0% found this document useful (0 votes)
152 views21 pages

ST/SC Development Department: Integrated Tribal Development Agency, Nilagiri

1. The document is a tender notice for the construction of a two-storied 300-seated boys' hostel building at Banabhuin High School with an estimated cost of Rs. 1.5 crore. 2. Sealed tenders are invited from registered contractors and must be received by the Project Administrator, ITDA Nilagiri by 3PM on December 19, 2011. 3. The tender document sets out 31 clauses covering details of the tender including cost of documents, EMD requirements, qualifications, process, validity and other standard terms.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
152 views21 pages

ST/SC Development Department: Integrated Tribal Development Agency, Nilagiri

1. The document is a tender notice for the construction of a two-storied 300-seated boys' hostel building at Banabhuin High School with an estimated cost of Rs. 1.5 crore. 2. Sealed tenders are invited from registered contractors and must be received by the Project Administrator, ITDA Nilagiri by 3PM on December 19, 2011. 3. The tender document sets out 31 clauses covering details of the tender including cost of documents, EMD requirements, qualifications, process, validity and other standard terms.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
You are on page 1/ 21

ST/SC DEVELOPMENT DEPARTMENT

ODISHA

INTEGRATED TRIBAL DEVELOPMENT AGENCY,


NILAGIRI.

TENDER SCHEDULE

Tender document
For the work :- Const. of Two storied 300 seated Boy’s Hostel
Building at Banabhuin High School .

D.T.C,N :- No. 936 /2011-12

CONTRACTOR PROJECT ADMINISTRATOR


GOVERNMENT OF ODISHA
OFFICE OF THE PROJECT ADMINISTRATOR, ITDA,NILAGIRI

DETAILED TENDR CALL NOTICE

1. Sealed tenders are invited from registered Contractor of P.W.D. / Irrigation / P.H.D. of
class…”A” & “Special class” Contractors in prescribed form to be eventually drawn
in P.W.D. Form F-2 and will be received by the Project Administrator, ITDA, Nilagiri
upto 3.00P.M. on date 19.12.2011 . for the work Construction of Two storied 300
seated Boy’s Hostel Building at Banabhuin High School with an estimated
cost Rs. 1,50,00000/- .
( Rupees one crore fifty lakhs only. ) .
2. The prescribed form along with the documents is obtained from the office of the
undersigned on payment of Rs10000/- + 4% Only per each set. This amount is not
refundable. Department will not be responsible if there is any delay in respect of
tender documents by the intending Contractors sent by the department through
registered post or speed post / courier service . not reach the undersigned office
by the last date and time as mentioned in D.T.C.N, , their offers will not be
considered on any account even if, the tender documents were despatched by the
tenderers before the due date.
3. No tenderers should furnish their tender in their own manuscript papers.
4. The work is to be completed in all respect within 10(ten) calendar months from the
date of issue of the work order. Tenders whose tender is accepted must submit
programme of works immediately after issue of work order for approval of Engineer-
in-Charge.

5. Bid documents consisting of plans, specifications, the schedule of quantities


and the term and conditions of contract and other necessary
document can be seen in office of under signed during office hours
everyday except on Sundays and Public holidays till last date of sale of tender
papers .Interested bidders may obtain further informations at the said
address can down loaded from website address “www.baleswore.nic.in”.

CONTRACTOR PROJECT ADMINISTRATOR


6. Bid document is obtainable from O/O-P.A,I.T.D.A, Nilagiri and must be
accompanied by EMD amount mentioned above payable at any Nationalized
Bank, at Nilagiri as per DTCN and drawn in favour of Project
Administrator, I.T.D.A, Nilagiri. The E.M.D. should be in form of KVP/T.D/
Bank Draft/NSC/PassBook etc.
7.. The sale of the Bid documents shall start from 13.12.2011 and close
on17.12.2011 at 5.00 P.M . Bids shall be received in office of under signed only
till 3.00 P.M hours on 19.12.2011 along with duly attested, Xerox copies of
(a) valid contract license ,(b) Pan card, (c)Vat clearance in form NO-612.
Alongwith original No relation certificate and Affidavit of Authenticity of
documents. However labour license shall have to be submitted at the
time of Agreement .
8. Bids must be send through Regisrered post / speed post having
identification NO- 02/2011—12 . P.A.,I.T.D.A,Nilagiri .
.
9. Bidding documents requested by mail will be despatched by Regd/speed post
on payment of an extra amount of Rs.500/- over the cost of tender paper.
The authority will not be held responsible for the postal delay if any or non -
receipt of same.
10. Bidding documents downloaded from website will have to pay Rs10,000/-
(Rupees Ten thousands only) towords cost of tender paper should be in form
of KVP/T.D/ Bank Draft/NSC/PassBook etc payable at any Nationalized
Bank, at Nilagiri as per DTCN and drawn in favour of Project
Administrator, I.T.D.A, Nilagiri. .

11. The Bid documents will be opened on 19.12.2011 at 4.00 P.M hours in the
office of undersigned in the presence of bidder or his authorized
representative.
12. The bids quoting less than 10% of the estimated cost will have to deposit
differential amount of 90% of amount put to tender and tendered value in
shape of bank draft . However, the bids has to be attached with analysis of
quoted rates against each item .
13. The SC/ST bidders shall have to furnish XEROX COPY OF CASTE
CERTIFICATE and an Affidavit mentioning he has not availed any such
preference within last three months at the time of submission of document.
14. The Engineer bidders seeking exemption of EMD must submit
. their original license at the time of opening of tender papers,
With the no. of work awarded to them in same financial year .
15. Transfer or adjustment of EMD & ISD amount with other works
will not be entertained .
16. Incase the quoted amount is less than 10 % of the tender call amount then
bidder has to submit item wise analysis without which the tender will be
liable for rejection.
17. By submission of a tender for the work, a tenderer will be
deemed to have satisfied himself by actual inspection of the site and locality
of the work, about the quality and availability of the required quantity of
materials . The tendered Rates will be adequate to complete the work as per
specification with quantity. He has to bear all difficulties if encountered during
progress of work. No extra charges or payments will be entertained for any
reason thereof, in case Contractor Claims later on to have misjudged as
regards to availability of materials, labour, and other factors.
CONTRACTOR PROJECT ADMINISTRATOR
18. The contractor after receiving of work-order, has to furnish a
. work programme with a view to complete the work in stipulated
Time, any deviation to this will be heavily penalized .
19. The E.M.D will be forfeited if the contractor failed to sign the
agreement after acceptance of tender with the stipulated
period . Incomplete tender/ tenders will be rejected.
20. The authority reserves the right to reject any/all tenders
without assigning any reason thereof.
21 ll the tenders received will remain valid for a period of Ninety days from the
. date of issue of receipt of tenders. Validity of tender can also be extended
if agree to by the tenders and the dept
22 The rates should be written in both words and figures and in decimal coinage, and
the units in words. In case of discrepancy in rates between words and figures the
amount in words will prevail. The tender should also show the total of each item and
the grant total of whole tender. The tender shall be written legibly & free from using
erasures, overwriting or converse of figures corrections where unavoidable should be
made by crossing out initiating, dating rewriting.
23. The tenderers carefully study the drawing and specification, liable to contract
and all the documents which form parts of the agreement to be entered into the
accounted tenders and detailed specifications of Orissa and other relevant specifications
and drawing which are not available for sale. Complaints at future date, the plans and
specifications have not seen cannot be entertained.
24 . the time of submitting the tender samples of stones metal and chips to be used to be
deposited in settled baos duly labeled, nothing the made of quarry dated initial by the
tenders in the office of the undersigned.
25 It must be definitely understood that the Govt. accepted any responsibility for the
correctness and completeness of the trial borings shown in the Cross Sections.
26 Each tenderers must pay an earnest money of Rs 1,15,000.00 along with the form of
State Govt. Loan bonds or National Saving Certificates, Postal Pass Books pledge to
the Project Administrators, ITDA, Nilagiri in no other form.
27 The tender will not be considered unless the tenderers enclosed a true copy of the
Income Tax Clerance Certificate , valid labour license and Vat Clearance
Certificate along with the tender and Original Certificates are produced before the
Officer concerned at the time of opening of the tender.
28 The tenderer may at his, option quote reasonable rate for each items of work carefully
so that the rate for one should be un-workable low and for other too high.
29 The tender containing extraneous conditions not concerned by the tender notice are
liable for rejection and quotations should be strictly in accordance with the items
mentioned in the call notice. An change in the wording will not be accepted.

CONTRACTOR PROJECT ADMINISTRATOR


30 Letters etc. found in the tender raising or Lowering the rates of detailing with the
points in connection with the tender will not be considered.
31 A schedule of quantity accompanies the tender notice. It shall be definitely
understood the Govt. does not accept any responsibility for the corrections of this
schedule and that this schedule is liable for alteration or omissions deductions or
additions as set forth in the condition of contractor. Such omissions, deductions
additions or alterations shall in no way in all date the contract and no extra monetary
compensation will be countersigned.
32 The earnest money will be retained in the case of successful tenders and will be dealt
with as provided in the contract form. The earnest money will be refunded to the
unsuccessful tenders in application after intimation is sent on rejection of their
tender.
33 The tenders whose tender is selected for acceptance and who has not fixed deposit
with the Govt. of Orissa, shall within a period of seven days upon written instruction
being given to him for acceptance of his tender, make an initial security deposit in
the form of State Govt. Loan bonds of the Orissa State or National Saving
Certificates and in no other form which including the amount already deposit as
earnest money shall be 2% of the value of the tenders amount and sign the
Agreement in the P.W.D. Form No. F-2 Schedule LLV No. CL fulfillment of the
contract in the office of the undersigned as directed. This security deposit together
with the earnest money and the amount withheld according to the provision of F-2
Agreement shall be retained as security for the due fulfillment of the of this
agreement.
34 Failure to enter into the required agreement and to make the security deposit as
above shall enter for forfeitere of the earnest money. No tender shall be finally
accepted until the required amount of security money deposited. The written
Agreement to be executed in between the contractor and the Govt. so the
Contractor shall be deemed to be unaccepted until the Agreement first sign by the
Contractor and then by the proper officer unlessotherwise mentioned. The
Government security will be refunded six months after completion of the work and
payment of the final bill.
35 The contractor should be liable to fully identify the department for payment of
compensation Workman Compensation Act VIII of 123 on account of workman
employed by the contractor and full amount of compensation paid will be received
from the Contractor.

CONTRACTOR PROJECT ADMINISTRATOR


36 Tenderers as they are registered labour license holders are required to abide
by the fair wages clause labour Department Letter No. GA-VIIIR 18/5225 dt. 25.2.85
and No. 11M/56.62/28842(5) dt. 27.9.81. and all enacted labour rules alongwith
enhanced labour rates .
37 The tenderer shall bear cost of various incidental sundries and contingencies
necessitated by the work fall within the following work similar categories.
a) Rent, Royalties and other charges of materials, Octroi/ vat duty all other taxes
including sales taxes, ferry tools, Conveyance, Charge and other costs on
account of land and building including temporary buildings required by the tender
of the collection of materials storage, housing of staff other purpose for the work
no rent will however by payable to Government for temporary occupation of land
owned by the Government at the site of work.
b) Labour camp or huts necessary to a suitable sale including conservancy and
sanitary arrangements therein to the satisfaction of the local Health Authorities.
c) Fees and dues levies by Municipal canal or water supply whenever available for
the staff and labour as well as for the.
d) Fees and dues levied by Municipal or water supply authorities.
e) Suitable equipments and warning apparatus for the labour engaged for the risky
operation.
f) Suitable fencing barriers, signals, including paraffin and electric signals where
necessary at works and approach in order to protect the public employees from
accident.
g) Compensation including cost of any suit for injuring to persons or property due to
neglect or any major precaution also of which become payable due to operation
of the Workman Compensation Act.
h) The contractor has to arrange adequate lighting arrangement for night works
over necessary at his own cost.
38 No payment will be made for bench marks, levels pillar profiles and benching and
leveling the ground if required. The rates to be quoted should be for finished items of
work inclusive of carriage of a materials and all incidental items of work.
39 After the work is finished all surplus, materials should be removed from the site work
Preliminary works such as vatsmixing platforms etc. should be dismantled and all
materials removed from the site and premises left neat and clean and this should be
inclusive in the rates.
40 It should be understood clearly that no claims whatsoever will be entertained in
regards extra items of works extra quantity of any items, besides estimated amount. A
written order must be obtained from the undersigned officer and rates settled before
the extra items of works or extra quantity of any item of work is taken up.

CONTRACTOR PROJECT ADMINISTRATOR


41 The tender shall have to abide by the C.P.W.D. safety code rules introduced by the
Govt. of India Ministry of Work Housing and supply in their standing order No. 44 to 55
dated 25.11.57 which can be seen in the office of the undersigned on working days.
42 No part of the contract shall be subject without written permission of the Project
Administrator,I,T.D.A,Nilagiri or transfer be made by the Power of Attorney authorizing
others to receive payment on the contractor’s behalf.
43 If further necessary information is required, the Engineer-in-Charge will furnish such it
must be clearly understood that tenders must be received in order and according to
instructions
44 (a) The contractor shall have to furnish a certificate along with the tender to effect
that he is not related to any officer of ITDA of the rank of Asst. Engineer and
above and any officer of the rank of Asst. Secretary and above of he Works
Department.
(b) Each tender must submit along with the tender a note regarding his previous
experience on construction of bridge. The following detail must be given.
(a) Name of the Bridge (e) Type of Bridge
(b) Estimated Cost (f) Date of Commencement
(c) Total length (g) Date of completion
(d) Length of each span (h) Other details if any
45 Tenderers are requested to go through each clause of P.W.D. F-2 agreement
carefully in addition to the clause mentioned there in before the tendering.
46 All reinforced cement concrete works should be confirmed to Orissa detailed standard
specification I.R.C. and I.R.T. and I.S.I. code.
47 Shuttering and centering shall be with seasoned sal wood plants the issued of which
shall be the writing suitable sheeting and make leak proof water tight of alternative
steel shuttering and centering may be used.
48 The department will have the right to inspect the scaffolding centering and shuttering
made for the work and can reject partly or fully such shuttering if found defective in the
opinion.
49 Concrete should be machinery mixed unless otherwise ordered in writing by the
Project Administrator. The contractor should arrange his own concrete mixture
(Machine) Vibrators Pumps etc. for this purpose at his own cost.
50 Cement shall be used by the bags weight of one bag of cement being taken as fifty
(50)kgs.
51 The following materials will not be supplied by the Department to the Contractor at
P.W.D. Store at…the rate inclusive of store as noted against each. After issued it will
be the contractor’s responsibility for safe custody and upkeep of materials. He has
also to bear incidental charges such as Transport, storage, handling and return of

CONTRACTOR PROJECT ADMINISTRATOR


empty cement bags at the issuing sore. His rate quoted for the work is to be inclusive
of all such charges.
a) Cement @ Rs……………………… (Rupees )per
Quintal excluding cost of Empty cement Bags
b) M.S. Rods @ Rs……………………. (Rupees )per
c) Hume pipe will be supplied by the Deptt. At P.W.D. store and the carriage of hume
pipe will be made by the contractor at his own cost.
d) Maxphalt will be issued @ Rs……………………(Rupees
)per MT excluding cost of container and the carriage with packing the
buckltument from vats and packing into the drum will be made by the contractor at
his own cost.
52 In the event of any delay in the availability of materials / unavoidable reason if the
work progress is hampered then reasonable extension of time will be granted on
the application of the contractors. But no claim for compensation will be entertained
under any circumstances.
53 The contractor will be responsible for the loss or damage of any departmental
materials during transit and in the execution of the works due to reason whatsoever
and the cost and the cost of such materials will be recovered from the bill at stock
issue or market rate’s is higher.
54 If the contractor removes any Government materials supplied to him from the site of
the work view to dispose of the same disponestly he shall be in addition to any other
liability, civil or criminal arising out of his concrete be liable to pay penalty equivalent
to five times the price of the materials according to the rate stioulat in clause 40
penalty so imposed shall be recovered at any time from any such that may be then or
at any time thereafter become due to the contractor or from his security deposit or
from the proceeds of sale thereof.
55 The selected tenders may take delivery of departmental supply according to his mean
for the work issued by the Assistant Engineers. The tenders shall make all
arrangements for proper storage of materials but no cost for rising shed for store of
materials and pay of watchman etc. will be borne by the department. They are all to
borne by the Contractor. The department is not responsible for considering the theft of
materials at site. It is contractor’s risk. Under any such plea, if the tender store the
work shall have to pay full penalty as per clause of the F-2 contract.
56 The department will have the right to supply at any time in the interest of work any
departmental materials to be used in the work and contractor shall use materials
without any controversy or dispute on that account. The rates of issue of such
materials will be at stock issue rates inclusive of storage charges or rate fixed by
department or current schedule of rates ever is higher.
CONTRACTOR PROJECT ADMINISTRATOR
57 All materials which are to be supplied from P.W.D. stock will be as per availability of
stores and the contractors will have to bear the charges of straightening, cutting,
jointing, welding etc. less than 3-0” in the length will be accepted back as surplus and
all those will be the contractor’s property. After the issue from the P.W.D. store the
materials will be under custody of the contractor and the contractor will be responsible
for its safety and storage Cut pieces more than 3’-0” in length will be return the
contractor at the issuing store without any conveyance charges.
58 The contractor should at his own cost arrange, necessary tools and plants required
efficient execution of the work and the rates quoted should be inclusive of the running
charges of slant and cost of consumables.
59 After completion of the work contractor shall arrange at his own cost all requested
equipments for testing of bridge and bear the entire cost of test.
60 Empty cement bag to be returned in good and serviceable condition failing which
Rs.3.00 (Rupees three only) will be recovered per bag from the Contractor.
61 Measurement of earth work in road embankments will be done the P.L. measurement
after the earth is well consolidated in rolling with power roller or sheep foot and no
extra payment will be made in the jungle clearance for taking earth from borrows
areas. Earth work for cutting wil be accordingly be utilized in filling.
62 The stock and road metal and gravel will be measured in box of 1.5M x 1.5M which
will be taken as 1.5m x 0.7m-1 cum. The contractor will be measured in suitable
stacks with deduction for the roads @ 1/6 volume or more depending upon the
losseness stacking which will be determined on actual observation and deduction.
63 In the event of delay in the supply of departmental materials road roller for
unavoidable reason, reasonable extension of time will be granted to the application of
the contractor but no claim for compensation will be entertained under any
circumstances.
64 The tender should furnish alongwith their tender of works which are at present in their
hand in the prescribed proforma enclosed herewith.
65 Sinking of well shall be measured from bottom f well cap to bottom of cutting edge.
66 A methods of sinking including penumating sinking by employment of drivers and
other equipment shall be including in the rate removal of any trees, legs of tress or
isolate boulders etc. shall also be included within the rate of sinking.
67 The depth of foundation indicated on the drawing are provisional but these may be
altered if necessary in the light of the nature at site indicated by boring which must be
taken in advance of the actual execution of the foundation.
68 When resort has to be made to pneumatic sinking the necessary for the same and
rates thereof shall be decided by the authority accepting the tender.

CONTRACTOR PROJECT ADMINISTRATOR


69 Construction of cofferdam or islands or the works of open excavation or dressing
required laying welcurbs shall be included in the rate of well shinking.
70 For concreting the bottom plugs of well under water the method of pouring concrete
should be either with baskets of boxes or bags as will be directed by Engineer-in-
Charge.
71 No claim will be entertained in respect of difficulty due to sandblowing met with during
sinking of well.
72 No parts of the bearings for the superstructure shall be allowed to rest on the Nos of
the piers.
73 Cast steel roller and rocker bearings shall be to IRC specification (Provisional) 1950
and shall be designed according to the formula P+1420 ‘D’ is the load in Ibsinches
length of a roller of “D” is the diameter of the roller in inches if the number of roller in
any assembly or the roller in inches.
74 The use of mild steel rollers and pins may be permitted provided these are made
either of Class III Class IV Steel in accordance with IRC specification M-3 Expansion
rollers may be alternatively be turned from carriage and wages axes those may be
designed according to the formula P+0082d, where p is the permissible load in tons
per inch length of a roller and “D” the diameter of the roller in inches.
If the number of rollers in an Assembly of rollers excess to the permissible stress on
each roller shall produced by 20%.
75 The use of motor pads or R.C.C. Rubber or Neoperance bearings shall not be
allowed on bridges.
76 Mild steel mesh reinforcement shall be provided in the concrete of girder or of the
caps of piers and abutments immediately in concrete with the bearings to ensure
proper distribution of heavy loads.
77 Lugs and groves shall be provided in the bearings to prevent them sekwing or getting
out of alignment.
78 Sliding plate bearings shall normally be from only one metal and a combination of
plates or different of metals which are likely to result in electronic action shall be
permitted. For example copper plate interposed between steel plates will not be
allotted.
79 In section by Director General of Suppliers and Disposal of bearings during
manufacture and X-ray or Grance-ray examination of thickness more then 8 inches
and load testing of bearing of considered necessary shall have to be carried out at the
Contractor cost. The same procedure of testing may have to be followed for ribbed
bearing manufactured by welding.
80 It should be clearly understood that :-
a) The joins of the bars are to be provided with laps well or bottnuts as will be
directed by the Engineer-in-Charge.
CONTRACTOR PROJECT ADMINISTRATOR
b) Concrete tests specimen (Whether plain or reinforced) for the test shall be taken
by a representative of the Contractor in the presence of a responsible officer of the
rank not lower than the Assistant Engineer, or Sub-Divisional Officer. If so desired
by the Engineer-in-Charge.
c) Test specimens shall be formed carefully in accordance with the standard method
of test specimen and no pleas be entertained late on the grounds that the casting
of the test specimen was faulty and that the result of the test specimen did not give
a correct indication of the actual quantity of concrete.
d) The construction of a well steining by injecting cement grout in coarse aggregate
place in position shall not be permitted.
e) The construction of well steining by injecting cement grout in coarse aggregate
place in position shall not be permitted.
81 a) The minimum reinforcement I.C.C. well steing should be 0.15% one the cross
sectional area
b) The reinforcement I.C.C. well curbshould not be less than 1% (one percent) of the
cross sectional area to with sand the hoop tension developed due to soil pressure.
82 Power steam Road Roller will be supplied at the work site hire at a rate of
Rs……………rupees………………) per hour without POL roller cover and above the
running charge excluding day in a week for cleaning. If the Roller due to the fault of
the contractor remains idle, the contractor have pay the chargeRs……………
(Rupees………………………………………….) plus the pay of the roller due shall be
cleaner for every idle day. Running charge will should also be paid by the contractor.
The roller shall be returned to the Deptt., in good condition at the place of delivery
other work without any charges.
83 All empty Tardurms should be returned to the issuing store in good condition at the
cost of the contractor failing which the cost thereof shall be recovered @Rs……
(Rupees……………………………) only from the contractor per each drum.
84 Thickness cement concrete (1:3:6) is to plugging should be as the departmental
drawings.
85 Concrete of strength below. 80% of the required strength (as determined by actual
tests shall not be accepted. Concrete of strength upto 80% of the required strength
may be accepted as substandard work with a penalty of 40% of the value of the work
at the schedule of rates in force during the actual execution of the work, which such
concrete is actually used provided the use of this under strength concrete is confirmed
to such members and in such quantities that the safety of the structures is not
enraged. The penalty so imposed shall be recovered from any sum that may be than
or at any time thereafter become due to the contractor or from his security deposit.

CONTRACTOR PROJECT ADMINISTRATOR


86 In well sinking maximum tolerance permissible in the titles is 1;60 and t\shifts is 6” (six
inches) where it is not featible to work these tolerance the contractor shall carry out
suitcase remedial as may be directed by the Engineer-in-Charge over come the
adverse effects of filts and shift without any extra cost of measurement and for this
type of substandard work a penalty of Rs. 10,000/- (Rupees ten thousand) only for
single or set well under one pier or an abutment shall be imposed on the contractor
and will be recovered from any sum that may be thnor at any time thereafter become
due him or security deposit.
87 No claim for carriage of water whatsoever will be entertained.
88 I.R.R. will be supplied by deptt. on requisition of the contractor on usual @
Rs……………………… (Rupees………………………………………….) per day and the
contractor bears the responsibility for its charge from and to the place of delivery in
good condition.
89 The contractor shall if so required by Engineer-in-Charge employ one or more
Engineering Graduates or diploma holders as apprentices at his own cost if the cost of
the work as shown in the tender exceeds Rs.2,50,000/-. The apprentices will be
selected by Chief Engineer. The period of employment will commenced within one
month after the date of work is complete. The stipend to be paid to the apprentices-
should not less than Rs.200/- per month in case Graduate Engineer, and not less than
Rs. 150/- PM in case of Diploma Holders. The number of apprentices to be employed
should be fixed by the Engineer in a manner so that total Expenditure do not exceed
one percent of the tendered cost of the work.
90 List of tools and plants in possession of the contractor as to be furnished.
91 It is responsibility of the contractor to procure store explosive required for blasting
operation Deptt. may tender necessary possible helps for procuring explosive licence.
92 The Orissa Construction Corporation Limited will be allowed price for the performance
on the lowest quotation or tender as laid down in works and Transport Department
Resolution No. 285 dated 17.4.74.
93 Under no circumstances interest is chargeable for the dues any additional dues if any
payable for work.
94 Where the contractor quoted a abnormally low rate for any individual items, the
payment against the remaining items withheld to the extent of flow percentage
between the low rates items and schedule rate is fully executed.
95 Lime will be used in lace of Cement during executing in suitable prop in lime of the
works where cement can be subsisted by lime.
96 When any item of work not specifically covered an accepted tender or contract is to be
executed. It should be taken up departmental through job or place workers on
Nominal Muster Rolls at the prevailing schedule of rates or the rates approved by
CONTRACTOR PROJECT ADMINISTRATOR
Superintending Engineer, unless there is no record the prior written contractor to
execute such items of works at the prevailing schedule of rate or at the rates
approved by the Superintending Engineers.
97 Certificate of No-Relationship.
I/We hereby certify that I/We am/are not related to any Officer of P.W.D. of the rank of
Assistant Engineer and above any Officer of the rank of Assistant Secretary and
above of the Works Department. I am also aware that if the facts subsequently proved
to be false my/our contract will be rescinded with forfture of P.W.D. and total security
deposit and I/we shall be liable to make good the loss or damage resulting from such
cancellation.

I/We also note that non-submission of this certificate will tender my/our tender liable
for rejection.

TENDER SCHEDULE

Detail Tender call Notice Number :-936/ITDA dt: 09.12.2011

Name of the Project :- Const. of Two storied 300 seated Boy’s Hostel
CONTRACTOR PROJECT ADMINISTRATOR
Building at Banabhuin High School .
Estimated Cost :- Rs.150,00000/-

Amount put to Tender :- Rs. 11324407.00 /-

Date of Sale of Tender Paper :- 13.12.2011—17.12.2011


Date of Receipt of Tender Paper :- 19.12.2011 upto 3.00 P.M

Date of opening of Tender Paper :- 19.12.2011 at 4.00 P.M.


Earnest Money to be Deposited :- Rs. 1,15,000/-
Class of Contractor :- ‘A’ & ‘SPECIAL CLASS’

Cost of Tender Paper :- Rs.10000/-+4%VAT


Stipulated period of Completion
of project :- 10 months

Sl. Description of Items Quantit Unit Rates to be Quoted


No. y Rate Amount
( GROUND , FIRST & SECOND
FLOOR)
1. Excavation of foundation trenches and
column foundations and pits in all kinds of 390.13 %cu 5400.00 21066 .00
soil within a lift of 1.5 mtrs including cum m
dressing the sides shoring (if necessary),
bailing out water and leveling the bed and
depositing the excavated material away from
the site within an initial lead of 50 mtrs ,
including cost of all labour, sundries, tools
and plants etc., complete as per the direction
of the Engineer-in-charge.
2. Filling in foundation trenches and plinths
with sand well watered and compacted and
dressed and leveled to proper gradient 311 .73 Cum 232.30 72414 . 00
including cost of all materials, labour, cum
conveyance, loading and unloading, taxes,
royalties, watering, sundries, tools and
plants, etc., complete as per the direction of
the Engineer-in-charge.
3. Laying plain cement concrete(1:4:8) in
foundation and bottom layers of flooring and
in the pipe lines and drains using 40mm
thick black hard crusher broken granite metal
of approved quality from approved quarry 127.98 Cum 2654.20 339684 . 00
including mixing, lowering, laying and cum
compacting to proper thickness, watering
and curing for the required period, including
cost of all materials, labour, conveyance,
loading and unloading ,taxes, royalties,
scaffolding, watering, curing ,sundries, tools
plants, etc. ,complete as per the direction of
the Engineer-in-charge.

CONTRACTOR PROJECT ADMINISTRATOR


4. K.B. brick masonry work using 1st class
K.B. bricks having crushing strength not less
than 75 kg/cm2 with cement mortar 1 :6 (1 141.44 CU 2732.95 386547 . 00
cement: 6 sand) in foundation & plinth cum M
including cost of all materials, labour,
conveyance, loading, and unloading, taxes,
royalties, scaffolding, watering, curing,
sundries, tools and plants, etc.,complete as
per the direction of the Engineer-in-charge.
5. K.B. brick masonry work using 1st class
K.B. bricks having crushing strength not less
than 75 kg/cm2 with cement mortar 1 :6 (1
cement: 6 sand) in superstructure including
cost of all materials, labour, conveyance,
loading, and unloading, taxes, royalties,
scaffolding, watering, curing, sundries, tools
and plants, etc.,complete as per the direction 208.62 cum 2765.95 577031.00
of the Engineer-in-charge. 212.58 cum 2833.25 602291.00
GROUND FLOOR 41.13 cum 2910.00 119687.00
FIRST FLOOR
SECOND FLOOR

CONTRACTOR PROJECT ADMINISTRATOR


6. Lifting, hoisting and laying reinforced
cement concrete(M-20) to base of columns
and footing, columns, beams, plinth band,
lintels; chajja, shaft, fins, roof slabs,
balconies, stair cases, parapets, window sills
as shown in the drawing for all floors with
12mm H.G. chips, Providing strong, rigid,
leveled, and plumbed centering and
shuttering to required shape and size, for
floors with wooden or steel centering
materials with all necessary bracing.and tiles
and supports with leveling centering covered
with bituminous paper with provisions
necessary including, watering and curing the
required period, including cost of all
materials, labour, conveyance, loading and
unloading, royalties, sundries, tools and
plants, etc., complete as per the direction of
the Engineer-in-charge.
Ground Floor 82.23 Cum 4125.10 339206.00
Column bases 35.24 Cum 4363.75 153778.00
Plinth Beams 41.25 Cum 7053.80 290968.00
Beams & Column 14.01 Cum 6227.75 87250.00
Lintel 55.42 Sqm 513.45 28454.00
Chajja 6.17 Cum 6208.20 38304.00
Stair case 99.87 Cum 6313.35 630513.00
Roof slab

First Floor 38.81 Cum 7371.45 286085.00


Beams & Column 13.27
Cum 6690.15 88777.00
Lintel 50.78
6.17 Sqm 565.20 28700.00
Chajja
88.29 Cum 6666.70 41133.00
Stair case
Cum 6792.90 599744.00
Roof slab
Second Floor :-
4.60 cum 7751.60 35656.00
Beams & Column
0.26 cum 7243.95 1882.00
Lintel
2.04 sqm 663.60 1353.00
Chajja
5.46 cum 7367.20 40224.00
Roof slab

CONTRACTOR PROJECT ADMINISTRATOR


7. Supplying M.S.round/ deformed/tor steel
reinforcement bars of required diameters of
approved quality including straightening,
cutting to size, bending, and binding the
reinforcement, lifting and placing in position
as per design complete including cost of
bars, binding wires 18 gauge, including cost
of all materials, labour, conveyance, loading
and unloading, taxes, royalties, sundries,
tools and plants, etc. complete as per the
direction of the Engineer-in-charge.
Ground Floor:- 340.59 Qtl 5799.30 1975183.0
First Floor:- 996238.00
171.61 Qtl 5805.25
Second Floor
13.30 Qtl 5811.50 77292 . 00
8. 20 mm thick plaster in cement mortar 1 :4 (1
cement: 4 sand) on the rough surface of
masonry walls for ground floor sub structure
including cost of all materials, labour, 166.11 Sqm 90.65 15057 . 00
conveyance, loading and unloading, taxes, sqm
royalty, scaffolding, watering, curing,
sundries, tools and plants, etc., complete as
per direction of Engineer-in-charge.
9. 12mm thick plaster in cement mortar 1 :6 (1
cement:6 sand) to outside surface/plumbed
surface of masonry, raking out joints,
scrapping and cleaning the surface and
finishing the plastered surface smooth to
proper plumbs and levels including cost of
all materials, labour, conveyance, loading
and unloading, taxes, royalties, scaffolding,
watering, curing, sundries, tools and plants,
etc complete as per the direction of the
Engineer-in- charge. 1062.19 Sqm 57.30 60862.00
Ground Floor 630.76 Sqm 58.65 36993.00
First Floor 217.93 sqm 60.00 13076.00
Second Floor

10. 16mm thick plaster in cement mortar 1 :6 (1


cement:6 sand) to inside surface/plumbed
surface of masonry, raking out joints,
scrapping and cleaning the surface and
finishing the plastered surface smooth to
proper plumbs and levels including cost of
all materials, labour, conveyance, loading
and unloading, taxes, royalties, scaffolding,
watering, curing, sundries, tools and plants,
etc complete as per the direction of the 2046.56 Sqm 80.10 163929.00
Engineer-in- charge.
1851.40 Sqm 81.35 150611.00
Ground Floor
First Floor 171.60 sqm 82.65 14183.00
Second Floor

CONTRACTOR PROJECT ADMINISTRATOR


11. 6mm thick cement plaster 1-4 and chips of
size up to 6mm with cement / punning to
match with the shade of the roof-ceiling in
all floors, with mirror polishing etc.
complete including cost of all conveyance,
taxes, royalties, loading, all labour and
scaffolding, lifting, watering, curing,
sundries, tools and plants, etc., complete as
per the direction of the Engineer-in-charge.
Ground Floor 781.13 sqm 56.60 44212.00
First Floor 737.78 sqm 57.40 42349.00
Second Floor 36.86 sqm 58.20 2145.00
12. Supplying, laying, and fixing tiles of
homogenous color and texture monolithic in
300mm x 300mm x 7.5mm size on floors in
specific pattern and combination with (1
cement:1sand) mix cement mortar having
perfect level and required gradient with all
joints finished with necessary pigmented
white cement, including cost of all materials,
labour, sundries, tools and plants, etc.,
complete as per the direction of the
Engineer-in- charge.
Antiskid Floor Tiles
Ground Floor:- 608.63 Sqm 689.70 419772..0
565.29 Sqm 695.10 392933..0
First Floor:-
Granite Floor Tiles
3.79 sqm 1442.20 5466.00
Ground Floor:-
3.71 sqm 1447.55 5370.00
First Floor:-
13. Supplying , laying 6mm thick glazed wall tile of 150mm
x 150mm size of approved make and shade in
dado/skirting to any height in all floors fixed with neat
cement slurry (after soaking the tiles in water) over
12mm thick cement mortar 1 :3 mix, with white cement
pointing in joints, including washing and cleaning with
oxalic acid, including cost of all materials, labour,
conveyance, taxes, royalties, scaffolding, watering,
curing, sundries, tools and plants, etc., complete as per
the direction of the Engineer-in-charge.
Antiskid Floor Tiles
87.74 Sqm 601.95 52815.00
Ground Floor
77.84 sqm 609.70 47459.00
First Floor
Ceramic Tiles 601.95 103909.00
172.62 Sqm
Ground Floor 609.70 99125.00
162.58 Sqm
First Floor
14. Applying with water proof weather coat paint to all
external plastered surfaces by applying two coat, to give
an even shade including cleaning and smoothening the
surface thoroughly including cost of all materials,
labour, conveyance, taxes, royalties, scaffolding,
watering, curing, sundries, tools and plants, etc.,
complete as per the direction of the Engineer-in-charge.
Ground Floor 1062.19 Sqm 57.11 60662.00
First Floor 641.63 Sqm 58.13 37298.00
Second Floor 315.45 sqm 59.16 18662.00
CONTRACTOR PROJECT ADMINISTRATOR
15. Applying paint over internal plastered surfaces with 2
coats of distemper of approved quality and shade, using
the required quantity of paint as specified by the
manufacturer to give an even shade including providing
1 coat of primer and watering the surface before
applying and curing for the required period, including
cost of all materials labour, conveyance, taxes, royalties,
scaffolding, watering, curing, sundries, tools and plants
etc., complete as per the direction of the Engineer-in-
charge. 2827.69 Sqm 50.30 142233.00
Ground Floor 2578.31 Sqm 51.05 131623.00
First Floor 110.95 sqm 51.80 5747.00
Second Floor
16. Supplying, side hung M.S. grill door&
windows frame with panel shutter made
out of structural steel, plates and bars
confirming to IS specification as per
drawing and design, to be fixed to walls
and columns with grouted clamps with
provision of handles locking arrangements
etc. complete set as per the direction of
the Engineer-in-charge. 6357.85 Kg 65.00 413260.00
Ground Floor 5485.50 Kg 65.00 356558.00
First Floor 232.00 kg 65.00 15080.00
Second Floor
17. Painting with synthetic enamel paint of
approved quality and shade over surfaces
as specified below to give an even shade
with 2 coats over 1 coat of primer of
approved quality including cost of all
materials, labour, conveyance, taxes,
royalties, scaffolding, sundries, tools and
plants, etc., complete as per the direction
of the Engineer-in-charge.
Ground Floor 349.01 Sqm 75.30 26280.00
First Floor 297.62 Sqm 76.50 22768.00
Second Floor 11.49 sqm 77.75 893.00
18. Fitting & Fixing of M.S. grill door&
windows frame with panel shutter made
out of structural steel, plates and bars,
fixed to walls and columns with grouted
clamps with provision of handles locking
arrangements etc. including priming 1
coat with approved quality metal primer
and making good to the damages in walls
and floors etc. including cost of all
materials, labour, conveyance, taxes,
royalties, scaffolding, sundries, tools and
plants,etc., complete as per the direction
of the Engineer-in-charge. 349.01 sqm 70.10 24466.00
Ground Floor 163.20 sqm 70.10 11440.00
First Floor 8.36 sqm 70.10 586.00
Second Floor

CONTRACTOR PROJECT ADMINISTRATOR


19. Supplying, fitting & fixing of M.S.
collapsible grill gate of size 8’0”x7’0” 252.00 kg 65.00 16380..00
with made out of structural steel, plates
and bars confirming to IS specification as
per drawing and design, to be fixed to
walls and columns with grouted clamps
with provision of handles locking
arrangements etc. complete set as per the
direction of the Engineer-in-charge.
20. Supplying, fitting and fixing PVC Door
conforming to IS specification as per
drawing and design, fixed to walls and
columns with grouted clamps with
provision of handles locking arrangements
etc. making good to the damages in walls
and floors etc. including cost of all
materials, labour, conveyance, taxes,
royalties, scaffolding, sundries, tools and
plants,etc., complete as per the direction
of the Engineer-in-charge. 37.39 sqm 1930.00 72163.00
Ground Floor 37.39 sqm 1930.00 72163.00
First Floor
21. 2.5 cm thick artificial stone flooring
using cement concerte (1:2:4) proportion
on floor using 6 mm crusher broken
hard granite chips including, watering
and curing the required period, including
cost of all materials, labour, conveyance,
loading and unloading, royalties, sundries,
tools and plants, etc., complete as per the
direction of the Engineer-in-charge.
Ground Floor 86.30 sqm 148.30 12798.00
First Floor 86.30 sqm 148.30 12798.00
22. Suplying, fitting and fixing of Aluminium
window of sliding type with OEL
anodized section151—154,151—155,151-
153,151--157 fitted with shutter frame
with 5mm plain glass as panel fitted
with rubber biding with locking
arrangement etc completed in all
respect with all cost of materials
conveyance , taxes , labour charges for
fitting and fitting materials like
nails,bolts,hooks,aldrop etc .
18.67 3298.60 61585.00
Ground Floor sqm
18.67 3298.60 61585.00
First Floor sqm

CONTRACTOR PROJECT ADMINISTRATOR


23. Grading concrete (1:2:2) proportion on
roof slab using 6 mm crusher broken
hard granite chips including, watering
and curing the required period, including
cost of all materials, labour, conveyance,
loading and unloading, royalties, sundries,
tools and plants, etc., complete as per the
direction of the Engineer-in-charge.
Second Floor 824.53 sqm 172.30 142067.00

24. Suplying, fitting and fixing of Aluminium


Hand-railing of stainless steel of 304
grade using 50 mm dia of 2 mm thick
circular pipe with Balustrade of size 32
mmx 32 mmx2 mm @ 0.90 mtr c/c and
stainless steel circular pipe as bracing
in 2 rows in stair case as per approved
design and specification etc complete . 5.03 Rmt 3112.10 15654.00
19.29 Rmt 3112.10 60032.00
Ground Floor
First Floor
(One crore thirteen lakhs twenty-four Rs.1,13,24,407.00
thousands four hundreds seven only .)

I,Sri___________________________________________aged______years S/O
Sri_____________________________________________ at present residing
at________________ P.O______________P .S______________
Dist__________________ PIN_________________ do hereby solemnly affirm that I am willing
to execute this work at_______% less/excess in word ( )that is my offering amount
is Rs____________
( ) as against Rs.______________ the amount put to tender .

No. of Correction.:-

No. of Over writing:-

No. of ommisions:-

CONTRACTOR PROJECT ADMINISTRATOR

You might also like