without any blank cell in the rate column. The bidder shall quote percentage
rates in the BOQ format. GST as applicable shall be paid against submission of documentary
evidence.
i. All bid data uploaded by the Bidder to the portal will be encrypted by the DSC of the
Contractor and DSC(s) 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.
ii. 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.
iii. The officer inviting the bid may extend the deadline for submission of bids by issuing an
amendment, 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.
iv. In submission of Bids through the E-Procurement Portal, 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.
v. In the E-Procurement Portal, it is allowed to modify the bid number of times after
necessary modification, 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. 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.
vi. In the E-Procurement Portal, with-drawl of bid is allowed. But in such case he has to write a
letter 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 shall not allow any
withdrawal after expiry of the closure time of the bid.
2.3 PRICE:
2.3.1. The bidders are required to quote the percentage rate in BOQ format available online and as given
in part-II (Price Bid) and the price shall be firm throughout the contract period. The employer’s
contribution of EPF and employer’s contribution of ESI will be paid extra as per the prevailing act
& rules against submission of deposit proof by the contractor. Also, GST as per the prevailing act
& rules shall be paid as extra as applicable.
Total Estimated cost as per Price Schedule excludes GST, employer’s contribution of EPF and
employer’s contribution of ESI.
2.3.2. Break up price for each activity of price schedule for material and labour (as applicable) should
be submitted in separate sheet duly signed in case the customer requests for such break-up in
writing for evaluation purpose. Non- responsive to such request by the bidder will be treated as
incomplete and non- responsive.
2.3.3. No price escalation due to escalation in rates of minerals and other buildings materials will be
admissible in any circumstances throughout the contract period. The bidders are instructed to
quote their rate accordingly while submitting the bids.
2.3.4. No claim shall be entertained against the department on account of any increase in labour charge
during the course of execution of works or after tendering for this work.
2.3.5. No bonus will also be admissible for early completion of work. However, the successful bidder will
have to complete the work entrusted to him/her well within stipulated work completion period.
Page | 21
2.4 TAXES & DUTIES:
i) Price shall be inclusive of all taxes & duties but excludes GST.
ii) Taxes as applicable shall be deducted from the bills of the contractor as per prevailing Acts & rules.
2.5 BILLS:
i) The bills shall be submitted to Engineer-in-Charge after completion of assigned works.
ii) GSTIN of OHPC is “21AAACO2575P1Z9”.
iii) The bills along with documents regarding deposit of EPF & ESI and vouchers relating to works
executed and materials procured shall be submitted by the contractor alongwith final GST
invoice for the work executed as per this tender for verification as per Govt. of Odisha, Energy
Department letter No.11532 dated.07.12.2021 regarding decision of Hon’ble Odisha
Information Commission, Bhubaneswar.
2.6 VALIDITY: All tenders received will remain valid for 120 (One Hundred and Twenty) days
from the date of opening of tenders and validity of tenders can also be extended if required without
any monetary compensation.
2.7 COMMENCEMENT, EXECUTION AND COMPLETION OF WORK:
2.7.1 The work shall be commenced after signing of contract agreement and shall be carried out at the
site as per the instruction of Engineer-in-Charge.
2.7.2 Disputes arising out of engagement of right number and category of workmen / materials, quality of
work, time of completion, completeness of the job etc., the decision of the Engineer-in Charge shall
be final.
2.7.3 Joint material verification report to be done by contractor and Engineer-in-Charge before
commencement of work & to be submitted to the undersigned.
2.1.1 The contractor shall furnish a joint progress report signed by him or his authorized representative
and Engineer-in-charge or his authorized representative regarding the work progress and the details
of labours employed.
2.7.4 The work should be completed in all respect within One (01) years from the date of handing over of
site by the Engineer-in-Charge.
2.8 SECURITY DEPOSIT (SD):
2.8.1 The successful bidder has to deposit 10% of the ordered value towards security deposit within 10
(Ten) days of placement of order by OHPC in shape of Bank draft/ Bankers Cheque drawn in
favour of “Odisha Hydro Power Corporation Ltd.” Payable at UIHEP, Mukhiguda. In case of non-
fulfilment of the contract conditions, the security deposit will be forfeited without assigning any
reason thereof. No interest shall be paid on the security deposit. The Security Deposit will be
released after successful completion of the work and on receipt of clearance from the Engineer-in-
Charge for the work, provided the final bill has been paid.
2.7.1 The successful bidder will deposit the security deposit in shape of demand draft / Bankers
Cheque / Bank Guarantee (as per annexure-VII)/ TDR from any Nationalized Bank /
Scheduled Bank preferably IOB or SBI drawn or pledged as the case may be in favour of OHPC
Ltd., UIHEP, Mukhiguda payable at IOB, Mukhiguda / SBI, ADB, Jaipatna.
2.7.2 Additional Performance Security shall be deposited by the bidder when the bid amount is less
than the estimated cost put to tender in line with office memorandum No.4559 dtd.05.04.2021 of
Govt. of Odisha. In such an event, only the successful bidder who has quoted less bid price / rates
than the estimated cost put to tender shall have to furnish the differential cost i.e. estimated cost put
to tender minus the quoted amount as Additional Performance Security as mentioned in the table
below in shape of demand draft / Bankers Cheque / Bank Guarantee (as per annexure-VII) / TDR
from any Nationalized Bank / Scheduled Bank preferably IOB or SBI drawn or pledged as the case
may be in devifavour of OHPC Ltd., UIHEP, Mukhiguda payable at IOB, Mukhiguda/ SBI,
Jaipatna, ADB branch, within 07 (Seven) days of issue of letter of acceptance (LOA) by Email
otherwise their bid may not be considered for placing the order and Earnest Money Deposit /
Bid Security shall be forfeited.
Further, proceedings for blacklisting may be initiated against the bidder. In this regard the decision
of the Unit Head, UIHEP, Mukhiguda shall be final and binding.
Page | 22
However, if rate quoted by the bidder is less than 15% or more of the tendered amount, then such a
bid shall be rejected and the tender shall be finalized basing on merits of rest bids.
Range of Difference between the Additional Performance Security to be
Sl. No.
estimated cost Put to tender and Bid amount deposited by the successful bidder
i. Below 5% No Additional Performance Security.
50% of (difference between estimated
ii. From 5% and above and below 10%
cost put to tender and Bid Amount)
From 10% and above 150% of (difference between estimated
iii.
cost put to tender and Bid Amount)
2.8.5 Failure to provide the security deposit within the specified time can be a cause for cancellation of
the work order.
2.8.6 Additional performance security shall be forfeited if the successful bidder fails to execute
agreement with the specified time.
2.8.7 Additional performance security deposit shall be released after successful completion of the work
and receipt of clearance from the Engineer-in-charge as per Works Department Office
Memorandum No.2375/W, dated.03.03.2022 and on receipt of application from the contractor.
2.8.8 No interest is payable on Security Deposit & Additional Performance Security Deposit.
2.8.9 Security Deposit & Additional Performance Security Deposit will be forfeited if the successful
bidder fails to execute the works in all respects as per agreement.
2.9 GUARANTEE:
The contractor shall furnish Guarantee Certificate for trouble free performance of the materials and
workmanship for a period of Three (03) years or manufacture’s warranty whichever is later
from actual date of completion of work. In case any defects noticed during the guarantee period, the
contractor will repair the same at his own cost without any extra financial burden on OHPC. A
certificate in this regard shall be submitted by the contractor along with the bill.
2.10 OHPC AUTHORITY RESERVES THE RIGHTS:
a) To reject any or to accept any or all tenders.
b) To increase or decrease the quantity of materials/works or to change the distribution
schedule covered under the tender without assigning any reason thereof.
c) To split the order.
d) To cancel the work order in the event of un-satisfactory performance of works and non-
observance of relevant clauses of the work order / Agreement.
2.11 JURISDICTION: All disputes shall be under the jurisdiction of the court nearest to the
place of authority of OHPC, who has executed the agreement.
2.12 AWARD OF WORK: The work order will be awarded on the basis of L-1 rate.
2.13 SETTLEMENT OF DISPUTE:
i) Amicable Settlement: Any dispute(s) or difference(s) arising out of or in connection with the
contract shall to the extent possible, be settled amicably between the parties.
ii) Dispute Resolution: Decision of competent authority of OHPC shall be final and binding on
both the parties in respect of all matters of dispute arising out of this tender.
2.14 AGREEMENT:
The successful bidder is required to execute the Contract Agreement on a non-judicial
stamp paper worth Rs.100/- or as applicable as per Odisha Stamp Duty Act for the contract within
10 (Ten) days from the date of issue of work order with the Engineer-in-Charge in the prescribed
format given at Annexure-II. Performance Security Deposit has to be submitted prior to execution
of the contract agreement. Copies of following documents along with originals as applicable shall
be submitted at the time of signing contract agreement for verification failing which the work
order will be cancelled & EMD and Additional Performance Security Deposit will be forfeited.
ESI registration certificate
EPF registration copy
PAN of Income Tax
Valid contractor license
GST registration certificate
Page | 23
2.15 RULES AND REGULATION: Bidders shall familiarize themselves with rules and regulation of
OHPC Ltd. applicable to execute the contract at UIHEP, Mukhiguda.
2.16 DEFINITIONS: In the contract (as hereinafter defined) the following words and expressions will
have the meanings hereby assigned to them.
2.16.1 Approved/ approval: Means approved in writing.
2.16.2 Customer/Buyer: Means Unit Head, Upper Indravati Hydro Electric Project, Orissa Hydro Power
Corporation (OHPC) Ltd., Mukhiguda, Kalahandi.
2.16.3 Contractor: Means the particular person, agency, firm or company with whom the contract has
been made for execution of this work.
2.16.4 Works: Means the work to be executed as defined in PRICE BID and set out in the tender
specification under scope of work and includes works ordered by the Engineer-in-Charge in
accordance with the provisions of the contract.
2.16.5 Drawings: Means drawings referred to in the specification and or any modification of such
drawings furnished / approved by the costumer time to time in writing.
2.16.6 Contracts: Means the agreement between the Engineer-in-Charge and the contractor for carrying
out the work specified in the tender specification.
2.16.7 Labour: Labour means all category of labour engaged by the contractor in connection with the
execution of the works covered in this tender specification including works ordered by the
Engineer-in-Charge. All these labourers will deem to be employed by the contractor with the
required license and statutory requirement.
2.16.8 Day: Means a day from midnight to next midnight.
2.16.9 Week: Means seven consecutive days.
2.16.10 Month: Means from any given date of a calendar month to the end of the preceding date of the
next calendar month.
2.16.11 Rupees (Rs.): Means Rupees of Indian currency.
2.16.12 Letter of Intent: Means the letter sent to the contractor by the customer indicating that his bid
has been accepted & to take necessary action as deemed fit including sending of
acknowledgement prior to signing of agreement & placement of detail work order.
2.17 INTERPRETATIONS:
2.17.1 Words imparting the singular only also include the plural, he includes she and vice versa unless
this is repugnant to the context.
2.17.2 Whenever the term “Specification” is used apart from specified standard specification it shall
mean the specification or plan specified in the bid document for a particular item as instruction
to the contractor.
2.18 REQUIREMENTS: The contractor shall be required to carry out the works and render services
confirming to the specification and in accordance with the conditions in this bid document.
2.19 WITH HOLDING PAYMENTS: The customer may withhold the whole or a part of
payment claimed by the contractor, in addition to the security deposit, which in the opinion of the
customer is necessary to protect himself from any loss caused due to non performance/ improper
performance of works.
2.20 NOTICE AND INSTRUCTIONS: The contractor shall furnish his full name and postal address /
E-mail / Fax No. along with his bid document for future correspondences. Any notice or
instruction to be given to the contractor under terms of the contract will be deemed to have been
served if it has been delivered to his authorised agent or his representative or sent by registered
letter/fax transmission to his office or to the address provided by him.
2.21 STATUTORY COMPLIANCE:
2.21.1 The contractor has to produce valid labour license as applicable, issued by the DLO, Kalahandi
before agreement in accordance with the contract labour regulation and abolition act and rules.
2.21.2 EPF & ESI: The successful bidder shall submit EPF & ESI code and copy of EPF & ESI
registration certificate from the concerned commissioner before signing of agreement. The
contractor shall deposit the EPF & ESI dues in respect of his workmen as applicable as per the Act
&make all statutory compliance in accordance to the EPF & ESI Rules. The Contractor shall
Page | 24
submit the proof of deposit of EPF & ESI dues and relevant required documents only then the EPF
& ESI shall be reimbursed, which is extraneous to the price mentioned in BOQ.
2.21.3 The contractor shall comply to all statutory rules and regulations as and when required (even if not
mentioned in this document) without any extra financial burden on OHPC Ltd.
2.22 TOOLS AND PLANTS: The contractor should arrange all the T&P required to execute the
works at his own cost. Any special tools or tackles supplied by the customer for the purpose of the
work shall be returned in good condition after the completion of the work. In case of any damage
or loss of the above, the cost of repair/ replacement of the same shall be recovered from the
contractors’ bill. However, the costumer will not be held responsible for arranging such tools &
tackles. If vehicles, machineries, equipments hired by the contractor from customer, the hire
charges shall be recovered from the bill but the customer has no responsibility to provide
machineries.
2.23 LIABILITIES: All liabilities as per prevailing labour laws, any other act such as contribution
towards E.P.F., compensation etc. are to be complied by the contractor. The deposit of statutory
dues will be made by the contractor within stipulated period as per the Acts prevailing from time
to time.
2.24 REJECTION OF WORK:
2.24.1 In case the work entrusted to the contractor is not completed as per schedule or quality of the work
is poor, the Engineer-in-Charge reserves the right to execute the work in total or part thereof
through other agencies if in his opinion it is felt necessary. In such cases, the contractor cannot
claim any sort of payment for the work so rejected by the Engineer-in- Charge either due to bad
quality or delay in completion.
2.24.2 A breach of contract by the contractor will result in forfeiture of security deposit. In addition to
this the customer reserves the right to entrust any or all the uncompleted work to any other
agencies and to recover the excess cost if any incurred from any dues payable to the contractor.
2.24.3 In case any portion of the work is found to be of poor quality or, not in accordance with the tender
specification, the E.I.C. reserves the right to reject such work and instruct the contractor to
reconstruct/ rectify such defective work without any extra cost to the customer.
2.25 RULES AND CODES: The contractor shall abide by the existing codes of procedures such as
minimum wage act, Industrial Dispute Act, Factory Act, Fair Wages Act, labour laws, and other
Acts & rules relevant for the work and as amended by the Govt. from time to time for execution of
contract. The account codes of OHPC shall rule all financial transactions. This tender shall be
governed by the rules framed from time to time by the Government of Odisha, Government of
India and OHPC.
2.26 CONTRACTOR’S RISK: The contractor shall be entirely responsible for all the workmen
employed by him against any accident/injuries/ death while at work as required by the relevant
rules. The customer should be kept free from all liabilities related to the workman and any
compensation thereof. Contractor should take adequate measures for compensations to work
men as & when such requirement arises.
2.27 DOCUMENTS:
2.27.1 The contractor shall maintain all required registers and keep all relevant documents such as
register of wages, payment of overtime, deductions, advances etc. for production before the
competent authority whenever required. The contractor shall maintain register and documents in
pursuance of Contract labour Regulation and Abolition Act, 1970, Factory act, Minimum Wages
Act and any relevant acts and rules and shall produce on demand before authority whenever
required.
2.27.2 A detailed bio-data and Good Conduct certificate of workmen deployed in the works should be
submitted to the Engineer-in-Charge at the time of signing of the agreement.
2.29 LAWS GOVERNING CONTRACT: The contract shall be governed by the existing laws of
India within the jurisdiction of Hon’ble High Court of Orissa.
-Sd-
Page | 25
Unit Head
UIHEP, Mukhiguda
SECTION – IV
SPECIAL TERMS AND CONDITIONS
3.1 TERMS OF PAYMENT:
i) Running bill shall be paid maximum up to 70% of bill value for the portion of the work
successfully executed by the contractor and duly certified by Engineer-In-Charge. At the time of
submission of 1st running bill, the contractor shall submit copies of GSTIN, PAN, EPF, ESI
registration certificate. However, during the contract period, the contractor shall have to submit
any other relevant document as & when required by the paying authority. The contractor shall
also submit guarantee/warranty certificate along with the bill.
ii) Final bill will be paid after successful completion of the work in all respect and certification
thereof by Engineer-In-Charge.
iii) Certificate of Engineer-in-Charge that the contractor has paid wages as per minimum wages act.
iv) Taxes, duties cess and all other statutory deductions, recoveries shall be deducted from the bills
as per rules in force. GST shall be paid by OHPC as extra as applicable as per prevailing Act &
Rules.
v) Bills shall be submitted in duplicate as per clause No.2.5.
vi) Deposit proof regarding Security Deposit/Performance Security Deposit may be certified by the
Engineer-in-Charge.
vii) Documentary proofs towards deposit of EPF & ESI (i.e. challan ECR, payment confirmation) &
paid accuittance duly signed by contractor and counter signed by Engineer-in-Charge or his
representative shall be enclosed with RA bill & final bill only then the EPF and ESI shall be
reimbursed which is extraneous to the price mentioned in BOQ.
3.2 PAYMENTS OF WAGES TO WORKERS:
The contractor is solely responsible for timely payment of wages to his workmen in accordance
with provision laid under contract labour (Regulation and Abolition Act) Act and provision made
in the payment of wages Act 1936, including subsequent amendments there to.
The Contractor shall pay the wages of every worker as per the rules in force without waiting for
the payment from OHPC. The contractor shall be abide by the provisions under minimum wages
Act & accordingly pay to his workmen appropriate amount of wages as applicable from time to
time. However, OHPC shall not bear any such additional financial burden.
Where the employment of any worker is terminated / retrenched by the contractor, the wages and
other benefits earned by him/ her shall be paid on the day of termination / retrenchment and it will
be borne by the contractor. The principal employer will not be in any way responsible for delay in
payment of wages by the contractor.
The contractor should disburse the dues of the workmen to them and submit the documentary
evidence regarding said disbursement to the OHPC along with paid acquittance duly signed by the
workmen & counter signed by Engineer-in-Charge and contractor. In case the contractor fails to
make payment of wages within the prescribed period or make short payment the authority may
take appropriate action for payment and recover the amount so paid to labourers from the
contractor by deduction from any amount payable to the contractor under any contract or the
security deposit of the contractor with OHPC under the agreement under any contract or as a debit
payable by the contractor.
The age of workers engaged by the contractor should not be less than 18 years and shall not be
more than 65 years
3.3 PAYING OFICER: Finance Wing Head, U.I.H.E.P. Mukhiguda.
3.4 ENGINEER-IN-CHARGE: Divisional Head, Utility Division, U.I.H.E.P., Mukhiguda.
3.5 LIQUIDATED DAMAGE FOR DELAY IN COMPLETION OF CONTRACT:
The contractor shall be responsible to complete the work within scheduled period. In case of
failure on the part of the contractor to complete the work in time, an amount of @ ½% contract
price per week or part there of delay of incomplete works limited to maximum 5% of contract
amount, will be recovered from the dues of the contractor as liquidated damage. Once maximum
Page | 26
liquidated damage is reached, the customer may consider of termination of the contract with
forfeiture of the security deposit without prejudice to the other remedies of the contract if in the
opinion of the customer it is felt necessary for satisfactory completion of the work. In that case the
customer may engage another contractor for execution of defective/balance work and the cost of
such work will be deducted from the bill which are to be paid to the first contractor and the
balance amount after this deduction only will be paid to the first contractor who fail to complete
the work as per the terms and conditions of the agreement.
The contractor shall not be charged with the above-liquidated damage nor shall his security
deposit be forfeited where the delay in completion of the work is due to any event of force majeure
condition / due to act of God, which could not be prevented by a prudent person. In such cases the
contractor shall have to intimate the customer in writing about the reason of such delay prior to the
expiry of completion period. However under no circumstances price variation claim will be
entertained.
3.6 FORCE MAJEURE: The firm shall not be liable for any liquidated damage for delay or for
failure to perform the contract for reasons of force majeure such as act of God, acts of public
enemy acts of Government, fires, flood, epidemics, quarantine, restriction, strikes, freight,
embargoes provided that the firm has brought to the notice of the purchaser in writing of the cause
of delay in advance. The purchaser shall verify the facts and grant such extensions as the facts
justify.
-Sd-
Unit Head
UIHEP, Mukhiguda
Page | 27
Section-V
SCOPE AND TECHNICAL SPECIFICATION
4.1 SCOPE:
i. The scope of work “Renovation of ‘D’ type quarters (14 Nos.) at Sector-I of Power House
Colony, UIHEP, Mukhiguda” covers for followings
Dismantling and removing lime concrete flooring 7.5 cm to 10 cm thick, removing old lime or
cement plaster, dismantling and removing doors, Windows and ventilators.
Excavation of foundation in hard soil/gravely soil including dressing and levelling.
Sand filling in foundation and plinth well watered and rammed.
Pre constructional Treatment of soil under existing floors using chemical emulsion.
Cement concrete (1:4:8) using 40mm HG chips, C.C (1:2:4) using 12 mm HG chips.
Brick masonry with fly ash bricks.
HYSD Reinforcement for RCC work, R.C.C. work of ( 1:1.5:3) with 12 mm & down grade black
hard granite chips.
12 mm thick cement Plaster in cm (1:6) for brick work, 12mm thick CP (1:3) for ceiling.
Supply and fixing of Swing wooden laminated (WPC) Doors and windows.
Supplying, fitting, fixing up three track Aluminum window (sliding type).
Supply fitting, fixing of MS grill.
Supplying, fitting and fixing vitrified tile, ceramic tile, printed series edge cut glazed wall tiles,
granite tiles.
Scraping old painting, Acrylic wall putty work, priming and plastic emulsion painting.
Providing and fixing Stainless Steel (ISI) kitchen sink, wash basin with pedestal, beveled edge
framed mirror, CP Soap holder, towel rail, European type W.C pan, Angular Stop cock, Long Body
CP Bib cock/Sink cock, concealed CP stop cock, glass-shelf, CP revolving overhead rain shower,
CPVC pipes, PVC soil pipe (110mm), U PVC (75mm) sewerage pipe, 110mm dia PVC Nahani Trap
with steel jail.
Providing fitting, fixing of Al. door.
ii. The tenderer shall have to execute any other works not covered under this scope of work, but
required to be executed to fulfill the essence of the contract as per the direction of Engineer-in-
Charge.
iii. The authority reserves the right to enhance / reduce/delete/deviate any quantity of works or
item in the tender schedule without assigning any reason thereof.
TECHNICAL SPECIFICATION:
4.2 GENERAL
4.2.1 The work shall be taken up as per relevant specifications enclosed, specified in the schedule of quantities
and as per the latest relevant specification of Bureau of Indian Standards. In case of any containing
provision in this tender Bureau of Indian Standard Specification shall supersede all other provisions
without vitiating the contract.
4.2.2 In case Departmental materials like stone boulders shall be used in the work as per availability on
priority basis; recovery towards cost of the materials issued by customer will be as per the prevailing
issue rate. Royalty will be charged as per the prevailing rate.
4.3 EXCAVATION:
4.3.1 Excavation shall be taken up to the line and level and grade as per the drawing and as directed by the
Engineer-in-Charge. The bottom and side slopes of excavation shall be finished reasonably to uniform
surface in a careful manner and the side of all rock cuts shall be scaled off along with loose or
overhanging fragment of rock.
4.3.2 All necessary precautions shall be taken to preserve the rock below and beyond the prescribed lines of
excavation in the soundest possible condition. The depth and size of holes and characteristics of changes
Page | 28
shall be subject to the approval of the Engineer-in-Charge. In the opinion of the Engineer-in-Charge,
blasting may lead. Crack to the rock beyond limits, excavation shall be completed by wedging, barring,
chiseling, vertical drilling and hammering or other suitable methods acceptable to the Engineer-in-
Charge at the expenses of the contractor.
All precautions shall be taken up by the contractor to ensure safety of workmen and will be fully
responsible for any default of safety.
4.4 EARTH WORK FOR FOUNDATION:
4.4.1 Trenches shall be dug to suit the designs of foundations and to proper depth. The sides of the trenches
shall ordinarily be left vertical if the soil will stand vertical for the time involved in the operation. If this
is not the case, the sides shall be dressed to suitable slope or else shored. The foundation bed shall be
finished to be adopted bed level by being lightly watered and well rammed. All roots or materials liable
to decay, found in the trenches must be carefully removed.
4.4.2 In case there being water in the trenches, the same will be drained out by pumping or bailed out as may
be most suitable and for such a period as may be necessary.
4.5 PLAIN CEMENT CONCRETE:
4.5.1 MATERIALS: Cement concrete will be prepared from the cement, sand and coarse aggregate in the
proportion as given in the tender schedule. Only crusher broken aggregates are to be used in all M-20
members like Top bean, plinth bean, column, footings.
4.5.2 The mixing will be done by machine. The ingredients should be mixed for not less than 1 ½ minutes and
not more than 3 minutes until a concrete of thoroughly uniform consistency results. Hand mixing shall be
allowed under approval of the Engineer-in-Charge only when small quantities are involved. The
available broken stone, sand and cement in measured quantities shall first be stacked over a clean mixing
platform. Thoroughly mixed dry and spread to a uniform depth. A measured quantity of water will be
then gradually added gently and while this is being done the whole mass will be quickly turned over at
least three times until uniform through cut. Excess of mixing water should be avoided. The mixing shall
always be done in small batches to facilitate quick and easy handling.
4.6 LAYING CONCRETE: After mixing has been completed, the concrete shall be promptly carried and
gently deposited where required and tamped into its final position within 30 minutes counting from the
time when the cement is moistened. The tamping shall be so as to produce a dense and uniform concrete
free from voids and air pockets but not so vigorous as to force the coarse particles down and effect
uniformity. However mechanical vibrator shall be normally adopted in the work.
4.7 CURING: The finished concrete shall be protected from exposure to the sun for the first three days after
being laid. The surface should be kept moist by sprinkling water as soon as the surface has set hard
enough to stand this. On the next day concrete shall be more freely sprinkled with water and kept
thoroughly wet. Then the surface should be pounded with the water and kept as such for Seventeen days.
Side shutters may be removed after three weeks after casting, taking care not to break edges. Vertical
surfaces where ponding is not practicable should be sprinkled with water and kept moist by wet gunny
bags hung against them. This shall be kept wet for three weeks for concrete work and one week for
cement mortar works.
4.8 SCAFFOLDING: Scaffolding shall be rigid and strong enough for its proper. When single scaffolding
is used and put log holes are necessary the latter shall always be given in the headers course and no more
than one header brick shall temporarily be omitted for this purpose. All put log holes shall be closed with
sound bricks and mortar before any plastering or pointing is done.
4.9 WASTE DISPOSAL: Disposal of unwanted earth up to 5Km shall done by mechanical means and as
per direction of Engineer-in-Charge.
4.10 PLASTERING: Cement plaster of required thickness and cement mortar of the mix shall be executed
over Chajjas, ceiling and walls as required.
Page | 29
4.11 The Contractor has to collect good quality of coarse sand from Government approved quarry screened
and washed required for mortar and convey the same to the site of work with all leads lifts and delfts at
his own cost, Royalty as applicable will be recovered from the bills, if the royalty is not paid at source.
4.12 For plastering work all loose materials are to be removed before plastering by wire brushes from the
surface which should be cleaned & well-watered before taking up the work.
4.13 The contractor is to collect required quantity of chips, C.R.H.G. stones, cement etc. complete to the site
of work at his own cost including loading, un-loading. All the stones should be free from weathered
surface and foreign materials. Royalties as applicable for chips and stones will be deducted from the bill
of the contractor, if royalty paid certificate is not produced at the time of payment.
4.14 Scaffolding for super structure to be done by the contractor at his own cost including the cost of all
materials required for the same and the scaffolding to be dismantled after construction at his own cost
and the area through cleaned after completion of the work.
4.15 Cement utilized for the work should confirm IS 269/1976. The OHPC Limited will inspect any time for
checking the quality of the cement for which the cost of sample is to be borne by the contractor.
4.16 For size of aggregate IS 383-1970 shall apply.
4.17 The contractor shall be responsible for providing quality concrete to ensure compliance to contract
requirement.
4.18 Concrete shall be composed of cement, sand, course aggregate water admixture as specified and all well
mixed by concrete mixture by weight and brought to proper consistency which should confirm 4925-
1968.
4.19 All materials required for centering and shuttering and for work area to be arranged by the contractor at
his own cost and including the dismantling the same after completion and the area thoroughly cleaned
after completion of the work.
4.20 The work is to be executed as per detailed Odisha standard specification and as per direction of Engineer-
in-Charge.
4.21 The curing for concrete, masonry, plastering, flooring etc. will be done properly by the contractor for 21
days for R.C.C. works including, covering the surface with empty gunny bags including their cost which
is already included in the respective rates. The arrangement for water supply is the look out of the
contractor.
4.22 All T & P materials like pans, belchas, pickaxes, phaurah, cro-bars, tempex etc. are to be arranged by the
contractor at his own cost.
4.23 The cost of any other materials required for this work if supplied to the contractor by the department will
be recovered at the prevailing issue rate of the Department. Storage charges and supervision charges will
be charged extra.
4.24 The site is to be thoroughly cleaned after construction by the contractor at his own cost and all excess
materials and debris etc. is to be removed well away from the work site as per direction of Engineer-in-
charge.
4.25 The contractor should take necessary clearance from the E.I.C. regarding quality of the materials before
utilizing into the work.
4.26 All machineries whatever necessitated during the course of work or, during the period of contract are to
be supplied by the contractor at site of work and the cost shall be borne by the contractor.
4.27 The contractor should supply, fit and fix vitrified tile in floors of size 600mm x 600mm approved make
confirming to IS:13755 laid on 20mm thick cement mortar (1:4) (1 cement:4 course sand) and filling
joints with white cement of approved quality, including cost of all materials, labour T&P etc required for
the work labour charges all complete as per direction of Engineer-in-charge.
4.28 The contractor should supply & fix vitrified Tiles (30cmx30cm/60cmx60cm) in dados skirting and
risers of step son 12 mm thick cement plaster (1:3) jointed with neat cement slury mixed with pigments
Page | 30
to match the shade of the tiles including rubbing and policing & all materials, labour charges, etc
complete as per direction of Engineer-in-Charge.
4.29 The contractor should finish surface to walls and ceiling with Acrylic wall putty (water based) making
smooth to receive the painting including cost of scaffolding staging charges with cost of all materials,
labour charges, T&P etc, complete as per direction of Engineer-in-Charge.
4.30 The contractor should provide priming one coat with any approved primer of Asian/Berger make on
plastered surface including cost of primer, labour charges etc complete as per direction of Engineer-in-
Charge.
4.31 The contractor should provide wall painting 2 coats with plastic emulsion paint Asian/Berger make of
approved shade on new work to give an even shade including cost of paint labour charges etc complete
as per direction of Engineer-in-Charge.
4.32 The contractor should supply, fit & fix WPC Texture brown door of size WPC (76"x37") thickness
28mm with (100mm x 63mm) size WPC brown door frame / Chowkath complete with iron fitting and
wooden hinged cleats etc. fitted and fixed in position for doors including all cost of labour charges,
materials and transportation as per direction of Engineer-in-Charge.
4.33 The contractor should supply, fit & fix WPC Texture brown windows of size WPC (43"x31.5") thickness
28mm with (100mm x 63mm) size WPC brown window frame / Chowkath complete with iron fitting and
wooden hinged cleats etc. fitted and fixed in position for windows including all cost of labour charges,
materials and transportation as per direction of Engineer-in-Charge.
4.34 The contractor should supply fit, fix of MS grill with flats of size (25mm x 6mm) and square bar of
size (12mm x 12mm) at required spacing in wooden / WPC frame windows including welding, painting,
screws, fastening etc. with all cost of labour charges and materials complete as per direction of Engineer-
in-Charge.
-Sd-
Unit Head
UIHEP, Mukhiguda
Page | 31
Annexure-II
CONTRACT AGREEMENT
THIS AGREEMENT made on the …………………………….day with…………………
……... …………………………. of ………………………(hereinafter called “the
customer”) of the One part and ……………….. of ……………………….(hereinafter called
“the contractor”)of the other part.
WHERE AS the customer is desirous that certain materials should be supplied and
work to be executed as per tender call notice No.03/2025-26 dated.16.04.2025 and having
accepted the tender submitted by the contractor for the execution of such work. NOW THIS
AGREEMENT WITNESS AS FOLLOWS:
1. In this agreement words and expressions shall have the same meanings as are
respectively assigned to them in the conditions of contract herein after referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this agreement, viz.
Page | 32
Signed Sealed and Delivered by
the Said…
.................................................................................. (
For Customer)
In the capacity of …………………………………………….
TENDERER Page 33
Annexure-III
NO DEVIATION STATEMENT
(To be filled in and signed by the tenderer)
(Clause No.-IT-1.17.1)
1.
2.
3.
N.B. – In case nothing is mentioned in this Annexure, it will be treated that there is
“NO DEVIATION”
TENDERER Page 34
Annexure-IV
TENDERER Page 35
Annexure – V
NO RELATION CERTIFICATE
I / We hereby certify that I / We am / are not related to any officer of OHPC LTD. of the rank of
Assistant Manager & above and any officer of the rank of Assistant /Under Secretary and above
of the Works Department, Govt. of Orissa . I / We am / are aware that, if the facts subsequently
proved to be false, my / our contract will be rescinded with forfeiture of EMD and security
deposit and I / We shall be liable to make good the loss or damage resulting from such
cancellation. I / We also note that, non-submission of this certificate will render my / our tender
liable for rejection.
TENDERER Page 36
ANNEXURE-VI
TENDERER Page 37
Annexure – VII
BANK GUARANTEE
(Security for Performance)
In consideration of the Odisha Hydro Power Corporation Limited, a Company
incorporated under the laws of India and having its registered office at Bhubaneswar, Odisha –
751001, India (hereinafter called OHPC) having agreed to exempt M/s
............................................................ (Hereinafter called the “Contractor”) from the demand,
under the terms and conditions of an agreement No. .............. dated ...................... made between
and .................. for ........................ (Hereinafter called the “agreement”), of security deposit for
satisfactory performances of materials and works (as detailed in the said agreement) during the
guarantee period (as detailed in the agreement) and for the fulfillment by the Contractor(s) of the
terms and conditions contained in the said agreement, on production of bank Guarantee for Rs.
...................... (Rupees ............................... only) against any loss or damage caused to or suffered
or would be caused to or suffered by OHPC by reason of any breach by the said Contractor(s) of
any terms and conditions contained in the said agreement.
We, ........................ Bank Limited (hereinafter referred to as “the Bank”) at the request of the said
Contractor do hereby undertake to pay to OHPC an amount not exceeding ................. against any
loss or damage caused to or suffered or would be caused to or suffered by OHPC by reason for
any breach by the said contractor of any of the terms and conditions contained in the said
contract.
1. We, ........................... Bank Limited do hereby undertake to pay the amounts due and payable
under this guarantee without any demur, merely on demand from OHPC stating that the
amount claimed is due by way of loss or damage caused to or would be caused to or suffered
by OHPC by reason of breach by the said contractor of any of the terms and conditions
contained in the said contract or by reason of the said Contractors failure to perform the said
contract. Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However our liability under this guarantee
shall be restricted to an amount not exceeding Rs.
2. We, the ........................... Bank Limited to pay OHPC any money so demanded
notwithstanding any dispute or disputes raised by the said Contractor in any suit or
proceeding pending before any Court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Contractor(s)/Supplier(s) shall have no claim against us for
making such payment.
3. We, the ........................... Bank Limited further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance
of the said contract and that it shall continue to be so enforceable till all the dues of the
OHPC under or by virtue or the said agreement, have been fully paid and its claims satisfied
or discharged until Divisional Head, Utility Division, UIHEP, Mukhiguda, Odisha Hydro
Power Corporation certified that the terms and conditions of the said agreement have been
fully and properly carried out by the said contractors and accordingly, discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in witting on or
before the expiry of ........... months from the last delivery of materials or ............. months
from its use whichever is earlier we shall be discharged from all liability under this guarantee
thereafter.
TENDERER Page 38
4. We, the ...................................... Bank Limited further agree with OHPC that OHPC shall
have the fullest liberty, without our consent and without affecting in any manner our
obligations hereunder, to vary any of the terms and conditions of the said agreement to
extend time of performance by the said Contractor(s) and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, postponement, or extension being granted to the said
Contractor(s) or by any such matter of thing whatsoever which under the law relating to
sureties would but for this provision have effect of so relieving us.
5. This guarantee will not be discharged due to the change in the name, style and constitution of
the Bank or the Contractors(s) / supplier(s).
6. We, the ....................................... Bank Limited lastly undertake not to revoke this guarantee
during its currency except with the previous consent of OHPC in writing.
Dated the .............................................. day of ................................. 2025
1.
2.
TENDERER Page 39