in continution to the tender notification dated … · in continution to the tender notification...

81
NOTICE INVITING TENDER FOR CONSTRUCTION / RENOVATION (APC AT YAMUNANAGAR) In continution to the Tender Notification dated 04/03/2014 issued by the office of Mission Director (NRHM) Haryana, complete Bid documents containing all the terms and conditions, BOQ , specifications and agreement etc is also available on website : www.nrhmharyana.org

Upload: hoangngoc

Post on 30-Aug-2018

226 views

Category:

Documents


0 download

TRANSCRIPT

NOTICE INVITING TENDER

FOR CONSTRUCTION / RENOVATION (APC AT YAMUNANAGAR)

In continution to the Tender Notification dated 04/03/2014 issued by the office of Mission Director (NRHM) Haryana, complete Bid documents containing all the terms and conditions, BOQ , specifications and agreementetc is also available on website : www.nrhmharyana.org

ESTIMATED COST FOR CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGARMAIN ABSTRACT OF COST

Sr. No.

Description Amount

1 Civil Works (HSR) 4559317.00

2 Public Health Works (HSR)

321347.00

3 Electrical works (HSR) 489175.00

4 Civil Works (NS) 1907871.00

5 Public Health Works (NS)

66366.00

6 Electrical works (NS) 698435.00

7 Gas Management System

1450350.00

BASIC ESTIMATED COST

9492861.00

SAY Rs. 94.93 Lacs

PART-VI ELECTRICAL WORKS NS

Sr.No. item No.

Description Qty. Unit Rate Amount

1) N.S.

Wiring in 1.5 sqmm PVC insulated copper conductor cable, single core, 1100 volts in 25mm dia PVC pipe, Heavy gauge, ISI mark with modular accessories and GI sheet steel modular boxes of required size with modular inner & outer face plates complete (flushed). (Based on HSR - 31.1). Modular accessories should be either of make Legrand / Crabtree Havell's / Housmann only.(i) Fan Point :-(b) Medium point 15 Each(c) Long point 10 Each(ii) Light Point :-(a) short point 39 Each(b) Medium point 44 Each(c) Long point 76 Each(iii) Call bell point :-(c) Long point 1 EachVII) 5 Pin, 5 AMP plug point including earthing the 3rd pin with 1.5 sqmm copper insulatd earth wire

(a) short point 28 Each(b) Medium point 14 Each(c) Long point 20 EachVIII) 5 Pin, 15 AMP plug point including earthing the 3rd pin with 1.5 Sqmm copper insulated earth wire & wiring with 4 Sqmm copper wire (c) Long point 26 Each

2) NS Supply and laying of telephone wire 0.5mm thick in existing conduit including making necessary connections (Polycab / Havell's / Delton make only).

(a) Telephone wire unarmoured 2 pair 300 mtr3) Supply and erection of tag block 20pair for terminating

telephone cables. The box is to be fixed on existing wall with screw etc.

1 No.

4) NS Supply and erection of modular type switch socket accessories on existing modular box (Anchor Roma / North-west / LK make).

a) Modular telephone socket jack with shutter RJ-11 14 Eachb) 25A/6A 6pin modular type socket (for AC point) 13 Each b) Modular computer outlet RJ-45 15 Each

5) Supply and laying of Cat-6 computer cable in existing conduit including making necessary connections (Polycab / Bonton / Delton / Indo-asian make only).

300 mtr

6) NS Supply, carriage, erection, testing & commissioning of Flourescent tube fitting complete with copper wound dimable ballast, starter condensor and flourescent lamp including internal wiring. The fitting is to be fixed in existing false ceiling with suitable MS chain suspended from ceiling complete with cost of all material (Phillips / Bajaj / Wipro make only).

a) 2x36W tube fitting recessed Philips make FBS580 2xPLL36W P-5 EBT OD DF -WH electronic ballast (DIRECT-INDIRECT) with 2Nos. 36W CFL Lamp complete with control gear.

18 Each

b) 2x36W tube fitting Philips make FBS300 2xPLL36W P-5 EBT electronic ballast and 2Nos 36W CFL Lamp complete with control gear

11 Each

7) Supply, carriage, erection, testing & commissioning of LED downlighter fitting recessed mounted complete in all respect including internal wiring. The fitting is to be fixed in existing false ceiling after cutting the false ceiling, making suitable fixing arragement, fixing fitting, making connections with PVC copper wire including cost of petty material required to complete the job to the satisfaction of Engineer-in-charge (Wipro / Phillips / Bajaj / GE make only).

a. 6W SpherisLED - circular LED Downlighter (wipro cat no.CRDL10R005HP60)

17 Each

8) a) S/E of T-5,1X28 watt,energy efficient tube light fitting Directly fixed, complete with electronic ballast, lamp holders and T-5 lamp 1220mm longfor use on 240 Volts, 50 HZ single phase A.C. supply (TMS1221xTL528WEBE Phillips make or its equivalent Wipro/GE)

30 Each

b) 2x28W mirror optical fitting with 28W T-5 tube rod Phillips make TCS350/228 EBEM1 or its equivalent Wipro/GE)

20 Each

9) NS Supply, Erection, Testing & Commissioning of A.C. ceiling fan double ball bearing 5-star rating complete in all respect with fan regulator. The fan should consume less power (EON / Usha / Crompton / Havell's make only).

a) Size 48" sweep (1200mm) 26 Each10) Supply, Testing & Commissioningof wall fan 16"

sweep (400mm) Oscillating type complete with built-in regulator. The fan is to fixed on wall with suitable fixing arrangement including connection from nearest light point with cost of Cu wire required.

17 Each

11) NS Supply and erection of modular type front plate and flush metal box 18 module complete as required recessed in wall / on surface as required at site. (North-west / LK / MK / Goldmedal make).

24 Each

12) NS S/E of A.C. Exhaust fan suitable for single phase A.C. 230 Volts, 50 HZ capacitor,900 RPM (Heavy Duty) complete with mounting ring frame with four fixing holes and automatic louver shutter but without regulator. The exhaust fan is to be fixed in the existing glazing with suitable MS frame of required thickness as per site including its painting etc. as per site requirement.

i) Size 380mm sweep 1 Each13) NS Supply, Carriage, Erection, Testing & Commissioning

of Fresh air fan 250mm complete with guard. The fresh fan fan is to be fixed in ventilator with 12mm thick wooden board after making hole in board. The board is to be fixed screws etc. including painting of board with matching colour of fresh air fan. The job includes connection from nearest light point with PVC

Cu wire including cost of all material (make as per brand list attached)

a) Fresh Air fan 250mm 1 Each Total of NS items

PART-II P.H WORKS (HSR)Sr.no

HSR No

Description Unit Qty Rate Ceiling Premiu

m

Rate+Ceiling

Premium

Amount

1 6.8 (a) Excavation for pipelines running under pressure in trenches and pits, in open areas, where disposal of surplus earth if done alongwith the alignment including trimming & dressing sides, levelling of beds of trenches to correct to correct grade, cutting joint holes, cutting tress and bushes, etc. refilling consoldation and watering of refill, in 15 cm layers and restoration of unmetalled or unpaved surface ot its original condition, including the cost of dewatering of rain water, diversion of traffic, night signals, fixing caution boards, watching, fencing etc. and outside the town in ordinary soil; -a) Without timbering and showing upto 1.50 mtr depth

Per hundr

ed cubic

Metres

12 1030.00

425% 5407.50 649

2 6.10 (a) Noe (i) under 6.12

Excavation of trenches in streets, lanes or in open areas for storm sewer, sewers running by gravity and manholes to full depths as shown in drawings including shoring, timbering of poling boards, frame system type, dressing to correct sections and dimensions, according to templates and levels, dewatering, provision for diversion of traffic, cutting trees and bushes, etc. night signals, profiles, pegs, sight rails, boning roads, crossing over trenches for access to the houses, watching fencing etc. fixing and maintenance of caution board refilling of trenches, watering of refill, in 15 cm layers ramming and restoration of unmetalled or unpaved surface to original condition and removal of surplus soil, form site of work, upto a lead of 1 Km in ordinary soil: a) for depth of excavation not exceeding 3 mtr. below ground level.

Per hundr

ed cubic

Metres

42 1189.00

425% 6242.25 2622

3 10.28 Cement concrete 1:8:16 with stone ballast 40mm nominal size in foundation and plinth

Cum 8 318.65

450% 1752.58 14021

4 10.41 Cement concrete 1:2:4 with stone aggregate 40mm nominal size in foundation and plinth

Cum 2 615.60

450% 3385.80 6772

5 10.82+10.95a

Cement concrete 1:1 1/2 : 3 with stone aggregate 20 mm nominal size for reinforced concrete work in slabs with inclination not exceeding 25 degree with horizontal, excluding steel reinforcement, but including centering and shuttering , laid in position, complete in all respects.

Cum 2 1084.80

450% 5966.40 11933

6 11.03 First class brick work laid in cement sand mortar1:5 in foundation andplinth.

Cum 7.00 407.60

600% 2853.20 19972

7 15.40 12 mm thick cement plaster 1:3

sqm 30.00

15.00 500% 90.00 2700

8 15.75 Cement rendering on plaster 1 mm thick.

sqm 30.00

4.25 500% 25.50 765

9 18.22 Fe 500 EQR TMT steel bars for RCC works where not included in the complete rate of RCC including bending, binding and placing in position complete

Qtl. 2.00 917.05

500% 5502.30 11005

10 28.24 Cutting holes upto 23 cm through stone masonary or brick work in cement walls for pipes and making good repointing, replastering and finishing according to existing finish where requireda) 11.43 cm thickness of walls

Each 22 14.00 300% 56.00 1232

b) 28.86 cm thickness of walls

Each 14 20.35 300% 81.40 1140

11 29.28 Providing and FIXING steel bar embedded plastic steps of size 263mm x 165 mm of orange colour conforming to specifications. (This also include cost of setting thew same to correc lines and levels duly embeded in 1:2:4 cement concret , complete in all respects to the satisfaction of engineer- incharge.)

Each 10 90.00 450% 495.00 4950

12 29.84 Constructing brick masonry inspectin chamber sizes as given below upto 0.60 mtr. average depth in cement mortar 1:5 lime concrete with 40 percent lime mortar 2:3 in foundation cement concrete 1:2:4 benching 12mm thick cement plaster 1:2 with a floating coat of 1mm thick of neat cement R.C.C 1:2:4 slab 100mm thick / CC topping 50mm thick with 455mm x 455mm / 455mm x 610mm inside light duty C.I. inspection chamber cover and frame weight as per I.S.I specification painted with 3 coats of black bitumastic superior paint complete as per standard design.Size 450 mm x 600 mm inside (with 455 mm x 610 mm cover and frame light duty single seal pattern I weighing 38 kg with C.C.topping )

Each 7 582.00

450% 3201.00 22407

13 29.90 ii

Construction of rectangular standard brick massonry manhole chambers to stndard drawings on S.W pipe sewers or other circular pipe sewers upto the required depth in 1:5 cement sand mortar, lime concrete in bed and sides of pipe sewer and cement concrete 1:2:4 in benching, 12mm thick water tight 1:2 cement sand plaster with a floating coat of neat cement and finished with 2 coats of sodium solicate on interior surface where required, reinforced cement concrete slab 180mm thick fixing 560mm internal diameter C.I manhole cover and frame weight not less than 2.5 quintal painted with 3 coats of black bitumen paint, fixing galvainised malleable iron stpes embedded in 1:2 cement sand mortar complete. (ii) for 1.50 Mtr. depth

Each 4 2400.00

450% 13200.00 52800

14 29.94 Supply of SFRC Manshole cover with frame 22" dia on 560mm opening complete in all respect.(HSR 29.94)

Each 2 1100.00

5% 1155.00 2310

15 29.95 Providing SALT GLAZED STONE WARE PIPES GRADE 'A' INSTANDARD LENGTH OF 600 MM EACH PIPE MARKED WITH IS: 651 and their lowering, cuting, jointing and testing as described in HSR item No.29.38, 29.39, 29.40 including the cost of jointing materials as well as carriage, loading, unloading stacking, handling, re-handling etc. complete in all respects to the satisfaction of Engineer-in-Charge150mm Mtr. 80 199.0

05% 208.95 16716

16 30.2 c (i)

Providing and fixing in position best Indian make (as approved by the Engineer-in-charge). Indian type Orissa or Orya water closet suite for sinking into floor, with raised foot treads complete with 100mm H.C.L 'P' trap with or without vent as required and all other necessary fitting as fully described in item above. c) size 680mm

Each 2 1022.00

340% 4496.80 8994

17 30.4 a (i)

Providing and fixing in position best Indian make (as approved by the Engineer-in-charge). European type water closet suit with non-concealed 'P' or 'S' trap with or without vent and all other necessary fittings. White

Each 5 901.00

340% 3964.40 19822

18 30.12 (i)

Extra over item No.30.1 to 30.4 and 30.6 for providing and fixing 15 litres capacity low level vitreous china ware cistern complete with flush bend all other necessary fitting instead of C.I high level cistern complete with fittings. White plastic seat (Solid).

Each 5 290.00

340% 1276.00 6380

19 30.13 (i)

Extra over item No.30.3 to 30.6 for providing and fixing best Indian make plastic hygenic seat with lid complete instead of hollow black or white plastic seat and lid. White plastic seat (Solid).

Each 5 193.00

340% 849.20 4246

20 30.41 Providing & fixing in position Best Indian make (Ordinary Lavoratory suits) consisting of Lavoratory vitreous chinaware size as given below to the approval of the Engineer-in-charge including china lugs for tap hole where necessary. RS or CI brackets for building into walls including painting 32mm CP brass waste with CP Brass chain and rubber plug. 15mm CP Brass screw Down pillar TAP with jam nuts or coupling best design (as approved by Engineer-in-Charge). All brass work chromium plated complete in all respects including cutting and making good the walls floors

Each 8 407.00

340% 1790.80 14326

and painting of fittings etc. WHITE (iv) Size 550 mm x 400 mm with one no. tap

21 30.44 Providing and fixing in position best Indian make Pedestal fittings of vitreous chinaware complete (as required by the Engineer-in-Charge) (i) White

Each 8 279.00

340% 1227.60 9821

22 30.47 Extra for providing and fixing in position best Indian make C.P Elbow action pillar tap instead of C.P brass pillar tap.

Each 8 50.00 340% 220.00 1760

23 30.49 Providing and fixing in position best Indian make chromium plated brass 'P' or 'S' trap 32mm dia.

Each 8 40.50 340% 178.20 1426

24 30.50 Providing and fixing in position best Indian make chromium plated brass bottle trap 32mm dia metre

Each 8 92.00 340% 404.80 3238

25 30.53 a

Providing and fixing in position best quality stainless steel sinks with complete fittings. a)600 mm x 450mm x 200mm

Each 2 1500.00

30% 1950.00 3900

26 30.68 a (i)(ii)

Providing and fixing in position best Indian make towel rails fixed in with rawlslugs embedded in walls with C.P Brass screws, complete in all respect including cutting and making goods the walls etc. 600mm long Each 8 53.00 340% 233.20 1866

27 30.71 a (i)

Providing & fixing in position best Indian make bevelled edge 5.5mm thick mirror mounted on asbestos sheet ground fixed in position by means of 4 nos. chromium plated brass screws and washers . (a) Indian make (i) 600mmx450mm

Each 8 107.00

340% 470.80 3766

28 30.75 a (c)

Providing & fixing in position 15mm i/d CP brass bib cocks of best quality ( as required by the Engineer-in-Charge) (a) Bib cock long body Each 2 116.0

0340% 510.40 1021

29 30.76 a (ii)

Providing & fixing in position CP brass stop cocks (as approved by the Engineer in Charge) (a) 15mm stop cock (i) Stop cock male & female and

Each 8 101.00

340% 444.40 3555

30 30.84 Providing & fixing in position HCI soil waste vent on antisyphonage pipes to ISI specifications of ELC manufacturer or any other reputed firm including cutting and wastage etc. and cutting holes in walls roofs or floor etc. and making good to its original condition but excluding CODT or Lead jointing

(a) 100mm i/d Mtr 20 97.50 350% 438.75 8775(b) 75mm i/d Mtr 20 83.00 350% 373.50 7470

31 30.87 Providing Lead Caulked joints to HCI pipes and specials conforming to ISI specification of ELC manufacturer or any other reputed firm including cost of Lead yarn Fuel and Tools etc. (a) 100mm i/d Each 5 33.5 300% 134.00 670(b) 75mm i/d Each 10 27.5 300% 110.00 1100

32 30.88 Providing & fixing in position MS or heavy flat iron clamps made out of MS flat and complete in all respects(a) 100 mm i/d Each 10 12.5 350% 56.25 562.5(b) 75mm i/d Each 10 11.0 350% 49.50 495.0

33 30.89 Providing and fixing HCI floor traps ISI marked of the self cleaning design with CP brass hinged grating with frame with or without vent arm and including cement concrete 1:2:4 under and around the floor trap where required upto floor level complete in all respects including cutting and making good the walls and floors etc. minimum depth of water should be 150mm with a minimum seal of 50mm. (b) 75mm i/d

Each 4 105 350% 472.50 1890.0

34 30.91 Providing & fixing in position HCI specials for soil waste vent or antisyphonage pipes to ISI marked including cutting & wastage etc. cutting holes in walls roofs or floor etc. and making good but excluding

cost lead jointing .For 100mm i/d pipe :

100 mm I/D pipesSingle junction with door 100 mm x 100 mm x 100 mm

Nos 4 86.5 350% 389.25 1557.0

Bend plain Nos 4 53.0 350% 238.50 954.0Cowls Nos 4 39.5 350% 177.75 711.0Collars Nos 4 27.5 350% 123.75 495.0(b) 75mm i/d pipesBend plain Nos 4 39.5 350% 177.75 711.0Cowls Nos 4 28.0 350% 126.00 504.0Collars Nos 4 22.5 350% 101.25 405.0

35 30.93 b

Providing and fixing lead inlet connection with brass union for flushing and warming pipes complete in all respects.

Each 5 10.5 300% 42.00 210.0

36 30.95 c

Cutting chase in brick walls in cement or in floor for embedding G.I or H.C.I pipe lines and making good the same to its original condition. 75 mm x 50 mm

Mtr 20 4.00 340% 17.60 352

37 30.110 (b) (ii)

Providing and fixing in position automatic brass ball valves in tanks with plastic ball 20mm dia.B) with plastic ball ii) 20mm i/d

Nos. 7 48.00 340% 211.20 1478

38 30.114 Providing & fixing in position Gully traps fixed in cement concrete 1:4;8 complete with HCI grating 150mmx150mm cast iron cover weighing approx. 7.26 kg and frame clear opening 300mmx300mm and outside size 330mm x330mm and chamber including cost of all brick work in cement mortar cement concrete 1:8;16 in foundations and cement concrete 1:2:4 in copping with 3 coat paints CI as per standard design (b) 100mm i/d HCI Gully trap

Nos. 6 208.00

350% 936.00 5616

39 30.119 Providing and fixing water storage tank of Sintex /Diplast 1500 ltr capacity

Nos. 4 7819.00

0% 7819.00 31276

TOTAL OF P.H WORKS (HSR)

Total 321347

Rate to be quoted by Contractor in percentage (AT PAR /Below /Above)

PART-III ELECTRICAL WORKS HSRSr. No.

Ref. of

HSR

Description Quantity Unit Rate (in Rs.)

C.P. Total Rate(Rs.)

Appox. Amount(Rs.)

1 31.12 (A)

Main Switches

Supply and erection of metal clad switches / BDBs with rag bolts on wall or on existing angle iron board/ pedestal including bonding to earth and necessary connections :(xxvii) Four Pole change over switch 300A/320A 415 volts

1 Each 2840.00 300% 11360.00 11360

2 31.12 (C)

Moulded Case Circuit BreakerSupply and erection of moulded case circuit breaker on wall or on existing pedestal including bonding to earth and necessary connection:(iii) 250A 415V 35KA 3phase

1 Each 10212.00 60% 16339.20 16339

3 31.15 Supply and erection of sheet steel enclosures 2pole/3pole with earth plug and socket suitable for incorporating single pole/triple pole MCB on wall/on existing pedestal complete with necessary connections etc. :-(iv) TPN enclosure for triple pole MCB 32A

2 Each 737.00 60% 1179.20 2358

4 31.17 Supply and erection of miniature circuit breaker/ isolator 240/415 V in the existing distribution board including making necessary connection:-(a) Miniature Circuit Breakers of 9 K.A. breaking capacity single pole(ii) 6 amp to 32 amp (SP) Havell’s/ Standard

106 Each 95.00 30% 123.50 13091

(ii) 6 amp to 32 amp (DP) Havell’s/ Standard

15 Each 197.00 30% 256.10 3842

(ii) 6 amp to 32 amp (TP) Havell’s/ Standard

2 Each 315.00 30% 409.50 819

(ii) 32 amp TPN Havell’s/ Standard

2 Each 403.00 30% 523.90 1048

(iii) 40 amp to 63 amp. (TPN) Havell’s/ Standard (63A)

13 Each 499.00 30% 648.70 8433

5 31.18 Supply and erection of Fittings and Accessories(xi) Bakelite angle/ straight button holder large size

39 Each 6.20 200% 18.60 725

(xvii) Bakelite sheet including fixing with brass screws and washers(b) 3mm thick 6000 Sqcm 0.03 200% 0.09 540(xxvi)Supply and erection of hexagonal MS box 1.60mm thick having each side 8 cms, 7.5 cms deep, top covered with MS lid by means of screws including 10 mm dia 30 cm long mild steel rod made into suitable suspension hook and erected in R.C.C. slab of erection of fan, the bottom covered with 3 mm thick bakelite sheet with suitable holes, painting etc. complete with all labour and material required to complete the job.

26 Each 26.30 200% 78.90 2051

6 31.22 Earthing(i) Earthing with G.I. earth pipe 4.5m long and 40 mm dia with masonry enclosures on the top etc. as required.

8 Each 378.00 350% 1701.00 13608

(ii) Extra for using salt and charcoal/coke for pipe earth electrode as required.

8 Each 125.00 350% 562.50 4500

(iv) Earthing with tinned copper earth plate 600 mm x 600 mm x 3 mm thick including accessories and providing masonry enclosures with cover plate having locking arrangement and watering pipe etc.(but without charcoal or

2 Each 1149.00 350% 5170.50 10341

coke and salt) complete as required

(v) Extra for charcoal or coke and salt for G.I. plate or copper plate earth electrode

2 Each 186.00 350% 837.00 1674

(xiv) Pdg. And fixing 25mmx5mm copper strip on surface on in recess for connection etc. as required with all labour and material.

16 Meter 117.00 350% 526.50 8424

(xii) Pdg. and fixing earth connection from earth electrode with 4mm dia GI wire in 15mm dia GI pipe from earth electrode as required.

66 Meter 24.50 350% 110.25 7277

7 31.25 Supply and erection of under ground cable 1 meter below ground level covered with sand and bricks including necessary connections, digging and refilling of trenches:-(xxx) 120 sq mm 3 ½ Core cable

50 Meter 161.50 140% 387.60 19380

8 31.26 Supply and erection of under ground cable loose in existing pipe or trenches complete with necessary connections.(xxx) 120 sq mm 3 ½ Core cable

50 Meter 147.60 140% 354.24 17712

9 31.28 Supply and erection of suitable compression type brass Cable glands for underground Cable:-(v) 120 Sq mm to 185 Sq mm Cable 3 to 3.5 Core

4 Each 28.60 140% 68.64 275

10 31.35 Miscellaneous(iii)Supply and erection of caution notice plate in three languages

2 Job 2.00 130% 4.60 9

(ix)Supply and erection of aluminum lugs heavy duty including crimping etc. up to the entire satisfaction of the Engineer-in-charge of the work:-(h) 70 Sq mm 4 Each 5.10 130% 11.73 47

(j) 120 Sq mm 12 Each 7.90 130% 18.17 21811 31.40 Supply and erection of

PVC unsheathed copper conductor cable single core 1100V grade in pipe of suitable size excluding cost and erection of pipe(i) Size 1.5 sqmm (3/0.81 mm) (for light circuit / UPS circuits / for Earth)

2530 Meter 10.20 10% 11.22 28387

(iii) Size 4.0 sqmm (7/0.85 mm) (for power points, bed side power, ACs)

2250 Meter 24.50 10% 26.95 60638

(iv) Size 6.0 Sq mm (7/1.05 mm)

190 Meter 35.60 10% 39.16 7440

(vi) Size 16.0 Sq mm (7/1.70 mm)

426 Meter 83.70 10% 92.07 39222

12 31.41 Supply and rection of double door sheet enclosure distribution board suitable for MCB and ELCB etc. recessed in wall including bonding to earth with all labour and material required to complete the job in all respect upto the entire satisfaction of the Engineer-in charge of the work.

vi 8 way, TPN (Horizontal (8+24))

6 Each 2100.00 10% 2310.00 13860

13 31.42 Supply and erection double pole / four pole residual current circuit breaker (RCCB/ELCB) suitable for operation on 240/415V, 5Hz, AC supply installed in existing sheet steel enclosures including making necessary connections and bonding to earth with all labour and material required to completethe job in all respect upto the entire satisfaction of the Engineer-in-Charge of the work.(iii) 25A / 240V DP ELCB with 30mA sensitivity

1 Each 1270.00 10% 1397.00 1397

(ix) 63A / 240V DP 15 Each 1870.00 10% 2057.00 30855

ELCB with 30mA sensitivity

14 31.44 Supply and erection of PVC conduit pipe ISI marked (Medium) recessed in wall / ceiling etc. including cost of PVC bends, inspection box and all other material required to complete the job in all respect upto the entire satisfaction of Engineer-in-charge of work.(a) 20mm dia 500 Meter 31.00 10% 34.10 17050(b) 25mm dia 1160 Meter 37.00 10% 40.70 47212

15 31.49 Supply and rection of MS box made of 16G MS sheet recessed in wall, with arrangement of fixing brass screws, 2Nos. check nuts and 1No. PVC bush of required size including all labour and material required to complete the job in all respect upto the entire satisfaction of Engineer-in-charge of work.(i) With 2 coats of primer

5400 Sqcm 0.12 10% 0.13 702

16 31.56 Providing and fixing modular type accessories of approved make in existing box including fixing and making necessary conneciton, complete in all respect.Call bell Ding-Dong (Monitca)

1 Each 99.00 0% 99.00 99

Bell push 1 Each 102.00 0% 102.00 10210A 1way switch (for warmer and computer point)

102 Each 87.00 0% 87.00 8874

10A socket (for warmer and computer point)

102 Each 106.00 0% 106.00 10812

20A switch (for warmer and A.C. point)

85 Each 116.00 0% 116.00 9860

16A socket (for warmer point)

72 Each 165.00 0% 165.00 11880

Blanking Plate 28 Each 25.00 0% 25.00 700Fan regulator 26 Each 397.00 0% 397.00 10322

17 31.57 Providing and fixing GI concealed sheet metal boxes with inner and outer faceplate including concealing the box in wall and fixing in position with inner plate and face plate with all labour and material required for the job complete in all respect.1&2 module(for telephone, computer)

29 Each 101.00 0% 101.00 2929

6 module (for UPS computer points & power switch for split A.C.)

28 Each 214.00 0% 214.00 5992

18 31.58 Supply and erection of PVC pipe ISI marked (Medium) recessed in wall / ceiling etc. including the cost of PVC bends, inspection boxes, iron hooks and cement concrete etc. complete in all respect upto the entire satisfaction of Engineer-in-charge of work.PVC pipe of 40mm dia 183 Meter 56.00 0% 56.00 10248

19 31.63 Supply installation testing and commissioning of wall /free standing floor mounting dust and vermin proof compartmentalized cubical panel made out of 2mm thick CRCA sheet, required hardware 3mm thick bakelite sheet provided all along the bus bar and cable alley separating switches compartment and supporting suitable channel duly painted by 2 coats of zinc / red oxide primer followed by 2 coats of powder coating in grey or required shade after rinsing. The panel having PU / Neoprene rubber gasket of not less than 3mm

7 sqm 2160.00 0% 2160.00 15120

thickness separate detachable gland plate MS base channel hinged door with inter locking arrangement for equipment / switch wear. Transparent acrylic sheet shall be provided in front of bus bar compartment to prevent direct access to bus bar bakelite sheet 3mm thick for separately cable alley to BBC from switch chamber extended solid copper bars upto cable alleys shall be provided for outgoing connection which shall be paid as extra items. Side walls and cable alley compartments shall be having bolted type doors with detachable extension type structure. The panel will be complete with control wiring (copper) and fuse protection (only outer area on all sides shall be measured).

20 31.64 Supplying and fixing of copper busbar duly tinned by means of SMC / DMC type insulator high tensile nuts and bolts spring washers fixing to same in existing panel including bending, cutting in required shape and size and insulation with colour coding heat shrinkable PVC insulation complete in all respect.

12.5 kg 525.00 0% 525.00 6563

21 31.65 Providing and fixing digital metering equipment for LT cubical panel consisting of 96mmx96mm 0-500V, voltmeter with selector switch, Ammeter (of required ratio upto 600/5A) with selector switch and required CTs 3Nos. A

1 set 4050.00 0% 4050.00 4050

set of 3 Nos. phase indication lamps RYB LED.

22 31.66 Supply and fixing of rotary handle for on / off operation of existing MCCB in the LT panel including fixing the same in position with all labour and material required to complete the job in all respect.

(ii) Rotary handle above 125A, MCCB

1 each 790.00 0% 790.00 790

Total : 489175

Rate to be quoted by Contractor in percentage (AT PAR /Below /Above)

PART-IV CIVIL WORKS (NS)Sr. No.

Description Unit Qty Rate Amount

N.S. (CIVIL)A INTERIOR WORKS

1 Providing and laying false ceiling which includes Zincalume/ Galvanized coated perimeter channels of size 0.55mm thick (having one flange of 18mm and another flange of 30mm and web of 28mm) along with perimeter of ceiling, screw fixed to brick wall/partition with the help of nylon sleeves and screws, at 610mm centers. Then suspending Zincalume/ Galvanized coated “LaGyp” Universal Channels (to be use as main channel) of size 45mm (0.55mm thick with two flanges of 27mm each) from the soffit at 1220mm centers (First and last main channels are to be placed no greater than 300mm in from perimeter of ceiling) with L angle of width 24mm x 24mm x 0.55mm thick fixed to soffit cleat and steel expansion bolt. LaGyp” Universal Channels ( Ceiling channel) of size 45mm (0.55mm thick with two flanges of 27mm each) are then fixed to the Universal channels (main Channel) with the help of connecting clip of (0.80mm thick BMT ) and in direction perpendicular to the Universal channels (main Channel) at 457mm centers. Fix the Cross Connector (0.55mm BMT) in between the both the Universal Channel for extend the metal frame

sqmt 481.27

systems.

Finally 12.5mm x 1220mm x 1830mm tapered edge “LaGyp” board (conforming to IS: 2095-1996 ) is then screw fixed to universal channel (ceiling section) with “LaGyp” “type S” 25mm corrosion resistant screws at 230mm centers. Finally square and tapered edges of the boards are to be jointed and finished so as to have a flush look which includes filling and finishing with three layer of “LaGyp” EASY JOINT jointing compound, “LaGyp” joint paper tape suitable for “LaGyp”

Moisture Resistant Gypsum Board in accordance with the plasterboard manufacturer's specifications.

2 Providing and fixing soft board panels on walls/ partition / paneling in the area as directed, with 12 mm thk. soft board on 12mm thick bwp plywood framed with 25x 25mm teakwood/ steambeach/ pinewood framing on all four sides. Soft board panel shall be finished with approved fabric of Rs. 200/- R. Mt. . All exposed wooden surfaces shall be finished with 1 mm thick laminate Rate shall include fixing the whole panel in the space earmarked for the same as per drawing and as per the direction of deptt.

sqmt 8.00

3 Providing and laying 600 mm x 750 mm table in position for staff as per drawing. The tabletop shall be of 18 mm thick plywood of approved make & supported by a rectangular box divided into required horizontal and vertical divisions by means of 18 mm thick ply, All the divisions shall have 18 mm thick ply and all exposed outer surfaces front, top and sides are finished with approved 1 mm thick laminates and synthetic enamel inside. The modesty panel shall be in 18 mm thick. Ply finished with laminates on both sides. The table top shall be finished with 1 mm thick laminates of approved shade, colour, make and design and the edging / lipping shall be finished with matching shade of matt finished enamel paint. Drawer with 8 mm ply bottom shall be of channel type and all other fixtures like tower bolts, magnetic catchers ISI as per standered make and locks shall be of Godrej make and fitted with ‘C’ shape brass/ S S brush finish handles as directed .

Rmt. 6.00

Tables shall incorporate space for CPU below the table top raised 100mm above ground, keyboard tray on slides and channels with mouse pad space, complete with

cable manager fitted with collars in the top and side as per the drawings.

4 Providing and fixing in position table having 25mm thick post formed top of particle board flat pressed three layered medium density grade-II confirming to IS :3087 having necessary provision for wire management data/ comuter/telephone cabling having modesty panel in 18mm thick and vertical panel in 25mm thk prelaminated partical board three layered medium density grade-II , type-II confirming to IS:12823 complete as per salient technical features, specification, drawings and directions of the authoritiesSize: 4'-6"x2'-3" (for Doctor's Room & Nurses Room)

Nos. 5

5 Metal Perforated Chair (Three seats):- Chair structure made from perforated MS CRC Sheet of 20 SWG duly powder coated to 40 to 50 microns alongwith cushion in leetherite on seat and back bottom. Made from 20x40 mm M.S. CRC tables duly powder coated to 40 to 50 microns (for Breast feeding Room)

Set of three seats

3

6 Chairs Nos. 30

SEAT/BACK: The seat and back are made up of 1.2 cm thick hot pressed plywood, upholstered with fabric and molded Polyurethane foam. The back foam is designed with contoured lumbar support for extra comfort.BACK SIZE: 45.0 cm.(W) x 53.0 cm.(H)SEAT SIZE: 52.0 cm.(W) x 48.0 cm.(D)POLYURETHANE FOAM: The Polyurethane foam is molded with density = 45 +/- 2 kg/m3 and Hardness = 20 +/- 2 kg. on Hampden machine at 25% compression.SEAT / BACK COVERS: The seat and back are injection molded in black co-polymer polypropylene.ARMRESTS (FIXED): The one-piece armrests are made of black integral skin polyurethanereinforced with M.S. insert with 50-70 Shore ‘A’ hardness. The armrests are scratch and weather resistant. The armrests are fitted to the seat with armrest brackets made of 0.5cm. thk. HR steel. Size: 5.5cm. (W) x 31.0cm. (D). Approx.

PERMANENT CONTACT MECHANISM: The permanent contact mechanism is designed with the following features:360 degree revolving type 14 degree maximum back-tilt only. Tilt tension adjustment.PNEUMATIC HEIGHT ADJUSTMENT: The pneumatic height adjustment is maintenance free, has an adjustment stroke of 12.5 cm. and can be operated at 30 kgs. extension force.TELESCOPIC BELLOW ASSY: The bellow is 3 piece telescopic type and is injection molded in black Polypropylene.PEDESTAL ASSY.: The pedestal is fabricated from 0.2cm. Thick CR steel, powder coated and fitted with an injection molded black Polypropylene hub cap and 5 nos. twin wheel castors.(castor wheel dia. 5.0cm.) The pedestal is 60.0cm. Pitch-centre dia. (70.0 cm with castors).

7 Providing and fixing low/high ht.storeage/ racks for store/kitchen and shoe / sleeper units of 300mm/450mm deep. The top, sides, bottom and inside shelf shall be of 18 mm thk.and back 8 12 mm th. plywood of approved make divided into required horizantal and vertical divisions by means of 18 mm thk. ply, All the divisions shall have 18 mm thk ply shutters as required as shown in the drawing, front,top and sides are finished with approved 1 mm thk laminates of approved shade outside and synthetic enamel inside. The unit shall have half round teakwood/ steambeach/ pinewood wood moulding 25 x 12mm at the free edge duly finished with polish. All hardware like bottom runners, drawer slides, towerbolts, magnetic catchers as per ISI standered make and lock should be of godrej make including the ‘C’ shape brass/ SS brush finish handles as approved .All concealed internal surfaces shall be finished with matt finish synthetic enamel paint or required shade complete as per the direction of deptt..

b 450mm Deep sqmt. 9.00

8 Providing and fixing signage/ stickers having letters of colored vinyl for boards, name plates, notice & instruction boards fixed over combination of pre-laminated white/metal finish/colored ACP sheet shall be secured to the wall duly finished as directed OR fixed over partition glass/wall with frosted film as per the designs as directed by Deptt.

sq. inch 22000.00

9 Metal Perforated Chair (Three sets):- Chair structure made from perforated MS CRC Sheet of 20 SWG duly powder coated to 40 to 50 microns. Made from 20x40 mm M.S. CRC tables duly powder coated to 40 to 50 microns

Sets 3

10 Providing & fixing 17-20 mm thick granite slab of lakha red in Alcove slab. Work including edge mouldings with mirror polishing as required & directed with 20mm thick cement mortor 1:3 bedding and pointing with an admixture of pigment to match the stone shade including labour & material complete .

sqmt. 3.85

11 Providing and fixing 17-20mm thick granite slab strip of 3" wide of aproved shade on dado on top Band of Tile cladding on walls. Work including top exposed Edges moulding with mirror polishing incluidng ement mortar 1:3 and complete in all

sqmt. 10.40

respects.

12 Providing & fixing Rollar Blinds made of 100% Polyster fibre in approved shade & make with translusent With black out effect complete with Head Rail and in all respect with one year free service

sqmt. 80.30

13 Painting of plastic paint/matt finish oil paint( satin finish) on wall surface of approved brand (ICI, Asian, Burger) and shade of approved colour in two or more coats on new / existing painted surface including scraping of old paint with two or more coat of birla / JK readymade putty and one final coat of acrylic putty and cement primer to give a smooth surface e.t.c. complete

sqmt. 1417.18

14 Providing and fixing double action hydraulic floor spring of Dorma or equivalent Heavy duty for aluminum doors including cost of cutting floors as required embedding in floors and cover plates etc. complete as per direction of Deptt. (Model BTS-65 or equivalent).

nos. 52.00

15 Providing and fixing in position ‘ISI Marked heavy duty type over head hydraulic door closer with adjustable

nos. 52.00

spanner and screws, including all fixtures etc. all complete of Dorma & equivalent make

16 Demolishing existing brick work including stacking of serviceable materials and disposal of Malba at the designated site of MC / HUDA

cum 12.80

17 Demolishing RCC work including stacking of steel bars and disposal of malba at designated site of M.C/ HUDA

cum 6.00

18 Dismantling doors windows (steel/ wood / Aluminium) shutters including chowkhats, hold fast etc. complete and stacking at designated site of Hospital

nos. 11.00

19 Dismantling old plaster or skirting raking out Joints and cleaning the surfacre for plaster including disposal of rubbish to the dumping ground of M.C / HUDA

sqmt. 76.00

20 Providing & fixing concealed copper piping and wiring including insulation of A class quality for split AC provision complete with chiseling of wall & plasting

Rmt 200.00

21 Providing & fixing 12mm thick toughened glass doors complete with PT standard S/S patch fittings, H-pull handles and other accessories of PT standard of DORMA/AUSTAVISION/ECKELT make and complete in all respects as per the approved

Sq.mt 14.00

drawing and to the satisfaction of Engineer-in-charge/consultant.

22 Providing & fixing H-Pull handles of medium size (300mmx22mm) of Stainless steel of DORMA/AUSTAVISION/ECKELT make complete in all respects

each 20.00

23 Providing & fixing Mortise locks of TH-126-III model of DORMA/AUSTAVISION/ECKELT make complete in all respects

set 6.00

24 Providing & fixing powder coated aluminium fitting for doors & windows of approved makei) Sliding bolt 250 x 16 Each 24.00ii) Handle, 150mm Each 26.00iii) Handle, 100mm Each 34.00iv) Tower bolt 200mm Each 26.00v) Tower bolt 150mm Each 34.00vi) Tower bolt 100mm Each 24.00vii) Hasp & staple, 100mm

Each 4.00

viii) Door stopper Each 27.00ix) Peg Stay / Eye hook Each 34.00

TOTAL (CIVIL NS PART) = RS.

PART-V P.H WORKS (N.S ITEMS)

1 N.S 8

Providing and fixing of PVC waste pipe 32mm dia etc. complete in all respect as per direction of Engineer-in-Charge/ complete in all respect

each 45.00

2 N.S

Providing, Laying, jointing, fixing and testing GI pipe lines complete I/C caste of GI specials and fittings and clamps etc. inside building cutting, threading of pipes and cutting and making good the walls etc. (internal work). The pipes duly painted with anti-corrosive paint.

100 15mm i/d of pipe line Mtr 121.0050 20mm i/d of pipe line Mtr. 150.0030 32mm i/d of pipe line Mtr. 30.00

3 N.S

Providing & fixing GI Union in existing GI pipe line, cutting and threading the pipe and making long screws including excavation, refilling the earth or cutting of wall and making good the same complete wherever required.

7 32m i/d of pipe line Nos. 200.707 20m i/d of pipe line Nos. 125.45

4 N.SProviding and fixing gunmetal Peet Valve

2 32mm i/d of pipe Nos. 416.00

5 N.SProviding and fixing PVC SWR Pipe complete with specials (Supreme make)

70 110mm Mtr. 304.1055 75mm Mtr. 203.00

6 N.SProviding and fixing PVC SWR specials (Supreme make)

30 Socket - 110mm Nos. 87.0020 Socket - 75mm Nos. 47.007 Door Tee-110mm Nos. 238.00

4 Door Tee-75mm Nos. 81.0021 Clamp - 110mm Nos. 22.6515 Clamp - 75mm Nos. 17.656 Cowl - 100mm Nos. 28.752 Cowl - 75mm Nos. 16.709 F-Trap/ Nahni Trap-75mm Nos. 273.00

7 N.S 9 Providing & fixing CP brass jali each 45.00

8 N.S 70 Providing and fixing of GI hook Each 5.00

9 N.S 5Providing and fixing of CP Extension nipple 15mm dia

Each 48.00

TOTAL OF P.H WORKS (N.S ITEMS)

PART-VI ELECTRICAL WORKS NS

Sr.No. item No.

Description Qty. Unit Rate Amount

1) N.S.

Wiring in 1.5 sqmm PVC insulated copper conductor cable, single core, 1100 volts in 25mm dia PVC pipe, Heavy gauge, ISI mark with modular accessories and GI sheet steel modular boxes of required size with modular inner & outer face plates complete (flushed). (Based on HSR - 31.1). Modular accessories should be either of make Legrand / Crabtree Havell's / Housmann only.(i) Fan Point :-(b) Medium point 15 Each(c) Long point 10 Each(ii) Light Point :-(a) short point 39 Each(b) Medium point 44 Each(c) Long point 76 Each(iii) Call bell point :-(c) Long point 1 EachVII) 5 Pin, 5 AMP plug point including earthing the 3rd pin with 1.5 sqmm copper insulatd earth wire (a) short point 28 Each(b) Medium point 14 Each(c) Long point 20 EachVIII) 5 Pin, 15 AMP plug point including earthing the 3rd pin with 1.5 Sqmm copper insulated earth wire & wiring with 4 Sqmm copper wire (c) Long point 26 Each

2) NS Supply and laying of telephone wire 0.5mm thick in existing conduit including making necessary connections (Polycab / Havell's / Delton make only).

(a) Telephone wire unarmoured 2 pair 300 mtr3) Supply and erection of tag block 20pair for

terminating telephone cables. The box is to be fixed on existing wall with screw etc.

1 No.

4) NS Supply and erection of modular type switch socket accessories on existing modular box (Anchor Roma / North-west / LK make).

a) Modular telephone socket jack with shutter RJ-11

14 Each

b) 25A/6A 6pin modular type socket (for AC point) 13 Each b) Modular computer outlet RJ-45 15 Each

5) Supply and laying of Cat-6 computer cable in existing conduit including making necessary connections (Polycab / Bonton / Delton / Indo-asian make only).

300 mtr

6) NS Supply, carriage, erection, testing & commissioning of Flourescent tube fitting complete with copper wound dimable ballast, starter condensor and flourescent lamp including internal wiring. The fitting is to be fixed in existing false ceiling with suitable MS chain suspended from ceiling complete with cost of all material (Phillips / Bajaj / Wipro make only).

a) 2x36W tube fitting recessed Philips make FBS580 2xPLL36W P-5 EBT OD DF -WH electronic ballast (DIRECT-INDIRECT) with 2Nos. 36W CFL Lamp complete with control gear.

18 Each

b) 2x36W tube fitting Philips make FBS300 2xPLL36W P-5 EBT electronic ballast and 2Nos 36W CFL Lamp complete with control gear

11 Each

7) Supply, carriage, erection, testing & commissioning of LED downlighter fitting recessed mounted complete in all respect including internal wiring. The fitting is to be fixed in existing false ceiling after cutting the false ceiling, making suitable fixing arragement, fixing fitting, making connections with PVC copper wire including cost of petty material required to complete the job to the satisfaction of Engineer-in-charge (Wipro / Phillips / Bajaj / GE make only).

a. 6W SpherisLED - circular LED Downlighter (wipro cat no.CRDL10R005HP60)

17 Each

8) a) S/E of T-5,1X28 watt,energy efficient tube light fitting Directly fixed, complete with electronic ballast, lamp holders and T-5 lamp 1220mm longfor use on 240 Volts, 50 HZ single phase A.C. supply (TMS1221xTL528WEBE Phillips make or its equivalent Wipro/GE)

30 Each

b) 2x28W mirror optical fitting with 28W T-5 tube rod Phillips make TCS350/228 EBEM1 or its equivalent Wipro/GE)

20 Each

9) NS Supply, Erection, Testing & Commissioning of A.C. ceiling fan double ball bearing 5-star rating complete in all respect with fan regulator. The fan should consume less power (EON / Usha / Crompton / Havell's make only).

a) Size 48" sweep (1200mm) 26 Each10) Supply, Testing & Commissioningof wall fan

16" sweep (400mm) Oscillating type complete with built-in regulator. The fan is to fixed on wall with suitable fixing arrangement including connection from nearest light point with cost of Cu wire required.

17 Each

11) NS Supply and erection of modular type front plate and flush metal box 18 module complete as required recessed in wall / on surface as required at site. (North-west / LK / MK / Goldmedal make).

24 Each

12) NS S/E of A.C. Exhaust fan suitable for single phase A.C. 230 Volts, 50 HZ capacitor,900 RPM (Heavy Duty) complete with mounting ring frame with four fixing holes and automatic louver shutter but without regulator. The exhaust fan is to be fixed in the existing glazing with suitable MS frame of required thickness as per site including its painting etc. as per site requirement.

i) Size 380mm sweep 1 Each13) NS Supply, Carriage, Erection, Testing &

Commissioning of Fresh air fan 250mm complete with guard. The fresh fan fan is to be fixed in ventilator with 12mm thick wooden board after making hole in board. The board is to be fixed screws etc. including painting of board with matching colour of fresh air fan. The job includes connection from nearest light point with PVC Cu wire including cost of all material (make as per brand list attached)

a) Fresh Air fan 250mm 1 Each Total of NS items

BBIIDD DDOOCCUUMMEENNTTSS

FFOORR TTHHEE

CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITALYAMUNANAGAR.

Consultant:

PLANNER PLUSSCO – 34, 2ND FLOORSWASTIK VIHAR, MDC-5, PANCHKULA

CLIENT:

P.M.O/ M.S/ C.M.OCIVIL HOSPITAL,YAMUNANAGAR

App. Cost: = Rs.94.93 Lacs

Earnest Money = Rs.1,90,000/-

Time Limit = 3 Months

Medical Gas Management System

1 Gas outlet oxygen/vaccum -M-50 (CE approved As per BS EN737-1.1.1989)

No. 70 1600 1600.00 112000

2 Distribution copper piping with copper elbow ,tee,socket, Brazing testing All copper pipe made of Phosphorous de-oxide, non arsenical as per BS 2871, PART 1, Table X (BSEn1057)

3 12mmx.9mm thick Mtr. 114 650 650.00 741004 15mmx.9mm thick Mtr. 205 1050 1050.00 2152505 22mmx.9mm thick Mtr. 205 1250 1250.00 2562506 BPC O2 Flow meter with Humidifier

BottleNo. 35 1300 1300.00 45500

7 Ward Vaccum UnitComprising of Vaccum regulator with vaccum Gauge (0076mm/hg) unbreakable Transparent collection Jar with Overflow Safety Valve 1000ML

No. 35 2250 2250.00 78750

8 Isolation Valve Down Drop Oxygen 12mm

No. 35 650 650.00 22750

9 Distribution Isolation Valve Oxygen 15mm

No. 35 1150 1150.00 40250

10 Distribution Isolation Valve Vaccum 22mm

No. 35 1750 1750.00 61250

11 Area line Alarm System for (O2/Vac) (Audio Vsual)

set 4 21000 21000 84000

12 Horizontal Bed Head PanelsBed Head Units for Current and Intensive Care, Custom Made from Anodized Aluminium with Provision of Gas Outlet. (3 feet Long)

No. 35 8500 8500 297500

13 Electrical / Mechanical Accessories for Bed Head Panels: -

a Electrical Plate (2 switch 2 socket) Anchor

set 35 550 550 19250

b Monitor Tray with slider No. 35 1600 1600 56000

c I V Hooks stands with slider No. 35 800 800 28000

d I V Pole stands with slider No. 35 800 800 28000

e Vaccum unit slider No. 35 450 450 15750

f Utility Basket SS No. 35 450 450 15750

Total = 1450350

Note: Hospital Authorities will provide the GaS Manifold from where Gas will originateThe same will be supplied to End Terminal. Gas upto the end Terminal will be Supplied by the Authorities. The vendor will provide all the connections from the site alloted to them.

DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR

Name of work : CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR.

Estimated Cost. : Rs.94.93 Lacs

Earnest Money

Time Limit for completion

:

:

Rs.1,90,000/-

6 Months

Place of opening : P.M.O/ M.S/ C.M.O, CIVIL HOSPITAL, YAMUNANAGAR

Officer in Charge Inviting Tenders : P.M.O/ M.S/ C.M.O, CIVIL HOSPITAL, YAMUNANAGAR

Tele Fax No. : …..

Email id :

INDEX

SECTION DESCRIPTION PAGE NO.

SECTION – 1 DETAILED NOTICE INVITING TENDER 3 - 9

SECTION – 2 INTRODUCTION AND INSTRUCTIONS TO THE

BIDDER 10 – 16

SECTION-3 CONDITIONS OF CONTRACT 17- 35

SECTION – 4 LIST OF APPROVED MAKES 36 – 37

SECTION – 5 PRICE BID 38 – 73

SECTION -6 ARCHITECTURAL DRAWING 74

(SECTION – 1)

DETAILED

NOTICE INVITING TENDER

DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR

TENDER DOCUMENT

NAME OF WORK: CONSTRUCTION OF ADVANCED PAEDIATRICCENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR.

NIT NO.

ISSUE TO M/S ________________________

________________________

OFFICE OF P.M.O/ M.S/ C.M.O,

Civil Hospital,YAMUNANAGAR

TENDER FOR WORKS

I/We hereby tender for execution, for P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for the work, specified in the under written memorandum within the time specified in such memorandum.

Item rates quoted in schedule of rates attached with the tender.

MEMORANDUM

(a) General Description : (As per page No. I)

(b) Estimated cost : Rs.94.93 Lacs.

(c) Earnest money (@2% of estimated cost):

(a) For Contractors : Rs.1,90,000/-

(d) Security deposit (@ 10% including earnest money) :

(e) Service / Income Tax , etc. as applicable :

(f) Time allowed for the work from the date : 6 Months

of written order to commence

I/We hereby agree to abide by and fulfil all the terms and provisions of the said conditions of contract annexed hereto as applicable, or on its default, to pay to the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR or its successor in office, the sums of money mentioned in the said conditions.

The sum of Rs. 1,90,000/- deposited vide D.Draft No._______________ Dated____________ as earnest money, the full value of which is to be absolutely forfeited to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or its successor without prejudice to other rights or remedies. Should I/We fail to commence the work specified in the above memorandum the said sum or Rs__________ shall be retained by the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR on account of the earnest money specified in, clause 1 of the said conditions of contract. Should I/We withdraw or modify the tender after the date of opening the tender, my / our earnest money shall stand forfeited to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR

Witness Signature of the contractorAddressDate _____________

The above tender is hereby accepted by me on behalf of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR

Dated : …………… P.M.O/ M.S/ C.M.O,

Civil Hospital, YAMUNANAGAR

DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR

NOTICE INVITING TENDER

NIT NO. Dated:

Sealed tenders are hereby invited for non schedules itmes on item rate basis and on %age basis of Haryana Schedule of Rates with ceiling premium as applicable at the time of opening of tender on behalf of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR for the following works to be executed at YAMUNANAGAR (Haryana) from the contractors who are approved having valid enlistment with Haryana PWD B&R/ CPWD/ Haryana Power Utilities & MES etc. or any other State Govt. or Central Govt. Authority and having specialization in Interior works.

Enquiry No.

Description of Work Est. Cost(In RS.)

Earnest Money(In Rs.)

Completio

n Period

Cost of tender

documentCONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR.

94.93 Lacs

1,90,000/- 6 Months Rs. 2000/-

TERMS & CONDITIONS:1. Request for issuance of tender form must accompany documentary evidence in support

of bidder’s capabilities/ experience as per following conditions:

a) Should have executed one similar work of same or more value during the last three years alongwith enlistment certificate and successful Completion Certificate from concerned Authority. orTwo similar works of 60% value of each of the above Estimated cost. orThree similar works of 40% value of each of the above Estimated cost.

2. The cost of tender form will be Rs.2000/- to be deposited in cash or Demand Draft in favour of “DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR” at the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR.

3. Earnest Money as specified for the above work in shape of Demand Draft in favour of “DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR” payable at YAMUNANAGAR to be deposited while applying for issuance of tender documents

4. Tender Document shall be sold from 04.03.2014 to 25.03.2014 (working days) between 10 a.m to 4 p.m from the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR. The completed tender must be submitted on or before 26.03.2014 at (3:00 PM) which shall be opened at 3:30 PM on 15.04.2014 in the presence of Bidder’s or their authorized representative, in the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR. The Tender form can also be downloaded from the National Health Mission Haryana website: www.nrhmharyana.org However the Contractor will have to deposit Rs.2000/- in shape of D.D in favour of Distt Health & Faculty Welfare Society YAMUNANAGAR while submitting the Tender Document towards the Tender document cost, failing which the tender will be rejected.

5. Telegraphic / Conditional/ e-mail tender will not be accepted.

6. If it happens to be a holiday on the date of issue, receipt & opening of tenders, then the tenders will be issued, received & opened on the next working day.

P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR

DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR

Notice Inviting Item Rate Tender

1. Sealed tenders are hereby invited for non schedules itmes on item rate basis and on %age basis of Haryana Schedule of Rates with ceiling premium as applicable at the time of opening of tender on behalf of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for the following works to be executed at YAMUNANAGAR (Haryana) from the contractors who are approved having valid enlistment with Haryana PWD B&R/ CPWD/ Haryana Power Utilities & MES etc. or any other State Govt. or Central Govt. Authority and also having specialization in Interior works.

Name of work App. Cost Earnest Money

Time Limit

CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR..

Rs.94.93 Lacs

Rs.1,90,000/- 6 Months

2. Only those agencies who have satisfactorily completed at least one similar work of same value or or two similar works of 60% value of each of the above Estimated cost or three similar works of 40% value of each of the above Estimated cost or above during the last three years can participate in the tender.

3. Earnest money amounting to Rs.1,90,000/- in shape of Demand Draft in favour of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR payable at any Bank at YAMUNANAGAR must accompany each tender and tender is to be in a sealed cover super-scribed. “Tenders for the (As per subject above).

4. Other detailed terms and conditions would be as per the detailed notice inviting tender which will be supplied with the tender documents on payment of Rs.1,000/- (cost of tender documents).

5. The sale of tender documents will be closed on 25.03.2014 (4:00 P.M).

6. Tenders will be received by the Tender Receiving Committee / P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR on 26.03.2014 (3:00 P.M) and will be opened on 15.04.2014 at 3.30 PM in the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR in presence of tenderers or their authorized agent who may like to be present.

7. Tenders should be submitted on prescribed form, which can be obtained from the office of the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR. The prescribed form contains the conditions of contract to be complied.

8. Applicant will be required to pay in cash Rs. 2000 /- or Demand Draft in favour of “DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR” (cost of tender documents) for each tender form (non-refundable).

9. Further information with regards to schedule of quantities, conditions of contract, detailed plans and specifications can be seen in the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR office during the office hours.

10. Tender should be quoted on prescribed format mentioned as “Price Bid”.11. Tender which is not on the prescribed tender form will not be considered.12. Tender form will be issued on submission of proof of enlistment and successful

completion of atleast one work of similar nature. 13. The tenderer shall initial all corrections / cuttings in his tender as regard to Item rate, time

etc. Non compliance of this condition will render the tender liable to be rejected.

14. The approval of the acceptance of tender will rest with the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR who does not bind itself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without assignment of any reason.

15. The rates of the contractors shall remain open for a period of 60 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR.

16. If any tenderer modifies or withdraws his tenders after opening of the price / financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the P.M.O/ M.S/ C.M.O,, Civil Hospital, YAMUNANAGAR .

17. No conditional tender should be given. A conditional tender is liable to be rejected out rightly at the discretion of the accepting authority. In the alternative the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the premium or rebate quoted by him without conditions. If the tenderer refuses to accept the said counter offer to do the work at the premium or rebate quoted by him without the condition within one week of the counter offer having been made by the accepting authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the same whatsoever.

18. Rate should be quoted in English or Hindi, otherwise the tender can be rejected.

19. The successful tenderer shall have to sign an affidavit to the effect that he has no relation or connection with firm/contractor blacklisted by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR /Haryana Govt./Govt. of India.

20. The earnest money deposited for the tender will not be returned to the contractor’s/firm’s till the acceptance of tender or three months, whichever is earlier.

21. Sales / Works Tax / Income Tax & Cess Charges will be deducted from the bills of contractor as per the rules/acts/instruction of the Govt. from time to time.

22. The tenderer is advised to visit the site of work, at his own cost, and examine it and its surroundings by itself and collect all information that the tenderer considers necessary for proper assessment of the prospective assignment.

23. If any information furnished by the Contractual Agency is found incorrect at a later date, he shall be debarred from tendering/taking up works in future in P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR reserves the right to verify the particulars furnished by the Contractual Agency independently.

24. The contractor (s) shall sign all the pages at the designated space. If the tender documents are not signed in the manner, specified, the tender shall be treated as invalid and rejected.

25. If the tenderer is an individual, he shall sign the tender documents above his full typewritten name with seal and current address.

26. If the tenderer is a proprietary firm, the tender documents shall be signed by the proprietor as above his full name / name of his firm with seal with its current address.

27. If the tenderer is a Limited Company or a Corporation, the tender documents shall be signed by a person duly authorized by the Company / Corporation. The Officer who will

give the power of attorney to that person for signing the tender document shall be competent to give such power of attorney in the Memorandum of Articles of Association. The tender document must accompany the copy of the power of attorney given to that person. The Company / Corporation should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

Total estimate cost Rs.94.93 Lacs

--------------------------------------------------------------------------------------------------------------------

Item No. Sub Head of estimate Rate Unit ------------------------------------------------------------------------------------------------------------

--------

------------------------------------------------------------------------------------------------------------

Committee Member P.M.O/ M.S/ C.M.O,

Civil Hospital YAMUNANAGAR

SSiiggnnaattuurree ooff tthhee TTeennddeerreerr

(SECTION –2)

INTRODUCTION AND

INSTRUCTIONS TO BIDDERS

SECTION – 2

INTRODUCTION & INSTRUCTIONS TO BIDDERS

1. GENERAL DESCRIPTION:

1.1 This invitation of bid is open to all the bidders who are currently enlisted in the appropriate category with Haryana PWD B&R / CPWD / Haryana Power Utilities & MES etc. or any State Government, Central Government, Public Sector Undertakings or any Organization and also having specialization in Interior works.

1.2 The work involves CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR.

1.3 The work is proposed to be carried out at CIVIL HOSPITAL, YAMUNANAGAR.

1.4 The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date of award of work. The contractor shall take up the construction work and will show the progress of work as per the provision of clause – II of contract documents.

2 TENDER INFORMATION

2.1 The Contractor shall visit the site and acquaint himself with the actual site conditions, access, availability of materials and other related problems under which the work has to be performed.

2.2 The Contractor shall examine all specifications, tender conditions and drawings before tendering for the works.

2.3 No extra claims made in the consequence of ignorance or misunderstanding or site conditions etc. or on grounds of insufficient description will be allowed at a later date.

2.4 The Contractor shall obtain all information relating to local regulations, bye laws, application of any and all laws relating to his work or profession. No additional claims shall be admissible on this account.

3. COST OF BIDDING

The bidder shall bear all expenses associated with the preparation and submission of his bid and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall in no case be responsible or liable for reimbursement of such expenses, regardless of the conduct or outcome of the bidding process.

4. BRAND NAMES

Brand Names specified in these documents shall be followed. In an alternative or when the brand names are not mentioned / not available an equivalent brand as P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will specify the makes to be used and his decision in this regard will be final and binding on the contractor.

5. STAMP DUTY AND LEGAL CHARGES

Whenever required under Government regulations, it shall be incumbent on the successful bidder to pay stamp duty on the Contract and legal charges for preparation of the Contract Agreement, as applicable on the date of execution of the Contract Agreement.

6. PAYMENT TERMS

The firm/agency shall submit the running bills based on the allotted rates in the manneras prescribed in the clause 8 & 9 of the contract documents (Section – 3).

BID DOCUMENTS

7. CONTENTS OF BID DOCUMENTS

A set of Bid Documents issued for the purpose of bidding includes the following sections:

SECTION DESCRIPTION

Section –1 Detailed Notice Inviting TenderSection – 2 Introduction and Instructions to the BidderSection – 3 Conditions of contractSection – 4 List of approved makes & specificationsSection – 5 Price BidSection – 6 Drawings

7.1 The bidder is expected to examine carefully all instructions, conditions, forms, appendix to bid terms specifications, annexures, schedules and specification drawings in the bid documents. Failure to comply with the requirements of bid submission will be at the bidder’s own risk. Pursuant to various Clauses of these bid documents the bids which are not substantially responsive to the requirements to the Bid Documents will be rejected.

7.2 The bidder shall be deemed to have inspected and examine the site and its surroundings and to have satisfied himself before submitting his bid as to the nature of site condition having taken into account any information in connection therewith which may have been provided by or on behalf of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR the extent and nature of work the means of communication with the access to all necessary information as to the risks, contingencies and all other circumstances influencing or affecting his bid.

8. INTERPRETATION AND CLARIFICATION OF BIDDING DOCUMENTS

Bidders shall carefully examine the Bidding Documents and fully inform themselves as to all the conditions and matters which may in any way affect the work or the cost thereof a bidder find discrepancies in or omission from the specification or other meaning, he should at once address a query to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR in writing or by fax or by E-mail:-

PREPARATION OF BIDS

9. LANGUAGE OF BID

The bid prepared by the bidder and all correspondence and documents relating to the bid exchanged by the bidder and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be written in English or Hindi Language only.

10. BID PRICE

10.1 Unless stated otherwise in the Bidding Documents the Contract shall be for the whole works as described, based on the Item Rates as quoted by bidder.

10.2 No price escalation is permissible during the entire execution of the project.

11. BID SECURITY/EARNEST MONEY

11.1 Earnest money amounting to Rs.1,90,000/- in shape of Demand Drafts in favour of Distt., Health & Family Welfare Society YAMUNANAGAR payable at any Scheduled Bank at YAMUNANAGAR must accompany each tender.

11.2 Tender which is not accompanied with the earnest money / not accompanied with full amount of earnest money depicted in the NIT shall not be considered / opened.

11.3 No interest shall be paid on any bid security / earnest money.

12. BID VALIDITY

12.1 The rates of the contractors shall remain open for a period of 60 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.

12.2 If any tenderer modifies or withdraws his tenders after opening of the price/ financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR .

13. OFFER TO COMPLY WITH BID DOCUMENTS

Bidder shall submit offers, which comply fully with the requirements of the bid documents, including the Technical specifications and Drawings.

14. FORMAT AND SIGNING OF BIDS

14.1 The original bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to bind the bidder to the Contract. Proof of authorization shall be furnished in the form of a certified copy of a Power of Attorney, which shall accompany the bid. All pages of the bid and the pages where entries or amendments have been made shall be initialed by the person or persons signing the bid.

14.2 Only one bid shall be submitted by each Bidder. No Bidder may participate in the bid of another bidder for the same Contract in any relation whatsoever. The complete bid shall be without alternations inter line additions or erasures except those in accordance with instructions issued by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or as necessary to correct errors made by the Bidder

in which case such corrections shall be initialed by the person or persons signing the bid.

14.3 All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be stated below their signatures.

15. SUBMISSION OF BIDS

15.1 Tender Document shall be sold from 03.03.2014 to 25.03.2014 from the office of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR . The completed tender must be submitted on or before 26.03.2014 (3:00 PM) which shall be opened at 3:30 PM on 15.04.2014. in the presence of Bidder’s or their authorized representative, in the office of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.

15.2 The envelopes shall indicate the name and address of the Bidder clearly to enable the bid to be returned unopened in case of necessity in accordance with the bid conditions.

15.3 No bid shall be accepted unless it is properly sealed. Bidders shall not be allowed to fill in or seal their bids at the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR office.

15.4 Bidder are requested to present the bids well in time on the stipulated due date and time so as to avoid rush at the closing hours.

15.5 If the envelope is not sealed and marked as instructed above, P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will assume no responsibility for the misplacement or premature opening of the bid submitted. A bid opened prematurely due to this cause will be rejected by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and returned to the Bidder.

15.6 The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may at its discretion extend the deadline for submission of bids by issuing an amendment in which case all rights and obligations of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and the Bidder previously subject to the original deadline shall, thereafter, be subject to the new deadline as extended.

16. LATE BIDS

Any bid received by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR after the deadline for submission of bids prescribed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will be rejected and returned unopened to the bidder.

17. P.M.O/ M.S/ C.M.O, CIVIL HOSPITAL, YAMUNANAGAR RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS.

17.1 The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR reserves the right to accept or reject any bid and to annul the bidding process and reject all bids prior to award of contract without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidder or Bidders for the grounds for the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR action.

18. NOTIFICATION OF AWARD

18.1 Prior to the expiry of the period of bid validity prescribed in the tender document. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will notify the successful Bidder by fax to be confirmed in writing by registered letter that his bid has been accepted. No further correspondence will be entertained by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR from the unsuccessful Bidders.

18.2 The issue of letter of acceptance of telegraphically or fax confirmation of acceptance of offer will constitute the formation of a Contract.

19. SIGNING OF AGREEMENT

19.1 Within one week of receipt of the letter of Acceptance/ notification of acceptance, the successful bidder shall sign the Contract Agreement.

19.2 Failing to execute the Contract Agreement within the said period may result in forfeiture of Bid security and disqualification.

P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR

SIGNATURE OF THE TENDERER WITH SEAL DATED

AFFIDAVIT

(To be submitted on Non Judicial Stamp paper)

I _____________________________ S/o Sh.____________________________

resident of _______________________________________________ Section ______________

Distt.____________________ contractor / partner / share holders (strike out the which is not

applicable) (firm or contractor) do hereby solemnly declare as under:-

1. That the person / firms black listed by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR / Haryana Govt. / Govt. of India from time to time never had any connection and interest in my business.

2. That the above said contractor / persons / firms do not have any substituting in my business and

3. That the said persons / firms are not employee of my firm and are not in any way connected with my business.

DEPONENT

WITNESS

DATED:

I do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my knowledge and belief. No part of it is false and nothing has been concealed.

DEPONENT

WITNESS

DATED:

(SECTION – 3)

CONDITIONS

OF

CONTRACT

Stereo B&R no. 28Name of the Contractor__________________________________________________________ Name of work: CONSTRUCTION OF ADVANCED PAEDIATRIC CENTRE (SNCU/PICU/NRC/DEIC) AT CIVIL HOSPITAL, YAMUNANAGAR..

_____________________________________________________________________________

DISTT. HEALTH & FAMILY WELFARE SOCIETY YAMUNANAGAR

PERCENTAGE RATE AND ITEM RATE TENDERAND

CONTRACT FOR WORKS

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF THE CONTRACTORS

1. All work proposed for execution by contract will be notified in a form of invitation to tender pasted on a P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR hung up in the office and signed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR . This form will state the work to be carried out, as well as the date for submitting and opening of tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender and the amount of the security to be deposited by the successful tender and the percentage, if any to be deducted from the bills, copies of the specification, designs and drawings, Hr. P.W.D. Schedule of rates 1988 and any other documents required in connection with the work, signed for the purpose of identification by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall also be opened for inspection by the contractors at the office of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR during office hours.

2. In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of absence of any partner, it must be signed on his behalf by a person holding a power-of-attorney authorising him to do so.

3. Any person who submits a tender shall fill up the schedule of rates attached with the tender.

4. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his duly authorised assistant will open tender in presence of any intending contractor or their authorised Agents who may be present at the time, and will enter the amount of the several tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specification and other documents mentioned in rule-1. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor making the same.

5. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR s hall have the right of rejecting all or any of the tenders.

6. The department may refuse or suspend payments on account of a work when executed by a firm or by contractor described in their tender as a firm, unless receipts are signed by all the partners, or one of the partners, or some other person produce written authority enabling him to give effectual receipt on behalf of the firm.

7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as an acknowledgement of such payment to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGARand the contractor shall be responsible for seeing that he procures receipt signed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.

8. The memorandum of work tendered for and the memorandum of materials to be supplied by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and their issue rates, shall be filled in and complete in the office of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR before the tender form is issued, if a form is issued to an intending tender without having been so filled in and completed, he shall request the office to have this done before he completes and delivers his tender.

CONDITIONS OF CONTRACT

Clause 1: The person/persons whose tender is accepted (hereinafter called the contractor) shall permit P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR at the time of making any payment to him for the work done under the contract to deduct such sums including the earnest money deposited by him amounting to 10% of all money so payable. Such deductions to be held by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR by way of security deposited. All compensation /other sums of money payable by the contractor to P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under the terms of this contract may be deducted from the security deposit or from any sums which m ay be due or may become due to the contractor by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR on any account whatsoever and in the event of his security deposit being reduced by reason of any such deduction, the contractor shall within 10 days thereafter make good in cash or P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR securities endorsed as aforesaid any sums which may have been deducted from or raised by sale of his security or any part thereof.

Clause 2: The time allowed for carrying out of work as entered in the tender shall be strictly observed by the contractor, and shall be reckoned from the date on which the order to commence work is given to the contractor. The work throughout the stipulated period of the contract shall be proceeded with all due diligence (time being deemed to be the essence of the contract on the part of the contractor) and the contractor shall pay as compensation an amount equal to one percent which the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may levy on the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains uncommenced, or unfinished, after proper dates. And further to ensure good progress during the execution of the contract shall be bound, in all cases in which the time allowed for any work exceeds one month to complete one-fourth of the whole of the work before one fourth of the whole time allowed under the contract has elapsed, one half of the work before and one half of such item has elapsed and three-fourth of the work before three-fourth of such time has elapsed. In the event of the contractor failing to comply with this condition he shall be liable to pay as compensation an amount equal to one percent which the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, may levy on the said estimate cost of the whole work for everyday that due quantity of work remains incomplete provided always that amount of compensation to be paid under the provisions of this clause shall not exceed ten percent of the estimated cost of the work as shown in the tender. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may on representation from the contractor may reduce the amount of compensation and his decision in writing shall be binding.

Clause 3: In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by instalments) the DISTT. HEALTH SOCIETY YAMUNANAGAR on behalf of the Deptt. shall have power to adopt any of the following courses, as he may deem best suited to the interests of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR .

a) To rescind the contract (of which rescission notice in writing to the contractor under the hands of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be conclusive evidence)and in which case the security deposit of the contractor shall stand forfeited, and be absolutely at the disposal of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR .

b) To employ the labour paid by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and to supply material to carry out work, or any part of the work debiting the contractor with the cost of the labour and the price of the materials (of the amount of which cost and price a certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be final and conclusive against the contractor)and crediting him with the value of the work done, in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract; the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR as to value of the work done shall be final and conclusive against the contractor.

c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his hands, and to give it to another contractor to complete, in which case any expenses which maybe incurred in excess of the sum which would have been paid to the original contractor if the whole work has been executed by him (of amount of which excess the certificate in writing to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be final and conclusive) shall be borne and paid by the original contractor and maybe deducted from any money due to him by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under the contract or otherwise from his security deposit or the proceeds of sale thereof or sufficient part thereof.

In the event of the any of the above courses being adopted by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, the contractor shall no claim to compensation for the loss sustained by reason of his having purchased or procured any material, or entered into any engagement or made any advances on account of or with a view to the execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work thereof actually performed under this contract, unless and until the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will have certified in writing the performance of such work and the value payable in respect thereof, and he shall only be entitled to be paid the value so certified.

Clause 4: In any case in which any of the person conferred upon the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR by clause-3 hereof, shall have exercisable and at the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall not withstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the contractor for past and future compensation shall remain unaffected.

In the event of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR putting in force either of the powers (a) or (c) vested in him under the proceeding clause he may, or desire, takes possession of all or any tools, plant material and stores in or upon the works or the site thereof or belonging to the contractor, or procured by him and intended to be used for the execution of work or any part hereof, paying or allowing for the same in account at the contract rates, Or in case of these not being applicable at current market rates to be certified by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR whose certificate thereof shall be final, otherwise the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may notice in written to the contractor or his clerk of the works, foremen or the other authorised agent require him to remove such tools, plant materials, or stores from the premises within a time to be specified in such notice and in the event of the contractor failing to comply with any such requisition, the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may remove them at contractor’s expenses or sell them by auction or private sale on account of the contractor if any and at his risk in all respects and the certificate of theP.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR as to the expense of any such removal, and the amount of the proceeds and expense of any such shall be final and conclusive against the contractor.

Clause 5: If the contractor shall desire an extension of the time for completion of work on the grounds his having unavoidably hindered in its execution or on any other ground, he shall apply in written to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR within 30 days of the date of the hindrance on account of which he desires such extension as aforesaid and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR/ Superintending Engineer shall, if in his opinion (which shall be final) reasonable grounds be shown thereof, authorise such extension of time, if any, as may in his opinion be necessary or proper.

Clause 5a: The contractor shall deliver in the office of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, on or before the 10th day of every month during the continuance of work covered by this contract, a return showing details of any work claimed for as extra, and such return shall also contain the value of such work as claimed by contractor, which value shall be based upon the rates and prices mentioned in the contract or in the schedule of rates enforce in the Haryana State for the time being. The contractor shall include in such monthly return particulars of all claims of whatever kind and however arising, which at the date thereof he has or

may claim to have against the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under or in respect of, or in any manner arising out of the execution of the work and the contractor shall be deemed to have waived all claims not included in such return and will have no right to enforce any such claims not so included, whatsoever be the circumstances.

Clause 6: Without prejudice to the rights of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under any clause hereinafter contained on completion of the work, the contractor shall be furnished with a certificate by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR (hereinafter called the Works-in-charge)of such completion but no such certificate shall be given nor shall the work be considered to be complete, until the contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials and rubbish, and cleaned of the dirt from all wood work, walls, floors or other parts of any building in, upon or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and the measurements in the said certificate shall be binding and conclusive against the contractor, if the contractor shall fail to comply with the requirements of this clause as to removal of scaffolding, surplus material and rubbish, and cleaning off dirt on or before the date of fixed for the completion of the work, the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may at expenses of the contractor, remove such scaffolding surplus materials and dispose off the same as he thinks fit and clean off such dirt aforesaid and the contractor shall forthwith pay the amount or all expenses, so incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except any sum actually realised by the sale thereof.

Clause 7: No payment shall be made for the work estimated to cost less than rupees one thousand till after the whole of the work shall have been completed and a certificate of completion given. But in case of works estimate to cost more than rupees one thousand, the contractor shall on submitting bill thereof be entitled to receive a monthly payment proportionate to the part thereof then approved and passed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR who sees certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate payments shall be regarded as payments by way of advance against the final payment only and not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskilful work to be removed and taken away and reconstructed or re-erected, or considered as an admission of the due performance of the contract, or any part thereof in any respect or the occurring of any claim nor shall it conclude, determine or affect in any way the power of the Works-in-charge, under the conditions or any of them as the final settlement and adjustments of accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within one month the date fixed for the completion of the work otherwise the Works-in-charge’s certificate of the measurement and of the total amount payable for the work accordingly shall be final and binding on all parties.

Clause 8: A bill shall be submitted by the contractor each month on or before the date fixed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for all work executed in the previous month and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall take or cause to be taken the requisite measurement for the purpose of having the same verified and the claim, as far as admissible, adjusted if possible, before the expiry of ten days from the presentation of the bill, if the contractor does not submit the bill within the time fixed as aforesaid, the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may depute a subordinate to measure up the said work in the presence of the contractor, whose counter signature to the measurement list will be sufficient warrant, and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may prepare a bill from such list which shall be binding on the contractor in all respects.

Clause 9: The contractor shall submit all bills on the printed forms to be had on application at the office of the Works-in-charge, and the charges or in the bills shall always be entered at the rates specified in the tender in the case of any extra work ordered in pursuance of these conditions, and not mentioned or provided for in the tender at the rates hereinafter provided for such work.

Clause 10: If the specification of estimate of the work provides for the use of any special description of materials to be supplied from the Works-in-charge’s store or if it is required that the contractor shall use certain stores to be provided by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR (such materials and stores and the price to be charged thereof as hereinafter mentioned being so far as practicable for the convenience of the contractor, but not so in any way to control the meaning or effect this control specified in the schedule, or memorandum, here to annexed), the contractor shall be supplied with such materials and stores required from time to time to be used by him for the purposes of the contract only and the value of the full quantity of materials and stores so supplied at the rates specified in the said schedule or memorandum may be set off or deducted from any sums then due, or thereafter to become due to the contractor under the contract, or otherwise, against or from the security deposit. All materials supplied to the contractor shall remain the property of the contractor, but shall not on any account be removed from the site of work without the written permission of the Works-in charge and shall at all times be open to inspection by him. Any such materials unused and in perfectly good condition at the time of completion of the contractor, shall be returned to the Works-in-charge’s store if by a notice in writing under his hand he shall so require, but the contractor shall not be entitled to return any such materials unless with such consent and shall have no claims for compensation on account of any such materials so supplied to him as aforesaid being unused by him, or for wastage in or damage to any such materials.

Clause 11: The contractor shall execute the whole and every part of the work in the most substantial and workman like manner, and both as regards materials and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully to the designs, drawings and instructions in writing pertaining to the work signed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and lodged in his office and to which the contractor shall be entitled to have access at such office or on the site of work for the purpose of inspection during office hours, and the contractor shall, if he so requires, be entitled at his own expense to make or cause to be made copies of the specifications, and of all such designs, drawings and instructions as aforesaid.

Clause 11 (a): The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall have full powers at all times to object to employment of any workman, foreman or other employee on the work by the contractor and if the contractor shall receive notice in writing from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR requesting the removal of any such man or men from the work, the contractor shall have to comply with the request forthwith.

No such workman, foreman or other employee after his removal from the works by request of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be re-employed or re-instated on the works by the contractor at any time except with the previous approval in writing of the Works-in-charge.

The contractor shall not be entitled to demand the reason from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for requiring the removal of any such workman, or foreman or other employee.

Clause 12: The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall have power to make any alterations in or omissions from additions to or substitutions for the original specifications, drawings, design, and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions which maybe given to him in writing signed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and such alterations, additions or substitutions, shall not invalidate the contract; and any altered, additional or substituted work which the contractor maybe directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work, and at the same rates as are specified in the tender for the main work. The time for the completion of the work shall be extended in the proportion that the altered, additional for the substituted work bears to the original contract work and the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be conclusive as to such proportion. And if the altered, additional or substituted work includes any class of work, for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in the schedule of rates subject to the same percentage above or below, as included in the contract, and if such class of

work is not entered in the schedule of rates, the contractor shall within seven days of the date of his receipt of the order to carry out work inform the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR of the rate which is his intention to charge for such class of work, and if the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR does not agree to this rate he shall by notice in writing, be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable, provided always that if the contractor shall commence work or incure any expenditure in regard thereto before the rates shall have been determined lastly herein before mentioned then and in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of determination of the rates aforesaid according to such rates as shall be fixed by the Works-in-charge. In the event of a dispute the decision of the Distt. Health Society shall be final.

Clause 13: It at any time after the commencement of the work the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall for any reason, whatsoever nor requires the whole work thereof as specified in the tender to be carried out the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall give notice in writing of the fact to the contractor who shall have no claim to any payment or compensation, whatsoever on account of any profit or advantage, which he might have derived from the execution of the work in full that which he did not derive in consequence of the full amount of work not having been carried out, neither shall he have any claim compensation by reasons of any alterations having been made in the original specifications, drawings, designs and instructions which shall involve any curtailment of the works as originally contemplated.

Clause 14: If it shall appear to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his subordinate in-charge of the work, that any work has been executed with unsound, imperfect or unskilful workmanship, or with materials of any inferior description, or that any material or articles provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for, or otherwise not in accordance with the contract, the contractor shall on demand in writing from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR specifying the work materials or articles complained of notwithstanding that the same may have been inadvertently passed, certified and paid for forthwith rectify or remove and reconstruct the work so specified in whole or in part, as the case may require, or as the case may be remove the materials or articles so specified and provide other proper and suitable materials or articles at his own proper charge and cost and in the event of his failing to do so within a period to be specified by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR in his demand aforesaid then the contractor shall be liable to pay the compensation at the rate of one percent on the amount of the estimate for everyday not exceeding ten days, while his failure to do so shall continue and in the case of any such failure the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may rectify or remove and re-execute the work or remove and replace with other materials, or articles complained of as the case may be at the risk and expense with other in all respects of the contractor.

Clause 15: All work undertaken in course of execution or executed in pursuance of the contract shall at all times be open to the inspection and supervision of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and his subordinates and the contractor shall at all times, during the usual working hours, and at all other times at which reasonable notice of the intention of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his subordinate to visit the works shall have been given to the contractor, either himself be present to receive orders and instructions or have a responsible agent duly accepted in writing present for that purpose. Orders given to the contractor’s agent shall be considered to have the same force as if they had been given to the contractor himself.

Clause 16: The contractor shall give not less than five days notice in writing to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his subordinate-in-charge of the work before covering in or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before same is so covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of measurement and work without the consent in writing of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his subordinate-in-charge of the work and in any work shall be covered up or

placed beyond the reach of measurement such notice having been or consent obtained. The same shall be uncovered at the contractor’s expense or in default thereof on payment or allowance shall be made for such work of the materials with which the same was executed.

Clause 17: If the contractor or his work people, or servant shall break, deface, injure or destroy any part of a building, if they may be working on any building, road, fence, enclosure or grass land, cultivated ground contiguous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress from any cause whatever or any imperfections become apparent in it within three months after a certificate original or other of its completion shall have been given by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR as aforesaid, the contractor shall make the same good at his own expense or in default the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may cause the same to be made good by other workmen and deduct the expense (of which the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be final) from any sums that maybe then or at any time thereafter may become due to the contractor or from his security deposit.

Clause 18: The contractor shall supply at his own cost all materials (except such special materials if any, in accordance with the contract be supplied from the Works-in-charge’s store, plants, tools, appliances, implements, ladder, cordage, tackle scaffolding and temporary works requisite of proper for the proper execution of the work whether original, altered or substituted and whether included in the specification or other documents forming part of the contract or referred to these conditions or not or which maybe necessary for the purpose of satisfying or complying with the requirements of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR so to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage thereof to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works and weighing and assisting to the measurement or examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR at the expense of the contractor and the expenses may be deducted from any money due to the contractor under the contract or from his security deposit. The contractor shall also provide all necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses of defence of every suit, action or order proceedings of law that may be brought by any person or injury sustained during to neglect of the above precautions and to pay any damages and cost which maybe awarded through which may with the consent of the contractor, be paid to compromise any claim by any such person.

Clause 19: No female labourer shall be employed within the limits of the cantonment.

Clause 19 (a): No labour below the age of 12 years shall be employed on the work.

Clause 19 (b): The contractor shall pay his labourers not less than the wages paid for similar work in neighbourhood.

Clause 20: No work shall be done on Sunday without the sanction in writing of the Engineer-in-charge.

Clause 20(a): In every case in which, by virtue of the provision of section 12, sub-section (1) of the Workman’s Compensation Act, 1923, P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR is obliged to compensation to workman employed by the contractor, in execution of the works P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will recover from the contractor the amount of the compensation so paid and without prejudice to the rights of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under section 12 sub-section (2) of the said act P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or any sum due by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR to contractor whether under this contract or otherwise.

P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall not be bound to contest any claim made against it under section 12, sub section (1) of the said act except on the written request of the contractor and upon his giving to the P.M.O/ M.S/ C.M.O, Civil Hospital,

YAMUNANAGAR full security for all costs for which the Board might become liable in consequence of contesting claim.

Clause 21: The contractor shall assign or sublet prior the written approval of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR. And if the contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so or if any bribe, gratuity, gift, loan, prerequisite, reward or advantage, pecuniary or otherwise; shall either directly or indirectly be given, promised or offered by the contractor or any of his servant or agents to any public officer, or person in the employment of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR in any way relating to his office or employment or if any such officer shall become in any way directly or indirectly interested in the contract, the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may thereupon by notice in writing rescind the contract and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and the same consequence shall ensure as the contract had been rescinded under clause 3 hereof, and in addition the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contract.

Clause 22: All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR without reference to the actual loss or damages sustained, and whether or not any damage shall have been sustained.

Clause 22 (a): Any excess payment made to the contractor inadvertently or otherwise under this contract on any account whatever and any other sum bound to be due to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR by the contractor in respect of this contract or any other contract or work order or on any account whatever may be deducted from any sum whatever, payable by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR to the contractor either in respect of this contract or any work order or contract or any other account by any other department of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR

Clause 23: In case of a tender by partners, any change in the constitution of the firm shall be forthwith notified by the contractor to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for his information.

Clause 24: All works to be executed under the contract shall be executed under the direction and subject to the approval in all respects of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for the time being, who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

Clause 25: No claims for payment of an extraordinary nature, such as claims for a bonus for extra labour employed in completing the work before the expiry of contractual period at the request of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or claims for compensation where work has been temporarily brought to a stand-still through no fault of the contractor, shall be allowed unless and to the extent that the same shall have been expressly sanctioned by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.

Clause 25 (a): If any question, dispute, difference or objection whatsoever arises in any way connected with or assigning out of this instrument or meaning or operation of any part thereof or the rights, duties or the liabilities of either partly, including the termination of contract by either party and correctness thereof, at any stage whatsoever, it shall be referred to arbitration to the M.D, NRHM, Haryana subject to the following conditions:

(i) That in the first instance, before referring the matter to arbitration, it shall be referred by the contractor for being settled by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR of the work at time of such reference in writing. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall convey his decision or that of the competent authority in written to the contractor within a period of 90 days from such a request in writing by the contractor. The decision given by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR of the competent

authority shall be final and binding upon the contractor except where he moves the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR in writing for reference or such a claim or dispute to arbitration within a period of 60 days of his receipt of decision of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR of the competent authority in writing. In case the contractor fails to make such a written request within the stipulated period, the decision so conveyed to him by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will be final and will not be subject matter of arbitration at all. In case the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR fails to convey his decision or that of the competent authority in writing within a period of 90 days as referred to above, the contractor may make a request to the M.D, NRHM, Haryana within 60 days of the expiry of the said 90 days to refer the matter to arbitration and same shall be referred to arbitration in the manner provided hereinafter. The work under the contract shall not be stopped and shall continue during the arbitration proceedings.

(ii) That reference of dispute or differences referred to above for arbitration to M.D, NRHM, Haryana shall be by designation. It will not be a valid objection to any such reference to the arbitration that the arbitrator so appointed is a servant of State Govt. Haryana or he had to deal with the matters to which the contract relates or that the said arbitrator has expressed his views on all or any of the matter in dispute.

(iii) That in case the arbitrator appointed initially is transferred or dies, his successor in office shall be deemed to be an arbitrator as if he had been appointed initially by the M.D, NRHM, Haryana. In case the arbitrator is unable or unwilling to act as an arbitrator for any reason whatsoever, the Director General Health Services Haryana shall be competent to appoint or nominate any other officer not below the rank of Director, NRHM, Haryana as the arbitrator and the arbitrator appointed shall be competent to proceed with the reference as if he had been appointed as the arbitrator initially.

(iv) That no person other than the one appointed by the Director General Health Services Haryana shall act as arbitrator and for any reason, it is not possible to appoint such an arbitrator the matter shall not be referable to arbitration and the parties shall be at the liberty to avail of civil remedy.

(v) That arbitrator shall give reasoned and speaking award in case of total amount allowed to either party against the other in the award exceeds Rs.25,000/- , it shall be up to the arbitrator to give a reasoned award or not. The arbitrator shall give his award against each claim separately made by either party, whether originally or as a counter claim.

(vi) That the arbitrator shall or the claims and counter claims put forward by both the parties not withstanding that any particular party got the arbitrator appointed. This shall be subject to the provisions of this arbitration clause as a whole.

(vii) In case the party invoking the arbitration is the contractor, the reference for arbitration shall be maintainable only after the contractor furnishes to the satisfaction of P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR a cash security deposit @ 3% of the total amount claimed by him. The sum so deposited by the contractor shall on the termination of the arbitration proceedings, be adjusted against the cost of any amount awarded against the contractor. The remaining amount shall be refunded to the contractor within one month from the date of the award.

(viii) That the stamp fee due on the award shall be payable by the party discretion of the arbitrator and in the event of such party failing to pay the stamp fee, it shall be recoverable from any sum due to such party under this contact or any other contract.

(ix) The venue of the arbitration shall be such a place or places as may be fixed by the arbitrator from time to time at his sole discretion.

(x) Neither party shall be entitled to bring a claim for arbitration if no move in writing for that purpose to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR has been made within 6 months:

(a) Of the date of completion of work as certified by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or

(b) Of the date of abandonment of the work or(c) Of its non commencement within 6 months from the date of abandonment or written

order by the Works-in-charge, or his representative to commence the work as applicable, or(d) Of the completion of work through any alternative agency or means after withdrawal

of work from the contractor a whole or in part and/ or its recession, or(e) Of receiving any intimation from the P.M.O/ M.S/ C.M.O, Civil Hospital,

YAMUNANAGAR that final payment due or recovery from the contractor has been determined.

Whichever of (a) or (c) above is the latest in the matter of time.If the matter is not referred to arbitration within the period prescribed above, all the rights

and claims of the parties against each, under the contract shall be deemed to have been forfeited or satisfied and barred by limitation.

(xi) That the pendency of arbitration proceeding shall not disentitle the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or the Competent Authority to determine the contract and make alternative arrangements for completion of work. This shall be subject to the liabilities of the parties toward watch other under this contract.

(xii) The arbitrator shall be deemed to have entered the preference on the day fixed by the arbitrator for the appearance of the parties from the first time. The time for making and publishing the award by the arbitrator may be extended from time to time with the mutual written consent of the party.

(xiii) Subject to the stipulation made in this clause, the arbitration proceedings, shall be conducted in accordance with the provisions of the Arbitration Act, 1940.

Note: Competent authority means M.D, NRHM, Haryana according to financial implication involved and the competency under the delegation of powers. Work-in-Charge means the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under whom the work is executed.

Clause 26: The contractor shall obtain from the stores of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR all stores and articles of European or American manufacture which maybe required for the work or any part thereof or making up articles required thereof or in connection therewith unless he has obtained permission in writing from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR to obtain such stores and articles else where. The value of such stores and articles as maybe supplied to the contractor by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will be contract to the contractor in his account at the rate shown in the schedule attached to the contract, and if they are not entered in the schedule they will be debited at cost price which for the purpose of this contract, shall include the cost of carriage and all other expenses which shall have been incurred in obtaining delivery of the same at the stores aforesaid.

Clause 26(a): No alteration in the contract rates shall be admissible in consequence fluctuation in railway freight is on account of material which is required by a contractor in the manufacture of an article to be supplied under this contract e.g. fluctuation of railway freight on coal required for burning bricks will not be taken into consideration or for an article which forms part of a finished work, for purpose of this clause. Similarly, no alteration in rates will be allowed when a manufactured article is transported by rail from place A to B from part of a finished work.

Clause 27: When the estimate on which a tender is made includes lump sum in respect of parts of the contractor shall be entitled to payment in respect of the items of work involved or part of the work in question at the same rates as payable under this contract for such items, or if the work in question at the same rates as payable under this contract for such items, or if the work in question is not in the opinion of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR capable of measurement, the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may at his discretion pay the lump sum amount entered in the estimate and the certificate in writing of the

P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be final and conclusive against the contractor with regard to any sum or sums payable to him under the provision of this clause.

Clause 28: In the case of any class of work for which there is no such specification as is mentioned in rule 1, such work shall be carried out in accordance with the district specifications and in the event of there being no district specification, then in such case the work shall be carried out in all respects in accordance with the instructions and requirements of the in-charge.

Clause 29: The expression “work” or “works” where used in these conditions shall unless there be something either in the subject or context repugnant to such conditions be constructed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional.

Clause 30: The percentage referred to at page 3 of the tender will be calculated on the gross amount (value of finished work including cost of materials whether purchased from Government or direct) of (1) the items of works to which the rates in the tender apply and also (2) the terms of work for which rates exist in the schedule of rates of the district.

Clause 31: The terms and conditions of the agreement have been explained to me/us and I/we clearly understand them.

Clause 32: The schedule showing material to be issued by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, Additional conditions, Haryana Public Works Department contractor’s labour regulations, fair wage clause and rule for the protection of Health & sanitary arrangements for works employed by Hr. P.W.D. or its contractors, shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

Special note:- In case material is issued by the department, necessary recovery thereof shall

be made from the contractor’s bill.

ADDITIONAL CONDITIONS

1. The tender shall be complete in all respects and should be written in an unambiguous language. The tender should also be in conformity with specifications. The clarification, addition/ alteration etc. given by the tenderer after the date and time of opening of the tender will not be entertained.

2. The rates quoted for each item should be indicated in figures as well as in words in such a way that interpolation is not possible. The tenderer shall initial all corrections/ insertions and sign all pages of his tender including specifications and drawings. Non- compliance of this condition may tender it liable to rejection.

3. The rates given herein for work complete in all respects inclusive of royalty, octroi, terminals, sales and other taxes including those payable in respect of the materials supplied by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR. P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR to the contractor for the execution of the work covered by this contract, water charges cost of scaffolding, tools or other things used for the execution of the contract.

4. Tendered rates should be quoted keeping in view that the offer shall remain valid and open up to three months from the date of opening of tender. No fluctuation in market rates from the date of opening of tender shall be considered valid and neither any claim on this account will be entertained.

5. No tender shall be considered unless accompanied by the earnest money in shape of Cash/ Pay order/ Demand Draft on any scheduled bank. Cheques submitted in lieu of earnest money will render tender invalid.

7. Any tenderer who imposes any condition after the opening of the tender may make his tender invalid and may also render himself liable for the forfeiture of earnest money.

8. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR reserve the right to delete any items from the contract as well as from the comparative statement while comparing the estimate as well as with other tenders for which the department feels that the rates have been tendered on the higher side.

9. On acceptance of the tender, the name of the authorised representative (s) of the tenderers who would be responsible for taking instructions from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and making compliance shall be communicated in writing with his signatures duly attested by the tenderers.

10. The tenderer whose tender is accepted will be required to affix non judicial stamp on

face of agreement from or attach non judicial stamp valuing Rs.15/ as required under the Indian

Stamp Act.

11. The completion period will be reckoned from the date of layout at site.

12. In the event of non supply of materials in time, contractor shall plan the employment of labour accordingly for which no claim will be considered and decision of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR in this regard will be final and legally binding, if any dispute arises.

13. In case the work is delayed due to non-availability of any controlled commodity, the contractor may only be entitled to extension of time and any claim for delay will be rejected.

14. No claim on account of fluctuation of price due to war or any cause shall be entertained. No claim for any labour having been rendered idle on account of stoppage of work or any other reason shall be entertained subject to the provision of general clause 25.

15. The contractor shall be responsible for making his own arrangement for properties of Licenses for materials including cement, iron and steel.

16. The contractor shall be responsible for any loss/ damage to the materials after they are issued from the departmental stores and directly charged to work.

17. 10 % security will be deducted from all the bills. The said security will be refunded after three months of completion of work and finally accepted by P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.

18. Extra items if any which are not include in the contract, will be paid at the rates contained in Haryana schedule of rates 1988 plus/ minus the tendered premium/ abatement where the rates for non agreement items does no exist in the said schedule of rates, the rates shall be determined by analysis and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR (Works-in-charge) will sanction the rates provided the total amount of all such items under one contract is within his competency to accord technical sanction. When the total amount of all such items under one contract exceeds his financial limit he shall refer the matter to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR who will sanction the rates if total amount of all such items including those already sanctioned by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR is within his power to accord technical sanction, otherwise the matter will be referred to the Chairman P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR who has full powers to sanction such rates.

19. The water tightness of the tank is major responsibility of contractor. In case there is any leakage the same will have to be set right by the contractor at his cost. Nothing extra will be allowed. Final payment will only be allowed after successful working of the work.

20. No pits should be dug or taking earth in any land (whether or not) situated within a radius of one hundred yards from the building site and also beyond that without the prior approval of the Works-in-charge. In case of non compliance with the provision, the contractor shall be liable to pay such compensation as may be fixed by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR and the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall without prejudice to rights and remedies be entitled to deduct the amount so fixed from the amount due to the contractor from the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR under this or any other contract or any account whatsoever.

21. All wood work or aluminium work viz. doors, windows and other joinery works etc. to be used for the work shall be put by the contractor for inspection and approval of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR or his representative before putting in position, any of these items used without the prior inspection and approval of the Engineer-in-charge, shall be liable for rejection and their use shall be disallowed. No claim for dismantlement or removal of such rejected materials shall be entertained.

22. The contractor shall have to abide by the rules and regulations of the fair wage clause and P.W.D contractor labour regulations, etc. rigidly.

23. The contractor shall be responsible for the housing, sanitation and medical treatment of the labourers employed by him and shall carry out in these respects all rules framed on the subject

24. The amount and the quantity of work can be increased/ decreased to the extent of plus minus 25% according to requirement of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR. No claim whatsoever in cost of decreased work will be entertained. However, for the increased work, the payments will be made as per approved rates.

25. The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR reserves option to take away any items of work or part thereof at any time during the currency of the contract and reallot it to another agency with due notice to the contractor without liability/ compensation.

26. The work shall be carried out strictly as per Tender Specifications/ Haryana P.W.D Specification latest edition including correction slip issued from time to time. The other provisions of the tender notice, specifications of the estimate and instructions of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall also be applicable and binding on the contractor. In case of dispute on any point, the decision of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall be final and legally binding on the contractor.

27. All work executed shall be paid for according to measurement taken by and under the order of the officer-in-charge of the work and according to the quantity given in any estimate.

28. (1) the contractor shall be responsible for loss/ damages to any materials issued to him by the department from any cause whatsoever.( In case the material such as cement, steel or any other commodity issued to the contractor by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR for use directly on the aforesaid work or in the manufacture of material required in connection therewith is not utilized for the purpose for which it is issued and is otherwise disposed off by him or spoiled, or lost or allowed to get deteriorated or used in excess of the quantity actually required to be used as per specification herein stipulated of those fixed by the Engineer-in-charge, the cost of such quantity of that materials shall, without prejudice to other rights and remedies available to Govt. be recoverable from the contractor at double the rate at which in it is agreed to b supplied to the contractor.)

29. Income tax/ sales tax will be deducted from the bill of the contractor as applicable according to section 194-C, of the Income Tax 1961 and instructions from time to time

30. It is presumed that contractor has made himself thoroughly conversant with the drawing specification and site conditions before tendering for the work and no claim whatsoever shall be entertained on this account.

31. Unless there is something repugnant in the subject or contrary appears from the context or except to the extent that they are modified by the above conditions, the general rules and directions for guidance of contractors as well as conditions of contract on the printed form F-1 for work shall apply.

32. All the material brought at site of work by the contractor for bonafide use in the work shall be in accordance with the Tender specifications. P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will get the material tested as per PWD specifications and/ or as per relevant IS specifications. The sampling of the material will be done as per relevant PWD/ IS specifications. The cost of testing will be borne by contractor.

33. If any contractor fails to commence the work or does not complete the work and work has to be put to retendering, the deptt. shall without pre-judice to any other right or remedy, be at liberty to forefit the deposit amount of earnest money/security deposit and shall retain each payment/ earnest money/security deposit amount due to the contractor and from any of the work under execution in the division to make good the amount of risk and cost involved, he shall stand debarred from issue of tender by the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR will render himself liable for black listing.

34. The earnest money will be forefeited in case where it is discovered at any stage before and even during the currency of work, if allotted to the contractor, that he has made misleading or false statements in order to get the work allotted. This would be in addition to and without prejudice to the right of the department to take any other legal action against the contractor.

35. In addition to penalties for breach of contract, a contractor will render himself liable for black listing. In case where the agency who purchased the bid documents but does not submit his bid without any valid and sufficient reason.

36. The Contractor shall stand guarantee for the time period offered by the original manufactures from the date of handing over of the completed work for the equipment/ fixtures or any other Mechanical & Electrical / Electronics items supplied and installed under the scope of work for free replacement against any defects.

FAIR WAGES CLAUSE (REFERRED IN CLAUSE-32)

a) The contractor shall pay not less than fair wages to labour engaged by him on the work explanation. Fair wage whether for time or piece work modified at the time of inviting tenders for the work and where such wages have not been notified, the wages prescribed by the Chief Engineer, Building and Roads Branch, Haryana, Chandigarh for the district in which the work is done.

b) The contractor shall not withstanding the provisions of any agreement to the contrary, caused to be paid fair wages to labourers, indirectly engaged by him on the work including any labour engaged by his sub-contractors in connection with the said work, as if the labourer had been directly employed by him.

c) In respect of all labour directly or indirectly employed on the works for the performances of the contractor’s part of this agreement the contractor shall comply with or cause to be complied with the Haryana PWD. Contractor’s labour’s regulations made by government from time to time in regard to payment of wage period deductions from wages recovery of wages not paid and deductions unauthorisedly made maintenance of wage book, wage slip, application of wages and other terms of employment inspection and submission of periodical returns and all other matters of alike nature.

d) The P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR shall have the right to deduct from the moneys due to the contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract for the benefit of the workers. Non payment of wages which are not justified by the item of contract or for non observance of the regulations referred to in clause (‘c’).

e) Vis-à-vis the Haryana Government, the contractor, shall be primarily liable for all payments to be made under and for the observance of the regulation aforesaid without prejudice to his right to claim indemnity from his sub-contractors.

f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.

It will be the responsibility of the contractor to ensure that tree in the composite and the facility, their fruits, etc. are not damaged by his labour or Agent. Cost of such damage if any will be assessed at the discretion of the in charge and deducted from the bill of contractor.Amount of work can be increased or decreased according to the requirement of the department and claim on this account will be entertained.The contractor shall be responsible to provide at his own cost the following amenities for the labourers employed by him.1) Suitable temporary hut accommodation as in the opinion of the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR may be necessary.2) Trenches, latrines, bathing enclosures and platform separately for men and women and their cleanliness to the satisfaction of medical officer in-charge.

In the event of his failure to provide any of these amenities the same shall be provided by the Govt. and cost recovered from the contractor. Any dispute regarding the above points shall be settled by the officer in charge whose decision will be binding.Should the tender without modifying of the tender opening of the tender, his earnest money shall stand forfeited to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR.In case the contractor is not registered with the Excise and Taxation Department as a dealer, necessary recovery on account of sales tax in respect of materials issued to him of the department, be made from the dues by the Engineer in charge.The contractor will be required to submit to Labour Welfare Officer/ P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR, on the tenth of every month a return on the prescribed

form for the payment to wages under the fair wage clause. The failure of the contractor to do so will be considered as breach of the contract and will be dealt with as such.

CONTRACTOR’S LABOUR REGULATION (REFERRED TO IN CLAUSE-3)

SHORT TITLE: The regulation may be called Punjab Public Works Department Contractor’s Labour Regulations.

DEFINITIONIn these regulations, unless otherwise expressed, or indicated the following words and expressions shall have the meaning hereby assigned to them respectively, that is to say:

(i) “Labour” means workers employed by a public works department contractor directly or indirectly through a sub-contractor or other persons or by an agent on his behalf

(ii) Fair wages means, whether for item or piece work, notified at the time of invitingtenders for the work and where such wages have not been notified the wages prescribed by the Public Works Department for the district in which the work is done.

(iii) Contractor shall include every person whether a sub-contractor or headman or agent employing labour on the work, taken on contract.

(iv) “Wages” shall have the same meaning as defined in the payment of wages act, 1963 and includes time and piece rate wages.

(v) Display of notice regarding wages to:The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clean and legible condition in conspicuous places on the work notice in English and in the local language spoken by the majority of the workers, give the fair wages notified or prescribed by the P.W.D and hours of workers for which wages are earned.

PAYMENT OF WAGES:

1. Wages due to every worker shall be paid to him direct.2. No wages shall be paid in current coins or currency or in both.

FIXATION OF WAGE PERIODS:

1. The contractor shall fix the wage periods in respect of which the wages shall be payable.2. Wage period shall not exceed one month.3. Wages of every workman employed on the contract shall be paid before the expiry of

seven days after the last day of the wages period in respect of which the wages are payable.

4. When the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be paid before the expiry of the day succeeding the one on which his employment is terminated.

5. All payment of wages shall be made on a working day.6. Wages register and wages slip, etc.

1. The contractor shall maintain a wage register of each worker in such a form as may be convenient but the same shall include the following particulars:-

a) Rate of daily or monthly wagesb) Nature of work for which employedc) Total amount of day work during each wage period.d) Total amount payable for the work during each wage periode) All deductions made from the wages with an indication in each case of the

ground for which the deduction is made.

2. The contractor shall also maintain a wage slip for each worker employed to work.

3. The authority competent to accept may grant exemption from the maintenance of wage book and wage slips to a contractor who in his opinion may not directly or indirectly employ more than 100 persons on work

7. Fine and deductions which maybe made from wages:1. The wages of worker shall be paid to him without any deduction of any kind except

the following:a)Finesb) Deductions for absence from duty i.e. from the place where by the

terms of his employment is required to work The amount of deduction shall be in proportion to the period for which he was absent.

c) Deduction for damage to or loss of goods, expressly, entrusted to the employed person or custody, or for loss of money for which he is required to account, where such damage or loss is directly attributable to his neglect or default.

d) Any other deductions, which the P.W.D may from time to time allow.2. No fine shall be imposed on a worker and no deduction for damage or loss shall

be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

3. The total amount of fines which may be imposed to any wages period on a worker shall not exceed an amount equal to half an anna in a rupee of the wage payable to him in respect to period.

4. No fine imposed on any worker shall be recovered from him by installments, or after the expiry of 60 days from the date in which it was imposed.

8. Register of fines etc:1. The contractor shall maintain a register of fine and of all deductions for damage or

loss. Such a register shall maintain the reason for which fine was imposed or deduction for damage or loss was made.

2.The contractor shall maintain both in English and local Indian language, clearly defining the acts and commissions for which penalty or fine can be imposed. He shall display such list and maintain it in a clean legible condition in conspicuous place on a work.

9. Preservation of registersThe wage book, the wage slips and the Register of fines, deductions required to be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them.

10. Power of Labour Welfare Officer to make Investigation EnquiryThe labour welfare officer or any person authorised by the Haryana government on their behalf

shall have powers to make enquiries with a view to ascertaining and enforcing due and proper

observance of the fair wage clause and provisions of these regulations. He shall be investigating

into any complaint regarding the default made by the contractor or the sub-contractor in regard to

such provision.

11. Report of Labour Welfare OfficerThe labour welfare officer or any other person authority aforesaid shall submit a report of the resultof his investigation or enquiry to the P.M.O/ M.S/ C.M.O, Civil Hospital, YAMUNANAGAR concerned, indicating the extent if any to which the default has been committed and the amount of fine recoverable in respect of the acts of the omission or the labour with a note that necessary deduction from the contractor will be made and the wages and other dues be paid to the labour.

12. Appeal against the decision of Labour Welfare OfficerAny person aggrieved by the decision and recommendation of the Labour Welfare Officer or other person so authorised may appeal against such decision to the Regional Labour Commissioner

but subject to such appeal, the decision of the Officer shall be final and binding upon the contractor.

13. Inspection of registers & cardsThe contractor shall allow inspection of the registers and cards to any of his workers or his agent at a convenient time and place after due notice is served or to the Labour Welfare Officer or any other person authorised by the Haryana Government on his behalf.

14. Submission of returnsThe contractor shall submit periodical returns as may be specified from time to time.

15. AmendmentsThe Haryana Government may from time to time add or amend these regulations on any question as to time, application, interpretation or effect of these regulations. The decisions of the Labour Commissioner of Haryana Government or any other person authorized by the Haryana Government in that behalf shall be final.

(SECTION – 4)

LIST

OF

APPROVED MAKES

&

SPECIFICATIONS

SECTION -4LIST OF APPROVED MAKES

S.NO ITEM MAKE

1 TEXTURE PAINT SPECTRUM / ULTRATECH / HERITAGE

2 PLASTIC EMULSION ASIAN / DULUX

3 GLASS ATUL / TRIVENI / MODI / SAINT IS: 7245 GOBAINS

4 ALUMINIUM SECTIONS FOR DOORS / WINDOWS JINDAL / HINDALCO

5 PRELAMINATED BOARD PARTICLE BOARD ARCHID / GREEN LAM / CENTURY

6 COMMERCIAL BOARD / PLYBOARD ARCHID / GREENLAN / MAYUR / CENTURY

7 VENEERS & LAMINATES ARCHID / GREENLAN

8 LOCKS GODREJ / ACME

9 METAL PERFORATED CHAIRS GODERJ / GEEKEN

10 REVOLVING COMPUTER CHAIRS GODREJ / GEEKEN

11 VITRIFIED TILES KAJARIA / SOMANY / ORIENT / JOHNSON / RAK

12 ANTI SKID TILES KAJARIA / SOMANY / ORIENT / JOHNSON / RAK

13 WALL TILES KAJARIA / SOMANY / ORIENT / JOHNSON / RAK

14 ROLLER BLINDS VISTA or equivalent

15 HYDRAULIC FLOOR SPRINGS DORMA or equivalent

16 HYDRAULIC DOOR CLOSER DORMA or equivalent

17 STAINLESS STEEL SINK NIRALY or equivalent

18 WASH BASIN with Pedestal HINDWARE / PARRYWARE / CERA

19 C.P. PILLAR COCK (Elbow operated) JAQUAR / KOHLER / CERA/ EXCEL

20 ELECTRICAL FITTINGS / WIRING HAVELS / LEGARD

21 SPLIT ACs VOLTAS / SAMSUNG / LG

22 STABIIZER for Split ACs V-GUARD or equivalent

23 CCTV BOSCH / PELCO / HONEYWELL

24 FIRE ALARM SYSTEMS BOSCH / MOTIFIER / JOHNSON

25 PUBLIC ADDRESS SYSTEM BOSCH / ELECTROVOICE / JBL / CROWN / VALRACK / COMRACK

(SECTION –5

PRICE BID