0% found this document useful (0 votes)
38 views50 pages

Tendernotice 1

rrrrrrrrrrrrrrrrrrrrrrrrr

Uploaded by

santosh yevvari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
38 views50 pages

Tendernotice 1

rrrrrrrrrrrrrrrrrrrrrrrrr

Uploaded by

santosh yevvari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 50

GOVERNMENT OF ODISHA

FOREST, ENVIRONMENT & CLIMATE CHANGE


DEPARTMENT

BID IDENTIFICATION NO-

DETAILED TENDER CALL NOTICE FOR THE WORK

Sl
Name of the work
No.
SUPPLY,INSTALLATION & COMMISIONING OF S.S
TRUSS,FERRULED MESH ,TOUGHENED GLASS IN THE
1
SMALL CAT ENCLOSURE AT NANDANKANAN
ZOOLOGICAL PARK.

OFFICE OF THE DEPUTY DIRECTOR

NANDANKANAN ZOOLOGICAL PARK,

BARANGA, BHUBANESWAR
BID DOCUMENTS

INDEX

Sl No. CONTENTS PAGES

1. Tender Call Notice (TCN) 3-5

2. Check List & Contact Data 5-8

3. Instruction to Bidder for e-procurement 9-15

4. Detailed Tender Call Notice (DTCN) 15-39

5 Eligibility Criteria (Clause No.120 of DTCN) 39-43

6. Formats for Schedule-A to H 43-45


DEPUTY DIRECTOR,
NANDANKANAN ZOOLOGICAL PARK
P.O-BARANG,DIST-KHURDA,PIN-754005
PHONE: 9437022023
Email: [email protected]
Web: www.nandankanan.org

INVITATION FOR BIDS THROUGH e-Procurement


TENDER CALL NOTICE NO. 40/PMU/NKZP Dt. 15.03.2024

1. Deputy Director, Nandankanan Zoological Park on behalf of Governor of Odisha invites item wise rate bids in
Double Cover in online mode for the civil construction & allied works as detailed in the table, from the reputed
Indian firms registered with the State Government, class of eligible contractors as mentioned in column – 1
(One) registered with the State Government and contractors of equivalent grade / class registered with Central
Government / MES / Railways for execution of civil works. The proof of registration from the appropriate authority
shall be enclosed along with the bid. If successful, the bidder who has not registered under the State
Government has to register under the appropriate registering authority of the State Government of Odisha in
appropriate class of eligibility before award of the work.

2. The bidders may submit bid for the following works.


Bid Security
Sl. Cost of Period of
(EMD) Class of
Name of the work. Concerned T.I.A. Bid completion
No. Amount(In bidder
Document in months
Rs.)

1 2 3 4 5 6 7

SUPPLY,INSTALLATIO
N & COMMISIONING
OF S.S TRUSS,
FERRULED MESH
Dy. Director 03 (Three
“B” and
1 ,TOUGHENED GLASS Nandankanan 11800 170000 Calendar
“A”
IN THE SMALL CAT Zoological Park Months)
ENCLOSURE AT
NANDANKANAN
ZOOLOGICAL PARK.

3. Bid documents consisting of Plans, specifications, the schedule of quantities and the set of terms and condition
of contract and other necessary documents can be seen in the website: http://www.tendersodisha.gov.in
4. The Bid documents will be available in the website: http://www.tendersodisha.gov.in. From 10.00 AM on dt.
16.03.2024 to 5.00 PM on dt. 22.04.2024 for online bidding.
5. The bidder must possess compatible Digital Signature Certificate (DSC) of Class-II or Class – III.
6. Bids shall be received only ‘On line’ on or before dt.22.04.2024 up to 5.00 PM.
7. Bids received on line shall be opened at 11.00 AM on dt. 23.04.2024 (Technical Evaluation) in the office of the
Deputy Director, Nandankanan Zoological Park in the presence of the bidders who wish to attend. Bidders who
participated in the bid can witness the opening of bids after logging on to the site through their DSC. If the office
happens to be closed on the last date of sale and receipt of the bids as specified, the bids will be opened on the
next working day at the same time and venue.
8. Bidders must select the payment option as “Online” to pay the Tender Fee / EMD as applicable and enter details
of the instrument.
9. Other details can be seen in the bidding documents.
10. The authority will not be held responsible for any technical snag or network failure during on-line bidding.
11. Pre-bid meeting shall be on 03.04.2024 at 11.30 AM in the office of the Deputy Director, Nandankanan
Zoological Park.
12. The authority reserves the right to reject any or all tenders without assigning any reason thereof.

Sd/-
Deputy Director
Nandankanan Zoological Park
Memo No. 340 Dt. 15.03.2024

Copy in duplicate along with soft copy forwarded to Chief engineer, e-Procurement cell, Nirmansoudh, BBSR with a
request to get it published in e-procurement website.

Enclosure: - i) Soft Copy


Sd/-
Deputy Director
Nandankanan Zoological Park
Memo No. 341 Dt. 15.03.2024

Copy submitted to the Director, Printing Stationery and Publication, Govt. of Odisha, Madhupatna, Cuttack – 10 for
information and necessary action. He is requested to arrange for publication of the TCN in next issue of Odisha
Gazette.

Sd/-
Deputy Director
Nandankanan Zoological Park
Memo No. 342 Dt. 15.03.2024

Copy submitted to the Deputy Secretary to Government, Department of Information Technology, Odisha, Bhubaneswar
for publish in the Govt. website for wide circulation.

Sd/-
Deputy Director
Nandankanan Zoological Park

Memo No. 343 Dt. 15.03.2024

Copy submitted to the Principal Chief Conservator of Forests(WL)& CWLW, Odisha for favour of kind information.

Sd/-
Deputy Director
Nandankanan Zoological Park

Memo No. 344 Dt. 15.03.2024

Copy submitted to the Director, Nandankanan Biological Park, Odisha for favour of kind information.

Sd/-
Deputy Director
Nandankanan Zoological Park

Memo No. 345 Dt. 15.03.2024

Copy submitted to the District Magistrate & Collector, Khordha, NIC, Khordha along with soft copy enclosed for display
in the District website / S.P. Khordha / P.D. DRDA, Khordha/E.E., N.H Division, Khordha / E.E, R.W, Division, Khordha
/ E.E, Minor Irrigation Khordha with request to display the above notice in the office Notice Board for wide publication.
Enclosure: - i) Soft Copy

Sd/-
Deputy Director
Nandankanan Zoological Park

Memo No. 346 Dt. 15.03.2024

Copy forwarded to all Asst. Conservator of Forests, Nandankanan Zoological Park for information and necessary
action.

Sd/-
Deputy Director
Nandankanan Zoological Park

Memo No. 347 Dt. 15.03.2024

Copy in duplicate to all Range Officers, Nandankanan Zoological Park/State Botanical Garden with a request to display
one copy the above notice on their office Notice Board and circulate among the local contractors for wide publication
Copy to Notice Board /Tender File

Sd/-
Deputy Director
Nandankanan Zoological Park
CHECK LIST TO BE FILLED UP BY THE BIDDER
Whether Reference
Sl. Reference to furnished
Particulars to
No Clause no. Yes No Page no.

D.T.C.N Clause
01. Cost of tender paper (Online)
No.04

D.T.C.N

02. Bid Security (EMD) (online) Clause No.06 &


Clause No.06

D.T.C.N
03. Performance Security Clause No.26
(iii)

D.T.C.N
04. Copy of valid Registration Certificate
Clause No.07

Copy of GST Registration D.T.C.N


05. Number
Clause No.07

06. Copy of PAN Card D.T.C.N


Clause No.07

D.T.C.N
07. No Relationship Certificate in Schedule – A
Clause No.12

Information regarding current litigation,


debarring / expelling of the tender or D.T.C.N
abandonment of the work by the tenderer
08. Clause No.11
(Schedule-E)
(A)
D.T.C.N
(B) Affidavit (Schedule-F)
Clause No.11

EPF Registration Number copy


D.T.C.N
09
Clause No.3.3

ESI Registration Number copy D.T.C.N


10
Clause No.3.3
Certification regarding similar nature of work
executed( work completion certificate issued D.T.C.N
11
by an officer not below the rank of Executive
Engineer and or equal)(Schedule-“D”). Clause No.3.3

Financial Status ( P& L Statement, Audited


12 Balance sheet) of last 3 Financial years D.T.C.N
Clause No.3.3
List Of Plant & Equipment as per the
(Schedule –“C”)(Minimum 80 % Mark to be SCHEUDLE –C
obtained) (Proof of ownership of Tools &
Plants and machineries is to be furnished in
13
shape of copy of invoices / required sale deed
in case of 2nd purchase / required lease deed
with owner ship documents of the leaser duly
attested).
14 Bidder Contact Address(Schedule-“H”) Schedule-“H”
Fabrication Licence, Labour Licence D.T.C.N
15
Clause No.3.3
16 Any other as per DTCN
CONTRACT DATA
(A) GENERAL INFORMATIONS
Sl. No. Item Details

1 Name of the Work Construction of Cheetah enclosure at Nandankanan


Zoological Park

2. Employer Forest, Environment & CC Department Govt. of


Odisha

3. Employer’s Representative Deputy Director ,Nandankanan Zoological Park

4 Accepting Authority Deputy Director ,Nandankanan Zoological Park

5 Executing Authority Deputy Director ,Nandankanan Zoological Park

6 Estimated Cost As mentioned in the table

(B) BID INFORMATION


7 Intended completion period/Time period assigned for Refer to NIT
Completion

8 Last Date & time of submission of Bid Refer to NIT

9 Date of opening Refer to NIT

10 Cost of Bid Document

i. Cost of Bid Amount Rs.11,800/-(Online)(inclusive of GST)

ii. Payment Mode Bidders must select the payment option as


“Online” to pay the Tender Fee / EMD as
applicable .
11 Bid Security
i Bidders must select the payment option as “Online” to pay the Tender Fee / EMD as applicable
and enter details of the instrument. Cost of Bid Document & Bid Security (EMD) amount to be
submitted online.

12. Performance Security (Clause No.26 of DTCN.)

Selected Bidder shall have to furnish a Performance Bank Guarantee amounting to 5 % of the contract value
(as per GoO, Finance Department, Notice No.8475 dated 05.04.2022) from a scheduled commercial bank

Pledged in favour of Deputy Director ,Nandankanan Zoological Park

Payable at Nandankanan Zoological Park, BBSR

Type of instrument As specified in the Bid document

14. Bid validity period 90 days

15. Currency of contract Indian Rupee

16 Language of contract English


Procedure to participate in online bidding
e-procurement
1. PARTICIPATING IN THE BID IN THE E-PROCUREMENT PORTAL: The Contractor/Bidder intending to
participate in the bid is required to register in the Portal using his /her active personal/ official e-mail ID as his
Login ID and attach his/her valid Digital Signature Certificate (DSC) to his/her unique Login ID. The DSC used
must be of appropriate class (Class II or Class III) issued from a registered Certifying Authority such as n-Code,
Sify, TCS, MTNL etc. He/ She has to submit the relevant information as asked for about the firm/ contractor.
The portal registration of the bidder/ firm is to be authenticated by the State Procurement Cell after verification
of original valid certificates/ documents such as (i) PAN and (II) Registration Certificate (RC)/ GST Registration
No. (for procurement of goods) of the concerned bidder. The time period of validity in the portal is at par with
validity of RC/ GST Regd. No. Any change of information by the bidder is to be re-authenticated by the State
Procurement Cell. After successful authentication bidder can participated in the online bidding process.

Contractor not registered with Government of Odisha, can participate in the e-procurement after necessary
enrollment in the portal but have to subsequently register themselves with the appropriate registering authority
of the State Government before award of the work as per prevalent registration norms of the State.
a. To log on to the portal the Contractor/Bidder is required to type his/her username and password. The system
will again ask to select the DSC and confirm it with the password of DSC. For each login, a user’s DSC will be
validated against its date of validity and also against the Certificate Revocation List (CRL) of respective CAs
stored in system database. The system checks the unique ID, password and DSC combination and
authenticates the login process for use of portal.
b. The tender documents uploaded by the Tender Inviting Officer in the website https://tendersodisha.gov.in will
appear in the section of “Upcoming Tender” before the due date of tender sale. Once the due date has arrived,
the tender will move to “Active Tender” Section of the homepage. Only a small notification will be published in
the newspaper specifying the work details along with mention of the specific website for details. The publication
of the tender will be for specific period of time till the last date of submission of bids as mentioned in the
‘Invitation for Bid’ after which the same will be removed from the list of Active tenders. Any bidder can view or
down load the bid documents from the web site.
c. Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading
documentary evidences towards his eligibility for such exemption.
d. If the software application has the provision of payment of cost of tender document through payment
gateways of authorized bankers by directly debiting the account of the bidders, bidders will be required to avail
on-line payment.
1.1. Furnishing scanned copy of such documents is mandatory along with the tender documents otherwise
his/her bid shall be declared as non-responsive and thus liable for rejection. Bidders participating through Joint
Venture shall declare the authorized signatory through Memorandum of Understanding duly registered and
enroll in the portal in the name and style of the joint venture company. It is mandatory that the DSC issued in
the name of the authorized signatory is used in the portal.
1.2. In the case of any failure, malfunction, or breakdown of the electronic system used during the e-
procurement process, the tender inviting officer shall not accept any responsibility for failures or breakdowns
other than in those systems strictly within their own control.

1.3. Any third party/company/person under a service contract for operation of e-procurement system in the
State or his/their subsidiaries or their parent companies shall be ineligible to participate in the procurement
processes that are undertaken through the e-procurement system irrespective of who operates the system.
1.4. For submission of Bids through the e-Procurement Portal, the bidder shall up load the scanned copy/copies
of document in prescribed format wherever warranted in support of eligibility criteria and qualification
information. The on-line bidder shall have to produce the original documents in support of the scanned copies
and statements uploaded in the portal before the specified date as per DTCN.
1.5. Each bidder shall submit only one bid for one package. A bid is said to be complete if accompanied by cost
of bid document and appropriate bid security. The system shall consider only the last bid submitted through the
E-Procurement portal.
1.6. The bidder may ask question related to tender online in the e-procurement portal using his/her DSC,
provided the questions are raised within the period of seeking clarification as mentioned in tender call
notice/Bid. The Officer inviting the Bid/ Procurement Officer-Publisher will clarify quarries related to the tender.

1.7. The details of drawings and documents pertaining to the works available with the officer inviting the Bid as
well as in the office of the Deputy Director ,Nandankanan Zoological Park as mentioned in the Contract Data
will be open for inspection by the bidders. The bidder is required to down load all the documents for preparation
of his bid. It is not necessary for the part of the Bidder to up-load other Bid documents (after signing) while up-
loading his bid. He is required to up load documents related to his eligibility criteria and qualification information
and Bill of Quantities duly filled in. It is assumed that while participating in the bid, the bidder has referred all the
[Type text]
drawings and documents. Seeking any revision of rates or backing out of the bid claiming for not having referred
to any or all documents provided in the Bid by the Officer Inviting the Bid will be construed as plea to disrupt the
bidding process and in such cases the bid security shall be forfeited.

1.8. Any addendum / corrigendum/ cancellation of tender shall be published in the website
https://tendersodisha.gov.in notice board and through paper publication and such notice shall form part of the
bidding documents.
1.8.1. The system generates a mail to those bidders who have already uploaded their tenders and those
bidders if they wish can modify their tenders. The bidders are required to which the website till last date and
time of bid submission for any addendum/ corrigendum/ cancellation thereof. Tender inviting authority is not
responsible for communication failure of system generated mail.

All the volumes/documents shall be uploaded / provided in the portal by the Officer inviting the bid. The bidder
shall carefully go through the document and prepare the required documents and up load the scanned
documents in Portable Document Format to the portal in the designated locations of Technical Bid. He will fill up
the rates of items in the BOQ down loaded for the work in designated Cell and up loads the same in designated
locations of Financial Bid. Bidders are to submit only the original BOQ uploaded by publisher after entering the
relevant fields without any alteration/deletion/modification. Multiple BOQ submission shall lead to cancellation of
bid. In case of item rate tender, bidders shall fill in their rates other than Zero value in the specified cells.
Submission of document shall be affected by using DSC of appropriate class.
2. PAYMENT OF EMD/ BID SECURITY AND COST OF BID DOCUMENTS: The Bidder shall furnish, as part of
his Bid, a Bid security for the amount mentioned under NIT/Contract Data. The bidder shall scan all
the written/ printed pages of the bid security and up load the same in portable document format (PDF) to the
system in designated place of the technical BID. Furnishing scanned copy of such documents is mandatory
otherwise his/her bid shall be declared as non-responsive and liable for rejection. The on-line bidder shall
deposit the original copy of the ‘bid security’ within the specified period mentioned in the DTCN (after receipt
date of bid but before opening date & time of bid) with the “Officer inviting the Bid”. The Officer inviting the bid
shall not be responsible for any postal delay and/or non-receipt of the original copy of the bid security on or
before specified date and time. Non-submission of bid security within the designated period shall debar the
bidder from participating in the on-line bidding system and his portal registration shall be cancelled. His name
shall also be informed to the registering authority for cancellation of his registration.

2.1 The bidder shall have to furnish a“BID Security declaration” as per the Office Memorandum No.8943
dtd.18.03.2021 of Finance Department, Government of Odisha in lieu of Bid Security in the format annexed
Form of BidSecurity Declaration along with the bid.
2.2 The fixed Deposit / Bank Guarantee or any other form as mentioned in detailed tender call notice in respect
of Earnest Money Deposit/ Bid Security and the Bank Draft in respect of cost of Bid are to be scanned and up
loaded in portable document format (PDF) along with the bid.
2.3 The tender accepting authority will verify the originals of all the scanned documents of the successful lowest
bidder only within 5 days of opening of the tender (price bid). In the eventuality of failure on the part of the
lowest successful bidder to procedure the original documents, he will be debarred in future from participating in
tender for 3 years and will be black listed by the competent authority. In such as situation, successful L-2 bidder
will be required to produce his original documents for consideration of his tender at the negotiated rate equal to
L1 bidder.

2.4 Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading
documentary evidences towards his eligibility for such exemption. 2.5 Government of Odisha has been actively
considering integrating e-payment gateway in to the portal for payment of cost of Bid and Bid Security/ Earnest
Money Deposit. The process of using e-payment gateway shall be issued separately after it is established.
3. FORMAT AND SIGNING OF BID: (Logging to the Portal)-The Contractor/ Bidder is required to type his/her
Login ID and Password. The system will again ask to select the DSC and confirm it with the password of DSC
as a second stage authentication. For each login, a user’s DSC will be validated against its date of validity and
also against the Certificate Revocation List (CRL) of respective CAs stored in system database. The system
checks the unique Login ID, Password and DSC combination and authenticates the login process for use of
portal. The bidder can download the tender of his choice and save it in his system and undertake the necessary
preparatory work off-line and upload the completed tender at his convenience within the final date and time of
15 Submissions. The bidder shall only submit single copy of the required documents and Price Bid in the portal.
In the Financial bid, the bidder cannot leave any figure blank. He has to only write the figures; the words will be
self-generated. The Bidders are advised to up load the completed Bid document well ahead of the last date &
time of receipt to avoid any last moment problem of power failures etc. submission. The bidder shall only submit
single copy of the required documents and Price Bid in the portal. In the Financial bid, the bidder cannot leave
any figure blank. He has to only write the figures; the words will be self-generated. The Bidders are advised to
up load the completed Bid document well ahead of the last date & time of receipt to avoid any last moment
problem of power failures etc. The bidder can download the tender of his choice and save it in his system and
undertake the necessary preparatory work off-line and upload the completed tender at his convenience within
the final date and time of 15 Submission. The bidder shall only submit single copy of the required documents
and Price Bid in the portal. In the Financial bid, the bidder cannot leave any figure blank. He has to only write
the figures; the words will be self generated. The Bidders are advised to up load the completed Bid document
well ahead of the last date & time of receipt to avoid any last moment problem of power failures etc. submission.
The bidder shall only submit single copy of the required documents and Price Bid in the portal. In the Financial
bid, the bidder cannot leave any figure blank. He has to only write the figures; the words will be self-generated.
The Bidders are advised to up load the completed Bid document well ahead of the last date & time of receipt to
avoid any last moment problem of power failures etc.
3.1. The Bidder shall go through the Bid carefully and list the documents those are asked for submission. He
shall prepare all documents including cost of Bid Document, Bid Security, Declaration form, price bid etc and
store in the system.
3.2. The bidder shall log on to the portal with his DSC and move to the desired tender for up loading the
documents in appropriate place one by one simultaneously checking the documents. Once the Bidder makes
sure that all the documents have been up-loaded in appropriate place, he clicks the submit button to submit the
bid to the portal.
3.2.1. The bids once submitted cannot be retrieved or corrected. Tender cannot be pre-opened and cannot be
submitted after due date and time. Therefore, only after satisfying that all the documents have been uploaded,
the Bidder should activate submit button.
3.2.2. In the e-procurement process each process are time stamped. The system can identify each individual
who has entered in to the portal for any bid and the time of entering in to the portal.
3.2.3. The Bidder should ensure clarity of the document up loaded by him to the portal especially the scanned
documents by taking out sample printing. Non-submission of legible documents may render the bid non-
responsive. However, the Officer inviting the Bid if so desires can ask for legible copies or original copies for
verification with in a stipulated period provided such document in no way alters the Bidder’s price bid. If the
Bidder fails to submit the original documents with in the stipulated date, his bid security shall be forfeited.

Pre-Bid Meeting: A prospective Bidder requiring any clarification of the Bidding Document shall
contact Nandankanan Zoological Park in writing at the office address or raise his enquiries during the
Pre-Bid Meeting. During Pre-Bid Meeting the Bidder should visit the office of Deputy Director. The
purpose of the meeting will be to clarify issues and to answer questions on any matter that may be
raised at that stage.

The bidder may submit any queries in writing or by cable or telex, to reach the Deputy Director not later
than on or before such meeting. Queries relevant to the bid documents shall be addressed to the
Deputy Director, who will reply to the bidder‘s queries.

Any modification to the Bidding Document that may become necessary as a result of Pre-Bid Meeting
will be made by the Nandankanan Zoological Park exclusively through the issue of an Addendum.
Proceedings of the pre-bid meeting, including copies of the queries raised and responses given, will be
uploaded online only. Any modification of the bidding documents which may become necessary as a
result of the pre-bid meeting, shall be made by the Deputy Director exclusively through uploading of an
Addendum (or Addenda) and shall form part of the contract document online only.

SUBMISSION OF BIDS: -
3.3. The bidder shall carefully go through the tender and prepare the required documents. The bid shall have a
Technical Bid and a Financial Bid. The Technical bid generally consist of cost of Bid documents, EMD/ Bid
Security, GSTIN, PAN, Registration Certificate, Affidavits, last 3 financial years Profit Loss statement along with
balance sheet certified by a chartered accountant, EPF registration ,ESI registration, steel Fabrication license,
Joint venture agreement, List of similar nature of works, work in hand , list of machineries ,labour license and
any other information required by OIT. The Financial Bid shall consist of the Bill of Quantities (BOQ) and any
other price related information/ undertaking including rebates.
3.4. Bidders are to submit only the original BOQ (in .xls format) uploaded by Procurement Officer Publisher
(Officer Inviting Tender) after entering the relevant fields without any alteration/ deletion/ modification. Multiple
BOQ submission by bidder shall lead to cancellation of bid. In case of items rate tender, bidders shall fill in their
rates other than zero value in the specified cells without keeping it blank.
3.5. The bidder shall upload the scanned copy/ copies of document in support of eligibility criteria and
qualification information in prescribed format in Portable Document Format (PDF) to the portal in the designated
locations of Technical Bid.
3.6. The bidder shall write his name in the space provided in the specified location in the Protected Bill of
Quantities (BOQ) published by the Officer Inviting Tender. The bidder shall type rates in figure only in the rate
column of respective items(s) without any blank cell in the rate column in case of item rate tender and type
percentage excess or less up to two decimal places only in case of percentage rate tender.
3.7. The bidder shall log to the portal with his/ her DSC and move to the desired tender for up loading the
documents in appropriate place one by one simultaneously checking the documents.
3.8. Bids cannot be submitted after due date and time. The bids once submitted cannot be viewed, retrieved or
corrected. The Bidder should ensure correctness of the Bid prior to uploading and take print out of the system
generated summery of submission to confirm successful uploading of bid. The bids cannot be opened even by
the OIT or the Procurement Officer Publisher/ opener before the due date and time of opening.
3.9. Each process in the e-procurement is time stamped and the system can defect the time of log in of each
user including the Bidder.
3.10. The Bidder should ensure clarity/ legibility of the document uploaded by him to the portal.
3.11. The system shall require all the mandatory forms and fields filled up by the contractor during the process
of submission of the bid/ tender.
3.12. The bidder should check the system generated confirmation statement on the status of the submission.
3.13. The bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and failure in the
network.
3.14. The Tender Inviting Officer is not responsible for any failure, malfunction or breakdown of the electronic
system used during the e-procurement process.
3.15. The Bidder is required to upload documents related to his eligibility criteria and qualification information
and Bill of Quantity duly filled in. It is not necessary for the part of the bidder to upload the drawing and the other
Bid documents (after signing) while uploading his bid. It is assumed that the bidder has referred all the drawings
and documents uploaded by the Officer Inviting the Bid.
3.16. The Bidder will not be able to submit his bid after expiry of the date and time of submission of bid (server
time). The date and time of bid submission shall remain unaltered even if the specified date for the submission
of bids declared as a holiday for the Officer Inviting the Bid.
3.17. The ‘Online bidder’ shall digitally sign on all statement’s documents, certificates uploaded by him, owning
responsibility for their correctness/ authenticity as per IT ACT 2000. If any of the information furnished by the
bidder is found to be false/ fabricated/ bogus, his EMD/BID Security shall stand forfeited and his registration in
the portal shall be blocked and the bidder is liable to be blacklisted.

4. SECURITY OF BID SUBMISSION:


4.1. All bid data uploaded by the Bidder to the portal will be encrypted by the DSC of the opener(s). The system
shall require all the mandatory forms and fields filled up by the contractor during the process of submission of
the bid/tender.
4.2. The Bid shall be received in encrypted format by the system which can only be decrypted / opened by the
authorized openers only on or after the due date and time.
5. DEADLINE FOR SUBMISSION OF THE BIDS:
5.1. The online bidding will remain active till the last date and time of the bid submission. Once the date and
time (Server date and time) is over, the bidder will not be able to submit the bid. The date & time of bid
submission shall remain unaltered even if the specified date for the submission of bids declared as a holiday for
the Officer inviting the Bid.

RESUBMISSION AND WITHDRAWAL OF BIDS:


5.2. Resubmission of bid by the Bidders for any number of times before the final date and time of submission is
allowed.
5.3. Resubmission of bid shall require uploading of all documents including price bid afresh.
5.4. If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system shall consider
only the last bid submitted.
6. LATE BIDS:
6.1. The system shall reject submission of any bid through portal after closure of the receipt time. For all
purpose the server time displayed in the e-procurement portal shall be the time to be followed by the bidder and
concerned officers.
7. MODIFICATION AND WITHDRAWAL OF BIDS:
7.1. In the E-Procurement Portal, it is allowed to modify the bid any number of times before the final date and
time of submission. The bidder shall have to log on to the system and resubmit the documents as asked for by
the system including the price bid. In doing so, the bids already submitted by the bidder will be removed
automatically from the system and the latest bid only will be admitted. But the bidder should avoid modification
of bid at the last moment to avoid system failure or malfunction of internet or traffic jam or power failure. If the
bidder fails to submit his modified bids within the designated time of receipt, the bid already in the system shall
be taken for evaluation.
7.2. In the E-Procurement Portal, withdrawal of bid is allowed. But in such case, he has to write a letter with
appropriate reasons for his withdrawal addressed to the Officer inviting the bid and up load the scanned
document to portal in the respective bid before the closure date and time of receipt of the bid. The system shall
not allow any withdrawal after expiry of the closure time of the bid.
8. OPENING OF THE BID:
8.1. Bid opening date is specified during tender creation or can be extended with corrigendum. This date is
available in IFB, tender document as well as the home page of portal. Bid opening can be done by the
authorized users which are defined during the tender publication / approval stage. The bids are encrypted using
their public keys and can be decrypted only on or after the Bid Opening due date and time. The bid openers
private key will be required to open the bids and all the openers have to log on to the portal during that time.
8.1.1. The bidders who participated in the on-line bidding can witness opening of the bid from any system
logging on to the portal with the DSC away from opening place. Contractors are not required to be present
during the bid opening at the opening location if they so desire.
8.1.2. Each activity is date and time stamped with user details. For time stamping, server time is taken as the
reference.
8.2. In the event of the specified date of bid opening being declared a holiday for the Officer inviting the
Bid/Deputy Director, the bids will be opened at the appointed time on the next working day.

8.3. In case bids are invited for more than one package, the order for opening of the “Bid” shall be that in which
they appear in the “Invitation for Bid”.
8.4. During bid opening, the covers containing original financial instruments towards Cost of bid and Bid
Security in the form specified in the DTCN, received after last date of receipt of bid and before opening of the
bids shall be opened and declared.
8.4.1. Combined bid security for more than one work is not acceptable.
8.4.2. The Bid openers; who have been pre-defined shall log on to the portal with their respective DSC. Unless
all the Officers who have been declared as Opening officers, log on the portal with their DSC the Tender cannot
be opened.
8.5. In case of non-responsive tender, the officer Inviting tender should complete the e-Procurement process by
uploading the official letter for cancellation/ re-tender.
8.5.1. The Opening Officers will systematically check the scanned demand draft towards cost of the bid
document and the scanned document of Bid security with that of the original submitted. If found in order, they
will continue opening of all other documents in the system provided under Technical Bid.
8.5.2. Subject to confirmation of the bid security by the issuing institutions, the bids accompanied with
appropriate bid cost and valid bid security will be taken up for evaluation with respect to the qualification
Information and other information furnished.

EVALUATION OF BIDS: -
8.5.2(A) All the opened bids shall be downloaded and printed for taking up evaluation. The officer authorized to
open the tender shall sign and number on each page of the documents downloaded and furnish a certificate
that “the documents as available in the portal containing...... nos. of pages”.
8.5.3. After receipt of confirmation of the bid security, the bidder may be asked in writing / online (in their
registered e-mail ID) to clarify on the uploaded documents provided in the Technical Bid, if necessary, with
respect to any doubts or illegible documents required for Technical Evaluation. The Officer Inviting Tender may
ask for any other document of historical nature during Technical Evaluation of the tender. Provided in all such
cases, furnishing of any document in no way alters the bidders price bid. Non submission of legible documents
may render the bid non-responsive. The authority inviting bid may reserve the right to accept any additional
document.
8.5.4. The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the bid of
the bidder will be evaluated on its own merit
8.5.5. Immediately, on receipt of these clarifications, the Evaluating Officers; predefined in the system for the
bid, will finalize the list of responsive bidders. They will log on to the site with their DSC and record their
comments on the Technical evaluation page in the system. The Officer Inviting the Bid if also the accepting
authority, shall log on to the system with his digital signature and check the technical evaluation. He can either
accept or pass on to the evaluating officers for re-evaluation. Upon acceptance of technical evaluation by the
Accepting authority in the system, the system shall automatically generate letter to all the responsive bidders
and the system shall forward the letter to all the responsive bidder that their technical bid has been evaluated
responsive with respect to the data/information furnished by him and the letter shall also intimate him the date &
time of opening of financial bid. The system shall also inform the non-responsive bidders in their e-mail ID that
their bid has been found non-responsive.
8.6. The Technical evaluation of all the bids shall be carried out up as per the information furnished by the
Bidders. But evaluation of the bid does not exonerate the bidders from checking their original documents and if
at a later date the bidder is found to have misled the evaluation through wrong information, action as per
relevant clause of DTCN shall be taken against the bidder/contractor.

8.7 The Procurement Officer-Evaluators will evaluate bid and finalized list of responsive bidders.
Opening of price bid and evaluation of lowest bidder is subject to satisfaction of other qualification information.
8.7.1 The financial bids of the technically responsive bidders shall be opened on the due date of opening. The
Procurement Officer-Openers shall log on to the system in sequence and open the financial bids.
8.7.2 The Financial Bid will be opened on the notified date & time in the presence of bidders or their authorized
representative who wish to be present.
8.7.3 At the time of opening of “Financial Bid”, the names of the bidders whose technical bids were found
responsive will be announced and the bids of only those bidders will be opened. The remaining bids will be
rejected.
8.7.4 The responsive bidders’ name, the bid prices, the item wise rates, the total amount of each item in case
the item rate tender and percentage above or less in case of percentage rate tenders will be announced. any
discounts and withdrawals, and such other details as the officer inviting the tender may consider appropriate,
will be announced by him or his authorized representatives at the time of opening.
8.7.5 Rebate/discount offer if any uploaded to the system shall be declared and recorded first.
8.7.6 The Financial bid of the bidders shall be opened one by one by the designated officers. The system shall
auto-generate the Comparative statement.
8.7.7 The Bidder can witness the principal activities and view the documents/summary reports for that particular
work by logging on to the portal with his DSC from anywhere.
8.7.8 Procurement Officer-Openers shall sign on each page of the download BOQ and the Comparative
Statement and furnish a certificate to that respect.
8.7.9 System provides an option to Procurement Officer Publisher for reconsidering the rejected bid with the
approval of concern Chief Engineer/ Head of Department.

9. CLARIFICATION AND NEGOTIATION OF BIDS:


9.1. For examination, evaluation, and comparison of bids, the officer inviting the bid may, at his discretion, ask
the lowest bidder for clarification of his rates including reduction of rate on negotiation and breakdowns of unit
rates.
9.2. On opening of the price bid the system shall arrange the financial bids in order of their value (L1 first,
followed by L2, L3 ….) for subsequent evaluation. The evaluation status (Sheet) will be visible to all the
participating bidders after opening on their respective logins. Each activity is recorded in the system with date
and time stamping.

10. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT:


10.1. In the E-Procurement Portal, the system shall generate the template of award letter and the Officer Inviting
the Bid shall mention the amount of Performance Security and additional security required to be furnished in the
letter and intimate the bidders in his e-mail ID.
10.2. The Employer/ Deputy Director shall notify acceptance of the work prior to expiry of the validity period by
cable, telex or facsimile or e-mail confirmed by registered letter. This letter of Acceptance will state the sum that
the of Deputy Director Nandankanan zoological park ,BBSR will pay the contractor in consideration of execution
and completion of the works by the contractor as prescribed by the contract and the amount of performance
security and Performance Security required to be furnished. The issue of the letter of Acceptance shall be
treated as closure of the Bid process and commencement of the contract.
10.3. The Contractor after furnishing the required acceptable Performance Security, “Letter of Proceed” or
“Work Order” shall be issued by the Deputy Director with copy thereof to the Procurement Officer-Publisher. The
Procurement Officer-Publisher shall up load the summery and declare the process as complete.
10.4. If the L1 bidder does not turn up for agreement after finalization of the tender then he shall be debarred
from participation in bidding for three years and action will be taken to blacklist the contractor. Besides the
consortium/ JV/firm where such an agency/ firm already happens to be or is going to be a partner/ member/
proprietor, he/ they shall neither be allowed for participation in bidding for three years nor his/ their application
will be considered for registration and action will be initiated to blacklist him/ them. In that case, the L2 bidder, if
fulfils other required criteria would be called for drawing agreement for execution of work subject to condition
that the L2 bidder negotiates at par with the quoted by the L1 bidder, otherwise the tender will be cancelled.
11. BLOCKING OF PORTAL REGISTRATION
1.1 If the registration Certificate of the contractor is cancelled/ suspended by the registering authority/
blacklisted by the competent authority his portal registration shall be blocked automatically on receipt of
information to that effect.
1.2 The portal registration blocked in the ground mentioned in the above Para- 11.1 shall be unblocked
automatically in receipt of revocation order of cancellation/ suspension/ blacklisting from the concerned
authority.
1.3 The Officer Inviting Tender shall make due inquiry and issue show cause notice to the concerned contractor
who in turn shall furnish his reply, if any, within a fortnight from the date of issue of show cause notice.
Thereafter the Officer Inviting Tender is required to issue an intimation to the defaulting bidder about his
unsatisfactory reply and recommend to the Chief Manager (Tech) for blocking of portal registration within 10
days of intimation to the defaulting bidder regarding his unsatisfactory reply with intimation to the Registering
Authority and concerned Chief Engineer/ Heads of Office if any of the following provisions are violated.
1.3.1 Fails to furnish original Technical/ Financial (Tender Paper Cost, EMD/Bid Security) instruments before
the designated officer within the stipulated date and time.
1.3.2 Backs out from the bid on any day after the last date of receipt of tender till expiry of the bid validity period
(including till the extended bid validity period)
1.3.3 Fails to execute the agreement within the stipulated date.
1.3.4 If any of the information furnished by the bidder is found to be false/ fabricated/ bogus.

Accordingly, the officer Inviting Tender shall recommend to the Chief Manager (Tech) State Procurement Cell,
Odisha for blocking of portal registration of bidder and simultaneously action shall also be initiated by OFFICER
INVITING TENDER for blacklisting as per Appendix-XXXIV of OPWD code Volume-II.
Procedure for Electronic receipt, accounting and reporting of Cost of Tender Paper and
Earnest Money Deposit on submission of bids

1. The State Government have formulated rules and procedures for Electronic receipt, accounting and
reporting of the receipt- of Cost of Tender Paper and Earnest Money Deposit on submission of bids
through the e-procurement portal of Government of Odisha i.e. "https://tendersodisha.gov.in".
2. Electronic receipt of cost of tender paper has been successfully tested through SBI payment gateway.
Now it has been decided to introduce electronic receipt of Cost of Tender Paper and Earnest Money
Deposit on submission of bids through payment gateway of designated banks such as SBI/ICICI
Bank/HDFC Bank for all Government Departments, State PSUs. Statutory Corporations, Autonomous
Bodies and Local Bodies etc. in phases (ANNEXURE-I). The process outline as well as accounting and
reporting structure are indicated below:

a) It will be carried out through a single Banking transaction by the bidder for multiple payments like Cost
of Tender Paper and Earnest Money Deposit on submission of bids.
b) Various payment modes like Internet Banking / NEFT / RTGS of Designated Banks and their
Aggregator Banks as well can be accessed by the intending bidders.
c) Reporting and accounting of the e-receipts will be made from a single source.
d) Credit of receipts into the Government accounts and to the designated Bank account of the
participating entities indicated in Para 2 above would be faster.
3. Only those bidders who successfully remit their Cost of Tender Paper and Earnest Money Deposit on
submission of bids would be eligible to participate in the tender/bid process. The bidders with pending
or failure payment status shall not be able to submit their bid. Tender inviting authority, State Procurement
Cell, NIC, the designated Banks shall not be held responsible for such pendency or failure.

4. Banking arrangement:

a) Designated Banks (SBI/ICICI Bank/HDFC Bank) payment gateway are being integrated with e-
Procurement portal of Government of Odisha (https://tendersodisha.gov.in)
b) The Designated Banks participating in Electronic receipt, accounting and reporting of Cost of
Tender Paper and Earnest Money Deposit on submission of bids will nominate a Focal Point
Branch called e-FPB, who is authorized to collect and collate all e-Receipts. Each such branch will
act as the Receiving branch and Focal Point Branch notwithstanding the fact that the bidder might
have debited his account in any of the bank's branches while making payment.
5. Procedures of bid submission using electronic payment of tender paper cost
and EMD by bidder:

a) Log on to e-Procurement Portal: The bidders have to log onto the Odisha e-Procurement portal
(https://tendersodisha.gov.in) using his/her digital signature certificate and then search and then select
the required active tender from the "Search Active Tender" option. Now. submit button can be clicked
against the selected tender so that it comes to the "My Tenders" section.
b) Uploading of Prequalification/Technical/Financial bid: The bidders have to upload the required
Prequalification /Technical/Financial bid, as mentioned in the bidding document and in line with Works
Department office memorandum no.7885, dt.23.07.2013.
c) Electronic payment of tender paper cost and EMD: Then the bidders have to select and submit the
bank name as available in the payment options
i. A bidder shall make electronic payment using his/her internet banking enabled account with
designated Banks or their aggregator banks.
ii. A bidder having account in other Banks can make payment using NEFT/RTGS facility of designated
Banks.

 Online NEFT/RTGS payment using internet banking of the bank in which the bidder holds his account,
by adding the account number as mentioned in the challan as an interbank beneficiary.
d) Bid submission: Only after receipt of intimation at the e-Procurement portal regarding successful
transaction by bidder the system will activate the 'Freeze Bid Submission' button to conclude the bid
submission process.
e) System generated acknowledgement receipt for successful bid submission: System will
generate an acknowledgement receipt for successful bid submission. The bidder should make a note
of 'Bid ID' generated in the acknowledgement receipt for tracking their bid status.
6. Settlement of Cost of Tender Paper;

a) Cost of Tender Paper: In respect of Government receipts on account of Cost of Tender Paper, the
e-Procurement portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will contain
an abstract of the cost of tender paper collected with reference to Bid Identification Number. The
State Procurement Cell shall generate Bank-wise-head-wise challans separately for Cost of Tender
Paper and instruct the designated Banks to remit the money to the State Government account under
different heads. In respect of the cost of tender paper received through the e-procurement portal, the
remittance to the Cyber Treasury account will be made to the Head of Account 0075-Misc, General
Services-800-Other Receipts -0097-Misc. Receipts-02237-Cost of Tender Paper.
b) For the time being, the State Procurement Cell (SPC) will use over the counter payment facility of the
Odisha Treasury portal. Thereafter, remittance through NEFT & RTGS will be facilitated through the
Odisha Treasury portal.
c) Similarly, in case of State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc.,
Cost of Tender Paper, the e-Procurement portal shall generate a MIS for the State Procurement Cell
(SPC). The MIS will contain an abstract of the cost of tender paper collected with reference to Bid
Identification Number. The State Procurement Cell shall generate Bank-wise list of challans and
instruct the designated Banks to remit the money through the Odisha Treasury portal. The cost of
tender papers will be credited to the registered Bank account of the concerned State PSUs, Statutory
Corporations, Autonomous Bodies and Local Bodies etc.
d) Bank will refund (in case the Tender Inviting Authority (TIA) issues such instructions) the tender fee,
EMD to the bidder, in case the tender is cancelled before opening of Bid as per direction received from
TIA through e-procurement system.
e) Back-end Transaction Matrix of Electronic receipt of Cost of Tender Paper and Earnest Money Deposit
on submission of bids is enclosed in the Annexure.
7. Settlement of Earnest Money Deposit on submission of bids:

a) The Bank will remit the Earnest Money Deposit on submission/cancellation of bids to respective
bidder’s accounts as per direction received from TIA through e-procurement system.
8. Forfeiture of EMD:

Forfeiture of Earnest Money Deposit on submission of bid of defaulting bidder is occasioned for various
reasons.

a) In case the Earnest Money Deposit on submission of bid is forfeited, the e-Procurement portal will
direct the Bank to transfer the EMD value from the Pooling Account of SPC to the registered account of
the tender inviting authority.
b) Deleted.
c) By clicking submit button, system will initiate the forfeiture of EMD. System will not allow the evaluator
to edit the initiation after clicking the submit button. Forfeiture option can be carried out in phased
manner like one bidder at a time.
9. DELETED

10. Role of State Procurement Cell:

a) Communicate requirements of Government departments/ State PSUs/ Autonomous Bodies/ ULBs


online payment requirements to National Informatics Centre / the authorised Banks for mapping/
customization.
b) In every working day, the State Procurement Cell shall generate MIS from the e-Procurement portal to
ascertain the tender paper cost received in the e-Tendering process separately bank-wise for the
Government Department and the PSUs/ULBs. The SPC shall generate Bank-wise separate online
challans from the Odisha Treasury portal and make the remittance through over the counter facility or
NEFT/RTGS (as and when this functionality is available in Treasury portal) and issue instruction to the
bank for remittance of the receipt to the State Government account.
c) The State Procurement Cell shall be responsible for providing challan details and MIS in respect of the
remittance towards tender paper cost to the Tender inviting authorities for their record.
d) State Procurement Cell shall monitor the progress of e-Tendering by different Government
departments / State PSUs/ Autonomous Bodies / ULBs through an MIS. State Procurement Cell shall
monitor and send monthly progress reports to the Government.
e) The e-Procurement system will generate a consolidated refund & settlement XML file as an end of the
day activity.
f) e-procurement system will provide a web service for payment gateway (PG) provider to pull the
encrypted refund and settlement details in XML file against a day.
g) Similarly, payment gateway (PG) provider will provide a web service to pull the refund and settlement
status against a day
h) e-procurement system will update the status accordingly for reconciliation report.

11. Role of National Informatics Centre:

a) Customize e-Procurement software and web-pages of Government of Odisha


(https://tendersodisha.qov.in) to enable the provision for electronic payment.
b) The NIC, Odisha will modify / rectify the errors in electronic data relating to the Chart of Account.
c) NIC will provide an interface to organisations to download the electronic receipt data.
d) Enable automatic generation of daily XML files from e-Procurement system and ensure delivery of the
same to the authorised Banks for enabling automatic refund/settlement of funds.
e) NIC shall enable the e-Procurement portal to generate MIS as required for the State Procurement Cell in order to
make remittance of the tender paper cost to the State Government account using the Odisha Treasury portal.

12.DELETED

13. Redressal of Public grievances:

a) The State Procurement Cell, Odisha, National Informatics Centre, Odisha and the e-FPB will have an
effective procedure for dealing with, public complaint for e-Receipt related matters. In case, any mistake is
detected by any of the stakeholders in reporting of receipt of tender paper cost and EMD, either Suo moto
or on being brought to its notice, the State Procurement Cell, Odisha, National Informatics Centre, Odisha
unit, Cyber Treasury and the bank will promptly take steps for rectification. The e-Focal Point Branch of the
participating Banks, National Informatics Centre, Odisha and the State Procurement Cell, Odisha will notify
the contact number and address of the Help Desk for resolution of any dispute regarding e-Receipt.

14. Applicability and modification of existing rules / orders:

The modalities prescribed in this Office Memorandum for downloading of tender paper, submission and
rejection of bid, acceptance of Bids as well as refund and forfeiture of earnest deposit will be applicable for
electronic submission of bids through e-procurement portal. Existing provisions regulating cost of tender
paper, earnest money deposit in OPWD Code and OGFR would stand modified to the extent prescribed.

15. These arrangements would be made effective after signing of MoU between the designated Banks and the
State Procurement Cell, firming up of Banking arrangements and technical integration between designated
Bank and e-Procurement Portal.
ANNXURE-I

Back-end Transaction Matrix of Electronic receipt and remittance of Cost of Tender Paper and
Earnest Money Deposit on submission of bids.

Cost of Tender Paper on submission of bids Earnest Money Deposit on


submission of bids

Government I. The payment towards the cost of Tender Paper, in I. In case of tenders of
Departments case Government Departments, shall be collected in Government Departments, amount
separate towards Earnest Money Deposit on
Pooling accounts opened in Focal submission of bids shall be collected
Point Branch called e-FPB of respective in a pooling account opened for this
designated banks [as stated in Para 2] at purpose at Focal Point Branch called
Bhubaneswar on T+1_day. e-FPB of respective designated banks
at Bhubaneswar and the banks will
remit the amount to respective
bidder’s account within two working
II. With reference to the Notice days on receipt of instruction from TIA
Inviting Tender/ Bid Identification through refund and settlement of e-
Number, the amount so realized is to be procurement system.
remitted to Government Account under the Head
Of Account 0075-Misc. General Services-800- II. In case of forfeiture of Earnest Money
Other Receipts-0097-Misc. Receipts-02237-Cost Deposit on submission of bids, the e-
of Tender Paper through Odisha Treasury Portal Procurement portal will direct the
after opening of the bid. Bank to transfer the EMD value from
the Pooling Account of SPC to the
registered account of the tender
inviting authority within two working
days of receipt of instruction from TIA.

Cost of Tender Paper on submission of bids Earnest Money Deposit on


submission of bids

State PSUs I. In case of State PSUs, Statutory corporations, I. Amount towards EMD on
Statutory Autonomous Bodies and Local Bodies etc. the submission of bids shall be collected
Corporations, amount towards Cost of Tender Paper, on in a separate pooling account of
Autonomous submission of bids shall be collected in separated Focal Point Branch called e-FPB of
Bodies and pooling accounts opened in Focal Point Branch respective designated banks at
Local Bodies. called e-FPB of respective designated Banks at Bhubaneswar and the banks will
Bhubaneswar on T+1 days. remit the amount to respective
bidder’s account on receipt of
II. The Paper cost will be transferred to the instruction from TIA through refund
respective current accounts of concerned State and settlement of e-procurement
PSUs, Statutory Corporation, Autonomous system within two working days from
Bodies and Local Bodies etc. after opening of bid. receipt of such instruction.

II. In case of forfeiture of Earnest


Money deposit on submission of
bids, the e- Procurement portal will
direct the Bank to transfer the EMD
value from the Pooling Account of
SPC to the registered account of the
tender inviting authority within two
working days of receipt of instruction
from TIA.
DETAILED TENDER CALL NOTICE
FOR BUILDING WORKS

1. Sealed Item wise rate bids are invited on ONLINE in Double cover system from appropriate class
contractors registered with the State Governments and contractors of equivalent Grade / class registered
with Central Government / MES / Railways for execution of civil works on production of definite proof from
the appropriate authority in prescribed form to be eventually drawn in P.W.D. FORM P-1 for the works AS
Mentioned in the table. The adopted format for percentage rate is same as that of the form adopted for
item rate tenders but the word “Item rate” and the contract will be named as P-1. Bids from Joint
Venture are allowed.
2. The Bid documents are available from official website of Government: http://tendersodisha.gov.inas
mentioned in NIT
3. The Technical Bid documents (Cover–I) will be opened by the assigned officer in the office of the Deputy
Director, Nandankanan Zoological Park, Nandankanan Zoological Park at 11.00 Hours on Dt. (as
mentioned in NIT)in the presence of the bidders or their authorized representatives who wish to attend.
4. The cost of bid documents of Rs. 11,800.00 as mentioned in Col. 5, the bidder shall deposit through
online.
5. The bid is to be submitted in Double cover.
6. Cover-I is to contain scanned GST Registration Certificate and GSTIN, scanned copy of registration
certificate, PAN card, last 3 financial years profit loss statement along with balance sheet certified by a
chartered accountant, undertaking/certificates duly filled, affidavit, work experience certificate, EPF
registration, certificate , ESI registration certificate, Price Bid and documents required as per the relevant
clauses of this DTCN. Cover-II.
7. The lowest preferred bidder is required to produce documents viz original Registration, GST Registration
Certificate, GSTIN, PAN card after opening of Technical Bid for verification purpose in the latter stage
along with the original documents relating to ownership and hiring of plants and machineries mentioned
at Annexure-I of Schedule-C, within five days from the date of opening of the tender (price bid).
Furnishing scanned copy of such documents along with the Technical Bidis mandatory otherwise his/her
bid shall be declared as non-responsive and thus liable for rejection.
8. The work is to be completed in all respects within the time period as specified in the Contract Data.
Bidders whose bid is accepted must submit a work programme at the time of execution of Agreement.
9. All bids received will remain valid for a period as specified in the Contract Data after the deadline date for
submission of bids and validity of bids can also be extended if agreed to by the bidder and the
Department.
10. (i) The Contractors are required to furnish evidence of ownership of principal machineries/equipment in
Schedule-C as per Annexure-I for which contractor shall have to secure minimum 80% of marks failing
which the tender shall be liable for rejection.
(ii) In case the contractor executing several works, he is required to furnish a time schedule for
movement of equipment/machinery from one site to work site of the tendered work in Annexure-
IV of Schedule-C.
(iii) The contractor shall furnish ownership documents for those machineries which he is planning to
deploy for the tendered work if these are not engaged and produce certificate from the Deputy
Director as per Annexure – III of Schedule-C under whom these are deployed at the time of
tendering as to the period by which these machines are likely to be released from the present
contract. Certificate from the Deputy Director of the project under whose jurisdiction the work is
going on, shall not be more than 90 days old on the last date of receipt of tender.
(iv) In case the contractor proposes to engage machineries and equipment as asked for in the tender
document, owned or hired but deployed outside the State, he/she is required to furnish additional
1% EMD /Bid Security. The entire bid security including the additional bid security shall stand
forfeited in case the contractor fails to mobilize the machineries within a period as to be able to
execute an item of work as per original programme which will be part of the agreement.
(v) The contractor intending to hire/lease equipment/machineries are required to furnish proof of
ownership from the company/person providing equipment/machineries on hire/lease along with
contracts/ agreements/lease deed and duration of such contract. The
contracts/agreements/lease deed should be on long term basis for a minimum period of as
mentioned in contract data from the last date of receipt of Bid documents.
11. An applicant or any of its constituent partners of whose contract for any work has been rescinded
or who has abandoned any work in the last five years, prior to the date of the bid, shall be
debarred from qualification. The bidder is to furnish scanned copy an affidavit at the time of
submission of bid about the authentication of bid documents. An affidavit to this effect is to be
furnished in Schedule-F. Non furnishing of the scanned copy of information in Schedule - E
and required affidavit in Schedule – F, the bid document will be summarily rejected.
12. No Relation certificates.
The contractor shall furnish a certificate along with the tender to the effect that he is not related
to any officer in the rank ofDeputy Director & above in the state Forest Department. If the fact
subsequently proved to be false, the contract is liable to be rescinded. The earnest money & the
total security will be forfeited & he shall be liable to make good the loss or damages resulting for
such cancellations. The Performa for no relationship certificate is contained in a separate sheet
vide Schedule-A.
13. If an individual makes the application, the individual should sign above his full type written name
and current address.
14. If the application is made by proprietary firm, it shall be signed (with DSC) by the proprietor &
furnish full type written name and the full name of his firm with its current address in a
forwarding letter.
15. If the application is made by a firm in partnership, it shall be signed (with DSC) by a partner
holding power of attorney for the firm in which case a certified copy of the power of attorney
shall accompany the application. A certified copy of the partnership deed and current address of
all partners of the firm shall also accompany the application.
16. If the application is made by a limited company or a corporation, it shall be signed (with DSC) by
a duly authorized person holding power of attorney for signing the application in which case a
certified copy of the power of attorney shall accompany the application. Such limited company
or corporation will be required to furnish satisfactory evidence of its existence along with the
technical bid.
17. The tender should be strictly in accordance with the provisions as mentioned in the tender
schedule. Any change in the wordings will not be accepted.
18. No bidder will be permitted to furnish their bid in their own manuscript papers. All information
should be submitted online in English.
19. Submission of more than one tender by a bidder for a particular work will liable for rejection of all
such tender papers.
20. A. Percentage rate contract (vide Works Department letter no. 8310 dt.17.05.2006) In
case of Percentage Rate tender, -
(i) The contractor has to quote percentage excess or less over the estimated cost in the Price
Bid appended to the tender document. The estimated cost is excluding GST. The rates of
item basing on which estimated cost has been derived are excluding GST on different
components to arrive at such rates.
(ii) The Contractors participated in the tender for more than one work may offer conditional rebate.
Rebate offer submitted in a separate letter duly scanned shall be opened, declared and
recorded first. The rebate so offered shall be considered after opening of all packages called in
the same Tender Notice. The Contractors who wish to tender for two or more works shall submit
separate tender for each. Each tender shall have the Bid Identification No., Name & Sl. No. of
the work (as per IFB) to which they refer.
(iii) The Contractor will quote percentage excess/less up to two decimal point only. If he writes
the percentage excess/less up to three or more decimal points, the seconddecimal point
shall only be considered without rounding off (videWorksDepartmentO.MNo-
7885dtd.23.07.2013.).
(iv) In the contract P-1 time is the essence. The contractor is required to maintain a certain rate
of progress specified in the contract.

(v) The quantity mentioned can be increased or reduced to the extent of 10% for individual items
subject to a maximum of 5% over the estimated cost. If it exceeds the limit stated above prior
approval of competent authority is mandatory before making any payment.
(vi) The period of completion is fixed and cannot be altered except in case of exceptional
circumstances with due approval of next higher authority.
(vii) Bills for percentage rate tenders shall be prepared at the estimated rates for individual items
only and the percentage excess or less shall be added or subtracted from the gross amount of
the bill.
B. GST as applicable on works contract shall be paid over the bill amount at the time of payment
of bill.
21. The bidder shall carefully study the tentative drawings and specifications applicable to the
contract and all the documents which will form a part of the agreement to be entered in to by
the accepted bidder and detailed specifications for Odisha and other relevant specifications
and drawings. Complain at a future date that plans and specifications have not been seen by
the bidders cannot be entertained.
22. The drawings if any furnished with the bid are tentative and subject to revision or modification
as tendered during the execution as per actual necessity and detail test conducted. But the
tendered rate quoted by the bidder will hold good in case of such modification of drawings
during the time of execution and shall in no way invalidate the contract and no extra monetary
compensation will be entertained. The work shall however be executed as per final approved
drawing to be issued by the Deputy Director as and when required.
23. (i) Every bidder is expected before quoting his rate to inspect the site of the proposed work.
The bidder should also inspect the quarries and approach roads to quarries and satisfy
himself/themselves about the quality and availability of materials. In every case the materials
must comply with the relevant specifications. Complaints at future date that the availability of
materials at quarries has been misjudged cannot be entertained.
(ii) Amendment to Para 3.4.16 (a) (vii) of OPWD Code Vol.-I by substitution.
For the purpose of estimate, the approved quarry lead is to be provided judiciously. Engineers
in charge would be responsible for ensuring the quality of the materials supplied. The
contractors would, however, be responsible for procurement of materials from authorized
sources and voluntarily disclose the source of procurement for the purpose of billing. Besides,
the bidder would be required to submit the details of quarry for procurement while submitting
the bids.
24. The offer of bidder shall be inclusive of cost of construction and maintenance of island, ferry
service, fair-weather road, service road, Foot Bridge, pylon base, winch stand and derrick
stand etc. as required for the work.
25. It must be definitely understood that the Government does not accept any responsibility for the
correctness and completeness of the trial borings shown in the Cross-section.
26. (i) Amendment to Appendix – IX, Clause – 36 of OPWD Code Vol.-II by inclusion.
If the rate quoted by the bidder is biased, then such a bid shall be rejected and the tender
shall be finalized basing on merits of rest bids. But if more than one bid is quoted at same
price (Decimals up to two numbers will be taken for all practical purposes),then the tender
accepting authority will finalize the tender through a transparent lottery system, where all
bidders / their authorized representatives, the concerned Deputy Director will remain present.
(ii) Clause 36 of Appendix-IX of O.P.W.D. Code, Volume-II by inclusion.
The concessions/ facilities for 10% Purchase preference shall be hereby allowed only to the
Individual registered Contractors belonging to Schedule Caste and Schedule Tribe having
Registration Certificate up to ‘B” Class as per Works Department Resolution No.16262
dtd.30.10.2018.

(iii) Performance Security .


(performance Security)(as per GoO, Finance Department, Notice No.8475 dated
05.04.2022)
Within 07 days of receipt of the Letter of Acceptance, the successful bidder shall furnish to the
Authority a Performance Security in accordance with the provisions of the Agreement and in the
format given in this tender document. The Performance Security shall be valid up to the end of
defect liability period. Selected Bidder shall have to furnish a Performance Bank Guarantee
amounting to 5% of the contract value (as per GoO, Finance Department, Notice No.8475 dated
05.04.2022) in shape of Term Deposit Receipt pledged in favour of Deputy Director
Nandankanan zoological park ,BBSR /Bank Guarantee in favour of the of Deputy Director
Nandankanan zoological park ,BBSR from any Nationalized/Scheduled Bank in India counter
guaranteed by its local branch at Bhubaneswar within seven days of issue of Letter of
Acceptance. (LOA) by the of Deputy Director Nandankanan zoological park ,BBSR (by e-mail) to
the successful bidder otherwise the bid of the successful bidder shall be cancelled and further,
proceeding for blacklisting shall be initiated against the bidder as per Works Department
Office Memorandum No.14459 dtd.20.09.2018.

27. In case of any discrepancy in printing or omissions of statutory specifications or any other
part or portion of the approved document during download of the bid document, the decision
of the officer inviting the bid will be binding on the bidder.
28. The tender containing extraneous conditions not covered by the tender notice are liable for
rejection and quotations should be strictly in accordance with the tender call notice. Any
change in the wording will not be accepted.
29. i) Schedule of quantities are accompanied in Cover-II (Price Bid). It shall be definitely
understood that the Government does not accept any responsibility for the correctness
or completeness of this schedule and that this schedule is liable for alternation or
omissions, deductions or alternations set forth in the conditions of the Contract and such
omissions, deductions, additions or alternations shall no way invalidate the contract and
no extra monetary compensation, will be entertained.
ii) The quantity mentioned can be increased or decreased to the extent of 10% for individual
items subject to a maximum of 5% over the estimated cost. If it exceeds the limit stated
above, prior approval of competent authority is mandatory before making any payment.
30. The authority reserves the right to reject any or all the tenders received without assigning
any reasons there-of what so ever.
31. The bid security (earnest money) will be retained and dealt with as per the terms and conditions
of the OPWD Code.
32. i) The bidder/tenderer whose bid has been accepted will be notified of the award by the
Engineer-in- charge prior to expiration of the validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter and in the conditions of Contract
called the “Letter of Acceptance”) will state the sum that the Deputy Director will pay the
contractor in consideration of the execution, completion and maintenance of the Works by
the contractor as prescribed by the contract (Hereinafter and in the contract called the
“Contract Price”).
Ii) The notification of award will constitute the formation of the contract, subject only to the
furnishing of a performance security in form of Fixed deposit receipt of Schedule
Bank/Kissan Vikash Patra/Post Office Savings Bank Account/National Savings
Certificate/Postal Office Time Deposit Account and additional performance security as per
Clause 28 of DTCN duly pledged in favour of the Deputy Director , Nandankanan
Zoological Park as specified in the Contract Data and in no other form which shall be
2% of the value of the tendered amount (excluding 1% deposited towards hiring of
equipment’s/machineries from outside the State if any) and sign the agreement in the
PWD Form P-1 for the fulfilment of the contract in the office of the Deputy Director ,
Nandankanan Zoological Park as specified in the Contract Data or as directed. The
security deposit and the amount withheld according to the provision of P1 agreement
shall be retained as security for the due fulfilment of this contract and additional
performance security in accordance with the provisions of the agreement.
iii) The agreement will incorporate all correspondence between the officer inviting the bid-
Deputy Director, Nandankanan Zoological Park and the successful bidder. Within 15 days
following the notification of award along with the Letter of Acceptance, the successful
bidder will sign the agreement and deliver it to the Deputy Director, Nandankanan
Zoological Park . Following documents shall form part of the agreement.

a) The notice inviting bid, all the documents including additional conditions, specifications
and drawings, if any, forming the bid as issued at the time of invitation of bid and
acceptance thereof together with any correspondence leading there to & required amount
of performance security including additional performance security.
b) Standard P.W.D. Form P-1 with latest amendments.
iv) Failure to enter in to the required agreement and to make the security deposit as above
shall entail forfeiture of the Bid Security (earnest money). No contract (tender) shall be
finally accepted until the required amount of performance security deposit are received by
the Deputy Director. The security will be refunded after One year of completion of the
work and payment of the final bill and will not carry any interest.
v) As concurred by Law Department & Finance Department In their U.O.R. No 848 dtd. 21.05.
97 J.O.R.No.202
W.F.D. dtd.06.03.98 respectively the E.M.D. will be forfeited in case, where
bidders/tenderers back out from the offer before acceptance of tender by the competent
authority.
vi) Amendment to Para 3.5.18 Note – viii of OPWD Code Vol.-I
Before acceptance of tender, the successful bidder will be required to submit a work
programme and mile stone basing on the financial achievement so as to complete the
work within the stipulated time and in case of failure on the part of the agency to achieve
the mile stone liquidated damage will be imposed.

33. That for the purpose of jurisdiction in the event of disputes if any of the contract would
be deemed to have been entered in to within the State of Odisha and it is agreed that
neither party to the contract will be competent to bring a suit in regard to the matter by
this contract at any place outside the State of Odisha.
34. The contractor should be liable to fully indemnify the department for payment of
compensation under workman Compensation Act. VIII of 1923 on any account of the
workmen employed by the contractor and full amount of compensation paid will be
recovered from the contractor.
35. Bidders are required to abide by the fair wages clause as introduced by Govt. of Odisha,
Works Department Letter No.- VIII-R 8/5225 Dtd. 26.02.55 and No IIM- 56/628842(5)
Dtd.27.09.61 as amended from time to time.
36. In case of any complaint by the labour working about the non-payment or less payment
of his wages as per latest minimum Wages Act, the Deputy Director ,Nandankanan
Zoological Park will have the right to investigate and if the contractor is found to be in
default, he may recover such amount due from the contractor and pay such amount to
the labour directly under intimation to the local labour office of the Govt. The contractor
shall not employ child labour. The decision of the Deputy Director, Nandankanan
Zoological Park is final and binding on the contractor.
37. The contractor shall bear cost of various incidentals, sundries and contingencies
necessitated by work in full within the following or similar category.
a. Rent, royalties and other charges of materials, including all taxes as applicable, ferry,
tolls conveyance charge and other cost on account of land and building including
temporary building and temporary electric connection to work site as well as construction
of service road and diversion road and its maintenance till completion of work as
required by the bidders for Collection of materials, storage, housing of staff or other
purpose of the work. No bidder will however be liable to pay Govt. for temporary
occupation of land owned by Govt. at the site of the work.
b. Labour camps or huts necessary to a suitable scale including conservancy and sanitary
arrangements therein to the satisfaction of the local health authorities.
c. Suitable water supply including pipe water supply wherever available for the staff and
labour.
d. Fees and duties levied by the municipal, canal or water supply authorities.
e. Suitable equipment and wearing apparatus for the labour engaged in risky operations.
f. Suitable fencing barriers, signals including paraffin and electric signal where necessary
at works and approaches in order to protect the public and employees from accidents.
g. Compensation including the cost of any suit for injury to persons or property due to
neglect of any major precaution also become payable due to operation of the workmen
compensation act.
h. The contractor has to arrange adequate lighting arrangement for the work where ever
necessary at his own cost.

38. After the work is finalized, all surplus materials should be removed from the site of work.
Preliminary work such as vats, mixing platforms etc. should be dismantled and all
materials removed from the site and premises left neat and clean, this should be
inclusive of the rate.
39. No payment will be made for bench marks, level pillars profiles and benching and
leveling the ground where required. The rate to be quoted should be inclusive of
carriage of all materials and incidental item of works.
40. It should be understood clearly that no claim what-so-ever will be entertained to extra
items of works, extra quantity of any item besides agreement quantity unless written
order is obtained from the Deputy Director and rate settled before the extra items of
work or extra quantity of any items of work is taken up.
41. The bidder shall have to abide by the C.P.W.D. safety code rules introduced by the
Government of India, Ministry of work Housing and Supply in their standing order No-
44150dtd.25.11.57.
42. Bid documents consisting of plans, specifications, the schedule of quantities and the set
of terms and conditions of contract and other necessary documents can be seen in all
the offices issuing the documents and office of the Deputy Director,Nandankanan
Zoological Park during office hours every day except on Sundays and Public Holidays
till last date of sale and receipt of bid documents. Interested bidders may obtain further
information at the same address. But it must be clearly understood that the bids must be
received in order and according to the instructions.
43. Bidders are required to go through each clause of P.W.D. Form P-1 carefully in addition
to the clause mentioned herein before tendering. In case of ambiguity, the clauses of
P.W.D Form P-1 with latest amendments shall supersede the condition of D.T.C.N.
44. All reinforced cement concrete work should conform to IRC Code and Bridge Code
section I, II, III, IV and VII & latest design criteria for precasted concrete bridges
specifically for road and bridges issued by MoSRT&H, Govt. of India. MoSRT& H
Specification for Road & Bridge work (Latest Revision) shall be the guiding book for
execution, quality assurance, specification and measurement for all items of Road &
Bridgeworks.
45. Steel shuttering & centering shall be used which shall be lined with suitable sheeting
and made leak proof and water tight.
46. The Department will have the right to inspect the scaffolding, centering and shuttering
made for the work and can reject partly or fully such structures if found defective in their
opinion.
47. Concrete should be machine mixed unless otherwise ordered in writing by the Deputy
Director,Nandankanan Zoological Park . The contractor should arrange his own
concrete mixer, vibrator, and pumps etc, for this purpose at his own cost.
48. Cement shall be used by bags and weight of one bag of cement being taken as fifty (50)
Kg.
49. The bidder should arrange the materials like Steel, Cement, paint and bitumen etc. of
approved quality and specification at his own cost for completion of the work with the
time schedule. No extension of time will be granted on the application of the bidder due
to delay in procurement of materials.
50. The bidder will be responsible for the loss or damage of any departmental materials
during transit and in the execution of the work due to reasons what – so-ever and the
cost of such materials will be recovered from the bills at stock issue rates or market
rates whichever is higher.
51. If the bidder removes Government materials supplied to him from the site of work with a
view to dispose of the same dishonestly, he shall be in addition to any other liability civil
or criminal arising out of his contract be liable to pay a penalty equivalent to five times of
the price of the materials according to the stock issue rate or market rate whichever is
higher. The penalty so imposed shall be recovered at any time from any sum that may
then or at any time thereafter become due to the bidder or from his security deposit or
from the proceeds of sale thereof.
52. The selected bidder may take delivery of departmental supply according to his need for
the work issued by the Deputy Director subject to the availability of the materials. The
bidder shall make all arrangement for proper storages of materials but no cost for raising
shed for storage, pay of watchman etc. will be borne by the Department. The
Department is not responsible for considering the theft of materials at site. It is the
contractor’s risk. Under any such plea if the bidder stops the work, he shall have to pay
the full penalty as per clause of P-1agreement.
53. The Department will have the right to supply at any time in the interest of work any
departmental materials to be used in the work and the contractor shall use such
materials without any controversy or dispute on that account. The rate of issue of such
materials will be at the stock issue rates inclusive of storage charges or rates fixed by
the Department or current market rate whichever is higher.
54. All the materials which are to be supplied from Departmental store will be as per
availability of stock and the contractor will have to bear the charges of straightening,
cutting, jointing, welding etc. to required sizes in case of M. S. Rods or Tor steel/M. S
Angles, Tees and Joists etc. After issue from the Departmental store the materials may
be under the custody of the contractor and the contractor will be responsible for its
safety and storage.
55. Though Departmental issue of cement and steel has indicated, it may not be taken as
binding. The contractor must have to arrange by themselves cement, steel, bitumen and
every sort of materials from approved manufacturer, get it tested in the Departmental
Laboratory and approved by the Department before use.
56. TOR rods, plates and structural members will be supplied in quantity, length and size
available in the stock. For payment of reinforcement, the steel including plates etc. shall
be measured in length of different diameter, size and specification as actually used
(including hooks and cranks) in the work correct to an inch or cm. and their weight
calculated as per sectional weight prescribed by the Indian Standard Specification or as
directed by the Deputy Director,Nandankanan Zoological Park .
57. The tentative alignment of the proposed bridge has been shown in the enclosed
drawing. However, the department has got the right to shift the actual bridge position
within a reasonable range in both U/s and D/s.
58. The contractor should at his own cost arrange necessary tools and plants required for
the efficient execution of work and the rates quoted should be inclusive of the running
charges of each plant and cost of conveyance.
59. After completion of the work the contractor shall arrange at his own cost all requisite
equipment for testing one unplugged well and specified span free of cost as directed by
the Deputy Director, Nandankanan Zoological Park and bear the entire cost of the test.
60. No extra payment will be made for the jungle clearance for taking earth from the borrow
areas. Earth work from cutting shall be economically utilized infilling.
61. If required the stack of road metal and gravel will be measured in boxes of 1.5m × 1.5 M
× 0.5M which will be taken as 1.5m × 1.5M × 0.44M = 1 Cum. The soling stones will be
measured in the suitable stacks with deduction for voids @ 1/6 of volume or more
depending upon the looseness of stacking which would be determined on actual
observation and deduction.
62. The machineries, if available, with the department may be supplied on hire as per
normal hire charges of Government in force at the time of execution of work subject to
the condition that the contractor will execute in advance an agreement with the Deputy
Director,Nandankanan Zoological Park .
63. In the event of any delay in the supply of Department Road roller for unavoidable
reasons, no extension of time will be granted to the contractor under any circumstances.
64. Sinking of wells shall be measured as per MoSRT&H Specifications for Road & Bridge
works (Latest Revision).
65. All method of sinking including pneumatic sinking by employment of divers and other
equipment shall be included in the rate. Removal of trees, logs of trees or isolated
boulders and de-silting of sand or earth from existing well, rectification of tilt and shift if
any, etc. shall also be included within the rate.
66. The depth of foundation indicated on the drawing are provisional but these may be
altered, if necessary, in the light of the nature of strata indicated by boring which must be
taken in advance of actual execution of the foundation.
67. When resort has to be made for sinking the wells by air lock and vacuum chamber
method rates there of shall be pre- decided by authority accepting the tender.
68. Construction of coffer dam or island or the work of open excavation or dressing or labour
for laying well curbs shall be included in the rate.
69. For concreting the bottom plugs of well under the method of providing concrete should
be either with tremie or any other approved method as well be directed by the Deputy
Director,Nandankanan Zoological Park with 10% extra cement to be used for under
water concreting without any extra cost to the Department.
70. No claim will be entertained in respect of difficulties during sand blowing met with during
sinking of wells.
71. No part of the bearing for the superstructure shall be allowed to rest on the noses of the
piers.
72. Tor Steel mesh reinforcement shall be provided in the concrete of the girders on the
caps of the piers / abutments immediately in contact with the bearing to ensure proper
distributions of heavy load.
73. Lugs and grooves shall be provided in the bearings to prevent them from skewing and
getting out of alignment.
74. Inspection by the Director General of Supplies and Disposals of the bearing during
manufacture and X-Ray or Gama Ray examination of castings thickness more than 8
inches and load testing of bearing if considered necessary shall have to be carried out at
the contractor’s cost. The same procedure for testing may have to be followed for ribbed
bearing manufactured by widening.
75. a) It should be clearly understood that the joints of the bars are to be provided with lapping,
welds or bolts nuts as will be directed by the Deputy Director, Nandankanan Zoological
Park .
b) Concrete test specimens 150mm × 150mm × 150mm in size (whether plain or reinforced
concrete) for the testing shall be taken for each structural member by a representative of
the contractor in the presence of responsible officer of the rank not lower than that of a
Deputy Director or above. The contractor shall bear the cost so involved in testing. The
test specimen in cube should be carried out in the Departmental Quality Control and
Research Laboratory of Cuttack or Bhubaneswar. Test should be carried out in
accordance with the stipulation in Bridges code section-III.
c) Test specimens shall be formed carefully in accordance with the standard method of
taking test specimen and no plea shall be entertained later on the grounds that the
casting of the test specimen was faulty and that the result of the specimen did not give a
correct indication of the actual quality of concrete.
d) Plain concrete and reinforced concrete specimens will be tested in Government Test
Houses at Alipore or Quality Control and Research Laboratory at Bhubaneswar. Cost of
testing of all specimens and samples will be borne by the Contractor.
e) The construction of well staining by injecting cement or grout in coarse aggregate placed
in position shall not be permitted.
76. The thickness of cement concrete in top plugging should be as per Departmental drawing.
77. In well sinking, the maximum tolerance permissible in tilt is 1:80 and the shift is 150mm
to the normal direction. Where it is not feasible to work these tolerances, the contractor
shall carry out. suitable remedial measures as may be directed by the Deputy
Director,Nandankanan Zoological Park to overcome the adverse effects of tilts and
shifts without any extra cost to the Department and without any damages to the well.
Any additional work necessary consequent upon the excess tilt and shift shall be carried
out by the contractor at no extra cost to the Department.
78. Concrete of strength below of the required strength (as determined by actual tests) shall not
be accepted.

79. If the well is beyond rectification the well shall be rejected, the well has to be abandoned
and another well to be sunk at a suitable location at the cost of the Contractor. The tilt
and shift of the well including compensation is to be abided as per the clauses of
MoSRT&H Specification for Roads & Bridge works (Latest Revision).
80. No claim for carriage of water what-so-ever will be entertained as this has been included
in the estimate and the bidder has to quote his / their rate accordingly.
81. The contractor shall employ one or more Engineering Graduate or Diploma holders as
apprentice at his cost if the work as shown in the tender exceeds Rs.2,50,000/-. The
apprentices will be selected by the Chief Engineer. The period of employment will
commence within one month after the date of work order and would last till the date,
when 90% of the work is completed. The fair wage to be paid to the apprentices should
not be less than the emolument of personnel of equivalent qualification employed under
Government. The number of apprentices to be employed should be fixed by the Deputy
Director, Nandankanan Zoological Park in the manner so that the total expenditure does
not exceed one percent of the tendered cost of the work.
82. Super class contractor shall employ under himself two Graduate Engineer and two
Diploma holders belonging to the State of Odisha. Special class contractor shall employ
under him one graduate Engineer and two Diploma Holder belonging to the state of
Odisha. Likewise, ‘A’ class contractor shall employ under him one Graduate Engineer or
two Diploma Holders belonging to state of Odisha. The contractor shall pay to the
Engineering personnel monthly emoluments which shall not be less than the
emoluments of the personnel of equivalent qualification employed under the State Govt.
of Odisha. The Deputy Director, Nandankanan Zoological Park may however assist the
contractor with names of such unemployed Graduate engineers and Diploma Holders if
such help is sought for by the contractor. The names of such Engineering personnel
appointed by the Contractors should be intimated to the tender receiving authority along
with the tender as to who would be supervising the work. Each bill of the Super Class,
Special Class or ‘A’ Class Contractor shall be accompanied by an employment Roll of
the Engineering personnel together with a Certificate of the Graduate Engineer or
Diploma Holder so employed by the contractor to the effect that the work executed as
per the bill has been supervised by him. (Vide Works Department No. Codes M-22/91-
15384 dated 9.7.91). The required certificate is to be furnished in the proforma
contained in a separate sheet vide Schedule-B.
83. It is the responsibility of the contractor to procure and store explosive required for
blasting operation. Department may render necessary possible help for procuring
license.
84. Deleted.
85. Amendment of existing Clauses :- By admission of a tender for the work, a tenderer
will be deemed to have satisfied himself by actual inspection of the site and locality of
the work, about the quality and availability of the required quantity of material including
the wheat/ rice referred to above, medical aid, labour and food stuff etc., and that rates
quoted by him in the tender will be adequate to complete the work according to the
specifications attached there to and that he had taken in to account all conditions and
difficulties that may be encountered during its progress and to have quoted rates
including labour and materials, octroi, other duties, lead, lifts, loading and unloading,
freight for all materials and all other charges necessary for the completion of the work, to
the entire satisfaction of the Deputy Director , Nandankanan Zoological Park of the work
and his authorized subordinates. After acceptance of the contract rate Government will
not pay any extra charges for any reason in case the contractor claims later on to have
misjudged as regard availability of materials, labour and other factors. The rates quoted
by the Contractor shall be excluding GST. GST as applicable for works contract shall be
payable to Contractor on bill amount.
86. The prevailing percentage of I. T. Department of the gross amount of the bill towards
income tax will be deducted from the contractor’s bill.
87. Prevailing rate of TDS on GST as applicable under Act on the gross amount of the bill
will be deducted from the contractor’s bill as tax deduction at source (TDS) as per rules.
88. The contractor is required to pay royalty to Govt. towards use of minor minerals and
produce such documents in support of their payment to the concerned Deputy Director,
Nandankanan Zoological Park with their bills, falling which the amount towards royalties
of different materials as utilized by them in the work will be recovered from their bills and
deposited in the Government revenue. This is as per the Gazette Notification No.2280
dtd.15.12.2016 of Steel & Mines Department, Government of Odisha.
89. CESS @ 1 (one)% of the amount of each bill shall be proportionately deducted from the
Contractor’s bill at the time of making payment of each bill.
90. Under no circumstances interest is chargeable for the dues or additional dues if any payable
for the work.
91. Under section 12 of contractor’s labour (Regulation and Abolition) Act. 1970 the
contractor who undertakes execution of work through labour should produce valid
license from licensing authorities of labour Department.
92. Sample of all material - The contractor shall supply sample of all materials fully before
procurement for the work for testing and acceptance as may be requiring by the
concerned Deputy Director,Nandankanan Zoological Park .
93. Trial Boring - The foundation level as indicated in the body of the departmental drawing
is `purely tentative and for the general guidance only. The Department has no
responsibility for the suitability of actual strata at the foundation level. The contractor has
to conduct his own boring before starting the work and get the samples tested at his own
cost to ascertain the S.B.C. and credibility of the strata at founding level. While quoting
his rates for tender the contractor shall take in to account of the above aspects.
94. Any defects, shrinkage or other faults which may be noticed within 12 (Twelve) months
from the completion of the work arising out of defective or improper materials or
workmanship timing are upon the direction of the Deputy Director, Nandankanan
Zoological Park to be amended and made good by the contractor at his own cost unless
the Engineer for reasons to be recorded in writing shall be decided that they ought to be
paid for and in case of default Department may recover from the contractor the cost of
making good the works. The defect liability period for the work is 12 (Twelve) calendar
months from the date of successful completion of the work.
95. From the commencement of the works to the completion of the same, they are to be
under the contractor’s charge. The contractor is to be held responsible to make good all
injuries, damages and repairs occasioned or rendered necessary to the same by fire or
other causes and they hold the Govt. of Odisha harmless for any claims for injuries to
person or structural damage to property happening from any neglect, default, want of
proper care or misconduct on the part of the contractor or any one in his employment
during the execution of the work. Also no claim shall be entertained for loss due to
earthquake, flood, cyclone, epidemic, riot or any other calamity whether natural or
incidental damages so caused will have to be made good by the contractor at his own
cost.
96. Price Adjustment
96.1: Contract price shall be adjusted for increase or decrease in rates and price of labour,
materials, fuels and lubricants in accordance with the following principles and procedures
and as per formula given in following Paras.
(a) The price adjustment shall apply for the work done from the start date given in the contract data
up to end of the initial intended completion date or extensions granted by the Engineer and shall not
apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.
(b) The price adjustment shall be determined during each month from the formula given in following
Paras
(c) Following expressions and meanings are assigned to the work done during each month:
R= Total value of work done during the month. lt would include the amount of secured advance
granted, if any, during the month, less the amount of secured advance recovered, if any during the
month. lt will exclude value for works executed for extra items under variations.
96.2: To the extent that full compensation for any rise or fall in costs to the contractor is not covered
by the provisions of this or other clauses in the contract, the unit rates and prices included in the
contract shall be deemed to include amounts to cover the contingency of such other rise or fall in
costs.
The formula (e) for adjustment of prices is:
96(a) (i): Adjustment of Other Materials Component

Price adjustment for increase or decrease in cost of local materials other than cement, steel,
bitumen pipe and POL procured by the contractor shall be paid in accordance with the following
formula:
VM= 0.85 x Pm/100 x Rx (M1- Mo)/Mo
VM = Increase or decrease in the cost of work during the month under consideration due
to changes in rates for local materials other than cement, steel, bitumen and POL.
Mo= The all-India wholesale price index (all commodities) on 28 days preceding the date
of opening of Bids, as published by the Ministry of Commerce and Industry,
Government of India, New Delhi.
M1= The all-India wholesale price index (all commodities) for the month under
consideration as published by the Ministry of Commerce and industry, Government
of India, New Delhi.
PM= Percentage of local material component (other than cement, steel, bitumen and POL) of the
work.
96(a)(ii): Adjustment for Cement Component
Price adjustment for increase or decrease in the cost of cement procured by the
contractor shall be paid in accordance with the following formula:
VC= 0.85 x Pc/100 x R x (C1-Co)/Co
VC = Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for cement
C O= The all-India wholesale price index for Ordinary Portland Cement (OPC) on 28 days
preceding the date of opening of Bids as published by the Ministry of commerce and
Industry, Government of India, New Delhi.
C1= The all-India wholesale price index for Ordinary Portland Cement (OPC) for the month
under consideration as published by the Ministry of Commerce and Industry, Government of India,
New Delhi.
PC= Percentage of Cement Component of the work

96(a)(iii): Adjustment for Steel Component


(iii) Price adjustment for increase or decrease in the cost of steel procured by the
contractor shall be paid in accordance with the following formula:

VS= 0.85 x Ps/100 x R x (S1-So)/So


Vs = increase or decrease in the cost of work during the month under consideration due to
changes in the rates for steel
SO= The all-India wholesale price index for steel (Mild Steel long products) on 28 days preceding
the date of opening of Bids as published by the Ministry of Commerce and Industry,
Government of India, New Delhi.
S1= The all-India wholesale price index for steel (Mild Steel long products) for the month under
consideration as published by the Ministry of commerce and industry, Government of India,
New Delhi.
PS= Percentage of steel component of the work

Note: For the application of this clause, index of (Mile Steel long products) has been
chosen to represent steel group.
96(a)(iv): Adjustment of Bitumen Component
Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with
the following formula:
Vb= 0.85x Pb/100 x R x (B1- Bo)/Bo
Vb = Increase or decrease in the cost of work during the month under consideration due to
changes in the rate for bitumen.
B0= The official retail price of bulk bitumen at the IOC / BPCL depot at nearest center on the day
28 days prior to date of opening of Bids.
B1= The official retail price of bulk bitumen at IOC / BPCL depot at nearest center for the 15th
day of the month under consideration.
Pb = Percentage of bitumen component of the work
96(a)(v): Adjustment towards differential cost of Pipes.
Price adjustment for increase or decrease in the cost of pipe shall be paid in accordance with the
following formula:
Vpi= 0.85 x Ppi /100x R x (Pi1- Pi0)/Pi0
Vpi= Differential cost of pipe i.e., amount of increase or decrease in rupees to be Paid or
recovered during the month under consideration.
Ppi= Percentage of pipe component of the work
Pi1= All India Whole sale price index of pipe for the period under consideration as published by
the Ministry of Commerce and Industry, Government of India, New Delhi.
Pio= All India Whole sale price index of pipe on 28 days preceding the date of opening of Bids as
published by the Ministry of commerce and Industry, Government of India, New Delhi.

96(b): Adjustment of Labour Component


Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with
the following formula:
VL= 0.85x PI/100 x Rx (L1- Lo)/Lo
VL= Increase or decrease in the cost of work during the month under consideration due to
changes in rates for local labour.
LO= The minimum wages for unskilled labour as Notified by Government of Odisha as prevailed
on the last stipulated date of receipt of tender including extension, if any.
L1= The minimum wages for unskilled labour as Notified by Government of Odisha as prevailed
on the last date of the Month previous to the one under consideration.
P1= Percentage of labour component of the work.
96(c): Adjustment of POL (fuel and lubricant) Component
(v) Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be paid in
accordance with the following formula:
Vf= 0.85 x Pf/100 x R x (F1- F0)/F0
Vf = increase or decrease in the cost of work during the month under consideration due to
changes in the rates for fuel and lubricants.

Fo= The official retail price of High-Speed Diesel (HSD) at the existing consumer pumps of IOC /
BPCL / HPCL at nearest centre on the day 28 days prior to the date of opening of Bids.
F1= The official retail price of HSD at the existing consumer pumps of IOC / BPCL/ HPCL at
nearest Centre for the 15th day of the month under consideration.
Pf = Percentage of fuel and lubricants component of the work

Note: For the application of this clause, the price of High-Speed Diesel oil has been chosen to
represent fuel and
lubricants group.

96(d): Adjustment for Plant and Machinery Spares Component


(vi) Price adjustment for increase or decrease in the cost of plant and machinery spares
procured by the Contractor shall be paid in accordance with the following formula.
Vp- 0.85x Pp/100 x R x (P1- Po)/Po
Vp- Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for plant and machinery spares.
Po- The all-India wholesale price index for manufacture of machinery for mining, quarrying and
construction on 28 days preceding the date of opening of Bids as published by the Ministry
of Commerce and Industry, Government of India, New Delhi.
P1- The all-India wholesale price index for manufacture of machinery for mining, quarrying and
construction for the month under consideration as published by the Ministry of Commerce
and industry, Government of India, New Delhi.
Pp- Percentage of plant and machinery spares component of the work

Note: For the application of this clause, index of manufacturing of machinery for mining, quarrying
and construction has been chosen to represent the Plant and machinery Spares group.
Regarding wholesale price Index (WPl) for appropriate commodity for payment of price adjustment,
due to change of base year of WPI from 1993- 94 to 2004-05 & 2011-12, it is observed that, the
commodity 'Bars and Rod', 'Cement', 'Heavy machinery and parts 'included in the list of WPI 1993-
94 series are not mentioned as such in the WPI 2004-05 & 2011-12 series. Therefore, the following
items in the WPI 2004-05 & 2011-12 series shall be considered corresponding to items in WPI
1993-94 series:
Sl. Item in WPI 1993-94 series Item in WPI 2004-05 ltem in WPI2011-
No. series 12 series
1 Cement Grey Cement Ordinary Port land
cement
2 Bars & rods Rebars Mild steel long
products
3 Heavy Machinery & parts Construction Machinery Manufacture of
machinery for
mining, quarrying
& construction.

96(e): APPLICATION OF ESCALATION CLAUSE:


The contractor shall for the purpose of availing reimbursement/refund of differential cost of steel,
bitumen, cement, pipe, POL and wages, keep such books of account and other documents as are
necessary to show that the amount of increase claimed or reduction available and shall allow
inspection of the same by a duly authorized representative of Government and further, shall at the
request of the Deputy Director , Nandankanan Zoological Park , furnish documents to be verified in
such a manner as the Deputy Director , Nandankanan Zoological Park may require any document
and information kept' The contractor shall within a reasonable time of '15 days of his becoming
aware of any alteration in the price of such material, wages of labour and /or price of P.O.L. give
notice thereof to the Deputy Director stating that the same is given pursuant to this condition along
with information relating to there to which he may be in a position to supply.
Percentage Table
Sl. Category of works % Component (cost wise)
No. Labour POL Steel
(Pl) (Pf) (PS)+Cement
(PC)+Bitumen
(PB)+Pipes
(Ppi)+Plant and
Machinery spare
and component
(Pp)+other
materials*
1 Road Works 5 5 90
(% of
compo Bridge Work 5 5 90
Works

nent)
R&B

Building 5 5 90
Works
2 Irrigation Structural 5 5 90
works (% of work
component) Earth, Canal 5 5 90
&
Embankment
work
3 P.H. work Structural 5 5 90
work

Pipeline 5 5 Pipe- 70%


Work *Machinery +
Other material -
20%
Sewer Line 5 5 Pipe- /7o%
*Machinery +
Other material -
20%

*Note: - Further break up may be worked out considering the consumption of cement, steel,
Bitumen, pipe and Plant & Machinery spare component in the concerned works and shall be
provided in the bid document in shape of "Schedule of Adjustment Data" as an "Appendix to
Bid". (enclosed herewith)

Appendix to Bid
Schedule of Adjustment Data
[For all works, adjustment factor for Labour and POL shall be considered @ 5% each. Steel,
Cement, Pipes, other Materials and Machinery shall contribute to 90% of Price Adjustment and
shall be calculated for each work separately during preparation of estimate, shall be approved
by the authority during technical sanction as a "Schedule of Adjustment Data" and shall form
part of the Bid Document]

Cl. No- 96 Index Source of index Base Base Weight


of: P1 descripti value* Date age of
Contract on * Item**
Sl. No.
96 (a)(i) Other All india Whole sale price index (all commodities) as 57.07%
Material published by the Economic Advisor to the Govt of
s India, Ministry of Commerce and industry
96 (a)(ii) Cement Whole sale price index for Cement (Ordinary Portland 9.50%
Cement) as published by the office the Economic,
Advisor to the Govt. of India, Ministry of commerce and
industry.
96 (a)(iii) Steel Whole sale price index for steel (Mild Steel-Long 19.06%
Products) as published by the office of the Economic
Advisor to the Govt. of India. Ministry of Commerce
and Industry.
96 (a)(iv) Bitumen Official retail price of bulk bitumen at the nearest 0.00%
(VG-30) IOC/HPCL depot
96 (a)(v) Pipes Whole sale price index for the type of Pipe under 0.00%
consideration, as published by the office the Economic
Advisor to the Govt. of India, Ministry Commerce and
Industry.
96 (b) Labour Minimum Wage notified by the Labour and Employee's 5%
State Insurance Department of Government of Odisha,
lndia
96 (c) POL Official retail price of HSD at near IOCL/ HPCL/ BPCL 5%
Consumer pump depot.
96 (d) Plant Whole sale price index for Manufacture of Machinery 4.37%
and for Mining, Quarrying and Construction as published by
Machine the office the Economic Advisor to the Govt. of India,
ry Ministry of Commerce and industry.
Total 100%

*Values to be filled up at the time of drawl of contract


**Values to be filled up in the bid document.

97. For diversion road the contractor will have to make his own arrangement to make the
same in private land if necessary, for which agreement of such land by the side of C.D.
works and the rental charges for such private land shall be borne by the contractor
including the proper maintenance with lighting arrangements during the night time and
signaling during day time and barricading etc. till the C.D. works are opened to the
traffic. No extra cost will be paid to the contractor for the above rental charges etc. His
rate in the tender shall include this arrangement, rental charges for the land and
maintenance, lighting and removal of such temporary road crust from the private land to
bring the land to its original condition etc. Complete.
98. The contractor has to arrange the land required for borrowing earth if necessary, for the
road work at his cost. No extra payment by the Department will be made on this account
and no claim what-so-ever will be entertained on this ground. The rate quoted by the
contractor should be inclusive of all such charges.
99. Where it will be found necessary by the Department, the Deputy Director of the work
shall issue a Site Order book to the contractor to be kept at the site of the work with
pages serially numbered. Orders regarding the work whenever necessary are to be
entered in this book by the Deputy Director with their dated signatures and duly noted by
the contractor or his authorized agents with their dated signature. Orders entered in this
book and noted by the contractor’s agent shall be considered to have been duly given to
the contractor for following the instructions of the Department. The Site Order Book shall
be the property of the Department and shall not be removed from the site of work
without written permission of the Deputy Director, Nandankanan Zoological Park and to
be submitted to the Deputy Director, Nandankanan Zoological Park every month.
100. The bidder should conduct three bores at each pier and S.B.C. of soil at foundation level
and abutments location and furnish the test results in conformity with I.R.C. code at his
own cost before execution of the work and rate quoted by the contractor should be
inclusive of such bores and S.B.C. tests etc. without any extra cost to the Department.
101. The details of foundation, sub-structure and floor protection for execution shall be done
in accordance with the test results thus obtained.
102. The contractor shall have no claim what so ever for the extra quantity of work to be
executed in view of above possible changes and payments is to be made as per Clause
10 of the P-1Contract.
103. Over and above these conditions, the terms and conditions and rules and regulations
and specifications as laid down in Odisha P.W.D. Code, Bridge code and MoSRT&H
Specifications with latest revision / amendment are also binding on the part of the
contractor.
104. No part of the contract shall be sublet without written permission of the concerned
Deputy Director, Nandankanan Zoological Park or transfer be made by power of
Attorney authorizing others to receive payment on the contractor’s behalf.
105. The contractor should attach the certificate in token of payment deposit with the
registration authority as per recent circular of the Government relating to his registration.
106. Any damages caused by natural calamities should be done by the contractor at his own
cost. The Department will not be any way responsible for the same and will not pay any
cost towards the repair done by the contractor.
107. The rate quoted by the contractor shall cover the latest approved rates of labours,
materials, P.O.L. and Royalties. Arrangement of borrow areas; land, approach road to
the bridge site etc. Are the responsibility of the contractor.

108. The concrete items wherever dewatering is imperatively necessary the term dewatering
shall mean the execution or operation of the items due to standing water as well as due
to percolation of water. The quoted rate will be inclusive of this.
109. The materials, borrow areas and hutments at site should be arranged by the contractor
at his own cost. No future complaint on this account shall be entertained.
110. The contractor shall make requisition of claim book from the date of commencement of
the work from the Department and shall maintain in proper P.W.D. form with pages
serially numbered in order to record items of works are not covered by his contract and
claimable as extra. Claims shall be entered regularly in this book under the dated
signature of the contractor or his duly authorized agents at the end of each month. A
certificate should be furnished along with the claim to the effect that he has no other
claim beyond this claim up-to-date. If in any month there are no claims to record, a
certificate to that effect should be furnished by the contractor in the claim book. Each
claim must be defined and should be given as for as possible regarding the quantities as
well as the total amount claimed. The claim book must be submitted by the contractor
regularly by 10th and 16th days of each month for orders of the Deputy Director or
competent authority. Claims not made in this manner or the claim books not maintained
from the commencement of the work are liable to be summarily rejected. The claim
books are the property of the Department and shall be surrendered by the contractor to
the Deputy Director after completion of the work or before recession of the contract by
the Department whichever is earlier for record.
111. Number of tests as specified in I.R.C./MoSRT&H/I.S.I specification required for the
construction of roads /bridges / buildings or any other structural works will be conducted
in any Govt. Test House / Departmental laboratories/reputed material testing laboratory
as to be decided by the Deputy Director . Testing charges including expenditure for
collection / transportation of samples /specimens etc. will be borne by the contractor.
The collection of samples and testing are to be conducted for both prior to execution and
during execution as may be directed by the Deputy Director and on both the accounts
the cost shall be borne by the contractor.
112. i) Besides, the firm / contractor shall install full-fledged field laboratory at work site
for conducting required tests as per IRC/MoSRT&H/ISI requirements at his own
cost for providing sufficient opportunity for checking from time to time.
ii) An Engineering personnel of the executing agency should be present at work
site at the time of visit of high-level inspecting officers in the rank of Deputy
Director and above.
iii) After completion of the road in all respects the road furniture’s should be affixed
by the executing agency indicating locations like school, hospital, No-horn etc.
113. Condition for issue of plant & machinery to contractor on hire: - Tools & plants will
be issued to the contractor only if it is desirable in the interest of Govt. works and if these
can be spared without inconvenience to the Department. The Sanction of the Deputy
Director,Nandankanan Zoological Park shall be necessary in each case. The contractor
shall arrange his programme of work according to the availability of the plant &
machinery & no claim will be entertained for any delay in supply by the Department.
An agreement shall be entered in to by the contractor to the effect that these hire
charges are recoverable from the bills of the contractor regularly and the final payment
for the work including refund of security deposit will not be made until the total amount
due to the Government on account of hire of machinery etc. is recoverable in full. Full
amount of hire charges due from the contractor at any contract at any time shall be
recovered from his next subsequent bill.
All transit and incidental charges in connection with the dispatch of tools and plants and
machineries from workshop shed/ deposit return there to, will be borne by the contractor.
The hire charge shall be recovered at the prescribed rates from and inclusive of the
date, the plant and machinery is made over up to and inclusive of the date of its return,
even though the same day it may not have been utilized for any reason except for a
major break down which may take more than 72 hours for repairs. The contractor shall
immediately intimate in writing to the Deputy Director when any plant or machinery goes
out of order requiring major repairs.
The hire charges are for clock hours. In case of tar boilers, hot mix plant and any other
machinery requiring similar preparation the working hour will include the time required to
make up the boiler temperature and bring plant to the operating conditions before the
actual start of work.
The machine will work in shifts of 8 hours each. Extra charges towards overtime wages
of any of the operating and maintenance staff will be liveable. These charges will be
fixed by the Deputy Director from time of time. In no case the tools and plants shall be
operated beyond 8 hours in any shift without prior written permission of the Deputy
Director.

The contractor shall release the plant and machinery as and when required for periodical
servicing and maintenance. He shall also provide for any labour and water source for
washing the plants. In the case of Concrete mixtures, pavers and similar such type of
equipment, the contractor shall arrange to get the hopper cleaned and the drums etc.
washed at the close of work each day.
The plant and machinery once issued to a contractor shall not be returned by him on
account of lack of arrangement of labour and material etc. on his part. The same will be
returned only when they do not require or when in the option of Deputy Directorthe work
or a portion of work for which issued is completed.
The tools and plants shall while in transit and in the custody of contractor be at his sole
risk and responsibility for damages and / or loss except fair wear and tear. The damage
or loss as assessed by Deputy Director shall be made good by the contractor. In the
event of a disagreement as to the extent of damage or the value of article lost, the
decision of Deputy Director, Nandankanan Zoological Park shall be final. The contractor
shall on or before the supply of plant and machinery sign an agreement in indemnifying
the Govt. against loss or damage to the machine. The Contractor shall also be
responsible for any claim for compensation for loss of life, injury or damages to property
etc. arising from any cause what-so-ever. The contractor shall provide full time
chaukidar for guarding the plant and machinery at site.
If the articles are not returned within the date originally specified or extended by the
Deputy Director in addition to the normal hire charge, a surcharge equal to 10% of the
hire charges will be levied for the period that the machinery is not returned. Such period
will be treated as working time. In the event of the non-return of the machinery, the full
value of the articles at the current market price will be recovered from the contractor’s
outstanding bills or any bills that may become due in respect of his other work under the
state public works Department. The decision of the Deputy Director,Nandankanan
Zoological Park shall be final in case of dispute.
114. The work will be executed inside a zoo and wildlife sanctuary. All the existing rules under
the Central Zoo Authority, New Delhi and Wildlife Protection Act, 1972 shall be
applicable. No works shall be carried out from 6 PM to 6 AM.
115. Additional Terms and Condition
1. Claim:
 The contractor shall send to the officer in-charge once a month an account giving full and detailed
particulars of all claims pertaining to any additional expenses to which he may consider entitled on
account of extra or additional world ordered in writing by the officer in-charge which he has
executed during the preceding month.
 If the contractor considers that any work ordered in writing to be executed by him, to be outside the
scope of this contract or any direction or order of engineer / officer in-charge to be unfair, he shall
immediately upon such work being ordered to be executed proceed with the execution of the work
without delay. The contractor may if he so desires file a protest with the officer in-charge/ engineer
stating clearly and in detail, basis of his objection or claims. The written protest filed by the
contractorshall be forwarded to the Dy. Director, Nandankanan zoological park within one week with
hisremarks. The decision taken by the DD in this behalf shall be final and binding upon the
contractor.

2. Payments. No advance payments shall be made. Payments will be made to the


contractor only against work done or after completion of work in all respects as per
specifications. The Security Deposit of 10% on every bill shall be deducted.

3. Taxes:- Payments of service tax/income tax GST, royalty and CESS etc. whether
Central or State have to be borne by the contractor under rules. TDS shall have to be
deducted fromrunning bills of the contractor. If there is any escalation in taxes (Central
or State) or if any, new tax becomes applicable during the Course of execution of work,
the same shall be borne by the contractor.

4. Escalation :During the period of completion of work, no price escalation in respect of


material, Machinery, equipment, labour etc. shall be entitled to the contractor.

5. Recovery of due amount: Whenever any claim against the contractor for the payment of
any sum of money arises out under this contract, the Department shall be entitled to
recover such sum by appropriating in part or in whole from the security deposit of the
contractor or from any sum that may be due to him should the aforesaid sum be
insufficient to cover the full recovery, the contractor shall pay to the Department on
demand the balance amount or the same shall be recovered from him as arrears of land
revenue. However, no such claim shall be entertained by the Department after final
payment are made to the concerned contractor there after the contractor shall be solely
liable for bearing all claims and consequence thereof.

6. Indemnity: In case of any dispute, accidents during the course of execution of the
contract, the contractor shall be bound and solely responsible to meet and settle down
all the claims at his own risk and cost.

7. Patent of Royalties: The contractor under this contract shall indemnify and save
harmless the Government against all claims arising from infringements of patents and
royalties covering tools, machinery process, appliances devices or material used in
connection with the work and the Department may retain out of money which may be
due and become due to contractor a sum sufficient to cover all such claims, when and if
preferred until the claims are paid or satisfactory settled. However, no such claimshall
be entertained by the Department after final payment are made to the concerned
contractor there after the contractor shall be solely liable for bearing all claims and
consequence thereof.

8. Facilitiesat site: The contractor shall visit the site and apprise himself about the site
conditions prior touploading ofthe Bids and has to arrange and maintain at his cost
necessary tracks/paths/vehicular tracks, walkway / platform, ladders, stairways, water
pumps, water, electricity and other facilities of usual and suitable character required for
all operations of work and inspection, in such away as not to affect or cause
inconvenience to other contractors/public.

9. Work to be open to inspection: All works in the course of execution in pursuance of this
contract shall at all times be open to the inspection and supervision of department,
Engineering and officer in-charge and their representatives and the contractor shall
make all the necessary facilities at all times during the usual working hours and at all
other times for which reasonable notice shall be given to the contractor.

10. Examination / Inspection Before covering up: No work shall be covered up or put out of
view without approval of the Engineer / Department / concerned authorities of the works
and contractors shall afford full opportunity to him to examine and measure any such
work before permanent work is placed thereon.

11. Defective and Bad work: If it shall appear to Engineer/ officer in-charge that any work
has been executed with unsound, imperfect or bad workmanship or with materials of
any inferior description, the contractor shall when directed in writing by the Engineering
Wing, forthwith rectify with sound and specified material and workmanship or remove or
re-execute the part of work so specified as the case may be or remove the materials/
articles at his own cost notwithstanding the fact that the same may have been
inadvertently passed/ certified or paid for previously. In the event of his failing to do so
within the specified period, the contractor shall be liable to penalty provided for in the
contractor/ document and the Department shall get it rectified or removal and re-
execute the work or remove and replace the same as the case may be at the risk and
cost of the contractor.

12. Damage to work during or after execution: If the contractor or his workers and servants
break, deface or destroy any part or work or any other property in the vicinity of the
works belonging to any person or on which they may be working, such structure , road
curbs, embankments, fence enclosures, water pipes, cable, drains, electric or telephone
posts or wires, trees, grass or grassland or cultivated ground etc, shall make the same
good on his own cost and on failure ofthe contractor to do so, the Engineering Wing
Shall cause the same to be made good and deduct the cost thereof from any sums that
may be due to the contractor under the contract or from his security deposits.

13. Keeping works free from Water: The contractor shall provide and maintain at his cost
and expenses electricity or other power driven pumps and/ or other plant to the
satisfaction of the Engineering Wing for keeping works free from water, until the works
are taken over by the Department duly completed. The Contractor shall arrange for the
disposal of water accumulated at the site of works (without affecting the other
contractors/works lying adjacent and in vicinity of his work site/public) to the satisfaction
of Engineering Wing and the authorities concerned.

14. Temporary Suspension of work: if The Engineer and the officer in-charge thing may
suspend the work wholly or in part for suchperiod as he may deem necessary,due to
unsuitable weather or natural calamity, or for such other causes as are considered
unfavorable for the execution of the work or for such times as is necessary due to failure
of the contractor to carry out orders given to him. No compensation shall be paid on this
account to the contractor.

15. Extension of time: No extension of time specified for the completion works shall be
granted or claimed by the contractor as a matter of right. However, if the work is
suspended for some time on account of bad weather, floods, earthquake or fire or non-
availability of materials or tools and plants etc or due to any cause beyond the control of
the contractor and the Department, no compensation shall be paid to the contractor on
account of the aforesaid reasons but reasonable extension in time shall be considered
at the request of the contractor and discretion of the Department.

16. Equipment and Material: The contractor shall at his cost procure, supply and transport
to site all materials etc for the works and bear all loading and unloading storage and
other taxes payable thereof. The contractor shall arrange on his own all machinery like
lifting and haulting equipment, welding and pneumatic equipment, special tools/plants
and Engineering stores required for the work.

17. Contractors Representative/Site Engineer: The contractor shall keep on the site of
works during its execution, competent and authorized Supervisors/Engineer to whom
instructions concerning the works may be given from Engineer/ officer in-charge

18. of the works or his subordinates. The notices and written orders served and instructions
given by the Engineering Wing/authorities concerned upon such supervision shall be
deemed to have been served upon the contractor.

19. Payment to Labour: The contractor shall have to make timely payments to all labours
engaged by him in case the Engineering Wing receives a complaint from labours for
payment being withheld or deducted, he will pay the due wages to the labour himself,
after due enquiry and deduct the amount from the dues/deposits of the contractor.
However no such claim, what so ever, shall entertain after final payments are made to
concerned contractor. Thereafter the contractor shall be solely liable for bearing the
labour claim and consequence thereof.

20. Character of Workmen: Contractor shall be bound to employee competent workmen for
every kind of work. Any person employed on the work who refuses or neglects to obey
the directions of the Engineering Wing/any other official of the Department, or who is
considered incompetent to execute any part of the work or is disorderly or causes
nuisance or who commits trespass upon public or private property in the vicinity of the
works, shall be dismissed when the officer in-charge so intimates and shall not be
reemployed unless permission in writing is given in this behalf by the concerned
Engineering Wing.

21. Housing Accommodation and Sanitary Convenience: The contractor shall provide and
furnish proper housing accommodation and sanitary convenience for labours engaged
on the works and these shall be maintained in a manner that will be inoffensive to the
public, follow zoo rules and in compliance with local sanitary regulations.

22. Alterations/Additions/Variations: The Engineer and officer in-charge with the approval
of Department may make any variation of the form, quality and quantity of work or any
part thereof that may, in his opinionbe necessary and desirable. The Engineer or officer
in-charge with the prior permission of the Department can order the contractor to do any
of the following:-

 Increase or decrease the quantity of any work included in the contract.


 Omit any portion of work.
 Change the character or quality or kind of any work.
 Change the levels, lines, positions and dimensions of any part of the works and No
such variations as aforesaid shall in any way violate the contract.

No such variation shall be made by the contractor of his own without an order in writing
of Engineer or officer in-charge. If at any time after the commencement of the works, the
Engineer or officer in-charge for any reason whatsoever does require the above
mentioned changes to be carried out the (Engineer or officer in-charge) shall give notice
in writing in this behalf to the contractor. The contractor shall not also claim any
compensation by reasons of any alteration having been made in the original
specification, drawing, design and instructions which involve any curtailment or an
addition, of the works as originally contemplated of his own.

23. Valuation of Extra Items: The Engineer or officer in-charge with the prior approval of
Department shall authorize the contractor in writing to perform any extra item of work or
furnish extra material not covered by the specification or not included in this contract but
forming inseparable part of the works under this contract.

If the contract does not contain any rates applicable to the extra or additional work, then
reasonable rates as specified hereunder shall be fixed by the Department.

 By analysis from the nearest item in the contract.


 Items not covered by the above provisions shall be paid on analysis bases on rate of labour and
material required for completion of work at market rates plus 10% contractor's profit. For this
purpose, a contractor shall keep and maintain in such form, as the Department shall direct, a correct
account of cost supported by sufficient details. The rates for these extra items as approved by the
Department shall be final and binding on the contractor.

24. Local Laws and Rules: The contractor shall abide by all regulations and laws of Forest,
Wildlife (civil/criminal), Revenue, and other Authorities, including Municipalities, Town
Area Committees etc. For any violation he shall be liable to be dealt with under the
relevant laws/Acts. No compensation whatsoever on this account shall be payable to
the contractor by the Department.

25. Protection of Works and Adjoining Property: The contractor shall be responsible for the
care ofmaterials partially or wholly completed works until same are taken over by the
Department duly completed by the contractor in accordance with the terms of the
contract. The contractor shall make goods at his own expenses for the damages which
the work may sustain from any cause whatsoever prior to the taking over of the same by
the Department. The contractor shall also be responsible to make good at his own
expenses, the damages caused to the adjacent property due to this act or negligence of
his employee or caused in the courseof execution of contract.The Department shall not
entertain any claim in this regard.

26. All materials taken out of site of the work is and shall be property of the Department.

27. Subletting: The contractor shall not assign or sublet the work in whole or part to any
agency without written orders of the Department and if the contractor shall assign or
sublet this contract, or attempt to do so or becomes insolvent or commences any
insolvency proceedings to make any composition with his creditors or attempt to do so,
or if any bribe gratuity, gift, lone, pre-requisite reward, or advantage pecuniary or
otherwise shall either directly or indirectly be given, promised or offered by the
contractor or any of his servants or agents to any public officer or person in the
employment of Government in any way relating to this office, the contractor shall be
solely responsible for the consequences which besides other penalties/actions may
entail termination of contract and forfeiture of deposit, bank guarantees and other due
payments if any.

28. Works Register: It is the duty of the contractor to maintain/sign the works register and
measurement book, wherein measurements are recorded. In case of his failure to do
so, the measurements recorded by the Department staff will be binding upon the
contractor. No claim whatsoever on this account will be entertained by the Department.

29. Certificate of Completion: The works shall be deemed to have been duly completed
when the Department certifies in writing that the works havebeen completed in allrespects
bythecontractor. But no such certificate shah be given or the works shall not be considered to
be duly completed until thecontractor commissions thework totheentiresatisfaction
oftheDepartment, removes materials, rubbish and cleans off debris and weeds from the site and
all parts of the structure as per the requirements of the Department. Ifthe contractor fails
tocomplywith the requirements ofthis clause as to the removal of scaffolding, surplus materials,
rubbish and cleaning of debris and weeds on or before the date fixed forthe completion ofthe
work, the Departmentshallremove such scaffolding materials and rubbish, weeds and dispose of
the some as he thinks fit and clean up such debris at the cost of contractor. Thecontractor shall
haveno claim in thisrespect.

30. Insurance: Any accidental or incidental occurrence duringthecourse ofexecution shallbe


entirely liability ofthe contractor. Thecontractor hasto observe due care andcaution
asnotcausedamage to life/honors/property or cause mishap, nuisance. The insurance cover of
the team members working for the project shall be responsibility of the contractor.

31. Clarification: For any further information / explanation / clarification, if required, the
intendingtenderers may contact Deputy director, Nandankanan zoological park.
32. Decision of Deputy director, Nandankanan zoological park. tobefinal:
Except where otherwise specified in this contract, the decision of Deputy director, Nandankanan
zoological park shall be final, conclusive and binding upon the contractor on all questions
relating to the meaning of the specifications, design, drawings and instructions herein before
mentioned and as to the quality, the workmanshipor materials used for the work.

33. NocontractorshallparticipateinthistenderwhohasbeenalreadybeenblacklistedbyanyGovt.
agency/ office.
34. Theacceptingdepartmenthoweverreservestherighttorejectanyorallthetenderswithout
assigning any reasons thereof at any stage.

35. Theworkorderwillbeissuedafterrequisiteclearancesundervariousactfromtheconcerned
authorities.

36. The Labour certificate is apre-condition /necessary atthe time of submission ofbids.
37. Bidder shall quote their rates complete inclusive of all carriages, loading, unloading, of
martial and other over heads.

38. Bidders shall also provide theirBank Account No.andContact No.(Mobile/Landline)&e-


mail I.D

39. The Departmentshall not beheldresponsibleforselection


criteria/policymatterbeingadoptedby the Directorateof Informationregardingpublishingthe e-NIT,
in any of the newspaperunder circulation.

40. Guarantee Period: The tenderer shall guarantee all the materials/equipment’s supplied
by him & works executed by him against any defective design, manufacture &workmanship for
aperiod of12 monthsfrom the date of handing over to the department.

41. The tenderer shallquote forthe complete scope of the work asperprice schedule
advertised ratelist in words &figures. The offer with insufficient particulars in any respect shall
lead to rejection even if the offer is competitive. The rates to be quoted shall be in resemble to
schedule of rates 2022 & prevailing market rate

42. The tenderer shall quote rates for all items


43. The contractor shall be responsible for all the losses/damage during transit of the
supplies/material at site, till handing over of the system to concerned department. The
department shall not be responsible for any work man's compensation, 3rd party liability etc.
&the contractor shall obtain the policies to cover all the risk upto final handing over the system
to the department.

44. Thecontractor shall make hisown arrangement forwater,electricity, storingfacility, watch


&ward of the material till handing over the system tothe concerned department.

45. The department may revise or amend the specifications & other condition to the date
notified for receiving of tenders. Such revisions & amendments shall be communicated to the
prospective tenderers.

46. Arbitration:- Incaseofanydoubt, dispute ordifference whatsoevershallarisebetween


contractor& the department either of the parties give the other notice in writing & same shall be
referred to Director, Nandankanan Biological Park, who shall nominate any officer for arbitration
under. The decision of the arbitrator shall be final &bidding onparties.

47. Termination of Contract:- In case the contractor fails to comply to the terms &condition
of the contract or fails to replace defective materials/ equipments, within the stipulated period,
the department shall without prejudice to other remedies available to it under law, be competent
to terminate tile contract after 30 days clear notice to contractor & forfeited of security deposited
and EMD, thereof. Penalty of10No of the value of contract shall be imposed ifcontractor fails to
execute the work in time or failsto maintain the system during the guarantee period.

48. Inadditiontothetermscoveredintheschedule ofwork&specification,theextranecessarywork


required shallbeincludedinthescopeofwork within thequotedrates.

49. Clarifications of Bidding Documents: A prospective bidder requiring any clarification of


the bidding, documents may notify the employer in writing or by E-mail at the Employer's
address indicated in the Notice Inviting tenders. The Employer will respond to any request for
clarification received earlier than 10 days prior to the deadline for submission of bids. Else all
doubts can be clarified on the pre bid meeting as mentioned.

50. Generalcondition:
Anyitem ofworkwhichisnotadvertised intheratelistbutfoundnecessaryduring execution shallbe
got executed and shall be paid with contractors tender appreciation/depreciationas offered by
the contractoron whole tender.
However Earnest Money Deposit (EMD) shall be released once the quantum of bill processed
by the Department reaches 80%ofcontract amount. Theintending tendershavenecessarily
toadheretothe entire technical/commercial and general clauses as embodied in the tender
document and no deviation whatsoever shall be accepted.
FORM OF AGREEMENT – The contractor shall, before taking the possession of the
machinery, enter in to an agreement with the Deputy Director or his nominees in the form
attached.
Log Books for recording the hours of daily works for each of the plant and machinery
supplied to the contractor will be maintained by the Department will be attested by the
contractor or his authorised agent daily. In case of contractor contests the correctness of the
entries and / or fails to sign the log book, the decision of the Deputy Director shall be final
and binding on him. Hire charges will be calculated according to the entries in the logbook
and will be binding on the contractor.

AGREEMENT FOR LOANS OF GOVERNMENT TOOLS & PLANTS.

This agreement made the Two Thousand ____________


between (here-in-after referred to as “the hirer” which expression shall unless
excluded by or repugnant to the context include his heirs, executors, administrators and assigns)
of the one part and the Govt. of Odisha (here in after referred to as the Governor which
expression shall unless excluded by or repugnant to the context include his successors in office
as assigns) of the other part.
Whereas the hirer desirous of hiring the tools and plants of the Department of the OdishaGovt.
more particularly specified in the schedule here under between here in after referred to as “the
tools and plants”.
And whereas Government has agreed to let in hire the tools and plants to the hirer on the terms and
conditions here in after mentioned.
Now it is here by and between the parties here to as follows: -
(a) In consideration of agreement that hire charges be recovered from their bill for work executed
on which this machinery will be used or any other than standing in the names of contractors
in the book of the Department or any other Government Department. The Govt. agrees to let
the hirer tools and plants for the period to be computed from the date of delivery of the tools
and plant to the hirer at the Forest Department workshop at headquarters Deputy Director,
Nandankanan Zoological Park as per Contract Data.
(b) The rate of higher charges will be as mentioned in the schedule attached.
(c) The hirer shall not transfer, assign or sublet or in any way part with the tools and plants or
any part there-off without the previous written approval of the Deputy Director
(d) On the expiry of the period of the hire, the hirer shall return the tools and plants to the Public
Works Department. &Workshop
/ Store at headquarters Deputy Director, Nandankanan Zoological Park as per Contract
Data in the same good condition in which they were received by him.
(e) In the event of the tools and plants not being returned on the expiry of the above-mentioned
period, the hirer shall without prejudice and any other liability pay to the Government on
account equivalent to the rate of hire specified for the working period and an increase of ten
percent.
(f) The tools and plants shall be open for inspection at all times to the officers of the Government.
(g) The hirer shall not operate the tools and plants so hired for more than one shift / two shifts of
8 hours each per day without the prior sanction of the Deputy Director. If the hirer operates
the tools and plants beyond the aforesaid limit without the prior sanction of the Deputy
Director, Nandankanan Zoological Park , he shall pay to Government additional hire charges
as well as over time charges for staff for such excess operation at the rate approved by the
Deputy Director from time to time.
(h) In case of break down, repairable at the site within a period of three days hire charges as
specified in the schedule will be levied except in case of major repairs.
(i) Normally the tools and plants will be supplied with operating staff.
(j) The hirer shall be responsible for any claims for compensation for loss of life, injury or damage
to property etc. arising due to any causes what-so-ever during the period of the machinery is
in his charge.
(k) All municipal or other dues and taxes payable on account of the use or operation of the tools
and plants for the period of hire shall be defrayed by the hirer.
(l) The hirer shall make good any loss or damages arising out of causes other than fair wear
and tear to the tools and plants during the period of hire. The cost recoverable from the hirer
shall be the full replacement value as determined by the Deputy Director. In the event of any
loss or damage not being made good by the hirer to the satisfaction of the said Deputy
Director the office shall be at liberty to make good himself such loss or damage and recover
the cost thereof from the hirer. The hirer shall pay to the Deputy Director such an amount as
shall be necessary to make good the loss or damage failing which the same will be
recovered from his dues as in case of hire charges.
(m) On the breach of any terms or conditions of this agreement by the hirer the Deputy Director -
shall be entitled to demand the return of tools and plants and the hirer shall return the tools
and plants within 72 hours from the date of receipt of such order in writing .In case of failure
on the part of the hirer to comply with such order he shall be liable to pay such penalty as
may be imposed by the Deputy Director for the period the tools and plant are detained
provided that the maximum penalty shall not exceed the cost replacement of the tools and
plants

(n) In case of any disputes between the hirer and the Government, the decision of the Deputy
Director, Nandankanan Zoological Park shall be final.
(o) This agreement shall be operated by the Deputy Director on behalf of the Government and
the term Deputy Director shall include all officers duly authorized by him to exercise powers
on his behalf.
THE SCHEDULE
Serial No. Description and Name of the No. Amount of hire per Remarks
articles hour. .
.

In witness where of the hirer and the Deputy Director has for and on behalf of
the Governor of the State has set their respective hand, the day and the year here in above
written.
Signed by:
1. 2.
Signed sealed and delivered in the presence of
1. 2.
116. The agency will be responsible for traffic management and maintenance of the stretch of
the road (for which the tender has been invited) at his own cost during the period of
execution.
117. Even qualified criteria are met, the bidders can be disqualified for the following reasons, if
enquired by the Department
(a) Making a false statement or declaration.
(b) Past record of poor performance.
(c) Past record of abandoning the work half way/ recession of contract.
(d) Past record of in-ordinate delay in completion of the work.
(e) Past history of litigation.
118. The information furnished must be sufficient to show that the applicant is capable in all
respects to successfully complete the envisaged work.

119. In case the 1st lowest tenderer or even the next lowest tenderers withdraw in series one
by one, thereby facilitating a particular tender for award, then they shall be penalized
with adequate disincentives with forfeiture of EMD unless adequate justification for such
back out is furnished. Appropriate action for black listing the tenderers shall also be
taken apart from disincentivizing the tenderer.
120. ADDENDUM TO THE CONDITION OF P1CONTRACT
Clause-2 (a) of P-1 Contract: -TIME CONTROL (Vide Works Department Office
Memorandum No.24716 dt.24.12.2005 and No.8310 dt.17.05.2006): -
2.1. Progress of work and Re-schedule in a programme.
2.1.1. The Deputy Director, Nandankanan Zoological Park /Deputy Director shall issue the
letter of acceptance to the successful contractor. The issue of the letter of acceptance
shall be treated as closure of the Bid process and commencement of the contract.
2.1.2. As per amendment to Para-3.5.18 Note-VIII of O.P.W.D. Code Volume-I, before
acceptance of the tender. The successful bidder will be required to submit a work
programme and Milestone basing on the financial achievement so as to complete the
work within the stipulated time and in case of failure on part of the agency to achieve the
Milestone Liquidated damages will be imposed.
2.1.3. To ensure good progress during the execution of the work the contractors shall be
bound in all cases in which the time allowed for any work exceeds one month to
complete, 1/4th of the whole time allowed under the contract has elapsed, ½ of the whole
of the work before ½ of the whole time allowed under the contract has elapsed, 3/4th of
the whole of the work before 3/4th of the whole time allowed under the contract has
elapsed.
2.1.4. If at any time it should appear to the Deputy Director that the actual process of the work
does not conform to the programme to which consent has been given the Contractor
shall produce, at the request of the Deputy Director a revised programme showing the
modifications to such programme necessary to ensure completion of the works within
the time for completion. If the contractor does not submit an updated Programme within
this period, the Deputy Director may withhold the amount of 1% of the contract value
from the next payment certificate and continue to withhold this amount until the next
payment after the date on which the overdue Programme has been submitted.
2.1.5. An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining work including any changes to the sequence of the activities.
2.1.6. The Deputy Director approval of the Programme shall not alter the Contractor’s
obligations. The Contractor may revise the Programme and submit it to the Deputy
Director again at any time. A revised Programme is to show the effect of Variations and
Compensation Events.
2.2. Extension of the Completion Date.
2.2.1 The time allowed for execution of the works as specified in the Contract data shall be the
essence of the Contract. The execution of the works shall commence from the 15th day
or such time period as mentioned in letter of Award after the date on which the Deputy
Director issues written orders to commence the work or from the date of handing over of
the site whichever is later. If the Contractor commits default in commencing the
execution of the work as aforesaid, Government shall without prejudice to any other right
or remedy available in law, be at liberty to forfeit the earnest money & performance
guarantee / Security deposit absolutely.

2.2.2 As soon as possible after the Contract is concluded the Contractor shall submit the Time
& Progress Chart for each milestone and get it approved by the Department. The Chart
shall be prepared in direct relation to the time stated in the Contract documents for
completion of items of the works. It shall indicate the forecast of the dates of
commencement and completion of various trades of sections of the work and may be
amended as necessary by agreement between the Deputy Director and the Contractor
within the limitations of time imposed in the contract documents, and further to ensure
good progress during the execution of the work, the contractor shall in all cases in which
the time allowed for any work, exceeds one month (save for special jobs for which a
separate programme has been agreed upon) complete the work as per milestone given
in contract data.
2.2.3 In case of delay occurred due to any of the reasons mentioned below, the Contractor
shall immediately give notice thereof in writing to the Deputy Director but shall
nevertheless use constantly his best endeavors to prevent or make good the delay and
shall do all that may be reasonably required to the satisfaction of the Deputy Director to
proceed with the works.
2.2.3.1 Force majeure, or
2.2.3.2 Abnormally bad weather, or
2.2.3.3 Serious loss or damage by fire, or
2.2.3.4 Civil commotion, local commotion of workmen, strike or lockout affecting
any of the trades employed on the work, or.
2.2.3.5 Delay on the part of other contractors or tradesmen engaged by Deputy
Director in executing work not forming part of the Contract.
2.2.3.6 In case a Variation is issued which makes it impossible for Completion to be
achieved by the Intended Completion Date without the Contractor taking
steps to accelerate the remaining work and which would cause the
Contractor to incur additional cost, or
2.2.3.7 Any other cause, which, in the absolute discretion of the authority
mentioned, in Contract data is beyond the Contractors control.
2.2.4 Request for reschedule and extension of time, to be eligible for consideration, shall be
made by the Contractor in writing within fourteen days of the happening of the event
causing delay. The Contractor may also, if practicable, indicate in such a request the
period for which extension is desired.
2.2.5 In any such case a fair and reasonable extension of time for completion of work may be
given. Such extension shall be communicated to the Contractor by the Deputy Director
in writing, within 3 months of the date of receipt of such request. Non-application by the
contractor for extension of time shall not be a bar for giving a fair and reasonable
extension by the Deputy Director and this shall be binding on the contractor.

2.3. Compensation for Delay.


2.3.1. If the contractor fails to maintain the required progress in terms of clause 2 of P-1 Contract or to
complete the work and clear the site on or before the contract or extended date of completion, he
shall, without prejudice to any other right or remedy available under the law to the Government on
account of such breach, pay as agreed compensation the amount calculated at the rates stipulated
below as the Deputy Director , Nandankanan Zoological Park (whose decision in writing shall be
final and binding) may decide on the amount of tendered value of the work for every completed
day / month (as applicable) that the progress remains below that specified in Clause 2 of P-1
Contract or that the work remains incomplete.
This will also apply to items or group of items for which a separate period of completion has been
specified.
Compensation @ 1.5% per month for delay of work, delay to be completed on per Day basis.
Provided always that the total amount of compensation for delay to be paid under this condition
shall not exceed 10% of the Tendered Value of work.
The amount of compensation may be adjusted or set-off against any sum payable to the Contractor
under this or any other contract with the Government. In case, the contractor does not achieve a
particular milestone mentioned in contract data, (which is in this case the original work programme
furnished by the Contractor and approved by the Deputy Director which formed a part of
agreement) or the rescheduled milestone(s) in terms of Clause 2.5 of P-1 Contract, the amount
shown against that milestone shall be withheld, to be adjusted against the compensation levied at
the final grant of extension of time. Withholding of this amount on failure to achieve a milestone,
shall be automatic without any notice to the contractor. However, if the contractor catches up with
the progress of work on the subsequent milestone(s), the withheld amount shall be released. In
case the contractor fails to make up for the delay in subsequent
Milestone (s), amount mentioned against each milestone missed subsequently also shall be withheld.
However, no interest whatsoever shall be payable on such withheld amount.
2.4. Management Meetings.
2.4.1 .Either the Engineer or the Contractor may require the other to attend a management meeting. The
business of a management meeting shall be to review the plans for remaining work and to deal
with matters raised in accordance with the early warning procedure.
2.4.2 The Engineer shall record the business of management meetings and is to provide copies of his
record to those attending the meeting and to the Employer. The responsibility of the parties for
actions to be taken to be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.
Clause-2 (b) Item Rate P-1 Agreement: - Rescission of Contract (Amendment as per letter No.10639
dt.27.05.2005 of Works Department, Odisha): -
To rescind the contract (of which rescission notice in writing to the contractor under the hand of the
Executive Engineer shall be conclusive evidence), 20% of the value of left-over work will be
realized from the contractor as penalty.
119. A contractor may be black listed as per amendment made to Appendix XXXIV to OPWD Code
Vol.-II on rules for black listings of Contractors vide letter no.3365 dt.01.03.2007 of Works
Department, Odisha.
As per said amendment a Contractor may be blacklisted
a. Misbehavior/threatening of Departmental & supervisory officers during execution of work/tendering
process.
b. Involvement in any sort of tender fixing.
c. Constant non-achievement of milestones on insufficient and imaginary grounds and non-adherence
to quality specifications despite being pointed out.
d. Persistent and intentional violation of important conditions of contract.
e. Security consideration of the State i.e. any action that jeopardizes the security of the State.
f. Submission of false/ fabricated / forged documents for consideration of a tenderer.
g. Keeping Business Relationship with a fraud Company in any manner that affects the contract
executed with Government or Government agency as per Works Department Office Memorandum
No.10496 dtd.12.07.2018.
120. ELIGIBLE CRITERIA: - To be eligible for qualification, applicants shall furnish the followings.
a. Required Cost of Bid document as per Clause No.04. The proof of payment of cost of
bid document must be uploaded with the tender documents.
b. Bid Security (EMD) Amount as per clause -06.
c. Scanned Copy of valid Contractor’s Registration Certificate, GST Registration
certificate, GSTIN, PAN card along with the tender documents as per ClauseNo.07.
d. Information in scanned copy regarding current litigation, debarring / expelling of the
applicant or abandonment of work by the applicant in schedule “E” and affidavit to
that effect including authentication of tender documents in schedule “F” as
per clause-11.
e. No relation Certificate in Schedule – A
f. Submission of documents as prescribed in the relevant clause of DTCN.
g. EPF registration copy.
h. ESI registration copy
i. Labour license, fabrication license
j. Bidder/ Firm should furnish list of similar works executed during last Three
financial years stating the Agreement No., date of commencement and
completion, actual date of completion duly certified by the employer.
I. Three similar completed works costing not less than the
amount equal to 40% of the value of work put to tender in last
Three years Or

II. Two similar completed works costing not less than the
amount equal to 50% of the value of work put to tender in last
Three years Or

III. One similar completed work costing not less than the amount
equal to 80% of the value of work put to tender in last Three
years.

For the definition of similar works means experience in construction of structures i.e
Similar structure like public Buildings, steel fabrication works, Landscaping work. The
certificate to that effect has to be obtained from an officer not below the rank of
Executive Engineer concerned with the work under report. Schedule D & Schedule E

k. AnnualTurnovers: Bidder/ Firm should have average annual financial turnover of not
less than 40% of the value of work put to tender in any one year in civil construction
works during last Three Financial years and the Turn over need to be certified by a
registered Chartered Accountant with balance sheet.

The bidder who meets the above minimum eligible criteria shall be qualified.
Total: - 120 (One hundred twenty) clauses only.
Special Condition:
 All reinforcement steel and structural steel shall be procured from primary producers
of steel- SAIL/RINL/TATA/JINDAL STEEL
In case of exigency, other brands (primary producers) of steel may be used with proper
justification and prior approval of competent authority satisfying the tests as required by
BIS’s Code.
The Cement of the companies having their own manufacturing units in the State of
Odisha is to be used in all works.

N.B. If any doubt or clarification sought for may be contacted through


e-mail-ID: [email protected]
LISTOFMAKESFORMAJORITEMSOFLEADINGMANUFACTURERS
FOR CIVIL,PLUMBING AND SANITARYWORKS
Sl Description Approved Makes
no
1 Sanitary ware(Vitreous Parry ware/CERA/Jaguar
China) /Somany
2 Seat Covers Parry ware, Hind ware, CERA/
Somany
3 CP Fittings Jaquar/King stone/CERA/Somany

4 CP Brass Accessories Jaquar/CERA/Somany

5 Stainless Steel Sink Neelkanth/AMC/Jayna/Prince/Venus/


Racold/CERA/Somany or Equivalent
6 GI Pipes Tata/Jindal (Hissar)/RK/Somany

7 GI Fittings UNIK/RBrands/KS/Zoloto-M/Sun/Somany or Equivalent

8 Ballvalves Zoloto/AM/Leader/CERA/Somany or Equivalent

9 Butterfly Valves Audco/Inter valve/Keystone/Venus/


KSB/CERA/Somany or Equivalent
10 Non-return valves Leader/Zoloto/Kirloskar/IVC/CERA/Somany
Gunmetal or CI
11 CI Pipes/ Fittings & RIF/Neco/Bengal Iron Works/Somany or Equivalent
Manhole covers
12 CI Pipes “Class-A” TISCO/Kesoram/Electro Steel/Somany or Equivalent

13 Stone ware Pipes/Traps Perfect/Burns/ISI Marked or Equivalent


14 UPVC pipes/fittings Supreme/Finolex/Polypack/Prince/Somany or Equivalent

15 Insulation UPT wiga/Lloyd’s India Ltd. or equivalent


16 SFRC Manhole KK Manholes / Moonlites / S K Precast /Concrete/Pragati Concrete or
Covers/Gratings Equivalent
17 RCC Pipes IHP/Akshay/ISI marked or Equivalent
18 Hand Drier KOPAL/Argah/U-Tech/AOS-Robo/CERA or Equivalent

19 Automatic Flushing AngashInternational/KOPAL/Waves CERA/Somany or Equivalent

20 Geyser Racold/CERA or Equivalent


21 PVC Storage Tank Sintex/Uniplast or equivalent
22 Flush valves Gem/Jagaur/Orient/CERA or Equivalent
23 (i) Cement ACC / BIRLA / J K / Ramco/ Coramandel / Ultra Tech/Dalmia DSP/ JSW
(ii) White Cement
24 TMT Steel SAIL/TATA/RINL/TISCO/JSW/ESSAR
/BMM/Bhuwalka/Agni/Indus/Kamdhenu
/Shyam steels/Sunvik / approved /empanelled manufacturers by BIS / RDSO/
JSW Steel Ltd /Jindal Steel & Power Ltd. / Electro steels Ltd. /Shyam Steel
Industries Ltd./

25 Structural Steel SAIL/TATA/RINL/TISCO /Ispat/jindal


26 FlushDoors Duraboard/KitPly/MerinoPlyISIMarkedor

27 VitrifiedTiles Diamontile/MarboGranite/Granite/Naveen/Nitco/Kajaria/Ex
xaro/AGL/CERA/RAKor
Equivalent
28 StainlessSteel Jindal/SAIL/GoldenorEquivalent
29 AluminumSections Hindalco/Jindal/orequivalent
30 Glass(Toughened) SaintGobain/ModiFloat/AsahiFloator
Equivalent
31 PolycarbonateSheet Danpalon/Alcox/Polygalorequivalent
32 InterlockingCementConcrete HindustanTiles/NimcoPrefab/KKManholes/
Precastpaverblocks ASTTRAorEquivalent
33 HDPEWaterSupplyPipes Duraline/Oriplast/Hallmark/Pioneer/Somany/

34 Gunmetalgatevalves,Non Leader/ZolotoorEquivalent
Returnvalves
35 Paint/Primer/Oilbound 1stQualitypaintsofAsian/Berger/Nerolac/ICI
distemper/Acrylicpaint /Acropaints/HindconChemicalsorequivalent
36 CeramicTiles(Forwalls& Kajaria/Somany/Orient/Bell/Johnson/
Floors) Naveen/CERA/RAKorequivalent
37 Anodized Aluminiumfittingsfor Crown/ALANS/Classic/Bharat/Argentor
Doors/windows Equivalent
38 MildSteelButtHinges/Piano Jolly/Garg/AMIT/ASI/Supremeorequivalent
Hinges
39 Pre-laminatedparticle board – Novopan/Merino/Anchorjam/BhutanBoardor
Exteriorgrade Equivalent
40 WaterproofCementPaint Snowcem/AsianPaints/Berger/Permaor
Equivalent
41 ReadyMixConcrete ACC/L&T/AHLCON/JKCement/Unitech/
Grasim/Birla/RMC/UltratechorEquivalent
42 BlackBoard/Ply PhenolbondedboardsofMerino/Duro/Samrat
/KitPlyo equivalent
43 Firecumsmokecheckdoors Navair/adhunikorEquivalent
44 NutsBolts/Screws Kundan/Puja/AtulorEquivalent
47 ExteriorgradeAcrylic ServíanWilliums,
AsianPaints/Nerolac/Berger/ICIHindconChemicals

48 Texturespaint RennovaorEquivalent
50 CPVCPipes Astral/Ashirwad/Finolex/Supreme/Somany
Orequivalent
51 Asbestossheets Everest/Supreme/Vishaka/Finolexor
Equivalent
52 Pre- Karthik/Vishal/TATA/ACETech/Shankar/
coatedgalvanizediron/steelsheetb Vishakha/SagittariusProfilesPvt.Ltd./ArchRooforequival
enttoprofile ent
53 Pre-paintedsteelwindows NCLSecular,ElixirMetFormPvt.Ltd./or
Equivalent
45 PerquetFloor Nemo/PrimaPergoorEquivalent
46 MineralFiberCeiling Lloyd/Nittobo/ArmstrongorEquivalent
47 ExteriorgradeAcrylic ServíanWilliums,
AsianPaints/Nerolac/Berger/ICIHindconChemicalsorEquiv
alent
48 Texturespaint RennovaorEquivalent
50 CPVCPipes Astral/Ashirwad/Finolex/Supreme/Somany
Orequivalent
51 Asbestossheets Everest/Supreme/Vishaka/FinolexorEquivalent

52 Pre- Karthik/Vishal/TATA/ACETech/Shankar/
coatedgalvanizediron/steelsheetb Vishakha/SagittariusProfilesPvt.Ltd./ArchRooforequival
enttoprofile ent
53 Pre-paintedsteelwindows NCLSecular,ElixirMetFormPvt.Ltd./or
Equivalent
LIST OF APPROVED MAKE FOR ELECTRICAL WORKS

Description ApprovedMakes

1 FRLS Wires (PVC Polycab/Havells/Wincap/Finolex/Anchor


Insulated,Sheathedmultistrand
copperwire)
2 AluminumarmoredXLPECable Havells/Glostar/Universal/Nicco/Polycab
/Gemscab
3 Modularswitches, S o c k e t s & Anchor/MK/ABB/HavellsorEquivalent
FanRegulators(ISIMarked)
4 LightFixtures Philips/Bajaj/CromptonGreaves/Havells
5 DataCable/Datasocket D-Link
6 Pre- L&T/ABB/Havells/IndoAsian
wiredMCBDB/MiniatureCircuitBre
aker/MCBs/ELCB/
RCCB/Isolators
7 Switchfuseunits,Changeover ABB/Havells/Standard/HPL/C&S/L&T
switches
8 ACCeilingFan/WallMounting CromptonGreaves/Usha/Havells/Bajaj
fan OrEquivalent
9 MCCB’s/ACB’s ABB/Schneider/Legrand/C&S/L&T
10 TelephoneCable Delton/Finolex/Kothari

11 RigidPVCConduit/Flexible/PVCC VIP/Universal/Avonplast/SudhakarPipes
onduit /Nandi
12 Buzzer/Bell Bajaj/Anchor/Getco/Cona
13 ExhaustFan Almonard/Bajaj/Havells/Polar
14 GIPipes TATA/Jindal(Hissar)/RK
15 6AMPsceilingRose,Holder,Adopt Lisha/Cona/ELEE/GM/Anchor
er,NormalPianotypeswitches,soc
kets,BellPush,Sockets,Pintops,U
niversalsocket, DP Switches,
SteppedRegulators, Bell
SCHEDULE-A

Tenderers are required to submit the information in the following Schedules

CERTIFICATE OF NO RELATIONSHIP

I/We hereby certify that I/We* am/are* related / not related (*) to any officer of Forest Department of
the rank of Deputy Director & above and any officer of the rank of Under Secretary and above of the Forest
Department, Govt. of Odisha I/We* am/are* aware that, if the facts subsequently proved to be false, my/our*
contract will be rescinded with forfeiture of E.M.D and security deposit and I/We* shall be liable to make good
the loss or damage resulting from such cancellation.

(*) - Strike out which is not applicable Signature of the Tenderer


Date: -

SCHEUDLE –C
LIST OF PLANT AND EQUIPMENTS TO BE DEPLOYED ON THE CONTACRT WORK
(MINIMUM REQUIREMENT)

Sl. No. List of plants and equipments Requirement Marks


1 Truck/Tipper 2 Nos 20
2 Concrete Mixture 2 Nos 20

3 Generator 1 Nos 10

4 Plate Vibrator 2 Nos 10

5 Needle Vibrator 3 Nos 15

6 Centering & shuttering materials. 500Sqm 15


7 Water Tanker 1No. 10

Total 100
Pass Mark = 80 (Non securing of pass mark will be liable for rejection of tender)
NOTE :

1. Capacity of each plant and equipment should be as per specification attached separately.
2. The above equipment should either be owned or availed on long-term lease extended beyond the duration of
the work, the authority of which in either case is to be substantiated before award of the work.
3. The equipment mentioned above must be included in Schedule “C” and clearly indicated as “Owned/leased.”
4. Apart from the above list, all other machinery/equipment as will be required for satisfactory completion of the
work shall have to be deployed by the agency.
5. For deploying additional sophisticated machinery by the agency for completion of the work, no claim shall be
entertained.

Signature of Tenderer
SCHEUDLE –D
CERTIFICATE OF LIST WORKS EXECUTED

I/We do hereby certify that the following works have been executed by me/us in the past.

Sl Particulars of work Value of work Name of Period of Whether the Remarks


No. already executed executed/ In Department commencement work was
progress under which & completion. completed in
the works were stipulated
executed period.
1 2 3 4 5 6 7

Signature of the tenderer

Date.

SCHEDULE – E

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING EXPELLING OF


TENDERED OR ABANDONMENT OF WORK BY THE TENDERER

1. a) Is the tenderer currently involved Yes / No


in any litigation relating to the works.
b) If yes: give details:
2. a) Has the tenderer or any of its Yes / No
constituent partners been debarred/
expelled by any agency in India
during the last 5 years.
3. a) Has the tenderer or any of its Yes / No
constituent partners failed to
perform on any contract work in
India during the last 5 years.
b) If yes, give details:
Signature of the tenderer
Note:
If any information in this schedule is found to be incorrect or concealed, qualification application will
summarily be rejected.
SCHEDULE – F
AFFIDAVIT
(To be furnished in original in legal stamp paper)

1. The undersigned do hereby certify that all the statements made in the required attachments are true and
correct.
2. The undersigned also hereby certifies that neither my / our firm / company / individuals ___________
_________________________________________________________ nor any of its constituent
partners have abandoned any road/ bridge/Irrigation /Buildings or other project work in India nor any
contract awarded to us for such works have been rescinded during the last five years prior to the date of
this bid.
3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or Corporation to furnish
pertinent information as deemed necessary and as requested by the Department to verify this statement
or regarding my (our) competency and general reputation.
4. The undersigned understands and agrees that further qualifying information may be requested and
agree to furnish any such information at the request of the Department.
(Signature of Tenderer)

Title of Officer

Name of Firm

Date.
SCHEDULE – H

BIDDER CONTACT ADDRESS

1. Name:

2. Address:

3. e-mail ID:

4. Telephone No.:

5. Mobile No:

Signature of the bidder

Total :-50 (Fifty) pages only APPROVED for 50 (Fifty) pages .

Deputy Director,
Nandankanan Zoological Park

Signature Not Verified


Digitally signed by RASHMI RANJAN
SWAIN
Date: 2024.03.24 12:21:36 IST
Location: Odisha-OD

You might also like