26.07.2014 Views

TENDER FORM - IGRMS

TENDER FORM - IGRMS

TENDER FORM - IGRMS

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

No.: - F-10-08/09-Constt. Dated 19 th September, 2012<br />

Name of Work: Construction of Bhuta House near Mythological Trail in the Indira<br />

Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

Estimated Cost of Work: Rs. 15,22,500/-<br />

<strong>TENDER</strong> <strong>FORM</strong><br />

Date of Publication of the Tender 19/09/2012<br />

1. Last date of application for purchase of tender form 26.09.12 (13.30 Hrs.)<br />

2. Last date for sale of tender form 26.09.12 (17.00 Hrs.)<br />

3. Last date for submission of sealed tenders 28.09.12 (15.30 Hrs.)<br />

4. Date of opening of the tender in the presence of the 28.09.12 (16.00 Hrs.)<br />

Tenderness or their representatives<br />

5. EMD to be enclosed with quotation Rs. 30,450/-<br />

6. Cost of Tender Form. Rs. 500 /-(Non-refundable)<br />

I/We hereby agree to undertake the work of Construction of Bhuta House near<br />

Mythological Trail in the Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal at the<br />

rates/amount quoted by me/us in the attached schedule. I will abide by all the prescribed rules<br />

and regulations supplied by the Sangrahalaya. The Earnest Money Deposit for<br />

Rs. 30,450/-(Rupees thirty thousand four hundred fifty only) drawn on……………..………<br />

bearing No……………………………… dated……………………..is enclosed.<br />

Signature of Contractor<br />

Name of the Contractor/Firm<br />

Seal<br />

Bhopal<br />

Dated<br />

……………………………………………………………………………………………...………<br />

Form No…………..has been issued to Shri/M/S…………………………………...………../The<br />

cost of the tender form has received vide M.R. No…………………………………..<br />

dated……….…..……..<br />

Accounts officer<br />

Indira Gandhi Rashtriya Manav Sangrahalaya<br />

Bhopal<br />

The tender detail is also available at Website www.igrms.com


INDIRA GANDHI RASHTYRIYA MANAV<br />

SANGRAHALAYA, BHOPAL<br />

<strong>TENDER</strong><br />

NAME OF WORK :- CONSTRUCTION OF BHUTA HOUSE NEAR<br />

MYTHOLOGICAL TRAIL IN THE INDIRA<br />

GANDHI RASHTRIYA MANAV<br />

SANGRAHALAYA, BHOPAL.<br />

ESTIMATED COST : Rs. 15,22,500/-<br />

EARNEST MONEY : Rs. 30,450/-<br />

ISSUED TO :<br />

DIRECTOR<br />

INDIRA GANDHI RASHTRIYA MANAV SANGRAHALAYA<br />

Post Box No.2, SHAMLA HILLS,<br />

BHOPAL- 462 013


INDIRA GANDHI RASHTYRIYA MANAV SANGRAHALAYA<br />

POST BOX-2, SHAMLA HILLS,<br />

BHOPAL 462 013<br />

INDEX<br />

Name of Work: Construction of Bhuta House near Mythological Trail in the Indira<br />

Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

-------------------------------------------------------------------------------------------------------------------<br />

Serial No. Contents Page No.<br />

-------------------------------------------------------------------------------------------------------------------<br />

1 INDEX 1<br />

2. Press Notice 2<br />

3. Notice inviting tenders 3 - 6<br />

4. Tender and contract 7 - 12<br />

5. Particular specification & 13 - 18<br />

Special conditions<br />

6. Correction slips to the general conditions 19 - 21<br />

of the contract<br />

7. List of Approved materials & 22-23<br />

specialized agencies<br />

8. Schedule of quantities 24 - 27<br />

-------------------------------------------------------------------------------------------------------------------<br />

Certified that this tender contains pages 1 to 27<br />

Director In Charge/officer authorized<br />

by the Director –In- Charge for & on<br />

Behalf of President, RMSS<br />

1


NOTICE INVITING <strong>TENDER</strong><br />

bafnjk xka/kh jk"Vªh; ekuo laxzgky;<br />

'kkeyk fgYl] Hkksiky<br />

fufonk foKfIr<br />

fu- Øa- 10&08@09&fuek.kZ<br />

funs'kd] bafnjk xka/kh jk"Vªh; ekuo laxzgky;] Hkksiky dh vksj ls fuEufyf[kr<br />

dk;Z gsrq dsUnzh;@jkT; 'kklu ds vf/ku dk;Zjr laLFkkvksa ds mi;qDr Js.kh esa iathd`r<br />

vuqHkoh Bsdsnkjksa ls fuEufyf[kr dk;Z ds fy, muds le{k n’kkZ;h x;h frfFk dks 15-<br />

30 cts rd fufonk,a vkef=r dh tkrh gSa] fufonk,a mlh fnu 16-00 cts [kksyh<br />

tk;s axhA dksjs fufonk izi= fnukad 26@09@2012 lk;a 1-30 cts rd ;k blds igys<br />

fdlh Hkh dk;Z fnol ij ys[kk vuqHkkx ls :-500@& uxn Hkqxrku tks fd okil ugh<br />

gksxk lfgr izkFkZuk i= ds lkFk izLrqr djus ij izkIr fd;s tk ldsaxsA<br />

fufonk foKfIr laxzgky; dh osclkbV www.igrms.com ij ns[kh tk<br />

ldrh gSA fufonk izi= osclkbV ls Mkmu yksM dj izLrqr djus ij izi= dh dher<br />

:- 500@& uxn ;k funs’kd] bafnjk xka/kh jk"Vªh; ekuo laxzgky;] Hkksiky ds uke<br />

fMek.M MªkV ds :i esa fufonk ds lkFk laxzgky; esa vfrfjDr tek djuh gksxhA<br />

dk;Z dk uke vuqekfur ykxr /kjksgj<br />

jkf’k<br />

bafnjk xka/kh jk"Vªh; ekuo<br />

laxzgky; esa Bhuta<br />

House feFkd foFkh ds<br />

ikl dk fuekZ.k dk;Z<br />

fufonk<br />

izkfIr dh<br />

frfFk<br />

`-15]22]500@& `-30]450@& 28-09-2012<br />

¼15-30 cts½<br />

dk;Z iw.kZ<br />

djus dk<br />

le;<br />

90 fnu<br />

funs'kd<br />

Director In Charge/officer authorized<br />

by the Director –In- Charge for & on<br />

Behalf of President, RMSS<br />

2


INDIRA GANDHI RASHTYRIYA MANAV SANGRAHALAYA<br />

POST BOX-2, SHAMLA HILLS,<br />

BHOPAL- 462 013<br />

Notice Inviting Tenders<br />

Tender No.F-10-08/09-Constt.……………………………Dated: 19 th Sept., 2012<br />

Last date of receipt of tenders: …………………..……… 28.09.2012 (15.30 Hrs.)<br />

1. Item rates tenders are invited on behalf of the President, Rashtriya Manav<br />

Sangrahalaya Samiti from approved and eligible contractors of CPWD and those of<br />

appropriate list of P&T, MES and M.P. State PWD for the work of Construction of<br />

Bhuta House near Mythological Trail in the Indira Gandhi Rashtriya Manav<br />

Sangrahalaya, Bhopal.<br />

The enlistment of the contractors should be valid on the last date of sale of tenders. In<br />

case only the last date of sale of tender is extended, the enlistment of contractor<br />

should be valid on the original date of sale of tenders. In case both the last date of<br />

receipt of application and sale of tenders are extended, the enlistment of contractor<br />

should be valid on either of the tow dates i.e. original date of sale of tender or sale of<br />

tender or on the extended date of sale of tenders.<br />

1.1 The work is estimated to cost Rs.15,22,500 /- (Rupees Fifteen Lacs Twenty<br />

Two Thousand Five Hundred only) this estimate, however, is given merely as<br />

a rough guide.<br />

1.1.1 The authority competent to approve NIT for the combined cost and belonging to<br />

the major discipline will consolidate NITs for calling the tenders. He will also<br />

nominate Division which will deal with all matters relating to the invitation of<br />

tenders.<br />

For composite tender, besides indicating the combined estimated cost put to<br />

tender, should clearly indicate the estimated of each component separately. The<br />

eligibility of tenderer will correspond to the combined estimated cost of different<br />

components put to tender.<br />

1.2 Tender will be issued to eligible contractors provided they produce definite proof<br />

from the appropriate authority, which shall be to the satisfaction of the competent<br />

authority, of having satisfactorily completed similar works of magnitude specified<br />

below: -<br />

(a) Should have satisfactorily completed during the last seven years ending last<br />

day of the month 31.08.2012.<br />

(i) Three similar works each of value not less than 40% of estimated cost or two<br />

similar work each of value not less than 60% of estimated cost or one similar<br />

work of value not less than 80% of estimated cost in last 7 year ending last<br />

day of the month previous to the one in which the tenders are invited.<br />

For the purpose of this clause ‘Similar work’ means building works one of<br />

the qualifying works should be of building work.<br />

Note: - Above condition is applicable<br />

(1) For CPWD as well as Non CPWD contractors for works estimated to<br />

cost above Rs.15 Crores.<br />

(2) Only for Non CPWD contractors for works estimated to cost upto Rs.15<br />

Crores.<br />

3


The value of executed works shall be brought to current costing level by<br />

enhancing the actual value of work at simple rate of 7% per annum calculated from<br />

the date of completion to the last date of receipt of applications for tender.<br />

2. Agreement shall be drawn with the successful tenderer on prescribed Form No.<br />

C.P.W.D. 7/8 which is available a Govt. of Indian Publication and can also be seen<br />

in the office of Advisor Engineering, Room No.8, <strong>IGRMS</strong>, Bhopal. Tenderer shall<br />

quote his rats as per various terms and conditions of the said form which will form<br />

part of the agreement.<br />

3. The time allowed form carrying out the work will be 3 Months from the date of start<br />

as defined in schedule ‘F’ or from the first date of handing over of the site,<br />

whichever is later, in accordance with the phasing, if any, indicated in the tender<br />

documents.<br />

4. The site for the work is available.<br />

5. Applications for issue of forms shall be received by 26.09.2012 (1.30 PM) and tender<br />

documents shall be issued by 26.09.2012 (5.00 PM).<br />

Tender documents consisting of plans, specifications, the schedule of quantities of the<br />

various classes of work to be done and the set of terms & conditions of contract to be<br />

complied with by th contractor whose tender may be accepted and other necessary<br />

documents can be seen in the office of the Engineering Section, Room No. 08,<br />

I.G.R.M.S., Bhopal between hours of 11.00 A.M. & 5.00 P.M. from 19.09.2012 to<br />

26.09.2012 everyday except on Saturday, Sundays and Public Holidays. Tender<br />

documents, excluding standard form, will be issued from his office, during the hours<br />

specified above, on payment of Rs. 500/- in cash as cost of tender.<br />

6. (i) Tenders shall be accompanied with Earnest money of Rs. 30,450/- in cash (upto<br />

Rs. 10000/-)/Receipt Treasury Challan/Deposit at Call receipt of a scheduled<br />

bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank<br />

issued in favour of Director, Indira Gandhi Rashtriya Manav Sangrahalaya,<br />

Bhopal 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be<br />

deposited in the shape prescribed above and balance amount of earnest money can be<br />

accepted in the form of Bank guarantee issued by a scheduled bank.<br />

(ii) The tender and the earnest money shall be placed in separate sealed envelopes,<br />

each marked “Tender” and “Earnest Money” respectively. In cases where earnest<br />

money in cash is acceptable, the same shall be deposited with the Cashier of the<br />

Division and the receipt placed in the envelope meant for earnest money. Both the<br />

envelopes shall be submitted together in another sealed envelope with the name of<br />

work and due date of opening written on envelope, which will be received by the<br />

Director, <strong>IGRMS</strong> or his authorized representative upto 3.30 P.M. on 28.09.2012<br />

and will be opened by him or his authorized representative in his office on the same<br />

day at 4.00 P.M.. The envelope marked “Tender” of only those tenderers shall be<br />

opened, whose earnest money, placed in the other envelope, is found to be in order.<br />

7. The Contractor whose tender is accepted, will be required to furnish performance<br />

guarantee of 5% (five percent) of the tendered amount within the period specified in<br />

Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is<br />

less than Rs. 10,000/-) or Deposit at call receipt of any scheduled bank/Banker’s<br />

4


cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any<br />

scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government<br />

Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or<br />

the State Bank of India in accordance with the prescribed form. In case the contractor<br />

fails to deposit the said performance guarantee within the period as indicated in<br />

Schedule ‘F’, including the extended period if any, the Earnest Money deposited by<br />

the contractor shall be forfeited automatically without any notice to the contractor.<br />

The Earnest Money deposited by the contractor shall be forfeited automatically<br />

without any notice to the contractor.<br />

8. The description of the work is as follows:<br />

Copies of other drawings and documents pertaining to the works will be open for<br />

inspection by the tenderers at the office of the above mentioned officer.<br />

Tenderers are advised to inspect and examine the site and its surroundings and satisfy<br />

themselves before submitting their tenders as to the nature of the ground and sub-soil<br />

(so far as is practicable), the form and nature of the site, the means of access to the<br />

site, the accommodation they may require and in general shall themselves obtain all<br />

necessary information as to risks, contingencies and other circumstances which may<br />

influence or affect their tender. A tenderer shall be deemed to have full knowledge of<br />

the site whether he inspects it or not and no extra charges consequent on any<br />

misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for<br />

arranging and maintaining at his own cost all materials, tools & plants, water,<br />

electricity access, facilities for workers and all other services required for executing<br />

the work unless otherwise specifically provided for in the contract documents.<br />

Submission of a tender by a tenderer implies that he has read this notice and all other<br />

contract documents and has made himself aware of the scope and specifications of the<br />

work to be done and of conditions and rates at which stores, tools and plant, etc. will<br />

be issued to him by the Government and local conditions and other factors having a<br />

bearing on the execution of the work.<br />

9. The competent authority on behalf of the President, RMSS does not bind itself to<br />

accept the lowest or any other tender and reserves to itself the authority to reject any<br />

or all the tenders received without the assignment of any reason. All tenders in which<br />

any of the prescribed condition is not fulfilled or any condition including that of<br />

conditional rebate is put forth by the tenderer shall be summarily rejected.<br />

10. Canvassing whether directly or indirectly, in connection with tenders is strictly<br />

prohibited and the tenders submitted by the contractors who resort to canvassing will<br />

be liable to rejection.<br />

11. The competent authority on behalf of President, RMSS reserves to himself the right<br />

of accepting the whole or any part of the tender and the tenderer shall be bound to<br />

perform the same at the rate quoted.<br />

12. The contractor shall not be permitted to tender for works in the <strong>IGRMS</strong> (Division in<br />

case of contractors of Horticulture/Nursery category) responsible for award and<br />

execution of contracts, in which his near relative is posted as Divisional Accountant<br />

or as an officer in any capacity between the grades of Superintending Engineer and<br />

Junior Engineer (both inclusive). He shall also intimate the names of persons who are<br />

5


working with him in any capacity or are subsequently employed by him and who are<br />

near relatives to any gazette officer in the Central Public Works Department or in the<br />

Ministry of Urban Development. Any breach of this condition by the contractor<br />

would render him liable to be removed from the approved list of contractors of this<br />

Department.<br />

13. No Engineer of gazette rank or other Gazetted officer employed in Engineering or<br />

Administrative duties in an Engineering Department of the Government of India is<br />

allowed to work as a contractor for a period of one year after his retirement from<br />

Government service, without the previous permission of the Government of India in<br />

writing. This contract is liable to be cancelled if either the contractor or any of his<br />

employees is found any time to be such a person who had not obtained the permission<br />

of the Government of India as aforesaid before submission of the tender or<br />

engagement in the contractor’s service.<br />

14. The tender for the works shall remain open for acceptance for a period of ninety (90)<br />

days from the date of opening of tenders/Ninety days from the date of opening of<br />

financial bid in case tenders are invited on 2/3 envelope system (strike out as the<br />

case may be) If any tenderer withdraws his tender before the said period or issue of<br />

letter of acceptance, whichever is earlier, or makes any modifications in the terms and<br />

conditions of the tender which are not acceptable to the department, then the<br />

Government shall, without prejudice to any other right or remedy, be at liberty to<br />

forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be<br />

allowed to participate in the re-tendering process of the work.<br />

15. This Notice Inviting Tender shall form a part of the contract document. The<br />

successful tenderer/contractor, on acceptance of his tender by the Accepting<br />

Authority, shall, within 15 days from the stipulated date of start of the work, sign the<br />

contract consisting of: -<br />

(a) The notice inviting tender, all the documents including additional conditions,<br />

specifications and drawings, if any, forming the tender as issued at the time of<br />

invitation of tender and acceptance thereof together with any correspondence<br />

leading thereto.<br />

(b) Standard C.P.W.D. Form 7/8<br />

(c) General condition of contract for Central P.W.D. works 2010<br />

16. The Contractor shall submit list of works which are in hand (progress) in the<br />

following form:-<br />

Name of work<br />

Remarks<br />

Name and<br />

particulars of Divn.<br />

where work is<br />

being executed<br />

Value of work Position of works<br />

in progress<br />

1 2 3 4 5<br />

Director In Charge/officer authorized by<br />

the Director –In- Charge for & on Behalf<br />

of President, RMSS<br />

Note:<br />

The tenderer while submitting their tender must see that all columns and space left for<br />

them/should invariable by filled up and signed as and where required. Incomplete tender<br />

forms will liable to be rejection<br />

6


Text of form CPWD 7/8<br />

Item Rate Tender & Contract for works<br />

Tender for the work of: Construction of Bhuta House near Mythological Trail in<br />

the Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

(i) To be submitted by 15.30 hours on 28/09/12 to The Director, Indira Gandhi<br />

Rashtriya Manav Sangrahalaya, Post Box-2, Shamla Hills, Bhopal or his<br />

Authorized representative.<br />

(ii) To be opened in present of tenderers who may be present at 16.00 Hrs on 28/09/12<br />

in the Office of the Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Shamla<br />

Hills, Bhopal. Issued to (Contractor)<br />

M/S<br />

..…...<br />

.……………………………………..…..<br />

…………………………..………………<br />

.……………………………………….………<br />

Signature of officer issuing the documents....................................<br />

Designation .........................................................................<br />

Dated of issue …………………............................................<br />

T E N D E R<br />

I/We have read and examined the notice inviting tender, schedule, A, B, C, D,<br />

E & F, specifications applicable, Drawings & Designs, General Rules and Directions,<br />

Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &<br />

other documents and Rule referred to in the conditions of contract and all other<br />

contents in the tender document for the work.<br />

I/We hereby tender for the execution of the work specified for the President of<br />

India within the time specified in Schedule ‘F’, viz., schedule of quantities and in<br />

accordance in all respects with the specifications, designs, drawings and instructions I<br />

writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the<br />

Conditions of contract and with such materials as are provided for, by, and in respects<br />

in accordance with, such conditions so far as applicable.<br />

We agree to keep the tender open for ninety (90) days from the due date of its<br />

opening/ninety days from the date of opening of financial bed in case tenders are<br />

invited on 2/3 envelope system (strike out as the case may be) and not to make any<br />

modifications in its terms and conditions.<br />

A sum of Rs. 30,450/- (Rupees thirty thousand four hundred fifty only) is<br />

hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled<br />

bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank<br />

guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the<br />

prescribed performance guarantee within prescribed period, I/we agree that the said<br />

President of India or his successors in office shall without prejudice to any other right<br />

or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we<br />

fail to commence work as specified, I/we agree that President of India or his<br />

successors in office shall without prejudice to any other right or remedy available in<br />

law, be at liberty to forfeit the said earnest money and the performance guarantee<br />

7


absolutely, otherwise the said earnest money shall be retained by him towards security<br />

deposit to execute all the works referred to in the tender documents upon the terms<br />

and conditions contained or referred to therein and to carry out such deviations as may<br />

be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in<br />

excess of that limit at the rates to be determined in accordance with the provision<br />

contained in Clause 12.2 and 12.3of the tender form. Further, I/we agree that in case<br />

of forfeiture of earnest money or both Earnest Money & Performance Guarantee as<br />

aforesaid. I/we shall be debarred for participation in the retendering process of the<br />

work.<br />

I/we hereby declare that I/we shall treat the tender documents drawings and<br />

other records connected with the work as secret/confidential documents and shall not<br />

communicate information/derived there from to any person other than a person to<br />

whom I/we am/are authorized to communicate the same or use the information in any<br />

manner prejudicial to the safety of the State.<br />

Date …………………<br />

Witness:<br />

Address:<br />

Occupation:<br />

Signature of Contractor…………………<br />

Postal Address…………………………..<br />

…………………………………………..<br />

…………………………………………..<br />

A C C E P T A N C E<br />

The above tender (as modified by you as provided in the letters mentioned hereunder) is<br />

accepted by me for and on behalf of the President, RMSS for a sum of<br />

Rs..............................................(Rupees....................................................................................).<br />

The letters referred to below shall for part of this contract Agreement:<br />

1 INDEX<br />

2. Press Notice<br />

3. Notice inviting tenders<br />

4. Particular specification & Special conditions<br />

5 Correction slips to the general conditions of the contract<br />

6. List of Approved materials & specialized agencies<br />

7. Schedule of quantities<br />

8. Standard CPWD contract form 7/8 as modified & corrected upto 2010.<br />

9. …………………………………………………..<br />

Dated:<br />

Director or his representative<br />

For & on behalf of President RMSS<br />

8


S C H E D U L E S<br />

Schedule ‘A’<br />

Schedule of quantity (Enclosed) Page No. 24 to 27<br />

Schedule ‘B’<br />

Schedule of materials to be issued to the Contractor:<br />

Sr. No. Description of Items Quantity Rates in figures & words at Place of Issue<br />

which the material will be<br />

charged to the contractor<br />

1 2 3 4 5<br />

----NIL----<br />

Schedule C<br />

Tools and plants to be hired to the contractor<br />

Sr. No Description Hire charges per day place of issue<br />

1 2 3 4<br />

----NIL----<br />

Schedule ‘D’<br />

Extra schedule for specific requirements/document for the work if any -----Nil------<br />

Schedule ‘E’<br />

Schedule of component of Materials, Labor etc. for escalation<br />

Clause 10CC<br />

Component of materials expressed as per cent to total<br />

Value of work Cancelled ........................%<br />

Component of labor expressed as percent of total<br />

Value of work<br />

“Y”........................%<br />

Component of POL expressed as percent of total<br />

value of work “Z”.........................%<br />

Schedule ‘F’<br />

Reference to General Conditions of contract<br />

Name of work: Construction of Bhuta House near Mythological Trail in the<br />

Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

Estimated cost of work.... Rs. 15,22,500/-<br />

Eernest Money…………… Rs. 30,450/-<br />

Performance guarantee<br />

Security Deposit:<br />

5% of the tendered value<br />

5% of the tendered value<br />

9


General Rules & Directions<br />

Officer inviting tender: Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

Maximum percentage for quantity of items of<br />

work to be executed beyond Which rates are to<br />

be determined in accordance with Clauses 12.2. & 12.3: See below<br />

Definitions:<br />

Clause 1<br />

(i) Time allowed for submission of performance guarantee<br />

From the date of issue of letter of acceptance in days : 15 days<br />

(ii) Maximum allowable extension beyond the period as<br />

Provided in (i) above in days<br />

: 7 days<br />

2(v) Executive Engineer: Adviser (E)/Officer In Charge<br />

2(vii) Accepting Authority Director Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

2(x) Percentage on cost of materials and labor to cover all over-head and profits. - 15 %<br />

2(xi) Standard Scheduled of Rates DSR 2012 (CPWD) amended from time to time<br />

2(xii) Department<br />

Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

9(xiii) Standard CPWD contract form 7/8 as modified & corrected upto date of received of tender.<br />

(The CPWD Form 8 will be the part of the agreement, which can be seen in the office of the<br />

Director, <strong>IGRMS</strong> Bhopal).<br />

Clause 2<br />

Authority or fixing compensation under Clause 2 : Director, <strong>IGRMS</strong>, Bhopal<br />

Clause 2A<br />

Whether clause 2A shall be applicable : YES<br />

Clause 5<br />

No. of days from the date of issue of letter of … : 22 days<br />

Acceptance for reckoning date of start<br />

Time allowed for execution of work..... : 90 Days<br />

Authority to give fair & reasonable extension of<br />

Time for completion of work<br />

Milestone(s): - as per Table given below:<br />

Table of Milestone (s)<br />

Sr. No Description of Milestone Time allowed in days<br />

(from date of start)<br />

Amount to be withheld in<br />

case of non-achievement<br />

milestone<br />

1 2 3 4<br />

1 1/8 th (financial) (of whole work) 1/4 th (of whole work) In the event of not achieving<br />

2 3/8 th (financial) (of whole work) 1/2 th (of whole work)<br />

3 3/4 th (financial) (of whole work) 3/4 th (of whole work)<br />

4 Full Full<br />

the necessary progresses<br />

assessed from the running<br />

payments, 1% of the tendered<br />

value of work will be<br />

withheld for failure of each<br />

milestone.<br />

10


Clause 6, 6A<br />

Clause applicable<br />

………………………………….…..<br />

Clause 7<br />

Gross work to be done together with net payment/adjustment<br />

of advance for material collected, if any, since the last such<br />

Payment for being eligible to interim payment …… 75% of the assessed value<br />

Clause 10A<br />

List of testing equipment to be provided by the …… See P - 17 Para 11<br />

contractor at site lab.<br />

Clause 10C<br />

Component of labour expressed as Percent …… 25%<br />

Of value of work.<br />

Clause 11<br />

Specifications to be allowed for Execution of work CPWD Specification 2009<br />

Vol. 1 & 2 for all works with<br />

Correction Slip upto date.<br />

Clause 12<br />

12.2 & 12.3<br />

Deviation limit beyond which clauses 12.2 & 12.3 30%<br />

shall apply for building work<br />

12.5 Deviation limit beyond which clauses 12.2 & 12.3 100%<br />

shall apply for foundation work<br />

Clause 16<br />

Competent Authority for deciding reduced rates: Director, <strong>IGRMS</strong>, Bhopal<br />

Clause 18<br />

List of mandatory machines, tools and …… See P-18 Para 13<br />

Plants to be deployed by the contractor at site.<br />

Clause 36(i)<br />

S.No. Minimum<br />

Qualifications<br />

of Technical<br />

Representative<br />

Discipline Designation<br />

(Principal<br />

Technical/<br />

Technical<br />

representative)<br />

Minimum<br />

experience<br />

Number Rate at which recovery shall<br />

be made from the contractor<br />

in the event of not fulfilling<br />

provision of clause 36(i)<br />

Figures Words<br />

1. Graduate<br />

Engineer<br />

CIVIL<br />

Principal<br />

Technical<br />

representative<br />

5-years ONE Rs.15000/- PM Rupees<br />

fifteen<br />

Thousand Per<br />

Month<br />

“Assistant Engineer retired from Government services that are holding Diploma will be<br />

treated at per with Graduate Engineers.”<br />

11


Clause 42<br />

(i) (a) Schedule/statement for determining theoretical quality or<br />

Cement & bitumen on the basis of Delhi Schedule of<br />

Rates 2012 printed by CPWD<br />

(ii) Variation permissible on theoretical quantities.<br />

(a) Cement for works with estimated cost put to<br />

Tender not more than Rs.5 lakhs<br />

3% plus/minus<br />

For works with estimated cost up to tender<br />

More than Rs. 5lakhs<br />

2% plus/minus<br />

(b) Bitumen for all/works<br />

2.5% plus only & Nil on minus side<br />

(c) Steel reinforcement and structural steel<br />

Sections for each diameter, section and category 2% plus/minus<br />

(d) All other materials<br />

NIL.<br />

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION<br />

Sr.<br />

No.<br />

Description of items<br />

Rates in figures and words at which<br />

recovery shall be made from the<br />

contractor<br />

Excess<br />

permissible<br />

variation<br />

beyond<br />

Less use beyond the<br />

permissible<br />

variation<br />

1.<br />

Cement<br />

NIL<br />

5500.00 Per Tonne<br />

2.<br />

Steel reinforcement<br />

NIL<br />

4950.00 Per Quintal<br />

12


PARTICULAR SPECIFICATION & SPECIAL CONDITIONS<br />

1. General<br />

1.1 Wherever any reference to any Indian Standard Specification occurs in the documents relating<br />

to this contract, the same shall be inclusive of all amendments issued there-to or revisions thereof, if any,<br />

up to the date of receipt of tenders.<br />

1.2 The contractor shall work according to the programme of work as approved by the Engineerin-charge,<br />

for which purpose, the contractor shall submit a tentative programme of the work within 15<br />

days form the stipulated date of start of the work.<br />

1.3 The contractor shall take instructions from the Engineer-in-charge for stacking of materials at<br />

site. No excavated earth or building materials shall be stacked on areas where the buildings, roads, services<br />

or compound walls are to be constructed.<br />

1.4 If as per municipal rules the huts for labour are not to be erected at the site of work by the<br />

contractors, the contractors shall provide such accommodation at such locations as are acceptable to local<br />

bodies, for which nothing shall be payable.<br />

1.5 Unless othewise provided in the Schedule of quantities, the rates tendered by the contractor<br />

shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing shall<br />

be payable to him to his on this account. However, payment for centering, shuttering, if required to be<br />

done for floor heights greater than 3.5 m, shall be admissible at rates arrived at, in accordance with clause<br />

12 of the agreement, if not already specified otherwise.<br />

1.6 The working drawings appearing at para 8.1 (iii) of conditions of contract in the form CPWD-<br />

8, shall mean to include both architectural and structural drawings respectively.The structural and<br />

difference noticed between architectural and structural drawings, final decision, in writing of the Engineerin-charge<br />

shall be obtained by the contractor before proceeding further.<br />

1.7 Samples for particular items of work shall be prepared, for prior approval of the Engineer-incharge<br />

before taking up the same on mass scale and nothing shall be payable on this account.<br />

1.8 The contractor shall use material as specified in the schedule of quantity and that given in the<br />

list of approved materials. (Appendix-I page 35-38). For other materials if ISI marked products are<br />

available, the contractor shall use only ISI marked product. In other case, the materials shall conform to<br />

CPWD specifications. In case a materials/product is neither covered by ISI nor by CPWD specification,<br />

the work shall be carried out as per sound engineering practice, in which case the decisions of the<br />

Engineer-in-charge shall be final & binding.<br />

1.9 Some restrictions may be imposed by imposed by the security staff etc. on the working and<br />

for movement of labour, materials etc. The contractor shall be bound to follow all such restriction/<br />

instructions and nothing extra shall be payable on this account.<br />

1.10 Unless otherwise specified all materials (e.g. stone and other materials) obtained in the work<br />

of dismantling, excavation etc. shall be considered Government’s property and shall be neatly stacked at<br />

site & in the manner as decide by the Engineer-in-charge.<br />

1.11 The contractor shall make his own arrangements for obtaining electric connections, if<br />

required, and make necessary payments directly to the department concrned.<br />

1.12 Other agencies may also be executing simultaneouly on some other related works such as<br />

electrical cable laying, street lighting and horticulture works for the same project. The contractor shall<br />

extend necessary co-operation to them without any claim on this account.<br />

1.13 Cast iron pipes and fittings without ear shall be used. However, pipes and fittings with ears<br />

may be accepted without any extra payment. In such cases, clamps are not required and no extra payment<br />

shall be made for fixing the pipes in a different manner.<br />

1.14 Any cement sturry added over base surface for bond or for continuation of concreting, its cost<br />

shall be deemed to have been included in the respective items, unless specified otherwise and nothing extra<br />

shall be payable nor extra cement shall be considered in the cement consumption on this account.<br />

13


1.15 Stacking of materials and excavated earth including its disposal shall be done as per the<br />

directions of the Engineer-in-charge. Double handling of materials or excavated earth if required shall<br />

have to be done by the contractor at his own cost.<br />

1.16 No claim for idle establishment & labour, machinery & equipments, tools & plants and the<br />

like, for any reason whatsoever, shall be admissible during the execution of work as well as after its<br />

completion.<br />

1.17 TESTING OF MATERIALS<br />

Samples of various materials required for testing shall be provided free of charge by the<br />

contractor. Testing charges, if any, shall be borne by the contractor. All other expenditures required to be<br />

incurred for taking the samples; conveyance, packing etc. shall be borne by the contractor himself. (This<br />

supersedes provision of clause 10A of General Conditions of Contract for CPWD works (CPWD-7/8).<br />

2.0 FLOORING, SKIRTING, VENEERING, DADO, RISERS & STEPS, JAMBS SILLS<br />

& SOFFITS<br />

2.1 Nothing extra shall be payable for using combination of marble, granite, kota, sand stone<br />

slabs & ceramic tiles etc. in the required pattern at various locations.<br />

2.2 Nothing extra will be paid for the additional thickness of bed mortar that will be required to<br />

achieve uniform finished surfaces on account of difference inspecified thickness of marble,<br />

granite, kota stone, and stone & ceramic tiles etc.<br />

2.3 Flooring in toilets verandah, kitchen, courtyard etc. shall be laid to the required slope/gradient<br />

as per the directions of the Engineer-in-charge.<br />

2.4 The pattern, spacing and locations of joints shall be as per drawings and direction of the<br />

Engineer-in-charge.<br />

3.0 STEEL WORK<br />

3.1 The rate of T/L iron frame shall include the cost of materials & labour of the following.<br />

(a) M.S. tie of 16 mm dia. bar shall be welded to M.S. frames at the bottom to keep the<br />

frames in vertical position. The tie shall be embedded in floor concrete. No tie shall be<br />

necessary for window frames.<br />

(b) M.S. frame for doors shall have 4 Nos. M.S. lugs 15 x 3 mm, 10 cm long, welded to<br />

each vertical member of the frame.<br />

(c) The M.S. plate cramps 15 x 6 mm thick for holding arrangements shall be provided<br />

and welded as per site conditions.<br />

7.0 PAINT BROUGHT BY THE CONTRACTOR<br />

7.1 The contractors shall bring sufficient quantity of paint of brand & a shade approved by<br />

Engineer-in-charge prior to the commencement of work & keeps it in his stores at site.<br />

7.2 The paint shall be issued to the contractor from time to time according to requirements for the<br />

work in the same manner as followed for issue of cement.<br />

7.3 Expty containers shall not be removed without the written permission of the Engineer-incharge.<br />

9.0 CONDITIONS FOR CEMENT: -<br />

9.1 The Contractor shall procure 43 grade (conforming to IS: 81 12) ordinary Portland cement or<br />

Portland slag cement conforming to IS: 455 or flyash blended Portland pozzolona cement<br />

conforming to IS: 1489 (part-I) as required in the work, from reputed manufactures of cement,<br />

having a production capacity of one million tones or more, such as ACC, Ultra Tech, JP<br />

REWA, Vikram, Shri Cement, Birla Jute, Prism, Ambuja and Cement corporation of India<br />

etc. i.e. agencies approved by Ministry of Industry, Government of India, and holding license<br />

to use ISI certification mark for their product. The tenderers may also submit a list of<br />

names of cement manufacturers which they propose to use in the work. The tender<br />

accepting authority reserves right to accept or reject name(s) of cement manufacture(s)<br />

14


which the tenderer proposes to use in the work. No change in the tendered rates will be<br />

accepted if the tender accepting authority does not accept the list of cement<br />

manufactures, given by the tenderer, fully or partially. Supply of cement shall be taken in<br />

50 Kg bags bearing manufactures name and ISI marking. Samples of cement arranged by the<br />

contractor shall be taken by the Engineer-in-charge and got issue in accordance with<br />

provisions of relevant BIS codes. In case test results indicate that the cement arranged by the<br />

Contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall<br />

be removed from the site by the Contractor at his own cost within a week’s time of written<br />

order from the Engineer-in-charge to do so.<br />

If Portland slag cement or Portland pozzolona cement (fly ash blended) is used, suitable<br />

modification in deshuttering time etc. shall be done if need be as per specifications and<br />

standards and as directed by Engineer-in-charge and noting extra shall be payable on this<br />

account. In case of use of PPC, minimum curing period shall be 14 days or its equivalent.<br />

9.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided<br />

by the Engineer-in-charge.<br />

9.3 For each grade, cement bags shall be stored in two separate godowns, one for tested cement<br />

and the other for fresh cement (under testing) constructed by the contractor at his own cost as<br />

per sketch at page-89 of General conditions of contract for CPWD 2008 with weather proof<br />

roofs and walls. The size of the cement godown is indicated in the sketch for guidance only.<br />

The actual size of godown shall be as per site requirements and as per the direction of the<br />

Engineer in charge and nothing extra shall be paid for the same. The decision of the Engineerin-charge<br />

regarding the capacity required/needed will be final. However, the capacity of each<br />

godown shall not be less than 100 tonnes. Each godown shall be provided with a single door<br />

with two locks. The keys of one lock shall remain with CPWD Engineer-in-charge or his<br />

authorized person and that of other lock with the authorized agent of the contractor at the site<br />

of work so that the cement is issued from godown according to the daily requirement with the<br />

knowledge of both the parties. The account of daily receipt and issue of cement shall be<br />

maintained in a register in the prescribed Proforma and signed daily by the contractor or his<br />

authorized agent in token of its correctness.<br />

9.4 The cement shall be got tested by Engineer-in-charge and shall be used on the work only after<br />

satisfactory test results have been received. The contractor shall supply free of charge the<br />

cement required for testing including its transportation cost to testing laboratories. The cost of<br />

tests shall be borne by the contractor/Department in the manner indicated below: -<br />

(a) By the contractor, if the results show that the cement does not conform to relevant BIS<br />

codes.<br />

(b) By the Department, if the results show that the cement conforms to relevant BIS codes.<br />

9.4.1 All other charges of sampling, packing and transportation of sample shall also be borne by the<br />

contractors.<br />

9.5 The actual issue and consumption of cement on work shall be regulated and proper accounts<br />

maintained as provided in clause 10 of the contract. The theoretical consumption of cement<br />

shall be worked out as per procedure prescribed in Clause 42 of the contract and shall be<br />

governed by conditions laid therein. However, for consumption lesser beyond permissible<br />

theoretical variation recovery shall be made in accordance with conditions of contract at<br />

Schedule A to F (CPWD-8, without prejudice to action for acceptance of work/item at<br />

reduced rate or rejection as the case may be.<br />

9.6 For non-schedule items, the decision of the Superintending Engineer regarding theoretical<br />

quantity of cement, which should have been actually used, shall be final and binding on the<br />

contractor.<br />

15


9.7 Cement brought to site and cement remaining unused after completion of work shall not be<br />

removed from site without written permission of the Engineer-in-charge.<br />

10. CONDITIONS FOR REINFORCEMENT STEEL: -<br />

10.1 The contractor shall procure steel reinforcement bars, conforming to relevant BIS codes from<br />

main producers (i.e. SAIL/RINL/TISCO/IISCO) as approved by the Ministry of Steel and<br />

Secondary producers or re-rollers having valid BIS licence. For TMT bars conforming to<br />

relevant BIS code, procurment shall be made from main producers and secondary<br />

producers having valid BIS licence. The contractor shall have to obtain and furnish test<br />

certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the<br />

site of work. Samples shall also be taken and got tested by the Engineer-in-charge as per the<br />

provisions in this regard in relevant BIS codes. In case the test results indicate that the steel<br />

arranged by the contractor does not conform to BIS codes, the same shall stand rejected and<br />

shall be removed from the site of work by the contractor at his cost within a week’s time from<br />

written orders from the Engineer-in-charge to do so.<br />

10.2 The steel reinforcement shall be brought to to the site in bulk supply of 10 tones or as decided<br />

by the Engineer-in-charge.<br />

10.3 Bars of different size and length shall be stored separately to facilitate easy counting and<br />

checking.<br />

10.4 For checking nominal mass tensile strength, bend test, re-bend test etc. specimen of sufficient<br />

length shall be cut from each size of the bar at random at frequency not less that specified<br />

below:<br />

Size of Bar For consignment below 100 tones For consignment over<br />

100 tones<br />

Under 10 mm dia<br />

Under 16 mm dia<br />

Over 16 mm dia<br />

One sample for each 25 tones or part<br />

thereof<br />

One sample for each 35 tones or part<br />

thereof<br />

One sample for each 45 tones or part<br />

thereof<br />

One sample for each 40 tones or<br />

part thereof<br />

One sample for each 45 tones or<br />

part thereof<br />

One sample for each 50 tones or<br />

part thereof<br />

1. The contractor shall supply free of charge the steel required for testing. The cost of tests shall<br />

be born by the contractor /Department in the manner indicated below:<br />

(a) By the contractor, if the results show that the steel does not conform to relevant BIS<br />

codes.<br />

(b) By the Department, if the results show that the steel conforms to relevant BIS codes.<br />

2. The actual issue of consumption of steel on work shall be regulated and proper accounts<br />

maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall<br />

be worked out as per procedure prescribed in clause 42 the contract and shall be governed by<br />

conditions laid therein.<br />

3. Steel bought to site and steel remaining unused shall not be removed from site without the<br />

written permission of the Engineer-in-charge.<br />

4. For the purpose of payment the actual weight of the steel reinforcement / structural steel<br />

sections / plates / bolts & nuts shall be measured as follows:<br />

16


For arriving at the unit weight, the actual weight per metre of each steel section and<br />

the reinforcement of the various steel diameters shall be measured for three random samples<br />

collected (for each type of steel section and each diameter of the steel reinforcement) from<br />

each lot of particular steel section and particular diameter of steel reinforcement brought to<br />

site for use in the work. For this, each sample (one sample consisting of three specimens) of<br />

steel section and sample for each diameter of the steel reinforcement shall be cut to required<br />

length and weighted and average weight calculated and recorded. The average weight for each<br />

type of steel section and steel reinforcement of each diameter shall be taken as actual weight<br />

per metre of that steel section and that diameter of the steel reinforcement.<br />

For MS plates the weight per square metre shall be calculated from three random<br />

samples, as per other steel sections. The weighted average shall than be calculated for each lot<br />

of material received at site of work and used in the work and unit weight shall be modified<br />

accordingly. However for the purpose of payment the weighted unit weight (calculated as<br />

described above) and the unit weight as per the standard catalogue/table in the IS Code which<br />

ever is less shall be adopted. The decision of the engineer-in-charge qas regards the random<br />

samples and average weight shall be final and bindking on the contractor and no claim o any<br />

kind shall be entertained from the contractor in this regard.<br />

11. EQUIPMENTS AND PLANTS (Refer Clause 18 of Schedule ‘F’): -<br />

11.1 The contractor has to deploy necessary tools & plants in required numbers to ensure smooth<br />

& timely execution of work, at his own cost & risk as per the requirement of work at<br />

difference stages. The decision of Engineer-in-charge shall be final regarding use of particular<br />

T&P(s) at particular time(s) & the contractor has to adhere the same strictly.<br />

I Steel centering and shuttering 500 Sqm.<br />

II Concrete mixer with hopper (Diesel + Elect.) 2 Nos.<br />

III Plate Vibrator 2 Nos.<br />

IV Needle Vibrator. (Diesel/Petrol + Elect.) 2 Nos.<br />

V Floor grinding machine Nil<br />

11.2 To achieve the progress of work as per programme the contractor must bring at site the<br />

shuttering materials required for cement concrete and RCC work etc. within 45 days from the<br />

date of start of work. Work shop facilities for fabrication/addition and alterations, and other<br />

allied works shall be arranged by the contractor at his own cost.<br />

11.3 In addition to these, machinery/equipment as required shall be arranged by the contractor in<br />

case the requirement at any stage exceeds as per the programme finalized at his own cost and<br />

nothing extra whatsoever on this account shall be paid.<br />

11.4 All the equipment, T&P and machinery shall be kept in good condition.<br />

12. SAFETY MEASURES AT CONSTRUCTION SITE: -<br />

In order to ensure safe construction, following shall be adhered for strict compliance at the<br />

site: -<br />

(i) The work site shall be properly barricaded.<br />

(ii) Adequate singnages indicating ‘Work in Progress – Inconvenience caused is<br />

regretted’ or Diversion Signs shall be put on the sites conspicuously visible to the<br />

public even during night hours. These are extremely essential where works are<br />

carried out at public places in use by the public.<br />

(iii) The construction malba at site shall be regularly removed on daily basis.<br />

(iv) All field officials and the workers must be provided with safety helmets, safety shoes<br />

and safety belts.<br />

17


(v) Proper MS pipe scaffoldings with work- platforms and easy-access ladders shall be<br />

provided at site to avoid accidents.<br />

(vi) Necessary First-Aid kit shall be available at the site.<br />

The above provisions shall be followed in addition to the provisions of General Condition of<br />

Contract.<br />

13. LIST OF EQUIPMENT FOR SITE LABORATORY (Refer Clause 10A Schedule ‘F’)<br />

A. Laboratory testing instruments.<br />

(1) Balances<br />

i. 7 Kg. to 10 Kg. capacity, semi-self indicating type – accuracy 10 gm. – 1 No.<br />

ii. 500 gm. Capacity, semi-self indicating type – accuracy 1 gm. – 1 No.<br />

iii. Pan balance – 5 Kg. capacity – accuracy 10 gms. – 1 No.<br />

(2) Ovens –electrically operated, thermostatically controlled upto 110 0 C-sensitivity 1 0 C. – 1 No.<br />

(3) Sieves : as per IS 460 – 1962.<br />

i. I.S. sieves – 450 mm internal dia, of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25<br />

mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan. – 1 Set<br />

ii. I.S. sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 600<br />

microns, 425 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and<br />

pan. - 1 Set.<br />

(4) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing<br />

switch assembly. – 1 No.<br />

(5) Equipment for slump test – slump cone, steel plate, tamping rod, steel scale, scoop. -2 Nos.<br />

(6) Dial gauges, 25 mm travel – 0.01 mm/division least count – 2 Nos.<br />

(7) 100 tonnes compression testing machine, electrical – cum manually operated – 1 No.<br />

(8) Graduated measuring cylinders – 200ml capacity – 6 Nos.<br />

(9) Enamel trays (for efflorescence test for bricks).<br />

i. 300 mm x 250 mm x 40 mm – 2 Nos.<br />

10 Set<br />

ii. Circular plates of 2850 mm dia – 4 Nos.<br />

B. Field testing instruments.<br />

(1) Steel tapes – 3 m. – 20 Nos.<br />

(2) Vernier Calipers. – 5 Nos.<br />

(3) Micrometer screw 25 mm gauge – 5 Nos.<br />

(4) A good quality plumb bob – 20 Nos.<br />

(5) Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical – 20 Nos.<br />

(6) Wire gauge (circular type ) disc. – 5 Nos.<br />

(7) Foot rule – 20 Nos.<br />

(8) Long nylon thread – 20 Nos.<br />

(9) Rebound hammer for testing concrete – 5 Nos.<br />

(10) Dynamic penetrometer – 1 No.<br />

(11) Magnifying glass – 5 Nos.<br />

(12) Screw driver 30 cms long – 20 Nos.<br />

(13) Ball pin hammer, 100 gms. – 20 Nos.<br />

(14) Plastic bags for taking samples – 20 Nos.<br />

(15) Moisture meter for timber - 1 No.<br />

18


CORRECTION SLIPS TO GENERAL CONDITIONS OF CONTRACT<br />

FORCENTRAL P.W.D. WORKS-2010<br />

I. Correction Slip No.1<br />

I. CPWD Form 7/8<br />

Vide DGW/CON/250 dt. 29.03.2010<br />

Further, following para stands added on page 4 of GCC 2010 & the undertaking on page 2 of form<br />

CPWD 7/8 (in both the documents, it will be added before last para of the page starting with “I/We hereby<br />

declare --------safety of the state”.<br />

“I/We undertake and confirm that eligible similar work(s) has/have not been got executed through<br />

another contractor on back to back basis. Further that, if such a violation comes to the notice of<br />

Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation<br />

comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be ffree to<br />

forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.”<br />

II. Amendment to General Rules and Directions of GCC 2010<br />

Vide DGW/CON/251 dt. 07.04.2010<br />

Difficulties have been experienced by the field units in taking decisions in respect of situations where<br />

same rate is quoted by more than one contractor. Similarly, they encounter problem when contractor does<br />

not quote percentage above/below in respect of a tender or part of a section/sub-head of a tender having<br />

more than one section/sub-head. To cater to such situations, following amendments are made in the<br />

General rules and directions of GCC 2010.<br />

Existing Provisions<br />

Page 5, GCC 2010<br />

Modified Provisions<br />

4A. Applicable for Percentage Rate Tender only Page 5, GCC 2010<br />

(CPWD-7) In case of Percentage Rate Tenders, a 4A. Application for Percentage Rate Tender only<br />

tenderer shall fill up the usual printed form, stating (CPWD-7) In case of Percentage Rate Tenders,<br />

at what percentage below/above (in figures as well contractor shall fill up the usual printed form, stating<br />

as in words) the total estimated cost given in at what percentage below/above (in figures as well as<br />

Schedule of Quantities at Schedule-A, he will be in words) the total estimated cost given in Schedule of<br />

willing to execute the work. Tenders, which Quantities at Schedule-A, he will be willing to<br />

propose any alteration in the work specified in the execute the work. The tender submitted shall be<br />

said form of invitation to tender, or in the time treated as invalid if : -<br />

allowed for carrying out the work, or which contain 1. The contractor does not quote percentage<br />

any other conditions of any sort including above/below on the total amount of tender or<br />

conditional rebates, will be summarily rejected. No any section/sub head of the tender.<br />

single tender shall include more than one work, but 2. The percentage above/below is not quoted in<br />

contractors who wish to tender for two or more figures & words both on the total amount of<br />

works shall submit separate tender for each. Tender tender or any section/sub head of the tender.<br />

shall have the name and number of the works to 3. The percentage quoted above/below is<br />

which they refer, written on the envelopes.<br />

different in figures & words on the total<br />

amount of tender or any section/sub head of<br />

the tender:<br />

Tenders, which propose any alteration in the work<br />

specified in the said form of invitation to tender, or in<br />

the time allowed for carrying out the work, or which<br />

contain any other conditions of any sort including<br />

conditional rebates, will be summarily rejected. No<br />

19


No Provision<br />

single tender shall include more than one work, but<br />

contractors who wish to tender for two or more works<br />

shall submit separate tender for each. Tender shall<br />

have the name and number of the works to which they<br />

refer, written on the envelopes.<br />

New Para 4B is added as below:<br />

4B: In case the lowest tendered amount (estimated<br />

cost ± amount worked on the basis of percentage<br />

above/below) of two or more contractors is same,<br />

such lowest contractors will be asked to submit<br />

sealed revised offer in the form of letter<br />

mentioning percentage above/below on estimated<br />

cost of tender including all sub sections/sub heads<br />

as the case may be, but the revised percentage<br />

quoted above/below on tendered cost or on each<br />

sub section/sub head should not be higher than the<br />

percentage quoted at the time of submission of<br />

tender. The lowest tender shall be decided on the<br />

basis of revised offers.<br />

In case any of such contractors refuses to submit<br />

revised offer, then it shall be treated as withdrawal<br />

of his tender before acceptance and 50% of earnest<br />

money shall be forfeited.<br />

If the revised tendered amount of two more<br />

contractors received in revised offer is again found<br />

to be equal, the lowest tender, among such<br />

contractors, shall be decided by draw of lots in the<br />

presence of SE of the circle, EE(s) in-charge of major<br />

& minor component(s) (also DDH in case<br />

Horticulture work is also included in the tender),<br />

EE(P) or EE(HQ) of the circle & the lowest<br />

contractors those have quoted equal amount of<br />

their tenders.<br />

In case all the lowest contractors those have<br />

quoted same tendered amount, refuse to submit<br />

revised offers, then tenders are to be recalled after<br />

forfeiting 50% of EMD of each contractor.<br />

Contractor (s), whose earnest money is forfeited<br />

because of non-submission of revised offer, shall<br />

not be allowed to participate in the re-tendering<br />

process of the work.<br />

20


III. Amendment to Para 10A under General Rules and Directions of GCC 2010<br />

Vide DGW/CON/252 dt. 26.04.2010<br />

In view of modifications made under Para 4A and insertion of new Para 4B under General Rules and<br />

Directions of GCC 2010 affected vide OM No. CON/251 dated 04.04.2010, Para 10A of General Rules<br />

and Directions of GCC 2010 is modified as under: -<br />

Para Existing Provisions Modified Provisions<br />

In case of Percentage Rate Tenders only<br />

percentage quoted shall be considered.<br />

Any tender containing item rates is liable<br />

to be rejected. Percentage quoted by the<br />

contractor in percentage rate tender shall<br />

be accurately filled in figures and words,<br />

so that there is no discrepancy. However<br />

if the contractor has worked out the<br />

amount of the tender and it any<br />

discrepancy is found in the percentage<br />

quoted in words and figures, the<br />

percentage which corresponds with the<br />

amount worked out by the contractor<br />

shall, unless otherwise proved, be taken<br />

as correct. If the amount of the tender is<br />

not worked out by the contractor or it<br />

does not correspond with the percentage<br />

written either in figures or in words,<br />

then the percentage quoted by the<br />

contractor in words shall be taken as<br />

correct. Where the percentage quoted<br />

by the contractor in figures and in<br />

words tally but the amount is not<br />

worked out correctly the percentage<br />

quoted by the contractor will, unless<br />

otherwise proved, be taken as correct<br />

and not the amount.<br />

10A<br />

(page 6-7)<br />

In case of Percentage Rate Tenders only<br />

percentage quoted shall be considered. Any<br />

tender containing item rates is liable to be<br />

rejected. Percentage quoted by the contractor in<br />

percentage rate tender shall be accurately filled<br />

in figures and words, so that there is no<br />

discrepancy.<br />

(Remaining part deleted)<br />

21


LIST OF APPROVED MATERIALS & SPECIALIZED AGENCIES (CIVIL)<br />

Note :<br />

1. The Contractor shall obtain prior approval from the Engineer-in-charge before placing<br />

order for any specific material or engaging any of the specialized agencies.<br />

2. Wherever applicable, the Engineer-in-charge may approve any material equivalent to that<br />

specified in the tender subject to proof being offered by the Contractor for equivalence to<br />

his satisfaction.<br />

3. Unless otherwise specified, the brand/make of the material as specified in the item<br />

nomenclature, in the particular specifications and in the list of approved materials<br />

attached in the tender, shall be used in the work.<br />

4. In case on non availability of the brand specified in the contract the Contractor shall be<br />

allowed to use alternate equivalent brand of the material subject to submission of<br />

documentary evidence of non-availability of the specified brand. Necessary cost<br />

adjustments on account of above change shall be made for the material, if required.<br />

MATERIALS:<br />

BRAND/MAKE<br />

1. White Cement JK, Birla or equivalent<br />

2. Super plasticizer MC Baucheme, Sika Fosroc<br />

3. Water Proofing Compound (Liquid) Pidiproof Ltd., Cico, Impermo<br />

4. Stainless Steel Jindal Stainless Steel, Salem Steel<br />

5. Galvanized/Stainless Steel Anchor Shakti, Arrow, Hilti, Fischer<br />

Gasteners<br />

6. PVC Tiles Arm Strong, LG or equivalent<br />

7. Ceramic Tiles Kajaria, Somany, Nitco, Orient. Bell Ceramic<br />

8. Vitrified/Porcelain Tile Marbonite, Euro, Somany, diamond of Naveen Granamite of<br />

Bell ceramic, Granito, Kajaria<br />

9. Terrazzo tiles Mehtab, Nitasha, Nitco, Raj-yesh, Bharat<br />

10. Chequrred tiles Mehtab, Nitasha, Nitco, Raj-yesh, Bharat<br />

11. Acid/Alkali Resistant Tile Somany, Nitco, Kajariya, Bell Granamite Group<br />

12. Polymer Modified Cementitious Bal Endurea, Pidilite or equivalent<br />

grout<br />

13. Glass Mosaic Tile Bissazza, Saon or equivalent<br />

14. Hardner Hard crete of Snowcem India, MC Deritop F.H.<br />

15. Flush Doors Kutty flush door, Anchor, Kanara, Kitlam, National, Swastic<br />

16. FRP Shutters Fibre Glass Engineers, Raipur, Aashoo Model<br />

17. PVC Shutters Rajshri or equivalent<br />

18. Ply Wood Archid, Kitply, Green ply, Century<br />

19. Pre-laminated Particle Board Novapan, Eco Board, Kitlam<br />

20. Melamine Polish Melamine of Asian Paint, Wudfin of pidilite Industries<br />

Timbertone of ICI Dullex<br />

21. Laminate Marino, Greenlam, Decolam, Century, Gormica<br />

22. Aluminium Composite Panel Alpolic, Aluco Bond, Reynobond, Euro bond, Al-strong<br />

23. Stainless Steel Screws Kundan, Arrow or equivalent<br />

24. Aluninium Extrusions Hindalco, Indalco, Jindal<br />

25. Hydraulic Floor spring Hardwyn, Godrej or equivalent<br />

26. Hydraulic Door Closer Hardwyn, Godrej or equivalent<br />

27. Annealed Float Glass Saint Gobain, Modi Guard, Hindustan Pilkington<br />

28. Synthetic Enamel Paints ICI(Dulux), Asian (Apcolite), Berger (Luxol), Nerolac<br />

(NST)<br />

29. Structural Silicon Sealant Dow Corning, Wacker,GE, Du-pont<br />

30. Epoxy Primer & Paints Berger, Pidilite or equivalent<br />

31. GI Pipe Tata, Zenith, Jindal<br />

22


32. GI Fitting Unik, ICS or equivalent<br />

33. Centrifugally Cast Iron Pipe & Neco, RIF, SKF, KAPILANSH<br />

Fittings<br />

34. Polyester Powder Coating Nerolac, Berger, J&N<br />

35. Gun Metal Gate Valve Zoloto, Leader, SAINT<br />

36. PVC Rain Water Pipe & Fitting Finolax, Classic of Kisan or equivalent<br />

37. Primer Asian, ICI, Berger, Nerolac<br />

38. Oil Bound Distemper Asian(Tractor), ICI (Maxi lite), Berger (Bison), Nerolac<br />

(NAI)<br />

39. Acrylic Emulsion Paint Asian(Royale), ICI (Velvet), Berger (Luxol Silk), Nerolac<br />

(Allscapes)<br />

40. Structural steel section TATA, SAIL, RINL<br />

41. Curtain Carrier Vista levlor or equivalent<br />

42. Drapery Rod Vista levlor or equivalent<br />

43. Vitreous Chine Wash Basin Hindware/Perryware or equivalent<br />

Rectangular without Pedestal<br />

44. Vitreous China Wash Basin Oval Hindware/Perryware or equivalent<br />

45. Vitreous China Pedestal for Wash Pedstal of Perryware/ Hindware<br />

Basin<br />

46. Vitreous China Floor Mounted Perryware/ Hindware or equivalent<br />

European W.C. without cistern<br />

47 Vitreous China Floor moulded Perryware/ Hindware or equivalent<br />

European with Cistern Compote<br />

48. Vitreous China Wall hung W.C. Perryware/ Hindware or equivalent<br />

without Cistern<br />

49. Vitreous China Wall Hung W.C. Perryware/ Hindware or equivalent<br />

with vitreous Cistern (component)<br />

50. Orissa Pan Perryware/ Hindware or equivalent<br />

51. Vitreous China Low Level Cistern Hindware/Perryware or equivalent<br />

for European W.C.<br />

52. Low Level PVC Cistern Single<br />

flush<br />

Sleek model Cistern of PVC of Hindware or Slimline deluxe<br />

model of Perryware<br />

53. Dual Flush Sleek Dual flush PVC cistern of Hindware or Slimline dual<br />

of Perryware<br />

54. Vitreous China Half stall Urinal Aquel, Marc or equivalent.<br />

55. Flush Valve Model No.6002 Urinal flat back large of Hindware or<br />

magnum of Perryware<br />

56. Solid Plastic Seat Cover for EWC Aquel, Marc or equivalent<br />

57. Jet Assembly for EWC EWC standard seat cover white of Perryware/ Hindware<br />

58. Float Glass Perryware, Kamal (Mahendra)<br />

59. CP Brass Bibcock, Pillarcock,<br />

Stopcock, Angle valve, Concealed<br />

Marc (oriental series), Jaquar (continental series), Parko,<br />

Nova<br />

Stop Cock.<br />

60. Plastic Connection Pipe Perryware/Hindware or equivalent<br />

61. CP Waste Coupling Kamal/Jaquar/Mark/Nova/Parko<br />

62. CP Bottle Trap Perryware/Hindware or equivalent<br />

63 Waste Pipe Kamal with brass checknut/Viking<br />

64. Stainless steel Sink with or without Nirali, Hindware, Frankee, Corba<br />

Draining board<br />

65. Towel Ring/Towel Rod/Towel Kamal, Marc or equivalent<br />

Rack<br />

66. Fibre Glass Shelf Kamal, Bath King or equivalnt<br />

67. Vitreous China laboratory Sink Hindware/Perryware or equivalent<br />

68. Aluminium Section Jindal, Hindalco, Indalco<br />

69. Textured Exterior wall Berger, Unitile, Spectrum, Oikos<br />

23


Schedule of Quantity<br />

Anexure-I<br />

Name of Work: Construction of Bhuta House near Mythological Trail in the Indira Gandhi<br />

Rashtriya Manav Sangrahalaya, Bhopal.<br />

S.No. Particulars of Items Unit Qty. Rate in<br />

figures<br />

01 Earth work in excavation by<br />

mechanical means (Hydraulic<br />

excavator) /manual means over areas Cum 15.00<br />

(exceeding 30cm in depth. 1.5 m in<br />

width as well as 10 sqm on plan)<br />

including disposal of excavated earth,<br />

lead upto 50m and lift upto 1.5m,<br />

disposed earth to be levelled and<br />

neatly dressed. (a) All kind of soil<br />

02 Earth work in excavation by<br />

mechanical means (Hydraulic<br />

excavator)/manual means over areas Cum 25.50<br />

(exceeding 30 cm in depth, 1.5 m in<br />

width as well as 10 sqm on plan)<br />

including disposal of excavated earth,<br />

lead upto 50 m and lift upto 1.5 m,<br />

disposed earth to be levelled and<br />

neatly dressed. (a) In hard rock<br />

without blasting<br />

03 Filling available excavated earth<br />

(excluding rock) in trenches, plinth,<br />

sides of foundation etc. in layers not Cum 15.00<br />

exceeding 20cms in depth:<br />

Consolidating each deposited layer<br />

by ramming and watering, lead upto<br />

50 m and lift upto 1.5m<br />

04 Supplying & filling moorum in<br />

trenches plinths, sides of foundation<br />

etc. in layers not exceeding 20 cm in Cum 202.50<br />

depth, consolidating each deposited<br />

layer by ramming, watering,<br />

consolidating and dressing complete.<br />

for all leads & lifts. All complete<br />

05 Providing and laying in position<br />

cement concrete of specified grade<br />

excluding the cost of centring and Cum 24.32<br />

shuttering - All work upto plinth<br />

level. (a) 1:4:8 (1 Cement : 4 coarse<br />

sand : 8 graded stone aggregate 40<br />

mm nominal size)<br />

06 Providing and laying in position<br />

specified grade of reinforced cement<br />

concrete excluding the cost of<br />

24<br />

Rate in<br />

words<br />

Amount


centring, shuttering, finishing and<br />

reinforcement - All work upto plinth<br />

level. (a) 1:1.5:3 (1 cement :1.5<br />

coarse sand: 3 grade stone aggregate<br />

20 mm nominal size<br />

07 Reinforced cement concrete work in<br />

walls (any thickness), including<br />

attached pilasters, buttresses, plinth<br />

and string courses, fillets, columns,<br />

pillars, piers, abutments, posts and<br />

struts etc. up to floor five level,<br />

excluding cost of centering,<br />

shuttering, finishing and<br />

reinforcement: (a) 1:1.5:3 (1 cement:<br />

1.5 coarse sand : 3 graded stone<br />

aggregate 20 mm nominal size)<br />

08 Centering and shuttering including<br />

strutting, propping etc. and removal<br />

of form for: (a) Foundations,<br />

footings, bases of columns, etc. for<br />

mass Concrete.<br />

(b) Lintels, beams, plinth beams,<br />

griders, bressumers and cantilevers.<br />

(c) Coulmns, pillars, piers,<br />

Abutments, posts and\ struts.<br />

09 Steel reinforcement for R.C.C. work<br />

including straightening, cutting,<br />

bending, placing in position and<br />

binding all complete above plinth<br />

level. (a) Thermo-Mechanically<br />

Treated bars<br />

10 Brick work with Ghol bricks of class<br />

designation 50 in superstructure<br />

above plinth level up to flor V lev in<br />

all shapes and size.<br />

(a) Cement Mortar 1:6<br />

11 Coursed rubble masonry (second<br />

sort) with hard stone in foundation &<br />

plinth with :-<br />

(a) cement mortar 1:6 (1 cement : 6<br />

coarse sand)<br />

12 40 mm thick rubbed stone flooring<br />

over 20 mm (average) thick base of<br />

cement mortar 1:5 (1 cement :5<br />

coarse sand) with joints 3 mm thick,<br />

side buttered with cement mortar 1:2<br />

(1 cement : 2 stone dust) admixed<br />

with pigment to match the shade of<br />

stone and pointing with same mortar.<br />

(a) Red sand stone.<br />

Cum 9.72<br />

Cum 6.92<br />

Sqmt. 86.40<br />

Sqmt 57.60<br />

Sqmt. 43.20<br />

Kg. 2000.00<br />

Cum 15.90<br />

Cum 36.45<br />

Sqmt. 132.00<br />

25


13 Extra for Kota stone/ sand stone in<br />

treads of steps and risers using single<br />

length up to 1.05 metre.<br />

14 Steel work in built up tubular ( round,<br />

square or rectangular hollow tubes<br />

etc.) trusses etc., including cutting,<br />

hoisting, fixing in position and<br />

applying a priming coat of approved<br />

steel primer, including welding and<br />

bolted with special shaped washers<br />

etc. complete.<br />

(a) Hot finished welded type tubes<br />

15 Steel work welded in built up<br />

sections framed work inc cutting,<br />

hosting , fixing in position and<br />

applying priming coat of app steel<br />

primer using structural steel etc as<br />

required.<br />

(a) In gratting, frames, guard bar,<br />

ladder, railings, brackets, gates and<br />

similar works.<br />

16 Providing and fixing precoated<br />

galvanised iron profile sheets (size,<br />

shape and pitch of corrugation as<br />

approved by Engineer-in-charge)<br />

0.50 mm (+ 0.05 %) total coated<br />

thickness with zinc coating 120<br />

grams per sqm as per IS: 277, in 240<br />

mpa steel grade, 5-7 microns epoxy<br />

primer on both side of the sheet and<br />

polyester top coat 15-18 microns.<br />

Sheet should have protective guard<br />

film of 25 microns minimum to avoid<br />

scratches during transportation and<br />

should be supplied in single length<br />

upto 12 metre or as desired by<br />

Engineerin- charge. The sheet shall<br />

be fixed using self drilling /self<br />

tapping screws of size (5.5x 55 mm)<br />

with EPDM seal, complete upto any<br />

pitch in horizontal/ vertical or curved<br />

surfaces, excluding the cost of<br />

purlins, rafters and trusses and<br />

including cutting to size and shape<br />

wherever required.<br />

17 Providing and fixing precoated<br />

galvanised steel sheet roofing<br />

accessories 0.50 mm (+ 0.05 %) total<br />

coated thickness, Zinc coating 120<br />

grams per sqm as per IS: 277, in 240<br />

Sqmt. 12.00<br />

Kg. 5900.00<br />

Kg, 750.00<br />

Sqmt. 200.00<br />

Meter 50.00<br />

26


mpa steel grade, 5-7 microns epoxy<br />

primer on both side of the sheet and<br />

polyester top coat 15-18 microns<br />

using self drilling/ self tapping<br />

screws complete :<br />

(a) Ridges plain (500 - 600mm)<br />

18 18 mm cement plaster in two coats<br />

under layer 12 mm thick cement<br />

plaster 1:5 (1 cement : 5 coarse sand)<br />

finished with a top layer 6 mm thick<br />

cement plaster 1:6 (1 cement : 6 fine<br />

sand).<br />

19 Applying one coat of water thinnable<br />

cement primer of approved brand and<br />

manufacture on wall surface (a)<br />

Water thinable cement primer.<br />

20 Providing and applying white cement<br />

based putty of average thickness 1<br />

mm, of approved brand and<br />

manufacturer, over the plastered wall<br />

surface to prepare the surface even<br />

and smooth complete.<br />

21 Finishing wall with textured exterior<br />

paint of req shade: (a) New work<br />

over and inc priming coat of exterior<br />

primer applied @2.20 kg / sqm.<br />

Sqmt. 159.00<br />

Sqmt. 159.00<br />

Sqmt. 159.00<br />

Sqmt. 159.00<br />

Total:<br />

(Rupees figure in words……………………………….………..……………...…………………)<br />

Date :<br />

Signature of Tenderer<br />

Name & Address<br />

Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms and<br />

previsions of the said conditions of contract annexed here to or in default thereof, to forfeit and pay the<br />

President of RMSS or his successors the penalties or damage or money mentioned in the said columns.<br />

Signature of Witness<br />

Name & Address<br />

Signature of Tenderer<br />

Name & Address<br />

27

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!