No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

41
INDIRA GANDHI INSTITUTE OF TECHNOLOGY:SARANG(PARJANG)- 759146 No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016 The Estate Manager, IGIT, Sarang,Dhenkanal invites Item/Percentage rate bid for the work detailed in the table , from the Contractors/ Fabricator & erectors mentioned in col.4 below.,registered with the State Government and contractors of equivalent grade/class registered with central Government/MES/Railway, to be eventually drawn up PWD F2/P-1 from,for execution of civil works on production of definite proof from appropriate authority. But successful bidder registered under other State Government/MES/Railways/CPWD in equivalent rank has to be registered under the State PWD before signing the agreement . Bidders may submit bid for any or all the following works. Sl. No. Name of works Approx. Value of work.( Rs. In Lakh.) Class of Contracto r Security ( EMD) (Rs.) @ 1% Cost. Of Documents ( Non refundable ) ( Rs. +VAT @ 5% Period of Completion 1 2 3 4 5 6 7 1. Construction of 1 st floor Computer lab in Civil Engg. Dept. 25,00,190.00 “C& B ’’ 6000 + Vat. 3 calendar Months 2. Renovation of P.H works of Bhaskar Bhawan Block-A 19,72,127.00 “C & B’’ 6000 + Vat. 2 calendar Months 2. Bid documents consisting of plans, specification, the scheduled of quantities and the set of term & conditions of contract and other necessary documents can be seen in Estate Maintenance . Dept.during office hours except on Sunday & Public holiday till last date of sale and receipt of tender paper. Interested bidders may obtained further information at the same address. 3. Bids must be accompanied with E.M.D. ( Bid security ) of the amount.specified for the work in the table Col.5 above in shape of NSC/KVP/POTD/Post office saving pass Book /Deposit receipt of any national Bank and drawn in SBI Sarang./ Deposit receipt of IGIT Sarang & duly pledged in favour of Principal IGIT, Sarang,Dhenkanal.Bidders desirous to hire machineries or equipment from outside of the state are required to furnish 2% of the amount put to tender as bid security instead of 1%. Bids without E.M.D. or in other shape will not be considered and liable for rejection. 4. Date of sale of Tender paper 01.08.2016 to 05.08.2016 during working hours of institute. 5. Last date of Received of Tender paper 10.08.2016 up to 12 AM by Regd/speed post to the E.M 6. Date & time of opening 11.08.2016 at 10 AM. The details of Tender paper can be obtained from the office of Estate Manager during working dates & office hours or can be downloaded from our institute website www. igitsarang.ac.in also. Sd- ESTATE M ANAGER C.C. to:- 1. Institute Notice Board. 2. Accounts officer for information.. 3. Dr S. Sethy Officer I/C Institute Website with a request to publish the advt, along with detailed Tender documents in the Institute website. 4. Samaj, Dharitri, Sambad

Transcript of No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page 1: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

INDIRA GANDHI INSTITUTE OF TECHNOLOGY:SARANG(PARJANG)-759146

No.IGIT/Em/ 213 Dated- 28.04.2016

TENDER CALL NOTICE 1/ 2016

The Estate Manager, IGIT, Sarang,Dhenkanal invites Item/Percentage rate bid for the work detailed in the table , from

the Contractors/ Fabricator & erectors mentioned in col.4 below.,registered with the State Government and

contractors of equivalent grade/class registered with central Government/MES/Railway, to be eventually drawn up

PWD F2/P-1 from,for execution of civil works on production of definite proof from appropriate authority. But

successful bidder registered under other State Government/MES/Railways/CPWD in equivalent rank has to be

registered under the State PWD before signing the agreement . Bidders may submit bid for any or all the following

works.

Sl. No.

Name of works Approx. Value of work.( Rs. In

Lakh.)

Class of Contracto

r

Security ( EMD)

(Rs.) @ 1%

Cost. Of Documents

( Non refundable )

( Rs. +VAT @ 5%

Period of Completion

1 2 3 4 5 6 7

1. Construction of 1st floor Computer lab in Civil Engg. Dept.

25,00,190.00

“C& B ’’ 6000 + Vat.

3 calendar Months

2. Renovation of P.H works of Bhaskar Bhawan Block-A

19,72,127.00

“C & B’’ 6000 + Vat.

2 calendar Months

2. Bid documents consisting of plans, specification, the scheduled of quantities and the set of term & conditions of contract and other necessary documents can be seen in Estate Maintenance . Dept.during office hours except on Sunday & Public holiday till last date of sale and receipt of tender paper. Interested bidders may obtained further information at the same address.

3. Bids must be accompanied with E.M.D. ( Bid security ) of the amount.specified for the work in the table Col.5 above in shape of NSC/KVP/POTD/Post office saving pass Book /Deposit receipt of any national Bank and drawn in SBI Sarang./ Deposit receipt of IGIT Sarang & duly pledged in favour of Principal IGIT, Sarang,Dhenkanal.Bidders desirous to hire machineries or equipment from outside of the state are required to furnish 2% of the amount put to tender as bid security instead of 1%. Bids without E.M.D. or in other shape will not be considered and liable for rejection.

4. Date of sale of Tender paper 01.08.2016 to 05.08.2016 during working hours of institute.

5. Last date of Received of Tender paper 10.08.2016 up to 12 AM by Regd/speed post to the E.M

6. Date & time of opening 11.08.2016 at 10 AM.

The details of Tender paper can be obtained from the office of Estate Manager during working dates & office hours or can be downloaded from our institute website www. igitsarang.ac.in also.

Sd-

ESTATE M ANAGER

C.C. to:-

1. Institute Notice Board.

2. Accounts officer for information..

3. Dr S. Sethy Officer I/C Institute Website with a request to publish the advt, along with detailed Tender documents in the Institute website.

4. Samaj, Dharitri, Sambad

Page 2: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Option 1

INDIRA GANDHI INSTITUTE OF

TECHNOLOGY,SARANG, DHENKANAL

TENDER DOCUMENT

TOWARDS CONSTRUCTION OF 1st floor computer

lab in civil engg. Dept.

(Estimated cost. Rs. 25,00,190.00)

Page 3: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

.

Page 4: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-1

TENDER SCHEDULE FOR THE WORK “CONSTRUCTION OF1ST FLOOR COMPUTER LAB IN CIVIL ENGG. DEPT

TENDERER/CONTRACTOR ESTATE MANAGER

Sl No.

Description of items Unit Approx. Quantity.

Rate Amount

1. Dismantling brick or stone masonry in line or cement mortar under 3m. ht. including stacking the useful materials for reuse & removing the debris within 50m lead.

Cum. 19.0 783.56 14887.64

2. RCC M20 grade using 20mm & down graded size chips for RCC works including mixing laying & compacting proper curing & cost of all materials etc. complete for finished work. as per direction of Engineer-in-charge.

Cum. 62.25 5459.49 339853.25

3. 1st Class Brick masonry work using Fly Ash bricks in 1ST Floor having crushing strength not less than 75 kg/cm2 in cement mortar (1:6) immersing the bricks minimum six hours in water before use with all necessary projections, splays, cutting circular moulding, corbelling etc. including cost. Conveyance taxes, royalties, loading, unloading of all materials labour, scaffolding, watering & curing, sundries T&P etc.complete as per direction of EIC

Cum. 55.0 4026.64 221465.20

4. 1st Class Brick masonry work using Fly Ash bricks in 2nd Floor having crushing strength not less than 75 kg/cm2 in cement mortar (1:6) immersing the bricks minimum six hours in water before use with all necessary projections, splays, cutting circular moulding, corbelling etc. including cost. Conveyance taxes, royalties, loading, unloading of all materials labour, scaffolding, watering & curing, sundries T&P etc.complete as per direction of EIC

Cum. 30.0 4213.96 126418.80

5. 12mm thick cement plaster on the even surface of brick masonry walls with cement mortar of mix (1:6) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth to proper plumbs and levels as per direction of the Engineer-in-charge including cost of all materials, conveyance, loading &unloading all taxes,& royalties all labour scaffolding watering and curing sundries and T&P etc. complete.

Sqm. 390.0 105.36 41090.40

Page 5: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-2

TENDERER/CONTRACTOR ESTATE MANAGER

6. 16mm thick cement plaster on the even surface of brick masonry walls with cement mortar of mix (1:6) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth to proper plumbs and levels as per direction of the Engineer-in-charge including cost of all materials, conveyance, loading &unloading all taxes,& royalties all labour scaffolding watering and curing sundries and T&P etc. complete.

Sqm. 410.0 145.55 59675.50

7. 20mm thick cement plaster on the even surface of brick masonry walls with cement mortar of mix (1:4) including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth to proper plumbs and levels as per direction of the Engineer-in-charge including cost of all materials, conveyance, loading &unloading all taxes,& royalties all labour scaffolding watering and curing sundries and T&P etc. complete.

Sqm. 310.0 173.02 53636.20

8. Labour charges for straightening the bent or coiled M.S rods and cutting bending binding and tying the grills of round bar or tor steel joining & welding, hoisting & placing in position in floors required for RCC works etc. complete. including cost of steel.

Qntl. 72.0 6524.80 469785.60

9. 40mm thick grading concrete with C.C (1:2:4) on roof slab with 12mm & down grade size C.B chips of approved quality including cost of all materials & labour etc complete as per direction of Engineer-in charge.

Sqm 235.0 528.47 124190.45

10. Rigid smooth centering & shuttering for RCC works including false work & dismantling then after casting including cost of all materials and labour required for the work etc.complete.

Sqm.

a) Column

125.0 644.50 80562.50

b) Lintal

32.0 302.91 9693.12

c) Beam

80.0 644.50 51560.00

d) Roof Slab, Chajja & Landing

240.0 440.98 105835.20

e) RCC Stair

50.0 396.25 19812.50

Page 6: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-3

11..

P/F M.S Grill of approved design & drawing , including cost of all materials with taxes ,transportation ,all labour ,sundries,T&P etc.complete as per the direction of Engineer-in-charge.

Kgs. 74.48 105.22 7836.79

12. Supplying fitting & fixing of Nova pan shutter made up with aluminum section & 6mm black glass, finished including cost of all materials & labour charges etc. complete complete as per the direction of Engineer-in-charge.

Sqm. 5.15 5258.41 27080.81

13. Providing, fitting, fixing of 8/10 thick vitrified tiles in 1st floors in C.M (1:4) over 20mm thick bed including rubbing polishing etc. including cost of all materials & labour complete.

Sqm. 200.0 1082.70 216540.00

14. Supplying fitting & fixing up window (sliding type) made up with aluminum section & 6mm black glass, finished including cost of all materials & labour charges etc. complete

Sqm. 25.0 5270.09 131752.25

15. Providing, fitting, fixing of steel railing 304 grade in 1st floors including cost of all materials & labour complete complete as per the direction of Engineer-in-charge.

Rmt 15.0 3391.70 50875.50

16. Providing, fitting, fixing of rain water Pipe ( 110 mm) including cost of all materials & labour complete complete as per the direction of Engineer-in-charge.

Rmt 60.0 166.70 10002.00

17. Providing, fitting, fixing of 18/20 thick Granaite in 1st floors in C.M (1:1) over 20mm thick bed including rubbing polishing etc. including cost of all materials & labour complete.

Sqm. 35.0 2644.40 92554.00

18. Finishing wall surface of walls with acrylic wall putty ( water based) of approved make and finished smooth and even surface to receive painting including cost of scaffolding staging charges with cost of all materials taxes ,labpour T & P etc complete.

Sqm. 670.0 174.44 116874.80

19. Finishing wall surface with wall cement primer of water base (approved quality) including cost of all materials & labour etc complete.

Sqm. 1200.0 45.17 54204.00

20. Distempering two coat on wall with distemper of approved shade on new work to give an even shade including cost of all materials & labour etc. complete.

Sqm. 390.0 54.50 21255.00

21. Painting two coats to out side surface of wall with weather coat including cost of all materials & labour charges etc complete.

Sqm. 490.0 97.64 47843.60

22. Painting two coats with approved quality enamel paint to new wood work including cost of all materials & labour charges etc. complete.

Sqm 50.0 98.09 4904.50

( Total No. of Items- 22 ( Twenty two ) only Total Amount. Rs. 2500189.61

Say Rs. 25,00,190.00

The quoted rate is --------------------- % excess or ----------------- % less on the estimated cost.

TENDERER/CONTRACTOR ESTATE MANAGER

Page 7: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

DETAIL TENDER CALL NOTICE Page-4

1. INVITATION

Sealed Tender in conformity with detailed Tender Call Notice to be eventually drawn in P.W.D -F2 are invited

by the Estate Manager, At/P.O.- I.G.I.T.,Sarang,Dhenkanal (Orissa) from intending and eligible tenderer of class

registered of the Govt. of Orissa, or equivalent class of contractor Govt. of India, C.P.W.D/WR/RD/R&B. so as to be

received on or before 10.08.2016 up to 12.00 A.M between working hrs. for the work” Const.of 1st floor Computer lab

in Civil Engg. Dept.” of

estimated value of Rs.25,00,190.00 (Rupees.Twenty five lakh one hundred ninety only ).The tender documents may

be downloaded from the institute website www.igitsarang.ac.in or from the Estate Manager office.

On payment of cost of tender documents of Rs. 6300.00/- perset, non-refundable, in shape of cash/money

order/Bank draft drawn on S.B.I . I.G.I.T.,Sarang in favour of Principal, I.G.I.T.,Sarang, Dhenkanal(Orissa) in person or

written application during office hrs on working days from 01.08.2016 to 05.08.2016 on production of valid

registration licence. The tender documents also be obtained by Registered post on written request on payment of

extra amount of Rs 300/-towards postal charges. Department doesn’t bear any responsibility for postal delay if any in

delivery of tender document or non-receipt of the same in time. Telegraphic tenders and tenders received after the

due date and time will not be accepted.

The sealed tender documents received on or before 10.08.2016 up to 12.00 A.M.in the offices mentioned

above & will be opened in the office of the Registrar, I.G.I.T.,Sarang on 11.08.2016 at 10.00 A.M by the Registrar,

I.G.I.T,Sarang or of an Officer authorised by him in the presence of the tenderers or their authorised representative.

The date of sale and or receipt of tender documents may be extended before receipt of tender by the

Engineer-in-charge if required by circumstances.

1.2 EARNEST MONEY DEPOSIT

Tenders are required to deposit earnest money at the rate of one percent of the tender amount put to

tender which should either deposited in shape of N.S.C/ Postal saving Account/ Postal Time Deposit Account/

Deposit receipt of a schedule bank duly pledged in favour of the Principal, I.G.I.T.,Sarang, Dhenkanal, Orissa and

attache with tender documents. Payment by cheque / cash or an any form other than mentioned above will not be

accepted. Any tender not accompanied by an acceptable form of required amount of E.M.D. will be rejected.

1.3 TAX CERTIFICATES

The tenders are also required to furnish Xerox/ Certified copy of PAN/VAT Registration & clearance along with

tender documents failing which the tender may not be considered. The originals are to be shown at the time of

opening.

CONTRACTOR ESTATE MANAGER

Page 8: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-5

1.4 The plan, specifications and special conditions and other details for the work can be had from the office of the

Estate Manager, I.G.I.T.,Sarang, Dhenkanal ( Orissa) during office hrs. on working days only.

1.5 PREBID INSPECTION BY CONTRACTORS

The tenderers are required to go through each clause of Contractor labour rule carefully in addition to clauses

mentioned herein before tendering. In any case, the tenderer shall be deemed to have carefully examined the

tender documents, visited the site of work and its surrounding, and satisfied himself as to the form and nature

of the site, approach roads, haul roads, local conditions assessed all the facilities including requirement and

availability of labour and materials needed for complete execution of the work and made an inventory of

such information as to the risks, contingencies and other circumstances which would influence or affect his

tender, before tendering.

He should also satisfied him self about the sufficiency of availability of requirements. The Institute

will not be responsible for any misjudgment of the tenderer on these accounts for any future claims.

1.6 VALIDITY OF TENDER

The rates quoted shall remain valid for a period of 90(Ninety) Days from the date of receipt of tender.

1.7 The tender which is not in the prescribed Performa and is not strictly in accordance with the terms and

conditions of the tender call notice is liable for rejection.

1.8 Alternate tenders, Conditional tenders and Tenders containing indefinite terms will not be entertained. The

tenders will be considered giving special emphasis on the capability of the tenderer.

1.9 Loose letters found in the tender box intimating modifications to the tenders already submitted will not be

considered.

1.10 Rates quoted should be for finished items of works and for sufficiency as per the descriptions of the schedule

of quantity and specifications and shall include all taxes including rent VAT, Incidental charges, conveynance charges

etc . The tender must take the form of definite quotation rate for each item of work to be included in the contract

and tenders containing indefinite terms such as at estimate rate of at percentage basic shall not be considered. All

rates must be for finished items of work unless otherwise mentioned in the tender schedule.

1.11 The units and rates in the tender should be written both in words and figures and incase of any discrepancy,

in unit rate and total unit rate shall prevail. The rates should be quoted in Indian currency.

(i) The tenderer shall bear cost of various incidentals, sundries and contingencies necessitated by the work of all

within the following or similar category.

(ii) Labour camps and huts necessary to a suitable scale including conservancy and sanitary arrangements, medical aids there on to the satisfaction of the health authorities.

CONTRACTOR ESTATE MANAGER

Page 9: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-6

(iii) Labour as well as for the works no. claims for carriage of water whatsoever will be entertained.

(iv) Fees and dues levied by Municipal, Canal and water supply authorities.

(v) Suitable equipments and wearing apparatus for the labourer engaged in risky operation.

(vi) Suitable fencing, barriers, signals, including parapet and electrical signal where necessary at works and

approaches in order to protect the public and employees from accidents.

(vii) No compensations for any damage done by rain or by similar action during execution of the work shall be

paid.

(viii) The tender shall be retain legible and free from erasures, overwriting or correction of figures, corrections on

avoidable should be maid by scoring out the same and initialing dating and writing. The tender would so the total of

each page and grade total of whole tender.

1.12 The tender is to be decided as per prevailing codal provisions taking in to considerations the capacity of the

tender an equipments available with him for the work. The authority deserves the right to reject any or all tenders

without assigning any reason there to.

1.13 All the tenders are requested to submit along with their tender a declaration about the names of their

relatives employed in irrigation dept. in the prescribed proforma appended. In case they have no relation in irrigation

dept. a certificate to that effect shall have to be furnished.

1.14 The work may be splitted up and distributed among several contractors if considered necessary in urgency of

circumstances of the work and contractors.

1.15 The earnest money deposited by the unsuccessful tenderers will be refund as per relevant Rules in force.

1.16 No part of the contract shall be submit without written permission of the Engineer-in-charge nor any transfer

be made by power of attorney authorizing others to receive payment on behalf of the contractor.

1.17 No tender is permitted to furnish their tender in their own manuscript paper.

1.18 OBSERVATION OF LAWS AND LOCAL REGULATIONS ACCIDENTS AND SAFETY MEASURES.

The contractor shall observe all state and look rules and regulations, so for as they are relevant in controlling

the operations involved carrying out the work and identify the Govt.and employees of the Govt. against all suite

losses, demands, actions, judgments and cost of every kind resulting from the commissions and commissions of the

contractor and his employees in violation of the said rules and regulations.

1.19 Department for payment of the compensation under workmens compensation and V-III of 1923 on account

of the workmen being employed by him and the full amount of compensation if awarded by any competent Court of

law to the workmen will be recovered from the contractor and will be paid to the workmen as per direction of Court.

CONTRACTOR ESTATE MANAGER

Page 10: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-7

1.20 The contractor shall have to abide by the labour laws and rules in vogue and shall provide at his own cost

housing, water supply, sanitation, medical aid and other facilities to the labourer engaged in work as required under

labour laws and regulations. The contractor shall not employ labour of minor age group.

1.21 The contractor shall have to abide by the safety code introduced by the Govt. of India, Ministry of Works

Housing and supply in their standing order No.14 to 50 dated 25/11/57.

1.22 In case of any damage to Govt. or public property or to the property owned to any person(s) or firms(s) or

body (s) due to negligence or any such action of the contractor resulting in damage or stoppage of work thereby, the

contractor shall be liable to be penalised to the extend of the assessed value of the damage or the cut turn lost.

1.23 CHANGE OF ADDRESS OF CONTRACTOR

The contractor shall inform the Engineer and the Department any change of his postal address from time to

time from the one given in to tender papers and authorise any person with due intimation to the Estate Manager and

the Institute to receive instruction or communication from the Institute.

1.24 ARCHAEOLOGICAL FINDINGS

The contractor shall deliver to the Estate Manager all articles or archaeological importance and when those are find in

course of execution.

1.25 CONTEMPORARY CONTRACTORS

The contractor shall take into consideration the needs and requirements of the other contractors any, working in the

vicinity during the tender of his contract and shall neither take nor cause to be taken any steps or actions that may

cause disruption/disturbance to their work, labour or arrangements etc.

Any actions by the contractor which the Estate Manager in his unquestioned direction may considered as

infringement of the above would be considered as a breach of contract and he may taken such action against

contractor as deemed fit.

1.26 TAXES

(a) Income Tax- Income Tax (Provisional) from each running account bill will be recovered from the contractor

as per Government prevailing rules from time to time.

(b) Vat- Required Vat from each R/A bill of the contractor will be deducted on works contract as per Orissa

value added Tax act-2004 and as per Government prevailing rules from time to time.

CONTRACTOR ESTATE MANAGER

Page 11: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-8

1.27 INTEREST

Under no circumstances interest is payable for dues of the contractor if any leaving unpaid or payable for the

work. ]

1.28 CONSTRUCTION PROGRAMME

A construction programme prepared and submitted by the contractor prior to issue of work order may be approved

by the Engineer-in-charge. The contractor shall arrange for additional shifts whenever necessary to suit the revised

construction programme. No extra payment on this account is admissible.

(a) The contractor has to make adequate lighting arrangements for night works when ever necessary is

fulfillment of the construction programme at his own cost and no extra payment on this account is admissible.

1.29 AVAILABILITY OF LABOUR

Labour required for the work may not be available to the full extent in the locality. The contractor may have

to import labourer from outside. He shall arrange and regulate the labour strength according to necessity. The claim

for any idle labour whether or not at the fault of the contractor or due to any other reason whatsoever shall not be

entertained by the department. The contractors item rate in the tender are deemed to have adequate coverage on

account of import and employment of required over labours and providing facilities and amenities to them.

1.30 SUSPENSION OF WORK

The Engineer-in-charge may from time to time by written orders without in any way vitiating the contract, direct the

contractor to suspend the work or any part thereof at such time and the contract shall not after receiving such

written order proceed with the work or items thereof ardered to be suspended until he shall have received a written

notice or authority from the Engineer-in-charge to proceed with the works again.

Should the work be ordered to be suspended directly in the interest of safety of the work due to Acts of God,

force majure, War or indirectly as a result of the contractor not completing with any of the provisions of the contract

in respect of the quality of the materials, workmenship programme of execution, he shall not be entitled to claim any

compensation for any loss he may be put to directly or indirectly for such suspension of work.

During the period of suspension of the work the contractor shall property protect and secure the works as far

as is necessary in the opinion of the Engineer-in-charge.

1.31 ITEMS NOT COVERED IN THE SCHEDULE

The items of work not covered in the tender schedule shall be paid in the current schedule of rates of the

state and those not covered by the said schedule of rates will be paid on actual analysis approved by competent

authority.

CONTRACTOR ESTATE MANAGER

Page 12: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-9

1.32 FORCE MAJOR

The contractor shall take all precautions protect the work from damages due to rains, fllod, cyclones, fire or

by any other natural calamity, public agitation or riots etc. and also make good such damage if any at his own cost

during the period of execution and till the work is taken over by the Institute. No compensation will be paid to the

contractor on account of idle labourers due to above reason.

1.33 DEPARTMENTAL STOCK MATERIALS

The contractor shall be issued stock materials as per terms and conditions specified under clause 9 to F2

contract for bonafied use in the work. It shall be his responsibility to make all arrangement or proper transport, safe

storage, watch and ward of materials and all other charges incidental thereon. No payment shall be made on this

account to the contract or separately.

1.34 ORDER BOOK

Any order book with pages serially numbered will be issued by the Estate Manager and shall be maintained by the

sectional officer systematically till completion of the work and there after surrender it to the Estate Manager for

record. The order book shall be available at the site during working hrs. for recording instructions relating to the

work.

Orders regarding the work as and when necessary shall be entered in this book by the Estate Manager or his superior

officer with their dated signatures in exercise of statutory powers vested on them which shall be duly noted by the

contractor or his authorised agent with his dated signature. The executive sub ordinate in charge of work shall also

record his observation of defective work and such orders/observation entered in this book and noted by the

contractors agent shall be considered to have been duly given to the contractor. Similarly orders entered by the

Principal, I.G.I.T., Sarang shall be deemed to have been duly issued by the Engineer-in-charge for the contractor.

1.35 CLAIM BOOK

A claim book with pages serially numbered shall be issued by the Estate Manager to the contractor who shall

maintain it systematically and securely and shall record in it such items as are not covered by his contract and/or

claim as extra claim shall be entered in this book under the dated signature of the contractor or his duly authorise

agent at the end of each month.

A certificate should also be furnished by him along with those claims to the effect that beyond the claims

entered in the book, the contractor has no other claims up-to-date. If in any month there are no claims to record or

certificate to that effect should be furnished by the contractors claim book. Each claim must be definite and should

give as far as possible the quantities as well as the total amount claimed. The claim book must be submitted regularly

by the contractor to the Engineer-in-charge by the 10th day of each month for his orders claims not made in this

manner are liable to be summarily rejected. The claim book shall be finally surrendered by the contractor to the

Engineer-in-charge for record.

CONTRACTOR ESTATE MANAGER

Page 13: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-10

1.36 Institute shall not pay compensation to the contractor for the damage occurred to the materials and work

entrusted to him due to natural calamities.

1.37 INSTITUTE RIGHT FOR DEVIATION IN QUOTATION

Right is reserved to make such increase or decrease in quantity or in item of work mentioned in the schedule

attached to the tender notice as may be a considered necessary for satisfactory completion the work and such

increase or decrease shall in no way invalid able the contract or rates except grant of extension of time where

considered necessary.

1.38 EMERGENCY MEASURES

The work may be split up and distributed among several contractors if considered necessary on the emergency of the

circumstances of the work and the contractors will not be entitled to an compensation to this account.

1.39 SAFETY OF MACHINARIES

Unusual flood may occur during the working season. In the event of overtopping of breach in the cofferdam

embankment due to such flood in the working season resulting a flooding of the working area or outside the working

area, the contractor shall make his own arrangement in shift the machineries and equipment materials etc to safe

place at his own cost cleaning the working area of debris and silt shall have to be done by the contractor at his own

cost. Suitable extension of time

may however be granted in such eventualities at the request of the contractor but on compensation whatsoever shall

be paid in this regard.

1.40 CONTRACTOR DYING, BECOMING INSOLVENT, INCENSE OR IMPRISONED

In the event of death insanity, insolve and imprisonment of the contractor or the contractor being partnership or firm

becomes dissolved or being a corporation goes in to liquidation, the contract may be terminated by notice in writing

posted at the site of the work and advertised in one issue of the local news paper and all acceptable works shall be

paid for after recovering all the contractors dues to Govt. the reform at appropriate rates to the person or persons

entitled to received and give discharge for the payment.

(b) If the contractor becomes bankrupt or has a receiving order made against him or compound with his creditor

or being a corporation commence to be wind-up not basing a voluntary winding up for the purpose only of

amalgamation or reconstruction, or carry on its business under a receiver for the benefit of the creditors of any them,

the Institute shall be at liberty.

(i) To give such liquidator, receiver or other persons the option of carrying out the contract subject to his

providing a guarantees for the due, faithful performance of the contract up to an amount to be determined by the

Institute.

(ii) To terminate the contract forthwith by notice in writing to the contractor or to the liquidator of receiver or to

any person in whom the contract may become vested and to act in the manner as per prelevent clauses of F2

contract.

CONTRACTOR ESTATE MANAGER

Page 14: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-11

1.41 REMOVAL OF CONTRACTOR’S MEN

The contractor shall on the written direction of the Estate Manager, immediately remove from the works any

person employed thereon, who may the opinion of the Engineer-in-charge be incompetent or has misconducted

himself. Such person shall not be employed again on the works without the written permission of the Engineer-in-

charge.

1.42 DETAILS CALL NOTICE BEING PART OF CONTRACT

The detail tender call notice and all the Annexure thereto will from the part of the Agreement when the work will be

awarded to the contractor. All the correspondence made with the contractor and all his correspondences with the

Institute after the tender is received will also be attached with the agreement.

1.43 FARE WGES CLAUSES

The contractor should abide by the fair wage clause introduced by the Govt. and shall not pay less than the fair wages

fixed by the Govt. to the labourer engaged by him in the work.

1.44 LABOUR LICENSE AND REGISTRATION

The contractor is to furnish labour license as per the relevant labour Act and Rules in force before signing the

agreement failing which execution of agreement will not be entertained.

1.45 For the purpose of jurisdiction in the event of dispute if any contractor should be deemed to have entered

into within the State of Orissa and it is agreed that neither party to the contract nor the agreement will be competent

to bring a suit in regard to matters covered by this contract any place outside the State of Orissa.

1.46 If any further necessary information is required, The Principal; I.G.I.T; Sarang will furnish such information on

written request, but it must be clearly understood that tenders must be received in order and according to

instructions specifications appended herewith.

CONTRACTOR ESTATE MANAGER

Page 15: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-12

SPECIAL CLAUSES

1. The contractor shall pay the wages as fixed by Govt. of Orissa from time to time to the labours engaged by

him. In case the Engineer-in-charge is satisfied that the wages as fixed by the Govt. of Orissa has not been paid, he will

have the right to deduct such amount in his opinion is adequate from any bill and pay to the labours for this work.

2. In respect of items for which quoted rates are more than 25% of the estimated rates, the quantity of

execution of that item shall not vary by more than 5%. In case it exceeds the limit, approval of the competent

authority should be obtained for such items.

3. The Tenders have to obey the rules & regulations or any amendments time to time as per Govt. Notification.

CONTRACTOR ESTATE MANAGER

Page 16: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-13

AFFIDAVIT Annexure- ‘A’

I, Sri ……………………………………………… Aged ………….. Years, son/daughter/wife of Sri …………………………………………. at

present residing At ……………………..Po. ……….…………P.S. …………………… Dist. ………………….. Pin. ………………….. do hereby

solemnly affirm as follows.

i) That, I/We posses a valid license for execution of works contract issued by ………………….. belongs to

…………………… Class and is valid up to ……………….

ii) I am submitting tenders before the Estate Manager, IGIT,Sarang, for execution of following works in response

to Tender call Notice No………………………..

1. ……………………………………………………………..

2. ……………………………………………………………..

Etc.

iii) I am the authorised signatory for the tender for the work/works mentioned above.

iv) I am swearing this affidavit that all tender documents and accompanying papers those being submitted by me

before the Estate Manager, IGIT, Sarang including E.M.D in any shape are all authentic and bonafied

documents in the eyes of the law of the land.

That the facts stated in the affidavit are true to the best of my knowledge and belief.

Signature of Contractor/

Authorised Signatory

Note: Mention the license issuing authority.

Mention the date up to which the license is valid.

Mention name of work for which tender is being submitted.

CONTRACTOR ESTATE MANAGER

Page 17: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-14

ANNEXURE – ‘B’

The contractor has to furnish the report in the following proforma duly certified by the Executive Engineers under whom he has executed works in order to judge their past performance.

Performance Record of Contractor

1. Name of the Contractor :

2. Registration No. and date :

3. Class of Contractor :

4. Licensing Authority :

5. License Valid up to :

6. Details of Work Executed :

Sl No.

Name of work under execution

Agreement amount

Date of commenc

ement

Stipulated date of

Completion

Whether work is progressing as per

programme

Response for delay if any

1. 2. 3. 4. 5. 6. 7.

7. Whether the contractor has requisite

machineries and personnel deployed

(details of machineries & personnel

deployed) :

8. Whether the quality of Contractor :

9. Whether he has capacity to make

good the loss time. :

10. Whether the contractor has

abandoned any work in the past

three years, if yes, the details

thereof. :

11. Whether the contractor has entered

in to any litigation in the past, if yes,

the details thereof. :

Name of the Certifying Officer Signature of the Contractor

With official Seal.

Page 18: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-15

SPECIAL CONDITIONS

1. BID VALIDITY: The bid shall remain valid for a period of not less than 90 (Ninety) days after the dead lines for submission of Bids. A

bid valid for a shorter period shall be rejected.

2. BID SECURITY: The Bidder shall furnish the Bid security as per Tender call (EMD) notice one of the following forms duly pledged in favour of the

Principal, IGIT Sarang, Dhenkanal(Orissa)

(a) NSC/KVP/POTD/POSTAL SAVINGS PASS BOOK of any post office in the State of Orissa or DD in favour of Principal IGIT, Sarang, DKL (Orissa) payble at IGIT, SBI in the state of payble at State Bank if India, extension counter.

(b) The BID Security (EMD) must be valid for at least 135 days from the date of opening of tender.

Any Bid not accompanied by an acceptable Bid-Security (EMD) as indicated above shall be rejected.

(c) Engineer Contractors participating in the tender desiring to avil exemption of EMD shall have to furnish an affidavit for exemption of Bid-Security (EMD) as per works Deportment

O.M No.15337 dt.22.7.96 & 10003 dt.24.5.01 mentioning the

No. of such facilities availed during the current financial year

2006-07. They are required to surrender the original license to

the Estate Manager for a week for noting the exemption as

per works Deptt. Memorandum No.10003 dt.24.05.01.

(d) The Bid-Security (EMD) of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnish the performance security.

3. FORFEITURE OF The Bid security may be forfeited.

BID SECURITY

(EMD):

(a) If, the Bidder with draws the Bid after Bid-opening during the period of Bid validity.

Page 19: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-16

b) Incase of successful Bidder, if the Bidder fails within the specified time limit to

(i) Sign the agreement. (ii) Furnish the required performance security (ISD) & additional performance

security for unbalanced bid. 4. PERFORMANCE

SECURITY(ISD): After receipt of letter of acceptance, the successful bidder shall furnish the

performance security (ISD) for an amount equivalent of 2% of the agreement

value in one of the following forms duly pledged in favour of

similar to the cases of EMD as mentioned in Sl.No.(2) (a) & (b) above. 5. UNBALANCED

BID ADDITIONAL

PERFORMANCE

SECURITY: When the Bid amount is less than 15 % the estimated cost the tender is to be rejected. Further additional performance security to be deposited as per OPWD code.

1. VALIDITY OF The performance security and additional performance security

PERFORMANCE shall be valid until a day 28 days from the date of expiry of

SECURITY AND defect liability period. Both of these securities can be refunded

ADDITIONAL to the contractor after the satisfactory completion of the work &

PERFORMANCE defect liability period is over, with defects duly rectified.

SECURITY: The defect Liability period is 180 days from the date of certificate of completion.

7. CORRECTION (A) The Estate Manager shall give notice to the contractor

OF DEFECTS of any defects before the end of the defect liability period.

Page 20: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-17

(B) Every time notice of a defect is given, the contractor shall correct the notified

defect within the length of time specified by the Engineer’s notice.

(C) If the contractor has not corrected a defect within the time specified in the

Engineer’s notice, the Engineer shall asses the cost of having the defects corrected

and the department reserves the right to correct such defects & the amount spent

for the purpose shall be recovered from any of the dues of the contrctor.

8. Conditional tender shall not be accepted.

9. The transparency board of each work shall be fixed by the contractor at work site at

his own cost as per the institution of Engineer-in-charge. The Contractor shall quote

his bid price of various items of work which is deemed to have been inclusive of the

cost and fixation of transparency board at site.

10. The Institute shall not be held responsible for any loss of work/ a portion of work

during execution before handing over the completed work to the Institute.

11. The Institute shall not be held responsible for accident to any work man/ to any other

individual during execution of work for which the agency shall take the entire

responsibility.

12. In case an agency has purchased the tender paper but not dropped the same, then in

that case if situation warrants, the agency may be required to explain the reason of

not dropping the tender and the matter may be reported to the appropriated

authority for suitable action.

13. The tender shall have to furnish an affidavit in original along with the tender

documents about the authenticity of all the documents duly sworn in before

executive Magistrate/Notary as per format enclosed in Annexure- ‘A’ of detailed

tender call notice.

14. The tender shall have to furnish their past performance as per the format enclosed in

Annexure- ‘B’ of the detailed tender call notice.

15. The agency shall execute the work as per the technical specification, design, drawing

& quality as directed by the Engineer-in-charge.

16. Payment of bills for the work done will be made subject to availability of fund.

Page 21: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Option 2

INDIRA GANDHI INSTITUTE OF

TECHNOLOGY,SARANG, DHENKANAL

TENDER DOCUMENT

TOWARDS renovation of ph works at boys

hostel bhaskar bhawan( block-a) .

(ESTIMATED COST.Rs.19,72,127.00 )

Page 22: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-1

ESTIMATE FOR RENNOVATION OF P.H WORKS AT BOYS HOSTEL(BHASKAR-BLOCK A) OF IGIT,SARANGA

Sl.No. Description Qnty Unit Rate Amount

A. 1

DISMENTALLING INTERNAL P.H.WORKS Dismantling G.I or B.I pipes and fittings under the ground including earth work in excavation of trenches in all kinds of soil with supply of all labour and T & P all complete 32mm to 50mm Dia pipenn

72

Mtr

70.30

5061.60

2 Supplying all labour and T & P for dismantling Mirror, towel rail etc.

12

Nos.

53.40

640.80

3 Supplying all labour and T & P for dismantling squatting type urinal plates water closests and wash hand basins etc and mending good to the damages to the floor etc. all complete

30

Nos

343.80

10314.00

4 Dismantling and removing cement concrete including stacking the useful materials for reuse and removing the debris within 50m lead.

5.30

Cum

278.80

1477.08

5 Dismantling and removing old tiled flooring including removing the base coarse and stacking the useful materials for reuse and removing the debris within 50m lead

52.98

sqmt

46.80

2479.46

6 Dismantling and removing old tiled cladding from walls including racking out joints 12mm deep stacking the useful materials for within 50m lead

359.73

sqmt

24.40

8777.41

7 Supplying all labour and T & P for dismantling of H.C.L pipes and fittings all complete (damaged) 100mm Dia H.C.L Pipe & Fitting

105

Mtr

40.40

4242.00

8 Dismantling and removing doors, windows and ventilators including removal of frame ,hinges, fastening and stacking the same for reuse and removing the debris within 50m lead

75.06

sqmt

149.70

11236.48

B 1

INSTALLATION OF INTERNAL P.H. WORKS Supplying ALL MATERIALS, LABOUR, Taxes, T&P for fitting & fixing of cpvc flow guard pipe SDR 13.5 of 100% lead free & confirming to IS 15778 specific to CPVC flow guard with N.S.F & C.B..R.I approved with good quality including fittings to walls, floors and mending good the damages after lying as per site requirement etc. all complete including testing as per specification and direction of Engineer – in –charge make-ASTRAL/ASHIRBAD/EQUIVALENT i.20mm Dia CPVC Pipe ii.25mm Dia CPVC Pipe iii.32mm Dia UPVC Pipe iv.25mm Dia upvc Pipe

36.6 44.4 54 18

Mtr Mtr Mtr Mtr

162.18 212.20 248.91 186.43

5935.76 9421.81

13441.10 3355.69

2 Supplying all labour and T&P and materials and making grooves in brick/stone walls vertically and horizonially to the required depth and width for fixing pipes and fittings in the grooves, testing the pipe line against leakage and filling the grooves with cement mortar(1:4) to bring the surface to original level including cost of materials, curing and conveyance of materials etc. complete as per direction of the EIC. Same as above for CPVC Pipes

81

mtr

125.25

10145.28

TENDER/CONTRACTOR ESTATE MANAGER

Page 23: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-2

3 Supplying all labour, T&P and cutting holes in bricks or stone masonry wall in all floors for taking pipes through and mending good the damages with supply of all required materials etc. complete as per the direction of the Engineer in charge For 15mm to 50mm pipe to pass in 125mm to 250mm thick brick wall 75mm to 110mm PVC pipe to pass 375mm thick brick wall

30 30

each each

27.14 27.14

814.35 814.35

4

I. II.

Supplying all materials, labour, Taxes, T&P for fitting & fixing of ball valves suitable for UPVC Pipe 100% lead free & conforming to ASTMF 1784 Specific to UPVC with N.S.F & CBRI approved with good quality including fitting excavation of trenches in all kinds of soil & refiling the trenches after lying & testing of pipe line as per specification & direction of EIC .(Make;ASTRAL/ ASHIRBAD/Equivalent 25mm. Dia UPVC ball valve 32mm. Dia UPVC ball valve

4 12

each each

436.37 779.50

1745.48 9353.99

5 Supplying all materials, labour, Taxes, T&P for fitting & fixing white glazd vitreous china porcelain Orissa pattern water closet 580x440x290mm of approved make, confiriming to IS.2556 and top inlet for sinking into floor with 100mm PVC 'P' trap etc. including supply of necessary cement coincerte for fitting the closet etc. complete in all respect in all floors including cost. Conveyance and taxes of all materials etc. complete eas per specification all complete as per direction of Enginner in charge Make:PARRY WARE/NEYCER/CARE WITH ISI MARK Orissa pattern IWC (580x440x290mm)

12

each

2980.14

35761.69

6 Supplying all materials, labour, T&P for fitting & fixing of large standing types(Magnum) white glazed vitreous china ware flat back, lipped front urinal basin of size (590x390x375mm) confirming to IS and of approved make along with supply of necessary component parts like supply of 32mm dia CP dome waste pipe. 15mm CP spreaders including connection from the inside supply pipe. CP Pipe of 15x450mm long and all

complete as per specification & direction of the Enginner in charge, Make; PARRY WARE/NEYCER/ CERA WITH ISI MARK 590x390x375mm mangum type flat back standing urinal

6

each

4200.26

25201.57

7 Supply all materials, labour, Taxes, T&P for fitting & fixing of 10 liter capacity PVC low level cistern complete with all parts and internal fitting of approved make with ISI mark and supplying of necessary brackets, Screws, etc. 32mm dia flush bend, 15mm diaX 450mm long PVC water connecting pipe with CP on brass union nuts at each end as per specification all complete as per direction of Engineer in charge Make:PARRY

WARE / NEYCER /CERA WITH ISI MARK 10ltr. Capacity low level Cistern

12

each

1918.13

23017.53

TENDER/CONTRACTOR ESTATE MANAGER

Page 24: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-3

TENDER/CONTRACTOR ESTATE MANAGER

8 Supplying all materials, labour for fitting & fixing of white glazd vitreous china porcelain wash hand basin, confirming to (IS-2556 part-iv), 1981 ISI marked and of approved make with supply of CP on brass chaina rubber plug CI or RS bracket (one pair) built in type , painted, including 32mm dia CP on brass waste of approved quality including supply of 15mm dia CP on brass pillar cook confirming to IS-1795 of 1962 and oc approved make and quality supply of 15mm dia PVC heavy duty water connection pipe 450mm long with CP on brass coupling nut at each end and supply of 32mm dia PVC waste pipe with heavy duty coupling nut including cutting the walls, making good the damages with cement concrete (1:2:4) in hard granite chips all complete as per direction of Engineer in charge Make: PARRY WARE/NEYCER/CERA WITH ISI MARK 550x450mm size WHB (flat back) with Padestal

12

each

2467.30

29607.00

9 Supplying all materials, labour, T&P and fitting & fixing of different water supply NP or CP on Brass or GM fixtures of ISI approved make of following sizes and specification with leak proof threaded joints lightened with spun yarn and white zinc or any other method as required and directed including testing and radification of defects after testing complete as per direction of Engineer in-charge Make:JAQUAR/MARC/EQUIVALENT a.15mm dia Bibcock Short body b. 15mm dia angle Stop cock c. 15mm dia C.P Bid cock long body d. C.P Urinal flush valve auto closing e. 15mm C.P concealed stop cock f. C.P Extension Piece g. CP Towel ring with bracket h. C.P Soap Disc i. 125mm grating j. 15mm C.P Shower with 225mm arm k. C.P. Towel rail 20x600mm l. 15mm dia C.P Pillar cock

12 24 6 6 6 54 12 30 24 6 6 12

each each each each each each each each each each each each

833.87 806.08

1130.49 2129.62 1201.57

141.76 1121.81

675.41 77.08

1734.13 1360.90

866.83

10006.44 19345.94

6782.93 12777.73

7209.43 7655.10

13461.74 20262.37

1849.43 10404.79

8165.40 10401.93

10 Supplying all materials, labour T&P & fitting and fixing of following size bevelled edge plate glass mirror/frame mirror of superior glass minimum 5.0mm thick & of approved make mounted on 6mm thick AC sheet or masonite sheet & fixed to wooden Plugs with CP brass cup screws, washers etc. all compete including cost, conveyance, taxes of all materials complete as per specification and direction of the Engineer- in –charge a.600mmx450mmx5.5mm size bevelied edge plate glass minor with A.C sheet backing

12

each

650.00

7800.00

11 Supplying all materials, labour T&P, fitting & fixing UPVC SWR(Type.A) pipes & fittings of approved make confirming to IS-13592,both below & above ground level/floor& on walls including supply of bobbins, nains, screws, wooden cleats, MS /PVC clamps,pipe clips as per requirement, including earth work in excavation & fitting, including cutting walls & floor& making good the damages with cement concrete (1:2:4) with hard granite chips. Including scaffolding wherever necessary all complete as per direction of the Engineer in-charge Make ORIPLAST/SUPREME/AJAYA/ASHIRBAD EQUIVALALENT

a. 110mm Nominal dia pipe (S.W.R Type-A) b. 50mm Nominal dia pipe (S.W.R Type-A)

266.87 12

Mtr Mtr

383.85 133.99

102438.04 1607.87

Page 25: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-4

12 Supplying all materials, labour T &P fitting & fixing UPVC SWR standard make duly approved by EIC complete with requisite testing as directed. ORIPLAST/SUPREME/EQUIVALENT

a. 110mm dia "P" trap b. 110mm dia single junction with c. 110mm dia door bend d. 110mm dia plain bend e. 110mm dia 45degree bend f. 110mm dia PVC cowl g. 110mm dia pipe clamp

36 30 20 10 20 10 20

Each Nos. Nos. Nos. Nos, Nos. Nos.

356.10 246.90 192.40 155.50 155.50

44.40 52.00

12819.60 7407.00 3848.00 1555.00 3110.00

444.00 1040.00

13 Brick work with Fly ash bricks of 25cmX12cmx8cm size having crushing strength not less than 75 Kg/Sqcm. With dimensional tolerance +2% percent in cement mortar (1:3) brick massonary in super structure Window

2.03

Cum

4093.60

8289.54

14 Providing and fixing RCC jally of 5cm. Thick of approved design for sky light of size 450mmX 300mm of proportion (1:2:4) using 12mm size h.g chips of approved quality and quarry including hoisting , lowering , laying a compacting concretes, watering and curing for 28 days including centering , shuttering, cost of steel, binding wire required for the work etc. as per specification and direction of EIC Window

6.48

Sqmt

220.00

1425.60

15 Providing and fixing PVC moulded bath room doors including choukhats with all labour, material, T&P etc. all complete as per specification and direction of EIC Bath & Toilet doors

45.36

Sqmt

4000.00

181440.00

16 Supplying all materials , labour, T&P for providing 12mm thick cement plaster (1:6) over brick work with punning as per direction of the Engineer in-charge

344.67

Sqmt

87.50

30158.63

17 Supplying all materials , labour, T&P for providing sunken treatment with Nano technology water proofing compound zycosile, zycoprime, elostoban mixture etc. as per direction of the Engineer=in -charge and company specification

130.7

Sqmt

400.00

52026.00

18 Supplying all materials , labour, T&P for filling sunken floor of toilet block with approved quality under size 40mm to 50mm cinder mixing with cement slury for farm binding etc all complete as per direction of the Engineer-in charge

18.54

Cum

1600.00

29668.80

19 cement Concrete (1:2:4) with 12mm size crusher broken hand granite metal including cost of all labour, materials with all taxes, lead, T&P etc. all complete

5.30

Cum

5202.70

27563.90

20 Fixing Tiles in floors or steps & landing on 25mm thick bed of cement mortar (1:1) jointed with neat cement slurry mixed with pigment to match the shades of the tiles all complete with cost if precast tiles

52.98

Sqmt.

765.20

40540.30

21 Fixing tiles to dados skirting & risers of steps on 12mm thick C.P (1:3) jointed with neat cement slurry mixed with pigments to match the shade of tiles all compete with cost of precast tiles.

291.69

sqmt

661.00

192807.09

C 1

EXTERNAL P.H WORKS Cleaning and desludginng the used sewer lines and man holes/ inspection chambers and choked sewer line by the help of machinery /manual arrangements and repair of damaged ones as per direction of the Engineer-in charge

a. Sewer Line b. Man hole chambers/Inspection Chambers

1 1

Job job

L.S L.S

5000.00 5000.00

TENDER/CONTRACTOR ESTATE MANAGER

Page 26: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-5

2 Supplying all materials , labour, T&P for construction of 300mm X 300mmx450mm size Gulley trap chamber by K.B Bricks massonry having crushing strength 75 to 99 KG/sqcm with 250x250mm CI grating including labour & materials for fitting & fixing 100mm dia square mouth HCL gulley trap with supply of all jointing materials and encasing the gulley trap with a block of C.C (1:3:6) with 25mm size hard stone metal all complete with providing & fixing of 300mmx300mm precast SFRC cover with frame as per approved design & specification and as per instruction of the EIC including cost conveyance, taxes of all materials to site complete as per direction of EIC.

6

Nos

2807.05

16842.28

3 Supplying & lying in trenches unplasticized UPVC-Eco drain pipes and specials of the following outside dia for all classes including jointing with approved quality solvent cement by non-heat application method including testing as per standard specification including earth work in excavation of trenches in all kind of soil in proper slope with type-C-1 standard bedding in C.C 1:4:6 laying in the required depth & refilling of pipe line trenches in 0.3048 Mtrs layer after laying of pipe line etc. all complete as per the direction EIC i.110mm Nominal dia pipe ii. 160mm Nominal dia pipe

24 104

Mtr Mtr

541.00 999.55

12984.01 103953.40

4 Providing & laying Cement concrete 1:3:6 with 4cm size metal other than grants in the following type of surrounding or encasing of UPVC SWR pipes including bed concreting & curing complete a.Type-C-1 standard bedding i.110mm dia ii. 110mm Nominal dia pipe

24 104

Mtr Mtr

580.03 693.27

13920.69 72100.60

5 Supplying all materials , labour, T&P and constructing manhole chamber/ inspection chamber of size as mentioned below with 250mm nominal size K.B Brick having crushing strength 75Kg/cm2 to 99 Kg/sqcm in CM 1:4 over a bed of 150mm thick C.C (1:3:6) using 40mm size H.G metal plastering with 12mm thick cement mortar 1:4 on internal and 16mm thick cement mortar (1:4) on external surface, inside finish with neat cement, providing & fixing PVC steps of appropriate quality & size RCC (!:1:5:3) cover slab using 20m & down size graded HG chips along with factory made SFRC cover with frame moulding and shaping the channel & benching with C.C (1:2:4) with hard granite chips 12mm size including breaking of pipe line where ever necessary and earth work in excavation in all kind of soil & rock and refilling the cavity around the chamber by selective soil, levelling the surface around the chamber with disposal of surplus earth, if any, to a distance of 50mt as per specification design & drawing including cost of curing and all taxes, royality, cost conveyance etc all complete as directed by the Engineer -in –charge a.Manhole of size 1200mmx900mmx900mm with 125(avg)mm thick RCC slab b. Inspection chamber pf size 750mmx750mmx600 mm with 125(avg)mm thick RCC slab

16 8

Nos Nos.

17754.21

12859.84

284067.32

102878.72

TENDER/CONTRACTOR ESTATE MANAGER

Page 27: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-6

6 Supplying all material, labour,T&P and construction 100 users specific tank with 2 years cleaning interval of inner size 5.7mx2.1M x1.7M with free bord 1.30m as per the approved drawing & specification with 500mm, 375mm & 250mm thick 1st class K.B brick in C.M (1:6), over a bed of 100mm thick P.C.C (1:4:8), 150mm thick PCC (1:2:4) & 40mm thick (Avg) A.S. Flooring inside wall plastering with 12mm thick C.P in C.M (1:4) including neat cement punning outside wall plastering with 16mm thick CP. In C.M (1:4), RCC slab of 125mm thick (Avg) with M-20 concrete using 20mm down graded chips with necessary reinforcement, centering and shuttering including two nos of SFRC manhole cover with frame of approved quality with inlet & outlet chamber of size 750x750x40mm, one partition wall & two baffle walls, supply fitting and fixing of necessary specials & fittings Tee, vent pipe. PVC foot rest including excavation of earth. In all kind of soil including bailing out water and shoring shuttering etc. as necessary and back filling the sides of tank and filing up the chamber with after removing all foreign materials from inside the chambers complete as per direction of EIC 100 user specific Tank with 2 years cleaning interval of inner size 5.7mx2.1M x1.7m with free board 1.30 M

1

No

223985.89

223985.89

7 Supplying all materials, labour,T&P and taxes for construction of brick massonary soak way pit using K.B brick (1:4) having crushing strength not less than 75 Kg/Sqcm for the remaining height (not less than 0.5m) 12mm thick plaster (1:4) both inside and outside of top brick work RCC 125mm thick (avg) cover slab in CC (1:1/2:3) using 12mm size H.G chips, fitted with factory made SFRC mnhole cover (medium duty) of size 500mm dia including earth work in excavation in hard soil, filling inside of the pit with 40mm size H.B.G metals for 150mm thick back filling the remaining pertion including top 0.5mtr with excavated selected earth, leveling the surface around the chamber with the disposal of surplus earth. If any to a distance of 50m as per the specification design and drawing including cost of curing and all taxe royality, cost, conveyance etc. all complete as per direction of EIC 1.50 dia x 3.0m deep soak way pit

2

Nos

42118.03

84236.07

Total (A+B+C) 1972126.59

Or say 19,72,127.00

The quoted is --------------------- % excess or ----------------- % less on the estimated cost.

TENDER/CONTRACTOR ESTATE MANAGER

Page 28: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

DETAIL TENDER CALL NOTICE Page-7

1. INVITATION

Sealed Tender in conformity with detailed Tender Call Notice to be eventually drawn in P.W.D -F2 are invited

by the Estate Manager, At/P.O.- I.G.I.T.,Sarang,Dhenkanal (Orissa) from intending and eligible tenderer of class

registered of the Govt. of Orissa, or equivalent class of contractor Govt. of India, C.P.W.D/WR/RD/R&B. so as to be

received on or before 10.08.2016 up to 10.00 A.M between working hrs. for the work” Rennovation of P.H work at

BoysHostel (BhaskarBhawanBlock-A)”

of estimated value of Rs.19,72,127.00 (Rupees.Nineteen lakh seventy two thousand one hundred twenty seven only

).The tender documents may be downloaded from the institute website www.igitsarang.ac.in or from the Estate

Manager office.

On payment of cost of tender documents of Rs. 6300.00/- perset, non-refundable, in shape of cash/money

order/Bank draft drawn on S.B.I . I.G.I.T.,Sarang in favour of Principal, I.G.I.T.,Sarang, Dhenkanal(Orissa) in person or

written application during office hrs on working days from 01.08.2016 to 05.08.2016 on production of valid

registration licence. The tender documents also be obtained by Registered post on written request on payment of

extra amount of Rs 300/-towards postal charges. Department doesn’t bear any responsibility for postal delay if any in

delivery of tender document or non-receipt of the same in time. Telegraphic tenders and tenders received after the

due date and time will not be accepted.

The sealed tender documents received on or before 10.08.2016 up to 12.00 A.M.in the offices mentioned

above & will be opened in the office of the Registrar, I.G.I.T.,Sarang on 11.08.2016 at 10.00 A.M by the Registrar,

I.G.I.T,Sarang or of an Officer authorised by him in the presence of the tenderers or their authorised representative.

The date of sale and or receipt of tender documents may be extended before receipt of tender by the

Engineer-in-charge if required by circumstances.

1.2 EARNEST MONEY DEPOSIT

Tenders are required to deposit earnest money at the rate of one percent of the tender amount put to

tender which should either deposited in shape of N.S.C/ Postal saving Account/ Postal Time Deposit Account/

Deposit receipt of a schedule bank duly pledged in favour of the Principal, I.G.I.T.,Sarang, Dhenkanal, Orissa and

attache with tender documents. Payment by cheque / cash or an any form other than mentioned above will not be

accepted. Any tender not accompanied by an acceptable form of required amount of E.M.D. will be rejected.

1.3 TAX CERTIFICATES

The tenders are also required to furnish Xerox/ Certified copy of PAN/VAT Registration & clearance along with

tender documents failing which the tender may not be considered. The originals are to be shown at the time of

opening.

CONTRACTOR ESTATE MANAGER

Page 29: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-8

1.4 The plan, specifications and special conditions and other details for the work can be had from the office of the

Estate Manager, I.G.I.T.,Sarang, Dhenkanal ( Orissa) during office hrs. on working days only.

1.5 PREBID INSPECTION BY CONTRACTORS

The tenderers are required to go through each clause of Contractor labour rule carefully in addition to clauses

mentioned herein before tendering. In any case, the tenderer shall be deemed to have carefully examined the

tender documents, visited the site of work and its surrounding, and satisfied himself as to the form and nature

of the site, approach roads, haul roads, local conditions assessed all the facilities including requirement and

availability of labour and materials needed for complete execution of the work and made an inventory of

such information as to the risks, contingencies and other circumstances which would influence or affect his

tender, before tendering.

He should also satisfied him self about the sufficiency of availability of requirements. The Institute

will not be responsible for any misjudgment of the tenderer on these accounts for any future claims.

1.6 VALIDITY OF TENDER

The rates quoted shall remain valid for a period of 90(Ninety) Days from the date of receipt of tender.

1.7 The tender which is not in the prescribed Performa and is not strictly in accordance with the terms and

conditions of the tender call notice is liable for rejection.

1.8 Alternate tenders, Conditional tenders and Tenders containing indefinite terms will not be entertained. The

tenders will be considered giving special emphasis on the capability of the tenderer.

1.9 Loose letters found in the tender box intimating modifications to the tenders already submitted will not be

considered.

1.10 Rates quoted should be for finished items of works and for sufficiency as per the descriptions of the schedule

of quantity and specifications and shall include all taxes including rent VAT, Incidental charges, conveynance charges

etc . The tender must take the form of definite quotation rate for each item of work to be included in the contract

and tenders containing indefinite terms such as at estimate rate of at percentage basic shall not be considered. All

rates must be for finished items of work unless otherwise mentioned in the tender schedule.

1.11 The units and rates in the tender should be written both in words and figures and incase of any discrepancy,

in unit rate and total unit rate shall prevail. The rates should be quoted in Indian currency.

(i) The tenderer shall bear cost of various incidentals, sundries and contingencies necessitated by the work of all

within the following or similar category.

(iii) Labour camps and huts necessary to a suitable scale including conservancy and sanitary arrangements, medical aids there on to the satisfaction of the health authorities.

CONTRACTOR ESTATE MANAGER

Page 30: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-9

(iii) Labour as well as for the works no. claims for carriage of water whatsoever will be entertained.

(iv) Fees and dues levied by Municipal, Canal and water supply authorities.

(v) Suitable equipments and wearing apparatus for the labourer engaged in risky operation.

(vi) Suitable fencing, barriers, signals, including parapet and electrical signal where necessary at works and

approaches in order to protect the public and employees from accidents.

(vii) No compensations for any damage done by rain or by similar action during execution of the work shall be

paid.

(viii) The tender shall be retain legible and free from erasures, overwriting or correction of figures, corrections on

avoidable should be maid by scoring out the same and initialing dating and writing. The tender would so the total of

each page and grade total of whole tender.

1.12 The tender is to be decided as per prevailing codal provisions taking in to considerations the capacity of the

tender an equipments available with him for the work. The authority deserves the right to reject any or all tenders

without assigning any reason there to.

1.13 All the tenders are requested to submit along with their tender a declaration about the names of their

relatives employed in irrigation dept. in the prescribed proforma appended. In case they have no relation in irrigation

dept. a certificate to that effect shall have to be furnished.

1.14 The work may be splitted up and distributed among several contractors if considered necessary in urgency of

circumstances of the work and contractors.

1.15 The earnest money deposited by the unsuccessful tenderers will be refund as per relevant Rules in force.

1.16 No part of the contract shall be submit without written permission of the Engineer-in-charge nor any transfer

be made by power of attorney authorizing others to receive payment on behalf of the contractor.

1.17 No tender is permitted to furnish their tender in their own manuscript paper.

1.18 OBSERVATION OF LAWS AND LOCAL REGULATIONS ACCIDENTS AND SAFETY MEASURES.

The contractor shall observe all state and look rules and regulations, so for as they are relevant in controlling

the operations involved carrying out the work and identify the Govt.and employees of the Govt. against all suite

losses, demands, actions, judgments and cost of every kind resulting from the commissions and commissions of the

contractor and his employees in violation of the said rules and regulations.

1.19 Department for payment of the compensation under workmens compensation and V-III of 1923 on account

of the workmen being employed by him and the full amount of compensation if awarded by any competent Court of

law to the workmen will be recovered from the contractor and will be paid to the workmen as per direction of Court.

CONTRACTOR ESTATE MANAGER

Page 31: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-10

1.20 The contractor shall have to abide by the labour laws and rules in vogue and shall provide at his own cost

housing, water supply, sanitation, medical aid and other facilities to the labourer engaged in work as required under

labour laws and regulations. The contractor shall not employ labour of minor age group.

1.21 The contractor shall have to abide by the safety code introduced by the Govt. of India, Ministry of Works

Housing and supply in their standing order No.14 to 50 dated 25/11/57.

1.22 In case of any damage to Govt. or public property or to the property owned to any person(s) or firms(s) or

body (s) due to negligence or any such action of the contractor resulting in damage or stoppage of work thereby, the

contractor shall be liable to be penalised to the extend of the assessed value of the damage or the cut turn lost.

1.23 CHANGE OF ADDRESS OF CONTRACTOR

The contractor shall inform the Engineer and the Department any change of his postal address from time to

time from the one given in to tender papers and authorise any person with due intimation to the Estate Manager and

the Institute to receive instruction or communication from the Institute.

1.24 ARCHAEOLOGICAL FINDINGS

The contractor shall deliver to the Estate Manager all articles or archaeological importance and when those are find in

course of execution.

1.25 CONTEMPORARY CONTRACTORS

The contractor shall take into consideration the needs and requirements of the other contractors any, working in the

vicinity during the tender of his contract and shall neither take nor cause to be taken any steps or actions that may

cause disruption/disturbance to their work, labour or arrangements etc.

Any actions by the contractor which the Estate Manager in his unquestioned direction may considered as

infringement of the above would be considered as a breach of contract and he may taken such action against

contractor as deemed fit.

1.26 TAXES

(a) Income Tax- Income Tax (Provisional) from each running account bill will be recovered from the contractor

as per Government prevailing rules from time to time.

(b) Vat- Required Vat from each R/A bill of the contractor will be deducted on works contract as per Orissa

value added Tax act-2004 and as per Government prevailing rules from time to time.

CONTRACTOR ESTATE MANAGER

Page 32: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-11

1.27 INTEREST

Under no circumstances interest is payable for dues of the contractor if any leaving unpaid or payable for the

work. ]

1.28 CONSTRUCTION PROGRAMME

A construction programme prepared and submitted by the contractor prior to issue of work order may be approved

by the Engineer-in-charge. The contractor shall arrange for additional shifts whenever necessary to suit the revised

construction programme. No extra payment on this account is admissible.

(a) The contractor has to make adequate lighting arrangements for night works when ever necessary is

fulfillment of the construction programme at his own cost and no extra payment on this account is admissible.

1.29 AVAILABILITY OF LABOUR

Labour required for the work may not be available to the full extent in the locality. The contractor may have

to import labourer from outside. He shall arrange and regulate the labour strength according to necessity. The claim

for any idle labour whether or not at the fault of the contractor or due to any other reason whatsoever shall not be

entertained by the department. The contractors item rate in the tender are deemed to have adequate coverage on

account of import and employment of required over labours and providing facilities and amenities to them.

1.30 SUSPENSION OF WORK

The Engineer-in-charge may from time to time by written orders without in any way vitiating the contract, direct the

contractor to suspend the work or any part thereof at such time and the contract shall not after receiving such

written order proceed with the work or items thereof ardered to be suspended until he shall have received a written

notice or authority from the Engineer-in-charge to proceed with the works again.

Should the work be ordered to be suspended directly in the interest of safety of the work due to Acts of God,

force majure, War or indirectly as a result of the contractor not completing with any of the provisions of the contract

in respect of the quality of the materials, workmenship programme of execution, he shall not be entitled to claim any

compensation for any loss he may be put to directly or indirectly for such suspension of work.

During the period of suspension of the work the contractor shall property protect and secure the works as far

as is necessary in the opinion of the Engineer-in-charge.

1.31 ITEMS NOT COVERED IN THE SCHEDULE

The items of work not covered in the tender schedule shall be paid in the current schedule of rates of the

state and those not covered by the said schedule of rates will be paid on actual analysis approved by competent

authority.

CONTRACTOR ESTATE MANAGER

Page 33: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-12

1.32 FORCE MAJOR

The contractor shall take all precautions protect the work from damages due to rains, fllod, cyclones, fire or

by any other natural calamity, public agitation or riots etc. and also make good such damage if any at his own cost

during the period of execution and till the work is taken over by the Institute. No compensation will be paid to the

contractor on account of idle labourers due to above reason.

1.33 DEPARTMENTAL STOCK MATERIALS

The contractor shall be issued stock materials as per terms and conditions specified under clause 9 to F2

contract for bonafied use in the work. It shall be his responsibility to make all arrangement or proper transport, safe

storage, watch and ward of materials and all other charges incidental thereon. No payment shall be made on this

account to the contract or separately.

1.34 ORDER BOOK

Any order book with pages serially numbered will be issued by the Estate Manager and shall be maintained by the

sectional officer systematically till completion of the work and there after surrender it to the Estate Manager for

record. The order book shall be available at the site during working hrs. for recording instructions relating to the

work.

Orders regarding the work as and when necessary shall be entered in this book by the Estate Manager or his superior

officer with their dated signatures in exercise of statutory powers vested on them which shall be duly noted by the

contractor or his authorised agent with his dated signature. The executive sub ordinate in charge of work shall also

record his observation of defective work and such orders/observation entered in this book and noted by the

contractors agent shall be considered to have been duly given to the contractor. Similarly orders entered by the

Principal, I.G.I.T., Sarang shall be deemed to have been duly issued by the Engineer-in-charge for the contractor.

1.35 CLAIM BOOK

A claim book with pages serially numbered shall be issued by the Estate Manager to the contractor who shall

maintain it systematically and securely and shall record in it such items as are not covered by his contract and/or

claim as extra claim shall be entered in this book under the dated signature of the contractor or his duly authorise

agent at the end of each month.

A certificate should also be furnished by him along with those claims to the effect that beyond the claims

entered in the book, the contractor has no other claims up-to-date. If in any month there are no claims to record or

certificate to that effect should be furnished by the contractors claim book. Each claim must be definite and should

give as far as possible the quantities as well as the total amount claimed. The claim book must be submitted regularly

by the contractor to the Engineer-in-charge by the 10th day of each month for his orders claims not made in this

manner are liable to be summarily rejected. The claim book shall be finally surrendered by the contractor to the

Engineer-in-charge for record.

Page 34: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

CONTRACTOR ESTATE MANAGER

Page-13

1.36 Institute shall not pay compensation to the contractor for the damage occurred to the materials and work

entrusted to him due to natural calamities.

1.37 INSTITUTE RIGHT FOR DEVIATION IN QUOTATION

Right is reserved to make such increase or decrease in quantity or in item of work mentioned in the schedule

attached to the tender notice as may be a considered necessary for satisfactory completion the work and such

increase or decrease shall in no way invalid able the contract or rates except grant of extension of time where

considered necessary.

1.38 EMERGENCY MEASURES

The work may be split up and distributed among several contractors if considered necessary on the emergency of the

circumstances of the work and the contractors will not be entitled to an compensation to this account.

1.39 SAFETY OF MACHINARIES

Unusual flood may occur during the working season. In the event of overtopping of breach in the cofferdam

embankment due to such flood in the working season resulting a flooding of the working area or outside the working

area, the contractor shall make his own arrangement in shift the machineries and equipment materials etc to safe

place at his own cost cleaning the working area of debris and silt shall have to be done by the contractor at his own

cost. Suitable extension of time

may however be granted in such eventualities at the request of the contractor but on compensation whatsoever shall

be paid in this regard.

1.40 CONTRACTOR DYING, BECOMING INSOLVENT, INCENSE OR IMPRISONED

In the event of death insanity, insolve and imprisonment of the contractor or the contractor being partnership or firm

becomes dissolved or being a corporation goes in to liquidation, the contract may be terminated by notice in writing

posted at the site of the work and advertised in one issue of the local news paper and all acceptable works shall be

paid for after recovering all the contractors dues to Govt. the reform at appropriate rates to the person or persons

entitled to received and give discharge for the payment.

(b) If the contractor becomes bankrupt or has a receiving order made against him or compound with his creditor

or being a corporation commence to be wind-up not basing a voluntary winding up for the purpose only of

amalgamation or reconstruction, or carry on its business under a receiver for the benefit of the creditors of any them,

the Institute shall be at liberty.

(i) To give such liquidator, receiver or other persons the option of carrying out the contract subject to his

providing a guarantees for the due, faithful performance of the contract up to an amount to be determined by the

Institute.

(ii) To terminate the contract forthwith by notice in writing to the contractor or to the liquidator of receiver or to

any person in whom the contract may become vested and to act in the manner as per prelevent clauses of F2

contract.

Page 35: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

CONTRACTOR ESTATE MANAGER

Page-14

1.41 REMOVAL OF CONTRACTOR’S MEN

The contractor shall on the written direction of the Estate Manager, immediately remove from the works any

person employed thereon, who may the opinion of the Engineer-in-charge be incompetent or has misconducted

himself. Such person shall not be employed again on the works without the written permission of the Engineer-in-

charge.

1.42 DETAILS CALL NOTICE BEING PART OF CONTRACT

The detail tender call notice and all the Annexure thereto will from the part of the Agreement when the work will be

awarded to the contractor. All the correspondence made with the contractor and all his correspondences with the

Institute after the tender is received will also be attached with the agreement.

1.43 FARE WGES CLAUSES

The contractor should abide by the fair wage clause introduced by the Govt. and shall not pay less than the fair wages

fixed by the Govt. to the labourer engaged by him in the work.

1.44 LABOUR LICENSE AND REGISTRATION

The contractor is to furnish labour license as per the relevant labour Act and Rules in force before signing the

agreement failing which execution of agreement will not be entertained.

1.45 For the purpose of jurisdiction in the event of dispute if any contractor should be deemed to have entered

into within the State of Orissa and it is agreed that neither party to the contract nor the agreement will be competent

to bring a suit in regard to matters covered by this contract any place outside the State of Orissa.

1.46 If any further necessary information is required, The Principal; I.G.I.T; Sarang will furnish such information on

written request, but it must be clearly understood that tenders must be received in order and according to

instructions specifications appended herewith.

CONTRACTOR ESTATE MANAGER

Page 36: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-15

SPECIAL CLAUSES

1. The contractor shall pay the wages as fixed by Govt. of Orissa from time to time to the labours engaged by

him. In case the Engineer-in-charge is satisfied that the wages as fixed by the Govt. of Orissa has not been paid, he will

have the right to deduct such amount in his opinion is adequate from any bill and pay to the labours for this work.

2. In respect of items for which quoted rates are more than 25% of the estimated rates, the quantity of

execution of that item shall not vary by more than 5%. In case it exceeds the limit, approval of the competent

authority should be obtained for such items.

3. The Tenders have to obey the rules & regulations or any amendments time to time as per Govt. Notification.

CONTRACTOR ESTATE MANAGER

Page 37: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-16

AFFIDAVIT Annexure- ‘A’

I, Sri ……………………………………………… Aged ………….. Years, son/daughter/wife of Sri …………………………………………. at

present residing At ……………………..Po. ……….…………P.S. …………………… Dist. ………………….. Pin. ………………….. do hereby

solemnly affirm as follows.

i) That, I/We posses a valid license for execution of works contract issued by ………………….. belongs to

…………………… Class and is valid up to ……………….

ii) I am submitting tenders before the Estate Manager, IGIT,Sarang, for execution of following works in response

to Tender call Notice No………………………..

1. ……………………………………………………………..

2. ……………………………………………………………..

Etc.

iii) I am the authorised signatory for the tender for the work/works mentioned above.

iv) I am swearing this affidavit that all tender documents and accompanying papers those being submitted by me

before the Estate Manager, IGIT, Sarang including E.M.D in any shape are all authentic and bonafied

documents in the eyes of the law of the land.

That the facts stated in the affidavit are true to the best of my knowledge and belief.

Signature of Contractor/

Authorised Signatory

Note: Mention the license issuing authority.

Mention the date up to which the license is valid.

Mention name of work for which tender is being submitted.

CONTRACTOR ESTATE MANAGER

Page 38: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-17

ANNEXURE – ‘B’

The contractor has to furnish the report in the following proforma duly certified by the Executive Engineers under whom he has executed works in order to judge their past performance.

Performance Record of Contractor

1. Name of the Contractor :

2. Registration No. and date :

3. Class of Contractor :

4. Licensing Authority :

5. License Valid up to :

6. Details of Work Executed :

Sl No.

Name of work under execution

Agreement amount

Date of commenc

ement

Stipulated date of

Completion

Whether work is progressing as per

programme

Response for delay if any

1. 2. 3. 4. 5. 6. 7.

7. Whether the contractor has requisite

machineries and personnel deployed

(details of machineries & personnel

deployed) :

8. Whether the quality of Contractor :

9. Whether he has capacity to make

good the loss time. :

10. Whether the contractor has

abandoned any work in the past

three years, if yes, the details

thereof. :

11. Whether the contractor has entered

in to any litigation in the past, if yes,

the details thereof. :

Name of the Certifying Officer Signature of the Contractor

With official Seal.

Page 39: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-18

SPECIAL CONDITIONS

1. BID VALIDITY: The bid shall remain valid for a period of not less than 90 (Ninety) days after the dead lines for submission of Bids. A

bid valid for a shorter period shall be rejected.

2. BID SECURITY: The Bidder shall furnish the Bid security as per Tender call (EMD) notice one of the following forms duly pledged in favour of the

Principal, IGIT Sarang, Dhenkanal(Orissa)

(a) NSC/KVP/POTD/POSTAL SAVINGS PASS BOOK of any post office in the State of Orissa or DD in favour of Principal IGIT, Sarang, DKL (Orissa) payble at IGIT, SBI in the state of payble at State Bank if India, extension counter.

(b) The BID Security (EMD) must be valid for at least 135 days from the date of opening of tender.

Any Bid not accompanied by an acceptable Bid-Security (EMD) as indicated above shall be rejected.

(c) Engineer Contractors participating in the tender desiring to avil exemption of EMD shall have to furnish an affidavit for exemption of Bid-Security (EMD) as per works Deportment

O.M No.15337 dt.22.7.96 & 10003 dt.24.5.01 mentioning the

No. of such facilities availed during the current financial year

2006-07. They are required to surrender the original license to

the Estate Manager for a week for noting the exemption as

per works Deptt. Memorandum No.10003 dt.24.05.01.

(d) The Bid-Security (EMD) of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnish the performance security.

3. FORFEITURE OF The Bid security may be forfeited.

BID SECURITY

(EMD):

(a) If, the Bidder with draws the Bid after Bid-opening during the period of Bid validity.

Page 40: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-19

b) Incase of successful Bidder, if the Bidder fails within the specified time limit to

(iii) Sign the agreement. (iv) Furnish the required performance security (ISD) & additional performance

security for unbalanced bid. 4. PERFORMANCE

SECURITY(ISD): After receipt of letter of acceptance, the successful bidder shall furnish the

performance security (ISD) for an amount equivalent of 2% of the agreement

value in one of the following forms duly pledged in favour of

similar to the cases of EMD as mentioned in Sl.No.(2) (a) & (b) above. 5. UNBALANCED

BID ADDITIONAL

PERFORMANCE

SECURITY: When the Bid amount is less than 15 % the estimated cost the tender is to be rejected. Further additional performance security to be deposited as per OPWD code.

2. VALIDITY OF The performance security and additional performance security

PERFORMANCE shall be valid until a day 28 days from the date of expiry of

SECURITY AND defect liability period. Both of these securities can be refunded

ADDITIONAL to the contractor after the satisfactory completion of the work &

PERFORMANCE defect liability period is over, with defects duly rectified.

SECURITY: The defect Liability period is 180 days from the date of certificate of completion.

7. CORRECTION (A) The Estate Manager shall give notice to the contractor

OF DEFECTS of any defects before the end of the defect liability period.

Page 41: No.IGIT/Em/ 213 Dated- 28.04.2016 TENDER CALL NOTICE 1/ 2016

Page-20

(B) Every time notice of a defect is given, the contractor shall correct the notified

defect within the length of time specified by the Engineer’s notice.

(C) If the contractor has not corrected a defect within the time specified in the

Engineer’s notice, the Engineer shall asses the cost of having the defects corrected

and the department reserves the right to correct such defects & the amount spent

for the purpose shall be recovered from any of the dues of the contrctor.

8. Conditional tender shall not be accepted.

9. The transparency board of each work shall be fixed by the contractor at work site at

his own cost as per the institution of Engineer-in-charge. The Contractor shall quote

his bid price of various items of work which is deemed to have been inclusive of the

cost and fixation of transparency board at site.

10. The Institute shall not be held responsible for any loss of work/ a portion of work

during execution before handing over the completed work to the Institute.

11. The Institute shall not be held responsible for accident to any work man/ to any other

individual during execution of work for which the agency shall take the entire

responsibility.

12. In case an agency has purchased the tender paper but not dropped the same, then in

that case if situation warrants, the agency may be required to explain the reason of

not dropping the tender and the matter may be reported to the appropriated

authority for suitable action.

13. The tender shall have to furnish an affidavit in original along with the tender

documents about the authenticity of all the documents duly sworn in before

executive Magistrate/Notary as per format enclosed in Annexure- ‘A’ of detailed

tender call notice.

14. The tender shall have to furnish their past performance as per the format enclosed in

Annexure- ‘B’ of the detailed tender call notice.

15. The agency shall execute the work as per the technical specification, design, drawing

& quality as directed by the Engineer-in-charge.

16. Payment of bills for the work done will be made subject to availability of fund.