Tender Document: Chennai Trade Centre Complex, Nandambakkam, Chennai - 89

Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

TNTPO

TENDER DOCUMENT

Name of work: Strengthening of Existing


Bituminous Top Area of Road in
Chennai Trade Centre Complex,
Nandambakkam, Chennai – 89.

Tender Ref: CTC/ENGG/400/2019

TAMILNADU TRADE PROMOTION ORGANISATION


(A Joint Venture of Govt. of India and Govt. of Tamil Nadu)
Chennai Trade Centre Complex
Mount Poonamallee Road, Nandambakkam,
Chennai – 600 089.

Phone No: 044-22316033


Website: www.chennaitradecentre.org
Email: [email protected]
DISCLAIMER
The information contained in this tender document or subsequently
provided to bidders, whether verbally or in documentary form by or on
behalf of Tamilnadu Trade Promotion Organisation (TNTPO) or any of
their employees or advisors (collectively referred to as “TNTPO
representatives”), is provided to the bidders on the terms and conditions
set out in this document and any other terms and conditions subject to
which such information is provided. This document is not an agreement
and is not an offer or invitation by TNTPO Representatives to any other
party. The purpose of this document is to provide interested parties with
information to assist the formulation of the proposal.

This document does not purport to contain all the information each
bidder may require. Certain bidders may have a better knowledge of the
proposed assignment than others. Each bidder should conduct his / her
own due diligence, investigations and analysis and should check the
accuracy, reliability and completeness of the information in this
document and obtain independent advice from appropriate sources.
TNTPO Representatives make no representation of warranty and shall
incur no liability under any law, statue, rules or regulations as to the
accuracy, reliability of completeness of the document, the award of the
assignment, the information and any other information supplied by or on
behalf of TNTPO or otherwise arising in anyway from the selection
process.

2
The prospective bidder will be responsible for all obligations to its
staff, their payments, complying with the labour laws, minimum wages
Act and any other Act relevant for the working of the bidder’s staff. Under
no circumstances, TNTPO will be responsible for any non-compliance with
statutory requirements of the bidder’s staff.

TNTPO may in their absolute discretion, but without being under


any obligation to do so, update, amend or supplement the information in
this document from time-to-time, after intimating the same to the
bidders. TNTPO reserves the right to accept or reject any or all proposals
without giving any reasons. The bidding process shall be governed by the
laws of India and courts in the State of Tamilnadu will have jurisdiction
over the matter concerning and arising out of document.

3
INDEX

SECTION CONTENTS Page Number


1 Tender and Disclaimer 1
2 Short Tender Notice 5

SECTION – A

3 Instructions to Tenderer 6

SECTION – B

4 Commercial terms and conditions 13

5 Form of Agreement 33

6 No Deviation Certificate 36

7 Declaration 37

8 Abbreviation 39

9 Technical Bid 40

10 Financial Bid 44

11 Check List 45

4
TAMILNADU TRADE PROMOTION ORGANISATION

TNTPO

Tender No: CTC/ENGG/400/2018 Date: 04.01.2019.

SHORT TENDER NOTICE

TAMILNADU TRADE PROMOTION ORGANISATION, Chennai invites sealed Tenders


under two cover systems i.e. Technical Bid and Price Bid from reputed Firms /
Companies and contractors for the works given below:

Time,
Cost of Estimated Earnest Last date Date &
Sl. Tender cost of the Money Sale of of Place for
Description of
No Document work Deposit Tender submission opening
work
. Document of tender of
Rs. Rs. Rs. document Technical
bid
From Upto
01 Strengthening of 2,000/- 24,67,000/- 50,000/- 08.01.2019 17.00 Hrs 11.01.2019
Existing (GST 18% to on at 17.30
Bituminous Road Extra) 11.01.2019 11.01.2019 hrs
in Chennai Trade between in the
Centre Complex, 10.00 hrs office of
Nandambakkam, and TNTPO.
Chennai – 89 17.00 hrs
on all
working
days

Note: The terms Financial Bid/ Price Bid/ Commercial Bid refer to the term ‘Financial
Bid’ only in this contract.

All relevant details, Terms & Conditions etc. are available on website
www.chennaitradecentre.org. Tender document can either be downloaded from
www.chennaitradecentre.org or collected in person on payment by Demand Draft in
favour of “TAMILNADU TRADE PROMOTION ORGANISATION” payable at Chennai
towards the cost of tender document. The cost of tender documents will not be
refunded under any circumstances.

MANAGING DIRECTOR

5
SECTION – A

INSTRUCTIONS TO TENDERERS

GENERAL AND SCOPE OF THE TENDER:

Tamilnadu Trade Promotion Organisation invites tenders in


sealed cover under two cover system for Strengthening of existing
Bituminous Road at Chennai Trade Centre Complex,
Nandambakkam, Chennai – 89 as detailed in the tender document.

BIDDING SCHEDULE

S.NO DESCRIPTION DETAILS


1 Name of the work Strengthening of Existing
Bituminous Road in Chennai
Trade Centre Complex,
Nandambakkam, Chennai – 89
2 Tender Number CTC/ENGG/400/2019
3 Estimated Cost Rs.24,67,000/-
4 EMD Rs.50,000/-
5 Cost of tender documents Rs.2,000/- (GST 18% Extra)

6 Time & date of submission Upto 17.00 Hrs on 11.01.2019


of tender
7 Time & date of opening of 17.30 Hrs on 11.01.2019
Technical Bid

A.1. QUALIFICATION OF TENDERER:

A.1.1 To qualify for the award of contract each Tenderer /


Bidder in its name should fulfill the following criteria.

Pre-qualification Criteria:

1) Average annual financial turnover of the Tenderer / Bidder during


the last three financial years i.e. 2015-16, 2016-17 and 2017-18
shall be as given below:

6
a) Average annual turnover during the last 3 years ending 31st
March 2018 should be at least Rs.10 Lakhs.

2. Experience of having successfully completed similar works during


the last 7 years.
a) Three similar completed works of value not less than Rs.10
Lakhs, each work.
(OR)
b) Two similar completed works of value not less than Rs.13
Lakhs, each work.
(OR)
c) One similar completed work of value not less than Rs.20 lakhs.

A.1.2 INCOME TAX RETURNS

Each Tenderer / Bidder must also furnish latest income tax return
from the appropriate income tax authority in the form prescribed
thereof. In case of proprietor(s) or partnership firm it will be
necessary to produce the Income tax return for the proprietor(s) and
for each of the partners as the case may be. The Income Tax return
must be attached with their tender.

(a) Balance sheets and P&L documents for last 3 years.


(b) PAN details.

A.1.3 SOLVENCY CERTIFICATE:

Copy of Solvency Certificate equal to the value of the work


attested by the bank officer issued after 01-04-2018 to be furnished.

A.1.4 GST REGISTRATION:

The tenderers should have GST, PAN and TAN Registration


and document any evidence should be enclosed along with the
tender.

7
A.1.5 ESI/EPF REGISTRATION:

The tenderers should have ESI and EPF Registration and the
copy of the same should be enclosed.

A.1.6 PREVIOUS EXPERIENCE OF THE TENDERER:

A.1.6.1 The tenderer / Bidder should have previous experience in


executing this type of works.

A.1.6.2 All tenderer / bidder should give all the necessary


information in the relevant proforma in his tender to show
that he has successfully completed / executed and
capacity for having done the works before.

A.1.6.3 Previous works executed by them must be clearly


indicated in the tender, giving full particulars of value of
work and the department/ client to whom the work was
executed. Completion certificates without relevant details will
not be considered.
A.1.6.4 CERTIFICATION:

The Tenderer / Bidder should be a class A contractor with


CPWD or equivalent authorities in State / Central Government
and shall have all the required certifications to conduct the
business such as Company incorporation, ESI & PF and GST
Registrations etc. All required documents shall be submitted
along with tender document for evaluation.

A.2 RECEIPT OF TENDER

For and on behalf of the Tamilnadu Trade Promotion Organisation,


sealed tenders (super scribing tender number and name of work) for
the above work will be received by the Managing Director,
Tamilnadu Trade Promotion Organisation. (A Joint Venture of Govt.
of India and Govt. of Tamil Nadu), Chennai Trade Centre Complex,
Mount Poonamallee Road, Nandambakkam, Chennai – 600 089 at
this office upto 17:00 Hrs on 11.01.2019 in prescribed form.
Tenders received after the specified date and time will summarily be

8
rejected. If the date happens to be a holiday, the tender will be
received on next working day will be due date.

A.3 OPENING OF TENDER

The tenders received within the time specified for submission will be
opened in the presence of such of those tenderers or their
authorized representatives as may be present, by the tender opening
committee at 03:30 Hrs on the same day (i.e.) on 11.01.2019 at the
office of Tamilnadu Trade Promotion Organisation.

A.3.1 The tenderers or their authorized representatives are expected


to be present at the time of opening of tenders. The tender receiving
officer will, on opening each tender, prepare a statement of the
attested and unattested corrections therein and hand it over to the
tenderers concerned, who shall initial all such corrections. If any of
the tenderers or their representatives find it inconvenient to be
present at the time, then in such case, the tender opening officer
will, in the presence of other tenderers make out a statement of the
unattested corrections and communicate to tenderer. The tenderers
not present during the bid opening, shall accept the statement of
corrections without any question whatsoever.

All the statements, documents, certificates, Demand Draft for


EMD will be verified for evaluation. The clarification, if any, required
by the management of TNTPO must be immediately furnished by the
bidder, failing which, leads to invalidation. The bids will be
evaluated against the specified parameters / criterion as in the case
of conventional bids and the qualified bidders will be identified.

Prequalification and short listing processes will be done based


on minimum qualification criteria.

Cover-B will be opened only for the tenderers who have


successfully qualified the technical evaluation.

Time is the essence of this contract. The period of completion


of contract is 7 days. It is an essential prerequisite in execution of

9
this contract. The successful bidder who is selected to be awarded
with the contract must understand the essentiality of the timely
completion within 7 days and must execute an assurance agreement
categorically stating comply with all the procedural formalities well
within 7 days without prejudice to the exhibitions that are
scheduled to be happening in the same duration.

Any bidder reluctant to accept this condition will


automatically stand rejected.

Methodology of Evaluation of Technical Bids:


a. The technical bids will be evaluated on the following
parameters i.e.,
(1) Financial Turnover,
(2) Technical Manpower as per categories mentioned.
(3) Total value of works executed in the past 7 years
(4) Timely projects completed without any time over run, by giving
equal weightage for each parameter and for a total of 100 marks.
b. The financial bids in separate sealed covers of bidders who
obtain more than 35 marks in technical evaluation as mentioned in
para ‘a’ will be opened to decide further course of action in this
tender. The bidder who has quoted the lowest amount will be given
100 marks. The relative position of eligible bidders selected by the
process mentioned in para ‘a’ above will be evaluated and marks
allotted to them.
c. A weightage of 40% mark will be given for technical
evaluation. The relative position of each tenderer / bidder will be
calculated on pro-rata basis based on his quoted rates / manpower
and qualification of technical manpower, etc. A weightage of 60%
mark will be given financial bid evaluation.
d. Total mark obtained by the addition of financial bid
evaluation and technical bid evaluation will be tabulated for each
shortlisted tenderer. The tenderer who has obtained maximum
marks in the above mentioned evaluation process will be selected for
award of this tender.

A.3.2 If the tender is made by an individual, it shall be signed with


his full name and his address; if it is made by a firm, it shall be
10
signed with co-partnership name by a member of the firm and
address of such member of the firm shall be given. If the tender is
made by an organisation, it shall be signed by duly authorised
officer, who shall produce with his tender satisfactory evidence of his
authorisation. Such tendering organisation may be required, before
the contract is executed, to furnish evidence of its corporate
existence.

A.3.3 TENDER AND CONTRACT: The fact of submission of a tender


shall be deemed to constitute an agreement between the tenderer /
bidder and the organisation whereby such tender shall remain open
for acceptance by the organisation. He shall be bound by the terms
of the agreement constituted by the tender and such acceptance
thereof by the organisation throughout the period of contract. The
acceptance letter issued with the agreed terms therein shall form the
document of contract.

A.4 Intending Bidders are advised to inspect and examine the site
and its surroundings and satisfy themselves before submitting their
bids as to the nature of the ground and subsoil (so far as is
practicable), the form and nature of the site, the means of access to
the site, accommodation they may require and in general shall
themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or
affect their bid. A bidder shall be deemed to have full knowledge of
the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed.

A.5 The bidder shall be responsible for arranging and maintaining


at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the
work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidder implies that he has
read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will

11
be issued to him by the Government and local conditions and other
factors having a bearing on the execution of the work.

A.6 The competent authority does not bind them to accept the
lowest or any other bid and reserves to itself the authority to reject
any or all the bids received without the assignment of any reason.
All bids in which any of the prescribed condition is not fulfilled or
any condition including that of conditional rebate is put forth by the
bidder shall be summarily rejected.

A.7 Canvassing whether directly or indirectly, in connection with


bidders is strictly prohibited and the bids submitted by the
contractors who resort to canvassing will be liable to rejection.

A.8 The contract has to be executed and handed over within the
time duration mentioned in the tender document, with full
satisfaction of the Managing Director, TNTPO. Delay in completion
and non-satisfactory execution of the work, will be liable for penalty
and Liquidated Damages.

12
SECTION – B

COMMERCIAL TERMS AND CONDTIONS

B. 1 SUBMISSION OF TENDER

The tender should be submitted in two cover system, mentioning


“Cover A – Technical Bid” and “Cover B – Financial Bid” on the face
side. The Cover A and Cover B shall be put in a common cover, and
should be submitted. The common cover should be sealed,
superscriping nature of work, due date and time, tender number,
addressed to Managing Director, Tamilnadu Trade Promotion
Organisation, Mount Poonamallee Road, Nandambakkam, Chennai –
600 089 and the name and address of the Tenderer.

Cover A
 Cost of tender document if downloaded from the website of
TNTPO
 Solvency Certificate.
 EMD
 Covering letter for bid submission
 Power of Attorney
 Seal and signed Tender document
 Technical bid
 Data sheets
 In the eventuality of missing of submission of Rs.2,000/- as
document fee, which is given in the tender document, TNTPO
reserves the right to accept the same, upon opening. TNTPO
reserves the right to accept the bid.
 Pre-Qualification documents
 Registration certificates
 No Deviation certificate
13
Cover B
 Commercial Bid
B.1.1 If the demand draft towards EMD is not attached to the
covering letter forwarding the tender, the tender is liable
for rejection.

B.1.2 The tenders not submitted in due time are liable to be


rejected. Alterations, if any made by the tenderer / bidder
in the schedule, conditions of contract, specification etc.,
will not be recognized and the tender will be void. Tender
sets are not transferable.

B.1.3 The tenderer / bidder should work out his own workable
rates and the quoted rates should be firm till the
completion of contract. The tenderer / bidder should
inspect the site and offer his rates after thoroughly
verifying the nature and items of various works involved.
No extra claim will be allowed later on.

B.1.4 The tenderer / bidder should submit his rates only in the
Financial Bid, as per the format enclosed.
B.2 EARNEST MONEY DEPOSIT

B.2.1 Each tenderer / bidder must pay the Earnest Money


Deposit Rs.50,000/- (Rupees Fifty Thousand
Only).
B.2.2 The Earnest Money Deposit specified above should
be in the form of demand draft from any of the
Nationalized / Scheduled Banks drawn in Favor of
the ‘TamilNadu Trade Promotion Organisation’
payable at Chennai other than Demand Draft /
Banker’s Cheque specified are not acceptable
towards Earnest Money Deposit. In case of Demand
Draft it should be enclosed with the tender cover as
specified in the specification.

14
B.2.3 REFUND OF EARNEST MONEY DEPOSITS:
For unsuccessful tenderer, EMD of tenderers other than
L-1 tenderer / bidder will be refunded within one month
from the date of issue of work order.

EMD of the L-1 tenderer / bidder will be paid within 2


days from the date of submission of security deposit.
B.2.4 REJECTION OF TENDER:

Non submission of EMD in the form of Demand Draft


/ Banker’s Cheque for the prescribed amount as
specified in the tender document shall summarily be
rejected.

B.2.5 FORFEITURE OF EARNEST MONEY DEPOSIT:

The EMD will be forfeited:


1. If the tenderer / bidder withdraws his tender or backs
out before or after acceptance of the tender.
2. If the tenderer / bidder revises any of the terms quoted
during validity period.
3. If the tenderer / bidder violates any of the conditions of
the tender specifications.
4. If the successful tenderer / bidder fails to remit the
Security Deposit within the prescribed time limit.
5. The EMD will not carry any interest.

B.3 VALIDITY OF TENDER


The tender shall be valid for 30 days from the date of
opening. In the case of tenderers who quote a lower
validity period than that called for in the
specification, their offers are liable for rejection. Any
delay in deciding the tender due to administrative
reasons should not be the plea for revising the
rates originally offered in the tender.

15
B.4 SECURITY DEPOSIT

The successful bidder will have to furnish 5% of work order value as


Security Deposit, in the form of irrevocable Bank Guarantee /
Demand Draft from any of the Scheduled Commercial Bank. The
above Security Deposit shall be valid for a period of 12 months
from the date after completion of work.

The Security Deposit will be refunded to the contractor only if the


contract is completed as per the contract agreement. If the TNTPO
incurs any loss or damages on account of breach of any of the
clauses or any other amount arising out of the contract becomes
payable by the contractor to the TNTPO, then the TNTPO will in
addition to such other dues that he shall have under the law,
appropriate the whole or part of the Security Deposit and such
amount that is appropriated will not be refunded to the contractor.

The contractor will have to furnish the Security Deposit within two
days from the date of receipt of work order. The Security Deposit will
not carry any interest. TNTPO shall reserve all rights to cancel the
work order and forfeiture of EMD contract on failure of submission
of Security Deposit within the stipulated period.

Failure to comply with the terms regarding Security Deposit set out
in the LOA (Letter of Awards) within the stipulated time will entail
cancellation of the contact without any further reference to the
contractor.

B.5 Every tenderer / bidder is expected before quoting


his rate to inspect the site of the proposed work.
B.5.1 Payment will be made by cheque on any one of the
Commercial Banks or their Branches in Tamil Nadu
as may be decided by the organisation from time to
time.
B.5.2 No advance payment will be made for any item of work

B.5.3 CONTRACT PRICES:


16
a. Price shall be inclusive of supply of materials, labour, in
the designated area, and hand over to the Officers of
TNTPO, insurance and other incidental charges. Prices
shall also include all taxes, duties and other statutory
levies on all bought out items including raw materials
which are to be used for assemble of the end product.
And any other claims which are not covered in the
above statement will not be entertained under any
circumstances in future.

b. Prices are to be quoted on firm basis.

The contractor / firm should closely note all the


specification clauses which govern the rates while he is
tendering. The rate quoted should be firm for the entire
duration of contract.

B.6 GUARANT EE
The works completed shall be guaranteed for 12 months from
the date of completion of work and handing over to the
organisation.

B.6.1 MAINTENANCE

The contractor shall maintain the site for a period of 12


months from the date of issue of completion certificate,
contractor shall be liable for the re-execution of any part of
works found to be defective from causes arising from faulty
materials or workmanship and making good any damage arising
therefrom.

B.7 SCHEDULE FOR QUANTITIES

B.7.1 Only one schedule is enclosed to this tender specification and


the rates should be written both in figures as well as in words
(English), tendered by them in the concerned proforma of the
tender without any interpolation. The tendered amount for the
17
work shall be entered in the tender form and duly signed by
the tenderer. In case of any discrepancy between the price
quoted in words and in figures, lower of the two shall be
considered as the quoted price. The quoted price shall be
corrected only for arithmetical error. The tenderer / bidder is
permitted to quote only in Indian Rupees and the payment for
the work will be made only in Indian Rupees.
B.7.2 The rate quoted in the schedule accompanying the tender
shall be written legibly and be free from errors, overwriting
or conversions of figures. Corrections, where unavoidable
should be made by crossing out, initialing, dating and
rewriting.
B.7.3 The TNTPO or any officers authorised by it, reserves the
right to reject any or all the tenders without assigning any
reasons thereof and also reserves the right to award the
works to the Contractor or split the work suitably and
award the same to one or more contractors without assigning
any reasons thereof.

B.8 PERIOD OF COMPLETION


The period of completion of work will be seven (7) days from
the date of LOA including all Sundays and holidays declared
by Government Central/State without affecting the schedule of
events / exhibitions already booked by TNTPO.

B.8.1 If the contractor fails to maintain the above stipulated


time of completion of works the contractor is liable to pay
liquidated damages as stipulated in this contract.

B.8.2 LIQUIDATED DAMAGES


If the contractor fails in the due performance of this
contract within the time fixed by the contract (i.e.) 7 days
from the date of LOA, the organisation shall have suffered
loss from the delay occurred by such failure, and therefore
the contractor is liable, at the discretion of the
management, to liquidate damages up to 0.5% (half
percent) of the contract price per week and up to a
18
maximum of 10% of the Contract value, after the actual
completion period of 7 days from the date of LOA.

B.8.3 However, in respect of contracts where supplies effected


in a part of works, executed in part could not be
beneficially used by the organisation (Due to such
incomplete supplies/ execution) liquidated damages shall
be worked out on the basis of entire contract price only and
not on the value of delayed portion.

B.8.4 The contractor is liable to pay to the organisation in


addition to liquidated damages for damages for delay, the
actual difference in price wherever organisation orders, the
delayed quantity to be supplied/ executed by other agencies at
a higher rate.

B.9. ADDITIONAL INFORMATION

Additional necessary information, if required, may be


obtained from the Managing Director, Tamilnadu Trade
Promotion Organisation, Mount Poonamallee Road,
Nandambakkam, Chennai – 600 089, before submission of
bids. But it must clearly be understood that tenders must
be submitted in order and according to instructions.
B.10 RATES TO INCLUDE ALL INCIDENTAL CHARGES
It will be deemed that the rates quoted by the tenderer /
bidder are inclusive of all incidental items of work not
necessarily mentioned in the schedule but nevertheless
essential for the correct and complete execution of the work

The prices should be in Indian Currency, no variation in


price will be acceptable and price quoted should be firm
till the acceptance of the proposal furnished by the
tenderer. At no cost will TNTPO encourage any demand for
raise in quoted price during the contract period.

19
B.10.1INSURANCE

The Contractor shall cover its personnel (workmen compensation)


for personal accident and / or death whilst performing the duty.

The All Risk Policy / policies shall be effected with any Nationalised
Insurance Company of India and perils of coverage shall include all
kinds of expected risk.

A copy of the policy shall be submitted before commencement of


work, indicating the list of manpower to be deployed for the project.

 Safety and Security Standards should be maintained.


 Time Schedule should be maintained.

B.10.2 SUSPENSION / CANCELLATION OF AGREEMENT

 Poor performance
 Delay in execution.
 Installing inferior quality of materials.
 Misbehavior of Contractor’s Staff
 Misuse of premises
 If the contractor sublets the work or the space to another
agency.
 Any bribe, commission, gift advance given to any officer or
representative of the TNTPO.

B.11 TERMS OF PAYMENT


The contractor shall submit the bill after the completion of
the entire work and 95% of the payment will be made. 5%
of withheld amount will be paid together with Security
Deposit on the expiry of guarantee period of 12 months,
provided that there is no recovery or forfeiture of any
amount from the contractor.

B.12 ADVANCE PAYMENT

It shall be noted that NO ADVANCE PAYMENT will be


made by the Organization for any part of the contract,
20
under any circumstances, even if the Contractor is a
Government body.

B.13 ARBITRATION
On any dispute or difference whatsoever arising between the
parties out of or relating to the scope, operation or effect of this
Contract, or the validity or the breach thereof, the parties shall
first Endeavour to settle the same amicably in a spirit of co-
operation. If the dispute cannot be amicably settled either party
shall, as soon as practicable, but not later than three months,
give to the other party notice in writing of the existence of such
dispute or difference, specifying the nature and the point at
issue and the same shall be settled by Arbitration in
accordance with the Arbitration and Conciliation Act, 1996 as
amended from time to time.

The dispute or difference shall be referred to the Sole


Arbitration of the Chairperson of TNTPO or his nominee
including any officer of TNTPO nominated by him and the
Contractor shall not raise an objection to such Arbitration on
the ground that the Arbitrator is an officer of TNTPO and as
such is an interested party or that the Arbitrator so appointed
has earlier dealt with the subject matter of this Agreement.

B. 14 DETAILS OF CONFIDENTIALITY
The tenderer / bidder whether his tender is accepted or not,
shall treat the specification, and other conditions, as confidential.
B.15 SPECIAL INSTRUCTIONS

The specific attention of the tenderer / bidder is drawn to the


following clauses.
TENDER IS LIABLE TO BE REJECTED IF:
 Failing to meet the Pre-Qualification criteria
 Not in the prescribed form.
 Not accompanied by requisite EMD or proof of exemption.

21
 Not properly signed by the tenderer.
 Received from any black listed firm or contactor.
 Received through telex or telegram or fax.
 Received after expiry of the due date and time.
 EMD is in form of cheque or Bank Guarantee.
 Does not confirm to Organisations specifications.
 Tenderer / bidder is directly or indirectly connected with
Government service or Organisation Service or Service of a
local authority. ,
 The past performances (or) vendor rating is not satisfactory.
 From a tenderer / bidder who has not been issued with a
specification copy.
B.16RIGHT TO DECIDE THE TENDER RESERVED
It shall be expressively understood by the tenderer that
TNTPO or competent authority to decide the tender shall have
right to relax or waive any of the conditions stipulated in the
specification wherever deemed necessary in the best interest of
the TNTPO for good and sufficient reasons. TNTPO does not bind
itself to accept the lowest or any other tenders. The TNTPO also
reserves its right to reject any or all the tenders without assigning
reasons thereof.
B. 17 LIABILTY FOR ACCIDENT TO PERSONS
The contractor shall indemnify and save harm to the
TNTPO against all actions, suits, claims, demands, cost of
expenses arising in connection with injuries suffered, prior to
the date when works or plant shall have been taken over, by
person employed by the contractor on the works whether under
the general law or under the Workmen Compensation Act,
1923, or any other statue in force at the date of the contract
dealing with question of liability of the employer for injuries
suffered by employees and to have taken steps properly to
insure against any claims there under.

B.17.1On the occurrence of an accident which result in the


death of the workmen employed by the contractor or
22
which is due to the contract work and so serious as to be
likely to result in the death of any such workmen, the
contractor shall within 24 hours of happening of such
accident intimate in writing to the concerned Manager
and such officers required by the provision of the
Workmen Compensation Act the fact of such accident.
The contractor shall indemnify the TNTPO against all
loss or damage sustained by the TNTPO resulting
directly or indirectly from his failure to give intimation in
the manner aforesaid including the penalties or fines, if
any payable by the TNTPO as a consequence, of the
organisation failure to give notice under the provisions of
the said act or otherwise to confirm the provision of
such act in regard to such accident.

B.17.2 In the event of any claim being made, or action brought


against the TNTPO involving the contractor and arising
out of the matters referred to and in respect of which the
contractor is liable under the clause, the contractor shall
be given immediately notice thereof, and he shall, with
the assistance, if he so requires, of the TNTPO but at
negotiations, for the settlement of the same or any
litigation that may arise there from. In such cases, the
TNTPO shall at the expense of the contractor, afford all
available assistance for any such purposes.

B.17.3 In the event of accident of which compensation may


become payable under Workman Compensation Act VII
of 1923 any subsequent amendment thereof whether by
the contractor or by the organisation as principal
employer, it shall be lawful for the Managing Director to
retain out of money due and payable to the contractor
such sum or sum of money as may be in the opinion of
the said Managing Director be sufficient to meet such
liability.
B.17.4 The decision of the Managing Director shall be final in
regard to all matters arising under this clause and will not
be subject to any arbitration.

23
B.17.5 Liability for damage or loss to third party including
inspection officers due to act of the contractor or his plant
or sub-contractor connected with the execution of this
contract shall be fully borne by the contractor. The
contractor shall maintain such detailed records to furnish
information regarding entertainment and discharge of all
such incidents for the timely and full settlement of claims
under the Workmen Compensation Act. All cases of
accidents or injuries shall be reported to the Managing
Director with all the full details required for the settlement
under the Workmen Compensation Act.

B.17.6 The contractor should report about all accidents within


24 hours to the Managing Director, TNTPO in the
preliminary accident form. He should furnish other
particulars such as Medical Certificates, wages,
particulars, fitness certificates, proof of having paid the
compensation fixed by the organisation etc. in due course
without delay.

B.18 LIABILITY FOR DAMAGE TO WORKS OR PLANTS

B.18.1 The contractor shall during the progress of the work,


properly cover up and protect the work and plant from
damage by exposure to the weather and shall take every
reasonable, proper timely and useful precaution against
accident or injury to the same, from any cause and shall be
and remain answerable and liable for all accidents or
injuries there to which until the same be or be occasioned
by the acts or commissions of the contractor or his
workmen or his sub-contractors and all losses and
damages to the works or plant arising from such accident
or injuries as aforesaid shall be made good in the most
complete and substantial manner by and at the sole cost
of the contractor and the reasonable satisfaction of the
Managing Director. Should such loss or damage happen to
units of works or plant or materials falling outside the
scope of this contract and due to the contract, those shall
24
be replaced or compensated for by the contractor to the
satisfaction of the TNTPO.
B.18.2 In the case of loss or damage to any portion of the work
occasioned by other causes, the same shall, if required
by the organisation be made good by the contractors in
like manner but at the cost of the TNTPO at a price to be
agreed between the contractor and the TNTPO shall pay to
the contractor the contract value of the portion of the
work so lost or damaged or any balance of such contract
value remaining unpaid as the case may be.

B.18.3 Until the work shall be deemed to be taken over as


aforesaid, the contractor shall also be liable for and shall
indemnify, the organisation in respect of all damage or of
others occasioned by the act of the contractor or his
workmen on his subcontractors or by defective work or
materials but not due to cause beyond his reasonable
control.
B.18.4 Provided that the contractor shall not be eligible under
the contract for any loss or profit or loss of contracts or
any claims made against the organisation not already
provided for in the contract, not for any damage or injury
caused by for arising from the acts of the organisation or
of others (save as to damage by fire, as herein after
provided) due to the circumstances over which the
contractor has no control nor shall his total liability for
loss, damage or injury exceed the total value of the
contract.
B.19 POWER TO TNTPO FOR DECIDING ORDER OF WORKS
The contractor shall commence execution at such parts of
the site and in such order of priority as the MD, TNTPO
shall decide in writing. The Managing Director may from
time to time by direction in writing without in anyway
vitiating this contract alter the order of the works of any
part thereof at such time or times as the Manager may
deem desirable and the contractor shall after receiving
such direction proceed in the order directed.
25
B.20 SUSPENSION OF WORK
The TNTPO may from time to time by direction in writing for
any valid reasons, without any way vitiating this contract,
direct the contractors to suspend the work or any part
thereof, at such time or times and for so long as the
TNTPO may deem desirable and the contractor, shall not,
after receiving such written notice proceed with the works
therein ordered to be suspended until he shall have
received written notice or authority from TNTPO.

B.20.1 No compensation shall be payable for idle labour, staff


and machinery hired. Otherwise due to occasional
power failure causes beyond the control of the TNTPO
and by the prearranged shut down Electricity supply for
which prior notice may be given.

B.21. INSPECTION OF WORKS

The TNTPO or their duly authorized officers shall have at


all times full power to inspect the work wherever in
progress either on the project site or on the contractor's
facility. All records, requested or document relating the
works including materials used on works shall be kept
open to the inspection of the TNTPO or his authorised
representatives when so called for in writing.

B.22 REMOVAL OF IMPERFECT WORK

If it shall appear that work has been executed with


unsound, imperfect or unskilled workmanship, or with
materials of an imperfect or any inferior quality or
otherwise not in accordance with the contract documents,
the contractor shall at his own cost rectify, reform,
remove or reconstruct the same, either in the whole or in
part, as may be directed by the TNTPO or its authorised
officers whether or not the value of any such work or
materials shall have been included in any payment made to
contractor.
26
B.23 TOOLS AND PLANTS FOR THE EXECUTION OF THE
CONTRACTOR
All tools and plant, equiHrsent and tackles required for
the complete execution of the contract shall be arranged
for by the contractor only at his own cost.

B. 24 CL EAN IN G UP TH E SIT E

Upon completion of the work, the contractor shall remove


from the vicinity of the work all plant, buildings, rubbish,
unused materials and other materials belonging to him or
used under his direction during construction on a daily
basis and in the event of failure to do so, the same will
be removed by the organisation and relevant expenditure
will be recovered from the contractor.

B .24.1 MODE OF DI SP ATC H

The ma ter ials to be we ll-pa cked to a vo id d am age in


trans it and dispatc hed b y lo rry a nd de live ry to the
consignee.
1. Transportation Cost :

All included in contract cost, and to be borne by the contractors.

2. Damages / Breakages

Damages if any, should be borne by the Contractor

3. Third Party inspection

The TNTPO shall appoint third party inspection authorities for


evaluation of the materials and quality of workmanship. Payment
for third party inspection will be borne by TNTPO.

B.25 JURISDICTION

Any suit or any proceeding in regard to any matter arising


in any aspect under this contract shall be instituted in any
27
court in the city court at Chennai or the court of small causes
at Chennai. It is agreed to that no other court shall have
jurisdiction to entertain any suit or proceedings, even though
part of the cause of action might arise within their jurisdiction.
In case of any part of the cause of action might arise within
jurisdiction of any court (Tamil Nadu) and not in the courts in
Chennai city then it is agreed to between the parties that
such suites or proceedings shall be instituted in court within
the State of Tamil Nadu and no other court outside the State of
Tamil Nadu have jurisdiction even though any party of the cause
of the action might within the jurisdiction of such court.

B.26 FORCE MAJEURE

If at any time during the continuance of this contract, the


performance in whole or in part in any delegation under this
contract shall be prevented or delayed by reasons of any war,
hostilities, acts of public enemy acts of civil commotion,
strikes, lockouts, sabotages, restrictions or other acts of God
(herein after referred to as eventualities), then provided notice of
the happening of any such eventuality is given by the
TENDERER / BIDDER to the organization within 15 days from
the date of occurrence thereof, neither party shall, by reasons of
such eventuality, be entitled to terminate this contract nor shall
any claims for damages against the other in respect of such
non-performance or delay in performance and deliveries under
this contract and shall not be refunded as soon as
practicable after such eventuality has come to an end ceased to
exist.

B.26.1 Provided that if the performance in whole or part by


the tenderer / bidder or any obligation under this
contract is prevented or delayed by reasons of any
eventuality for a period exceeding 5 days, the
organisation may at its option, terminate this contract by
notice in writing;

28
B.26.2 Special conditions to be adopted in this Tender.
1. All the materials should have correct specification as
mentioned in the Tender.
2. All the materials used should have Brand Name or make.
3. Successful Tenderer should attend night works and on
holidays if they are asked to do so.
B.27 IDLE TIME
Idle time Charges for any reason whatsoever shall not be
entertained by the TNTPO.

B.27.1 If the contractor fails to maintain the stipulated time of


completion specified here in above, he shall be liable to
pay liquidated damages as per clause B.8.2. It shall be
clearly understood that Failure to meet the completion
dates and /or slow progress of work shall also attract
penalty as per General Conditions of contract in
Tamilnadu Building Practice (TNBP).
B.27.2 The contract period shall commence from the date of
taking over of site. The successful bidder shall take
over the site on the same day of award of LoA. In case of
failure to take over the site, the contract is liable for
cancellation.

B.27.3 A Project Planning schedule for executing the work


should be furnished by the contractor within 2 days from
the date of taking over of site. Failure to submit the
program will attract a penalty of Rs.5,000/- per day.

B.28 The contractor should satisfy the Organization that an


'Accident Risk Insurance Policy' is taken before taking
over the site for taking up the work and also to satisfy
the Field Manager, that the policy / policies is / are kept
in force till the contract is completed and the works are
taken over by the TNTPO, on the issue of completion
certificate.
B.28.1 Recoveries will be made from contractor's bill for any
liability for the accidents and refund of the same
29
considered later after the claim is fully settled by the
Insurance Authorities.

B.29. ERECTION OF SHEDS


The contractor will be permitted to install their own
pre-engineering building as shed for office and warehouse
purpose, at the place approved by the TNTPO authorities, free
of ground rent. The TNTPO will not allow any land for putting
up labor sheds and living Quarters for their construction staff.
The contractor has to dismantle the sheds and remove all other
things belonging to him after completion of work, at his cost. In
the event of failure to do so, the same will be removed by
TNTPO and the relevant expenditure will be recovered from the
contractor.

B.30.QUANTITIES

B.30.1.The quantities against various items of work furnished


into the schedule of quantities are only approximate. They are
meant for the purpose of having a common base for
comparison of various tenders The individual items can vary to
any extent either (+) or (-) and the contractor cannot claim any
extra payment on this account. The prices shall remain firm for
any variation subject to overall variations in the value tenders
limited to +10% of the overall value of contract.

B.30.2. Tenderer / Bidder along with his tender shall furnish the
percentage increase or decrease in his price if its total
value of contract exceeds +10%.

Managing Director

30
Form of Agreement between the Contractor and TNTPO

CONTRACT AGREEMENT NO DATED.


THIS AGREEMENT is made on …………. between Tamilnadu Trade
Promotion Organisation (hereinafter referred to as "Client" which
expression unless excluded or repugnant to the context be deemed
to include his successors and assigns), and whose principal place of
office is at Mount Poonamallee Road, Nandambakkam, Chennai -
600 089 of the One Part,

AND

M/s ………………………………………………. having its registered


office at ………………………………………………………………………….
(Hereinafter, referred to as "the Contractor") which expression shall
unless excluded by or repugnant to the context be deemed to
include his successors, heirs, executors, administrators,
representatives and assigns of the other part for “Strengthening of
Existing Bituminous roads in Chennai Trade Centre Complex,
Nandambakkam, Chennai – 89”.to Client.

NOW THIS AGREEMENT WITNESSTH as follows:

I. WHEREAS the Client invited bids through open tender, vide


Notice Inviting Tender dated …………….. for “Strengthening of
Existing Bituminous roads in Chennai Trade Centre Complex,
Nandambakkam, Chennai – 89”.at its office under Tender No
………….

II. AND WHEREAS the Contractor submitted his bid


vide……………………………………. in accordance with the
procedure mentioned along with the bid documents and
represented therein that it fulfills all the requirements and has
resources and competence to provide the requisite services to
the Client

III. AND WHEREAS the Client has selected M/s


……………………………… as the successful bidder ("the
Contractor") pursuant to the bidding process and negotiation of
contract prices, awarded the Letter of Acceptance (LoA) No.
…………………..………, to the Contractor on ………………..
for a total sum of …………………………………………..[Rupees
31
..................................................................................... Only].

IV. AND WHEREAS the Client desires that the “Strengthening of


Existing Bituminous roads in Chennai Trade Centre Complex,
Nandambakkam, Chennai – 89”. (as defined in the Bidding
Document) be provided, performed, executed and completed by
the Contractor, and wishes to appoint the Contractor for
carrying out such services.

V. AND WHEREAS the Contractor acknowledges that the Client


shall enter into contracts with other contractors / parties for
the “Strengthening of Existing Bituminous roads in Chennai
Trade Centre Complex, Nandambakkam, Chennai – 89”.of its
premises in cases the Contractor falls into breach of the terms
and conditions as stipulated in the Tender Document and shall
waive its claim whatsoever in this regard.

VI. AND WHEREAS the terms and conditions of this Contract have
been fully negotiated between the Client and the Contractor as
parties of competent capacity and equal standing.

VII AND WHEREAS the Contractor has fully read, understood and
shall abide by all the terms and conditions as stipulated in the
Tender Documents for “Strengthening of Existing Bituminous
roads in Chennai Trade Centre Complex, Nandambakkam,
Chennai – 89” failing which the Contract is liable to be
terminated at any time, without assigning any reasons by the
Client.

VIII AND WHEREAS the Contractor shall be responsible for


payment of GST. The documentary proof of the same must be
submitted within one month of payment of particular bill for the
amount of Service Tax Charged in the said bill

IX. AND WHEREAS the Client and the Contractor agree as follows:

1. In this Agreement (including the recitals) capitalized words and


expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read


and construed as part of this Agreement. This Agreement shall
prevail over all other Contract documents.
32
(a) The Letter of Acceptance issued by the Client.
(b) The complete Bid, as submitted by the Contractor.
(c) The Addenda, if any, issued by the Client.
(d) Any other documents forming part of this Contract Agreement
till date. (Bank Guarantee)
(e) Charges - Schedule annexed to this Article of Agreement
(f) Supplementary Agreements executed from time to time.

3. Any changes/modifications/amendments required to be


incorporated in the Contract Agreement at a later stage shall be
discussed and mutually agreed by both the parties and such
supplementary agreements shall be binding on both the parties and
shall form the part of this contract agreement.

4. This Contract shall be governed by and construed in


accordance with the laws of India. Each Party hereby submits to the
jurisdiction as set out in the Dispute Resolution Procedure in the
Conditions of Contract.

X. IN WITNESS WHEREOF the parties hereto have caused this


Agreement to be executed in accordance with the laws of India on
the day, month and year indicated above.

Signed on behalf of the Contractor Signed on Behalf of


TamilNadu Trade Promotion
Organisation

Managing Director
(Authorised Signatory) (Authorised Signatory)

33
FORMAT FOR NO DEVIATION CERTIFICATE
(To be submitted in the bidder's letter head)

To,
The Managing Director,
TAMILNADU TRADE PROMOTION ORGANISATION
Chennai Trade Centre Complex,
Nandambakkam,
Chennai - 600 089.

Sub : No Deviation Certificate.


Job : “Strengthening of Existing Bituminous roads in Chennai
Trade Centre Complex, Nandambakkam, Chennai – 89”.
Ref : Tender No ………………………………………………
Respected Madam,
With reference to above, this is to confirm that as per tender conditions, we
have visited site before submission of our offer and noted the job content & site
conditions etc. We also confirm that we have not changed/modified the tender
documents as appeared in the website/ issued by you and in case of such
observance at any stage, it shall be treated as null and void.

We hereby have understood that the project is time bound and has to be
completed within 5 days from the date of LOA, failing which the LD clause as
mentioned in tender conditions will be attracted on us. We hereby confirm that
we have not taken any deviation from tender clauses together with other
references as enumerated in the above referred NIT. We hereby confirm our
unqualified acceptance to all terms & conditions, unqualified compliance to
technical specification.

In the event of observance of any deviation in any part of our offer at a later
date whether implicit or explicit, the deviations shall stand null & void.

We confirm to have submitted offer in accordance with tender instructions and


as per aforesaid references.

Thanking you,
Yours faithfully,

(Signature, date & seal of authorized


Representative of the bidder)

34
DECLARATION

(a) I, the undersigned certify that I have gone through the


terms and conditions mentioned in the tender document
and undertake to comply with them.
(b) The rates quoted by me are valid and binding on me during
the period of validity of the tender.
(c) I, the undersigned hereby bind myself to the Managing
Director, TNTPO, Chennai Trade Center, Tamilnadu, during
the period of contract.
(d) The Performance Security deposited by me shall remain in
the custody of the Managing Director, TNTPO, Chennai
Trade Center, Chennai till the expiry of the contract. The
Security Deposit will not carry any interest.
(e) The conditions contained herein shall form part of and shall
be taken as included in the agreement itself.
(f) I will be wholly responsible for completing the work of
“Strengthening of Existing Bituminous roads in Chennai
Trade Centre Complex, Nandambakkam, Chennai – 89” and
will ensure timely completion of the contract.
(g) I shall be responsible to provide all benefits i.e., Bonus, ESI
and Gratuity etc. to eligible employees employed by me.
(h) I shall abide by the provisions of Minimum Wages Act 1948
and Contract Labour Act 1970 and other Labour Laws
applicable from time to time.
(i) Should any lapses occur from me or on my workers part,
while discharging the services, TNTPO management may
cancel my contract and award the work to another agency
and the cost difference may be recovered from me.
(j) There is no vigilance/CBI or court case pending against the
firm.
(k) The decision of the Managing Director, TNTPO, Chennai
Trade Centre, Chennai regarding the acceptance/rejection
of Tender will be final and binding upon me.

35
Affirmation
I, ……………………………….Son / Daughter of Shri
………………….. Partner / Director / Authorized Signatory of
…………………. affirm that I am competent to sign this
declaration and execute this tender document.

I have carefully read and understood all the terms and conditions
of the tender and hereby convey my acceptance of the same.

The information / documents furnished along with the above


application are true and authentic to the best of my knowledge
and belief. I am well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my
tender at any stage besides liabilities towards prosecution under
appropriate law.

Date:

Signature of owner / Managing Partner / Director

Place: Name:
Seal:

N.B.: The above declaration, duly signed and sealed by the


authorized signatory of the Company, should be enclosed
with Technical Bid.

36
ABBREVIATIONS:

TNTPO - TamilNadu Trade Promotion Organization


MD - Managing Director
CTC - Chennai Trade Centre
DD - Demand Draft
BG - Bank Guarantee
SD - Security Deposit
EMD - Earnest Money Deposit
NIT - Notice Inviting tender
LD - Liquidity Damages

37
Format of the Application Form to be submitted by the tenderer

“Strengthening of Existing Bituminous Road in Chennai Trade


Centre Complex, Nandambakkam, Chennai – 89”.
COVER A - TECHNICAL BID

1 Name of Tendering Company


/Firm / Tenderer
Name of owner / Partners/
2 Directors
3 Full Particulars of Office
(A) Address
(B) Telephone No.
(C) Fax No.
(D) E-mail Address
Full Particulars Of The Bankers Of Company / Firm /
4 Tenderer, With Full Address
/ Tel. No.
(A) Name of the Bank
(B) Address of the Bank
(C) Telephone No.
(D) Fax No.
(E) E-mail address
5 Registration Details
(A) GRADE A / CLASS 1 Regn. #
(B) PAN/TAN No.
(C ) GST Registration No.
(D) E.P.F. Registration No.
(E) E.S.I. Registration No.

6 Details of Earnest Money Deposit


(A) Amount ( )
(B) D.D/ P.O. No. and Date
(C) Drawn on Bank
(D) Valid upto

38
7. Audited Balance Sheets
Audited Balance Sheets for
2015-16
(I). 2016-17
2017-18
Audited Income &
Expenditure Statement for
(II). 2015-16
2016-17
2017-18
Audited Profit and Loss
Account Statement for
(III). 2015-16
2016-17
2017-18
Audited Report Statement for
2015-16
(IV). 2016-17
2017-18

39
Details of the Existing /Past contracts

Details
regarding
the Duration of Contract
Name and Address of contract
the organization / including
client, Name of manpower
Designation, and deployed
Telephone /Fax
No.of the officer Value of
concerned contract
Contract From To
DD/MM/YY DD/MM/YY
A
B
C
Additional
information,
if any

Details of Plant and Machinery

Sl. Name and Make of Nature of


No Machinery Use Value (Apprx.)

Details of Technical Staff

Sl. Name, Designation Qualification Training Experience Status of


ESI No,
No. P.F.No. (Years) Health

Project B.E (Civil) 5


1 Engineer

The above formats may be used to provide requisite details.

40
Format of Affidavit of Undertaking with regard to Blacklisting/Non-
debarment by any organization

(To be furnished in Rs.20 (Non-Judicial) stamp paper)

To
The Managing Director,
Tamilnadu Trade Promotion Organisation,
Chennai Trade Centre,
Nandambakkam,
Chennai – 600 089.

Madam,

I/We have read and examined the complete documents of the tender
related to the work of “Strengthening of Existing Bituminous Road in
Chennai Trade Centre Complex, Nandambakkam, Chennai – 89”.

1. I/We do hereby declare that our firm have never been Black-listed or
debarred or declared ineligible by any Agency/any State/Central
Government/PSUs till date nor we are facing/filed any Litigation
proceedings regarding black-listing or debarring with either of the above
said Agencies/State/Central Government/PSUs for corrupt and any
kind of fraudulent practices either indefinitely or a particular period of
time.
2. In the event of detection of false declaration/statement at stage of the
entire process of scrutiny of tender/execution of work, our
tender/contract shall be liable for truncation/cancellation/termination
without any notice including forfeiture of E.M.D., Security Deposit.

Date:
Signature of owner / Managing Partner / Director

Place: Name:

Seal:

41
COVER B - FINANCIAL BID

Name of Work: Strengthening of Existing Bituminous Road in Chennai Trade


Centre Complex, Nandambakkam, Chennai – 89.

SL.
QTY DESCRIPTION RATE UNIT AMOUNT
NO
1 10,270 M2 Providing and laying of Sq.m
Bituminous Concrete of
thick 2.5cm premix
carpet surfacing with
3cu.m of stone chippings
10mm nominal size per
100 sqm and bitumen
emulsion (medium
setting min 65% bitumen
content) complying with
IS 8887, using 96kg per
cu.m of chippings of road
surface, including
consolidation with road
roller etc., complete.
2 Providing and laying Tack
coat over the Existing
Bituminous bituminous
surface using 3.00 Kgs of
bitument emulsion
(Rapid setting 1) per
10.00 Sq.m including
cost of bitumen at the
site , including labour
charges for preparing the
surface and applying the
required quantity of
bitumen emulsion as
tack coat using bitument
sprayer etc., complete.
10,270 M2 On bituminous surface Sq.m
@ 0.50 Kg/Sq.m
Sub Total

GST- 18 %

GRAND TOTAL

(Signature, date & seal of authorized


Representative of the bidder)
42
CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER
Name of the work: Strengthening of Existing Bituminous Road in
Chennai Trade Centre Complex, Nandambakkam, Chennai – 89.

1 Cost of tender document if Yes/No


downloaded from the website of
TNTPO
2 Whether E.M.D. is enclosed? Yes/No
3 Whether proof for having average Yes/No
annual financial turnover during
the last three financial years is
attached?
4 Whether copy of documents in Yes/No
support of experience in
completion of similar works is
enclosed?
5 Whether copy of Income Tax Yes/No
Returns for the last three years is
enclosed?
6 Whether an Affidavit of Yes/No
Undertaking on Rs.20 non
judicial stamp paper with regard
to Blacklisting/Non-Debarment
by any Organisation is enclosed?
7 Whether copy of Registration for Yes/No
GST, PAN and TAN is enclosed?
8 Whether copy of Registration for Yes/No
ESI and EPF is enclosed?

(Signature, date & seal of authorized


Representative of the tenderer)

43

You might also like