0% found this document useful (0 votes)
13 views45 pages

Nit 310

2 notice for tender

Uploaded by

seshu kvss1
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)
13 views45 pages

Nit 310

2 notice for tender

Uploaded by

seshu kvss1
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/ 45

TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.

2024

ASSAM PETRO-CHEMICALS LIMITED


NAMRUP

Tender Document

For

“Construction of new boundary wall’’ running parallel to


Dhodar Ali(APWD road) from Gate No-1 to towards Sonari
Tinali (Phase-I) at APL , Namrup”.
Tender No. APL/C&P/Civil/2024-25/310
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

ASSAM PETRO-CHEMICALS LIMITED


Contracts & Purchase Department
P.O. Parbatpur, Namrup – 786623 (Assam)

Ref.No. APL/C&P/ Civil/2024-25/310 Dated : 21/06/2024

NOTICE INVITING TENDER

Assam Petrochemicals Limited (APL) invites tenders from competent & experienced contractors
for the under mentioned job in Single stage Two bid system .

Tender Processing
Name of Work Earnest Money Fees

“Construction of new boundary wall’’ running parallel


to Dhodar Ali(APWD road) from Gate No-1 to towards ₹ 1,57,300.00 Rs 1570/-
Sonari Tinali (Phase-I) at APL , Namrup

BID DOCUMENT ISSUE From 10:00 Hrs on dt. 22/06/2024 up to 15:00 Hrs on dt.
PERIOD 11/07/2024
LAST DATE OF BID
Up to 15:00 Hrs on dt. 11/07/2024
SUBMISSION

BID OPENING DATE At 15:00 Hrs on dt. 12/07/2024


In e-tendering portal
BID SUBMISSION
https://assamtenders.gov.in/nicgep/app

AVAILABILITY OF TENDER 1. https://assamtenders.gov.in/nicgep/app


DOCUMENTS 2. www.assampetrochemicals.co.in

Sd/-
Managing Director
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

1. INTRODUCTION
Assam Petrochemicals Limited (APL) was set up to utilize the huge reserve of Natural
Gas in the Upper Assam oil fields and also to meet the requirement of increasing
national demand for Methanol and Formalin. Incorporated in 1971, the company was a
pioneer in the field as it was the first to manufacture petrochemicals in India using
natural gas as feedstock. Its Petrochemical plant was set up in Namrup, Dibrugarh Dist.
of Assam.
Assam Petro-Chemicals Ltd. is now implementing a mega project of 500 TPD Methanol
and 200 TPD Formaldehyde plant as an expansion project of the company at a total cost
of Rs. 1709 crores. The Hon’ble Prime Minister of India, Shri Narendra Modi virtually
dedicated the 500 TPD Methanol Plant of the Company in service to the Nation on
14.04.2023. Besides the project work of 200 TPD Formalin Plant in Boitamari of
Bongaigaon district is well in progress. Government of Assam, Oil India Limited and
Assam Gas Company Limited are investing in equity capital for implementation of 500
TPD Methanol and 200 TPD Formalin project. Government of Assam along with
Assam Gas Co. Ltd and AIDC Ltd. will hold 51% of shares and Oil India Ltd. will hold
49% of the equity capital of the company.

2. SCOPE OF THE WORK:

2.1. The scope of work shall comply/carry out construction of New boundary wall as
per work order/NIT/ Bid Document at APL premises
2.2. The Contractor’s scope of work shall cover furnishing all materials, handling of
material, equipment, plant, labour, transport, approach roads, tools and all other
services necessary for the complete execution of works, including all surveying and
setting out necessary for the works including transfer of levels from existing
available bench mark and clean-up of working areas after completion of the works.

2.3. The works are to be carried out at the location as directed by the Engineer-In-Charge for
proposed construction of New boundary wall as per work order/NIT/ Bid Document at
APL premises. The bidder may visit the site to get acquainted with the existing site
condition and to assess the amount of work before submission of the Bid. Contractor shall
bring out any variation in the details furnished in this document prior to submission of
bid. Any extra claim on account of any variation from the details furnished in this tender
document will not be entertained. Contractor shall understand the complete scope of
work as stipulated in the Bid Document.

2.4. The work shall consists of Earth work in excavation &filling, Soling work, P.C.C work, RCC
M20 grade concrete or 1:1½:3 , Centering and shuttering work , Brick work , cement
plastering.(1:4) , Structural steel work , Providing and fixing concertina coil fencing
work , reinforcement bars works ,Painting(prime coat & water proofing cement paint of
required shade) , Filling available excavated earth , Supplying and fixing of 20mm dia
medium class PVC conduit , necessary curing as per the work order/NIT/ Bid Document
and direction of the Engineer-in charge.

2.5. The bidders have to submit test report of construction material as desired by Engineer- In-
Charge.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

2.6. Any activity not specifically mentioned in the tender but necessary in the opinion of
engineer in charge of work must be carried out for successful completion of the job.

2.7. Some restrictions may be imposed by the Department for movement of vehicles,
materials, labourers and concerned contractor bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account or due to
less/reduced working hour etc.

2.8. At the time of handing over of completed work to the Department, make in good of all
the damages during removing of existing pipelines/structure(if any) by the contractor to
the satisfaction of the Engineer-In-Charge of the Department. Nothing extra shall be
payable to the contractor.

2.9. Any working space if required (in consultation with owner/concerned Department subject
to availability of land/space) for storing construction materials, equipment, tools and
tackles shall be arranged by contractor, at his own cost and time. All materials, tools and
tackles required for successful completion of the works shall be in the scope of contractor.

2.10. No electricity will be provided to the bidder if necessary, the bidder has make own
arrangement of electricity.

2.11. Contractor has to ensure that sufficient water is available at site for proper execution of
work at his own cost.

2.12. The bidders shall note that no deviations from the technical specifications or commercial
conditions with this bid are acceptable & it will be presumed that the bidder agrees
entirely with the specifications & general terms &conditions of the contract.

2.13. Unless otherwise specified in the schedule of quantities, the rate of all items of work shall
be considered as inclusive of pumping out or bailing out of water /stagnant water if
required for which no extra payment shall be made. This will include water encountered
from any source, such as rain, flood, high sub-soil water table, seepage whatsoever etc.

2.14. Contractor should make all arrangement for survey, levelling works etc and nothing shall
be payable on this account.

2.15. All works shall be carried out in accordance with the technical specifications of this
document and as directed by Engineer-In-Charge.

2.16. Contractor may store all construction materials, equipment, tools and tackles at suitable
area inside the construction site at his own risk and cost. It should be noted that said
construction materials, equipment, tools and tackles should not hinder the movement &
parking of Tankers. All the materials, tools and tackles required for successful completion
and installation of the works shall be in the scope of Contractor.

2.17. The Contractor is required to strictly follow all the rules and regulations of Government of
India and State of Assam and all local rules and bye-laws, etc.

2.18. The Contractor is required to strictly follow all the rules and regulations of Safety such as
to obtain day to day safety permit from concern dept. etc.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

2.19. Bidder shall provide necessary barricading while carrying out the construction works if
required.

2.20. The labour colony shall be provided by the Contractor outside the plot premises at his
own cost.

2.21. Construction power and Construction water shall be arranged by the contractor at his
own cost. If Contractor has to set up a DG (Diesel Generator); it has to be as per the Local
Statutory Norms.

2.22. Price shall be submitted for all items and the quoted price shall be firm. The price shall
include all materials, handling of material, plants, machineries and equipment, labour,
tools, & services, royalty, transport, supervision, but exclusive of GST.

2.23. As per the 3rd schedule of Govt. Notification vide Refn:


No.PEM.130/2021/40,dtd07/10/2021, Royalty may be imposed.

2.24. There is no free issue material to the contractor.

2.25. Contractor shall ensure local participation to the extent possible for execution of works.

2.26. Owner reserves the right to split the contract; however the rates/ prices shall remain
valid.

2.27. Handing over the site to the complete satisfaction of the Engineer-In-Charge/ Owner.

2.28. During the execution of the work if it is found that the work is not progressing as per the
Scheduled Progress Program, approved by the Corporation & planned by the Contractor,
due to the reasons attributable to the Contractor; suitable action shall be taken as per
relevant clauses mentioned in General Conditions of Contract.

2.29. The notice inviting tender, general instructions to the contractors & all documents of this
tender shall form part of the contract.

2.30. The Contractor shall prepare all required roads to execute various items of this Contract &
arrange all transport of materials & all such costs shall be taken care of while quoting the
rates. No extra payments shall be admissible towards such costs. On completion, this shall
be cleared if asked by APL at no extra cost.

2.31. The estimated contract value shall be subject to a variation as actual executed quantity of
any of the items of work might vary ± 25% from the estimated quantity as per practical
conditions encountered. However, irrespective of any variation in quantity of individual
items, the rates shall remain unaltered.

2.32. The Contractor shall take all requisite & necessary care to observe that no
damage is occurred to the Existing structures ( if any). For any damage to the
Existing Structures of APL the Contractor shall be held responsible.

3. SPECIFICATION FOR CIVIL WORK :

3.1.BRICK WORK:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth
level up to floor V level in all shapes and sizes.

3.2.CEMENT :

Cement shall be provided by the Contractor. On the following types of cement as specified
shall be used

(a)Ordinary Portland Cement 43 grade confirming to BIS 8112-1987

(b) Cement at site shall be stored in dry weather proof go-downs (or shed) built by the
Contractor at his own costs in stacks which are not higher than 10 bags. The cement go-down
shall be constructed as per CPWD specifications.

3.3.AGGREGATES:

Aggregates from natural sources shall be in accordance with IS:383. The contractor shall submit to
the Consultant / Project-in-charge certificates of grading and compliance from the suppliers for all
consignments of aggregate. In addition at site from time to time, the contractor shall test the
aggregates in accordance with IS: 2386 parts I, II, III and IV. The contractor shall allow for and
provide all necessary apparatus for carrying out each test and for supplying test records to the
Consultant. Graded stone aggregate 20 mm nominal size derived from natural sources.

3.4.STEEL : TMT bars of Grade Fe-500

3.5.CHARACTERSTIC STRENGTH :

Grade of Concrete Characteristic Nominal maximum


Grade of Concrete strength i.e. compressive aggregate size (mm)
strength of
15 cm. Cubes at 28 days
(N/mm2)
20 20 20

Acceptance Criteria for Test Cubes


The acceptance criteria of concrete on strength requirement shall be in accordance with
the IS 456:2000

3.6.WATER :

Water used in the works shall be potable water and free from deleterious materials. Water
used for mixing and curing concrete as well as for cooling and/or washing aggregate shall
be fresh and clean, free from injurious amounts of oil, salts, acids, alkali, other chemicals
and organic matter.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Water shall be from the source approved by the Consultant / Project-in-charge and shall
be in accordance with Clause 4.3 of IS: 456./2000

Before starting any concreting work and whenever the source of water changes, the water
shall be tested for its chemical and other impurities to ascertain its suitability for use in
concrete for approval of the Consultant.

No water shall be used until tested and found satisfactory. Cost of all such tests shall be
borne by the Contractor.

3.7.SAND : For plaster work normally clean fine river sand shall be used. However, if
specified in the drawing or schedule of finishes, coarse sand conforming to the
specifications under Concrete work” shall be mixed with fine river sand in proportion
specified or directed by the Consultant.

3.8. Necessary Test to be done by contractor :

The Engineer-in charge, if he so desires, may order tests to be carried out on cement, sand,
coarse aggregate, water in accordance with the relevant Indian Standards.

Accordingly, the contractor shall conduct all necessary tests as specified in the IS, at his own cost
to ascertain himself on quality of the material.

A. TEST ON BRICKS shall include :

i)Absorption test. ...

ii)Crushing or compressive strength test. ...

iii)Hardness test. ...

iv)Shape and size test. ...

v)Soundness test. ...

vi)Structure of bricks.

Frequency of brick test:

Compressive strength of brick test should be conducted at the use of every 50000 bricks or
when the class of brick, type of brick and the source of brick are changed.

The standard compressive strength of brick is the minimum compressive strength of


brick tested under ctm as per IS code book standard method. The standard
compressive strength of brick should be 7.5 N/mm² .
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

B. Tests on cement shall include:

1. Fineness test

2. Test for normal consistency

3. Test for setting time

4. Test for soundness

5. Test for tensile strength

6. Test for compressive strength

7. Test for heat of hydration (by experiment and by calculation) in accordance with IS:269.

C) Tests on sand shall include:

1. Sieve test.

2. Test for organic impurities.

3. Decantation test for determining clay and silt content.

4. Specific gravity test.

5. Test for unit weight and bulkage factor.

6. Test for sieve analysis and fineness modulus.

D) Tests on coarse aggregates shall include:

1. Sieve analysis.

2. Specific gravity and unit weight of dry, loose and rodded aggregate.

3. Soundness and alkali aggregate reactivity.

4. Petrographic examination.

5. Deleterious materials and organic impurities.

6. Test for aggregate crushing value.

Any or all these tests would normally be ordered to be carried out only if the Engineer feels the
materials are not in accordance with the specifications or if the specified concrete strengths are
not obtained and shall be performed by the Contractor at an approved test laboratory at the
cost of the Contractor. If the work cubes do not give the stipulated strengths, the Engineer
reserves the right to ask the Contractor to dismantle such portions of the work which, in his
opinion, are unacceptable and re-do the work to standards stipulated, at the Contractor's cost.
The unit rate for concrete shall be all inclusive, including making preliminary mix design and test
cubes works, cubes, testing them as per specification, slump tests, optional tests etc.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

TESTING ROOM:

A testing room of not less than 10 sqm equipped with the following apparatus and qualified
concrete

technician, labour and materials required for carrying out tests therein shall be provided by the
contractor at his own cost:

1. Sieve Set (For aggregate 20 mm down)

40 mm, 20 mm, 16 mm, 12.5 mm, 10 mm, 4.75 mm, 600 micron, 300 micron, and 75 micron
having

diameter of 45 cms.

2. Weighing

a) Physical balance cap. 200 gms with weigh box (accuracy 0.5 gm)

b) Counter Scale cap 20 Kg

c) Weights

3. Slump Cones 2 Nos

4. 15 cms moulds 18 no.

5. Electric/Kerosene Heater

6. Pans etc. as directed by the Consultant

7. Measuring Cylinders of 1000 ml, 500 ml and 100ml.

8. Wash bottles of the Capacity of 500 ml, 2 Nos.

9. Sink

10. Work benches, shelves, desks and any other furniture and lighting as required by the
Consultant.

11. Spring balance dial type cap. 100 kg

12. Litre measures

a) 10 Lit 1 No.

b) 5 Lit 1 No.

c) 2 Lit 2 Nos

d) 1 Lit 1 No.

e) 1/2 Lit 1 No.


TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

13. Cube Testing Machine 50 Tons.

14. Oven.

3.9. CURING :

Sufficient curing on Beams, Column, Brick walls, Plaster etc are under contractors scope
at his own cost.

3.10. BINDING WIRE


Binding wire shall be black annealed steel wire conforming to IS: 280 and of minimum
18 gauge.

3.11. WELDING ELECTRODES

Electrodes used for welding of steel bars/ Angles shall be of ordinary mild steel grade
electrodes conforming to IS: 814 and shall be of the best quality approved by Engineer-
in-charge.

3.12. COVER TO REINFORCEMENT

Unless shown otherwise on the drawings, minimum cover for all reinforcement shall be
provided as per IS: 456 care shall be taken to maintain the correct cover to reinforcement.

List of Approved Make for Civil Work

The following are approved brand makes/manufacture’s makes listed below.

Sr.No Item Approved Make


1
Ordinary Portland Cement
43 grade Ambuja, Ultratech ,Dalmia

2
TMT Bars Fe -500/415 Tata, SAIL, RINL (VIZAG), JSW, Essar
Steel, Sanghi, Electrotherm Steel, Jindal
Steel
3
Structural Rolled Steel sections - beams, Channels, tee, Tata, SAIL, RINL
flats, angles, bars(Round, square, hexagonal,bright), etc

4
Coarse Aggregates (machine cut) Approved quarry Sevalia, Vadagam or approved by Client
from6mm to 40mm sizes (Hard black trap
stone)
5
Shuttering plywood Kitply, Anchor, Green, Pragati
6 Paint, primer Asian, Berger, ICI,

7 RIGID FR PVC CONDUIT NIHIR,PRECISION,POLYCAB,BEC


TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

4. PRE QUALIFICATION CRITERIA

4.1 TECHNICAL:

(a) Contractors desirous of bidding for the job should possess required experience in
successfully executing jobs of similar nature for PSUs, Govt. Organizations & private
sector companies during the last 5 (Five ) years. Whereas similar nature job implies
“executing Construction of boundary wall (brick masonry) works of similar nature during
the last five years (Experience in Construction of boundary wall of similar nature imply
civil Constructional / Repairing works (Building) in PSUs, Govt. Organizations, semi Govt.
sector & large private sector companies).”

(b) To be eligible, the contractor should have successfully executed either one similar job
having executed value of not less than Rs. 62,93,125.00/- or two similar jobs, each
having executed value not less than Rs. 39,33,203.00/- or three similar jobs, each having
executed value not less than Rs. 31,46,562.00/-.

(c) The contractor should be in possession of necessary manpower, tools, tackles,


equipments & machineries, required for carrying out the job.

4.2. COMMERCIAL:

(a) To be eligible, the contractor should have a sound financial background and average
annual turnover for the last three financial years, ending 31st March viz. 2022-23, 2021-
22, 2020-2021 should not be less than Rs. 23,59,922/-.

(b) The bidder shall have earned a net positive profit for the last three consecutive years.

(c) The financial net worth of the bidder as per latest audited annual report shall be
positive.

(d) The contractor should be registered under GST, Income Tax & EPF authorities

(e) The Vendor should also fulfill all statutory conditions and furnish legible photo copies of,
PAN , GST ,. As per Govt. Rules

5. INSTRUCTION TO BIDDER:

5.1. Rates quoted should be inclusive of all taxes and duties but exclusive of GST.
5.2. The successful bidder has to execute an agreement with APL in a non-judicial stamp paper
of denomination not less than Rs. 100.00 within 3 days after issue of LOI / Work Order. The
format for the same is as per ANNEXURE-4
5.3. EARNEST MONEY DEPOSIT : The bidder has to deposit a sum of ₹ 1,57,300.00
(Rupees One Lakh Fifty Seven Thousand Three Hundred) only in online mode by
Netbanking/RTGS/NEFT or Bank guarantee in favor of ASSAM PETROCHEMICALS
LTD payable at NAMRUP as earnest money along with their offer. Bank Guarantee Format
is provided in Annexure-1. After acceptance of order by Vendor / Bidder(successful bidder),
EMD shall be returned to all unsuccessful bidders. EMD shall bear no interest.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

5.4. MSME valid certificate under category of similar works will be considered for exemption of
EMD.
Definition of Similar Nature- Similar nature of work implies executing Construction of
boundary wall (brick masonry) works of similar nature during the last five years.
(Experience in Construction of boundary wall of similar nature imply civil constructional
works (Building) in PSUs, Govt. Organizations, semi Govt. sector & large private sector
companies).

5.5. The schedule of Quantities and rates shall be read in conjunction with the specifications, and
tender documents. Contractor shall not rely merely on the description given in the schedule
of quantities and rates. All the work shall confirm to IS specifications and quoted rates shall
be deemed to include all works necessary to achieve this whether actually indicated under
the item description or not. This contract shall be unit rate contract wherein payment will be
made as per actual construction/ installation quantities at site.

5.6. Price shall be submitted for all items and the quoted price shall be firm. The price shall
include all materials, handling of material, plants, machineries and equipment, labour, tools,
& services, royalty, transport, supervision, but exclusive of GST.

5.7. Relevant IS codes as applicable in the entire works and commodities supplied shall be
strictly applicable. Non compliance would lead to rejection of the executed job or the
commodity supplied.Bidder shall be solely responsible for compliance of safety rules &
regulation as per Factory Act as applicable. Any Injuries or Accidents to your Team
Members shall be taken care by you at your own risk & cost and shall comply with
all safety rules & regulations.

5.8. All other terms & conditions shall be as per “Terms & Conditions of APL’s “General
Conditions of Contract (GCC)”..

5.9. TIME SCHEDULE: The Completion period shall be 120(One Hundred Twenty)
days, from the date of issue of LOI/ WO to the Contractor. In case the job is delayed
beyond the stipulated completion period (mentioned in work order) due to
negligence, poor workmanship, deployment of unskilled manpower or of any other
reason whatsoever on bidder’s part, a penalty at the rate of 1% of work order value
per week, limited to maximum of 10%, shall be recovered from the bidder bills.
Moreover, in the event of delay/failure to execute the assigned job by concerned
bidder, than the performance of the bidder who fails to execute their assigned jobs
will be recorded.

5.10. MOBILIZATION ADVANCE: There will be no mobilization advance.

5.11. The Contract may be terminated at any time by either party without indicating any
reason by giving thirty (30) days prior Notice in writing of its intention to do so to
the other party.

5.12. In case of unsatisfactory performance of the contractor, APL solely reserves the right
to terminate the Contract by giving thirty (30) days Notice as per relevant clauses
mentioned in the APLs General Conditions of Contract and reserves the right to split
the contract; however the rates/ prices shall remain valid.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

5.13. GUARANTEE PERIOD: The work carried out by the bidder shall be guaranteed for a
period of 12(twelve) months from the date of completion. Performance Guarantee money
shall be released after this defect liability period or shall be released after submission of
Performance Guarantee Certificate for the guarantee period plus 2 months claim period.
During this guarantee/defect &liability period if any executed items of work/items
etc(performed under the contract) got damaged/defected than the contractor should
rectify/repair/replace or redoing the same with free of cost / at his own cost to the acceptable
standard .

5.14. BID VALIDITY : Bid validity period is 180(One Hundred Eighty ) days from the DUE
DATE or EXTENDED DUE DATE.

5.15. APPLICABILITY OF LAW & JURISDICTION : The contract shall be governed and
interpreted in accordance with the applicable laws of India as well as the State of Assam.
Any suit or proceedings to enforce the rights of either of the parties hereto under this
CONTRACT will be instituted in and tried by the courts of Dibrugarh only in the state of
Assam and by no other courts and both the parties hereto hereby expressly agree to submit to
the jurisdiction of such courts.

5.16. The BIDDER shall ensure compliance with all statutes, laws, rules and regulations of the
Central or State Government or any other authority such as the Workmen's Compensation
Act 1923, Payment of Wages Act, Minimum Wages Act 1948, Employees State Insurance
Act, Employees Provident Fund Act, etc. and any and all statutory modifications thereof in
connection with employees engaged by him or his sub-bidders in the work including proper
insurance coverage.

5.17. For clarification relating to bid/ Site visit the bidder may contact following:

Contact N.B.Borah ,DGM (C&P)


Person Email-borah.nb@assampetrochemicals.co.in
Mob No : +91-94351 39178
&
K.B.Chetry,DGM (Civil)
Mob No : +91-7002042644
Email-apl.civilmaint@assampetrochemicals.co.in
Address Assam Petro-Chemicals Limited
P.O. Parbatpur, Dist-Dibrugarh
PIN-786 623

6. CONTRACTOR’S RESPONSIBILITY:

1. CONTRACTOR’S TOOLS & EQUIPMENTS


(i) The Contractor shall provided all necessary tools, tackles and equipments for construction and
testing in adequate quantities to meet the target completion date of the related Civil /
Electrification work. The Contractor shall also arrange for all vehicles including automobiles for
personnel transportation, pick up truck, cranes, excavator, roller etc. at his own cost.
(ii) It shall be entirely Contractor’s responsibility to also provide all types of erection aids, machines,
testing / checking equipment, cranes, ropes, winches, “D” Shackles, scaffoldings, etc. necessary to
perform the work in workmanlike, safe and efficient manner and complete the job as per time
schedule indicated. The contractor shall submit appropriate test and calibration certificate for
the above as required by Owner / Consultant.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

2. CLEANLINESS OF WORKS SITE:

General cleanliness on site during construction period shall be provided after the work is complete and
a part of work is handed over, the contractor shall clean the area surrounding the works of all the
equipments and excess stores and remnants of constructor materials such as brickbats, sand, timber
steel, rubber etc.

3. PROTECTION OF BENCHMARKS, GRID POINT AND GROUND WATER GAUGES:

Protection of Surveyor’s benchmarks and groundwater gauges, zero line marks and base line marks
from damage or movements during work.
Damage to any of these shall be made good by the contractor at his own cost to the entire satisfaction
of the Owner / Consultant.

4. CALIBRATION OF TESTING AND MEASURING EQUIPMENT

The contractor shall ensure that all measuring and testing equipment used at site(if necessary) such as
theodolite, levels, prismatic compass, chains, steel, metal tapes, pressure gauges, and all equipment
used for testing of soil, aggregate sand, cement, concrete, masonry plastic etc. are properly calibrated
and the certificates are available at site wherever applicable, the calibration should be against a
Standard traceable to National Calibration Standards.

a) The contractor shall ensure that the constructional materials supplied by him meet the latest I.S.
Standards, and arrange for the same to be tested in laboratory acceptable to Owner / Consultant, as
and when required by Owner / Consultant. The Owner / Consultant may at their discretion ask each
consignment to be tested for any or all the tests required by the relevant I.S. codes.

b). The contractor shall submit manufacture’s test certificates also along with each batch of supply.

c). Cost of the tests carried out for the above items shall be borne by the contractor.

d).Only approved brands of the materials shall be procured by contractor.


e). Cost of testing of supplied items; testing in site etc. will not be charged by contractor.
f).The contractor shall extend all necessary assistance to the Owner / Consultant for investigation that
may be required to assess the quantity of work.

g). The contractor shall ensure that bills submitted by him shall have the same nomenclature as used
in this order document.

7. STORAGE OF MATERIALS AND GUARDING THEFT DAMAGES.

The contractor shall make adequate arrangements for storing and safety of construction materials to
be used on site. He will be responsible for making arrangements to guard against theft and damages to
construction materials while in his possession at site.

8. MATERIALS REQUIRED BY THE CONTRACTOR

The contractor shall be responsible for the storage of his materials. Contractor shall calculate the
quantities of materials as per latest drawings before ordering. The cost of any excess or shortfall, if
any, in the materials ordered by the contractor shall be borne by the contractor.
9. Royalties at the prevalent rates shall have to be paid by the contractor and forest revenue clearance
certificate from District Forest Office has to be submitted against the quantity executed.
10. All works shall be carried out in accordance with the technical specifications of this document and as
directed by Engineer in charge
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

7. INSTRUCTIONS FOR SUBMISSION OF BIDS

7.1. SALIENT FEATURES FOR SUBMISSIONS OF BID

Sl. No Description Remarks


a) Bid type Single stage Two bid

b) Bid Documents Issue Period From 10:00 Hrs on dt. 22/06/2024 up to 15:00
Hrs on dt. 11/07/2024
c) Last Date and time for
submission of Bids (DUE Up to 15:00 Hrs on dt. 11/07/2024
DATE)
d) Place of Submission of Hard Dy.General Manager (C&P),
Copy of Techno-Commercial Mob. No. +91-94351 39178
Bid excluding Price Bid Email-borah.nb@assampetrochemicals.co.in
Assam Petrochemicals Limited
P.O. Parbatpur, Namrup Dist. Dibrugarh,
Pin – 786623, Assam (India)

e) Opening of Bid. At 15:00 Hrs on dt. 12/07/2024


f) Contact Person with details for Nava Bikash Borah
any clarifications Dy.General Manager (C&P)
Mob. No. +91-94351 39178
Email-borah.nb@assampetrochemicals.co.in
contract@assampetrochemicals.co.in

g) Bid Validity 180 days from the DUE DATE or EXTENDED


DUE DATE
h) Earnest Money Deposit (EMD) ₹ 1,57,300.00
j) Tender Processing Fees Rs 1,570/-Fifteen Hundred Seventy Rupees
only
k) Bid Submission Online in e-tendering portal
https://assamtenders.gov.in/nicgep/app
l) Availability of Tender 1. https://assamtenders.gov.in/nicgep/app
Documents
2. www.assampetrochemicals.co.in

7.2. ONLINE SUBMISSION : Files containing documents to be uploaded in e-tendering portal are
as under:

Cover No. 1 1. EMD + Integrity Pact PDF File


2. Un-priced Bid PDF File
Cover No. 2 1. Price Bid Microsoft Excel File

7.3. Bidder shall strictly follow above mentioned bid submission procedure, failing to which may
lead to rejection of bids.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

8. INCOME TAX AND GST

8.1. Income tax at the prevailing rate shall be deducted from the BIDDER's bills as per
Income Tax Act. OWNER shall issue necessary TDS Certificate to the BIDDER.

8.2. The quoted price shall be deemed to be inclusive of all taxes and duties
except “Goods and Service Tax” (hereinafter called GST) (i.e. IGST or CGST
and SGST / UTGST applicable in case of interstate supply or intra state
supply respectively.)

8.3. Bidder /vendor shall be required to issue tax invoices in accordance with
GST Rules so that input credit can be availed by OWNER / APL. In the event
that the bidder / vendor fails to provide the invoice in the form and manner
prescribed under the GST Act read with GST Invoicing Rules there under,
OWNER / APL shall not be liable to make any payment against such invoice.

8.4. GST shall be paid against receipt of tax invoice and proof of payment of GST
to government in India or upon the same being reflected in the GST portal of the
APL to the satisfaction of APL. In case of non- receipt of tax invoice or non-
payment of GST by the bidder / vendor, OWNER / APL shall withhold the
payment of GST.

8.5. GST payable under reverse charge , if any shall not be paid to the bidder
/vendor but will be directly deposited to the government of India.

8.6. Notwithstanding anything contained anywhere in the Agreement, in the event


that the input tax credit of the GST charged by the Bidder/ Vendor is denied
by the tax authorities to OWNER / APL due to reasons attributable to Bidder
/Vendor, OWNER / APL shall be entitled to recover such amount from the
Bidder/Vendor by way of adjustment from the next invoice or from Bank
Guarantee . In addition to the amount of GST, OWNER / APL shall also be entitled
to recover interest at the rate of 24% and penalty. In case any penalty is imposed by
the tax authorities on OWNER / APL.

8.7. TDS under GST, if applicable, shall be made from bidder’s /Vendor’s bill at
applicable rate and a certificate as per rules for tax so deducted shall be
provided to the bidder /Vendor.

8.8. No variation on account of taxes and duties, statutory or otherwise, shall be


payable by Client to bidder/vendor except for GST. However, any statutory
variation for GST shall be payable up to contractual date of completion against
documentary evidence. Any reduction in taxes and duties included in the price
shall be passed on to OWNER / APL.

8.9. Any new taxes, duties, cess, levies notified or imposed after the submission of
last/ final price bid but before the contractual date of completion of work
shall be to OWNER / APL’s Account. However, in case of delay in completion
period beyond the contractual date, for reasons attributable to bidder, any increase
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

in these rates shall be borne by the bidder, whereas any decrease shall be passed on
to the owner. OWNER shall take CENVAT benefit as applicable.

8.10. Any other provisions in the GST not mentioned above will be sou-motto applicable.

9. TERMS OF PAYMENT:

i. No advance will be paid


ii. Only one running bill would be paid for this work.

iii. 90% of completed job (against R/A / final bill) will be paid.
iv. 10% of Bill value will be retained till guarantee period or can be released on submission of
Performance Bank Guarantee for the Guarantee period plus 2 months claim period.
v. Payments will be made against Running Accounts bills certified by the Owner's Engineer-in-Charge/Site-
in-Charge within 15 days from the date of receipt of the certified bill along with complete documents by the
disbursement section of the owner.
vi. Running Account Bills and the final bill shall be submitted by the Contractor together with the duly signed
measurements sheet(s) to the Engineer-in-Charge/ Site-in-Charge of the Owner in quadruplicate for
certification. The Bills shall also be accompanied by quantity calculations in support of the quantities
contained in the bill along with cement consumption statement, actual/theoretical ,royalty statement along-
with necessary documents wherever applicable duly certified by the Engineer-in-Charge/ Site-in-Charge of
the Owner.
vii. Running account payments shall be regarded as on account payment(s) to be finally adjusted against the
final bill payment. Payment of Running Account Bill(s) shall not determine or affect in any way the rights of
the Owner under this Contract to make the final adjustments of the quantities of material, measurements of
work and adjustments of amounts etc. in the final bill.
viii. The final bill along with necessary documents shall be submitted by the Contractor within one month of the
date of completion of the work fully and completely in all respects. If the Contractor fails to submit the final
bill accordingly Engineer-in-Charge / Site-in-Charge may make the measurement and determine the total
amount payable for the work carried out by the Contractor and such a certification shall be final and
binding on the Contractor.
ix. The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside party for taking the
measurement, the expenses of which shall be payable by the Contractor.
x. Payment of final bill shall be made within 30 days from the date of receipt of the certified bill with necessary
documents by the Disbursement Section of the owner.
xi. Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) through
any of the designated banks. The contractor will comply by furnishing full particulars of Bank account
(mandate) to which the payments will be routed. Owner reserves the right to make payment in any
alternate mode also.

10. SECURITY DEPOSIT:

10.1. The successful BIDDER shall furnish, within 15 days from date of issue of the Work
Order, security deposit equal to 10% of the total accepted Work Order value for proper
fulfillment of the CONTRACT in form of Bank guarantee as per Format covered in
ANNEXURE-I of this document.
10.2. On submission of Contract Performance Bank Guarantee (CPBG) by the successful
Bidder, EMD amount will be refunded after receipt of confirmation of CPBG from the
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

issuing Bank. The CPBG will be returned to the successful Bidder after completion of job,
if there are no dues to be recovered by APL.
10.3. The Security deposit amount if deducted along with EMD amount shall be refunded at the
end of the contract period after deductions if any due to APL. The Security deposit shall
not bear any interest.

11. REQUIREMENTS OF E-TENDERING

11.1. The subject tender is an e-tender and owner has hoisted the complete tender documents
on website https:// https://assamtenders.gov.in/nicgep/app and has ensured its
availability for downloading the full set comprising of the above. The bidder is expected to
download the complete tender documents including all addendum/corrigendum only
from the above mentioned website i.e. https://assamtenders.gov.in/nicgep/app, as per
the index of the tender, fully read and understood the same and submit their acceptance
to all tender terms and conditions except deviations, if any. Bidder may note that
Schedule of rates attached with the tender documents is to be filled in the BOQ (Financial
Price Bid Part – II).
11.2. The tenderer is expected to examine the tendering documents, including all instructions,
specifications/drawings (if any) including all addendum/corrigendum in the tendering
document. Failure to furnish all the information required by the tendering documents or
submission of tender not substantially responsive to the tendering document in every
respect shall result in the rejection of the tender.
11.3. The bidding documents are and shall remain the exclusive property of APL without any
right of the Bidder to use them for any purpose except bidding and for use by successful
Bidder with reference to the work.
11.4. Any person/ bidder downloading the tender document from Owner’s web site or
purchasing shall do so in strict confidence and shall not part with possession thereof or
copy or disclose the provision thereof or any of them or disclose or take copies or
tracings of any drawings, plans or routes forming part thereof, it being understood that
the information therein are confidential and that the tender documents have been
downloaded by the eligible bidder solely for the purpose of bidding.
11.5. Bidders are requested to read the document (Special Instruction to Bidders for
Participating in e-tender) SITB available on the moving scroll of the website
https://assamtenders.gov.in/nicgep/app and a copy of the same is also provided along
with tender document. Moreover bidders are requested to follow the instructions under
“Bid Submission process” under “Bidders manual Kit” section available in the
homepage at the website.
11.6. The bidder shall submit their offer through e-tendering site as mentioned above, following
the steps in the e-tendering portal. Physical hard copies of Techno commercial bids (Part
1) along with the EMD may be send to the under noted address on or before the Bid
closing date & time.
11.7. The Owner shall not be responsible for delayed submission of offers or non-submission
of offers due to any reason whatsoever. The responsibility of ensuring online & on-time
submission of their offers lies entirely with the bidders. The bidders are requested to
submit the bid online much before date and time of submission, failing which APL shall
not be responsible for any such technical problem.
11.8. In order to bid for APL e-tenders, all the agencies are required to REGISTER in Assam
Tender Portal & obtain a legally valid Class-II & above Digital Signature Certificate (DSC)
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

for their user who is authorized to submit bids on-line from the licensed Certifying
Authority (CA). Bidders already possessing the digital signature issued from authorized
CAs can use the same in this tender. Further, the bidder should ensure that the email
address given in the Registration Form is valid & active as all the communications will be
made through this e-mail. For any problem on e-tendering process kindly contact as per
details given in Special Instructions to Bidders (SITB) for e-tendering.
11.9. On no account will any person to whom bidding documents are furnished, part with
possession thereof or copy or disclose the provisions thereof or any of them or disclose
or take copies of tracings or of any drawing, plan or route forming part thereof, it being
understood that the information therein is confidential, and that the bidding documents
are therefore being furnished only to bidders in strictest confidence.
11.10. The details as called for in the bidding documents shall be filled and completed by the
Bidders in all respect and shall be submitted with requisite information and Appendixes/
Annexure.
11.11. If the space in any Performa of bidding document is insufficient, additional pages shall be
separately added. These shall be page numbered and shall also carry the bidding
document number and shall be signed by the Bidder and entered in the Index for Bid.
11.12. Bidder shall clearly indicate their legal constitution and the person signing the bid shall
state his capacity as also the source of his ability to bind the Bidder. The Power of
Attorney or Authorization or other document constituting adequate proof of the ability of
the signatory to bind the Bidder, shall be annexed to the bid. APL may reject outright any
bid unsupported by adequate proof of the signatory’s authority.
11.13. The successful bid submission can be ascertained once acknowledgement is given by
the system through bid submission number after completing all the process & steps.
Users may also note that the incomplete bids will not be saved by the system and
are not available for processing and evaluation.
11.14. Agencies are advised to digitally sign the documents that are uploaded and encrypt the
file data before submitting to the e-tendering portal of Assam Government e-
procurement portal by following the given procedure on-line mentioned in the e-portal
site. The bid shall be digitally signed by someone legally authorized to enter into
commitment on behalf of the Bidder. Bidder shall upload among other documents, Power
of Attorney in favour of the person who is authorized to enter into commitments on behalf
of the Bidder.
11.15. APL will not be bound by any Power of Attorney granted by the Bidder or changes in the
constitution of the firm made subsequent to submission of the bid or after the award of
the contract. APL may, however, recognize such Power of Attorney and changes after
obtaining proper legal advice, the cost of which will be borne by the Bidder.
11.16. The cancellation of any document such as Power of Attorney, Partnership Deed, etc.
should be communicated by the Bidder to APL in writing well in time, failing which APL
shall have no responsibility or liability for any action taken by APL on the strength of the
said documents.
11.17. Should the Bidder have a relative or relatives in APL or one or more of its shareholders
are employed in a superior capacity in APL, the relevant authority inviting bids shall be
informed of the facts at the time of submission of the bid, failing which the bid may be
disqualified or if such fact subsequently comes to light, APL reserves the right to take any
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

other action as it deems fit in accordance with any applicable law, Rules, Regulations of
the like in force.
11.18. Bidders/Agencies shall ensure submission of complete information/documentations in the
first instance itself. APL reserves the right to complete the evaluation based on the details
furnished by the agencies without seeking any subsequent additional information. Bids
not in compliance with Bidding Document or with incomplete information documents are
liable for rejection.
11.19. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
11.20. Unsolicited clarifications to the offer and / or change in the prices during the validity
period would render the bid liable for rejection.

12. BID REJECTION CRITERIA:

The bidders shall adhere to the following provisions of the Bidding Document without taking any deviations,
failing which the Bid shall be considered to be non-responsive and may be rejected.

(a) Non-Submission of EMD & Integrity Pact along with the Bid if applicable
(b) Submission of Prices or rates in SOQ / SOR in un-priced bid.
(c) Not-Meeting the Bidders Pre-QualificationCriteria
(d) Non-Submission of Important Bid Documents as mentioned in clause 13.

13. IMPORTANT DOCUMENTS TO BE SUBMITTED WITH THE BID:

(a) EMD of required amount./MSME certificate for EMD exemption .


(b) Copy of PAN card , GST Registration No .
(c) Income Tax return, Balance Sheet & Profit & Loss Statement for FY-2022-23, FY-2021-22, FY-
2020-21.
(d) All Annexures as attached at the end of this NIT to be dully filled and submitted.
(e) Work Order and Job Completion certificate of previous experiences.

14. AMENDMENT OF BIDDING DOCUMENTS:

(a) At any time prior to the deadline for submission of bids as well as up to priced bid opening,
APL may, for any reason whether at its own initiative or in response to a clarification or
modification requested by any prospective Bidder(s), modify the Bidding documents.
(b) The modifications/amendment will be notified through Addendum / Corrigendum to bidders.
Bidders shall confirm the inclusion of Addendum / Corrigendum in their bid and shall follow
the instructions issued along with addendum / corrigendum.
(c) Bidders shall examine the Bidding documents thoroughly and inform APL of any apparent
conflict, discrepancy or error, so that APL may issue appropriate clarification(s) or
amendment(s), if required
(d) All Addendum / Corrigendum will be available in the website
https://assamtenders.gov.in/nicgep/app and www.assampetrochemicals.co.in
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

15. TECHNO-COMMERCIAL EXAMINATION OF BIDS:

APL will examine or cause to be examined the bids to determine whether they are complete,
whether the documents have been properly signed, and whether the bids are generally in order.

APL will determine to its subjective satisfaction whether the bidder has submitted a responsive
bid and is qualified to satisfactorily perform the work, and such determination shall not be open to
question.

The determination will also take into account the bidder's financial and technical capabilities, as
well as such other qualifications as APL deem necessary and appropriate.

Bidder(s) techno-commercially accepted will only be communicated for price bid opening.
Bidder(s) who qualify for the award of contract as per criteria of this BID will only be
communicated for the award of contract & subsequent LOI / WO will be issued to them.

16. REBATE:
No suo-moto reduction in price(s) by bidders is permissible after opening of the bid. If any Bidder
unilaterally reduces the price(s) quoted by him in his bid after opening of bids, such reduction
shall not be considered for comparison of prices but shall be binding on the Bidder if he happens
to be selected for award of work.

17. CLIENT’S RIGHT TO ACCEPT/REJECT BIDS:


APL reserves the right to accept or reject any bid and to annul the bidding process and reject all
bids at any time prior to award of Contract without thereby incurring any liability to the affected
bidder(s) or any obligation to inform the affected bidder(s) of the ground of APL's action.
APL shall not be obliged to award the Order / Contract to the lowest evaluated bidder if APL
apprehends that it will not be in the interest of APL to award the Order / Contract at the lowest
evaluated price or to the lowest evaluated bidder.

18. ORDER OF PRECEDENCE


The following order of precedence shall be followed in case of any conflict between various parts
of the ENQUIRY specifications:
(a) Corrigendum, if any
(b) Instructions to Bidders
(c) Special Conditions of Contract.
(d) General Conditions of Contract

19. ROYALTIES ON MINOR MINERALS


The following royalties on minor minerals will be applicable as per Mine & Minerals Department,
Govt. of Assam Notification No. PEM/130/2021/40 dated 7th October, 2021.
Sl. No. Work Appropriate amount of
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Royalty of Minor Mineral as


percentage of Project Cost
excluding taxes as GST, IT
etc.
I RCC Building / RCC Work 2.00%
II Assam Type Building (Single Floor) 1.00%
III Assam Type Building (Ground floor = 1 or more) 2.00%
IV RCC Bridge Work 2.00%
V DBM & BC Work 2.00%
VI Road Improvement / Re-construction Work 3.00%
VII New Road Construction Work with Bituminous Work 6.00%
VIII New Road Construction Work with ICBP 3.00%
IX Earth Work / Ordinary Clay 9.00%
X Earth Work along with Geobag Protection Work 3.50%
XI Earth Work along with Boulder Protection Work 5.50%
XII River Protection Work with Boulder 4.00%
XIII River Protection work with Geobag 1.50%
XIV River Protection Work with Boulder and Geobag 2.00%
XV Head Work / Brick Work of Irrigation projects 4.00%
XVI Pradhan Mantri Awas Yojana (PMAY) 1.00%
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

ANNEXURE-1

BANK GUARANTEE FOR SECURITY / PERFORMANCE GUARANTEE / DEFECT


LIABILITYOF THE OBLIGATIONS OF VENDOR / CONTRACTOR

(On non-judicial stamp paper of appropriate value)

To,
ASSAM PETROCHEMICAL LTD.
Orion Place, G.S Road, Bhangagorh,
Guwahati 781005, India

IN CONSIDERATION OF THE ASSAM PETRO-CHEMICAL LTD. a Company registered under the


Companies Act 1956, having its registered office at Orion Place, Mahapurush Srimanta Sankardev Path,
Bhangagorah, Guwahati 781005, India (hereinafter called "the Corporation" which expression shall
include its successors and assigns) having awarded to
M/s____________________________________________ a partnership firm/sole proprietor business/a
company registered under the Companies Act, 1956 having its office at
______________________________ (hereinafter referred to as "the Vendor" which expression shall
wherever the subject or context so permits includes its successors and assigns) a supply contract in terms
inter alia, of "the Corporation's" Order No. ____________ dated __________________ and the General
purchase conditions of "the Corporation" and upon the condition of "Vendor's" furnishing security for the
performance of "the Vendor's" obligations and/or discharge of "the Vendor's" liability under and/or in
connection with the said supply contract upto a sum of R _______________
(Rupees_____________________) amounting to 10% (ten percent) of the total order / contract value.

We, ______________________ (hereinafter called "the Bank" which expression shall include its
successors and assigns) hereby jointly and severally undertake and guarantee to pay to "the Corporation"
in rupees forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by "the Vendor" to "the Corporation" under, in respect of or in connection with the said supply
contract inclusive of all the Corporation's losses and damage and costs, (inclusive between attorney and
client) charges, and expenses and other moneys anywise payable in respect of the above as specified in
any notice of demand made by "the Corporation" to the Bank with reference to this Guarantee upto and
aggregate limit of R ___________ (Rupees __________________________ ) and "the Bank" hereby
agrees with "the Corporation" that:

1. This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall remain valid and
irrecoverable for all claims of "the Corporation" and liabilities of "the Vendor" arising upto and until
midnight of _______________

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that "the
Corporation" may now or any time anywise have in relation to "the Vendor's obligation/liabilities under
and/or connection with the said supply contract, and "the Corporation" shall have full authority to take
recourse to or enforce this security in preference to the other security(ies) at its sole discretion and no
failure on the part of "the Corporation" to enforcing or requiring enforcement to any other security shall
have the effect of releasing "the Bank" from its full liability hereunder

3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full
liability of "the Bank" hereunder to take any other security in respect of "the Vendor's" obligation and/or
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

liabilities under or in connection with the said supply contract and to vary the term vis-a-vis "the Vendor"
of the said supply contract or to grant time and/or indulgence to "the Vendor" or to reduce or to increase
or otherwise vary the prices of the total contract value or to release or to forebear from enforcement of all
or any of the obligations of "the Vendor" under the said supply contract and/or the remedies of "the
Corporation" under any other security(ies) now or hereafter held by "the Corporation" and no such
dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the Vendor" or release of forbearance
whatsoever shall have the effect of releasing "the Bank" from its full liability to "the Corporation"
hereunder or of prejudicing rights of "the Corporation" against "the Bank".

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of "the Vendor" but shall in all respects and for all
purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms
hereof.

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be anywise affected or
suspended by reason of any dispute having been raised by "the Vendors" (whether or not pending before
any arbitrator, officer, tribunal or court) or any denial of liability by "the Vendor" or any other order of
communication whatsoever by "the Vendor" stopping or preventing or purporting to stop or prevent any
payment by "the Bank" to "the Corporation" in terms hereof.

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to
be paid to "the Corporation" by "the Vendor" or as suffered or incurred by "the Corporation" on account
of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the
Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred
by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms
hereof.

7. Not withstanding anything contained herein above: i) Our liability under this guarantee shall not
exceed Rs.......... ii) This Bank Guarantee shall be valid upto and including .......; and iii) We are liable to
pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon
us a written claim or demand on or # before the expiry of 30 days from the date of expiry of this
guarantee.

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents
and/or the agreement/contract or MOU entered into between "the Vendor" and "the Bank" in this regard.

IN WITNESS Where of __________________ Bank, has executed this document at ________________


on _______________. ____________________________ Bank

(by its constituted attorney)

(signature of a person authorized to sign on behalf of "the Bank")


TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Annexure-2

SCHEDULE OF RATES

Sl. Description of work Unit Total Qty Amount in figure Amount


No (Rs) in
words
(Rs)
1 Earth work in excavation by Cum 614.25
mechanical means (Hydraulic
excavator)/ manual means over
areas (exceeding 30 cm in
depth, 1.5 m in width as well as
10 sqm on plan) including
getting out and disposal of
excavated earth lead upto 50 m
and lift upto 1.5 m, as directed
by Engineer-in- charge.(All
kind of soil)
2 Providing Soling in foundation
and under floor with stone/best
quality picked jhama brick,
sand packed and laid to level
and in panel after preparing
the subgrade as directed
including all labour and
materials and if necessary
dewatering, complete.
Brick Soling sqm 262.08
3 Providing and laying in cum 30.91
position cement concrete of
specified grade
excluding the cost of centering
and shuttering - All work up to
plinth
level ,1:5:10 (1 cement : 5
coarse sand (zone-III) derived
from natural
sources : 10 graded stone
aggregate 40 mm nominal size
derived from natural sources)
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

4 Providing and laying in cum 199.71


position specified grade of
reinforced cement
concrete, excluding the cost of
centering, shuttering, finishing
and
reinforcement - All work up to
plinth level :1:1.5:3 (1 cement :
1.5 coarse sand (zone-III)
derived from natural
sources : 3 graded stone
aggregate 20 mm nominal size
derived from natural sources)
5 Centering and shuttering
including strutting, propping
etc. and removal
of form for: Foundations,
footings, bases of columns, etc.
for mass concrete.
sqm 1598.32
6 Brick work with common Cum 322.00
burnt clay F.P.S. (non
modular) bricks of class
designation 7.5 in
superstructure above plinth
level up to floor V level in all
shapes and sizes in : Cement
mortar 1:4 (1 cement : 4 coarse
sand)
7 CEMENT PLASTER (IN sqm 3100.96
COARSE SAND):15 mm
cement plaster on rough side of
single or half brick wall of
mix: 1:4 (1 cement: 4 coarse
sand)
8 Structural steel work in single Kg 1471.47
section, fixed with or without
connecting plate, including
cutting, hoisting, fixing in
position and applying a
priming coat of approved steel
primer all complete.
65 x 65 x 5 mm angle
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

9 Providing and fixing Rm 500.00


concertina coil fencing with
punched tape concertina coil
600 mm dia 10 metre openable
length ( total length 90 m),
having 50 nos rounds per 6
metre length, upto 3 m height
of wall with existing angle iron
'Y' shaped placed 2.4m or 3.00
m apart and with 9 horizont al
R.B.T. reinforced barbed wire,
stud tied with G.I. st aples and
G.I. clips to retain horizontal,
including necessary bolt s or
G.I. barbed wire tied to angle
iron, all complete as per
direction of Engineer-in-
charge, with reinforced barbed
tape(R.B.T .) / Spring core
(2.5mm thick) wire of high
tensile strength of 165 kg/
sq.mm with tape (0.52 mm
thick) and weight 43.478 gm/
metre (cost of M.S. angle, C.C.
blocks shall be paid separately)

10 Steel reinforcement for R.C.C. Kg 17041.58


work including straightening,
cutting,
bending, placing in position
and binding all complete upto
plinth level:Mild steel and
Medium Tensile steel bars

11 Applying priming coats with Sqm 3000.00


primer of approved brand
andmanufacture, having low
VOC (Volatile Organic
Compound ) content With
water thinnable cement primer
on wall surfacehaving VOC
content less than 50 grams/litre
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

12 Finishing walls with water Sqm 3000.00


proofing cement paint of
required shade :New work
(Two or more coats applied @
3.84 kg/10 sqm)
13 Filling available excavated Cum 614.25
earth (excluding rock) in
trenches, plinth, sides of
foundations etc. in layers not
exceeding 20cm in depth,
consolidating each deposited
layer by ramming and
watering, lead up to 50 m and
lift upto 1.5 m.

14 Supplying and fixing of Rm 728.00


following sizes of medium class
PVC conduit along with
accessories in surface/recess
including cutting the wall and
making good the same in case
of recessed conduit as required.
20 mm dia(to be provided in
column for the provision of
light, if necessary)

Total amount Rs.


NOTES :

1. Applicable rate of GST to be mentioned by the Bidders


a. IGST __________%
b. CGST __________%
c. SGST ___________%
1. Bidder has to submit the above SOR along with Un-Priced Bid specifying in the
Rate & Amount column as “QUOTED”. No Price related information is to be
submitted in Un-Priced Bid.
Note : In case the bidder is covered under composition scheme under GST laws then bidder should quote the price
inclusive of the GST(CGST & SGST/UTGST or IGST). Further, such bidder should mention “cover under
composition system” in above column for GST (CGST & SGST/UTGST or IGST) under such circumstances,
bidder’s price will not be loaded with GST

(ii) No claim shall be entertained from contractor if the actual quantities or items of work differ from those
indicated in SOQ.
(iii) The quantities of work actually carried out against each item will be measured jointly by APL and
authorized person of contractor or contractor himself and paid at the rates quoted in the Schedule of
Quantities
(iv) The quantities of work actually carried out against each item will be measured jointly by APL and
authorized person of contractor or contractor himself and paid at the rates quoted in the Schedule of
Quantities.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

ANNEXURE-3

INTEGRITY PACT

BETWEEN

Assam Petro-chemicals Ltd., hereinafter referred to as "The Principal",


AND
……………………………………………………………… hereinafter referred to as "The Bidder /
Bidder".

Preamble
The Principal intends to award, under laid down organizational procedures, Contract/s for
_________________________________________The Principal values full compliance with all relevant
laws and regulations, and the principles of economic use of resources, and of fairness and transparency in
its relations with its Bidder/s and Bidder/s.

In order to achieve these goals, the Principal will appoint an external independent Monitor who will
monitor the tender process and the execution of the contract for compliance with the principles mentioned
above.

Section 1 -Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles: -

a) No employee of the Principal, personally or through family members, will in connection with
the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself
or third person, any material or immaterial benefit which he/she is not legally entitled to.

b) The Principal will, during the tender process treat all Bidders- with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential / additional information through which
the Bidder could obtain an advantage in relation to the tender process or the tender execution.

c) The Principal will exclude from the process all known prejudiced persons.

2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the IPC / PC Act, or if there be a substantive suspicion in this regard, the Principal will inform its
Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder / Bidder


(1) The Bidder / Bidder commit itself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the tender process and during the
contract execution.

a) The Bidder / Bidder will not, directly or through any other person or firm, offer, promise or give
to any of the Principal's employees involved in the tender process or the execution of the contract or
to any third person any material or immaterial benefit which he / she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

b) The Bidder / Bidder will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of bids or any


other actions to restrict competitiveness or to introduce cartelization in the bidding process.

c) The Bidder / Bidder will not commit any offence under the IPC / PC Act; further the Bidder /
Contactor will not use improperly, for purposes of competition or personal gain, or pass on to others,
any information or document provided by the Principal as part of the business relationship

d) The Bidder / Bidder will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract.

(2) The Bidder / Bidder will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before award of contract has committed a transgression through a violation of Section 2 or in
any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to
disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such
reason.

(1) If the Bidder / Bidder has committed a transgression through a violation of Section 2 such as to put
his reliability or credibility into question, the Principal is entitled also to exclude the Bidder / Bidder
from future contract award processes. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by the
circumstances of the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount of the damage. The
exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

(2) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion

(3) Apart from the above, the Principal may take action for banning of business dealings / holiday
listing of the Bidder as deemed fit by the Principal.

(4) If the Bidder / Bidder can prove that he has restored / recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal may revoke the exclusion
prematurely.

(5) A transgression is considered to have occurred if in light of available evidence no


reasonable doubt is possible.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Section 4 - Compensation for Damages

1) Without prejudice to any rights that may be available to the Principal under law or the Contract or its
established policies and laid down procedures, the Principal / Owner shall have the following rights in case of
breach of this Integrity Pact by the Bidder/ Bidders): Forfeiture of EMD / Security Deposit: If the Principal
has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated the
Contract or has accrued the right to terminate the Contract according to Section 3, the Principal apart from
exercising any legal rights that may have accrued to the Principal, may in its considered opinion forfeit the
Earnest Money Deposit / Bid-Security amount of the Bidder / Bidder.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the
Bidder liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security
Deposit / Performance Bank Guarantee, whichever is higher.

(3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to
condition that if the Bidder / Bidder can prove and establish that the exclusion of the Bidder from the tender
process or the termination of the contract after the contract award has caused no damage or less damage than
the amount of the liquidated damages, the Bidder / Bidder shall compensate the Principal only to the extent of
the damage in the amount proved.

Section 5 -Previous Transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company
in any country conforming to or with any other Public Section Enterprise in India that could justify his
exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or
the contract, if already awarded, can" be terminated for such reason.

(3) If the Bidder / Bidder can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal may, at its own discretion as per laid down
organizational procedures, revoke the exclusion prematurely.

Section 6 - Equal treatment of all Bidders / Bidders / Sub-Bidders

(1) The Bidder / Bidder undertake to demand from all sub bidders a commitment in conformity with
this Integrity Pact. The Bidder / Bidder shall be responsible for any violation(s) of the principles laid down
in this agreement / Pact by any of its Subbidders / Sub-vendors.

(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Bidders.

(3) The Principal will disqualify from the tender process all bidders who do not sign this pact or
violate its provisions.

Section 7 - Criminal charges against violating Bidders / Bidders / Sub- Bidders

If the Principal obtains knowledge of conduct of a Bidder, Bidder or Sub-Bidder or of an employee or a


representative or an associate of a Bidder, Bidder or Sub-Bidder which constitutes corruption, or if the
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Principal has substantive suspicion in this regard, the Principal will report to appropriate authority in this
regards.

Section 8 - External Independent Monitor / Monitors (number depending on the size of the
contract to be decided by the Chairperson of the Principal)

(1) The Principal appoints competent and credible external independent Monitor for this
Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently.

(3) The Bidder accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the Bidder. The Bidder will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access
to his project documentation. The same is applicable to Sub-bidders. The Monitor is under contractual
obligation to treat the information and documents of the Bidder / Bidder / Sub-contractor with
confidentiality.

(4) In case of tenders having an estimated value of Rs.100 Crore, the Principal will provide to the
Monitor sufficient information about all meetings among the parties related to the Project provided such
meetings could have an impact on the contractual relations between the Principal and the Bidder.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform
the Management of the Principal and request the Management to discontinue or to take other
relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the
Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action.

(6) The Monitor will submit a written report to the CEO of the Principal within 2 weeks from the
date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit
proposals for correcting problematic situations.

(7) If the Monitor has reported to the CEO of the Principal substantiated suspicion of an offence
under the IPC / PC Act and the CEO has not, within reasonable time, taken visible action to proceed
against such offence or reported it to the Vigilance Office, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner, Government of India,

(8) The word 'Monitor' would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both the parties have legally signed it. It expires for the Bidder / Bidder 12 months after
the completion of work under Contract or till the continuation of guarantee period, whichever is more and for
all other bidders, till the contract is awarded.

If any claim is made / lodged during this time, the same shall continue to be valid despite the lapse of this
pact as specified it is discharged / determined by the CEO of the Principal.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

Section 10 - Other Provisions

1) This agreement is subject to Indian as well as state of Assam local laws. Place of performance and
jurisdiction is the Registered Office of the Principal, i.e. Guwahati.

2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have
not been made.

3) If the Bidder is a partnership or a consortium, this agreement must be signed by all partners or consortium
members.

4) Should one or several provision of this agreement turn out to be invalid the remainder of this agreement
remains valid. In this the parties will strive to come to an agreement to their original intentions.

_______________________________________ FOR THE PRINCIPAL

_______________________________________ FOR THE BIDDER/BIDDER

WITNESS 1 WITNESS 2

Place : _____________________________

Date : _____________________________
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

ANNEXURE-4

PROFORMA FOR CONTRACT AGREEMENT

(To be executed on non judicial stamp paper of value mentioned in the Tender document)

This AGREEMENT is made on the ____day of _________ Month of ______ Year

BETWEEN

Assam Petro-chemicals Ltd, a company registered under companies Act,1956 have its registered
office at Orion Place ,Mahapurush Srimanta sankardev Path, Guwahati and principal place of business at
P.O. Parbatpur, Namrup in the District of Dibrugarh, Assam (herein referred to as owner/APL) ", which
expression shall unless excluded by or repugnant to the context or meaning thereof be deemed to include
its successors and assigns) on the ONE PART

AND

___________________ hereinafter referred to as "BIDDER", which expression shall unless excluded by


or repugnant to the context or meaning thereof be deemed to include its successors and assigns) on
the OTHER PART.

WITNESSETH THAT

WHEREAS OWNER /APL desires to have works from the aforesaid BIDDER on terms & conditions
mentioned In this CONTRACT:

AND WHEREAS BIDDER who has their own know how with resources for Performing such jobs has
agreed to sign on works agreement and to render the services as per requirement of APL on Terms and
conditions mentioned in this CONTRACT.

NOW Therefore Parties Agree That:

1) The following annexed hereto shall form an integral part of this CONTRACT:

(v) Work Order No: _______________________________


(vi) Terms & Conditions of enquiry document.
(vii) Name of the work _______________________________
(viii) Work order amount _______________________________
(ix) Scope of work for BIDDER as per CONTRACT.

For the scope of WORK as mentioned in the CONTRACT, APL shall pay to
BIDDER a lump sump amount of Rs. ____________ (Rupees ___________________).
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

2) For the purpose of this CONTRACT address of Parties will be as follows and all correspondence and
notices in relation to present agreement sent to PARTIES at the addresses below shall be deemed to be
sufficient for serving notices on the PARTIES. All Such notices as well as bills, reports, documents
etc, shall be addressed to the PARTIES at such addresses.

In WITENESS whereof the PARTIES have executed this CONTRACT through their Representatives
duly authorized in this behalf:

Signed for and on behalf of Signed for and on behalf of

Assam Petrochemicals Ltd. Bidder

SIGNATURE SIGNATURE

NAME NAME

DESIGNATION: PLACE:

PLACE:

DATE: DATE:

WITNESS: WITNESS:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS
TABLE OF CONTENTS

1. BIDDER’S GENERAL INFORMATION

2. AGREED TERMS AND CONDITIONS

3. NO DEVIATION CONFIRMATION

4. UNDERTAKING

5. EQUIPMENT QUESTIONNAIRE

6. CHECKLIST

Note: 1. All proposal exhibits must be duly filled & signed by the contractor without exception in
token of acceptance and must bear his seal. Separate pages may be appended if necessary
and should be documented / listed in the enclosed proposal exhibits. Necessary
testimonials and documents in support of the proposal exhibits should be enclosed
wherever necessary.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 1


BIDDER'S GENERAL INFORMATION
To
M/s ASSAM PETROCHEMICALS LIMITED

Tender Title - “Construction of new boundary wall’’ running parallel to Dhodar Ali(APWD
road) from Gate No-1 to towards Sonari Tinali (Phase-I) at APL , Namrup”.

Tender No – APL/C&P/ Civil/2024-25/310

1
Bidder Name
(With Contact Person Name &
Details)

2 Status of Firm Proprietorship Firm/Partnership


firm/Limited/Others
If Others Specify: [Enclose
3 Name of
Proprietor/Partners/Director
sof the firm/company
4 Number of Years in Operation
5 Address of Registered Office:
*In case of Partnership firm,
City:
enclose letter mentioning
District:
current address of the firm State:
and the full names and PIN/ZIP:
current addresses of all the
partners of the firm.
Operation Address
6 (if different from above) City:
District:
State:
PIN/ZIP:
8 Telephone
Number (Country Code) (Area Code)
[Mobile & (TelephoneNo.)
Landline]
9 E-mail address
10 Website
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

11 Fax Number:
(Country Code) (Area Code)
(TelephoneNo.)
12 ISO Certification, if any {If yes, please furnish details}
13 Bid Currency
14 Banker’s Name
15 Branch
17 Bank account number
18 PAN No. [Enclose copy of PAN Card]

19 GST No.
[Enclose copy of GST
RegistrationCertificate]
20 EPF Registration No.

[Enclose copy of EPF Registration


Certificate]
21 We (Bidder) are cover under Yes / No
the definition of section 2 (n) (If the response to the above is ‘Yes”, Bidder
of the MSMED Act to provide Purchaser a copy of the
Entrepreneurs Memorandum (EM) filled
with the authority specified by the
respective State Government.)
22 Whether Micro/Small (Bidder to submit documents as specified it
Enterprise ITB)
23 Type of Micro/Small General/ SC / ST
Enterprise (Bidder will submit documentary evidence
forthe same).
24 Type of Entity Corporate/ Non-Corporate (As per Service
taxAct).
(In case of Non-Corporate Entity, bidder
willsubmit documentary evidence for
same).

Place: [Signature of Authorized


Signatory of Bidder]Date: Name:
Designation:
Seal:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 2


AGREED TERMS & CONDITIONS

To
M/s ASSAM PETROCHEMICALS LIMITED

Tender Title - “Construction of new boundary wall’’ running parallel to Dhodar Ali(APWD
road) from Gate No-1 to towards Sonari Tinali (Phase-I) at APL , Namrup”
Tender No – APL/C&P/ Civil/2024-25/310

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid
and should be returned along with Un-priced Bid. Clauses confirmed hereunder need
not be repeated in the Bid.
Sl. DESCRIPTION BIDDER’S
CONFIRMATION
1 Bidder's name and address

2. Please confirm the currency of quoted prices is in Indian


Rupees.

3. Confirm quoted prices will remain firm and fixed till


complete execution of the order.

4 Rate of applicable GST

a Applicable GST is
CGST+SGST/IGST
(Please tick as applicable)

b CGST+SGST
………………%age
c IGST
……………….
d Cess (if any)
………………%age
e Service Accounting Codes (SAC) has been submitted and
mentioned in un-priced SOR
5. i) Confirm acceptance of relevant Terms of Paymentspecified
in the Bid Document.
ii) In case of delay, the bills shall be submitted afterdeducting
the price reduction due to delay.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

6. Confirm that Contract Performance Bank Guarantee will be


furnished as per Bid Document.

7. Confirm that Contract Performance Bank Guarantee shall be


from any Indian scheduled bank or a branch of an International
bank situated in India and registered with Reserve bank of India as
scheduled foreign bank. However,in case of bank guarantees from
banks other than the Nationalised Indian banks, the bank must be
a commercial bank having net worth in excess of Rs.100 crores
and a declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its
letterhead.
8. Confirm compliance to Completion Schedule as specified in Bid
document. Confirm contract period shall be reckonedfrom the date
of Fax of Intent.

9. Confirm acceptance of Price Reduction Schedule for delayin


completion schedule specified in Bid document.

10. a) Confirm acceptance of all terms and conditions of Bid


Document (all sections).
b) Confirm that printed terms and conditions of bidder arenot
applicable.
11. Confirm your offer is valid for 3 months from Final/Extended due
date of opening of Techno-commercial Bids.
12. Please furnish EMD/Bid Security details :

a) EMD/ Bid Security No. & date


b) Value
c) Validity
13. Confirm acceptance to all provisions of ITB read inconjunction
with Bid Data Sheet (BDS).

14. Confirm that Annual Reports for the last three financialyears
are furnished along with the Un-priced Bid.

15. Confirm that, in case of contradiction between the confirmations


provided in this format and terms & conditions mentioned
elsewhere in the offer, the confirmations given in this format shall
prevail.

16. Confirm that none of Directors of bidder is a relative of any


Director of Owner or the bidder is a firm in which any Director of
Owner/ APL or his relative is a partner.
17. All correspondence must be in ENGLISH language only.

18 Owner reserves the right to make any change in the terms &
conditions of the TENDER/BIDDING DOCUMENT and to reject
any or all bids.
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

19 Confirm that all Bank charges associated with Bidder’sBank


shall be borne by Bidder.

20 Confirm acceptance of Anti profiteering clause no. 171 ofGST


Act.

21 a) Whether bidder falls under MSE Act.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:
Designation:
Seal:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 3


“NO DEVIATION” CONFIRMATION

To
M/s ASSAM PETROCHEMICALS LIMITED

Tender Title - “Construction of new boundary wall’’ running parallel to Dhodar


Ali(APWD road) from Gate No-1 to towards Sonari Tinali (Phase-I) at APL ,
Namrup”..
Tender No – APL/C&P/ Civil/2024-25/310
Dear Sir,

We understand that any 'deviation / exception' in any form may result in


rejection of Bid. We, therefore, certify that we have not taken any 'exception /
deviation' anywhere in the Bid and we agree that if any 'deviation / exception' is
mentioned or noticed, our Bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:
Designation:
Seal:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 4

UNDERTAKING (IN LETTER HEAD)

Tender Title - “Construction of new boundary wall’’ running parallel to Dhodar


Ali(APWD road) from Gate No-1 to towards Sonari Tinali (Phase-I) at
APL , Namrup”.
Tender No – APL/C&P/ Civil/2024-25/310

1. We solemnly declare that we have never initiated or filed any case/ litigation for any
reason against M/s Assam Petro-Chemicals Limited/ Management/ Officials and if
so we would be barred from participating in the tender process of the company.

2. We understand that we are fully responsible for the contents of this undertaking
and its truthfulness.

3. The above statements have been made by us voluntarily which are true to the best
of knowledge and belief. We hereby put our signature with full sound mind and
without any force or coercion upon us on the date month and year mentioned
herein before.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:
Designation:
Seal:
TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 5

EQUIPMENT QUESTIONNAIRE

1. The below mentioned minimum numbers of equipments must be with the contractor which he
intends to deploy at site during the peak period.
Sr. Description of Minimum Available with Present Intended
Owner
No. Equipments requirement(Nos) contractor (Nos) Location Arrival Date

1 Drill machine 02

Concrete breaker
2 01
machine

Electric Steel/Rod
3 02
cutter machine

Painting
4 05
machine/roller

5 Welding Machine 02

6 De watering pump 02

7 Truck 02

8 Mini Truck 02

9 Mixture Machine 04

10 Hand cart(thela) 03

11 Belsa 20

12 Tegari 20

13 Kudal 10

14 Gaita 05

15 Chisel 05

16 Empty plastic drum 10

____________________________________

SEAL AND SIGNATURE OF TENDERER


TENDER NO: APL/C&P/Civil/2024-25/310 DATE : 21.06.2024

PROPOSAL EXHIBITS NO. 6

CHECKLIST of Documents required to be submitted with Technical (Un-priced) Bid

Please tick (√) in the CHECK BOX

Sl. No. Description CHECK


BOX

1. Signed Tender Documents

2. EMD of required amount / MSME certificate

3. Work orders & completion certificates to comply the Bidder’s


qualification criteria.

4. Copy of PAN card, GST registration, EPF registration

5. Cancelled Bank Cheque

6. Filled up Proposal Exhibits

7. Applicable Rate of GST in SOR (Annexure – 2) & Proposal Exhibits No. 2

8. Copies of Audited Balance Sheet and Profit & Loss Account for FY 2022-
23, 2021-22, 2020-21.

9. Copies of Income Tax Return for FY 2022-23, 2021-22, 2020-21.

____________________________ ___________________________
SEAL OF BIDDER SIGNATURE OF BIDDER

You might also like