Professional Documents
Culture Documents
E-Tenders on percentage rates basis (above, below or at par the DNIT amount) on single bid system
are hereby invited with No. 459/SE(D)/TIC Dated:- 29-08-2016 on behalf of the Commissioner, Municipal
Corporation, Ludhiana. from enlisted Contractors of Municipal Corporation, Ludhiana, & all the Contractors/
Agencies registered with other Govt. department. The tenders will be opened as per Schedule given below.
3. If the date of tender happens to be a holiday, the tenders shall be received and
opened on the next working day. Regarding this, no publication in Newspaper will
be given but corrigendum/ modification/correction will be posted at the website
4. Preference will be given to the manufacturers in case of tender for supply if two
tendered rates are same.
6. Cost of the tender form is Rs. 200/-.All the payments i.e. Earnest money and
Tender form cost (in favour of Superintending Engineer (B&R) Municipal
Corporation Ludhiana) will be paid through online mode only.
9. Any thing mentioned in the columns other than specified shall deem to be a
condition and shall not be considered. Such tender shall be rejected being
considered as “conditional tender”. No claim what-so-ever shall be considered on
this account.
10. The work will be executed by contractor in Accordance with the provisions
contained in form MW4 and as per PWD specifications/ MoRTH specifications/ as
per agreements.
11. Sales Tax, Income Tax and any other Tax levied by the Govt. shall be deducted
from the contractor’s bill as per rules.
14. For BM & PC work, tender should be quoted by owner of Hot Mix Plant located
within 35 Km from the center of the city i.e. Jagraon Bridge. And the agency
shall upload an Affidavit (duly attested) regarding the ownership and distance of
the plant from Jagraon bridge. The tender quoted for BM & PC Works without
HMP owner shall be rejected and action shall be taken against the contractor for
misrepresentation.
15. Bitumen will be arranged by the executing agency against payment (from the oil
refineries) and difference in its cost over basic rates will be paid/deducted on the
production of original bitumen bills from IOC/HPC/BPC during the period of
execution.
16. Quoted tenders should be as per approved enlisted class by the individual
contractor otherwise it shall be invalid.
17. Any or all tenders can be rejected by the competent Authority without assigning
any reason.
19. The defect liability period for bituminous works shall be one year from date of
completion and the security deducted from bills shall be released after one year
of completion.
The defect liability period for the rigid pavements (Concrete and Pavers
blocks) shall be five years. The 50% of security deducted from the bills shall be
released after one year and the remaining 50% shall be released after 2 Years
from date of completion. The agency shall furnish an indemnity bond to rectify
any defect in the work for the period of 5 years from date of completion.
20. Templates and standard of Drain Sections shall be used for road/Drain works.
21. For the supply items the Goods bearing the ISI mark or the approval make will
be the minimum standard and shall be FOR at MCL.
23. (i) Guidelines (as regards manufacture and use of interlocking concrete paver
blocks/tiles) issued vide Engineer-in-Chief, Local Government Punjab,
Chandigarh vide Memo No. EIC-13-389-403 dated 03-04-2013 shall be strictly
followed in all works which can be seen in the office of Executive Engineer
(TIC) (Headquarter).
(ii) Only interlocking tiles/paver blocks BIS approved manufacturers and IS-
15658- 2006 ISI marked shall be used in all works.
(iii) The compressive strength of the paver blocks shall confirm to the table 3 of
IS-15658- 2006 and the water absorption test shall confirm to Clause-6.2.4
and 7.3 and table 4 of IS – 15658 – 2006.
(iv) The samples of interlocking pavers as per IS code to be fixed shall be got
approved from Engineer-in-charge before fixing.
(v) The Trademark and grade of concrete on manufacture shall be embossed
side/backside of each paver.
(vi) The contractor shall produce a certificate from the manufacturer that
interlocking paver blocks for the specified allotted work have been supplied
by him and the grade of the paver blocks is M-30/M-35/M-40.
(vii) The test certificate from the Manufacturer or Govt./reputed Govt. approved
Test Lab will be supplied by the agency along with each consignment of
material for work. The Corporation has every right to collect the sample from the
site and get the same tested from the reputed/Govt. Test Laboratories at any
time.
25. No condition regarding Validity Period and Time Limit shall be accepted.
26. Each bidder shall upload the following documents along with Tender :-
(a) The proof of valid VAT registration number (TIN) issued by the concerned
department for works amounting more than 5 Lacs.
(b) The proof of valid EPF registration with Provident Commissioner.
(c) The proof of PAN issued by the Income Tax department.
27. Contractor must have his own Core Cutter Machine for extraction of cores from
the running work for sample Checking. Contractor must have his own quality
control laboratory equipped with requisite instruments and technical staff for
conducting field tests. In case, Department wants to get sample tested from
outside approved laboratory, the cost will be borne by the contractor.
28. All the traffic arrangements including diversion, barricading shall be provided by
the agency at his own cost along with the required security persons. The
Municipal Corporation shall not pay extra for it.
29. 10% security shall be deducted from the each bill of the contractor.
31. If any other type of tax exists/imposed by the Govt., the same will be borne by
the agency.
33. Royalty at the prevalent rates and all other incidental expenditure shall have to
be paid by the contractor on all the boulder, Stone metal, shingle, earth, sand,
bajri etc. collected by him for the execution of work direct to the concerned
Revenue Authority of the State or Central Govt. His rates are deemed to include
all such expenditure and nothing extra shall be paid.
34. The contractor shall take all measures for the safety of traffic during construction
and provide, erect and maintain such barricades including signs, markings,
flags, lights and flagman as are necessary at either end of
excavation/embankment and such intermediate points as directed by Engineer-
in-charge for the proper identification of construction area. He shall be
responsible for all damages and accidents caused due to negligence on his part.
Nothing extra shall be payable on this account. The Engineer-in-charge will
assist the contractor for diverting the traffic with help of local police.
35. The temporary warning lamps shall be installed at the barricades during the
hours of darkness and kept lit all times during these hours.
36. The contractor or his authorized representative should always be available at the
site of work to take instructions from the departmental officers and ensure proper
execution of work. No work should be done in the absence of such authorized
representative.
37. Any material left at site one month after completion of work shall become the
property of department and no payment shall be made to the contractor for the
material.
38. Contractor is not at liberty to remove from site of work any material which has
been issued to him for use on the work without written permission of the
Engineer-in-charge.
39. The Contractual agency should arrange cement for the work with test certificate
of leading cement manufactured namely ACC, Shree Cement, J.K. Cement, J.K.
Lakshmi Cement, Gujarat Ambuja, J.P. Cement, Ultra Tech Cement of ISI
marked and as per code IS-8112 of 2013 and IS-1489 of 1991 for OPC and
PPC cement respectively for Bridges works and street pavements works. Proof
of purchase is to be produced.
41. If there are varying or conflicting provision made in any documents forming part
of the contract, the accepting authority shall be the deciding authority with regard
to the interpretation of the document and his decisions shall be final and binding
on the contractor/agency.
42. The letter issued by the Chief Engineer (Civil) Local Govt. department Punjab
vide Memo no. 1070/71 dated 22-01-2016, will be part of tender condition
(Except condition no. 18 which has been modified with respect to Engineer in
Chief office letter no. 188-203 dated 18-02-2016.)Copy of letters from Chief
Engineer (Civil) Local Govt. and Engineer in Chief Local Govt. Chandigarh is
uploaded along with these conditions for reference.
43. After the issue of Work order, agency will have to start the work within 7 days.
Agency will execute the work proportionate to time limit of the work. Failing,
which work will be allotted to L2 and penal action will be initiated against L1
agency.
44. The Tenders shall only be allotted as per the following Bid Capacity.
(a) For Hot Mix Plant Works(Road Works) :- "Bid capacity shall be considered
as the maximum value of works completed in any one year during the last five
years minus amount of recently allotted PIDB Works of Phase -I and Phase-II. "
(b) For Rigid Pavements Works(RMC & Interlocking Tiles) & other work:-
"Bid capacity shall be considered as Twice (double) of the maximum value of
works completed in any one year during the last five years minus amount of
recently allotted PIDB Works of Phase -I and Phase-II.”
45. (i) The Agency / Co-op Societies shall upload the proof of Bid Capacity in the
shape of self-declaration.
(ii) The Labour and Construction co-operative Societies shall upload the latest
capacity certificate duly attested by the Competent Authority.
(iii) The Co-op Societies shall upload its complete information as below:-
46. The Agency / Co-op Societies shall upload the certificate in the shape of Self
Declaration to the effect that they have not been De-Barred / Black Listed by any
Department.
47. If the contractor is the lowest bidder (L1) in excess of his bidding capacity, then
works having maximum saving will be allotted to him in interest of MCL. For the
works in excess to Bid Capacity, those works can be allotted to available lowest
bidder on the rates quoted by the L1, in this regard the decision of F&CC/
Competent Authority would be conclusive and final.