NORTH DELHI MUNICIPAL CORPORATION
OFFICE OF THE EXECUTIVE ENGINEER (M)-II/RZ
F-2 BLOCK MANGOLPURI, OUTER RING ROAD, DELHI
NIT No.EE (M)-II/RZ/TC/2019-20/14 Dated: - 06.11.2019
NOTICE INVITING TENDER
Start date of sale/download of tender document : 06.11.19 from 5:00 P.M.
Last date tender Document online Submission : 19.11.19 upto 02:00 P.M.
Opening of financial Bid : 19.11.19 upto 02:15 P.M.
FOR ONLINE TENDERING TIME TABLE PLEASE REFER http://www.tenderwizard.com/NORTHDMCETENDER
Sealed percentage rate/Item rate for tenders are invited for the execution of the following works by the NDMC from
approved and eligible contractor and will be received as per time table and will be opened at 02:15 P.M. onward on
19.11.2019 on website https://www.tenderwizard.com/NORTHDMCETENDER by EE(M)-II/RZ. The registered
contractors of MCD only are eligible to tender for the amount they have registered in their respective category
subject to the conditions that they are neither black listed nor debarred at the time of purchase of tenders.
Conditions contain in circular No. D/SE(QC)/2006/1571 dated 27/10/2006 and D/167 EE(P)III/06 dated 10/12/2006,
D/EE(P)-III/27/2006-07 dated 20/06/2006 regarding Amendment to be attached with general conditions of
contractor for North DMC works and Amendment to General Condition of Contract clause 10 CA vide letter no. D-
08/EE(P)-III/NDMC/2012-13 dt. 27.11.2012 will also be followed strictly and all other circular issued time to time by
MCD/ North DMC in respect of Tendering shall be followed.
EMD and Tenders cost to pay through online mode only. You can opt for Challan no. in mode of payment
for paying form fee details through E-Payment/NEFT/RTGS.
The following conditions shall also apply:-
i. Quality assurance/ Audit of works by the approved testing organization as per North Delhi Municipal
Corporation resolution No. 573 dated 13.03.03 will be carried out and decision of the same will be
applicable on the contractor.
ii. The contractor himself as per terms & conditions of the department if any will arrange Cement, Steel &
bitumen. The contractor should have a valid GST Number. Contractor shall be responsible for correctness /
genuineness of all the documents what so ever submitted by him.
iii. If the rate quoted by the lowest tenderer is found abnormally low the payment to the contractor for the
work shall only be made after inspection by the Quality Control Cell at different stages and these findings
shall be final and binding on the contractor. All the testing charges from the independent laboratory shall
be borne by the contractor. In case, the lowest contractor fails to commence/ complete the work within
the stipulated period, the contractor shall be liable for disciplinary action as per the provision of the
enlistment rule/ instruction issued from time to time.
iv. Cess @1.00% will be deducted from the contractor on the total cost of work order. The Cess so collected
shall be remitted to ‘Delhi Building and Other Construction Welfare Board’. (As per circular No. D-
471/EE(P)III dated 22.02.06).
v. In case of RMC work the submission of computerized delivery challan is Mandatory.
vi. The contractor shall procure 43 grade ordinary Portland cement conforming to IS 8112/Portland Pozzolana
Cement conforming to IS: 1489 (Part-I), as required in the work, from reputed manufacturers of cement
such as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee cement, Century cement & J.K. Cement or
from any other reputed cement manufacturer having a production capacity not less than one million
tonnes per annum as approved by Engineer-in-Charge. The tenderers may also submit a list of cement
manufacturers which they propose to use in the work. The tender accepting authority reserves right to
accept or reject name(s) of cement manufacturer(s) which the tenderer proposed to use in the work. No
change in the tendered rates will be accepted if the tender accepting authority does not accept the list of
cement manufacturers, given by the tenderer, fully or partially. The supply of cement arranged by the
contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provision of
relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not
conform to the relevant BIS codes, the same shall stand rejected, and it shall be removed from the site by
the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so.
vii. Amendment to General Condition of Contract Clause 36 vide letter No. D-08/EE(P)III/ NDMC/2014-15 dt.
06.05.14 will also be followed strictly.
viii. Circular No. D/4 /EE/ (P)-III/06 dated 7.3.06 regarding security deposit and Circular No. D/398 /EE (P)-III
dated 17.6.05 regarding earnest money will be applicable. Circular No. D/SE (QC)/2006 / 1571 dated
27.10.06 regarding the quality assurance of work, circular No. SE(QC)/06-07/d-2816 & 2817 dated 20.2.07
regarding addition of due weightage in justification of rates, circular No. D/ EE P)-III/27/ 2006-07 dated
19.5.06 regarding payment of bills to the contractors and office order No. D-167/ EE(P)-III/ 06-07 dated
11.12.06 regarding deletion of arbitration clause from general condition of contract shall be followed and
applicable.
ix. The payment to the contractor shall be released only after the bed level for each drain is achieved. In case,
the contractor fails to achieve the bed level, no payment shall be made for the part work done by him. The
contractor will have to make video-film and still photographs of desilting of drains before the start of the
works, during the progress of the works and on the completion of the works on day-to day basis.
x. Order No. Addl.I.C./Contract Workers/Lab./2016/215 dated 03/05/2016 and O.O. No. 5454 dated
07.03.2014 all contractors were directed to ensure payment of wages to their workers through cheque /
ECS and also to upload the information about workers on their website and in case the contractor does not
have his own website in that case the requisite information be uploaded on the website of the Principal
Employer will also be followed strictly.
xi. Circular No. D-22/EE(P)-III/NDMC/2014-15 dt. 10.06.2014 regarding Implementation of various protection
clauses available in the General Term and Conditions will be applicable.
xii. It is imperative upon the part of the contractor to ensure that one meter space around each and every tree
be left as open space so that there should not be any impediment towards the percolation of water which
is of utmost necessity towards the growth of the trees and if the contractor does not abide the same and if
any tree is damaged due to the work undertaken by the contractor, he shall be penalized for the same.
xiii. As per circular No. ENC/NDMC/2017-18/D-155 dated 10.07.2017 regarding release of security without
finalization of bills/works completed under clause 17 and clause 45.
xiv. The warranty of maintenance period of roads/ streets should be at least 5 years from the date of
completion of work. (Only under Head of A/c: XL-VIII-S (d).
Bitumen shall confirm to grade and quality as specified in the nomenclature of items. Bitumen required for
works shall be purchased and brought at site, by the contractor from approved manufacturer and stored properly.
The contractor shall be required to submit the following document: -
i) Photo copy of the invoice in duplicate from the manufacturer as a proof of procurement of fresh bitumen.
ii) The name of the work shall be written by the contractor on the photocopy of invoice. The photocopy will be
self-attested by the contractor certifying that this is a true copy of original invoice. This attestation will be
done by the contractor in the presence of the Engineer –in-charge or Divisional Accountant.
iii) Copy of the invoice, self-attested by the contractor will be given to Engineer- in-charge at site and other to
Divisional Accountant.
Note: - In reference of Circular No. D/280/EE(P)-III/2011 dated 11/04/2011 for procurement of Cement and steel by
the Contractors and Circular No. D/EE(P)-II/2012-13/11 dated 15.06.2012 for Clause 10CA will be initiated.
Additional Conditions issued vide Circular No. D-09/EE (P) III/North DMC/2015-16 dated 09.6.2015 are to be
incorporated in the condition of contract.
i. In reference to the Court Matter “Hon’ble NGT order in the matter of Vardhman V/s UOI & Ors., OA No.
21/2014 and order of Hon’ble National Green Tribunal, the following conditions are to be incorporated in
the matter tender conditions for the construction work to be executed under the jurisdiction of North Delhi
Municipal Corporation with immediate effect.
ii. Every Contractor shall put tarpaulin on scaffolding around the area of construction and the building. No
person including Contractor can be permitted to store any construction material particularly sand on any
part of the street, roads in any colony.
iii. The construction material of any kind that is stored in the site will be fully covered in all respects so that it
does not disperse in the Air in any form.
iv. All the constructions material and debris shall be carried in the trucks or other vehicles which are fully
covered and protected so as to ensure that the construction debris or the construction material does not
get dispersed into the air or atmosphere in any form whatsoever.
v. The dust emissions from the construction site should be completely controlled and all precautions taken in
that behalf.
vi. The vehicles carrying construction material and constructions debris of any kind should be cleaned before it
is permitted to ply on the road after unloading of such material.
vii. Every worker working on the construction site and involved in loading, unloading and carrying of
construction material and construction debris shall be provided with mask to prevent inhalation of dust
particles.
viii. Every Contractor and or building shall be under obligation to provide all medical help. Investigation and
treatment to the workers involved in the construction of building an carry of construction material and
debris relatable to dust emission.
ix. Compulsory use of wet jet in grinding and stone cutting.
x. Wind breaking walls around construction site.
In reference to office order No. D-18/EE(O)-III/North DMC/2018-19 dated 19.11.2018: -
1. The Steel Manufacturers such as Sail, TATA Steel Ltd., RINL, Jindal Steel & Power Ltd., JSW steel Ltd. &
Shyam Steel Industries Limited or their authorized dealers having valid BIS license for IS: 1786-2008
(Amendment-1 November 2012).
2. (a) The steel manufactures or their authorized dealers (as per following selection criteria) having valid BIS
license for IS: 1786-2008 (Amendment-1 November 2012).
i. Excellent ductility, bend ability and elongation of finished product due to possible refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have not brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per IS: 1786-2008.
(b) Selection Criteria of steel manufacturers
The supply of reinforcement steel for all North DMC works should have following selection criteria of steel
manufacturers: -
Steel producers of any capacity using iron ore/ processed iron ore as the basic raw material adopting
advanced refining technologies as given under: -
(i) DRI-EAF= Direct Reduced iron – Electric are furnace.
(ii) BF-BOF= Blast furnace – Basic oxygen furnace
(iii) COREX-BOF= COREX – Basic oxygen furnace
For production of liquid steel to finish product at single/ multiple locations with NABI, or any other Similarly
placed accrediting Government body which operates in accordance with ISO/IEC 17011 and accredits labs as
per ISO/ IEC 17027 confirming to IS: 1786 – 2008 (Amendment -1 November 2012).
Head of
S. Tender Earnest Time of Rates hold Tender Account/
Name of Work /F.T.C. No.
No. Amount Money Completion goods for Cost Consent
Date
Providing and Laying of RMC from H.
No. 530 to 529, PNB Bank to D-737
and Connecting lane New Basti
2 5 XL-VIII-S
1 Nangloi in Ward No. C-49N/RZ in 625747 12550 500
Months Months (d)
Nangloi Jat.
019/066/XL/VIII-S (d)/MLC-032
EE(M-II)/RZ/2019-20/14/01
Imp. Dev. of park by pdg. Brick Work,
Marble Wash etc. near E-2/301 in
3 5
2 Ward No. 48N, Sultanpuri, RZ. 267642 5400 500 89/1157
Months Months
019/066/89/1157/NR-754
EE(M-II)/RZ/2019-20/14/02
Imp. & Dev. of Drain by pdg. B/W, RCC
Plaster etc. from F-3/288 to F-1/1 in
3 5 XL-VIII-S
3 Ward No. 48N, Sultanpuri, RZ. 790336 15850 500
Months Months (d)
019/066/XL/VIII-S (d)/MLC-503
EE(M-II)/RZ/2019-20/14/03
Construction of Urinal Block Opp.
H.No. RZ-20/A, H.No. RZB-1 and RZA-2
on 50 Futa Road with Flood Drain in 2 5
4. 415073 8350 500 XL-VIII-S
Nihal Vihar in Ward No. C-51/RZ. Months Months
019/066/XL/VIII-S/MLC-503
EE(M-II)/RZ/2019-20/14/04
Imp. Dev. of culverts at Misc.
Locations near Hind Vihar in Agar
2 5
5 Nagar in W-44N, Mubarakpur, RZ. 403821 8100 500 89/1157
Months Months
019/066/89/1157/NC-503
EE(M-II)/RZ/2019-20/14/05
Providing and Fixing of Name Board
Made of MS Sheet at Misc Locations in
2 5
6 Ward No. 44N, Mubarakpur Dabas, RZ. 405483 8150 500 89/1157
Months Months
019/066/89/1157/NC-032
EE(M-II)/RZ/2019-20/14/06
Providing and Fixing of RCC Benches at
Various Locations in Ward No. 44N,
2 5
7 Mubarakpur Dabas, RZ. 277580 5600 500 89/1157
Months Months
019/066/89/1157/NR-032
EE(M-II)/RZ/2019-20/14/07
Supply of various materials such as
Brick, Precast RCC Slab, Stone
Aggregate 10mm & Coarse Sand and
Synthetic Enamel Paint at JE Store in ITEM 2 5
8 12500 500 89/1157
Ward No. C-44N, Mubarakpur Dabas, RATE Months Months
RZ.
019/066/89/1157/NC-863
EE(M-II)/RZ/2019-20/14/08
Engagement of JCB Loader for
Removing water logging and removal
of malba in Ward No. 44N, ITEM 5
9. 7200 30 days 500 89/1157
Mubarakpur Dabas in RZ. RATE Months
019/066/89/1157/NR-863
EE(M-II)/RZ/2019-20/14/09
Improvement of existing drainage
system at Pratap Vihar Part-I in Ward
2 5
10. No. 41N, Aman Vihar/RZ. 408876 8200 500 89/1157
Months Months
019/066/89/1157/NC-503
EE(M-II)/RZ/2019-20/14/10
Improvement of existing drainage
system at Pratap Vihar, Part-II in Ward
2 5
11. No. 41N, Aman Vihar, RZ. 409471 8200 500 89/1157
Months Months
019/066/89/ 1157/ NC-503
EE(M-II)/RZ/2019-20/14/11
Supply of various materials such as
Brick, Precast RCC Slab, Stone
Aggregate 10mm, Coarse Sand and
ITEM 2 5
12. Synthetic Enamel Paint at JE Store in 11900 500 89/1157
RATE Months Months
Ward No. 41N, Aman Vihar in RZ.
019/066/89/1157/NC-863
EE(M-II)/RZ/2019-20/14/12
Improvement of existing drainage
system at Misc. locations in Ward No.
2 5
13. 42N, Kirari Suleman Nagar, RZ. 409833 8200 500 89/1157
Months Months
019/066/89/1157/ NC-503
EE(M-II)/RZ/2019-20/14/13
Supply of various materials such as
Brick, Precast RCC Slab, Stone
Aggregate 10mm, Coarse Sand and
Synthetic Enamel Paint at JE Store in ITEM 2 5
14. 9550 500 89/1157
Ward No. C-42N, Kirari Suleman Nagar RATE Months Months
in RZ.
019/066/89/1157/ NC-863
EE(M-II)/RZ/2019-20/14/14
Improvement of drainage system at jai
Narayan Mishra House to Ashok
Kumar House in Gaurav Nagar, Anand
2 5
15. Nagar, Kirari in Ward No. 42N, Kirari 207226 4150 500 89/1157
Months Months
Suleman Nagar, RZ.
019/066/89/1157/NR-503
EE(M-II)/RZ/2019-20/14/15
Repair of one side drain from House
No. RZQ-186 to RZQ-111 in Nihal Vihar
2 5
16. Ward No. 51N/RZ. 400975 8050 500 89/1157
Months Months
019/066/89/1157/ NC-503
EE(M-II)/RZ/2019-20/14/16
Repair of one side drain from H.No.
RZQ-111 to RZQ-113 in Nihal Vihar
2 5
17. Ward No. 51N/ RZ. 406202 8150 500 89/1157
Months Months
019/066/89/1157/ NC-503
EE(M-II)/RZ/2019-20/14/17
Repair of one side drain from H.No.
RZQ-110 to RZQ-150 in Nihal Vihar
2 5
18. Ward No. 51N/ RZ. 405631 8150 500 89/1157
Months Months
019/066/89/1157/ NC-503
EE(M-II)/RZ/2019-20/14/18
Providing and Fixing of Informatory
Boards and Slabs in Ward No. 51N
2 5
19. Nihal Vihar/ RZ. 409178 8200 500 89/1157
Months Months
019/066/89/1157/ NC-032
EE(M-II)/RZ/2019-20/14/19
Providing and Fixing of Informatory
Board in Nihal Vihar in Ward No. C-
2 5
20. 51N/RZ. 405483 8150 500 89/1157
Months Months
019/066/89/1157/ NC-032
EE(M-II)/RZ/2019-20/14/20
Signage Boards at Mazri Road and
Dhruv Enclave (Opposite Sector-22)
2 5
21. Road in Ward No. 40, Nithari, RZ. 405352 8150 500 89/1157
Months Months
019/066/89/1157/NC-032
EE(M-II)/RZ/2019-20/14/21
Signage Boards at Budh Road and
Aggarwal Dharamshala Road (Main
Mubarakpur Road) in Ward No. 40, 2 5
22. 409711 8200 500 89/1157
Nithari, RZ. Months Months
019/066/89/1157/NC-032
EE(M-II)/RZ/2019-20/14/22
Signage Board at Baljit Vihar and
Vidyapati Nagar in Ward No. 40,
2 5
23. Nithari, RZ. 408910 8200 500 89/1157
Months Months
019/066/89/1157/NC-032
EE(M-II)/RZ/2019-20/14/23
Signage Board at Maszid Road and
Shani Bazar Road (Main Mubarakpur
2 5
24. Road) in Ward No. 40, Nithari, RZ. 408607 8200 500 89/1157
Months Months
019/066/89/1157/NC-032
EE(M-II)/RZ/2019-20/14/24
Imp. Dev. of parks by pdg. Steel Work,
Brick Work etc. in various Parks of F-1
to F-7 Block in Ward No. C-48N, 3 5
25. 410306 8250 500 89/1157
Sultanpuri, RZ. Months Months
019/066/89/1157/NC-754
EE(M-II)/RZ/2019-20/14/25
Imp and Dev. of lanes from H.No. F-
7/364 to 378, F-7/324 to 253 and
boundary wall in Sanjay Park near E-6 3 5
26. 406726 8150 500 89/1157
Block in Ward No. 48N, Sultanpuri, RZ. Months Months
019/066/89/1157/NC-754
EE(M-II)/RZ/2019-20/14/26
Supply of materials (Brick, Coarse
Sand, Stone Agg. 20mm n/s, Stone
Agg. 10mm n/s), Precast RCC Slab,
Manhole Cover with Frame and ITEM 3 5
27. 11850 500 89/1157
Synthetic Paint at JE Store in Ward No. RATE Months Months
48N, Sultanpuri, RZ.
019/066/89/1157/NC-863
EE(M-II)/RZ/2019-20/14/27
Executive Engineer
(M-II)-RZ
All Concerned and Notice Board