Professional Documents
Culture Documents
GURUGRAM
Executive Engineer,
Mobility Division,
GMDA, Gurugram.
The Bidders can download the tender documents from the Portal:
https://etenders.hry.nic.in. Earnest Money Deposit and Tender document Fee have to be deposited
as per instructions to bidders.
Willing Contractors shall have to pay the e- Service Fees, Tender document Fee of Rs.1180/- and E-
Service Fee of Rs. 1180/- respectively online (Non-refundable). However, the details of the EMD, are
required to be filled/ provided scan copies at the time of online Bid Preparation Stage; the Bidders
are required to keep the Bid Security details ready beforehand.
Contractual Agencies can submit their tender documents as per the dated mentioned in the key
dates below: -
Key Dates
Sr. GMDA Stage Contractor Stage Start date and Expiry date and
No. time time
1 - Tender document downloads and 04.01.2023 16.01.2023
Bid preparation. 10:00 Hrs. 17.00 Hrs.
2 - Manual Submission of Bid Security …………………..
13.00 Hrs.
The tender shall be submitted by the tenderer in the following three separate envelops:
Note: EMD, Price Bids and Technical Bid are to be submitted mandatory online and shall not be
accepted in any physical form.
Above envelop, as applicable, shall be kept in a big outer envelope, which shall also be sealed, In
the first instance, the Envelop – ‘BS’ of all the Bidders containing the Bid Security shall be opened
online. If the Bid Security / Earnest Money and tender document fee are found proper, Technical
Bid shall be opened (online) in the presence of such contractors who choose to be present. The
Financial Offer in Cover in ‘CI’ shall be opened (online) only if the tenderers meet the qualification
criteria as per the Bid document. The date of opening of Financial Bid shall be fixed at the time of
opening of Technical Bid.
Online BS Cover — Details of the Bid Security and scanned copy of the Bid Security. Details of the
tender document fee and scanned copy.
In case Financial bid is submitted but Bid Security or Tender Document Fee or both has not been
submitted or submitted after due date & time by any bidder, then bidder would be debarred from
further tendering in GMDA for a period of minimum 1 year.
1. “Single tender shall normally not be considered unless there are special circumstances to do
so. In such eventuality, decision to accept the single tender shall be as prescribed in the
rules. If special circumstances are not present, tenders shall be re-called. If re-tendering
again results in a single tender, its acceptance may be considered with proper justification
and reasons”
2. Those bidders shall not be required to pay tender document fees, who choose to submit
bids again on tender being re-called on account of single tender / bid being received on
first call.
CONDITONS: -
Executive Engineer,
Mobility Division,
GMDA, Gurugram
Executive Engineer,
Mobility Division,
GMDA, Gurugram,
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
1 GENERAL:
d) Design Consultant The successful tenderer to whom the work will be awarded shall
become the Design consultant for the execution of this work.
2. ELIGIBILITY CRITERIA
Notes:
1. The consultant should submit performance certificates in reference to Sr. No (ii) above, from
clients for having successfully completed the works.
2. The financial turnover shall be judged from duly certified Chartered Accountant Certificate or
ITCC or Annual Reports including Profit and Loss Account.
No joint venture/Consortium is permitted.
3. GMDA requires Design Consultants to observe the highest standard of ethics during selection
process and the execution of contracts. If it is found at any time that a Design Consultant has
misrepresented itself, or provided false information, he is liable to be disqualified.
5. The bidder must obtain for itself on its own responsibility and its own cost all the information
including risks, contingencies and other circumstances in execution of the work. It shall also
carefully read and understand all the obligations and liabilities given in term of reference
documents.
6. The bidder is advised to visit and examine the site where the work is to be executed and its
surroundings or other areas as deemed fit by the bidder and obtain for itself on its own
responsibility all information that may be necessary for preparing the bid and execution of the
contract. The cost of visiting the site and collecting relevant data shall be at the bidder’s own
expenses. It is a condition of the tender that the tenderer is deemed to have visited the site and
satisfied itself with all the conditions prevailing including any difficulties for executing the
work.
a) The Consultant shall study and collect the details from the concerned agencies of the
existing utilities in the project corridor and influence areas. The consultant shall assess all
possible options for implementation of the proposed scheme considering its effect on existing
utilities. A complete utility plan has to be mapped “as it is” and “as proposed” basis.
b) Consultant should collect the data/details of the existing infrastructure/ Utilities on and
below the ground.
Prepare necessary shifting plans for these services in consultation with utility owning
department.
1. All the pages of the term of reference documents submitted by tenderer shall be signed and
stamped by the bidder or his representative holding the Power of Attorney (Enclose
original/attested photocopy of the Power of Attorney).
2. The locations of FOB are liable to change as per requirement of GMDA however, the no
of FOBs would be the criteria for bidding.
8. Earnest Money.
The Bidder must furnish the Earnest Money, failing which the Bid shall be summarily
rejected. The Earnest Money may be in any one of the following forms.
a. The Bid Security / earnest money will have to be deposited online as specified
in the bidding document. The details of the EMD and e-service fee are
required to be provided/ uploaded through scan copies at the time of online
Bid Preparation & submission Stage. However, as the details of the Bid
Security and Tender document fee are required to be filled at the time of Bid
Preparation and Submission stage, the Bidders are required to keep the BS
ready appropriately.
No tender can be withdrawn after the last date of submission and during tender validity
period.
11.2 The Employer reserves the right to negotiate the offer submitted by the tenderer to withdraw
certain conditions or to bring down the rates/contract price to a reasonable level and
weightage shall be given to the bidders who have more experience in works as described in
section – 4 of technical proposed format.
12 Award of Contract
12.1 Letter of Acceptance issued by the Employer/ Authorized representative shall constitute a
legal and binding contract between Employer/ Authorized representative and the Design
Consultant till such time the contract agreement is signed.
12.2 Feasibility study will be carried out by the Consultant in the first instance and if the proposal
is found feasible within the ROW available then only other activities have to be started. If
proposal is found non-feasible then the contract will be closed at that stage, only and payment
of only feasibility study will be made.
CONDITIONS OF CONTRACT
The scope of the work shall consist of CARRYING OUT SURVEY, DETAILED
DESIGNING, GEOTECHNICAL INVESTIGATION, PREPARATION OF GADs,
TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS, DETAILED
ESTIMATE, BOQ/DNIT AS PER REQUIREMENT INCLUDING REQUIRED
MODIFICATIONS AND PROOF CHECKING OF STRUCTURAL/ WORKING
DRAWINGS AND SITE VISITS DURING CONSTRUCTION, AS REQUIRED FOR
PREPARATION OF PROPOSAL FOR CONSTRUCTION OF FOUR (04) NUMBERS
FOOT OVER BRIDGES AT VARIOUS LOCATIONS ACROSS GURUGRAM IN
GMDA AREA, GURUGRAM AND ALL OTHER WORKS CONTINGENT THERETO.
The scope described hereunder is only indicative in nature and shall not be limited to
the same: -
a) Feasibility study will be carried out by the Consultant in the first instance and
if the scheme is found feasible within the ROW available then only other
activities have to be started. If scheme is found non-feasible then the contract
will be closed at that stage, only and payment of only feasibility study will be
made.
b) Review all the available reports, drawings, information, site details etc. and
consider the same while planning of the work.
c) Carry out an accurate instrumental survey and cover such areas as would be
essential to establish a proper functional system including traffic management
with temporary diversion/diversions. All survey shall be done by total stations.
All survey and planning exercise has to be compatible with MXPRO, Eagle
Point or equivalent software. All survey data shall be documented properly
with reference to permanent bench marks. The survey would also include
locating the permanent bench mark, transfer the same to the locations near the
site for further reference, making of temporary bench marks, taking the levels
in an appropriate grid covering the full area of Flyover/ Underpass, approaches
etc. within appropriate land width on either side and submitting all the contour
drawings, level books and plane table sheets in original. The survey data
should be such that establishment of suitable Flyover/ Underpass alignment,
approaches, etc. are feasible and should relate to total work. The entire survey
drawings shall be made on CAD and shall be supplied in original in 6 hard
copies and in CDs/Pen drives also. All survey instruments, Engineers, Labour,
Temporary works, Tools and Plants and any other item required for survey
d) All the details/data such as field data, HFL or any other relevant data including
data of adjoining existing Flyover/ Underpass and approach roads required for
design etc. which is to be collected by the consultant from the site or from
MCG, HSVP, PWD B&R, PHED, Forest, DHBVN or any other department.
This will be the sole responsibility of the Consultant. The Consultant or his
team should collect data by themselves.
i) The Consultant shall study and collect the details from the concerned agencies
of the existing utilities in the project corridor and influence areas. The
consultant shall assess all possible options for implementation of the proposed
scheme considering its effect on existing utilities. A complete utility plan has
to be mapped “as it is” and “as proposed” basis.
i) The Design Consultant shall assist in getting approval of GAD from the
MoRTH, State Govt., Local Authorities etc., as required. For this, the Design
Consultant may have to visit the offices of the concerned Departments, for
which nothing extra shall be paid. The Design Consultant shall also make
necessary changes in the GADs based on any suggestions made by the
approving Authorities without any extra cost.
k) The Design Consultant shall get the design and working/detailed drawings
proof checked from any of the following institution/undertakings;
a) The Indian Institutes of technology (IITs) Delhi, Roorkee or NIT,
Kurukshetra or Punjab Engineering College, Chandigarh or as
approved by the Employer.
b) In exceptional circumstances, if the design cannot be got proof
checked from the above institution / undertakings, the consultant shall
submit a list of three proof consultants empanelled with the MORT&H
for design of Flyover/ Underpass/ FOB’s to the Employer. The
Employer would select the proof consultant out of this list and intimate
the consultant, which shall be binding on him. Nothing extra is payable
for getting the design proof checked and the cost is deemed to be
included in lump sum cost quoted by the consultant.
c) The Design Consultants shall also modify/ revise the designs and
drawings on the basis of changes/ modifications suggested by the proof
Design Consultant or Employer without any additional payment.
l) Design Consultants must submit their plans with 3D, Auto CAD Drawings
based upon the analysis with the required systems. Extensive three-
dimensional inference management, with low and high existing structures is
required to be seen before finalizing any plans.
m) The Design Consultant shall supply free of cost all drawings (6 sets) of
appropriate size in sufficient copies as directed by the Engineer/Employer.
n) The Design Consultant shall provide design support during construction stage
including temporary works design, Girders launching scheme, road diversions,
checking of executing agencies scaffolding/shuttering arrangements etc. and
p) The Design Consultant shall visit the site during the contract/construction
period, without any extra cost, as directed by the Engineer in case of any
problem relating to design/ drawings. There will be no limit on number of
necessary site visits of the Design Consultant and decision of the Engineer
shall be final.
q) The Design Consultant during the period of this assignment, and thereafter, till
the satisfactory completion of the construction of the work, act as Design
Consultant and give any advice regarding the construction of this work, in
particular, to intending contractors who would tender and undertake the
construction of this work.
s) The Design Consultant shall protect the Department against any damage or
loss arising for want of such care and diligence or neglect of professional duty.
To this effect, the Design Consultant shall indemnify the Department through
a professional indemnity insurance policy with a nationalized insurance
company for 10% of the total fee payable to him. A copy of the policy shall be
deposited with the Engineer-in-Charge.
u) The key personnel comprising the Design Consultants team for the work
should be drawn from the permanent staff of the firm. These key personnel
will be continuously associated with the design and drawings of this work
from beginning to completion of the work.
v) The design consultant shall also carry out survey of suitable length as per
requirement of GMDA of approaches/ structure and submit design, X-section,
L- section and estimate of approaches/ structure as per IRC- codes.
All the details/data such as field data, HFL, Traffic study, ROW or any other
relevant data including data of adjoining existing bridges, underpasses, roads,
utilities etc. required for design etc. which is to be collected by the consultant
from the site or any other department. This will be the sole responsibility of the
Consultant. The Consultant or his team should collect data by themselves.
3.1 The design shall be carried out in terms of specifications of latest editions (and
upto date correction/amendment/errata) of IRC (Indian Road Congress) and
ISI (Indian Standard Institution) now BIS (Bureau of Indian Standards) and as
desired by the Client /Employer/ Authorized representative.
3.2 The girders may be of Prefabricated steel girder or composite or R.C.C. /PSC
Beams/Slabs etc. depending upon the field conditions and economy.
3.3 End launching/crane erection of Girders from the approach road may be
preferred.
3.4 The approaches/ span/ structure may be of suitable material depending upon
the site conditions and requirements of the Client. The decision of the
Engineer-in-Charge shall be final in this regard. The Design Consultant shall
provide alternatives with cost benefit analysis and full justification for the
proposed alternatives.
ii) No payment under the contract shall be made to the Design Consultant
before receipt of performance security.
6.2 Payment:
After fulfillment of the pre-conditions as described in para 6.1 above, the mobilization
advance shall be released to the Consultant.
6.3 Recovery:
7.1 The rates/price to be quoted in financial bid shall be for the complete scope of work as
described in the tender document. Any item of work included in the scope of work
may not be exclusively described in the document. The price to be quoted in the Bid
Form shall also take care of all such items of consultancy assignment.
The price quoted should also be inclusive of all types of direct and indirect taxes
imposed by Central/State Govt. and local bodies. However, any statutory variation in
and/ or fresh imposition of such levies/ taxes relevant to this contract shall be
reimbursed by the Employer/ Authorized representative after submission of
documentary evidences by the Design Consultant and verification of the same by the
Department.
No price adjustment shall be applicable and the price as accepted shall remain firm
and hold good till the completion of assignment/work in all respects. No additional
claim or amount shall be admissible on account of any fluctuations in any market
rates.
The consultant shall carry out all the changes in the drawings & other scope of work
at his own cost due to any change in site condition or any change made by the State
Govt. / GMDA. Nothing extra shall be paid on this account.
The accepted contract price shall form the basis of payment to the consultant.
Payment shall only be made after submission of bill(s) by the Consultant. The
payment shall generally be made within 30 days from the submission of the bill by the
Consultant. However, no payment shall be made to the Design Consultant till such
time Service tax registration certificate is submitted. Payment shall be made on
proportionate basis in the following stages: -
NOTE: The work of Sr. No. 2 to 10 as detailed above will be taken in hand
after the approval of feasibility report by the competent higher
authority of GMDA. If the feasibility of construction of FOBs is not
possible then no work at Sr. No. 2 to 10 shall be taken in hand and
contract agreement shall be finalized/closed accordingly at the same
stage and payment of only feasibility report will be made.
9.0 Schedule of modification during construction: Pursuant to Clause 1.0 (i) and Item
No.6 of payment sub clause 7.2 hereinabove, the design consultant shall submit the
modified design/drawing during construction period within 10 days from the date of
receipt of such directions from Employer/ Authorized representative. The design
consultant shall provide all support for modification including site visits during entire
completion period of the project by the construction agency including extended period
if any, without any extra cost including proof checking charges.
10.1 The time allowed for execution and completion of the works or part of the works as
specified in the contract, shall be essence of the contract on the part of the Consultant.
10.2 As soon as it becomes apparent to the Consultant, that the work and/ or portions
thereof (required to be completed earlier), cannot be completed within the period(s)
stipulated in the contract, or the extended periods granted, he shall forthwith inform
the Engineer and advise him of the reasons for the delay, as also the extra time
required to complete the works and / or portions of work, together with justification
therefore. In all such cases, whether the delay is attributable to the Design Consultant
or not, the Design Consultant shall be bound to apply for extension well within the
If the completion of the whole works (or part thereof which as per the contract is
required to be completed earlier), is likely to be delayed on account of:
a. Any force major event referred to in Clause 13.0 or
b. Any relevant order of court or
c. Any other event or occurrence which, according to the Engineer is not due to
the Consultant’s failure or fault, and is beyond his control;
The Engineer may grant such extensions of the completion period as in his opinion is
reasonable.
If the delay in the completion of the whole works or a part of the works, beyond
stipulated completion period, is due to the Consultant’s failure or fault, and the
Engineer feels that the remaining works or the portion of works can be completed by
the Design Consultant in a reasonable and acceptable short time, then, the Engineer
may allow the Design Consultant extension or further extension of time, for
completion, as he may decide, subject to the following:
The decision of the Engineer as to the compensation, if any payable by the Design
Consultant under this clause shall be final and binding.
i. If the Consultant
In any such case, the Engineer on behalf of the Employer/ Authorized representative
may serve the Design Consultant with a notice in writing to that effect and if the
Design Consultant does not, within 7 days after delivery to him of such notice,
ii. In such a case of termination, the Employer/ Authorized representative may adopt the
following course.
Carry out the whole or part of the work from which the Design Consultant has been
removed by engaging another Design Consultant or deployment of technical staff at
site.
a. Forfeit the whole or such portion of the Performance security amount, as he may
deem fit, and
b. Recover from the Design Consultant the cost of carrying out the balance work in
excess of the sum, which he would have been paid, according to the certificate of the
Engineer, if the works had been carried out and completed by the Design Consultant
under the terms of the contract. Such certificate shall be final and binding upon the
Consultant. The amount to be recovered may be deducted by the Employer/
Authorized representative from any other moneys due to the Design Consultant alone
or jointly under this or any other contract.
12.1 The Employer/ Authorized representative shall be entitled to terminate the contract, at
any time, should, in the Employer/Engineer’s opinion, the cessation of works
becomes necessary, owing to paucity of funds or due to court orders or from any other
cause whatsoever. Notice in writing from the Employer/ Authorized representative of
such termination and reasons therefore, shall be conclusive evidence thereof.
However, the Design Consultant shall have no claim to any payment of compensation
or otherwise, on account of any profit or advantage which he might have derived from
the execution of the work in full but which he could not in consequence of
termination of contract under this clause.
13.1 If, at any time during the currency of the contract, the performance of any obligation
(in whole or in part) by the Employer or the Design Consultant shall be prevented or
delayed by reason of any war, hostilities, invasion, acts of public or foreign enemies,
rebellion, revolution, insurrection, civil commotion, sabotage, large scale arson,
floods, earthquake or any other act of god, large scale epidemics, nuclear accidents,
any other catastrophic unforeseeable circumstances, quarantine restrictions, any
statutory, rules, regulations, orders or requisitions issued by a Government department
or competent authority (hereinafter referred to as “event”) then, provided notice of the
happening of such an event is given by either party to the other within 21 days of the
occurrence thereof.
13.2 If no notice is issued by either party regarding the event within 21 days of occurrence,
the said event shall be deemed not to have occurred and the contract will continue to
have effect as such.
All disputes or differences of any kind whatsoever that may arise between the
Employer/ Authorized representative and the Design Consultant in connection with or
arising out of the contract or subject matter thereof or the execution of works, whether
during the progress of works or after their completion, whether before or after
termination of contract shall be settled as under: -
All such disputes or differences shall in the first place be referred by the Design
Consultant to the Employer in writing for resolving the same through mutual
discussions, negotiations, deliberation etc. associating representatives from both the
sides and concerted efforts shall be made for reaching amicable settlement of disputes
or differences.
14.2.2 If the Design Consultant is not satisfied with the settlement by the Employer on any
matter in question, disputes or differences, the Design Consultant may refer to the
concerned Chief Engineer in writing to settle such disputes or differences through
conciliation or Arbitration provided that the demand for conciliation or Arbitration
shall specify the matters, which are in question or subject of the claim, item wise.
Only such dispute(s) or difference(s) in respect of which the demand has been made,
together with counter claims of the Employer shall be referred to Conciliator or
Arbitrator as the case may be and other matters shall not be included in the reference.
14.2.3 The Chief Engineer/ Chief General Manager immediately within 30 days will appoint
the Sole Conciliator/ Sole Arbitrator not below the rank of Superintending Engineer
(working/ retired) of GMDA or any other Haryana Govt. Deptt. who had not been
connected with the work.
14.2.4 No disputes or differences shall be referred to Arbitration after expiry of 60 days from
the date of notification of failure of Conciliation.
14.2.7 The fees and other charges of the Conciliator/ Arbitrator shall be as per the scales
fixed by the Arbitrator and shall be shared equally between the Employer/ Authorized
representative and the Consultant.
14.3.1 It is a term of this contract that the Design Consultant shall not approach any court of
Law for settlement of such disputes or differences unless an attempt has first been
made by the parties to settle such disputes or differences through clauses 14.1 and
14.2.
The Obligations of the Employer/ Authorized representative, the Engineer and the
Design Consultant shall not be altered by reasons of conciliation/arbitration being
conducted during the progress of works. Neither party shall be entitled to suspend the
work on account of conciliation/ arbitration and payments to the Design Consultant
shall continue to be made in terms of the contract.
The award of the Sole Arbitrator, unless challenged in court of law, shall be binding
on all parties.
14.6 Exception:
For settlement of disputes with central PSUs, the procedure as per existing orders of
Permanent Machinery for Arbitration (PMA), Bureau of Public Enterprises, Govt. of
India shall be followed.
DETAILS OF THE FOOT OVER BRIDGES FOR WHICH FEASIBILITY STUDY AND DPR WAS COMPLETED
BY THE CONSULTANT DURING LAST FOUR YEARS AND THE FOOT OVER BRIDGES WERE
PHYSICALLY COMPLETED
S. NAME OF THE LOCATION TOTAL TYPE OF NAME, DURATION OF DATE OF PERFORMANCE TYPE OF STRUCTURE OF
NO PROJECT OF THE PROJECT COST SERVICES ADDRESS THE PHYSICAL CERTIFICATE/ FOOT OVER BRIDGES
PROJECT FOR WHICH RENDERED (A, AND CONSULTING COMPLETION OF THE CLIENT (PSC/STEEL/COMPOSITE
CONSULTANCY B, C) CONTACT ASSIGNMENT OF THE ENCLOSED GUARDER)
WAS PROVIDED NOS. OF PROJECT (YES OR NO)
BY THE CLIENT
CONSULTANT
A– SURVEY, B – GEOTECHNICAL INVESTIGATIONS, C- DETAILED DESIGN AND DRAWINGS, ESTIMATES, GADs, BOQ
etc.
Note:
1. Give details of relevant projects only, which have been physically completed and commissioned.
2. Submit performance certificates from Client in respect of the information furnished above.
To
1. I/we have examined the conditions of contract, instructions to tenderers and other contents of
the documents and have acquainted ourselves with the prevailing site conditions. The offer to CARRYING
OUT SURVEY, DETAILED DESIGNING, GEOTECHNICAL INVESTIGATION, PREPARATION
OF GADs, TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS, DETAILED
ESTIMATE, BOQ/DNIT AS PER REQUIREMENT INCLUDING REQUIRED MODIFICATIONS
AND PROOF CHECKING OF STRUCTURAL/ WORKING DRAWINGS AND SITE VISITS
DURING CONSTRUCTION, AS REQUIRED FOR PREPARATION OF PROPOSAL FOR
CONSTRUCTION OF FOUR (04) NUMBERS FOOT OVER BRIDGES AT VARIOUS LOCATIONS
ACROSS GURUGRAM IN GMDA AREA, GURUGRAM AND ALL OTHER WORKS
CONTINGENT THERETO as given in Notice Inviting Tender at a lump sum price of
Rs.____________________ (in figures and words) including all taxes and service tax.
2. We further agree to the schedule of payment in respect of the contract price accepted by you
as given in the payment schedule under sub clause 7.2 of the conditions of contract.
3. We agree to abide by this tender until the date mentioned in the contract documents and it
shall remain binding upon us and may be accepted at any time before that date. We have already submitted
earnest money with the tender and we bind ourselves that it is to be absolutely forfeited by you, without
prejudice to any other rights or remedies in the Conditions of Contract attached should we fail to commence
the work specified, withdraw the offer until the validity of the Tender, fail to furnish performance guarantee or
sign the contract in accordance with the terms of the tender.
4. We understand that until a formal agreement is prepared and executed, the letter of
acceptance issued by you shall constitute a binding contract between us.
5. We understand that cost of preparation of this tender and other investigation carried out and
of maintaining the Earnest Money with you is to our account. We also understand that you are not bound to
accept the lowest or any bid you may receive.
Yours faithfully,
(Signature of the bidder with seal)
To
AND WHEREAS it has been stipulated by you in the said contract that the Design Consultant
shall furnish you with a Bank Guarantee by a scheduled bank for the sum specified therein as
security for compliance with his obligation in accordance with the Contract.
AND WHEREAS we have agreed to give the Design Consultant such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are to Guarantor and responsible to you, on behalf
of the Consultant, upto a total of __________________ (amount of Guarantee),
________________________ (amount in words) such sum being payable in the types and
proportions of currencies in which the contract price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, and sum or sums within the limits
of _______________ (amount of Guarantee) as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Design Consultant before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the works to be performed there under or of any of the contract documents which may be made
between you and the Design Consultant shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid upto ______________ (a date 28 days from the date of completion of
the work)
FORM OF AGREEMENT.
AGREEMNENT.
WHEREAS the Employer/ Authorized representative is desirous that certain works should
be executed by the Design Consultant Viz contract No.________________ (hereinafter
called “the works” and has accepted a Bid by the Design Consultant for the execution and
completion of such works and the remedying of any defects therein.
1. In this agreement, words and expressions shall have the same meaning as are
respectively assigned to them in the conditions of contract hereinafter referred
to.
2. The following documents shall be deemed to form and be read and construed
as part of this agreement.
e) Bill of Quantities.
(Name Designation and address of the (Name Designation and address of the
authorised signatory) authorised signatory)
Signed for and on behalf of the Design Signed for and on behalf of the Employer/
Consultant in the presence of Authorized representative in the presence of
Witness. Witness.
1 1
2. 2.
To
We further agree that no change or addition to or other modification of the terms of the
Contract or of works to be performed there under or of any of the Contract documents
which may be made between Executive Engineer, Mobility Division, GMDA, Gurugram
and the Consultant, shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract upto __________ (until Executive Engineer, Mobility Division,
GMDA, Gurugram receives/recovers full repayment of advance alongwith interest accrued
thereon from the Consultant).
Yours truly,
Name of Bank_______________________
Address: _______________________
Date _______________________
Executive Engineer,
Mobility Division,
GMDA, Gurugram.
To
All Administrative Secretaries,
Haryana
Memo No.
Dated Chandigarh, the:
l lPage
Whereas the applicationby Contractors for Registration is optional but each
controctor workino in anv of the departmenUBoard/Societv etc of Harurn,
Government is mandatorilv required to create profile on the HEW portal by
entering some basic information. This is required to establish a Unique Contractor
lD
of each contractor working anywhere in Haryana. All contractors must create Login
Account and get "Profile Summary" document before 31.07.2021. A sample copy
of Profile Summary Document generated from HEW portal is attached as
Annexurel; Profile Summary Document must be included as mandatory condition in
each bid document and made parl of tenders, to be invited in future. Therefore, all
contractors as part of technical evaluation for each submitted bid must enclose
"Profile Summary" document of HEW Portal for all tenders to be invited after
01.08.2021. ln case a contractor fails to submit or upload a copy of "profile
Summary" document along-with the bid, the submitted bids will be rejected for all
tenders to be invited after 01 .08.2021.
The HEW portal has been integrated with Human Resource Management System
(HRMS) and all department having employee data on HRMS can login HEW portal
with existing HRMS username and password as at http://intrahry.gov.in/. Therefore,
t all tim
discrePancv and delay in data entry. One Day Norm for data updation on HRMS be
3lPage
7. Time limit for dealing the registration cases has been stipulated as 15
days at any one of the competent authorities i.e. Executive Engineer,
Superintending Engineer or Head Office. The detail of the stipulated
timelines has been indicated in "Registration Rules for Contractors-
2021".
8' For any web portal related issues Department Users and Contractors
may contact at help line No. 9041049834 (9 AM to 5 PM) or may send
. an email at i,nfo-hewp.pwd@h.ry.qgv.in.
9., A user Manual for Contractors and Department Users can be
downloaded from the'"Downloads" section on the HEW portal home
page.
Contractor application request will go to Nodal Executive Engineer electronically. lt is
reiterated that concerned official/officer of concerned department will receive two
types of requests for verification under their HEW login credentials:
4lPage
Endst. No. Dated:-
Panchkula.
4. Engineer-in-Chief, lrrigation and Water Resources Department, Haryana
Panchkula.
5. Engineer-in-Chief, Public Health Engineering Department Haryana,
Panchkula.
Jffi"r\,'
Engineer (General)
Executive
for Engineer-in-Chief (Roads)
Public Works (B&R) HarYana
5lPage
Annexure-1
Government of Haryana
Contrsrtor Pronh Sumnrary
Haryana Engln€erins yyort$ portal
llote:.
Th* c*n!rac{+r groNik har b$en {rwu'd bsscd ofl $'a srrr - deq{gralron by
" lhe app}i(*fii lo resc. $ rr fra,,fid thsl ths ippl&:;tfl{ ha6
, uh,nitled l*l$a rnfryRr,a*On. th€ S4Cs,Jf1l lr*rlt b6 tl}n0exgg
.Arapanl croa?ion is mondaloly for all typs r:f Coofiaclars. Cor:sul{antr.
Labour & ConstrujE{ron {L&6) Sa{aetjes. F,rmi lor
psitopsuru H tldhd le{id6r* ifl SrG $Ns{* $f }lsryana .
6lPage