Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  ·...

56
1 NIT NO: - 31/EEPCD/BPL/13-14 DATE :01.08.2013 T E N D E R D O C U M E N T FOR THE WORK OF Day to Day Maintenance work in Postal Staff Quarters and Post Office Building at Bhopal XI th call. Certified that this tender document contains pages from 01 (One) to 56(Fifty Six) and no page is missing or torn. Executive Engineer Postal Civil Division BHOPAL Postal Civil Division BHOPAL

Transcript of Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  ·...

Page 1: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

1

NIT NO: - 31/EEPCD/BPL/13-14 DATE :01.08.2013

T E N D E R D O C U M E N T

FOR

THE WORK OF

Day to Day Maintenance work in Postal Staff Quarters and Post

Office Building at Bhopal XIth call.

Certified that this tender document contains pages from 01 (One) to 56(Fifty Six) and no page is missing or torn.

Executive Engineer

Postal Civil Division BHOPAL

Postal Civil Division BHOPAL

Page 2: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

2

NAME OF TENDERER: ……………………………………*….

NAME OF WORK: Day to Day Maintenance work in Postal Staff Quarters and Post

Office building at Bhopal XIth call.

I N D E X SL. NO. DETAILS

PAGES

FROM TO

1) Cover Page 1 1

2) Index 2 2

3) Important instructions to the tenderers who have downloaded the tender document from the website 3 3

4) Press Notice Inviting tender 4 4

5) CPWD -6 5 11

6) CPWD -7/8 (Abridged form) 12 13

7) Proforma of schedules 14 17

8) Correction slip No.1 to 5 18 26

9) Special conditions for cement and steel 27 29

10) Additional conditions 30 32

11) Guarantee to be executed by contractors for removal of defects after completion in respect of water proofing works 33 34

12) Special Conditions of contract 35 35

13) Schedule of Quantities 36 56

Certified that this N.I.T. contains pages from 01 (One) to 56(Fifty Six) and no page is missing or torn.

Executive Engineer Postal Civil Division

BHOPAL

Page 3: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

3

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM WEB

The tenderers who have down loaded the tenders from the web, should read the following

important instructions carefully before actually quoting the rates & submitting the tender documents: - 1. The tenderer should see carefully & ensure that the complete tender documents including schedule of quantities has been down loaded & there are 56(Fifty Six) Pages in all in the tender document. 2. The printout of tender documents should be taken on 12” (A4) paper only. 3 The tenderer should ensure that no page in the down loaded tender document is missing and all pages are legible & clear & are printed on a good quality paper. 4 The tenderer should ensure that every page of the downloaded tender document is signed by tenderer with stamp (seal). 5 The tenderer should ensure that every page of the down loaded tender is signed by tenderer with stamp ( seal ) 6 On page “2, 12 of the down loaded tender document, the name of the tenderer should be filled by the tenderer. 7 The tenderer should ensure that the down loaded tender document is properly bound and wax sealed before submitting the same. 8. The loose / spiral bound,not properly wax tenders sealed shall be rejected out-rightly. 9. In case of any correction/addition/alteration/omission in the tender documents, it shall be treated as non- responsive and shall be rejected. 10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender documents submitted and it is identical to the tender document appearing on Web site. 11. The cost of tender should be submitted along with the EMD as detailed in NIT. 12. In case of any doubt in the down loaded tender, the same should be got clarified from the O/o Executive Engineer (C), Postal Civil Division, Bhopal before submitting the tender. CONTRACTOR Executive Engineer(C)

Postal Civil Division BHOPAL

Page 4: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

4

NIT NO. : - 31/EEPCD/BPL/13-14 NIT No: 63(14)/EEPCD/BPL/2013-14/336-HA Dated:-01.08.2013

DEPARTMENT OF POSTS (CIVIL WING) PRESS NOTICE INVITING TENDER

The Executive Engineer (C), Postal Civil Division BHOPAL invites on behalf of The President of

India, sealed item rate / percentage rate tenders from eligible contractors for the work of “ Day to Day Maintenance work in Postal Staff Quarters and Post Office building at Bhopal XIth call.” for Estimated Cost of Rs. 3,88,176/-, EMD: Rs.7764/- Last date of Application 12.08.2013. For detailed information please log on to http://www.indiapost.gov.in/ or http://eprocure.gov.in

Executive Engineer(c) Postal Civil Division

BHOPAL Copy forwarded for information and necessary action to :

1. The Chief postmaster General M.P. Circle, Bhopal for information. 2. The Superintending Engineer(C), Postal Civil Circle, Ahmbedabad 3. The Executive Engineer (c), CPWD Civil Division, Bhopal. 4. The Executive Engineer (c), PWD Civil Division, Bhopal. 5. The A.E. (C), Postal Civil Sub Division, Bhopal-I/II, Indore, Jabalpur and

Raipur. 6. The Executive Engineer (c), BSNL Civil Division-I/II, Bhopal. 7. Notice Board 8. Spare. Executive Engineer (C) Postal Civil Division,

Bhopal.

Page 5: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

5

C.P.W.D. – 6 GOVERNMENT OF INDIA DEPARTMENT OF POST

NOTICE INVITING TENDER

1. Sealed Item rate / percentage rate tenders are invited on behalf of President of India from approved and eligible contractors of Department of Posts, BSNL, CPWD, M.E.S., Railways, Local State PWD (B&R) and allied Departments of local state PWD eligible for tendering in respective State PWD (B&R) for building works. The Central/State Government undertaking in their own capacity shall also be eligible to tender under terms and conditions applicable to them from time to time for the work of

“Day to Day Maintenance work in Postal Staff Quarters and Post Office Building at Bhopal XIth call.”

The enlistment of the contractors should be valid on the last date of sale of tenders.

In case only the last date of sale of tender is extended, the enlistment of contractor should be valid on the original date of sale of tenders. In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be valid on either of the two date’s i.e. original date of sale of tender or on the extended date of sale of tenders.

1.1 The work is estimated to Cost Rs 3,88,176/-

This estimate, however, is given merely as a rough guide. 1.2 Tenders will be issued to eligible contractors provided they produce definite proof from the

appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below :

Criteria of eligibility for issue of tender documents for non DOP contractors.

Three similar works each costing not less than Rs 1.55 lacs or two similar works each costing not less than Rs. 1.94 lacs or one similar work costing not less than `Rs 3.11 lacs in last 7 years ending 31.07.2013.

For the purpose of this clause “Similar Work means “the maintenance and building works .”

1.3 The work for which levy of compensation has been imposed shall not be considered as satisfactorily completed work.

1.4 The eligible contractor are required to submit attested copies of valid Sales Tax /VAT registration certificate issued by work contract cell of Sales Tax Department.

1.5 I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of department, then I/We shall be debarred for tendering in Department of Post in future forever.Also, if such a violation comes to the notice of Department before date of start of work, the Engineer in charge shall be free to forfeit the entire amount of Earnest Money Deposit /Performance Guarantee.

2. Agreement shall be drawn with the successful Tenderer on prescribed Form No. CPWD-8, which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form, and various general and special conditions attached which will form part of the agreement.

Page 6: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

6

3. The time allowed for carrying out the work will be 3 (Three) months from the date of start as defined in schedule ‘ F ‘ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available OR

The site for the work shall be made available in parts as specified below: ------------------------------------------------------------------------------------------------------------------------------

5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender documents shall be issued by 13.08.2013 (4 PM).

Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and set of terms and conditions of contract to be complied with by the Contractor whose tender may be accepted and other necessary documents, can be seen in the office of the EE(C) between hours of 11.00 A.M. & 04.00 P.M. from *01.08.2013 to 12.08.2013* every day except on Saturday, Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of `Rs 500/ in cash as cost of tender.

5.1 In case holiday is declared on any of the above noted dates that activity shall be automatically shifted to next working day.

6. Submission of tender

(i ) Tenders shall be accompanied with Earnest money of `Rs 7764/ in cash ( up to ` 10000/-) / Receipt Treasury Challan/Deposit at call receipt of a scheduled bank / fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of AO, PCD,_BHOPAL . 50% of earnest money or Rs.20 lacs, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 6 months or more from last date of receipt of tenders. (ii) For tenderer purchasing tender from Executive Engineers office The tender and the earnest money shall be placed in separate sealed envelopes, each marked “Tender” and “Earnest Money” respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the EE© up to 3.00 P.M. on 16.08.2013 and will be opened by him or his authorised representative in his office on the same day at 03.30 P.M. The envelope marked “Tender “of only those tenderers shall be opened, whose earnest money, placed in the other envelope, is found to be in order. (iii) For tenderer downloading tender from web site The down loaded tender document shall be properly bound and wax sealed.Loose/spiral bound submission shall be rejected out rightly. Every page of downloaded tender shall be signed by the tenderer. The cost of tender document (Non refundable) amounting to Rs 500/ shall be submitted in the form of Demand Draft/Pay order The tender and the earnest money, cost of tender document, eligibility document shall be placed in separate sealed envelopes, each marked “Tender” and “Earnest Money Cost of tender document, Elegiblity document” respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the EE© up to 3.00 P.M. on 16.08.2013 and will be opened by him or his authorised representative in his

Page 7: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

7

office on the same day at 03.30 P.M. The envelope marked “Tender “of only those tenderers shall be opened, whose earnest money, cost of tender document, eligibility document placed in the other envelope, is found to be in order.

7. The Contractor whose tender is accepted will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than ` 10000/-) or Deposit at call receipt of any scheduled bank / Banker’s cheque of any scheduled bank/ Demand Draft of any scheduled bank / pay order of any scheduled bank (in case guarantee amount is less than ` 1, 00, 000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any, the earnest money deposited by the contractor shall be forfeited automatically without any notice to the contractor. 7. The description of the work is as follows: -

Day to day maintenance works.

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above-mentioned officer.

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work. 9. The competent authority on behalf of the President of India does not bind itself to accept the

lowest or any other tender, and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

10. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the

tenders submitted by the contractors who resort to canvassing will be liable to rejection. 11. The competent authority on behalf of President of India reserves to himself the right of accepting

the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the Postal Civil Circle ( Division in case

of contractors of Horticulture/ Nursery category ) responsible for award and execution of contracts in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the Department of Posts or in the Ministry of Communication & IT. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of Gazetted rank or other Gazetted Officer employed in engineering or administrative

duties in an Engineering Department of the Government of India is allowed to work as a contractor

Page 8: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

8

for a period of one year after his retirement from Govt. service, without the previous permission of the Govt. of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the work shall remain open for acceptance for a period of ninety (90) days from the

date of opening of tenders/ninety day from date of opening of financial bid in case tenders are invited on 2/3 envelope system (strike out as the case may be ). If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

15. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer /

contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

a) The notice inviting tender, all the documents including additional conditions, specifications and

drawings, if any forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8. 16. For Composite Tenders

16.1.1 The Executive Engineer in charge of the major component will call tenders for the composite

work. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender.

16.1.2 The tender document will include following three components:

Part A:- CPWD-6, CPWD-7/8 including schedule A to F for major component of the work, Standard General Conditions of Contract form CPWD 2010 or latest edition as applicable with all amendments/modifications. Part B: - General/ specific conditions, specifications and schedule of quantities applicable to major component of the work. Part C:- Schedule A to F for minor component of the work, (SE/EE in charge of major component shall also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major components) General/Specific conditions, specifications and schedule of quantities applicable to minor component(s) of the work.

16.1.3 The tenderer must associate with himself, agencies of the appropriate class eligible to tender for each of the minor component individually.

16.1.4 The eligible tenderers shall quote rates for all items of major component as well as for all items of minor components of work. It will be obligatory on the part of the tenderer to sign the tender document for all the components. (The schedule of quantities, conditions and special conditions etc.)

16.1.5 After acceptance of the tender by competent authority, the EE in charge of major component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two or more copies of agreement depending upon number of EE’s/ DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/ DDH in charge of minor component. EE of major component will operate part A and Part B of the agreement. EE/DDH in charge of minor component(s) shall operate part C along with part A of the agreement.

Page 9: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

9

16.1.6 Entire work under the scope of composite tender including major and all minor components shall

be executed under one agreement.

16.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major component of work.

16.1.8 The main contractor has to associate agency(s) for minor component (s) conforming to eligibility criteria as defined in the tender document and has to submit detail of such agency(s) to Engineer-in-Charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-Charge of minor component(s).

16.1.9 In case the main contractor intends to change any of the above agency/ agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-Charge of minor component. The new agency/ agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-Charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

16.1.10 The main contractor has to enter into agreement with the contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be submitted to EE/ DDH in charge of each minor component as well as to EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into agreement with the new contractor associated by him.

16.1.11 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in-Charge of the discipline of minor component directly to the main contractor.

16.1.12 Final bill of whole work shall be finalized and paid by the EE of manor component. Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract.

Signature of Divisional Officer/ Sub-Divisional Officer

……………………..

For & on behalf of the President of India

Page 10: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

10

FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the Tender") KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered office at ................................... (hereinafter called "the Bank") are bound unto ................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this ................. day of ................. 20... . THE CONDITIONS of this obligation are: (1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including extended validity of tender) specified in the Form of Tender; (2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required; OR

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and Instructions to contractor; OR (c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor, OR

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security Deposit after award of contract.

Page 11: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

11

We undertake to pay to the Engineer-in-Charge up to the above amount

upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date*

............. after the deadline for submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE ............. SIGNATURE OF THE BANK WITNESS .................. SEAL (SIGNATURE, NAME AND ADDRESS) *Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 12: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

12

CPWD-7/ 8 GOVERNMENT OF INDIA DEPARTMENT OF POSTS

STATE: Madhya Pradesh CIRCLE: Ahmedabad BRANCH: Civil Wing DIVISION: PCD, Bhopal ZONE : South-West SUB DN: PCSD - II, Bhopal

ITEM RATE / PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: - “Day to Day Maintenance work in Postal

Staff Quarters and Post Office Building at Bhopal XIth call.”

i) To be submitted by 15:00 hrs on 16.08.2013.

ii) To be opened in Presence of tenderers who may be present at 15:30 hrs on 16.08.2013 in the office of Executive Engineer (Civil), Postal Civil Division, Bhopal.

Issued to: - _________________________________ (Contractor) Date of issue: - ________________________

Executive Engineer (C) Postal Civil Division

Bhopal

T E N D E R I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, Viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. A sum of Rs.7764/- is hereby forwarded in cash/ Deposit at call receipt of a Scheduled Bank/fixed deposit receipt of Scheduled Bank/Demand Draft of a scheduled Bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Page 13: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

13

Further, I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee as afore said, I/We shall be debarred for participation in the re-tendering process of the work. I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of department, then I/we shall be debarred for tendering in Department of Post in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer in charge shall be free to forfeit the entire amount of Earnest Money Deposit /Performance Guarantee For tenderer who have down loaded the tender from Web- site I/We hereby declare that I/We have submitted tender document as down loaded from web site without any modifications/corrections/additions and have signed on all the pages of tender documents and no page is missing. Further if at any stage it is found that there is difference in our downloaded tender document from the original, the said President of India or his successor in office shall without prejudice to any other right or remedy, be at liberty to forfeit Earnest Money/ performance guarantee/Security Deposit. I/We shall be debarred for participation in the re-tendering process. Dated……………….. Signatures of Contractor Postal Address Witness: Address: Occupation:

ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs____________ (Rupees _____ ________ __________ _______ ______________ _________ ______________ _________________) The letters referred to below shall form part of this contract Agreement:- i) ii) iii)

Signatures……………………….

Designation…………………….

Dated………………….. For & on behalf of the President of India

Page 14: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

14

SCHEDULES SCHEDULE ‘A’ - Schedule of Quantities (Enclosed) SCHEDULE ‘B’ - Schedule of materials to be issued to the contractor. S.No. Description of item Quantity Rates in figures & words Place of issue at which the material will be charged to the contractor 1. 2. 3. 4. 5.

Schedule ‘B’ deleted SCHEDULE ‘C’ – Tools and plants to be hired to the contractor S.No. Description Hire charges per day Place of issue 1. 2. 3. 4.

Schedule ‘C’ deleted SCHEDULE ‘D’- Extra schedule for specific requirements/documents for the work, if any.

* To be filled by E.E. ©. SCHEDULE ‘E’ Reference to General Conditions of contract

NAME OF WORK: “Day to Day Maintenance work in Postal Staff Quarters and Post Office Building at Bhopal XIth call.” Estimated cost of Work: - Rs.3,88,176/- i) Earnest Money: - Rs.7764/- ii) Performance Guarantee. 5% of tendered Value iii) Security Deposit 5% of tendered Value SCHEDULE ‘F’ General Rules & Directions:- Officer Inviting tender: - Executive Engineer(c), Postal Civil Division Bhopal (M.P.) Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2. & 12.3 See below Definitions: i) Engineer-in-Charge: Executive Engineer(c), Postal Civil Division, Bhopal. ii) Accepting Authority: Superintending Engineer(C), D.O.P.

Page 15: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

15

iii) Percentage on cost of materials 15% and labour to cover all over- heads and profits. iv) Standard Schedule of Rates: DSR-2012 v) Department: Department of Posts vi) Standard CPWD contract Form CPWD form 7/8 as modified & corrected up to OM No DGW/CON/248 dated 08.01.2010. Clause 1

i) Time allowed for submission of 07 Days Performance Guarantee from the date of issue of letter of acceptance, in days.

ii) Maximum allowable extension 03 Days. beyond the period in (i) above in days.

Clause 2 Authority for fixing compensation under S.E(C), PCC, Ahmedabad. clause 2. Clause 2A Whether Clause 2A shall be applicable: No Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start. 15 Days MILE STONE(S) as per table given below:- S.No. Financial progress Time allowed

(From date of start) Amount to be with-held

1. 2. 3. 4.

1/8th (of whole work) 3/8th (of whole work) 3/4th (of whole work) Full

1/4th (of whole time) 1/2 (of whole time) 3/4th (of whole time) Full

In the event of not achieving the necessary progress, from the running payments 1% of tendered value of work will be withheld for failure of each mile stone.

Time allowed for execution of work: 3 (three) months Authority to decide:-

(i) Extension of time :- Engineer in Charge

(ii) Re scheduling of mile stones :- Superintending Engineer in Charge

Clause 6, 6A Clause applicable :- (6 or 6A) Clause 6 Clause 7

Page 16: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

16

Gross work to be done together with net payment/adjustment Rs.71170/- of advances for material collected, if any, since the last such Payment for being eligible to interim payment. Clause 10A List of testing equipments to be provided by the contractor at site lab. 1. Cube moulds. 2. Jar for silt content testing. 3. Set of sieves. 4 Weighing Balance. 5. Slump Cone. Clause 10B (ii) Whether Clause 10 B (ii) shall be applicable No Clause 10C Component of labour expressed as percent of value of work = 25 %. Clause 10CA Materials Covered under this clause

Nearest materials (other than cement*, reinforcement bars and structural steel) for which All India Wholesale Price Index to be followed:

Base Price of all the Materials covered under Clause 10 CA ** Base Price Corresponding

Period

(A) Cement (B) Steel (C) Structural Steel

Nil Base price shall be as Circulated by Chief Engineer, CPWD, Central Zone,

Bhopal for Bhopal Area. *includes Cement component used in RMC brought at site from outside approved RMC plant, if any. ** Base price and its corresponding period of all the materials covered under clause 10CA is to be mentioned at the time of issuing of NIT. In case of recall of tenders the base price may be modified by adopting latest base prices, and its corresponding period. Clause 10CC Not applicable. Clause 11 Specifications to be followed for execution of work:- CPWD specifications 2009 Volume I and Volume II With up to date correction slips. Clause 12 12.2 & 12.3 Deviation Limit beyond which clauses 50% 12.2. & 12.3 shall apply for building work. 12.5 Deviation Limit beyond which clauses 100% 12.2 & 12.3 shall apply for foundation work. Clause 16 Competent Authority for deciding reduced rates:- S.E(C), PCC, Ahmedabad Clause 36 i)

Page 17: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

17

Requirement of Technical Representative(s) and recovery Rate S.No. Minimum

Qualification of Technical Representative

Discipline Designation (Principal Technical/ Technical representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words 1. Diploma

Engineer

Civil Principal Technical

Representative

5 years

01

10000/- Rs.Ten thousand only per month.

Assistant Engineers retired from Government Services that are holding Diploma in Civil Engineering will be treated at par with Graduate Engineer. Clause 42

i) Schedule/statement for determining theoretical On the basis of Delhi schedule of rates quantity of cement & bitumen 2012 printed by CPWD

ii) Variation permissible on theoretical quantities:

a) Cement for works with estimated cost put to 2% plus /minus to tender more than 5 lakhs

b) Bitumen for all works 2.5% plus only & nil on minus side c) Steel Reinforcement and Structural steel 2% plus/minus sections for each diameter, section and category d) All other materials NIL Recovery rate for quantities beyond permissible variation.

Rate in figures and words at which recovery shall and made from the contractor

Sl. No. Description of item Excess use beyond permissible variation

Less use beyond the permissible variation

1 Cement NA 6500 2 Steel Reinforcement NA 49000 3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at

stipulated fixed price.

Page 18: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

18

CORRECTION SLIP NO.1 (Correction to Form CPWD-6 & 7/8 (2010)

(For use in Department of Posts: India)

Notable:-

1) This NIT has been prepared on forms approved and published by DG (Works), CPWD New Delhi. This work relates to Department of Posts. The word CPWD where it refers to Department may be read as Department of Posts.

All reference to:- i) Director General of Works, CPWD, ii) CPWD/Public Works Department, iii) Administrative Head of CPWD, iv) Chief Engineer, CPWD v) CPWD Circle & vi) Ministry of Urban Development In various clauses shall be taken to mean:- i) Chief Engineer(c), Department of Posts, ii) Department of Posts/Civil Wing, iii) Administrative Head of Department of Posts iv) Chief Engineer(c), Department of Posts v) Postal Civil Circle vi) Ministry of Communications & IT, Department of Posts EXCEPT IN: - In the following places and clauses where no modifications are intended:- i) CPWD safety code, ii) Clause 11, 19 B, 19 C, 19 G and 19 K iii) Model rules for protection of health and sanitary arrangement for workers employed by

CPWD or its contractors iv) Central Public Works Department Contractor’s Labour Regulations v) CPWD- Delhi Schedule of Rates and Specifications

Contractor Engineer-in-Charge

Page 19: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

19

Correction slips NO 2

Amendment to Para 10A under General Rules and Directions of GCC 2010 incorporating amendments up to OM No DGW/CON/248 dated 08.01.2010

Para Existing Provisions Modified Provisions 10A (page 6-7)

In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy.

However if the contractor has worked out the amount of the tender and if any discrepancy is found in the percentage quoted in words and figures, the percentage which corresponds with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If the

amount of the tender is not worked out by the contractor or it does not correspond with the percentage written either in figures or in words, then the percentage quoted by the contractor in words shall taken as correct. Where the percentage

In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected.

Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy.

(Remaining part deleted)

Page 20: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

20

quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the percentage quoted by the contractor will, unless otherwise proved, be taken as correct and not the amount.

Page 21: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

21

Correction slip NO 3

Amendment to General rules and directions of GCC 2010

incorporating amendments upto OM No DGW/CON/248 dated 08.01.2010

Existing Provisions Modified Provisions Page 5, GCC 2010 4A. Applicable for Percentage Rate Tender only (CPWD-7) In case of Percentage Rate Tenders, a tenderer shall fill up the usual printed form, stating at what percentage below/above (in figures as well as in words) the total estimated cost given in Schedule of Quantities at Schedule-A, he will be willing to execute the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

Page 5, GCC 2010 4A. Applicable for Percentage Rate Tender only (CPWD-7) In case of Percentage Rate Tenders, contractor shall fill up the usual printed form, stating at what percentage below/above (in figures as well as in words) the total estimated cost given in Schedule of Quantities at Schedule-A, he will be willing to execute the work. The tender submitted shall be treated as invalid if :- 1. The contractor does not quote percentage above/below on the total amount of tender or any section/sub head of the tender. 2. The percentage above/below is not quoted in figures & words both on the total amount of tender or any section/sub head of the tender. 3. The percentage quoted above/below is different in figures & words on the total amount of tender or any section/sub head of the tender: Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to

Page 22: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

22

No Provision

tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

New Para 4B is added as below:

4B: In case the lowest

tendered amount (estimated cost + amount worked on the basis of percentage above/ below) of two or more contractors is same, such lowest contractors will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimated cost of tender including all sub sections/sub heads as the case may be, but the revised percentage quoted above/below on tendered cost or on each sub section/ sub head should not be higher than the percentage quoted at the time of submission of tender. The lowest tender shall be decided on the basis of revised offers.

In case any of such contractors refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited. If the revised tendered amount of two more contractors received in revised offer is again found to be equal , the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE of the circle, EE(s) in-charge of major& minor component(s) (also DDH in case Horticulture work is also included in the tender), EE(P) or EE(HQ) of the circle & the

Page 23: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

23

lowest contractors those have quoted equal amount of their tenders.

In case all the lowest contractors those have quoted same tendered amount, refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each contractor.

Contractor(s), whose earnest money is forfeited because of non-submission of revised offer, shall not be allowed to participate in the re-tendering process of the work.

Page 24: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

24

Correction slip No.4

Amendment to General rules and directions of GCC 2010 incorporating amendments upto OM No DGW/CON/248 dated 08.01.2010

Existing Para 4 of GCC, 2010, to be read as under Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes. The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paisa and considering more than fifty paisa as rupee one. In case the lowest tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors is same, then such lowest contractors may be asked to submit sealed revised offer quoting rate of each item of the schedule of quantity for all sub section/ sub heads as the case may be, but the revised quoted rate of each item of schedule of quantity for all sub sections/ sub heads should not be higher than their respective original rate quoted already at the time of submission of tender. The lowest tender shall be decided on the basis of revised offer. If the revised tendered amount( worked out on the basis of quoted rate of individual items) of two or more contractors received in revised offer is again found to be equal, then the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE of the circle, EE ( S) in charge of major & minor components(s) (also DDH in case Horticulture work is also included in the tender), EE(P) or EE(HQ) of the circle & the lowest contractors those have quoted equal amount of their tenders. In case of any such lowest contractor in his revised offer quotes rate of any item more than their respective original rate quoted already at the time of submission of tender, then such revised offer shall be treated invalid. Such case of revised offer of the lowest contractor or case of refusal to submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before acceptance and 50% of his earnest money shall be forfeited. In case all the lowest contractors those have same tendered amount (as a result of their quoted rate of individual items), refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each lowest contractors. Contractor, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate(s) of any item(s) than their respective original rate quoted already at the time of submission of his bid shall not be allowed to participate in the re-tendering process of the work.

Page 25: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

25

Correction slip No.5

Amendment to General rules and directions of GCC 2010 incorporating amendments up to OM No DGW/CON/248 dated 08.01.2010

Clause 10CA of GCC of 2010 to be read as under If after submission of the tender, the price of materials specified in Schedule F increases/decreases beyond the base price(s) as indicated in Schedule F for the work, then the amount of the contract shall accordingly be varied and provided further that any such variations shall be effected for stipulated period of Contract including the justified period extended under the provisions of Clause 5 of the Contract without any action under Clause 2. However for work done/during the justified period extended as above, it will be limited to indices prevailing at the time of stipulated date of completion or as prevailing for the period under consideration whichever is less. The increase/decrease in prices of cement, steel reinforcement and structural steel shall be determined by the Price indices issued by the Director General, CPWD. For other items provided in the Schedule ‘F’, this shall be determined by the All India Wholesale Price Indices of materials as published by Economic Advisor to Government of India, Ministry of Commerce and Industry. Base price for cement, steel reinforcement and structural steel shall be as issued under the authority of Director General CPWD applicable for Delhi including Noida, Gurgaon, Faridabad & Ghaziabad and for other places as issued under the authority of Zonal Chief Engineer, CPWD and base price of other materials issued by concerned Zonal Chief Engineer and as indicated in Schedule ‘F’.In case, price index of a particular material is not issued by Ministry of Commerce and Industry, then the price index of nearest similar material as indicated in Schedule ‘F’ shall be followed. The amount of the contract shall accordingly be varied for all such materials and will be worked out as per the formula given below for individual material:- Adjustment for component of individual material CI-CIo V=P x Q x -------------- CIo Where, V= Variation in material cost i.e increase or decrease in the amount of rupees to be paid or recovered. P= Base Price of material as issued under authority of DG,CPWD or concerned Zonal Chief Engineer and as indicated in Schedule “F”. Q= Quantity of material brought at site for bonafide use in the works since previous bill. Clo- Price index for cement, steel reinforcement bars and structural steel as issued by the DG, CPWD and corresponding to the time of base price of respective material indicated in Schedule ‘F’. For other items, if any, provided in Schedule ‘F’, All India Wholesale Price Index for the material as published by the Economic

Page 26: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

26

Advisor to the Government of India, Ministry of Industry and Commerce and corresponding to the time of base price of respective material indicated in Schedule ‘F’. Cl= Price index for cement, steel reinforcement bars and structural steel as issued under the authority of DG, CPWD for period under consideration, For other items, if any, provided in Schedule ‘F’. All India Wholesale Price Index for the material for period under consideration as published by Economic Advisor to Government of India, Ministry of Industry and Commerce. Note: (i) In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, whichever is less, shall be considered. Provided always that provision of the preceding Clause 10 C shall not be applicable in respect of Materials covered in this Clause. (ii) If during progress of work or at the time of completion of work, it is noticed that any material brought at site is in excess of requirement, then amount of escalation if paid earlier on such excess quantity of material shall be recovered on the basis of cost indices as applied at the time of payment of escalation or as prevailing at the time of effecting recovery, whichever is higher. (iii) Cement mentioned wherever in this clause includes Cement component used in RMC brought at site from outside approved RMC plants, if any. Para IV below Clause 37 (iv) ESI and EPF contributions in respect of this contract shall be payable by the Contractor and any payment in respect of this shall be made by the contractor only and Government shall not entertain any claim whatsoever in this respect. In case of any demand from the ESI & EPF authorities against the contractor, the same shall be deducted from their bills/dues.

Page 27: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

27

SPECIAL CONDTIONS

“A” (a) Special conditions for cement

(1) The contractor shall procure 43 grade (conforming to IS 8112) ordinary Portland cement, as required in the work, from reputed manufacturers of cement having a production capacity not less than one million tonnes or more per annum, such as ACC, UltraTech, J.P.Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc., as approved by the Ministry of Industry, Government of India, and holding license to use ISI certification mark for their product. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially. The supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer- in-charge to do so. (2) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer- in- charge. The cement godown of the capacity to store a minimum of 2000 bags of cement or as directed by Engineer in charge shall be constructed by the contractor at site of work for which no extra payment shall be made. (3) Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time. (4) The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/Department in the manner indicated below: (a) By the contractor, if the results show that the cement does not conform to relevant BIS codes.

Page 28: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

28

(b) By the Department, if the results show that the cement conforms to relevant BIS codes. (5) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to made. (6) The cement brought to the site and the cement remaining unused after completion of the work shall not be removed from site without the written permission of the Engineer-in-charge. (7) The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

(b) Special conditions for steel

(1) The contractor shall procure TMT bars of Fe500D grade from primary producers such as SAIL or TISCO or RINL as approved by Ministry of Steel.TMT bars procured from main producers shall conform to manufacture’s specification and shall meet the provisions of IS 1786 2008 pertaining to Fe 500D. (2) The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work. (3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to do so. (4) The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the Engineer-in-charge. (5) The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking. (6) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient length shall be cut from each size of the bar at random, and at frequency not less than that specified below:

Page 29: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

29

Size of bar For consignment below 100

tonnes For consignment above 100 tonnes

Under10 mm dia bars One sample for each 25 tonnes or part there of

One sample for each 40 tonnes or part there of

10mm to 16 mm dia bars One sample for each 35 tonnes or part there of

One sample for each 45 tonnes or part there of

Over 16 mm dia bars One sample for each 45 tonnes or part there of

One sample for each 50 tonnes or part there of

(7) The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor/Department in the manner indicated below: (a) By the contractor, if the results show that the steel does not conform to relevant BIS codes. (b) By the Department, if the results show that the steel conforms to relevant BIS codes. (8) The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made. (9) The steel brought to site and the steel remaining unused shall not be removed from site without the written permission of the Engineer-in-charge.

Page 30: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

30

Additional Condition:-

1. The drawing available with Department of Post at the time of tender are only for the general guidance to the contractor to enable him to visualize the type of work to be executed. The Contractor will be deemed to have studied the drawings & formed an idea about the total work involved.

2. In the course of progress of the work, the detailed working drawings/structural drawings on the basis of which actual execution of the work has to proceed shall be furnished in stages. The Contractor shall be deemed to have gone through the drawings supplied to him thoroughly and carefully in conjunction with all other connected drawings, and discrepancies if any, shall be brought to the notice of the Engineer-in-Charge before actually carrying out the work.

3. Complete documents forming the Contract are to be taken as mutually explanatory. Should there be any discrepancy inconsistency, error or omission amongst any of them the matter may be referred to Engineer-in-Charge who shall give the decision, which shall be final & conclusive and the Contractor shall carry out work accordingly.

4. The Special Conditions of the Contract, if any, shall be read with General Conditions of Contract, and other tender documents. Where any portion of the General Conditions of the Contract is repugnant to or at variance with any provisions of the Special Conditions of Contract, unless a different intention appears the provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General Conditions of Contract and shall to the extent of such repugnancy or variations prevail.

5. In case there is any discrepancy in frequency of testing as given in list of mandatory tests in individual sub-heads of work as per CPWD Specifications and BIS Codes, the higher of the frequencies of testing shall be followed, and nothing extra shall be payable to the Contractor on this account.

6. All water, which may accumulate on the site during the progress of the Work, or in trenches and excavations, from other than the excepted Risks, shall be removed from the Site at his own cost to the satisfaction of the Engineer-in-Charge.

7. The Contractor, shall not at any time, do cause or permit any nuisance on the Site or do anything which shall cause unnecessary disturbance or inconvenience to occupants of other properties near the Site and to the public generally. The Contractor shall at his own comply with the directions of the Engineer-in-Charge.

8. Materials of any kind obtained from excavation on the Site shall remain the property of the Government of India and shall be disposed of as the Engineer-in-Charge may direct, except where otherwise specified.

9. Treasure, Trove, Fossils, etc.

All fossils, coins, articles of value or antiquity & structures and other remains of things of geological or archaeological interest discovered on the Site shall be the absolute property of the Government of India and the Contractor shall take reasonable precautions to prevent his workmen or any other person from removing or damaging any such article or property and shall immediately upon discovery thereof acquaint the Engineer-in-Charge with such discovery and carry out removal and disposal of the same as directed by the Engineer-in-Charge which shall be at the expense of the Government of India..

10. The detailed soil investigation report is available with the Engineer-in-Charge. It is obligatory on the part of the tenderer to go through the soil investigation report. It is deemed that the Contractor has studied the soil and sub-soil conditions of the Site. The Contractor shall study the measures to be taken to execute the work under sub-soil water conditions and rates quoted shall have the provision of such extra costs, if any. Nothing extra, whatsoever, would be payable on this account. The well point system or any other system to be adopted for de-

Page 31: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

31

watering etc. if any, shall be got approved from the Engineer-in-Charge and such systems as required, till the structural requirements of counter-weights etc. are satisfied, shall be maintained by the Contractor at his own cost.

11 The Contractor shall provide and maintain caution boards, warning signs, all lights, guards, fencing and watch and ward when & where necessary or required by the Engineer-in-Charge for the protection of the work or for the safety and convenience of those employed on the work or the public at his own expense. No hindrance shall be caused to the traffic during the execution of the work.

12 No work shall be carried out during night or on Sundays or on declared holidays without the permission in writing of the Engineer-in-Charge or his representative.

13 Without prejudice to other provisions of the Contract the Contractor shall be responsible for taking precautions from commencement to actual completion of the Work, to prevent loss or damage that may happen to the work or any part thereof from any cause whatsoever save and except the Excepted Risks and shall at his own cost repair and made good the same so that the completed work shall be in good order and condition.

14 The Contractor shall, in accordance with the requirements of the Engineer-in-Charge afford all reasonable facilities to other contractors engaged contemporaneously on separate contracts in connection with the works and for departmental labour and/ or labour of any other properly authorized authority or statutory body which may be employed at the Site for execution of any work not included in the Contract

. 15 ADHERENCES TO GOVERNMENT REGULATIONS

The Contractor shall conform in all respect with the provisions of any National or State Statutes, Ordinances or Laws or any regulations or bye-laws or orders of any local or other duly constituted authority which may be applicable to the Work and with such rules, orders and regulations of such authorities and companies whose property rights are affected or may be affected in any way by the work and shall keep Government of India indemnified against all penalties & liability of every kind for breach of any such Statute, Ordinance or Law, regulation order or bye- law.

16 The Contractor shall, at his own expense, supply to the Engineer-in-Charge samples of materials and fittings proposed to be used in the work sufficiently in advance for the approval of the Engineer-in-Charge. The Engineer-in-Charge shall be entitled to have the tests carried out as per Contract at his own cost. If the test of the samples fails, the Contractor shall arrange to supply fresh samples for testing to the Engineer-in-Charge and the testing charges shall be borne by the Contractor. All other expenditure required to be incurred for taking the samples, conveyance, packing etc, shall be borne by the Contractor.

17 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed of by the contractor at his own cost beyond the municipal limits or at places identified by the local bodies or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-Charge and no payment will be made by the Department for such disposal of this surplus excavated earth. 18 Plaster Grooves:- Grooves of size 6x10mm to 10x12mm, but of uniform size throughout shall be provided in 12mm and 15mm thick internal plastering at the junctions of RCC and Brick-Work. Nothing extra shall be paid on above accounts ( unless otherwise an exclusive item for the same is provided in agreement itself).

19 Treads & Risers

Stone slabs such as Granite, Marble, Kota< Shahabad, Tandoor etc. used for treads and risers shall be of single piece of required width and length. No construction joint shall be allowed. Stone slabs used for treads of staircase shall be provided with three lines of machine cut grooves of size

Page 32: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

32

5mmX2mm & 15mm apart near the nosing of steps. The holes of required shape and size shall be drilled in stone slabs of treads for fixing blusters where necessary. Nothing extra shall be paid for the above requirements.

20 Annual Repair and Maintenance Work

Work of annual repair and maintenance shall be so planned and arranged in consultation with Engineer-In Charge that it causes none or minimum hindrance and inconvenience to the staff working there and the public or the customer or the occupants. If required AR&M works may have to be carried out before/after office hours and /or during Sunday and Holiday etc. Nothing extra shall be paid on this account.

21 Rates

The rate for any item to be done under this contract shall be all inclusive and for all heights, depths, leads and lifts except where specifically mentioned in the item itself, and except for :

(a) Additional height in centering and shuttering for Beams &/or Slabs over a (floor) height 3.50mt where (floor) height to be measured from finished floor level to finished Beam &/or Slab bottom respectively as the case may be, and

(b) Additional height in external plastering over a height of 10mt from ground level where ground level shall mean, here, finished plinth-protection level.

Page 33: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

33

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

(Refer Original and Main Agreement No………………Dated……………………..)

The Agreement made this ……………. Day of ……………. Two thousand and ………………. between ……………………….. son of ………………………………… of ………………………………………. (hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part).

WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated ………/……../…….. and made between the GUARANTOR of the one part and the Government of the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water-proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the Contract.

Provided that the guarantor will not be responsible for leakage caused by earth quake or structural defects or misuse of roof or alteration and for such purpose:

a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of fire wood and things of the same nature which might cause damage to roof;

b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts;

c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the guarantor shall make good or defects and in case of any defect being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S cost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shall be final and binding.

That if GUARANTOR fails to execute the water-proofing or commits breach there under then the guarantor will indemnify the principle and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and /or damage and/or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding on the parties.

Page 34: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

34

IN WITNESS WHEREOF these presents have been executed by the obligor …………………… and by ………………………. and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of :

1………………………………., 2. ……………………………………

Signed for and on behalf of THE PRESIDENT OF INDIA by ……………………………… in the presence of :

1 ………………………………, 2. ………………………………………

Contractor Engineer-in-Charge

Page 35: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

35

SPECIAL CONDITIONS OF CONTRACT

a) The agreement shall cover the following scope of the work: i) Carrying out day to day, annual and periodic civil maintenance of the premises additions / alteration and

miscellaneous civil works all pertaining to building works, not costing more than 40% of the value of the terms contract as and when required by the Engineer-in- charge during currency of the contract including extended period if any as per direction of the Engineer-in-Charge.

ii) Maintaining the existing plumbing, water supply, sanitary installations, storm water drainage etc. of the

building and premises in good working/ running conditions free from leakages, chokages, seepages etc.

b) Contractor shall use only the materials as specified in the contract. Wherever contractor proposes to use ‘equivalent’ makes (i.e. other than the specified brand) he shall obtain prior written approval of the Engineer-in-charge. Any additional cost and time lost due to this will be on Contractor’s account and no claim will be entertained. In case contractor fails to obtain prior written approval of the Engineer-in-Charge for using equivalent makes, the materials so used shall be liable to be rejected and /or the Engineer-in-charge in this regard viz. acceptance, rejection in rates etc. shall be final and binding upon the contractor and contractor shall have no claim in this regard.

c) A small space (if possible) as decided by the Engineer-in-charge in the compound/ premises, may be made available to the contractor which shall be utilized by him for storage of his inventory and his staff as the directions of the Engineer-in-charge. No claim on this account will be entertained and contractor has to make his own arrangement of godown etc. nearest to the site. The contractor shall also be bound at his own cost to observe all the norms and procedures being followed by the security staff of the building.

d) After award of the work, the contractor and the Engineer-in-charge shall, within fifteen days, mutually decide the inventory of the various articles of materials for day to day maintenance, to be maintained during currency of the contractor by the contractor on the site. However, in case of the difference of opinion the decision of the Engineer-in-charge on the extent of the inventory shall be final and binding.

e) The Engineer-in-charge shall have powers to engage any other agency / contractor for carrying out any work in the premises / building as per his discretion and the contractor shall have no claim whatsoever on this account.

f) The contractor shall ensure secrecy of all the documents, safety and security of the DOP/ Public property, materials, T & P equipment, furniture documents etc. , from any damage, tempering, pilferage, loss etc. on account of the acts of his workers.

g) The contractor shall be fully responsible for the damage, loss, pilferage etc. done to DOP/ Public property by his manpower during their performance or otherwise and shall be liable to pay compensation for the same. The amount of such compensation as decided by the Engineer-in-charge shall be final and binding.

h) The contractor shall keep the whole premises free of construction garbage and rubbish all the time and dispose of the same as per municipal bye laws.

i) Services/materials/articles to be consumed in the work shall be amongst the following list. In case the required materials/ articles/ services are not available or the materials/ articles/services available with the manufactures/ agencies mentioned below are not up to the satisfaction of the Engineer-in-charge (decision of the Engineer-in-charge in this regard shall be final and binding), the contractor shall be bound to obtain/ procure/arrange without any extra cost the required materials/ articles/ services from other manufacturers/ agencies approved by the Engineer-in-charge in writing.

Page 36: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

36

Schedule of Work Civil Wing Day to day Maintenance work in PSQ and Post Office Building at Bhopal.

ITEM

No SUB-HEADS AND ITEM OF WORK QUANTITY UNIT RATE (In

Words) AMOUNT(Rs)

1 E A R T H W O R K 1.1 Earth work in surface excavation not exceeding 30 cm in

depth but exceeding 1.5 m in width as well as 10 sqm on plan including disposal of excavated earth upto 50 m and lift upto 1.5 m, disposed soil to be levelled and neatly dressed :

1.1.1 All kinds of soil 16.00 100 sqm

1.2 Earth work in excavation by mechanical means (Hydraulic

excavator )/ manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed.

1.2.1 All kinds of soil 3.00 cum

1.3 Excavating trenches of required width for pipes, cables, etc

including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m including getting out the excavated soil, and then returning the soil as

Page 37: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

37

required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :

1.3.1 All kinds of soil

1.3.1.1 Pipes, cables etc, not exceeding 80 mm dia. 16.00 metre

Sub-Total

2 C O N C R E T E W O R K

2.1 Providing and laying in position cement concrete of

specified grade excluding the cost of centring and shuttering - All work upto plinth level :

2.1.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate

20 mm nominal size) 1.00 cum

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10 graded stone

aggregate 40 mm nominal size) 1.00 cum

Sub-Total

3 B R I C K W O R K

3.1 Brick work with common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 in foundation and plinth in:

3.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 0.50 cum

3.2 Brick work with common burnt clay F.P.S. (non modular)

bricks of class designation 7.5 in superstructure above

Page 38: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

38

plinth level up to floor V level in all shapes and sizes in : 3.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 0.50 cum

3.3 Half brick masonry with common burnt clay F.P.S. (non

modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level.

3.3.1 Cement mortar 1:4 (1 cement :4 coarse sand) 1.00 sqm

Sub-Total

4 W O O D A N D P. V. C. W O R K

4.1 Providing wood work in frames of doors, windows,

clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately).

4.1.1 Kiln seasoned and chemically treated Hollock wood. 0.10 cum

4.2 Providing and fixing panelled or panelled and glazed

shutters for doors, windows and clerestory windows including ISI marked M.S. pressed butt hinges bright finished of required size with necessary screws excluding, panelling which will be paid for separately, all complete as per direction of Engineer-in-charge.

4.2.1 Kiln seasoned and chemically treated Hollock wood.

4.2.1.1 35 mm thick shutters 6.00 sqm

4.3 Providing and fixing panelling or panelling and glazing in

panelled or panelled and glazed shutters for doors,

Page 39: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

39

windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measured). Panelling for panelled or panelled and glazed shutters 25 mm to 40 mm thick :

4.3.1 Kiln seasoned and chemically treated Hollock wood 7.00 sqm

4.4 Providing and fixing glazed shutters for doors, windows

and clerestory windows using 4 mm thick float glass panes including ISI marked M.S. pressed butt hinges bright finished of required size with necessary screws.

4.4.1 Kiln seasoned and chemically treated Hollock wood

4.4.1.1 30 mm thick 3.00 sqm

4.5 Providing and fixing ISI marked flush door shutters

conforming to IS: 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters :

4.5.1 30 mm thick including ISI marked Stainless Steel butt

hinges with necessary screws. 2.00 sqm

4.6 Providing and fixing ISI marked oxidised M.S. pressed

butt hinges with necessary screws etc. complete.

4.6.1 100x58x1.90 mm 30.00 each

4.6.2 75x47x1.70 mm 30.00 each

4.7 Providing and fixing factory made panel PVC door shutter

consisting of frame made out of M.S. tubes of 19 gauge

Page 40: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

40

thickness and size of 19mm x 19mm for styles and 15x15mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture . M.S. frame covered with 5mm thick heat moulded PVC 'C' channel of size 30mm thickness, 70mm width out of which 50mm shall be flat and 20mm shall be tapered in 45degree angle on both side forming styles; and 5mm thick, 95mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided both side of the panel. 10mm (5mm x 2 ) thick, 20mm wide cross PVC sheet be provided as gap insert for top rail & bottom rail. paneling of 5mm thick both side PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7mm (5mm+2mm) thick x 15mm wide PVC sheet beading on inner side, and joined together with solvent cement adhesive. An additional 5mm thick PVC strip of 20mm width is to be stuck on the interior side of the 'C' Channel using PVC solvent adhesive etc. complete as per direction of Engineer-in-charge. Manufacturer’s specification & drawing.

4.7.1 30 mm thick plain PVC door shutters. 2.00 sqm

Sub-Total

5 S T E E L W O R K

5.1 Steel work welded in built up sections/ framed work

including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required.

5.1.1 In gratings, frames, guard bar, ladder, railings, brackets,

gates and similar works. 50.00 kg

Page 41: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

41

Sub-Total

6 F L O O R I N G

6.1 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand :

4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete.

6.1.1 40mm thick with 20mm nominal size stone aggregate. 15.00 sqm

6.2 Kota stone slab flooring over 20 mm (average) thick base

laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

6.2.1 25 mm thick. 3.00 sqm

6.3 Providing and fixing Ist quality ceramic glazed wall tiles

conforming to IS : 15622 (thickness to be specified by the manufacturer) of approved make in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge in skirting, risers of steps and dados over 12 mm thick bed of cement Mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with pigment of matching shade complete.

8.00 sqm 6.4 Providing and laying Ceramic glazed floor tiles 300x300

mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick Cement Mortar 1:4 (1 Cement : 4 Coarse sand) including pointing the joints with white cement and

3.00 sqm

Page 42: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

42

matching pigment etc., complete. Sub-Total

7 F I N I S H I N G

7.1 12 mm cement plaster of mix :

7.1.1 1:6 (1 cement : 6 fine sand) 40.00 sqm

7.2 15 mm cement plaster on the rough side of single or half

brick wall of mix :

7.2.1 1:6 (1 cement : 6 fine sand) 40.00 sqm

7.3 Neat cement punning 8.00 sqm

7.4 White washing with lime to give an even shade:

7.4.1 New work (three or more coats) 85.00 sqm

7.5 Distempering with oil bound washable distemper of

approved brand and manufacture to give an even shade

7.5.1 New work (two or more coats) over and including water

thinnable priming coat with cement primer. 85.00 sqm

7.6 Distempering with 1st quality acrylic distemper (ready

mixed) of approved manufacturer, of required shade and colour complete, as per manufacturer's specification.

7.6.1 Two or more coats on new work. 85.00 sqm

7.7 Applying one coat of water thinnable cement primer of

Page 43: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

43

approved brand and manufacture on wall surface : 7.7.1 Water thinnable cement primer. 16.00 sqm

7.8 Finishing walls with Acrylic Smooth exterior paint of

required shade:

7.8.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm

over and including priming coat of exterior primer applied @ 2.20 kg/ 10 sqm).

20.00 sqm 7.9 Painting with silicon & acrylic emulsion based water

thinnable sealer of approved brand and manufacture on wet or patchy portion of plastered surfaces:

7.9.1 One coat 15.00 sqm

7.10 Painting with synthetic enamel paint of approved brand

and manufacture to give an even shade :

7.10.1 Two or more coats on new work 20.00 sqm

7.11 Providing and applying white cement based putty of

average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.

16.00 sqm Sub-Total

8 REPAIRS TO BUILDINGS

8.1 Repairs to plaster of thickness 12mm to 20mm in patches

of area 2.5 sq. metres and under including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete including

Page 44: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

44

disposal of rubbish to the dumping ground within 50metres lead :

8.1.1 With cement mortar 1:4 (1 cement : 4 fine sand) 25.00 sqm

8.2 Renewing glass panes, with putty and nails wherever

necessary including racking out the old putty:

8.2.1 Float glass panes of thickness 4 mm 5.00 sqm

8.3 Renewing glass panes, with wooden fillets wherever

necessary:

8.3.1 Float glass panes of thickness 4 mm 6.00 sqm

8.4 Renewing glass panes and refixing existing wooden fillets:

8.4.1 Float glass panes of thickness 4 mm 2.00 sqm

8.5 Removing white or colour wash by scrapping and sand

papering and preparing the surface smooth including necessary repairs to scratches etc. complete

85.00 sqm 8.6 Distempering with oil bound washable distemper of

approved brand and manufacture to give an even shade :

8.6.1 Old work (one or more coats) 85.00 sqm

8.7 Removing dry or oil bound distemper, water proofing

cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

85.00 sqm 8.8 Painting with synthetic enamel paint of approved brand

and manufacture of required colour to give an even shade :

Page 45: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

45

8.8.1 One or more coats on old work. 20.00 sqm

8.9 Finishing walls with Acrylic Smooth exterior paint of

required shade :

8.9.1 Old work (Two or more coat applied @ 1.67 ltr/ 10 sqm)

on existing cement paint surface). 175.00 sqm

Sub-Total

9 DISMANTLING & DEMOLISHING

9.1 Disposal of building rubbish / malba / similar

unserviceable, dismantled or waste materials by mechanical means including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all loads including all lifts involved.

10.00 cum Sub-Total

10 D R A I N A G E

10.1 Providing, laying and jointing glazed stoneware pipes class

SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete :

10.1.1 150 mm diameter 16.00 metre

10.2 Providing and laying cement concrete 1:5:10 (1 cement : 5

coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design:

Page 46: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

46

10.2.1 150 mm diameter S.W. pipe 16.00 metre

10.3 Providing and fixing square-mouth S.W. gully trap class

SP1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design :

10.3.1 100x100 mm size P type

10.3.1.1 With common burnt clay F.P.S. (non modular) bricks of

class designation 7.5 2.00 each

10.4 Constructing brick masonry manhole in cement mortar 1:4

( 1 cement : 4 coarse sand ) R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design :

10.4.1 Inside size 90x80 cm and 45 cm deep including C.I. cover

with frame (light duty) 455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) :

10.4.1.1 With common burnt clay F.P.S. (non modular) bricks of

class designation 7.5 2.00 each

10.5 Providing and fixing in position precast R.C.C. manhole

cover and frame of required shape and approved quality

Page 47: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

47

10.5.1 L D- 2.5

10.5.1.1 Rectangular shape 600x450mm internal dimensions 8.00 each

10.6 Making connection of drain or sewer line with existing

manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete :

10.6.1 For pipes 100 to 230 mm diameter 2.00 each

Sub-Total

11 MARKET RATE ITEMS

11.1 Repairs of steel door, window and ventilator by electric

welding replacement of necessary hinges if required complete i/c transportation of welding plant scaffolding etc. all complete as per direction of Engineer-in-charge.

15.00 each 11.2 Credit for taking away old plumbing fixtures like bibcock,

stopcock, ball cock etc. complete and as per direction of the Engineer-in-charge.(Any make and size)

-35.00 each 11.3 Credit for taking away M.S sliding door bolts with nuts

and screws etc. complete and as per direction of the Engineer-in-charge. (Any make and size)

-15.00 each 11.4 Credit for taking away M.S tower bolt black finish, (Barrel

type) with necessary screws etc. complete and as per -20.00 each

Page 48: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

48

direction of the Engineer-in-charge. (Any make and size) 11.5 Credit for taking away M.S handles conforming to IS:4992

with necessary screws etc. complete and as per direction of the Engineer-in-charge. (Any make and size).

-30.00 each Sub-Total

Total

Name of Work: Providing of material

SNO ITEM DESCRIPTION Qty Unit Rate (Rs.) (in words & figure) Amount

Wood Work 1 Providing of nickel plated M.S. pipe

curtain rods with nickel plated brackets :

20 mm dia (heavy type) 25.00 metre 2 Providingof ISI marked oxidised M.S.

sliding door bolts with nuts and screws etc. complete :

250x16 mm 15.00 each 3 Providing of ISI marked oxidised M.S.

tower bolt black finish, (Barrel type) with necessary screws etc. complete :

Page 49: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

49

200x10 mm 20.00 each

4 Providing of ISI marked oxidised M.S.

handles conforming to IS:4992 with necessary screws etc. complete :

100 mm 30.00 each 5 Providing of IS : 3564 marked

Aluminium die cast body tubular type universal hydraulic door closer with necessary accessories and screws etc. complete.

4.00 each 6 Providing of aluminium sliding door bolts

ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with nuts and screws etc. complete :

250x16 mm 15.00 each 7 Providing of aluminium tower bolts ISI

marked anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade with necessary screws etc. complete :

250x10 mm 10.00 each

Page 50: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

50

8 Providing of aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete :

100 mm 15.00 each 9 Providing of aluminium hanging floor

door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade with necessary screws etc. complete.

Twin rubber stopper 15.00 each Roofing 1 Providing of Unplasticised Rigid PVC

rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. (i) Single socketed pipes

75 mm diameter 20.00 metre 110 mm diameter 20.00 metre

Page 51: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

51

2 Providing of Unplasticised - PVC moulded fittings/ accessories for Unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.

a Coupler i 75 mm 10.00 each ii 110 mm 10.00 each b Single tee with door i 75x75x75 mm 7.00 each ii 110x110x110 mm 7.00 each c Single tee without door i 75x75x75 mm 10.00 each ii 110x110x110 mm 10.00 each d Bend 87.5° i 75 mm bend 15.00 each ii 110 mm bend 15.00 each e Shoe (Plain) i 75 mm Shoe 15.00 each ii 110 mm Shoe 15.00 each f pipe clip i 75 mm 30.00 each ii 110 mm 30.00 each

g(i) seal ring 75mm dia 10.00 each g(ii) seal ring 110 mm dia 10.00 each

Page 52: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

52

SANITARY INSTALLATION 1 Providing of white vitreous china water

closet squatting pan (Indian type) 3.00 each Orissa pattern W.C. pan of size 580x440

mm 2 Providing of P.V.C. low level flushing

cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete.

5.00 each 10 litre capacity - White 3 Providing of white vitreous china wash

basin including making all connections but excluding the cost of fittings :

5.00 each Flat back wash basin of size

550x400mm. 4 Providing of P.V.C. waste pipe for sink or

wash basin including P.V.C. waste fittings complete.

Flexible pipe 32 mm dia 16.00 each WATER SUPPLY 1 Providing of GI Pipe and fittings a 15 mm dia. nominal bore 10 mtr b 20 mm dia. nominal bore 10 mtr c 25 mm dia. nominal bore 10 mtr

Page 53: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

53

d GI union 15mm nominal bore 3 each e GI union 20 mm nominal bore 3 each f GI union 25 mm nominal bore 3 each 2 Providing of Polyethylene water storage

tank with cover and suitable locking arrangement 1500 per litre

3 Providing of uplasticised PVC

connection pipe with brass unions 30 cm length 15 mm nominal bore 10 each 4 Providing of H.P or L.P ball valve with

polythene floats : 15mm dia 10 each

5 Providing of Chlorinated Polyvinyl Chloride (CPVC) pipes15 mm outer dia .

5 mtr 6 Providing of Chlorinated Polyvinyl

Chloride (CPVC) pipes 20 mm outer dia .

5 mtr 7 Providing of Chlorinated Polyvinyl

Chloride (CPVC) pipes25 mm outer dia .

10 mtr

Page 54: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

54

8 Providing of Chlorinated Polyvinyl Chloride (CPVC) pipes 32 mm outer dia .

15 mtr 9 Providing of Chlorinated Polyvinyl

Chloride (CPVC) pipes 40 mm outer dia .

15 mtr

10 Providing of C.P. brass bib cock of approved quality

15 mm nominal bore. 15 each

11 Providing of C.P. brass long body bib cock of approved quality

15 mm nominal bore 15 each

12 Providing of C.P. brass angle valve for basin mixer and geyser points of approved quality

15 mm nominal bore 15 each

13 Providing of C.P. brass stop cock (concealed) of standard design and of approved

15 mm nominal bore. 15 each Market Item 1 Providing of fitting d Socket 15mm nominal bore 5 each e Socket 20mm nominal bore 5 each f Socket 25 mm nominal bore 5 each

Page 55: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

55

g Elbow 15mm nominal bore 10 each h Elbow 20 mm nominal bore 10 each i Elbow 25 mm nominal bore 10 each

Contractor EE(C)

Page 56: Postal Civil Division BHOPAL3.imimg.com/data3/JK/MW/HTT-342/342_2013-08-02-13... · 8/2/2013  · 5. Applications for issue of forms shall be received by 12.08.2013(4 PM) and tender

56

Name of Work: Provision of manual assistance (Labour supply) in Postal Staff Quarter and pot office building at Bhopal.

Sr. No

Item Description Qty Unit Rate Amount

1. Providing of manual assistant (from 9 AM to 5 PM) with half an hour lunch break on each working day for attending labour oriented complaint when required as per direction of Engineer-in-charge

a Fitter grade-II 90 W/days

b Carpenter grade-II 45 W/days

c Mason 45 W/days

d Sewerman 90 W/days

e Belder 180 W/days

f Gardener 30 W/days

Total