REGISTERED WITH ACKNOWLEDGEMENT DUE. F. No. 16(42)/2009-E&M Dated 5 th July, Date NOT TRANSFERABLE

Similar documents
Annexure II. Terms and conditions

vkbz-lh-,-vkj- ifjlj] ikslv & fcgkj ossvujh dkwyst] ivuk & ¼fcgkj½] Hkkjr

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

~ ~ ~,,"'lfit, ~ ~~ i1'!tftlf ~.'~rr;:r. qrhlg. 25 th March, F.No.18-1/2011-SS/KAB

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

क न द र य सम र म त स यक अन स ध न स थ न (भ रत य क ष अन स ध न परर द)

~~~~,~~R41 INDIAN COUNCIL OF AGRICULTURAL RESEARCH KRISHI ANUSANDHAN BHAWAN, PUSA, NEW DELHI

PUNJAB TECHNICAL UNIVERSITY,

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

BID DOCUMENT NAME OF WORK: ANNUAL CONTRACT FOR PROVIDING SECURITY SERVICES AT CRURRS, HAZARIBAG AND KVK, KODERMA.

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

F.No.IRCER/P&S-49 (E)/17-18/NRC-IF, Motihari/ Dated: INVITATION FOR BIDS (IFB) - XI

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

TENDER FOR LOCAL CHEMIST

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

BHARAT HEAVY ELECTRICALS LIMITED,

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

SUPREME COURT OF INDIA ADMN. MATERIALS (P&S) Tender is upto 3.00 p.m. Dated :

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

NOTICE INVITING e-tender

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

TENDER FOR SUPPLY OF HAND BOOK

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) NOTICE INVITING TENDER FOR SUPPLY OF KHADI DUSTER & FLOOR SWABS

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

ESI CORPORATION MODEL HOSPITAL

GOVT. OF NCT OF DELHI

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

Tender. for. Indian Institute of Technology Jodhpur

र ष ट र य प र तर रव न स

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Sub: Invitation to Tender Enquiry for supply of Towel

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S)

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

ASSAM UNIVERSITY SILCHAR (A Central University Constituted under Act. XXIII of 1989) TENDER DOCUMENT

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

INDIAN COUNCIL OF AGRICULTURAL RESEARCH NASC COMPLEX, PUSA, NEW DELHI (Estate & Maintenance Section) TENDER DOCUMENT

UV-Visible Spectrophotometer

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

LAKWA THERMAL POWER STATION

PEC University of Technology, Chandigarh

Biotech Park, Lucknow

न द र य सम र म त स यय अन स ध न स यथ न.

SUPREME COURT OF INDIA (ADMN. MATERIAL (P&S) NOTICE INVITING TENDER FOR AWARDING OF RATE CONTRACT FOR CAMC of LCD AND LED TV WITH CONNECTED PC'S

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS)

BID DOCUMENT SECTION I

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

TENDER DOCUMENT. Name of Work : Extensionn of chamber of General Manager in Basement Floor, Office Complex, Vikas Bhawan, Port Blair.

NOTICE INVITING TENDER ALLAHABAD UNIVERSITY ALLAHABAD

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

INDEX. 1. Index 2. Instruction to contractor 2 3. Notice Inviting Tender 3-5 Tender & Contract For Works Schedulee of Quantities 11-12

The tender document may be download from the website,www,cdac.in/

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

BABU JAGJIVAN RAM NATIONAL FOUNDATION 6, KRISHNA MENON MARG, NEW DELHI

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Notice inviting e-bids for Printing and Supply of IEC Material

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Transcription:

REGISTERED WITH ACKNOWLEDGEMENT DUE F. No. 16(42)/2009-E&M Dated 5 th July, 2010. Date NOT TRANSFERABLE INDIAN COUNCIL OF AGRICULTURAL RESEARCH NASC COMPLEX, OFFICE BLOCK, ESTATE & MAINTENANCE SECTION, DEV PRAKASH SHASTRI MARG, NEW DELHI 12 INVITATION TO TENDER (TWO BID SYSTEM) AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING THE PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012 A Cost of Tender Form Rs.500/- (Rupees five hundred only) B Last date of receipt of Tenders in Office is 3.00 P.M. on 26 TH July 2010. C Tenders (technical bids) to be opened at 3.30 PM on 26 th July 2010. D E Tender to remain open for acceptance up to 90 days from the date of opening. The Tender document is also available at our web-site www.icar.in. NOTE : 1. The Secretary, Indian Council of Agricultural Research, Krishi Bhavan, New Delhi may at his/her discretion, extend this date by a fortnight and such extension shall be binding on Tenderers. 2. If the date up to which the Tenders is open for acceptance is declared to be a holiday the Tenders shall be deemed to remain open for acceptance till the next working day.

INDIAN COUNCIL OF AGRICULTURAL RESEARCH Krishi Bhawan : New Delhi-110 001 Tel.No.23381378, 23388991/508, 25842871 Fax No.91-11-3387293 Telegraphic Address :-AGRISEC, NEW DELHI. Note :- All communications must be addressed to Deputy Secretary (Gen. Admn. & Estate) (by designation), Indian Council of Agricultural Research, Room No. 205, 2 nd Floor, Krishi Bhawan, New Delhi 01. INVITATION TO TENDER (TWO BID SYSTEM) AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING THE PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012 From : Deputy Secretary (Gen. Admn. & Estate) Indian Council of Agricultural Research, NASC Complex, Office Block, PUSA Dev Prakash Shastri Marg, New Delhi 110 012. To Dear Sir(s), Sealed Tenders are hereby invited on behalf of the Secretary, Indian Council of Agricultural Research, New Delhi for contract for THE PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012. The terms and conditions of the contract which will govern any contract made are those contained in the General conditions of contract applicable to the contracts placed by the ICAR and by the Research Institutes of the Council and the special terms and conditions detailed in the Tenders forms and its schedules. Please submit your rates in the Tenders form if you are in a position to furnish the requisite services in accordance with the requirements stated in the attached schedules.

2. An earnest money of Rs.30,000/- (Rupees Thirty Thousand only) must be deposited in the form of demand draft/pay order payable to Secretary, ICAR at New Delhi. The particulars of the earnest money deposited must also be superscribed on the top of the envelope by indicating the draft/pay order number and date, failing which the Tenders will not be opened. The Tenders will not be considered if earnest money is not deposited with the Tenders. 3. The Tenderer is being permitted to give Tenders in consideration of the stipulations on his part that after submitting his Tenders, he will not resile from his offer or modify the terms and conditions thereof. If the Tenderer fail to observe and comply with the foregoing stipulation the aforesaid amount of EMD will be forfeited by the Council. In the event of the offer made by the Tenderer not being accepted, the amount of earnest money deposited by the Tenderer will be refunded to him after he has applied for the same, in the manner prescribed by the Council. 4. The Schedules of the Tenders form should be returned intact and pages should not be detached. In the event of the space provided on the schedule form being insufficient for the required purpose, additional pages may be added. Each additional page must be numbered consecutively and be signed in full by the Tenderer. In such cases reference to the additional pages must be made in the Tenders form. If any modification of the schedule is considered necessary it should be communicated by means of a separate letter alongwith the Tenders. Overwriting/erasing in rates to be quoted by the Tenderer will not be allowed otherwise the Tenders may be rejected. 5. The Tenders are liable to be ignored if complete information as required is not given therein or if the particular asked for in the schedules to the Tenders is not fully filled in. Individual signing the Tenders or other documents connected with the contract may specify whether he signs it in the capacity of (i) a sole proprietor of the firm of constituted attorney of such sole proprietor, or (ii) a partner of the firm if it be partnership in which case he must have authority to refer to arbitration dispute concerning the business of the partnership whether by virtue of the partnership agreement or power of attorney or (iii) constituted attorney of the firm if it is a company. 6. If Tenderer does not accept the offer, after issue of letter of award by ICAR within 15 days, the offer made shall be deemed to be withdrawn without any notice & Earnest money forfeited. 7. In case of partnership firms, where no authority has been given to any partner to execute the contract/agreement concerning the business of the partnership, the Tenders and all other related documents must be signed by every partner of the firm. A person signing the Tenders form or any other documents forming part of the contract on behalf of another shall be deemed to warranty that he has authority to bind such other and if, on enquiry it appears that the persons so signing had no authority to do so, the Council shall without prejudice to other civil and criminal remedies cancel the contract and hold the signatory liable for all costs and damages. Each page of the Tenders and the schedules to the Tenders and annexure, if any, should be signed by the Tenderer. 8. The original copy of the Tenders is to be enclosed in double cover. The Inner cover should be sealed. The outer cover should be superscribed " THE PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012

"with address of this office and the tenderer shall place two envelops clearly marked containing of technical bid and financial bid separately in the main envelop. Right is reserved to reject outstation Tenders. All Tenders should be sent by Registered Post. Tenders to be hand delivered should be put in the Tenders box, which will be kept in the Estate Office of the ICAR at NASC Complex, Dev Prakash Shastri Marg, New Delhi-110012 not later than 3:00 PM on 9 th July 2010. 9. The rates quoted by each firm for job work contract in Tenders be given both in words and figures failing which the same is liable to be rejected. You are at liberty to be present or to authorize a representative to be present at the time of opening of the Tenders. The name and address of the representative who would be attending the opening of the Tenders on your behalf should be indicated in your Tenders. Please also state the name and address of your permanent representative, if any. 10. The Council does not pledge itself to accept the lowest or any other Tenders and also reserve to itself the right of accepting the Tenders in whole or in part of the Tenders. You are however at liberty to Tenders for the whole or any portion or to state in the Tenders that the rates quoted shall apply only if the Tenders are considered fully. Other conditional Tenders will not be accepted. 11. An amount of 5% of the total amount of bill as a security deposit deducted from running account bills should be refunded after three months period of satisfactory work. If any defect is found within this period this will be got rectified by the agency otherwise it will be got rectified at the risk and cost of contractor. 12. No interest on security deposit and earnest money deposit shall be paid by the Council to the Tenderer. 13. Service tax or any other tax applicable or made applicable after awarding the contract in respect of this contract shall be payable by contractor and ICAR will not entertain any claim whatsoever in this respect. However the service taxes or any other tax which is as per the rules of the Govt. of NCT of Delhi, TDS shall be deducted at source from monthly bills of the successful Tenderer, as per rules/instructions made applicable from time to time by government. 14. Secretary, ICAR reserves the right to reduce or terminate the period of contract or to extend its duration in the interest of the Council, for any justifiable reasons, not mandatory to be communicated to the Tenderer. 15. Acceptance by the Council will be communicated by FAX/Telegram, Express letter or any other form of communication. Formal letter of acceptance and work order of the Tenders will be forwarded as soon as possible, but the earlier instructions in the FAX/Telegram/Express letter etc. should be acted upon immediately. 16. The percentage on Item rate contract on civil nature work at NASC Complex as and when required then only executed as per instruction issued by ICAR representative. The estimated cost in the tender document is only tentative for estimation purpose.

17. The contract will be initially for a period of one year extendable for a further period of upto three years on year to year basis subject to satisfactory performance of the vendor and its willingness to continue. 18. Decision of Secretary ICAR will be final for any aspect of the contract and shall be binding on all the parties. Dispute arises if any on the contract will be setelled at his/ her level and will not be referred to arbitration. 19. The following documents/vouchers are required to be enclosed with the technical bid form of the Tenders document :- a) Registration certificate of the firm under the work contract of the Govt. of NCT Delhi, CPWD/PWD/MES/DDA and PSU.. b) Minimum turnover of the firm not less than Rs. 25.00 lakhs during the last financial year. c) Last three years continues experience of the firm in the field of providing such work done in Central Govt. establishments/autonomous bodies of Govt. of India/ Corporations of Govt. of India/reputed public or private organizations provide the details in enclosed tabular form. d) Certified Balance Sheet of the firm for last year of the service contract by the Chartered Accountant. e) Duly certified copies of the satisfactory services where the Tenderer is providing the services for the last three years/ Work order etc. f) Service tax / TIN registration certificate issued by Govt. etc. g) Whether the firm has any legal suit/criminal case pending against it for violation of PF/ESI, Minimum wages Act or other laws (give details).the firm/agency must enclose a certificate indicating that there is no criminal/ legal suit pending or contemplated against them. h) Successful Tenderer will have to enter into a detailed contract agreement with ICAR on non-judicial stamp paper of Rs. 100/- for each work. i) Only those firms will be considered for financial bid who will qualify in the technical bid. Note : The technical bids and financial bids may be submitted in separate envelops to be sealed and put in a main cover. Yours faithfully, Deputy Secretary (GAC & Estate) For and on behalf of the Secretary ICAR, Krishi Bhawan, New Delhi-110001

TENDER (TWO BID SYSTEM) AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING THE PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012 Full Name & Address of the Tenderer in addition to Post Box No., if any, should be quoted in all communications to this office : Telephone No. : Telegraphic Address/FAX/Cellular No.: E-Mail address : From To The Deputy Secretary (GAC & Estate) Estate & Maintenance Section, NASC Complex, Office Block, Dev Prakash Shastri Marg, PUSA New Delhi - 110 012 I / We have read all the particulars regarding the General information and other terms and conditions of the contract for PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012 and agree to provide the services as detailed in the schedule herein or to such portion thereof as you may specify in the acceptance of the Tender at the rates given in Schedule-I to this Tender and I/we agree to hold this offer open till 90 days. The rates quoted will be valid for a period of one year in the event of award of the Contract. I/We shall be bound by a communication acceptance dispatched within the prescribed time. 2 I/We have understood these terms and conditions for the contract and shall provide the best services strictly in accordance with these requirements. 3. The following pages have been added to and form a part of this Tender. The Schedules-I & II to accompany this Tender are at pages 4. Every page so attached with this Tender bears my signature and the office seal. 5. Pay order / DD No. of Rs. drawn in favour of Secretary, ICAR and payable at is enclosed as earnest money required. Yours faithfully Dated : Signature & Seal of the Tenderer Witness Telephone No. Office Address Resi. Occupation Mobile Signature of witness to contractor s signature Address : Name & Signature of Witness : Address:

SCHEDULE I PART I 1. Name of the Firm/Agency 2. Full address with Post Box No. And Telephone No. if any 3. Constitution of the Firm/ Agency (Attached copy) Indian Companies Act, 1956 Indian Partnership Act, 1932 (Please give names of partners) Any other Act, if not, the owners 4. For Partnership firms whether registered under the Indian Partnership Act, 1932, please state further whether by the partnership agreement to arbitration has been conferred on the partner who has signed the Tender. SCHEDULE TO TENDERS i) If answer to the above is in negative whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the Tenders to refer dispute condemning business of the partnership to arbitration. ii) If the answer to above is in point one and two the affirmative please furnish a copy of either the partnership agreement or the general power of attorney as the case may be. The copy should be attested by a Notary Public or its execution would be admitted by affidavit on a properly stamped paper by all partner 5, Name and Full Address of your Banker s 6. Your Permanent Income Tax No./Circle/Ward 7. Any other relevant information

PART II 8. Earnest Money Deposited: Yes/No PART III 9. Name and Address of the firm s representative and whether the firm would be representing at the opening of the Tenders 10. Name of the Permanent Representative to be visiting NASC and ICAR, Krishi Bhawan regarding the contract Date : Place: AUTHORISED SIGNATORY Please add supplementary pages to be numbered wherever needed by the Tenderer.

TERMS & CONDITIONS: (1) The agreement will be in force for the remaining period of this financial year from the date of execution initially and further period of one year subject to satisfactory performance and can be terminated by one month notice on either side. Further extension there after would be decided later on satisfactory completion of above tenure. (2) The office will not take any responsibility in case of any accident/injury to the labourers during working. The firm shall take all safety measures and welfare of the labourer. (3) No escalation in rates due to any reasons, statutory or otherwise shall be allowed. (4) The staff provided by the contractor to the office are in case found to be indulging in any undesirable or unfair activities in the premises of the office, the contractor will solely be responsible for all the consequences apart from the liberty of office to lodge complaints before appropriate authorities. (5) Any damage is caused to any equipment/or items available at the office premises due to negligence of the contractor, the amount so involved on this account shall be deducted from the payment due to contractor. (6) The contractor shall strictly comply with the terms and conditions of agreement. In case of violation of any of the terms, the agreement shall be liable for cancellation immediately and EMD will be forfeited. (7) Time of completion of work shall be strictly followed by contractor. (8) In contractor desires an extension of time for completion of work on the grounds of his having been unavoidable hindered in its execution or any other ground, he shall apply in writing to Officer-in-charge within 30 days of date of hindrance on account of which he desires such extension as aforesaid and Engineer-in-charge shall if in his opinion (which shall be final) reasonable grounds be shown thereof authorize such extension of time, if may in his opinion be necessary or proper. (9) Contractor shall give notice to officer-in-charge regarding completion of work 10 days in advance so that officer-in-charge shall visit the site and point out deficiencies if any and convey to contractor for rectification etc. (10) Officer-in-charge shall have full powers to remove such materials brought by contractor at site which are not as per specifications at the risk and cost of contractor. (11) R/A bills shall be paid @ 75% of full value of item for all the items in the schedule of quantities which shall be adjusted in final bill. (12) Work shall be executed in accordance with specifications, orders and drawings etc. (13) Officer-in-charge shall have the full powers to alter any item or items which in his opinion are not necessary to be executed as per schedule of quantities. Rates for new item shall derived as per D.A.R/D.S.R. (14) No compensation shall be paid for any addition or curtailment of work. (15) Advance notice shall be given by contractor to officer-in-charge before any work which is hidden work, is covered up.

(16) Contractor shall provide at his own cost all the materials, tools and plants, appliances, ladders, scaffolding for work whether original, altered or subsituated and whether included in the specifications or other documents found part of contract. Contractor shall also supply such materials which are required for taking measurements or examination at any time and form time to time of work. Failing of which these shall be provided at the expense of contractor. (17) All works to be executed under the contract shall be executed under the direction and subjected to approval in all respects of Engineer-in-charge who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on. (18) The decision of Secretary/ICAR regarding the quantum of reduction as well as justification thereof in respect of rates for sub-standard work which may be decided to be accepted will be final and would not be open to arbitration. (19) After completion of work theoretical quality of cement to be used in work shall be calculated on the basis of statement showing quantity of cement to be used in different items of work provided in D.S.R.07. Over this theoretical quantity of cement shall be allowed a variation upto 3% plus/minus. (20) Store shall be constructed by the contractor before start of work for storage of various materials like cement, primer, paint, water proofing material etc. and this store shall be under the joint custody of Engineer-in-charge and contractor No extra payment shall be made regarding construction of store & material required for maintenance/repair work. (21) All safety measures taken at site shall be borne by the contractor without any extra payment. In the event of any accident/damage occurred at site due to natural calamity negligence on his part the same shall be the liability of the contractor and nothing extra payment shall be claimed. (22) Engineer-in-charge shall mean as officer-in-charge or his authorized representative. (23) Contractor will apply for gate pass while taking out their personal stores from NASC Campus. (24) Contractor will not tamper cable, water lines of the campus. Any damage on account of this will be recovered from bill of contractor. (25) Store will have to be removed by contractor 15 days after completion of work failing to Which E & M Section may charge penalty. (26) Water / Electricity charges @ 1% shall be deducted from the bill if contractor takes water /electricity from the ICAR. (27) The dismantled materials shall be the property of I.C.A.R. (28) All the item rate contract are inclusive of all materials, labour input required to complete the work. The contractors should quote their rates accordingly.

SPECIFICATIONS AND CONDITIONS 1 GENERAL 2. The contractor must get acquainted with the proposed site for the works and study specifications and conditions carefully before tendering. The work shall be executed as per programme approved by the Engineer-in-charge. 3 Specifications: 3.1 Specifications to be followed for execution of work shall be: 3.1.1. The entire work shall be done as per specifications CPWD Vol.I with correction slips up to date and CPWD specification Vol.II with up to date correction slips. However in case of any discrepancy in the description of any item as given in the schedule of quantities appended with the tender and the specifications relating to the relevant item as per specifications 2000 Vol.I & Specification 2000 Vol.II with due correction slips specified above, The former shall prevail. If the specifications for any items are not available in the CPWD specifications referred above, relevant I.S.I. Specifications shall be followed in case I.S.I. Specifications are also not available, the decision of the Engineer-in-charge shall be final. Whenever any reference to any Indian Standard Specifications occurs in the documents relating to this contract the same shall be inclusive of all the amendments issued thereto or revisions thereof if any, up to the date of receipt of tenders. 3.1.2 Samples of all building materials doors and windows, fittings sanitary wares and other articles required for execution of works shall be got approved from the Engineer-in-charge. Articles manufactured by Firms of repute and approved by the Engineer-in-charge shall only be used Articles classified as First Quality by the manufacturer shall be used unless otherwise specified. Preference shall be given to those articles which bear I.S.I. Certification mark In case articles bearing I.S.I. Certification mark are not available, the quality of samples brought by the contractor shall be judged by the standards laid down in the relevant I.S.I. Specifications. All materials and articles brought by the contractor to the site for use shall be conform to the samples approved which shall be preserved till the completion of the work. 3.1.3 The work will be carried out in the manner complying in all respects with the requirements of relevant bylaws of the local body under the Jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra will be paid on this account. 3.1.4. The contractor shall have a performance tests for the entire installations as per standards/specifications before the work is finally accepted and nothing whatsoever shall be payable to the contractor without such test.

3.1.5. The contractor should maintain the register for cement, paint and other registers as required by the Engineer-in-charge and these should be signed by the contractor or his authorized agent and the authorized nominee of officer-incharge as authorized for the work. 3.1.6. The contractor shall fill such recesses, holes, openings, etc. as may be required for the electric and sanitary works and nothing extra shall be paid on this account. 3.1.7 The work of electrification, horticulture and other internal and external services may be carried out simultaneously by other agencies with the work being tendered for against the enclosed contact documents. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained and nothing extra over the agreement rates shall be paid for the same for fixing, laying/burying in the work pipes, cables, conduits clamps boxes or hooks for fan clamps etc. 3.1.8 The contractor shall be required to do the work of development before taking up to building, works as per the directions of Engineer-in-charge. 3.2 The bricks brought by the contractor including those classified as first class in the local market shall be classified according to the CPWD specification referred above, irrespective of the classifications shown in the permit (where there is a permit system) under which contractor might obtain the material. 3.3 Materials bearing ISI mark shall be given first preference for incorporation in the work. Whenever ISI market materials are available, the same only shall be used. In cases where articles of different makes and designs bearing ISI Mark are Available in the market the decision of the Engineer-in-charge about a particular Make and design to be used in the work shall be final and binding. In case, where Articles with ISI mark are not available in the market, the quality shall have to Conform to the relevant ISI specifications. 3.4 Immediately after the award of works, the contractor shall produce samples of all materials to be used and incorporated in the works for approval of the Engineer-incharge. Only materials conforming to the approved samples shall be used in the works. 3.5 The structural and architectural drawings shall, at all times, be properly correlated for executing any work. Architect s requirements shall be fully satisfied where specific mention is made of Architect s Design, Architect s Approval etc. Samples shall be prepared for approval before starting the work on any item Specified by the Engineer-in-charge.

3.6 For all precast concrete work and unyielding platform with smooth finished surface shall be made. The members shall have to be cast in approved rigid moulds. Use of bricks, loose planks and battens and similar non-rigid sides of moulds shall not be permitted. Vibrators must be used for compaction of concrete. All faces of the members must come out smooth. Curing shall be either under water or by covering with wet gunny bags for minimum 14 days. 3.7 The hinges of door shutters shall be welded to angle iron frames at 5 points each and eyes and hooks shall be provided to such frames as per requirement. Nothing extra shall be paid for this work or for providing wooden padding for fixing the fittings to shutters to suit angle iron frames. 3.8 Rates for flooring items shall be inclusive of providing sunk flooring in bath room and kitchen. However, rounding the junction as provided in agreement item shall be paid for. 3.9 Rates quoted by the contractor shall hold for work at all heights and depths. The contractor shall not be paid any thing extra maintaining in good condition all the work executed till completion of the entire work; or on account of damage to the works caused by rains or other natural phenomena during the execution of works. 3.10 Collection and stacking of materials shall include all leads. The rates quoted by the contractor shall hold good irrespective of the source from which the materials are brought so long as they conform to the specifications. Closure of particular quarry will not entitle the contractor to any revision in rate. 3.11 Nothing extra shall be paid for planning etc. for shutters while fixing with the door window frames etc. 3.12 The contractor shall be responsible for watch and ward of all the matereials required for maintenance/repairs and nothing shall be paid to him for this. 3.13 Centring & shuttering required for R.C.C. slab, beam & column & repair/maint. works etc. for more than single height shall be done by the contractor. Nothing extra beyond Agreement rate shall be paid for the same. Rates are applicable for centring & shuttering done for all heights. 3.14 If in the opinion of Secretary/I.C.A.R, the quality of work/item is not being satisfactory the same may be got tested from a reputed test house/laboratory. If the results are found below standard results the expenses will be borne by the contractor and necessary recovery shall be affected or work shall not be accepted and decision of Secretary/I.C.A.R in this regard shall be final.

3.15 1. Risk Clause: ICAR reserves the right to discontinue the service at any time, if the services are found unsatisfactory by giving a show-cause to be replied within a week and also has the right to award the contract to any other agency at the risk and cost of current agency and excess expenditure incurred on account of this can be recovered from S.D. or pending bills or by rising a separate claim. 2. The work shall be completed within a period mentioned in the work order from the award of work failing which a panelty @ 1% of billed amount per week delay maximum to 10% of the billed amount of the work done shall be imposed. 3. The generated malba/silt will be disposed off by the contractor to the nearest MCD dumping ground for which nothing extra will be paid. 4. Rates should be inclusive of all taxes.nothing extra will be paid to the contractor. 5. Quantities actually executed at site shall be measured and paid. 6. Various items as stipulated are necessarily to be executed and have been incorporated in the estimate for rate purpose only and quantities to be executed will be as per requirement of site conditions. 7. Contractor shall submit the bill for every work executed at site under the same shall be verified by the authorized representative of ICAR.

Details of the Minimum 3 year experience/work done. (To be attached with the Technical Bid) Sl. No. Name of the Deptt./ Organisation & Name of contact Person with Phone. No. Name of the work done Estimated Cost Remarks (Authorized Signature)

FINANCIAL BID :- (This financial bid to be enclosed in a separate envelop with seal) Last date for receipt of Tender : 26 th July 2010 up to 3.00 PM Date of opening of Financial Bid : As per the intimation. Tentative estimated cost per annum Rs. 15 lac. To Sir, The Deputy Secretary (Genl. Admn. & Estate) Indian Council of Agricultural Research, Estate & Maintenance Section, NASC Complex, PUSA Office Block, Dev Prakash Shastri Marg, New Delhi 12 I/We wish to submit our Tenders for PERCENTAGE ON ITEM RATE CONTRACT ON CIVIL NATURE WORK AT ICAR S NASC COMPLEX AT PUSA NEW DELHI 110 012 on the following rates No. Particulars Percentage 1. The percentage quoted for minor/major works the estimate for whose are based on DSR 2007 for old / new works/ other than repair works including contractor profit % ( in words) I/We agree to forfeit of the earnest money if I/we fail to comply with any of the terms and conditions in whole or in part laid down in the Tender form. We have carefully read the terms and conditions of the Tender and are agreed to abide by these in letter and spirit. Signature Name & Address of the Firm Telephone No. Mobile No.