north bengal state transport corporation cooch...
TRANSCRIPT
NORTH BENGAL STATE TRANSPORT CORPORATION
NOTICE INVITING e-TENDER NO:
(E
Memo No.4179/NBSTC/XXI/F-171/17
The Managing Director, NBSTC, Cooch invites e
below.(Submission of through online)
Sl.
No
.
Name of Work
1 Maintenance & renovation with
face lifting including S&P and
electrical works, major
maintenance of boundary wall
& gates of Tenzing Norgey
Central Bus Terminus of NBSTC
at Siliguri.
1.The earnest money mentioned in the above table
Director, NBSTC, P.O. & Dt. CoochBehar, PIN 736101
payable at CoochBehar drawn in favour of “North Bengal State Transport Corporation.” The bidders are
required to e-file/uploaded the scan copy of the DD and
address mentioned above before the date opening of Technical bid.
2.Both Technical Bid and Financial Bid should be submitted duly digitally signed by the Tenderer through
the website wbtenders.gov.in
3. North Bengal State Transport Corporation does not ta
non-availability of Internet connection, Internet traffic jam etc. for the online bids.
4. Any contractor willing to take part in the process of e
with the Government e-Procurement system, through logging on to https://etender.wb.nic.in (the web portal
of public works department) the contractor is to click on the link for e
portal.. 5. Each contractor is required to obtainthe approved service provider of the National Information’s Centre (NIC) on payment of requisite amount details are available at the Web Site stated in Clause 2 of Guidelines to Tenderer Token. 6. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 7. A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for that job.
NORTH BENGAL STATE TRANSPORT CORPORATION
COOCH BEHAR
NO:- NBSTC/19 / CONSTN. (C) /TNCBT/ SILIGURI
(E-Procurement) (Two Cover System)
(TWO COVER SYSTEM)
NBSTC, Cooch invites e- tender for the works detailed in the table
Value put to
Tender
(Rs.)
Earnest Money
@ 2% of Amt.
put to tender Eli
gib
ilit
y o
f
Co
ntr
ac
71,12,494.00
1,42,250.00
See Clause
10&18
1.The earnest money mentioned in the above table must be submitted into the office of the Managing
Director, NBSTC, P.O. & Dt. CoochBehar, PIN 736101 in the form of demand draft from any Nationalized Bank
payable at CoochBehar drawn in favour of “North Bengal State Transport Corporation.” The bidders are
file/uploaded the scan copy of the DD and physically submit the DD in original at the
address mentioned above before the date opening of Technical bid.
2.Both Technical Bid and Financial Bid should be submitted duly digitally signed by the Tenderer through
3. North Bengal State Transport Corporation does not take any responsibility for the delay caused due to
availability of Internet connection, Internet traffic jam etc. for the online bids.
Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered
Procurement system, through logging on to https://etender.wb.nic.in (the web portal
of public works department) the contractor is to click on the link for e-Tendering site as given on the web
5. Each contractor is required to obtain Digital Signature Certificate (DSC) for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of requisite amount details are available at the Web Site stated in Clause 2 of Guidelines to Tenderer
The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode
7. A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for
NORTH BENGAL STATE TRANSPORT CORPORATION
SILIGURI/2017- 2018
Dated: 10 /08 /2017
tender for the works detailed in the table
Co
ntr
ac
tos
Time for
completion of
the work
See Clause
&18
270days
(two hundred
seventy days)
must be submitted into the office of the Managing
in the form of demand draft from any Nationalized Bank
payable at CoochBehar drawn in favour of “North Bengal State Transport Corporation.” The bidders are
physically submit the DD in original at the
2.Both Technical Bid and Financial Bid should be submitted duly digitally signed by the Tenderer through
ke any responsibility for the delay caused due to
availability of Internet connection, Internet traffic jam etc. for the online bids.
Tendering will have to be enrolled & registered
Procurement system, through logging on to https://etender.wb.nic.in (the web portal
Tendering site as given on the web
Digital Signature Certificate (DSC) for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of requisite amount details are available at the Web Site stated in Clause 2 of Guidelines to Tenderer DSC is given as a USB e-
The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode
7. A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for
(2) 8)The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ) the contractor is to quote the percentage rate (Presenting Above / Below / At per) online through computer in the space marked for quoting rate in the BOQ. 9)Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by
the contractor.
10.Eligibility criteria for participation in tender: i) Credential for completion of at least one similar nature of work in PWD, CPWD, Irrigation, MES, Railway, and
Quasi Govt. statutory bodies under State/Central Govt. having a magnitude of 40% (forty percent) of the Estimated Amount put to this Notice Inviting e-Tender during the last 5 (five) years prior to the date of issue of this NIT is to be furnished. Completion Certificate indicating Estimated Amount, Value of work-done, Date of completion of the work and detail communicational address along with contact number of the Client should be submitted by the Tenderer. [Non-statutory Documents] ii)All categories of prospective Tenderers shall have to submit Professional Tax (PT); up-to-date Professional Tax deposit receipt challan; up-to-date Professional Tax payment certificate; Valid Pan Card ; Trade License; Voter ID Card ; ITR for latest assessment year; Goods and Service Tax (GSTIN)
Registration certificate along with Identification Number under GST Act 2017; [Non-statutory Documents] Tax invoice(s) needs to be issued by the supplier for raising claim under the contract showing
separately the tax charge in accordance with the provisions of GST Act 2017 iii)The partnership firm shall furnish the Registered Partnership Deed and the Company shall furnish the Article of Association and Memorandum. [Non-statutory Documents] iv)Registered Un-employed Engineers’ Co-operative Societies / Labour Co- operative Societies are required to furnish the following documents:-[Non-statutory Documents] a)Current “No-Objection Certificate” from the Assistant Registrar of Cooperative Societies.
b)Bye-laws duly approved by the Assistant Registrar of Co-operative Societies.
c)Name with address and signature of the present Board of Directors of the Cooperative Society.
d)Minutes of last Annual General Meeting and Audit Report of the Co-operative Society with the evidence
of submission of the same to the concerned Authorities. v)The prospective tenderers or any of their constituent partner shall neither have abandoned any work nor any of their contract have been rescinded during the last 5 (five) years. Such abandonment or rescission will be considered as disqualification towards eligibility. vii) Joint Ventures will not be allowed.
viii)No conditional / Incomplete Tender will be accepted under any circumstance. ix) Electrical Supervisor's Certificate of Competency issued by the Licensing Board. 11)All the related documents are to be produced IN ORIGINAL and attested(self attested will be accepted)
photo copies of all the related documents are to be submitted to this office in case of lowest Tenderer. 12) Bid shall remain valid for a period not less than 120 (one hundred twenty) days after the dead line date for Financial Bid / Sealed Bid submission. Bid validity for a shorter period shall be rejected by the Tender Accepting Authority as non-responsive. If any tenderer withdraws his offer before Bid validity period without giving any satisfactory explanation for such withdrawals, he may be disqualified for submitting tender for work under North Bengal State Transport
Corporation for minimum period of 1 (one) year and legal action will be taken against him.
(3)
13). The Tenderer, at the Tenderer’s own responsibility and risk is encouraged to visit and examine the site of works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for the work as mentioned in the Notice Inviting Tender. The cost of visiting the site shall be at the Tenderer’s own expense. 14). The intending Tenderers shall clearly understand that whatever may be the outcome of the present Invitation of Tender, no cost of Tendering shall be reimbursable by the Department. The Managing Director of North Bengal State Transport Corporation reserves the right to reject any Tender or all Tenders without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Tenderer at any stage of Tendering. 15). Before issuance of the work order, the Tender Accepting Authority may verify the credential and other documents of the lowest tenderer if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufactured or false, in that case work order will not be issued in favour of the tenderer under any circumstances and legal action will be taken against him. 16)The eligibility of a Tenderer will be ascertained on the basis of the documents submitted by a Tenderer in support of eligibility criteria. If any document submitted by a Tenderer is incorrect / manufactured / fabricated or false, his Tender will be out rightly rejected at any stage and legal action will be taken against him with forfeiture of earnest money forthwith.
17) In the event of the tender being submitted by a firm, it must be signed by a member or members of
the firm having legal authority to do so, and if called for, legal documents in support thereof must
be produced for inspection and same in case of firm carried out by one member of a joint family, it
must disclose that the firms duly registered under the Indian Partnership Act. Any tender document
signed by a member not holding a power of attorney shall be treated informal. Certified copy of legal
document must be submitted by the tenderer whose tender is finally accepted.
18)Technical proposal The Technical proposal should contain scanned copies of the following further two covers (folders) and documents are to be uploaded virus scanned & Digitally Signed by the contractor. The DD towards earnest money (EMD) as prescribed in the NIT against each of the serial of work is to be submitted physically in original at the address mentioned in the clause no-1 above before the date opening of Technical bid.
a) Statutory Cover Containing i) Prequalification Application. ii) Scan copy of Demand Draft towards earnest money (EMD) as prescribed in the NIT against
each of the serial of work in favour of “North Bengal State Transport Corporation.” iii) Eng.Form No:-1 & NIT (Download and upload the same Digitally Signed). Quoting rates,
will only encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in Eng.Form No:-1 the tender liable to summarily rejected.
iv) Special Terms, condition & specification of works.
b)Non statutory Cover Containing i) Professional Tax (PT), up-to-date Professional Tax deposit receipt challan, up-to-date
Professional Tax payment certificate, Valid Pan Card ; Trade License; Voter ID Card ; ITR for latest assessment year, Goods and Service Tax (GSTIN) Registration certificate along with Identification Number under GST Act 2017; Tax invoice(s) needs to be issued by the supplier for raising claim under the contract showing separately the tax charge in accordance with the provisions of GST Act 2017
ii) Registration Certificate under Company Act. (If any)
iii) Registered Deed of partnership Firm/ Article of Association & Memorandum. iv) Power of Attorney (For Partnership Firm/ Private Limited Company, If any) v) Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss A/c for the last
three years (year just preceding the current Financial Year will be considered as year – 1) duly certified by the Chartered Accountants.
vi) Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op (S) (ARCS) Bye Laws are to be submitted by the Registered labour Co-Op (S) Engineers’ Co.- Opt.(S)
(4)
vii) Credential for completion of at least one similar nature of work under the authority of state /
central Govt. statutory bodies under State/Central Govt. constituted under the statute of the state/ state Govt. having a magnitude of 40 (Forty) percent of the Estimated amount put to tender during the last 5 (five) years prior to the date of issue of this NIT is to be furnished.(Ref. Cl. No. 10 (i) of this NIT. Scanned copy of Original Credential Certificate as stated in 10 (i) of NIT.
viii) List of technical Staffs ( ref. clause no 46. Authenticated documents in respect of qualification and engagement shall be furnished)
ix) Blank “Letter Head” of the Agency. x) Electrical Supervisor's Certificate of Competency issued by the Licensing Board.
Note:- Failure of submission of any of the above mentioned documents (as stated in a & b) will render the tender liable to summarily rejected for both statutory & non statutory cover.
19)Financial proposal i) The financial proposal should contain the following documents in one cover (folder) i.e. Bill
of quantities (BOQ) the contractor is to quote the percentage rate (Presenting Above / Below / At per) online through computer in the space marked for quoting rate in the BOQ.
ii) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor.
20)Rejection of Bid The Employer (tender accepting authority) reserves the right to accept or reject any Bid and to cancel
the Bidding processes and reject all Bids at any time the prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s (tender accepting authority) action.
21)Tender document will be open by the Managing Director, North Bengal State Transport Corporation or his authorised representative electronically from the web site using their Digital Signature Certificate.
a). The pre-qualification (Technical Bids) documents alone will be opened first. If there is any
deficiency in the documents the tender will summarily be rejected.. b). Name of Technical qualified bidders will be displayed in the portal and this office notice board
subject to completion of verification and technical evaluation.
Pursuant so scrutiny & decision of the Managing Director, North Bengal State Transport Corporation
the summary list of the eligible tender & the serial number of work for which their proposal will be
considered will be uploaded in the web portals.
22)The Financial bid document of the technically qualified bidders will be opened for evaluation and
selection of qualified bidders and the bid documents of non-qualified will remain unopened. No separate
intimation will be given for this, unless the above date is changed. In case of change of date, intimation will
be given online. No individual intimation will be given. 23). All Tenderers are requested to be present at the Office of The Managing Director ,Paribahan Bhawan,North Bengal State Transport Corporation,CoochBehar, during opening of the Tender to observe the tender opening procedure. The Managing Director, North Bengal State Transport Corporation may call Open Bid/Seal Bid after opening of the said tender to obtain the suitable rate further, if it is required. No objections in this respect will be entertained raised by any Tenderer who will be absent at the time of opening of Tender. No informal tenderer will be entertained in the Bid further. 24)A Bid for which quoted percentage rate, is lower than 15% of the provided price schedule rate, the bid will be considered as unbalanced bid. Additional performance secuirity for unbalanced bid has to be deposited at the time of executing formal agreement @ 2 % of the tendered amount 25)The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter/ Letter of Acceptance. 26) Work Order or any bill (running account/ final) payment of proposed executed work will be Dependent
on availability of fund. Intending tenderers may consider this criteria while submission of Tender and
quoting their rates.
(5) 27)The successful Tenderer who deposited Earnest Money @ 2% (two percent) of the amount put to the Tender, balance of necessary 10% (ten percent) Security Deposit shall be realized by recovering from the progressive bill @ 8% (eight percent) of the amount of each such bill. 28). Labour Welfare CESS @ 1% (one percent) of the cost of construction works will be deducted from every Bill of the selected agency. GST , Royalty & all other statutory levy / CESS will have to be borne by the contractor as per Government Rules.
29) Deduction of Tax shall be made as per provision of the prevailing Act with up to date amendments. 30)The Agency will be liable to maintain the work at working portion at the appropriate service level to the satisfaction of the Engineer-in-Charge at his own cost for a period of Security Period from the date of completion of the work. If any defect/damage is found during the period as mentioned above, the Agency shall make the same good at his own cost. Failure to do so, penal action against the Agency will be imposed by the Department as deem fit. The Agency will have to quote his rate considering the above aspect. Also the Prospective Tenderers shall have to execute the work in such a manner so that appropriate service level of the work is kept during progress of work and the period of Security Period from the date of successful completion of the work to the entire satisfaction of the Engineer-in-Charge may be considered towards release of “Security Deposit”with out any interest.
31)The performance security will be repaid to the agency as per rules. 32)In case of ascertaining Authority at any stage of application or execution of work, necessary registered power of attorney is to be produced.
33)Contract, documents shall consist of the followings and contractors will have to submit one copy of
each of the same along with their tender duly signed by them, without which tenders are liable to
rejection :
i) Pre-qualification application
ii) NIT
iii)Eng.Form No:-1,
iv) Special Terms & Conditions and Specification,
v)Specific Priced Schedule/BOQ of probable items with approximate quantities/Schedule of rate
of Probable Items with approximate quantities,.
vi)P.W.D printed Schedule of Rates for Building Works, Road Works, Carriage/Sanitary & Plumbing, Electrical
Works, as the case may be, in force in the area under consideration on the date of opening of the tender, with its
corrigenda and addenda.
This may hereinafter be referred as the Circle Schedule.
N. B.— Item No. (vi) .need not be attached with the tender during submission of tenders but
successful tenderer only will have to furnish the same at his own cost later on before acceptance when
directed to that effect.
The participating tenderer shall, however, furnish a certificate to that effect, viz : “Certified that I/We
have gone through stipulations embodied in the documents under clause 33 above and shall abide by
them” 34)If any discrepancy arises between two similar clauses on different notification, the clause as stated in later notification will supersede former one in following sequence:- i)Eng.Form No:-1 ii)Special Terms & Conditions and specification.
iii)NIT
iv)Relevant PWD (W.B.) Schedule of Rates 35). In case of inadvertent typographical mistake found in the specified Price Schedule of Rates/BOQ, the same will be treated to be so corrected as to conform to the relevant P.W.D. (W.B.) Schedule of Rates of Building, Sanitary and Plumbing and / or technically sanctioned estimate.
(6)
36)The authority reserves the right to accept or reject any or any time in the BOQ (Bill of Quantity)
Quantity or Rate, the Tender inviting authority reserves the rights to correct the same as per approved
original estimate. 37)Arbitration will not be allowed. Clause No. 25 of Conditions of Contract of Eng.Form No:-1 has been
omitted as per P.W.D. Notification No. 558/SPW dated 13/12/2011.
38)No Mobilization Advance and Secured Advance will be allowed.
39)Time / cost overrun and consequent cost of escalation for any materials, labour, P.O.L. etc. Will not be
allowed.
40)Canvassing in connection with the tender is strictly prohibited in the Tender submitted by the Contractor. 41)Site of work and necessary drawings may be handed over to the successful Tenderer phase wise. No claim in this regard will be entertained.
42)The acceptance of the tender will rest with the Managing Director, N.B.S.T.C.who does not bind himself to
accept the lowest tender and reserves to himself the authority to reject any or all the tenders received without
assigning any reason thereof.
43)The successful Tenderer, herein after called the Contractor, will have to execute an agreement on a
Non-Judicial Stamp as per rules and will purchase three additional copies of Tender Document as per
rules from this office, duly signed and submit to this office within 15(fifteen) days from the date of
receipt of letter of acceptance of tender which will be treated as part of the Agreement.Failure to
do so, within the specified time, will constitute a breach of contract rendering the contract liable to termination
with forfeiture of Security to the extent of the amount of the initial earnest money specified in clause 1
above, without any reference to the contractor : The above documents will have to be purchased from the office of the
executive Engineer (Civil), N.B.S.T.C., Cooch Behar in cash at prices Rs1000.00 (Rupees one thousand)only per
copy. All the pages of each copy of contract documents, corrections, additions, alternations must be signed by the
contractor and the tender papers are to be submitted to the Managing Director, N.B.S.T.C., Cooch Behar within the
speci f i ed t ime.
44)The successful Tenderer will have to start the work as per the work order to commence the work. 45)The contractor shall not be entitled for any compensation for any loss suffered by him due to delay arising out for modification of the work, due to non-delivery of the possession of site and / or modification of drawing and design.
46)All intending tenderers shall have to produce evidence in respect of employment of degree diploma
holder in engineering in their firms according to the value- as indicated below
(i)For works costing Rs. 50,000.00 and upto Rs. 2,00,000.00 each bona fide
tenderer, irrespective of the fact whether he is a degree or diploma holder, must
have in his employment at least one diploma holder in engineering.
(ii)For works costing Rs. 2,00,000.00 and upto Rs: 10,00,000.00 each bona fide
tenderer, irrespective of the fact whether he is a degree or diploma holder, must
have in his employment at least one degree holder in engineering.
(iii)For works costing above Rs, 10,00,000.00 each bona fide tenderer, irrespective
Of the fact whether he is a degree or diploma holder, must have in his employment at least one
degree holder and one diploma holder in engineering.
The document in this effect to be submitted along with tender, unless he dedicates
himself at work site and an affidavit must be furnished in this respect as and when
applicable.
47)The tenderer should mention their land line / mobile number clearly along with e-mail ID in the
application form.
(7)
48). Date & Time Schedule. Sl. Particulars Date & Time
1. Date of Publishing of NIT online through the website
12/08/2017 at 10-00 Hrs
wbtenders.gov.in
2.
Date for downloading of Tender Documents from the
website Start 12/08/2017 at 10-00 Hrs
wbtenders.gov.in
End 25/08/2017 till 10-00 Hrs
3. Date of Submission of Tender through the website Start 12/08/2017 at 10-00 Hrs
wbtenders.gov.in
End 25/08/2017 till 10-00 Hrs
4.
Date, Time & Place of Opening of Technical Bid
through the website wbtenders.gov.in 28/08/2017 at 10-00 Hrs
In the Office of The Managing Director,
North Bengal State Transport Corporation,
, Paribahan,CoochBehar
5
Date & Time for Technically qualified bidders are to
be shown in the portal wbtenders.gov.in
29/08/2017 at 17-00 Hrs
6
Date, Time & Place of Opening of Financial Bid
through the website wbtenders.gov.in
30/08/2017 at 11-00 Hrs
In the Office of the Managing Director,
North Bengal State Transport
Corporation, , Paribahan, CoochBehar
Note: If the dates fall on holidays or on days of bandh or natural calamity, the dates defer to next working
days.
Sd/-
Managing Director
NBSTC, Cooch Behar.
PRE-QUALIFICATION APPLICATION To Managing Director, NBSTC, Cooch Behar. Ref: - Tender for ___________________________________________________________________ _________________________________(Name of work)_____________________________ _______________________________________________________________________________________
________ _______________________________________________________
N.I.T.No............................................................
Dear Sir,
Having examined the Statutory, Non statutory & NIT documents, I /we hereby submit all the necessary
information and relevant documents for evaluation. The application is made by me / us on behalf of___________________________________________ In the
capacity ___________________________________________________________________duly authorized to
submit the order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group
of firms for Application and for completion of the contract documents is attached herewith.
We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting & Accepting Authority/Managing Director,NBSTC can amend the
scope & value of the contract bid under this project. (b) Tender Inviting & Accepting Authority/ Managing Director,NBSTC reserve the
right to reject any application without assigning any reason. Enclo:- e-Filling:- 1. Statutory Documents 2. Non Statutory Documents
Date: - Signature of applicant including title and capacity in which application is made
Specific price schedule for the work of Maintenance & renovation with face lifting including S&P and electrical works, major maintenance of boundary wall & gates of Tenzing Norgey Central Bus Terminus of NBSTC at Siliguri.
NORTH BANGAL
STATE TRANSPORT
CORPORATION
estimate is based on PWD Schedule of rate effective from 1st Dec. 2015 and 6th corigendum
Item
N
um
ber Description of Item Quantity Rate Unit
Amount Rs.
PWD(WB)/BUILDING WORKS/Page-9/Item-9
1 Dismantling chunar stone flooring carefully
including removing rubbish with in a lead of 75 m.
and stacking the serviceable materials as directed. 174.4
Total 174.40 35.00 Sq.M. 6104.00
PWD(WB)/BUILDING WORKS/Page-9/Item-10
2 Stripping off worn out plaster and raking out joints
of walls, celings etc. up to any height and in any floor
including removing rubbish with in a lead of 75 m as
directed. . 4159.01
Total 4159.01 19.00 Sq.M. 79021.19
PWD(WB)/BUILDING WORKS/Page-86/Item-44
3 Taking out M.S. or W.I. grills from wooden frame
including cutting lugs from masonry wall and
refitting the same and mending good damages after
repairs (excluding the cost of necessary repair of
damages) or doing any other necessary works. 13.84
Total 13.84 100.00 Each 1384.00
PWD(WB)/BUILDING WORKS/Page-108/Item-74
4 Taking out door and window shutters and rehanging
the same with old fittings.
4.01 (a) With new iron screws. 25.2
Total 25.20 78.00 Sq.M. 1965.60
PWD(WB)/BUILDING WORKS/Page-30/Item-21
5 Brick work with 1st class bricks in cement mortar
(1:4).
5.01 (b) In superstructure, ground floor. 0.88
Total 0.88 5817.00 Cu.M 5118.96
PWD(WB)/BUILDING WORKS/Page-32/Item-29
6 125 mm. thick brick work with 1st class bricks in
cement mortar (1:4) in ground floor.
78.00
Total 78.00 724.00 Sq.M. 56472.00
PWD(WB)/BUILDING WORKS/Page-15/Item-7
7 Ordinary cement concrete (mix 1:1.5:3) with graded
stone chips (20mm nominal size) excluding
shuttering and reinforcement, if any, in ground floor
as per relevant codes.
7.01 (ii) River bazree. 23.72
Total 23.72 5535.00 Cu.M 131290.20
C.O. 281355.95
B.F. 281355.95
PWD(WB)/BUILDING WORKS/Page-38/Item-56
8 Cleaning the concrete surface by removing dirt and
debris, marking defective locations and removing
loose concrete by careful stripping un til hard
surface is exposed, cutting the concrete to regular
shape, wire brushing the exposed surface and
removing debris from site complete as per direction
of the Engineer-in-charge.
174.4
Total 174.40 96.00 Sq.M. 16742.40
PWD(WB)/BUILDING WORKS/Page-39/Item-59-a
9 (a) Applying 2 coats of bonding agent with synthetic
multi functional rubber emulsion having adhesive
and water proofing properties by mixing with water
in proportion (1 bonding agent : 4 water : 6 cement)
as per manufacturer's specification [Cement to be
supplied by the Department]. 174.4
Total 174.40 97.00 Sq.M. 16916.80
PWD(WB)/BUILDING WORKS/Page-48/Item-16
10 Supplying , and laying true to line and level vitrified
tiles of approved brand (size not less than 600mm x
600mm x 10mm thick) in floor, skirting etc. set in 20
mm sand cement mortar (1:4) and 2mm thick
cement slurry back side of tiles using cement @ 2.91
kg./ M2 or using polymerised adhesive (6 mm thick
layer applied directly over finished artificial stone
floor / moasic etc with out any backing course ) laid
after applications slorry using 1.75 kg of cement per
M2 below morter only, joints grouted admixture of
white cement and colouring pigment to match with
colour of tiles / epoxy grout materials of approved
make as directed and removal of wax coating of top
surface of tiles with warm water and polishing the
tiles using soft and dry cloth upto mirror finish
complete including the coat of materials, labour and
all other incidential charges complete true to the
menufacture's specification and direction of
engineering- in -charge . ( White cement, synthetic
adhesive and grout materi
al to be supplied by the contractor).
10.01 (II) with polymerised adhesive [ 6 mm thick ] &
epoxy grouting materials for filling joints including
spacer- 2 mm [ Application directly over finished
artificial stone floor /mosaic etc.]. (Add. above
ground floor - 1st. floor)
(A) Deep colour and white .
209.36
Total 209.36 2079.00 Sq.M. 435259.44
#(2079+0*1)^
C.O. 750274.59
B.F. 750274.59
PWD(WB)/BUILDING WORKS/Page-49/Item-19
10 Taking out Mirzapur or glazed porcelain tiles
carefully by chiselling form walls or floor including
stacking serviceable material as direced.
147.6
Total 147.60 107.00 Sq.M. 15793.20
PWD(WB)/BUILDING WORKS/Page-54/Item-30
11 Supplying,Fitting & fixing 1st quality Ceramic tiles in
walls and floors to match with the existing work & 4
nos. of key stones (10mm) fixed with araldite at the
back of each tile & finishing the joints with white
cement mixed with colouring oxide if required to
match the colour of tiles including roughening of
concrete surface, if necessary or by synthetic
adhesive & grout materials etc.
11.01 (A) Floor With Sand Cement Mortar (1:4) 20 mm
thick & 2 mm thick cement slurry at back side of tiles
using cement @ 2.91 Kg/Sq.m & joint filling using
white cement slurry @ 0.20 Kg/Sq.m.
(b) Area of each tile the above 0.09Sq.m.
(i) Coloured decorative. 55
Total 55.00 1029.00 Sq.M. 56595.00
PWD(WB)/BUILDING WORKS/Page-54/Item-30
12 Supplying,Fitting & fixing 1st quality Ceramic tiles in
walls and floors to match with the existing work & 4
nos. of key stones (10mm) fixed with araldite at the
back of each tile & finishing the joints with white
cement mixed with colouring oxide if required to
match the colour of tiles including roughening of
concrete surface, if necessary or by synthetic
adhesive & grout materials etc.
12.01 (B) Wall With Sand Cement Mortar(1:3)15mm thick
& 2 mm thick cement slurry at back side of tiles
using cement @ 2.91 Kg/Sq.m. & joint filling using
white cement slurry @0.20kg/Sq.m.
(b) Area of each tile the above 0.09Sq.m. (i) Coloured decorative. 286.96
Total 286.96 1264.00 Sq.M. 362717.44
PWD(WB)/BUILDING WORKS/Page-78/Item-10
13 (a) M.S. or W.I. ornamental grill of approved design
joints continuously welded with M.S., W.I. flats and
bars for windows ,railing etc. fitted and fixed with
necessary screws and lugs in ground floor. (Add
extra @1% for each addl. floor up to 4th floor and
@1.25% for each addl. floor above 4th floor).
C.O. 1185380.23
B.F. 1185380.23 13.01 (i) Grill weighing above 10 kg./sq.m.and up to
16kg/sq.m. 4.61
Total 4.61 8381.00 Qntl. 38636.41
13.02 (ii) Grill weighing above 16 kg./sq.m.and above . 24.00
Total 24.00 8186.00 Qntl. 196464.00
PWD(WB)/BUILDING WORKS/Page-78/Item-10
14 (a) M.S. or W.I. ornamental grill of approved design
joints continuously welded with M.S., W.I. flats and
bars for windows ,railing etc. fitted and fixed with
necessary screws and lugs in ground floor. (Add
extra @1% for each addl. floor up to 4th floor and
@1.25% for each addl. floor above 4th floor).
14.01 (b) Extra for work in grill gate.
(i) For hanging and locking arrangements including
supply of materials and labour complete.
(15% extra over the corresponding item of grill). 3.60
Total 3.60 8186.00 Qntl. 29469.60
PWD(WB)/BUILDING WORKS/Page-95/Item-20
15 Iron butt hinges of approved quality fitted and fixed
with steel screws, with ISI mark. 15.01 (vi) 100mm x 50 mm x 1.25 mm.
64
Total 64.00 48.00 Each 3072.00
PWD(WB)/BUILDING WORKS/Page-95/Item-21
16 Iron parliamentary hinges conforming to IS 362-
1982 fitted and fixed complete with steel screws.
16.01 (e) 100 mm x 125 mm x 27 mm x 2.50 mm. 64
Total 64.00 124.00 Each 7936.00
PWD(WB)/BUILDING WORKS/Page-97/Item-25
17 Iron socket bolt of approved quality fitted and fixed
complete.
17.01 (d) 225 mm long x 10 mm dia bolt. 16
Total 16.00 87.00 Each 1392.00
PWD(WB)/BUILDING WORKS/Page-98/Item-27-ii
18 (ii) Brass hasp bolt of approved quality fitted and
fixed complete (oxidised ) with 16mm dia rod with
centre bolt and round fitting.bolt and round fitting.
18.01 (C)300 mm long . 16
Total 16.00 778.00 Each 12448.00
19.00 (b) Supplying 'Godrej' mortice lock chromium plated
with keys 6 levers, including fitting and fixing
complete. 8
Total 8.00 2264.00 Each 18112.00
PWD(WB)/BUILDING WORKS/Page-100/Item-39-i
20 (i) Brass floor door stopper. 16
Total 16.00 134.00 Each 2144.00
C.O. 1495054.24
B.F. 1495054.24
PWD(WB)/BUILDING WORKS/Page-101/Item-43
21 (i) Hydraulic door closer of approved quality as per
I.S.I. standard fitted and fixed complete :. 21.01 (a) Heavy type (I.S.I. size 3). 16
Total 16.00 1919.00 Each 30704.00
PWD(WB)/BUILDING WORKS/Page-104/Item-61
22 Anodise aluminium barred/tower/socket bolt (full
covered) of approved manufactured from extruded
section conforming to I.S.204/74 fitted and Fixed
with cadmium plated screws:.
22.01 (iv) 150 mm long x 10 mm dia. bolt.
32
Total 32.00 73.00 Each 2336.00
PWD(WB)/BUILDING WORKS/Page-106/Item-66
23 Anodised aluminium decorative handle (hexagonal /
fluted) of approved quality fitted and fixed
complete.
23.01 (i) 150 mm plate x 10 mm. dia rod x 12 mm.
hexagonal/flutted. 16
Total 16.00 99.00 Each 1584.00
PWD(WB)/BUILDING WORKS/Page-129/Item-102
24 Supply solid flush type doors of deluxe decorative
(both side) quality, conforming to I:S 2202 timber
frame consisting of top and bottom rail and side
styles of well seasoned timber 65 mm. wide each
and the entire frame fitted with 27.5 mm. wide
battens placed both ways in order to made the door
of solid core and internal lipping with teak,
mahogony or rose wood approved decorative
veneers using phenol formaldehyde as glue etc.
complete, including fitting , fixing the shutters in
position but excluding the cost of hinges and other
fittings in ground floor.
24.01 (a) 35 mm. thick shutters (single leaf).
16.8
Total 16.80 4689.00 Sq.M. 78775.20
C.O. 1608453.44
B.F. 1608453.44
PWD(WB)/BUILDING WORKS/Page-154/Item-157
25 M.F. suspended seilling made with 12.5mm thick
Gypsum plaster board including G.I channel
perimeter channel of 0.55 mm flush ( having two
flags 20 mm and 30mm respectively and web 27
mm) along with perimeter of ceiling with G.I.
intermediate channel of 0.9mm thick size 45mmx 15
mm placed at 750 mm c/c with G.I. ceiling angle of
size 25mm x 10mmx 0.55 mm thick fixed to the
ceiling with G.I. cleat and steel expansion fasteners
ceiling section 0.55mm thick of size 51.50 mm x
26mm fixed to the intermediated channels with the
the help of connecting clip and in the direction of
perpendicular to the intermediated channels of
300mm c/c 12.5mm thick Gypsum plastered board
are to be fixed under ceiling section as above by
machine screw. the board are to be joined and
finished with jointing compound , paper tape and
application of top coat etc. as per the direction of
engineering -in -charge.( the rate includes of cost of
all material including taxes, cost of accessories,
fitting and fixtures , (Add. above ground floor - 1st.
floor)
scaffoldic and labour charges etc. complete)In
ground floor. 185.12
Total 185.12 1257.00 Sq.M. 232695.84
#(1257+0*1)^
PWD(WB)/BUILDING WORKS/Page-130/Item-104
24 supplying fitting and fixing fly/mosquito proof nylon
net on any type of window , door shutter/frame with
necessary fixing arrangements complete.
17.28
Total 17.28 973.00 Sq.M. 16813.44
PWD(WB)/BUILDING WORKS/Page-148/Item-149
25 Supplying fitting and fixing factory made PVC door
frame of size 50 mmx 47 mm with a wall thickness of
5mm ,made out of extruded P.V.C. sheet miter cut a
two corner and join with two nos of 1.5mm long
brakets of 15mm x15mm M.S.square tube. The two
vertical door profiles are to be reinforced with 19
mm x 19mm M.S.square tube of 19 huge , weather
seal to be a provided through out the frame. the
frame shall be fixed with the wall using 65/100mm
long M.S.screw through the frame by using P.V.C.
fasteners. a minimum of 4 nos of screw to be
provided for each vertical member and minimum 2
nos for horizontal member etc.complete as per
manufacture's specification and direction of
Engineering-in charge.
39.6
C.O. 1857962.72
B.F. 1857962.72
Total 39.60 352.00 Mtr. 13939.20
PWD(WB)/BUILDING WORKS/Page-150/Item-152
26 Supplying fitting ands fixing 30mm thick factory
made moduled door shuter consisting of solid core
single leaf flash door of 30mm thickness lipped with
15mm [5mmx 3] thick x 30mm wide on one style and
top rail and 10 mm [5mm x 2] thick x 30 mm wide of
the other style and botom rails. The inner panel
laminate with 2mm thick termit proof water proof
and fire resistant moulded PVC sheet with raised
panel design in different plain / or Prelam colour on
one side after routing the moulded design on flash
door and 2 mm plain and or Prelam PVC sheet on
other side using rubber adhesive on flash door and
solvent cement adhesive on the PVC lipping etc
complete excluding hardwares as necessary as per
direction of engineering -in charge, manufactures
specification and drawing. In Ground Floor. (Add.
above ground floor - 1st. floor)
26.01 (b) moduled door using 2mm prelam moulded PVC
sheet on both side. 12.64
Total 12.64 4296.00 Sq.M. 54301.44
#(4296+0*1)^
PWD(WB)/BUILDING WORKS/Page-164/Item-2
27 Plaster ( to wall, floor, ceiling etc.) with sand and
cement mortar including rounding off or chamfering
conrners as directed and raking out joints including
throating, nosing and drip course,
scaffolding/staging where necessary (ground floor).
[Excluding cost of chipping over concrete surface].
27.01 (ii) With 1:4 cement mortar .
(b) 15 mm. thick plaster. 4415.01 Total 4415.01 169.00 Sq.M. 746136.69
PWD(WB)/BUILDING WORKS/Page-170/Item-6
28 Cement washing including cleaning and
smoothening surface thoroughly (cement to be use
@15 kg/100 sq m. of surface for one coat and @25
kg./100 sq.m of surface for two coats):
External surface (ground floor).
28.01 (b) Two coat (on new works only). 4415.01
Total 4415.01 1493.00 %Sq.M. 65916.10
C.O. 2738256.15
B.F. 2738256.15
PWD(WB)/BUILDING WORKS/Page-171/Item-14
29 Applying interior grade acrylic primer of approved
quality and brand on plastered or concrete surface
old or new surface to received distemper /Acrylic
emulsion paint including scraping and preparing the
surface thoroughly , complete as per manufactured
specification and as per directions of the EIC.In
ground floor.
29.01 (b) two coats.
(i) water based interior grade Acrylic primer. 7745.97
Total 7745.97 4798.00 %Sq.M. 371651.64
PWD(WB)/BUILDING WORKS/Page-173/Item-19
30 Protective and decorative Acrylic exterior emulsion
paint of approved quality , as per manufacture
specification as per direction of EIC to be apply over
Acrylic primer as required. the rate included cost of
material , labour scaffoldic and all incidential charges
but excluding the cost of primer.In ground floor (
two coat).
30.01 ( c) Super protective 100% Acrylic emulsion.
9454.97
Total 9454.97 108.00 Sq.M. 1021136.76
PWD(WB)/BUILDING WORKS/Page-175/Item-5-b
31 (b) Rendring the surface of walls and ceiling with
white cement based wall putty of approved make
and brand (15mm thick).
721.2
Total 721.20 122.00 Sq.M. 87986.40
PWD(WB)/BUILDING WORKS/Page-176/Item-6-a
32 (a) Cleaning the walls and ceiling by scraping, sand
papring and smoothening down the surface
including puttying. 721.2
Total 721.20 18.00 Sq.M. 12981.60
PWD(WB)/BUILDING WORKS/Page-180/Item-5
33 Supplying best Indian figured glass viz. hammered.
Fluted, ribbed, pinhead etc. type including cutting to
required size, setting on putty bases and fitted and
fixed with nails and putty complete (In all floors for
internal wall & upto 6 m height for external wall).
33.01 (ii) 3 mm. thick (coloured). 8.64
Total 8.64 550.00 Sq.M. 4752.00
C.O. 4236764.55
B.F. 4236764.55
PWD(WB)/BUILDING WORKS/Page-262/Item-24
34 Supplying,fitting & fixing of 2-Track / 3-Track
Aluminium sliding Window of all Aluminium sections
viz. window frame (top,bottom & side frame),
shutter (top, bottom, side & interlock member)
made of aluminium alloy extrusions conforming to IS
733-1983 & IS1285-1975, annodised conforming to
IS 1868-1983, fitted with all other accessories
viz.PVC roller, EPDM gasket, maruti lock,screws etc.
including labour charges for fitting & fixing of
aluminium 2-track/3-track sliding window with fixing
of glass (excluding cost of glass) all complete as per
architectural drawings and direction of Engineer-in-
charge.10-12 Micron thickness Annodizing
filmNatural white
24
Total 24.00 494.00 Sq.M. 11856.00
PWD(WB)/BUILDING WORKS/Page-216/Item-9
35 Supplying bubble free float glass of approved make
and brand. Conforming to IS: 2835-1987.
35.01 (iv) 5 mm thick coloured / tinted / smoke glass.
88
Total 88.00 698.00 Sq.M. 61424.00
PWD(WB)/BUILDING WORKS/Page-263/Item-26
36 Supplying, fitting & fixing of Aluminium fixed partion
wall of all aluminium sections viz top,bottom and
side member, intermediate member , glazing clip
made of Aluminium Alloy Extrusions conforming to
IS: 733-1983and IS: 1285-1975, annodized
conforming toIS:1868-1983, fitted with all other
accessories viz. EPDM gusket,cleat, angle screws etc.
including labour charges for fitting and fixing of
aluminium fixed partition wall with glass / panel
board all complete asper architectural drawings and
direction of Engineer-in-charge.( Excluding cost of
glass/ panel board,10-12 Micron thickness
Annodizing film.Natural white.
36.01 b) For unsupported length of vertical member above
1.50m. height of both ends of vertical member
restrained but panel above 0.90sqm
64
Total 64.00 432.00 Sq.M. 27648.00
PWD(WB)/BUILDING WORKS/Page-169/Item-2
37 Scraping and removing greasy soot from walls or
ceiling of ketchen or similar smoke affected rooms
and preparing the surface.
7033.77
Total 7033.77 11.00 Sq.M. 77371.47
PWD(WB)/BUILDING WORKS/Page-166/Item-8
C.O. 4415064.02
B.F. 4415064.02
38 Neat cement punning about 1.5 mm. thick in wall,
dado, window, sills, floor, drain etc. NOTE:- Cement
0.152 cu.m. per 100 sq.m. 1116.51
Total 1116.51 39.00 Sq.M. 43543.89
PWD(WB)/BUILDING WORKS/Page-172/Item-15
39 Applying exterior grade Acrylic primer of approved
quality and brand on plaster or concrete surface old
or new surface to receive decorative textured (mat
finish) or smooth finish acrylic exterior emulsion
paint including scraping and preparing the surface
throughly complete as per manufacturer's
specification and as per direction of the EIC. In
Ground Floor:.
39.01 (b) two coat. 8733.77
Total 8733.77 4899.00 %Sq.M. 427867.39
PWD(WB)/BUILDING WORKS/Page-175/Item-1
40 Removing loose scales, blisters etc. from old painted
surface and thoroughly smootherning the surface to
make the same suitable for receiving fresh coat of
paint. 541.61
Total 541.61 22.00 Sq.M. 11915.42
PWD(WB)/BUILDING WORKS/Page-176/Item-7-a
41 (a) Priming one coat on timber or plastered surface
with synthetic enamel oil bound primer of approved
quality including smoothening surfaces by sand
papering etc. 216.21
Total 216.21 41.00 Sq.M. 8864.61
PWD(WB)/BUILDING WORKS/Page-176/Item-7-b
42 (b) Priming one coat on steel or other metal surface
with synthetic oil bound primer of approved quality
including smoothening surfaces by sand papering
etc. 385.4
Total 385.40 31.00 Sq.M. 11947.40
PWD(WB)/BUILDING WORKS/Page-176/Item-8-A
43 (A) Painting with best quality synthetic enamel paint
of approved make and brand including smoothening
surface by sand parpering etc. in cluding using of
approved putty etc. on the surface , if necessary.
43.01 (a) On timber or plastered surface: .
(1) With super gloss (hi-gloss).
(iv) Two coats (with any shade except white). 216.21
Total 216.21 89.00 Sq.M. 19242.69
PWD(WB)/BUILDING WORKS/Page-176/Item-8-A
C.O. 4938445.42
B.F. 4938445.42
44 (A) Painting with best quality synthetic enamel paint
of approved make and brand including smoothening
surface by sand parpering etc. in cluding using of
approved putty etc. on the surface , if necessary.
44.01 (b) On steel or other metal surface:
. (1) With super gloss (hi-gloss).
(iv) Two coats (with any shade except white).
385.4
Total 385.40 86.00 Sq.M. 33144.40
PWD(WB)/BUILDING WORKS/Page-180/Item-1
45 Supplying best Indian sheet glass panes set in putty
and fitted and fixed with nails and putty complete
(In all floors for internal wall & upto 6m height for
external wall ).
45.01 (ii) 4 mm. thick. 61.56
Total 61.56 615.00 Sq.M. 37859.40
PWD(WB)/BUILDING WORKS/Page-183/Item-9
46 Supplying fitting, fixing C.I. specials of down pipes in
position with clamps nails etc. with jointing materials
including cutting holes in masonry or concrete,
mending good damages complete .
46.01 (A.1) C.I. Head or 'Y' or 'T' junction (single) of down
pipe.(without door).
(ii) 100 mm dia. .
8
Total 8.00 811.00 Each 6488.00
PWD(WB)/BUILDING WORKS/Page-183/Item-9
47 Supplying fitting, fixing C.I. specials of down pipes in
position with clamps nails etc. with jointing materials
including cutting holes in masonry or concrete,
mending good damages complete .
47.01 (A.2) C.I. Head or 'Y' or 'T' junction (single) of down
pipe.(with door). (ii) 100 mm dia. .
8
Total 8.00 896.00 Each 7168.00
PWD(WB)/BUILDING WORKS/Page-183/Item-9
48 Supplying fitting, fixing C.I. specials of down pipes in
position with clamps nails etc. with jointing materials
including cutting holes in masonry or concrete,
mending good damages complete .
48.01 (D.1) C.I. bend of down pipe.(without door).
(ii) 100 mm dia. 8
Total 8.00 533.00 Each 4264.00
C.O. 5027369.22
B.F. 5027369.22
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-56/Item-1
49 Supplying, fitting & fixing Cast iron soil pipe only
conforming to I.S.3989/1970 and I.S.1729/1964 with
bobbins, nails etc. including making holes in the wall,
floor etc. and cutting trenches etc. in any floor
through masonry conctrete, if necessary, and
mending good damges with necessary jointing
materials and painting two coats to the exposed
surface with approved paint complete.
(Measurement will be made along the enter line of
the total pipe line in fitted condition including
specials, payment for specials & painting will
however be paid seperately).
49.01 With valamoid joint including sealing the top with
cement mortar (4:1). Upto quarter depth.
100 mm dia (internal). 16
Total 16.00 795.00 metre 12720.00
PWD(WB)/BUILDING WORKS/Page-187/Item-21
50 Supplying, fitting & fixing UPVC pipes A- Type and
fittings conforming to IS:13592-1992 with all
necessary clamps nails, including making holes in
walls, floor etc. and cutting trenches in any soil
through masoury concrete structures etc. if
necessary and mending good damages including
jointing with jointing materials (Spun yarn, valamoid
/ bitumen/M.seal etc) complete.
50.01 (A) UPVC PIPES.
(i) 75mm Dia. 40
Total 40.00 216.00 Mtr. 8640.00
50.02 (A) UPVC PIPES.
(ii) 110mm Dia. 50
Total 50.00 291.00 Mtr. 14550.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-3/Item-3
51 Supplying, fitting and fixing shower of approved
brand and make.
51.01 Chromium plated Rose Shower with revolving joint
and 150 mm long shower arm (Equivalent to Code
No.5489 & Model -Florentine of Jaquar or similar
brand). 10
Total 10.00 1819.00 Each 18190.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-3/Item-3
52 Supplying, fitting and fixing shower of approved
brand and make.
C.O. 5081469.22
B.F. 5081469.22 52.01 Chromium plated Hand shower with Flexible Tube &
fittings (Equivalent to Code No.ESH-1937 &
(Equivalent to Code No 5037& Model-Florentine of
Jaquar or similar). 10
Total 10.00 2414.00 Each 24140.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-3/Item-3
53 Supplying, fitting and fixing shower of approved
brand and make. 53.01 Hand shower(Health Faucet) with 1mtr Fexible Tube
with wall Hook (Equivalent to code No.573 & Model-
ALLIED of Jaquar or Similar) 10
Total 10.00 1611.00 Each 16110.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-4/Item-5
54 Supplying, fitting and fixing gunmetal wheel valve of
approved brand and make tested to 21 kg sq.cm.
(for water lines only).
54.01 25 mm. 8
Total 8.00 963.00 Each 7704.00
54.02 20 mm.
8
Total 8.00 738.00 Each 5904.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-5/Item-7
55 Supplying, fitting and fixing bib cock or stop cock. 55.01 Chromium plated Bib Cock long body with wall
flange with aerator (Equivelent to Code No.512 &
Model- Tropical /sumthing special of ESSCO or
Similar brand). 24
Total 24.00 843.00 Each 20232.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-5/Item-7
56 Supplying, fitting and fixing bib cock or stop cock. 56.01 Chromium plated Stop Cock (Equivelent to Code
No.513(A) & 513(B) Model- Tropical /sumthing
special of ESSCO or Similar brand). 16
Total 16.00 629.00 Each 10064.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-5/Item-7
57 Supplying, fitting and fixing bib cock or stop cock.
57.01 Chromium plated plated angular Stop Cock with wall
flange (Equivelent to Code No.5053 & Model-
Florentine of Jaquar or Similar brand). 16
Total 16.00 1046.00 Each 16736.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-8/Item-14
58 Supplying, fitting and fixing C.I.holder bat clamp
including cutting holes in wall etc. and mending good
all damages in cement concrete with jhama
chips(4:2:1) and cement plaster(6:1) to match and
curing complete in all respect.
58.01 15 mm. 160
C.O. 5182359.22 B.F. 5182359.22
Total 160.00 28.00 Each 4480.00
58.02 20 mm. 160
Total 160.00 33.00 Each 5280.00
58.03 25 mm. 160
100 mm. Total 160.00 35.00 Each 5600.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-31/Item-2
59 Supplying, fitting and fixing 10 litre P.V.C. low-down
cistern conforming to I.S. Specification with P.V.C.
fittings complete, C.I. brackets including two coats of
painting to bracket etc.
10
Total 10.00 1181.00 Each 11810.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-31/Item-4
60 Supplying fitting and fixing concealed cistern of
approved make with flash plate
cute/loop/shell/Nova (Code No. concealo- H(80 mm
Body sap code 508179 of Hindware or equivalent).
Matt/Gloss 8
Total 8.00 9641.00 Each 77128.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-37/Item-1
61 Wash basin white vitreous china of approved make
(without fittings) supplied, fitted and fixed in
position on 75mm X 75mm X 75mm wood blocks
and C.I. Brackets including two coats of painting of
C.I. Brackets.
61.01 550 mm x 400 mm size. 8
Total 8.00 1671.00 Each 13368.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-37/Item-3
62 Supplying, fitting and fixing pedestal of approved
make for wash basin.(White). 8
Total 8.00 1911.00 Each 15288.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-39/Item-9
63 Supplying, fitting & fixing approved brand P.V.C.
CONNECTOR white flexible, with both ends coupling
with heavy brass C.P.nut, 15mm dia. 63.01 900 mm long. 48
Total 48.00 174.00 Each 8352.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-39/Item-10
64 Supplying, fitting and fixing approved brand 32mm
dia P.V.C. waste pipe, with PVC coupling at one end
fitted with necessary clamps. 64.01 1050mm long. 16
Total 16.00 107.00 Each 1712.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-41/Item-19
65 Supplying, fitting and fixing pillar cock of approved
make.
C.O. 5325377.22
B.F. 5325377.22 65.01 Polythene Piller Cock (EMCO/ATLAS or equivalent).
CP Wall Mixture without spout but with provision
for connection to Telephone Shower and exposed
pipe for overhead shower (Equivalent to Code No.
5215 & Model-FLOURENTINE of JAQUAR or similar
brand). 8
Total 8.00 3188.00 Each 25504.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-41/Item-19
66 Supplying, fitting and fixing pillar cock of approved
make.
66.01 Polythene Piller Cock (EMCO/ATLAS or equivalent). CP Centrej hole Basin mixture with regular spout
without popup waste system with 450 mm long
braided hoses. (Equivalent to Code No.5167(8) &
Model-FLOURENTINE of JAQUAR or similar brand). 8
Total 8.00 3188.00 Each 25504.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-3/Item-3
67 Supplying, fitting and fixing shower of approved
brand and make.
67.01 Chromium plated Hand shower with Flexible Tube &
fittings (Equivalent to Code No.ESH-1937 &
(Equivalent to Code No 5037& Model-Florentine of
Jaquar or similar). 8
Total 8.00 2414.00 Each 19312.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-74/Item-5
68 Suppling, fitting and fixing Wall mounted water
closet of white glazedvitreous chinaware of
approved make and brand in position complete
withnecessary nut and boalts (Equivalent to Code
No. 20061 or 92065 &Model Studio or Rubbic of
Hidware or equivalent.)(This item to be executed on
specific permission of SuperintendingEngineer
8
Total 8.00 5057.00 Each 40456.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-75/Item-6
69 Supplying, fitting and fixing Flat back urinal (half stall
urinals) in white vitreous chinaware of approved
make in position with brass screws on 75 mm X 75
mm X 75 mm wooden blocks complete.
69.01 465 mm X 355 mm X 265 mm. 10
Total 10.00 820.00 Each 8200.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-76/Item-15
70 Supplying, fitting and fixing bevelled edge mirror 5.5
mm thick silver red as per I.S. 3438/1965 together
with brass C.P. hinges.
70.01 600 mm X 450 mm. 16
Total 16.00 619.00 Each 9904.00
C.O. 5454257.22
B.F. 5454257.22
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-78/Item-25
71 Supplying, fitting and fixing bathroom shelf of
approved make of size 580 mm X 150 mm
(procelain). 16
Total 16.00 792.00 Each 12672.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-76/Item-16
72 Supplying, fitting and fixing glass shelf with
aluminium guard rails.
72.01 Ordinary type with 5.5 mm sheet glass. 600 mm X 125 mm. 10
Total 10.00 485.00 Each 4850.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-77/Item-17
73 Supplying, fitting and fixing liquid soap holder. 73.01 Cromium plated. 16
Total 16.00 506.00 Each 8096.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-77/Item-20
74 Supplying, fitting and fixing Tooth brush and tumbler
holder of approved make of size 140 mm X 65 mm
(procelian). 8
Total 8.00 465.00 Each 3720.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-77/Item-22
75 Supplying, fitting and fixing towel rail with two
brackets. 75.01 C.P. over brass.
25 mm dia. and 750 mm long. 16
Total 16.00 613.00 Each 9808.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-78/Item-23
76 Supplying, fitting and fixing procelain toilet paper
holder of approved make with wooden spindle as
necessary. 76.01 Roll type size 250 mm X 125 mm. 8
Total 8.00 375.00 Each 3000.00
C.O. 5496403.22
B.F. 5496403.22
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-82/Item-2
77 Constructing Inspection pit to a depth of 1.5 metre
(inside), 250 mm thick 1st class brick work (1:4) in all
sides over a layer of jhama brick soiling and 150 mm
thick cement concrete with stone chips (1:3:6)
including necessary earth work, fitting and fixing
approved type S.W. master trap, constructing
masonry invert with cement concrete (1:1.5:3) with
stone chips, plastering inside and outside( outside
upto 300 mm below G.L.) with 20 mm thick cement
plastering (1:4) and neat cement punning, including,
supplying, fitting and fixing one 560 mm dia. R.C.C.
manhole cover of approved make with R.C.C slab of
100 mm thick with cement concrete (1:1.5:3) with
stone chips including necessary rreinforcement(upto
1%) and shuttering and necessary corbelling brick
work(1:4) so that the R.C.C. cover slab rests 150 mm
above adjucent G.L., cement plaster(1:4) 10 mm
thick on all external surfaces of the top slab as
directed complete in all respect and remeval of
surplus earth with all costs of labour
and materials (excluding the cost of master trap
only).
77.01 900 mm X 750 mm(inside) chamber including fitting
and fixing S.W. master trap of 150 mm dia. of
approved make.
with Bazree (N.B.Variety).(SAIL/TATA/RINL) 6
Total 6.00 11421.00 each 68526.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-84/Item-3
C.O. 5564929.22
B.F. 5564929.22
78 Construction of Septic tank of different capacities as
per approved drawing with 1st class brick work in
cement mortar (4:1) including two 560 mm dia.
R.C.C. manhloe cover of approved make supplied,
fitted and fixied in the top slab with necessary
fittings, 19 mm thick cement plaster(4:1) with neat
cement finish to the internal surfaces and 12 mm
thick plaster(4:1) to outside wall upto 200 mm below
G.L. floor finished with 25 mm thick grey artificial
stone including supplying, fitting and fixing all
necessary specials, fittings, S.W. tees, C.I. foot rest
etc. including excavating earth in all sorts of soil,
shoring, bailing and pumping out water as necessary,
ramming, dressing the bed and refilling the sides of
the tank with earth, removing spoils, fliing up the
chamber with clear water, removing foreign
materialsfrom the chamber and including
constructing attached inspection pit as per approved
dawing and connecting all necessary pipes, joints
etc. with internal plaster work and artif
icial stone flooring is to be done with admixture of
water proofing compound @ 5% by weight of
cement, complete in all respect as per directon of
Engineer-in-Charge.
78.01 For 50 users. with Bazree (N.B.Variety). Other than
(SAIL/TATA/RINL) 2
Total 2.00 87828.00 Each 175656.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-85/Item-4
79 Construction of circular soak well 2.5 metre deep in all
types of sandy soils with dry brick work upto 1.6 metre
from the bottom having 150 mm intermediate cement
brick work(6:1) band all round and cement brick work(6:1)
upto 0.90 metre from top with 19 mm thick cement
plastering(4:1) to inside face upto the depth of cement
brick work, 12 mm thick cement plaster(4:1) on top of the
R.C.C. cover slab including filling bottom 1.00 metre of
inside of the well with brick metal(50 mm to 63 mm size)
including R.C.C. cover slab of designed thickness with
cement concrete(4:2:1) with stone chips with necessary
reinforcement and shuttering including one 560 mm dia.
R.C.C. manhole cover of approved make supplied, fitted
and fixed in the cover slab with necessary fittings, making
necessary arrangements for pipe conections, excavation
of well including shoring, dewatering and remeving the
excess earth from the premisis as per direction complete
in all respect with all costs of labour and materials.W
ith 250 mm thick dry brick work and 250 mm thick cement
brick work(6:1) and 1.00 m. inside dia.
79.0
1
(SAIL/TATA/RINL)
2
Total 2.00 16779.00 Each 33558.00
C.O. 5774143.22
B.F. 5774143.22
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-
2/Item-1
80 Supplying, fitting and fixing G.I. pipes of TATA make with
all necessary accessories, specials viz. socket, bend, tee,
union, cross, elbo, nipple, longscrew, reducing socket,
reducing tee, short piece etc. fitted with holder bats
clamps, including cutting pipes, making threads, fitting,
fixing etc.complete in all respect including cost of
necessary fitting as required, jointing materials and two
coats of painting with approved paint in any position
above ground.( Payment will be made on the center line
measurements of total pipe line including all specials. No
seperate payment will be made for accesorie, specials.).
80.0
1
For exposed work.
15 mm dia.medium quality. 50
Total 50.00 220.00 Mtr. 11000.00
80.0
2
For exposed work.
25 mm dia.medium quality. 100
Total 100.00 354.00 Mtr. 35400.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-
2/Item-1
81 Supplying, fitting and fixing G.I. pipes of TATA make with
all necessary accessories, specials viz. socket, bend, tee,
union, cross, elbo, nipple, longscrew, reducing socket,
reducing tee, short piece etc. fitted with holder bats
clamps, including cutting pipes, making threads, fitting,
fixing etc.complete in all respect including cost of
necessary fitting as required, jointing materials and two
coats of painting with approved paint in any position
above ground.( Payment will be made on the center line
measurements of total pipe line including all specials. No
seperate payment will be made for accesorie, specials.).
81.0
1
For exposed work.
40 mm dia.medium quality. 50
Total 50.00 476.00 Mtr. 23800.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-
31/Item-6
82 Supplying PVC water storage tank of approved quality
with closed top weith lid (Black) - Multilayer.
82.0
1
2000 litre capacity.
2
Total 2.00 12437.00 Each 24874.00
PWD(WB)/SANITARY AND PLUMBING WORKS/Page-
32/Item-10
83 Labour for hoisting plastic water storage tank.
83.0
1
Above 1500 litre upto 5000 litre capacity.
Upto 1st story from G.L. 2
Total 2.00 155.00 Each 310.00
PWD(WB)/BUILDING WORKS/Page-80/Item-15
84 Collapsible gate with 40 mm.X 40mm x 6 mm.Tee as top
and bottom guide rail, 20 mm,X10 mm,X2 mm. vertical
channels 100 mm. apart in fully stretched position 20 mm.
X5 mm.M.S. flats as collapsible bracing properly rivetted
and washered including 38 mm. steel rollers including
locking arrangement, fitted and fixed in position with lugs
set in cement concrete and including cutting necessary
holes, chasing etc. in walls , floors etc. and making good
damages complete. (Add extra @1% for each addl. floor
upto 5th floor and @1.25% for each addl. floor above 5th
floor.)In ground floor. .
43.2
Total 43.20 3773.00 Sq.M. 162993.60
PWD(WB)/BUILDING WORKS/Page-10/Item-13
85 Removal of rubbish, earth etc. from the working site
and disposal of the same beyond the compound, in
conformity with the Municipal/Corporation Rules for
such disposal, loading into truck and cleaning the
site in all respect as per direction of Engineer in
charge.
450
Total 450.00 168.00 Cum. 75600.00
86 Electrification( Internal and external) works.
Payment will be made as per mode of mesurment &
rate as mettioned in the PWD(WB)/ELECTRICAL
WORKS SCHEDULE APRIL 2014. L.S. 1004374.00
TOTAL AMOUNT 71,12,494.82
SAY 71,12,494.0
0
(Rupees seventy one lakh twelve thousand four hundred ninety four) only
(Eng. Form No.- 1)
North Bengal State Transport Corporation Tender and Contract for Works
GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS
1. All works proposed execution by contract will be notified in a form of invitation to
tender posted in public places and signed by the Managing Director.
This form will state the work to be carried out as well as the date for
submitting and opening tender and the time allowed for carrying out the work,
amount of earnest money to be deposited with the tender, and the amount of
security deposit to be deposited by the successful tender, and the percentage if any
to be deducted from bills. Copies of the specifications, design and drawing and any
other document required in Connection with the work, signed for the purpose of
identification by the Managing Director shall also be open for inspection by the
contractor at the office of the Managing Director during office hours.
2. -In the event of the tender being submitted by a firm, it must be signed by each
member thereof or, in the absence of any partner it must be singed on behalf of the firm
by a person holding a power of attorney authorising him to do so Such power of
attorney to be produced with the tender, and in the case of a business carried on by the
members of a joint family, it must disclose that the firm is duly registered under the
Indian Partnership Act.
3. Receipts of payments made on account of a work, when executed by a firm, must also
be signed by several partners, except where contractors are described in their tender as
a firm, in which case the receipts may be signed in the name of the firm by one of the
partners, or some other persons having authority to give effectual receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed 'form stating Act. What rate he is willing to undertake to work. Tenders which propose any alteration in the work specified in the said form of invitation of tenders or in the time allowed for carrying out the work of which contain any other condition or any sort, will be liable to rejection. No single tender shall include more than one work, but contractors wish to tender for two or more works shall submit a separate tender for each. Tender shall have the name and number of the work to which they refer written out side the envelope.
5. The Managing Director or his duly authorised assistant will open tenders in the several
tenders in the presence of any intending contractors who may be present at the time, and
will enter the amounts of the several tenders in a Comparative Statement in a suitable
form. In the event of a tender being accepted, agreements in the specified printed form will
have to be executed by the contractors who shall thereupon for the purpose of identification
sign copies of documents mentioned in rule 1. If a tender is rejected, the earnest money
forwarded with such unaccepted tender shall be refunded provided the contractor/s present
himself/ themselves before the Managing Director to take refund, within 15 days after the date
of the contractor/s notifying the Managing Director that he they shall present himself/
themselves before the Managing Director to take refund on a specified date.
6. The North Bengal State Transport Corporation reserves the right to reject any or all the
tenders without assigning any reason and it will not be bound to accept either the lowest
tender or any of the tenders.
7. The earnest money should be deposited in the Central Cash office of the North Bengal
State Transport Corporation and the contractors shall be responsible for seeing that he/ they
procure/s a receipt singed by a duly authorised person.
8. The memorandum of work tendered for, and the schedule of materials to be supplied by the
North Bengal State Transport Corporation at their issue rates shall be filled in and
completed in the office of the Managing Director before the tender form is issued, If a form is
issued to an intending tender/s without having been so filled in and completed, he/ they shall
request the office to have this done before he/ they complete/s and deliver/s his tender.
(2)
TENDER FOR WORKS
I/ We hereby tender for the execution for the North Bengal State Transport Corporation
of the work specified in under written memorandum within the time specified in such
memorandum at the rates specified therein and in accordance in all respects with the
specifications design drawings, and instructions in writing referred to in rule I thereof an in
clause II of the annexed conditions and with such materials as are provided for, by, in all
other respects in accordance with, such conditions so far as applicable.
MEMORANDUM
(a) General description
(b) Estimated cost … ……. Rs. .
(c) Earnest money …….. ……. Rs.
(d) Security deposit (including earnest money) …….
(e) Percentage, if any to be deducted from bills ……. Rs.
(f) Time allowed for work from
the date of written orders …… months
to commence Work.
Item Rate tendered No. Item of Work Unit Per Rs. P. in words
Rates not to be quoted here in e-tendering.Rates to be quoted in accordance with the provision of Clause 19(i) & (ii) of e-NIT.
(3)
Should this tender be accepted I / We hereby agree to abide by and fulfill all the terms
and provision of the said conditions of contract annexed hereto so far as applicable or in
default thereof to forfeit any pay to the North Bengal State Transport Corporation or its
successors the sums of money mentioned in the said condition.
The receipt for earnest money deposit for Rs. ……………….is forwarded herewith
(a)the full value of which is to be absolutely forfeited to the North Bengal State
Transport Corporation or its successors in office, without prejudice to any other rights or
remedies of the said North Bengal State Transport Corporation or its successors in office,
should I / We fail to commence the work, specified in the above memorandum or should I /
We not deposit the full amount of security deposit specified in the above memorandum in
accordance with clause I (A) of the said conditions of contract. Otherwise the
said sum of Rs. ……………shall be retained by North Bengal State Transport
Corporation as on account of such security deposit as aforesaid or (b) the full value of
which shall be retained by North Bengal State Transport Corporation on account of the
security deposit specified in clause I (B) of the said conditions of contact.
Dated the ___________________________ day of __________________ 20
Witness —
Address —
Occupation —
________________________
Signature of Contractor,
before submission of
tender. The above tender is hereby accepted by me on behalf of the North Bengal State
Transport Corporation.
Dated the _________________________ day of______________________20
___________________________
Signature of the Officer
by Whom accepted.
(4)
CONDITION OF CONTRACT
The person/ s whose tender may be accepted (hereinafter called the
contractor/s) shall (A) [within seven days of the receipt by him/ them of the
intimation of the acceptance of his/ their tender deposit with the Corporation in
Central cash section in cash a sum sufficient with the amount of the earnest
money deposited by him with his/ their tender to makeup the full security deposit
specified in the Tender] and (B) [Permit North Bengal State Transport
Corporation at the time of making any payment to him / them for work done
under the contract to deduct such sum as will (with the earnest money or security
deposited by him) amount ten percent, of all moneys so payable such deduction to
be held by North Bengal State Transport Corporation by way of security deposit.
All compensation of other sums of money payable by the contractor/s to North
Bengal State Transport Corporation under the terms of his / their contract may be
deducted from his / their security deposit or from any sums which may be due or
may become due to the contractor/s by North Bengal State Transport Corporation
on any account whatsoever and in the event of his/ their security deposit being
reduced by means of any such deductions as aforesaid the Contractor/s shall
within ten days make good in cash deposit further sums in replenishment of the
amounts deducted to make up the hole amount of its security deposit as required.
The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the contractors and shall be reckoned from the date on which
the order to commence work is giving to the contractor/s. Throughout the
stipulated period of contract the work shall be proceeded with due diligence (time
being deemed to be essence of the contract on the part of the contractor/s) and the
contractor/s shall pay as compensation an amount equal to one percent or such
smaller amount as the North Bengal State Transport Corporation (whose decision
in writing will be final) may decide, on the amount of the estimated cost of the
whole work as shown by the tender for everyday that the work remained
uncommented or unfinished after the proper dates. And further, to ensure good
progress during the execution of the work the contractor/s shall be bound in all
cases in which time allowed for any work exceed one month, to complete one-
forth of the whole work before one-forth of the whole time allowed in the contract
elapsed, one half, of the work before one half of such time has elapsed, three-
fourth of work before three-fourth of such time has elapsed, in the event of the
contractor/s failing to comply with this conditions he/ they shall be liable to pay
compensation an amount equal to one percent or such a smaller amount as the
North Bengal State Transport Corporation (whose decision in writing shall be
final) may decided on said estimated cost of the whole work for everyday that the
due quantity of the work remains incomplete ; provided always that the total
amount of compensation to be paid under the provision of this clause shall not
exceed ten percent of the estimated cost of the work as shown in the tender.
In any case in which under any clause or clauses of this contract the contractor/s
shall have rendered him self / themselves liable to pay compensation. The
Managing Director on behalf of the North Bengal State Transport Corporation
shall have power to adopt any of the following as he may deem best suited in the
interest of the Corporation.
(a) To rescind contract (of which decision notice in writing to the contractor/s under
the hand of the Managing Director shall be condensed evidence) and in which
case the security deposit of the contractor/s shall stand forfeited and be absolutely
at the disposal of the North Bengal State Transport Corporation.
Clause — 1
Clause — 2
Clause — 3
(5)
(b) To measure up the work of the Contractor/s 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 may be incurred in excess of the sum which
would have been paid to the original contractor/s, if the whole work had been
executed by him/ their of the amount (of which excess the certificate in writing of
the Managing Director shall be final and conclusive) shall be borne and paid by
the original contractor/s and may be deducted from any money due to him then by
North Bengal State Transport Corporation under the contract or otherwise.
(c) In the event of any of the above courses being adopted by the Managing Director
the contractor/s shall have no claim to compensation for any loss sustained by
him/ their by reason of him/ their heaving purchased or procured any materials or
entered into any agreement, or made any advance on account of, or with a view to
the execution of work on the performance of the contract and in case the contract
shall be rescinded under the provision aforesaid the contractor/s shall not be
entitled to recover or be paid any sum for any work their before actually
performed under this contract unless and until the Managing Director will have
certified the case in writing the performance of such work and value payable in
respect, thereof, and he/ they shall only be entitled to be paid the value so
certified.
Clause —4 In any case in which any of the powers conferred upon the Managing Director by
clause 3 hereof shall have become exercisable and 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-with standing be exercisable in the event of any
future case of the default by the contractor/s for which by any clause or clauses
hereof he/ they is/ are declared liable to pay compensation amounting to the
extract of whole of his/ there security deposit and the liability of the contractor/s
for past and future compensation shall remain unaffected. In the event of the
Managing Director enforcing either of the powers (a) or (b) vested in him under
the last preceding clause he may, if he so desires take possession of all or any tools
and plant, materials and stores in or upon the works or the site thereof or belonging
to the contractors or procured by him/ them and intended to be used for the execution
of the work or any part thereof, paying or allowing for the same in account at the
contract rates or incase of these not being applicable, at current market rates to be
certified by the Managing Director whose certificate thereof should be final
otherwise the Managing Director may be notice in writings to the contractor/s or his
clerk of the works, Fore man or other authorized agent require him/ them 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/s filling to comply with
any such requisition, the Managing Director may remove them at the expense of its
contractor/s or sale them by auction or private sale on account of the contractor/s
and at his/ their risk in all respects and the certificate of the Managing Director as
to the expense of any such removable and the amount of the proceeds and expense
of any such sale shall be final and conclusive agents the contractor/s.
Clause — 5 If the contractor/s shall desire and extension of the time for completion of the
works on the grounds of his/ there having been unavoidably hindered in its
execution, the contractor/s shall give an immediate report of such hindrance to the
Managing Director in writing and if he/ they shall desire an extension of time for
completion of the work on the ground thereof, he/ they shall apply in writing to the
Managing Director within 7 days of the date of cessation of such hindrance on account
of which he/ they desire/s such extension as aforesaid and the Managing Director
shall if in his opinion (which shall be final) reasonable grounds be shown thereof,
authorise such extension of time, if any, in his opinion, be necessary or proper. No
application for such extension will be entertained if it is not received in sufficient
time to allow the Managing Director to consider it and the contractor/s will be
responsible for the consequences arising out of his/ their negligence in this respect.
(6)
Clause — 6 On completion of the work, the contractor/s shall be furnished with a certificate by
the Managing Director (hereinafter called the Engineer-in-charge) of such
completion but no such certificate shall be given, nor shall the work be considered to
be complete until the contractor/s shall have removed from the premises on which
the work shall be executed all scaffolding surplus materials and rubbish and cleaned
off the dirt from all wood work, doors, windows, walls floors or other part of any
building in upon or about which the work is to be executed or of which he/ they
had possession for the purpose of the execution there of nor until the work shall
have been measured by the Engineer-in-charge whose measurements shall be
binding and conclusive against the contractor/s. If the contractor/s fail to comply with
the requirements of this clause as to removal of scaffolding surplus materials and
rubbish and clearing off dirt on or before the date fixed for the completion of the
work, the Engineer-in-charge may at the expense of the contractor/s remove such
scaffolding, surplus materials and rubbish and dispose of the same as he thinks fit
and clean off such dirt as aforesaid and the contractor/s shall forthwith pay the
amount of all expenses so incurred and shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realized by
the sale thereof.
Clause — 7 No payments shall be made for works estimated to cost less than rupees one thousand
till after the whole of the works shall have been completed and a certificate of
completion given. But in the case of works estimated to cost more than rupees one
thousand the contractor/s shall on submitting the bill there for be entitled to received a
monthly payment proportionate to the part thereof then approved and passed by the
Engineer-in-charge whose certificate of such approval and passing of the sum so payable
shall be final and conclusive against the contractor/s. 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 in perfect or unskillful work to be removed and taken away and
reconstructed or re-erected or be considered as an admission of the due performance of
the contract or any part thereof in and respect or the accruing of any claim nor shall it
conclude determine or effect in any way the powers of the Engineer-in-charge under
these conditions or any of them as to the final settlement and adjustment of the accounts or
otherwise or in any other way vary or affect the contract : The final bill shall be submitted by
the contractor/s within one month of the date fixed for completion of the work otherwise the
Engineer-in-charge's certificate of the measurement and 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/s each month on or before the date fixed by the
Engineer-in-charge for all work executed in the previous month and the Engineer-in-charge
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/s does/ do not submit the bill within the time fixed
as aforesaid the Engineer-in-charge may depute a subordinate to measure up the said work in
the presence of the contractor's whose countersignature to the measurement list will be
sufficient warrant and the Engineer-in-charge may prepare a bill from such list which
shall be binding on the contractor/s in all respects.
Clause — 9 The contractor/s shall submit all bills in the printed forms to be had on application at the
office of the Engineer-in-charge and the charges in the bills shall always be entered at
the rates specified in the tender or in the case of any extra work ordered in pursuance of these
conditions and not mentioned and provided for in the tender at the rates hereinafter
provided for such work.
(7)
Clause 9(A) Payments due to the contractor is may, if so desired by him/ them be made to his/
there bank instead of direct to him/ them provided the contractor/s furnishes to the
Engineer-in-charge, the following namely :-
i), An authorization in the form of a legally valid document e.g. irrevocable power of an
Attorney conferring authority on the bank to receive payment and
ii) His/ there own acceptance of the correctness of the account made out as being due to
him/them by North Bengal State Transport Corporation or his/ there signature on the bill
or other claim preferred against North Bengal State Transport Corporation before
settlement by the Engineer-in-charge of the account or claim by payment to the bank.
While the receipt given by such bank shall constitute a full and sufficient
discharge for the payment the contractor/s should wherever possible present his/ there
bill duly receipted and discharge through his/ there bankers.
2) In the case of bills which the contractor/s present/s for payment direct and which are not
endorsed in favour of the bank while efforts should be made to secure payment to the
financing Bank, payments made to the contractor's should be accepted as full
acquaintance so far as North Bengal State Transport Corporation is concerned. As part of
the arrangement the financing Bank should give North Bengal State Transport
Corporation a letter to this effect.
Note 1. The procedure will not effect the usual rights of North Bengal State Transport
Corporation to deduct from the bills of the contractor/s (whether endorsed in
favour of a Bank or not) any sum due to North Bengal State Transport
Corporation on account of penalties, overpayments etc. on this or any other
contract with the North Bengal State Transport Corporation.
Note 2. Nothing herein contained shall operate to create in favour of the Bank any rights or
equities vis-à-vis the North Bengal State Transport Corporation.
If this specifications or estimate of the work provides for the use of any special
description of materials to be supplied from the stores of the North Bengal State
Transport Corporation or if it is required, contractor/s shall use certain stores to be
provided by the Engineer-in-charge (such materials and stores and the prices to be
charged thereof as hereinafter mentioned being so far as practicable for the
convenience of the contractor, but not so as in any way to control the meaning or effect
of the contract specified in the schedule or memorandum hereto annexed) the
contractor/s shall be supplied with such materials and stores as required from time to
time to be used by him/ them for the purposes of the contract only and the value of the
full quantity of the 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's under the contract, or otherwise or a against or
from the security deposit, materials supplied to the contractor/ s
shall remain the absolute property of North Bengal State Transport Corporation and
shall not on any account be removed from the site of the work and nor used for any
purpose other than in execution of the contract and the same shall at all times be the
Engineer-in-charge. Any such materials unused and in perfectly good condition at the
time of the completion or termination of the contract shall be returned to the stores
of the North Bengal State Transport Corporation, if by a notice in writing under his
hand be (Engineer-in-charge) shall so require; but the contractor/s shall not be
entitled to return any such materials unless with such consent and shall no claim for
compensation on account of any such materials so supplied to him/ them as aforesaid
being unused by him or for any wastage in or damage to any such materials.
Clause -10
(8)
Clause – 11. The Contractor/s shall execute the whole and every part of the work in the most
substantial and work man: like manner and both as regards materials and
otherwise in every respect in strict accordance with the specifications. The
Contractor/s shall also confirm exactly, fully and faithfully to the designs,
drawing, and instructions in writing relating to the work signed by the Engineer-in-
charge and lodged in his office and to which the Contractor/s shall be entitled to
have access as such office, or on the site of the work for the purpose of inspection
during office hours, and the contractor/s shall, if he/ they so require/s, the entitled
at his/ their own expense to make or cause to made copies of the
specifications, and of all such designs, drawings and instructions as
aforesaid.
Clause – 12. The Engineer-in-charge shall have power to make any alterations in omissions from,
additions to, or substitutions for, the original specifications, drawings, designs and
instructions, that may appear to him to be necessary or advisable during the
progress of the work, and the contractor/s shall be bound to carry out the work in
accordance with any instruction which may be giving to him/ them in writing
signed by the Engineer-in-charge, and such alterations, omissions, additions or
substitutions shall not invalidate the Contract, and any altered, additional or
substituted work which the Contractor/s may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor/s on the
same conditions in all respect on which he/ they 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 or substituted work bears to the original contract work, and the
certificate of the Engineer-in-charge shall be conclusive as to such proportion. 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 of the District which was in force at the
time of the acceptance of the contract minus/ plus the percentage which the total
tendered amount bears to the estimated cost of the entire work specified in the
tender : and if the altered, additional or substituted work is not entered in the said
schedule of rates. Then the Contractor's shall within 7days of the date of his/
them receipt of the order to carry out of the work inform the Engineer-in-charge of
the rate which it is in his/ them intention to charge for such class of work,
and if the Engineer-in-charge 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/s shall commence work or incur any expenditure in
regard there to before the rates shall have been determined as lastly herein
before mentioned, then and in such case he/ they shall only be entitled to be
paid in respect of the work carried out or expenditure incurred by him/ them
prior to the date of the determination of the rate as aforesaid according to, such rate
or rates as shall be fixed by the Engineer-in-charge. In the event of a dispute, the
decision of the Managing Director of North Bengal State Transport Corporation shall
be final.
(9)
Clause — 12 A. In the case of any altered, additional or substituted work, which the contractor/s
is/ are required, under the preceding Clause 12 to do at the rates specified in
the tender for the main work or on the basis of the rates in the schedule of rates
of the district and which involves the employment of additional
materials (not withstanding anything to the contrary in the preceding
clause), the contractor/s may within 7days from the receipt of the order
claim revision of the rates in respect of such additional materials and the
Engineer-in-charge may revise such rates having regard to the increase in the
market price of such materials. In the event of a dispute the decision of the
Managing Director of the North Bengal State Transport Corporation shall be
final and binding and this contract shall be construed as if the said revised rates
for the said additional materials has been incorporated in this contact as being
applicable to such work.
Clause — 13 If at any time after the commencement of the work the Corporation shall for
any reason whatsoever not require the whole thereof as specified in the
tender to be carried out, the Engineer-in-charge shall give notice in writing of
the fact to the contractor/s who shall have no claim to any payment of
compensation whatsoever on account of any profit or advantage which he/ they
might have derived from the execution of the work not having been carried out,
neither shall he/ they have any claim for compensation by reason of and
alteration having being made in the original specifications, drawings designs,
and instructions which shall involve any curtailment of the work as originally
contemplated
Clause — 14 If it shall appear to the Engineer-in-charge or his Subordinate-in-charge of the
work, that any work has been executed with unskillful workmanship or with
unsound, imperfect, or with materials of any inferior description or that any
materials or articles provided by him/ them 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/s shall on demand in writing
form the Engineer-in-charge specifying the work materials or articles completed
of not withstanding that the same may have been inadvertently passed, certified
and paid for, forthwith rectify, or remove and re-construct the work so
specified in whole or in part as the case may require, or as the case nay be,
remove the materials or articles so specified and provide other proper and
suitable materials or articles at his/ their own proper charge and cost, and the
event of his/ their falling to do so with in a period to be specified by the
Engineer-in-charge in his demand aforesaid, the Contractor/s shall be liable
to pay compensation at the rate of one percent on the amount of the estimate
for every day not exceeding ten days, while his/ their failure to do so shall
continue and in the case of any such failure the Engineer-in-charge may rectify
or remove, and re-execute the work or remove and replace with others, the
materials or articles, complained of as the case may be at the risk and
expense in all respects of the Contractor/s.
(10)
Clause — 15 All work under or in course of execution or executed in pursuance of the contract shall
all times be open to the inspection and supervision of the Engineer-in-charge and his
subordinates and the Contractor/s shall at all times during the usual working hours,
and at all other time of which reasonable notice of the intention of the Engineer-in-
charge or his subordinate to visit the work shall have been given to the Contactor/s,
either himself/ themselves be present to receive orders and instructions, or have a
responsible agent duly accredited in writing present for that purpose. Orders given to the
agent of the Contactor/s shall be considered to have the same force as if they had
been given to the Contractor/s himself/ themselves.
Clause—16 The Contractor/s shall give not less than five days notice in writing to the
Engineer-in-charge or his subordinate-in-charge of the work before covering up 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 the same is so
covered up or placed beyond the reach of measurement and shall not cover up or
place beyond the reach of measurement any work without the consent in writing of
the Engineer-in-charge or subordinate-in-charge of the work; and if any work shall be
covered up or placed beyond the reach of measurement without such notice having
been given or consent obtained, the same shall be uncovered at the expense of the
Contractor/s or in default thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Clause—17 If the Contractor/s or his/ there work people or servants shall break deface, injure or
destroy any part of a building which he/ they may be working or any building, road,
curb, fence, enclosure, water pipes, cables, drains, electric or telephone posts or
wires, trees, grass or grass land or 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 twelve months (twelve months in the case of a road work) after
a certificate final or otherwise of its completion shall have been given by the Engineer-
in-charge as aforesaid, the Contractor/s shall make the same good at his/ their own
expense or in default, the Engineer-in-charge may cause the same be made good by
other workmen and deduct the expense (of which the certificate of the Engineer-in-
charge shall be final) from any sums that may be then, or at any time thereafter may
become, due to the Contractor/s or from his there security deposit.
The security deposit of the Contractor/s shall not be refunded before the expiry of 12
months (12 months in the case of a road work) after the issue of the certificate final or
otherwise of completion of Work. Provided that in the case of a road work if in the opinion of
the Engineer-in-charge half of the security deposit is sufficient to meet all the liabilities under
the contract half of security deposit will be refundable after 6 moths and the remaining half
after 6 months of the issue of the said certificate of completion.
Clause — 18 The Contractor/s shall supply at his/ their own cost materials (except such special
materials, if any, as may in accordance with the contract be supplied from the
stores of the North Bengal State Transport Corporation), plant, tools, appliances,
implements, ladders, cordage, tackle, scaffolding, and temporary works requisite or
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 in these conditions or not, or which may be
necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-charge as to any matter as to which under these condition he is
entitled to the satisfied, or which he is entitled to require together with carriage
(11)
therefore to and from the work. The Contractor/s shall also supply without
charge the requisite number of persons with the means and materials
necessary for the purpose of setting out works, and counting, weighing
and assisting in the measurement or examination at any time and from time
to time to the work or materials. Falling him/them so doing the same may be
provided by the Engineer-in- charge at the expense of the contractor/s and
expense may be deducted from any money due to the contractor/s under the
contract or from his/there security deposit. The contractor/s 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 other proceeding at law that may be brought by any person
for injury sustained owning to neglect of the above precautions to pay any
damages and costs which may be awarded in any such suit, action or
proceedings to any such persons or which may be with the consent of the
contractor/s be paid to compromise any claim by any such person.
Clause — 18 A In very case in which by virtue of the provisions of Section 12 Sub-Section (1)
of the workmen's Compensation Act. 1923, the Corporation is obliged to
pay compensation to a workman employed by the Contractor/s in
execution of the work the North Bengal State Transport Corporation will
be entitled to recover from the Contractor/s the amount of the
compensation so paid, and the North Bengal State Transport Corporation
shall be at liberty to recover such amount or any part thereof by deducting it
from the security deposit or from any sum due by the North Bengal State
Transport Corporation to the Contractor/s whether under this contact or
otherwise.
The North Bengal State Transport Corporation 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/s and upon his/
their given to North Bengal State Transport Corporation full security for all
cost for which the North Bengal State Transport Corporation might become
liable in consequence of contesting such claim.
Clause — 19 No Labourer below the age of twelve years shall be employed on the work.
Clause — 19A The Contactor/s should pay his/ their labourers wages not less in amount than
what is considered reasonable for the locality by the Managing Director.
Clause —20 No work shall be done on Sunday § without the sanction in writing of the Engineer-in-charge.
Clause —21 The contract shall not be assigned or sublet without specific orders from North Bengal
State Transport Corporation in respect of a specified sub-contactor. And if the contractor/s
shall assign or sublet his/ their contract or attempt to do so, or become insolvent or
commence any insolvency proceeding or make any composition with his/ their
creditors or attempt so to do, or if any bribe gratuity, gift, loan; perquisite reward or
advantage, pecuniary or otherwise shall either directly or indirectly be given, promised or
offered by the contractor/s or any of his/ their servants or agents to any officer or person
in the employ of North Bengal State Transport Corporation in any way relating to
his office or employment or if any such officer or person shall become in any way directly
or indirectly interested in the contract, the North Bengal State Transport Corporation may
thereupon by notice in writing rescind the contract and the security deposit of the
contractor/s shall thereupon stand forfeited and be absolutely at the disposal of North Bengal
State Transport Corporation and the same consequences shall ensue as if the contract had
been rescinded under clause 3 thereof, and in addition the contractor/s shall not be entitled
to recover or be paid for any work therefore actually performed under the contract.
(12) 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 North Bengal
State Transport Corporation without reference to the actual loss or damage
sustained and whether or not any damage shall have been sustained.
Clause —23 In the case of a tender by a partnership firm, any change in the constitution of the firm
shall be forthwith notified by the Contractor/s to the Engineer-in-charge for
his information.
Clause —24 All work to be executed under the contract .shall be executed under• the direction
and subject to the approval in all respects of the Engineer-in-charge 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 Omitted vide G.O No. 558/SPW dt. 13.12.2011
Clause —26 The Contractor/s shall obtain from the stores of the North Bengal State
Transport Corporation all stores and articles of foreign manufacture which may be
required for the work, or any part thereof or in making up articles required
thereof or in connection therewith unless he has obtained permission in writing
from the Engineer-in-charge to obtain such stores and articles elsewhere. The
value of such stores and articles as may be so supplied to the contractor/s by the
North Bengal State Transport Corporation will be debited to the contractor/s in his
account at the rates shown in the schedule attached to the contract and if they are not
entered in the scheduled, the will be debited at cost price which for the purpose of
this contract shall include the cost of carriage incidental charges and storage
charges in the last being recoverable in addition and all other expenses
whatsoever which shall have been incurred in obtaining delivery of the same at the
stores aforesaid.
Clause —27 When the estimate on which the tender is made includes lump sums in respect of the
parts of the work, the contractor/s shall be entitled to payment in respect of the items
of work involved or the work in question at the same rates as are payable under
this contact for such items or if the part of the work in question is not, in the opinion
of the Engineer-in charge capable of measurement the Engineer-in-charge may at
his discretion pay the lump sum amount entered in the estimate and the certificate
in writing of the Engineer-in charge shall be final and conclusive against the
contractor with regard to any sums or sums payable to his 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
specification, 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 instruction
and requirements of the Engineer-in-charge.
Clause —29 The expression "Work" or "Works" where used in these condition shall unless
there be sum things either in the subject or context repugnant of such constriction be
construed and taken to mean the works by or by virtue of the contact contracted to be
executed whether temporary or permanent and whether original, altered substituted
or additional.
Clause — 30 The contractor/s shall at his/ their own cost provide his/ their labour with hutting on
an approved site and shall make arrangement for conservancy and sanitation in the
labour camp to the satisfaction of the Local Public Health and Medical
Authorities. He/ they shall also at his/ their own cost make arrangements for the
laying of pipe lines for water supply to his/ their labour camp from the existing
mains wherever available and shall pay all fees charges and expenses in
connection therewith and incidental there to.
(13)
Clause —31 The Contractor/s will be responsible for payments of all water charges payable to the
municipality or any other water works authority including a Government
Department concerned.
Clause — 32 The contactor/s will have to leave ducts in wall and floors to run conduit or cables where
necessary and he/ they will not be entitled to any extra payment on this account.
Clause — 33 The contractor/s in the course of his/ their work should understand that all
materials obtained in the work of dismantling excavating etc. will be considered
property of the North Bengal State Transport Corporation and will be disposed of to
the best advantage of North Bengal State Transport Corporation.
Clause — 34 Material brought at site shall not be stacked at random. The contractor/s
shall stock all these materials as directed by Engineer-in-charge.
Clause — 35 The Contractor/s will have to make his/ their own arrangements for carriage of
materials schedule showing (approximately) materials to be supplied by
North Bengal State Transport Corporation under clause 10 and 26 for work
contracted to be executed and the rates they are to be charged for.
Contd………
(14)
Signature of Contractor. Signature of Engineer-in-charge.
Particulars
Rate at which the materials will be
charged to the Place of delivery
contractors
Unit Rs P
(A)
ADDITIONAL CONDITION OF CONTRACT
1. The site of work is within protected area and therefore the contractor selected for the work will have
to observe all formalities regarding exit and entrance of labour, materials, tools and plants etc.
2. The contractor should arrange all tools, plants and machineries such as Road Roller, Tar Boiler,
Mixing Drums, Mixture Machineries, Vibrators etc. Corporation will not responsible for
issue of any tools or plants and machineries required for the work. Road Roller etc. if available,
will be issued to the contractor for which necessary hire charges as obtaining in the P.W.D. will have
to be paid by the contractor. Non availability of tools and plants may entitle contractor to extension
of time only. No claim on idle charges for the same will, how ever, be entertained.
3. The contractor will have to arrange all materials such as stone chips, stone metals etc. and the
Corporation will not be responsible for arranging any wagon priority of any such facilities for
such materials.
4. The contractor will occupy minimum space for execution of the work. He should arrange his
materials and programme in such a manner not to create any inconvenience to the day to day work
of the Depot and workshop. As the space available within the area is limited, the contractor should be
prepared to take up the work part by part if necessary. The contractor should also see that no
obstruction is caused to the movement and parking of Buses due to there storing of materials or
tools and plants.
5. The ...................................................................................................................................
will be treated as district schedule as mentioned in the conditions of contract.
6. The General specification including mode of measurement and method of execution
of work P.W.D. Current Northern Schedule.
………………………………………………………………………………………
will be followed in all respect.
7. The consumption of cement will be guided by the chart given in
………………………………………………………………………………… for all similar items of tender where such items are not available in the above schedule the
decision of Chief Engineer will be final.
8. The contractor should quote his rate both in words and figures.
9. The following materials at the rates shown against each may be issued by the
Corporation _ from the Departmental Godown if available and the contractor would
carry the materials to site at his own cost.
(1)
(2)
(3)
(B)
10. The contractor should clear the site and complete all dressing, leveling after the completion of work to the satisfaction of Managing Director / Chief Engineer failing which Managing Director / Chief Engineer will employ labour for such work at the cost of the contractor and the amount will be deducted from the contractor’s bill.
11. Time allowed for the work:- ………………………………
12. All works are to be carried out according to the terms and conditions given in the Notice Inviting Tender & Conditions etc. for the work as noted in the tender form No. 1 of the NBSTC.
13. Before submission of Tenders, the contractors shall inspect the site of work, get themselves thoroughly acquainted with the local conditions and difficulties under which the work will have to be carried out. Any contractor tendering for the job shall be deemed to have done so. They should consider among others, the nature of soil, climatic condition of the locality, dearth of water in the area of work, Condition of existing Kuchha and pucca roads, transport difficulties, non-existence of roads in many places etc. Extra cost involved due to above factors shall have to be borne by the Tenderers and should, therefore, be included in the rates to be quoted by them.
14. All materials and tools and plants ( besides those to be supplied by Corporation for the work) staffs and labour skilled and unskilled including their housing, sanitation, procurement of food staff, supply of drinking water, medical aid etc. are to be arranged for by the contractors at their own cost. Cost of all necessary transport of labour, materials and all other items mentioned above shall have to be borne by the contractors and included in their rates for different item of works.
15. Arrangement for water for all Road and Building works, concrete work, Consolidation of metals, washing of metals and chips etc. construction of platforms and vats etc. including cost there of are to be borne by the contractors. The water should be clean free from loam, silt and organic materials. No hard water shall be used. The rates quoted by the contractors must be inclusive of all charges and costs.
16. If any materials issued by the department to contractor entrusted with the construction for utlisation in the work, be lost damage, or stolen while in the custody of the contractors, this shall have to be replaced by the contractors at their own cost. The value of such materials lost, damaged or stolen will be determined by the Engineer- in Charge at the stock issue rate or market rate whichever is higher, and the decision of the Engineer- in Charge in such cases will be final.
17. The contractors should engage local labours, as may be possible.
18. The contractor must erect temporary pillars, as many as required, in suitable places as directed by the Engineer- in Charge, at his own cost before starting the work from which the departmental staff will layout all important levels and free alignments. All threads, pegs, nails, flags, labours etc. required for setting out the levels and laying out different structures and alignments shall also be supplied by the contractors at their own costs.
19. All works shall be carried out in conformity with the drawings approved by this
department. The available drawings ready at present may be seen by the tenderers at the
office of the Managing director / Chief Engineer. The contractors shall have to carry out all
works according to the detail drawings ready at present and those which will be prepared and
furnished by this department during execution of work from time to time on subsequent later
dated.
(C)
20. All rates to be quoted by the contractors shall be inclusive of all incidental fees and charges
e.g. royalties of materials, electricity, waster and other charges of municipalities of statutory
bodies, sales tax, income tax etc. Nothing extra will be paid on any such account.
21. The supply of materials viz. cement, steel materials etc. if available at stock which will be
issued by this department, may not be continuous uniform and regular No claim, whatever, will
be entertained nor detention or loss of contractor’s labour and conveyances etc. arising out such
irregular supply of the materials mentioned above.
22. The contractors shall pay all charges and fees legally payable and to hold the employer free
from such costs.
23. The rates of all items to be quoted by the contractors shall include cost of all ordinary,
special and stage scaffolding up to any height, labour for bending of rods and placing the same
in position, curing, all centering, shuttering and shoring, carriage of materials to all levels,
except otherwise mentioned in the items concerned.
24. The contractors shall arrange all transport including railway wagon required for carriage of
all tools, plants implements and materials etc. at their own cost. The department will, however
recommended to the Director of Movement, West Bengal for issue of priority for wagon for
movement of tools, plants, materials etc. on the basis of application made by the contractors but
no guarantee for the same can be ensured.
25. In cases of additional items of work, which are not found in the original contract but are
existing in the schedule of rates of PWD, appropriate Circle of the year in which the original
tender is accepted the rate for such additional item shall be arrived at by levying the same
percentage which the original tender bears to the estimated cost put to tender. In case of
additional item of work which are not found either in the original contract or in the schedule of
rates of PWD appropriate Circle of the year in which the original tender was accepted, the rates
for such additional items of work will be arrived at from the basis of rates of materials and
labour provided in the schedule of rates of PWD appropriate Circle as the case may be, which
was prevalent at the time of acceptance of original tender, plus or minus the percentage which
the tender amount of the contract bears to the estimated cost of the entire work put to tender.
When the Basic rates of materials and labour are not available the schedule of rates of
the Circle referred to above, the rates of such supplementary item of works will be arrived at,
based on purely the then market rates of materials and labour plus 10 % profit. Black market
rates will never be considered or taking notice of by the undersigned, who alone is solely
competent to discriminate between Fair market, or Black market rates of materials and labours.
26. The rates of all item of works (including earth work and piling) in foundation including the
cost of pumping or bailing out water, as necessary, for which nothing extra will be paid.
Managing Director
North Bengal State Transport Corporation
Cooch Behar
SPECIAL TERMS AND CONDITIONS & SPECIFICATIONS.
(A) SPECIAL TERMS AND CONDITIONS.
General 1.(a) (i) All works are to be carried out in accordance with the General Conditions &
Conditions and Specifications of the P.W.D. printed Schedule of Rates for Building Works, Road
Specifications Works, Carriage/Sanitary & Plumbing, Electrical works, as the case may be, in
force in the area under consideration at the time of acceptance of the tender.
(ii) The specifications for work not covered by the specifications laid down in the P.W.D Schedule stated
above shall be governed by I.S-.I Code of Practice and as per best engineering practice according to the
direction of the Engineer-in-Charge.
(iii) In addition to above, the special terms and conditions and specifications as mentioned hereinafter shall
be applicable.
(b) If the stipulations of the various contract documents be at variance in any respect,
one will over-ride the other (only in so far as these are at variance) in order of precedence given below :
(i) Notice Inviting Tender (N.I.T)
(ii) Specific Priced Schedule of probable items with approximate quantities/schedule of probable items
with approximate quantities and quoted rate for each item.
(iii) Special Terms & Conditions & Specifications.
(iv) Engineering Form No. 1
(v) General Conditions and Specifications of the P.W.D Schedule as defined in clause 1 (a) (i) above.
Engineer in C h a r g e 2.The word "Engineer-in-Charge" appearing anywhere in the tender document shall refer to the Executive
Engineer (Civil) ,N.B.S.T.C. under whose charge the whole work or part of the work 'lie or his /their authorised representative(s) who has/have been delegated certain flowers by the aforesaid Executive
Engineer (c) in respect of such powers so delegated.
Department 3. "Department" appearing anywhere in the tender document-means N.B.S.T.C.,
Government of West Bengal Undertaking who have jurisdiction, administrative and/or executive control
over whole of the work forming the subject matter of the tender or contract.
Mode of measur- 4. The mode of measurement for different items of work and consumption of
ement & consum- material, would be guided by the standards fixed in the P.W.D Schedule as referred
ption statement. to in clause 1 (a) (i) above.
5. Unless otherwise specified in this section or in the description of item, the cost
of meeting all the requirements/ exigencies mentioned in the Section shall be deemed to have been included
in the rates of item / items quoted by the tenderer.
Acquaintance 6. Before submission of tenders, the contractors shall inspect the sites of work, get
with s i te themselves thoroughly acquainted with the local conditions and difficulties under which the
work will have to be carried out. They should consider amongst other the nature of soil, climatic
conditions of the locality, dearth of water in the area of work, facility for power connection, condition of
existing Kuchha and pucca roads, non existence of any approach road to the site, transport difficulties etc.
and all other factors which may affect their rates.
Extra cost involved due to above factors shall have to be borne by the tenderers and would be deemed
to be included in the rates quoted by them.
Incidental fees, 7. Rates quoted by the contractor shall be deemed to be inclusive of all incidental fees t a x e s
Fees and charges e.g royalties, octroi, electricity, water and other charges o f
municipalities or statutory bodies, Ferry charges, Sales Tax, Income Tax, Turn
Over or charge prevailing at the time of submission of tender or which may be
introduced during execution of the work or pending of the contract. Nothing extra will be paid on any such account.-
Transportation 8. The contractor shall arrange for all transport including railway wagons required
for carriage of materials, machineries, tools and plants, implements at his own cost.
Tools & Plants, 9. All tools and plants and implements including special tools and plants and all
Special helper materials as may be required for execution of the work shall to be arranged by the contractor at his
own cost.
Approach Road 10. Arrangement for construction and maintenance of all weather approach road to
site will be the responsibility of the contractor and he shall have lo do this at his own cost. In respect of
any stretch of road arranged by the contractor to pass over any private/Govt. land/land leased out by
Govt. to private parties, the contractor will remain responsible to pay any damage/compensation or any
royalty claimed for construction of such approach road. No extra payment will be made to the
contractor for this purpose.
Issue of materials 11. There will be no Supply of any materials from the department. All materials
including steel materials, cement, bitumen required for executing different items of works will have to
be supplied by contractor to the work site at his own cost. Rates should be offered including the cost of
supply, carriage, loading, unloading and stacking of all such materials.
Part rate 12. The Engineer-in-Charge will decide the part rate to be fixed for payment for
any work done at every stage and his decision in writing will be final.
Reduced Rate 13. The Engineer-in-Charge on his own discretion may accept any work done not
to the entire satisfaction of the Department and in such cases the work will be paid in "Reduced Rate" as
will be decided by the Engineer-in-Charge. Rate fixed.by the Engineer-in-Charge will be final and
binding. The Engineer-in-Charge will not be under any obligation to accept any work done not to the
satisfaction of the Department.
Working space, 14 .In view of stringency of available land, working space is very limited. Planning
land. for the work is to be made accordingly. Before tendering for the work, the contractor should
ascertain the feasibility of arranging locally open space for locating his labour camp, office, godown etc. at
his own cost. Construction, improvement, widening and maintenance of all weather roads to the above
lands at his own cost shall be the responsibility of the contractor. No claim in this regard will be
entertained by the Department under any circumstances.
Delay in handing 15. The working site will be made available to the contractor in stages and the
over of work site programme of work is to be drawn up accordingly. No claim for delay in handing
over the working site will be entertained.
Electricity, 16. The contractor shall make his won arrangements of supplying electric power to
water , e t c . work si te, water for construct ion purpose, dr inking water ' to the off ice and camp at his own
cost. The department may render all possible assistance in this regard but the same cannot be guaranted.
Any delay or any claim arising out of it will not be entertained by the Department.
Debris and site 17. The contractor shall from time to time clear the debris that may accumulated
clearance , during the progress of work. On complet ion of work the si te is to be cleaned by the contractor
in all respects at his own cost to the satisfaction of Engineer-in-Charge. No separate payment whatsoever
will be made for this.
Pumping, 18. The contractor shall provide all pumping and other arrangements that may be
dewatering etc . necessary to remove seepage water whether due to river flow, subsoil water, rain water or water
from any source whatsoever that may be necessary to keep the said water out of foundation or any part
of the structure under construction. Such pumping or other necessary arrangement shall not be paid for
separately and the cost thereof is to be included in the contractors' rate of relevant items of works.
Water 19. Arrangements for water for all road and building works such as mixing morter,
soaking brick materials, brick works, concrete works, consolidation of metals and chips etc., construction of platforms
and vats etc. including cost thereof are to be borne by the contractors. The water should be clean, free from loam, silt and
organic materials. No hard water shall be used. The rates quoted by the contractors must be inclusive of all such
charges and costs.
Contractor's 20. The contractor must provide suitable godowns for cement and other materials
Godown/Labour at the site of work at his own cost. The cement are to be of sufficient
Camp capacity to store at least 100 M/T of cement at a time and it must be stored on
an elevated timber dunnage with proper ventilation. No separate payment will be made for these godowns or for
stackyard. Bags are to be stored in such a way that not more than 8 Nos of bags are stacked one above the other. All
materials brought to the godown/site must be available for inspection at any time during day and night by the
Engineer-in-Charge or his authorised representative.
Arrangement 21. The contractor will arrange land including its development and approach road arrangement camp with
proper for and sanitation, site office etc which will be
water of land the contractor, and all cost for land and construction works as stated above shall be deemed to have been included in
the rates for relevant items.
Use of Govt. 22. The contractor shall make his own arrangements for storage of tools and plants,
l and mater ia ls e tc . o f adequate capaci ty and shal l c lear and remove on complet ion o f work any shed,
huts etc. which he might have erected in Govt. land if provided by the department. Before using any space in govt.
land if provided for any purpose whatsoever, approval of the Engineer-in-Charge is to be obtained.
Road open to 23 It should he clearly understood that the contractor will be responsible to keep the road open to all Traffic kinds of traffic
Trafic during execution of the work. The work should be so arranged and the programme of work must be as adjusted as would not disturb the smooth flow of road traffic in any way. If necessary, diversion road should be provided and maintained by the contractor at his own cost for the entire period of work. The contractor should take all necessary precautions including guarding and lighting barricading as necessary to guard against the chances of injury or accident to the road, road users during execution of the work for which nothing extra will be paid.
Contractor's 24. The contractor shall have an office adjacent to the works site as may be approved
office by the Engineer-in-Charge where all directions and notices of any kind whatsoever which the
Engineer-in-Charge or his representative may desire to give to the contractor in connection with the contractor's
works may be left and the same when left at or sent by post to such office or delivered to the contractor's authorised
agent or representative shall be deemed to be sufficiently served upon the contractor.
Time of 25 After receipt of work order from the Managing Director, N.B.S.T.C., the contractor shall have to submit
completion/ within 15 (fifteen) days a programme for construction following or any other accepted method clearly
showing in details theiremployment of different categories of men and materials at different stages of work and a time
table divided into four equal period of progress for approval by the Engineer-in-Charge who will have the authority to
make additions, alterations and substitutions or any other changes to such programme in consultation with the
contractor and such approved programme shall be binding on the contractor until the same is modified by the
M.D on prayer of contractor in writing praying for such modification of programme.Time for completion of the
work in all respect is months from the date of work order. Time for completion as specified herein shall be
deemed to be the essence of the contract.
. Serviceable 26. The responsibility for stacking the serviceable materials obtained during dismantling of
Materials existing structure / roads (to be decided by the Engineer-in-Charge) and handing over the
same to the Officer-in- Charge of work of this Department lies solely with the contractor and
nothing will be paid on this account. In case of any loss or damage of serviceable materials
prior to handing over the same to this Department, full value will be recovered from the
contractor's bill at rates as would be assessed by the Engineer-in-Charge.
27. The contractor shall, within seven days of the receipt of the order to take upwork, supply at his own
cost one Site Order Book to the authorised representative of the Engineer-in-Charge. The site order book shall be
kept at the site of work under the custody of the officer concerned or his authorised representative. The site order
book shall have machine numbered pages in duplicate. Directions or instructions from departmental officer to be
issued to the contractor will be entered (in duplicate) in the site order book (except when such directions or
instruction are given by separate letters). The contractor or his authorised representative shall regularly note the entries made in
the site order book and also record thereon the action taken or being taken by him to comply with the said directions or
instructions or any relevant point relating to the work. The contractor or his authorised representative may take away
the duplicate page of the site order book for his own record and guidance.
Cases of supplementary items or of claims may not be entertained unless supported by entries in the site order book or
any written order.
The first page of the site order book shall contain the following particulars:
A. Name of the work. B. Reference to Contract Number..
C. Date of opening of the site order book.
D. Name and address of the contractor.
E. Signature of the contractor.
F. Name and address of the authorised representative (if any) of the contractor authorised by him.
G. Special purpose for which the contractor's representative is authorised to act on behalf of the
contractor.
H. Signature of the authorised representative duly attested by the contractor.
I. Signature of authorised officer of the department.
J. Date of actual completion of work. K . Date of recording final measurement.
Entries vide (J) and (K) above shall be filled on completion of the work and before the Site Order
Book is recorded in the office of the Engineer-in-Charge.
Authorised 28. The contractor shall not assign the arrangement or sublet any portion of the work.
Representative The contractor may, however, appoint authorised representatives for the following
of Contractor purpose only :--
(a) General day to day management of work.
(b) To attend measurements when taken by the departmental officers and sign the records of such
measurements which will be taken as accepted by the contractor.
The selection of the authorised representative is subject to the prior approval of the Engineer-in-
Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge giving
therein the name of work, tender no., the name and address and the specimen signature of the
representatives he wants to appoint and the specific purpose (s) as specified in clause (a) & (b). Even
after first approval the Engineer-in-Charge may issue at any subsequent date revised direction about such
authorised representative and the contractor shall be bound to abide by such directions. The Engineer-
in-Charge shall not be bound to assign any reason for any of his direction with regard to the appointment
of authorised representative. Any notice, correspondence etc. issued to the authorised
representative or left at his address, will be deemed to have beeno issued to the contractor himself. The
provision of Power of Attorney, if any, must be to the approval of the Department. Otherwise the
Department shall not be bound to take cognizance of such Power of Attorney.
Clearing the 29. Before starting any work, work site where necessary must be properly dressed
work site after cutting, clearing and cleaning all varieties of jungles, shrubs, bamboo clusters or any
undesirable vegetation from the alignment or site of work, for which nothing will be paid extra, unless
specifically provided in "Priced Schedule of Probable Items with Approximate Quantities".
Sundry materials 30. The contractor must erect temporary pillars, master pillars etc. as may be required,
in suitable places as directed by the Engineer-in-Charge at his own cost before starting and during the work
by which the departmental staff will check levels, layout of different works and fix up alignments and
the contractor shall have to maintain and protect the same till completion of the work. All petty and
sundry materials like peg string, nail flags, instruments etc. and also skilled labours required for setting out
the levels, for laying out different structures and alignments shall also be supplied by the contractor at his
own cost.
Co-operation and 31. All works are to be carried out in close co-operation with department and other contractor or contractors
damage to other who may be working in the area of work. The work should also be carried out with due regard to
property the convenience of the road, locality and occupants, if any. All arrangement and programme of work
must be adjusted accordingly. All precautions must be taken to guard against chance of injury or
accidents to working personnel, road users, people of the locality and occupants etc. The contractor must
ensure that all damages to any property which in the opinion of the Engineer-in-Charge are due to
negligence of the contractor, are promptly rectified by the contractor at his own cost and expenses and
according to the directions and satisfaction of the Engineer-in-Charge. The contractor will also
indemnify the department against any claim for compensation for Any damage/loss to any one arising
from any issue concerned with the work of the contractor.
Approved 32. Works shad be carried out in conformity with the drawings approved by the
Drawings Department. The available drawing ready at present may be seen by the tenderers at the office
of the concerned Executive Engineer, N.B.S.T.C. The contractors shall have to carry out all works
according to the detailed drawings ready at present and those which will be prepared and furnished by this
Department during execution of ,work from time to time on subsequent later dates. Drawings will be given
in phases. No claim whatsoever will be entertained for any delay in supplying working drawings. However, if
such delay causes delay in execution of works, then suitable extension of time will be granted.
Condition of 33. As per clause-5 of Eng. From No. 1, as the case may be, when an extension
Extended of time for completion of work is authorised by the Engineer-in-Charge, it will be
period taken for granted that the validity of the contract is extended automatically uptn
the extended period with all its terms and conditions, rate etc. remaining unaltered, i.e. the contract is
revalidated upto the extended period.
Extension 34. For cogent reasons over which the contractor-had no control and which retarded
of t ime the progress, extension of time for the period lost-will be granted on receipt of application from
the contractor before the -expiry date of contract. No claim whatsoever for idle labour, additional
establishments, cost of hire and labour charges of tools and plants etc. would be entertained under any
circumstances. The contractor should consider the above factor while quoting his rate. Application for
such extension of time should be submitted by the contractor in the manner indicated in clause 5 of the
Eng. Form No. 1.
Supplementary 35. Notwithstanding the provisions made in the Engineering Form No. 1 (if any),
i t em any i tem of work, which can legit imately be considered as not st ipulated in the "Specific
Priced Schedule" but become necessary as reasonable contingent item during actual execution of work will
have to be done by the contractor if so directed by the Engineer-in -Charge."-The items of work not occuring in
the "Specific Priced Schedule" or the original contract will be considered as supplementary items.
The rates of supplementary items of work will be determined in order of precedence as given
below notwithstanding what has been stated in clause 12 of the "Conditions of Contract" and clause 25
of 'Additional Condition of Contract' of the Engineering Form No. 1.
(a) For i1tems existing in the P.W.D Schedule of Rates referred to clause 32(vi) of the Notice Inviting Tender
(N.I.T), the rates for such additional items would be the schedule rates plus/minus contractual percentage.
(b) The rates of supplementary items shall be derived to the maximum extent possible, from the rates of allied
items of work appearing in the Specific Priced Schedule.
(c) To complete the analysis, if necessary, the rates appearing in the P.W.D, P.W (Roads) Deptt's and P.W.D
Electrical Schedule of Rates in force in the area under consideration at the time of acceptance of the tender
shall be adopted for items of works relating to Building, Road and Electrical works respectively after
application of clause 35 (b) above.
(d) The contractual percentage shall be applicable to the portions of the analysis based on clause 35(b) and
35(c) above.
(e) For items of work which are not found either in the original contract or specific priced schedule, the rate would
be arrived at from the basic rates of materials and labour provided in the P.W.D Schedule of Rates, as the case
may be, referred to in clause 32(vi) of N.I.T. plus/minus the contractual percentage.
(f) The rates of items which could not be derived by any of the above processes shall be determined by
analysis on the basis of prevailing market rates (at the time of execution) of cost and carriage of material and
labour. 10% extra on arrived rates to be added for profit and overhead charges, and the contractual percentage
will not be applicable.
36 When the item of work is to be covered up by another item of work the former item has to be measured up and
inspected by the concerned Authorised Officer and order is to be obtained from him for proceeding with the
latter item of work
.
37 Samples of all materials to be supplied by the contractor and to be used in the work shall have to be got
approved by
the Engineer-in-Charge prior to utilisation in work.
38 All risk on account of Railway or Road carriage or carriage by boat including loss or damage of vehicle, boats,
burgess, materials or labour will have to be borne by the contractor.
39. No claim whatsoever for idle labour, additional establishment cost of hire and labour charges of Tools and
Plants etc would be entertained under any circumstances.
40 The contractor shall pay all charges and fees legally payable for acts arising out of their works and hold the
employer free from all such costs.
41 Any sum of money due and payable to the contractor (including security deposit returnable to him) under this contract
may be appropriated by the Authority and set off against any claim of govt. department for the payment of a sum of
money arising out of or under any other contract made by the contractor with the government/department.
Charges &Fees
payable by
contractor
Realisation of
Departmental
Claim
Covered Up work
Approval of
sample
Contractor's risk
for loss or damage
Idle labour
42 The contractor shall comply with the provision of the Apprentices Act, 1961, Minimum Wages Act, 1948, Contract
Labour (Regulation and Abolition) Act, 1970 and the rules and orders issued there under from time to time If he fails
to do so, his failure will be treated as a breach of contract and the -Managing Director, .N.B.S.T.C may at his discretion
take necessary actions against the contractor. The contractor shall also make him self liable for any pecuniary liabilities
arising out on account of any violation of the provision of the said Act (s). The contractor must obtain necessary
certificate and license from the concerned Registering Officer under the Contract Labour (Regulation and Abolition) Act,
1970 and on demand must produce the same to the Engineer-in-Charge.
43 The contractor shall be responsible for the true setting out of the work and for the correctness of the positions, levels,
dimensions and alignments of all the works. If any adjustments become necessary the contractor shall have to do the same
at his own cost according to the direction of the Engineer-in-Charge. During progress of works if any errors appear or
arise in respect of position, levels, dimensions or alignment of any part of the work, the contractor shall at his own cost
rectify such defects according to the satisfaction of the Engineer-in-Charge.
44 The contractor shall carefully execute the work without disturbing or damaging underground/overhead service utilities viz:
electricity, telephones, gas, water pipes, sewers etc. In case disturbance of service utilities is found unavoidable the matter should
immediately be brought to the notice of the Engineer- in -Charge and necessary precautionary measure as would be directed by
the Engineer-in-Charge shall be carried out. If the service utilities is damaged or disturbed in any way by the contractor during
execution of the work, the cost of rectification or restoration of damages as would be fixed by the department concerned
will be recovered from the contractor.
Night work 45.The contractor shall not ordinarily be allowed to execute the work at night. Thecontractor may, however, execute the
work at night, if required, with the permission of the Engineer-in-Charge and such night work shall not normally be
extended beyond 8 P.M unless required due to technical or emergent reasons. In that case the contractor shall have to
arrange for separate set of labour with sufficient and satisfactory lighting arrangement for the night work. No extra
payment whatsoever in this respect will be paid for to the contractor.
Testing of quali- 46.All materials and workmanship shall be in accordance with the specifications laid down in this contract and also
ties of materials as per I.R.C./I.S Code and Specification and the Engineer-in-Charge reserves the right to test,
and workmanship examine and measure the materials/workmanship direct at the place of manufacture, intermediate locations or
at the site of work or any of such places. The contractor shall provide such assistance, instruments, machines,
labour and materials as the Engineer-in-Charge may require for examining, measuring and testing the work and quality,
weight or quantity of materials used and shall supply samples for testing as may be selected and required by the
Engineer-in-Charge.
Rejected 47.All materials brought to the site must be to the approval of the Engineer- in-Charge.
materials Rejected materials must be removed by the contractor from the site within 24 hours of the issue
of order to that effect. In case of non-compliance of such orders, the Engineer-in-Charge shall have the
authority to cause such removal at the cost and expense of the contractor and contractor shall not be
entitled to any claim for loss or damage which may be caused by such removal.
Ancillary 48.Unless specifically mentioned otherwise in the description of items included in the specified priced
charges schedule or schedule of probable items of work, no extra charge will be paid for scaffolding
(including staging scaffolding), centering, shuttering, curing etc. and the rates are to deemed to be
inclusive of the same and also of the cost of any helper materials required / necessary for satisfactory
completion of the work.
Force Closer 49. In case of force closer or abandonment of the works by the Department, the contractor will be eligible to be paid for the finished work and reimbursement of expenses actually incurred but not
for any losses.
50.The contractor shall give all notices and pay all fees required to be given or paid by any statute or by any
regulation or by law or as imposed by any local or other statutory authorities which may be applicable to the works and keep the
departmental employees indemnified against all penalties and liability of every kind for breach of such statute
regulation by law.
Compliance of
different acts"
Setting out of
the work
Precautions
during work
. Tenderer's Rate 51.The contractor should note that the tender is strictly based on the rates quoted by the contractor on the priced schedule of probable item of work / B.O.Q
52. The contractor shall save harmless and indemnify the Department from and against all claims, demand suits and
proceedings for or on account of infringement of any patent rights, design,-trade marks of name or other protected rights in
respect of any constructional plant machine, work materials, thinking or process used for or in connection with the
works or temporary works or any of them.
(B)SPECIFICATIONS
All works are to be carried out in accordance with the General Conditions &Specifications, both in respect of materials and execution, of the P.W.D and P.W (Rods) Dept printed schedule of rates for Buildings works, Road works, Carriage/ Sanitary & Plumbing works Electrical works as the case may be, in force in the area under consideration at the time of acceptance of the tender.The specifications for work not covered by the specifications laid down in the P.W.D schedule stated above shall be governed by I.S.1 code of practice and as per best engineering practice according to the direction of the Engineer-in-Charge.
(Signqture of the Tenderer) (Signature of the officer by
whom accepted)
DECLARATION 1
The following certificates should be signed by the tenderer unconditionally before submission of the tender.
Certificate
I/We have inspected the site of works and have made me/us fully acquainted with the local
conditions in and around the sites of works. I/We shall be bound by conditions laid down in the Notice
Inviting Tenders, Special Terms & Conditions, & Specifications, Specific Priced Schedule and also
Engineering Form No. I. I/We have gone through the current Schedule of Rates of P.W.D as
specified in clause 32(vi) of the N.I.T. (as the case may be) & General Specifications now in force in
the P.W. Department, Government, of West Bengal, and also the I. S. I. Code of Practice. I/We shall also
uniformly maintain such progress with the work, as may be directed by the Engineer-in-Charge of the
work to ensure completion of same within the target date.
______________________ _____________________
(Postal Address in Block Letter) (Signature of the Tenderer)