0% found this document useful (0 votes)
56 views20 pages

NITCat One

ghdffgh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
56 views20 pages

NITCat One

ghdffgh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 20

Issued vide Govt. no.

8231/8275/04/19/nivida/B, Raipur, dated 31/10/05


(Amended up to 24.12.2012)
APPENDIX 2.10
GOVERNMENT OF CHHATTISGARH
PUBLIC WORKS DEPARTMENT
DETAILED NOTICE INVITING TENDER
(IN FORM A, B & C FOR CONSTRUCTION AND MAINTENANCE WORKS)

N.I.T. No 2 DATE 05/07/2024


1.1 Sealed tenders are invited in Form A / B / C online or manually from,
Contractors registered in __ to __ class with chhattisgarh P.W.D. on behalf of
the Governor of Chhattisgarh for the following work as per schedule of rates for
Roads / Buildings / Bridges/Electrical works issued by ------------------------------- in
force from ------------------ and amended up to date of issue of NIT . The tender
documents can be purchased from Office Of The Executive Engineer P.W.D.
(E / M) Division Durg on payment of the cost of tender form on or before date
------------------ up to 5.30 P.M.
Cost of tender form: - Rs. 750.00 ( For manual tenders )
For On line tenders: - DELETED
For Manual Tenders: - The application letter for purchase of tender document
will be accepted along with copies of Commercial Tax Registration Certificate,
Revenue solvency certificate, financial capacity Certificate from any schedule
Bank, Valid Registration Certificate and other required documents in a separate
Envelope in the Office Of The Executive EngineerP.W.D. (E / M) Division
Durg on or before date ------------------------ up to 5.30 P.M.
Sealed tenders should reach to Office Of The Executive
EngineerP.W.D. (E / M) Division Durg on or before date------------------------- up
to -----------PM by Registered A.D. /Speed post with Earnest Money Deposit (in
separate envelope)
1. Name of the Work:-Providing E/F work to OW / Deposit / MOW /
S/R / OM work under Civil Division, Bemetara (Zonal work)

2. Probable amount of contract:-4.80


3. Amount of earnest money:-4800.00
4: Time allowed for completion 06-00 Months from the reckoned date Including/
Excluding rainy season (16th June to 15th October)
1.2 The electrical work shall be executed by civil contractor by engaging the
person(s) only who possess proper valid electric license issued by the
competent authority of the state Government. He shall also attach a copy of the
license before starting electrical items of work.
1.2.1. Where the contract for civil works of any building includes electrical
works also, the Executive Engineer, P.W.D. E&M Dn. Concerned would be the
Engineer in Charge in so far as electrical works component is concerned.
1.2.2. “The Superintending Engineer” referred to clause 13 of appendix 2.13 or
appendix 2.14 (Agreement in form ‘A’ and ‘B’ respectively) would refer to the
Superintending engineer, P.W.D. E/ M Circle concerned so far as the electrical
component of the work is concerned.
1.3: Not more than one tender shall be submitted by any contractor or by a
firm of contractors.
1.4: No two or more concerns in which an individual is interested, as a
proprietor and/ or partner shall tender for the execution of the same Work. If they

pwd.cg.nic.in/PWIMS Pages1 of 20
do so all such tenders shall be liable to be rejected.
1.5 The authority competent to accept the tenders shall be as provided in
Para 2.094 WD volume-I
1.6: Tender document consisting of plans, specifications, schedule(s) of
quantities of the various items of work to be done, the conditions of contract and
other necessary documents, together with addressed envelopes to be used for
return of forms and other documents will be open for inspection and issued/sold
on payment of Rs. 750.00 up to close of office hours of 5.30 PM
1.7: The copies of others drawings and documents pertaining to the work signed
for the purpose of identification by the accepting office or his accredited
representative and samples of materials to be arranged by the contractor will be
open for inspection by tenderers at the Office Of The Executive
EngineerP.W.D. (E / M) Division Durg during working hours between up to the
date mentioned in clause 1.1 & 1.6 above.
1.8: Tenders shall not be received by any other means like ordinary post or
personal delivery.
1.9. Any manual tender received through registered post (AD.) Speed post
after close of office hours of the prescribed dead line for receipt of tenders shall
not be received from the postman and or if received shall be returned back to
the tenderer unopened. All other tenders received before the prescribed
deadline for receipt of tenders shall be in kept in safe custody with the office
Superintendent or Divisional Accountant or Senior Account Clerk of the office of
Superintending Engineer/Executive Engineer (as the case may be) till the
prescribed time for opening of tenders.
On line and /or manual tenders shall be opened on date 29/07/2024 at
11.30 A.M. at the Office Of The Executive EngineerP.W.D. (E / M) Division
Durg before the contractors or his authorized representative intending to be
present
1.10 All manual tenders received after the prescribed deadline shall be
returned back unopened after subscribing the following remarks with dated
initials by Superintending Engineer/ Executive Engineer or office
Superintendent/D.A/S.A.C.
"Received late on date................... at.......................... AM./ P.M. hence not
entertained returned”
1.11 NOTES FOR GUIDANCE OF THE DEPARTMENTAL OFFICERS ONLY
Note (I): Fill in the blanks and strike out whichever is not applicable carefully
before issue of N.I.T. for publication and display on the notice board as well as
before sale / issue to intending tenderers.
Note (II): Unless the tender forms with complete documents are fully prepared
and ready for delivery to intending tenderers; the notice shall not be displayed
on the notice board nor sent for publication in the press.
Note (III): All tenders received after the deadline shall be noted in the register to
be maintained in the concerned office & shall be counter signed by the head of
office in the following format.

S.No. Name of work Time & date Initial of person Date initials of
of receipt who returned the head office
the tender .

pwd.cg.nic.in/PWIMS Pages2 of 20
Note (IV): The names of tenderer(s) or their authorized representative present at
the time of opening of tender(s) shall be noted in a register and their signature
obtained in token of their presence. Rates and conditions, if any, offered by the
tenderer(s) shall be read aloud by the officer opening the tender(s), so that the
same can be noted by the tenderers or their representatives, if they so desire.
The rates as well as conditions contained in the forwarding letter or separately
attached to the tender(s) be read out, may also be got signed by all the
tenderers or their representatives, who might be present. If they so desire.
Comparative statements when ready (this should be as far as possible be got
ready on the day after opening tenders) should also be exhibited publicly to the
tenderers or their representatives.
Note (V): The officer opening the tender(s) should mark every tender under his
dated initials by the fraction, the denominator of each will show the order in
which the tenders are opened and the numerator will show the total number of
tenders received. This should be done invariably on the first page of the tender
form and on page (2) where the tenderers are to sign as well as pages of
schedule of items. (Annexure-E) attested and number the corrections and
overwriting on each in tender with dated initials. If some words or figure is/are
corrected more than once, then all of such corrections must be initialed with
date.
1.12 INSTRUCTIONS FOR GUIDANCE OF TENDERERS
The tender will be liable to be rejected out-right, if while submitting it:-
I) The tenderer proposes any alterations in the work specified, in the time
allowed for carrying out the work or any conditions thereof - or
II) Any of the pages of the tenders removed or replaced - or
III) In the case of item rate tenders, rates are not entered in figures, and in words
and the total of the each item and grand totals are not written by the tenderers in
the last column of the schedule of items (Annexure-E under his signature - or
IV) If erasures without attestation are made by him in the tender - or
V) If all corrections and conditions and pasted slips are not initialed & dated by
the tenderer - or
VI) If the tenderer or in the case, each partner or any partners so authorised
thereof, does not sign or signature/signatures is/are not attested by a witness on
page 2 of the tender in the space provided for the purpose - or
VII) If documents are not filled in ink or by ball pen.

2 .RATES:
2.1 The schedule of items: The schedule of all items of work to be executed is
enclosed as Annexure - E
2.2:Percentage rate tender in form "A" or "C "
2.2.1 In respect of percentage rate tenders:- contractor should quote his
separate tender percentage rate above or below or at par the following schedule
of rates –
Sr.No. SOR NAME
1 SOR for Electrical Work (E/M) Issued by EinC PWD Chhattisgarh w.e.f. 01/06/20
Amended upto 01/06/2020
2.2.2: The percentage of tender above I below or at par with the relevant
schedule of rates inclusive of all amendments issued up to the date of the issue
of notice inviting tenders should be expressed on the tender form itself, both in
words and figures in such a way that interpolation is not possible and all over
writings should be neatly scored out and rewritten and the corrections should be
pwd.cg.nic.in/PWIMS Pages3 of 20
duly attested and dated prior to the submission of tender.
Tenders not specifying percentage in words will summarily be rejected.
In the case of variation between the rates stated in figure and words, the lesser
of the two shall be deemed to be valid.
Any amendments to the schedule or rates after the date of issue of this
tender notice or the date of issue of any amendments to the N.I.T. specifically
notifying the said amendments to the current schedule of, rates, shall not apply
to this tender.
2.2.3: The percentage tendered by the contractor will apply to those rates which
find place in the Schedule of rates mentioned in clause 2.2.1 or have been
derived from the said Schedule of rates and not to other items of work.
2.2.4: The percentage quoted by the contractor shall not be altered by the
contractor during the term of contract. The deduction or addition, as the case
may be of the percentage will be calculated on the amount of bill for the work
done, after deducting the cost of materials supplied departmentally, if any, at
rates specified in the agreement
2.2.5: If the work involves more than one S.O.R. even then the contractor shall
quote only single rate, applicable to the concerned S.O.R. (for example- Building
S.O.R. and Electrical S.O.R.)
2.3: Item Rates tenders in forms ‘B’: -
2.3.1 In respect of item rate tenders, contractor should quote his rates for each
of the items mentioned in the schedule of item in Annexure-E of this N.I.T. Only
rates quoted shall be considered. The rates should be expressed in figures as
well as words and the unit should be as given by the Department. The contractor
will not have the freedom to change the unit. No percentage above or below the
schedule be quoted. Any change in the unit shall lead to rejection of tender
The tenderer shall fill his/ their tendered rates and
prices for all items of woks described in the schedule of item Annexure “E” (in
the bill of quantities). The tendered rates of items against which no rate or price
is entered by the tenderer will be taken as zero and the price of the same shall
be deemed to have been covered by the other rates and prices of the schedule
of other items indicated in annexure “E”.
2.3.2. The rates quoted in the tender for the various items of work will not be
altered by the contractor during the term of contract.
2.3.3. If the tender of the successful tenderer is unbalanced or “front loaded” in
relation to Executive Engineer’s estimate or by of the competent authority; real
cost of the work to be performed under the contract by more than the amount of
security deposit mentioned in clause 3.5 of N.I.T here of, the competent
authority can require that the amount of the performance security set forth in
clause 3.5 of N.I.T. here of , be in- creased at the expense of the successful
tenderer to a level sufficient to protect the Government against financial loss in
the event of subsequent default of the successful tenderer under the contract.
In case, where the aggregate of expected contracted payments would at any
time exceed the executive Engineer’s estimate of actual work performed by
more then the amount of security deposit specified in clause 3.5 of N.I.T. such
security shall be increased accordingly at the expense of the successful tenderer
up to a limit/level mentioned above.
2.4 Lead and lift of water: No lead and lift for carting of water will be paid.
2.5 Lead and lift of materials: No lead and lift for carting of material shall be
payable to the contractor except in case of such items for which specific lead
and or lift are provided in the Schedule of rates mentioned in clause 2.2.1 of the
N.I.T. or in the schedule of items in respect of item rate tender.
2.6 Addition alteration and Non-Schedule items of works:- During the
execution of the work there is likelihood of addition alteration in the items of work

pwd.cg.nic.in/PWIMS Pages4 of 20
and also of such items of work, which do not find place in the Schedule of rates,
referred to above in respect of percentage rate contracts (Form “A”), or such
items which are not given in the schedule of items in respect of item rate
contracts (Form ‘B’), for which contractor has not quoted his rates.
Contractor will have to carry out these items of work
(i) for percentage rate tender (form A) - as provided in clause 13 the conditions
of contract
(ii) for item rate tender (form B) - as provided in clause 13 of the conditions of
contract
However both (i) and (ii) are subject to further condition as below:-
(a) Variation in the quantities of any item or items as provided in the Annexure
“E” (Schedule of Quantity/bill quantities) shall be limited to (+)25% (Twenty five
percent) of that item(s).
And
(b) Increase in total value of work is limited up to (+) 10% (ten percent) of the
amount of Administrative Approval
Any variation beyond the permissible limits (as per (a) & (b) of this clause) shall
require prior written approval of next higher authority competent to sanction the
tender or the government as the case, may be.

3 Submission of Tender :-
3.1: Ernest money: -No tender will be considered without the deposit of the
specified earnest money which will be returned to the unsuccessful tenderers on
the rejection of their tenders, or earlier as may be decided by the competent
authority and on production of a certificate of ................................that all tender
documents have been returned, and will be retained from the successful tenders
as part of the security deposit.
3.2 Forms of earnest money:
3.2.1: The amount of earnest money shall be accepted only in the shape of
Bank drafts or in other interest bearing shapes mentioned in W.D. Manual Para.
2.079 in favour of the Executive Engineer of concerned division. valid for a
period of -----------months at least and further subject to appropriate verification
by the Executive Engineer concerned
3.2.2: The intending tenderers from other state may remit E.M. in the form of the
bank draft of any schedule bank payable at par at the head quarters of the
Executive Engineer.
3.3 Earnest Money in separate covers: The earnest money in one of the
prescribed forms should be produced / sent separately and not kept in the
covers containing the tender and if the earnest money is not found in
accordance with the prescribed mode the tender will be returned unopened to
the tenderer in case of tenders to be submitted by registered .A.D. or speed
post. In case of on line tenders earnest money submitted shall be verified & if
found in accordance with the prescribed mode, then only on line financial offer
shall be opened
3.4 Adjustment of the earnest money: - Earnest money, which has been
deposited for a particular work, will not be adjusted towards the earnest money
for another work but can be adjusted (if available) for the same work if tender is
recalled and if requested in writing by the tenderer.
3.4.1.Refund of earnest money:
3.4.1. (i): If it is decided on the same day to reject all the tenders, the earnest
money of all tenderers shall be refunded immediately after taking decision by the
competent authority.
3.4.1.(ii) The earnest money of tenderers whose tenders are rejected shall be
refunded .Also in case of the tenderer whose tender is accepted, and /or

pwd.cg.nic.in/PWIMS Pages5 of 20
conveyed after expiry of the validity period ,Earnest money shall be refundable
unless validity period extended by the tenderer
3.5 Security Deposit: (a) The Security Deposit shall be recovered from the
Running Bills and final bill @ 5%(five) Percent as per clause – I of the
agreement read with 3.5 of the N.I.T.
(b) The amount of the E.M. shall not be adjusted when value of work
done reaches the limit of the amount of Contract or exceeds the
probable amount of the contract.
(c) For unbalanced tender rate additional security Deposit shall be
deposited as per respective clause of “Special Condition of NIT in
percentage rate/item rate tenders.
3.6 Implication of submission of tender: Tenderers are advised to visit site
sufficiently in advance of the date fixed for submission of the tenders. A tenderer
shall be deemed to have full knowledge of the relevant documents, samples site
etc. whether he inspects them or not.
3.7: The submission of a tender by a contractor implies that he has read the
notice, conditions of tender and all other contract documents and made himself
aware of the standard and procedure, in this respect, laid down in MORTH /
I.R.C. Specification / CPWD Specification / ISI Code for building and electrical
works to be done, has thoroughly inspected the quarries with their approaches,
site of work, etc., and satisfied himself regarding the suitability and availability of
site of work, etc. and satisfied himself regarding the suitability and availability of
the materials at the quarries. The responsibility of opening new quarries and
construction and maintenance of approaches there to shall lie wholly with the
contractor.
3.8 Income Tax Certificate- A tenderer purchasing tender documents for works
exceeding
Rs. 10 lacs shall submit either
(a) Income Tax clearance certificate issued with in 12 months from the date of
receipt of tender.
OR
(b)His Income Tax return for the preceding 3 years and where law requires shall
submit the audited balance sheet of Profit and Loss Account Statements with
auditor’s report for the preceding 3 years.
3.8.1: A financial capacity certificate or attested photocopy their – of, from any
schedule bank along with the application for the tender papers be submitted
which should not be older than 12 months from the date of application. Amount
of financial capacity to be furnished shall be at least 15(fifteen) % of amount put
to tender
The financial capacity certificate shall have to be in the following format:
CERTIFICATE
(on the letter head of the Bank)
On the basis of transactions/turn over in the account of
__________________________
________________________________________________________________
______
(Name and Address)
We are of the opinion that his financial capacity is to the extent of (both figures &
words) Rs.
.................................................................................................................................
...............................................................
This is without any prejudice and responsibility on our part.
Br Manager
With seal of Bank

pwd.cg.nic.in/PWIMS Pages6 of 20
Place:
Date :
_____________00___________

In case of Online tender, financial offer shall not be opened & In case of manual
tenders, tender copies would not be issued/sold in the absence of these
documents mentioned in clause 3.8 and 3.9
3.9. List of works In Progress: Tenderer must furnish a list of contracts already
held by him at the time of submitting the tender, in the Department and
elsewhere showing therein.
3.9.(1): The amount of each contract and total period of completion with
information of original stipulated date of completion and actual date of
completion.
3.9.(2): Balance of works remaining to be done, and the remaining time allowed
as per contract.
3.9.(3): The amount of solvency certificate produced by him at the time of
enrolment in the department.
3.9.(4): Details of works where he withdraw his offer or did not-execute the
agreement or where his contracts were rescinded in any
department/organization (by whatever name these are called) of the Govt. of
Chhattisgarh.
3.9(5): Tender submitted and wherever his offer is the lowest with details of
work, contract sum& period mentioned for completion there in.
3.9(6): Other required documents
3.10 Relationship: The contractor shall not be permitted to tender for works in
the Division (responsible for award and Execution of contracts) in which his near
relative is posted as Divisional Accountant. He shall intimate the name of his
near relative working in the P.W.D. Secretariat and the concerned Division, He
shall also intimate the name of persons who are working with him in any
capacity or subsequently employed by P.W.D. Secretariat. Any breach of this
condition by the contractor would render himself liable to be removed from the
approved list of contractors of the department.
Note: By the term near relative is meant wife, husband, parents and son,
grandson, brothers, sisters, brother-in-law, father-in-law and mother-in-law.
3.11 Signature of the tenderer for the works shall be witnessed by another
person and signature affixed with his name designation and address in the
space provided in the Tender document. Failure to observe this condition can
render the tender of the contractor liable to rejection.
4. Opening and acceptance
of tender:
4.1: Place and time of opening : The tenders shall be opened at 11.30 AM or
as suitable on the day subsequent to the dead line prescribed for receipt for
tenders as per 1.1 above by the concerned Superintending Engineer/Executive
Engineer in the presence of the tenderer or their duly authorised agents who
may choose to attend. The officer authorised to open the tender may depute
another officer to open the tender under unavoidable circumstances. If that day
happens to be a holiday, then it shall be opened on the immediate next working
day at the same time and place.
4.2 Powers of Officer, receiving tenders : The officer who opens the tender
and for which he is not competent to accept , shall forward the tender to the
competent authority through proper administrative channel; with his definite
recommendation and enclosing therein all the tenders so received along with a
complete set of approved NIT.
4.3:Conditional tender are liable to be rejected

pwd.cg.nic.in/PWIMS Pages7 of 20
4.4 . Canvassing: - Canvassing for support in any from for the acceptance of any
tender is strictly prohibited. Any tenderer doing so will render himself liable to
penalties which may include removal to of his name from the register of
approved contractors or penal action under section-8 of the M.P. vinirdishtta
Bhrasta Acharan Nivaran vidheyak , 1982.
4.5 Unsealed tenders : The tenders can be rejected if not properly sealed by
wax or by sticking tape, in the case of manual tenders
4.6.:The authority competent to accept a tender reserves the right to accept the
tender for the whole work or for a distinct part thereof or by distributing the work
between one or more tenderers,or reject the tender as a whole without assigning
any reason. Such decision shall not be open to challenge in any forum or court
of law.
4.7 Validity of offer: Tender shall remain open up to 120 (one hundred twenty )
days from the specified deadlines of receipt of tender(s) and in the event of the
tenderer withdrawing his offer before the aforesaid date, for any reason
whatsoever, earnest money deposited shall be forfeited.
4.7.1: In the event of withdrawing his/her offer before the expiry of the period of
validity of offer or failing to execute the agreement as required by condition
NO.8.1.1. of the notice inviting tender (N.I.T.) he/she will not be entitled to tender
for this work. In case of recall of tenders, in addition to forfeiture of his/her
earnest money as per provisions of condition nos. 4.7 & 1.1. of the N.I.T. as may
be applicable for the work, If the tenderer has committed a similar default on
earlier occasion (s)as well then his/her registration in the department may be
suspended temporarily for a period of 2 (Two) years, from such date as may be
ordered by the authority who had registered him/her.
5. Specifications
5.1 Brief Specifications: - A brief note on construction and specification of all the
major items of the work is enclosed in
Annexure- D
5.2 Material of construction: - The materials of construction to be used in the
work shall be governed by the MORTH /IRC specifications for Rural roads /other
IRC publications and their manual/ latest CPWD specifications/ISI codes for
buildings and the relevant Indian standard specification with amendments and
revisions issued up to the date of tender notice. Where ever any material has
I.S.I. mark such material alone has to be used
5.3 Workmanship:- The work shall be carried out according to the specification
referred to hereinafter and according to sound engineering practice. The
decision of the Executive Engineer, in respect of workmanship will be final.
5.4 Specification for building work:- (Including water supply and sanitary
fittings.)
5.4.1 The contractor shall execute the work in conformity with the standards and
procedure laid down latest CPWD specifications/ISI codes for buildings or
special specification when ever enclosed separately and in accordance with the
approved drawings
5.4.2 Concrete. All concrete shall be Mixed in concrete mixer and compacted by
mechanical vibrators. Slump test shall be carried out during concreting and
sample test cubes prepared and tested for strength in accordance with the code.
The Department will carry out the testing at the cost of contractor.
The results of the tests shall conform with the required standard and if the
Engineer-in- charge considers that a structural test is necessary, the same shall
be carried out as instructed by the Engineer-in-charge at the contractor's
expense and should the result of this be unsatisfactory the contractor will be
bound to take down and reconstruct the particular portion of which has given
unsatisfactory test results.

pwd.cg.nic.in/PWIMS Pages8 of 20
5.4.3 Bricks.:- The contractor should use the bricks manufactured on the metric
system, as for as possible.
5.4.4 All timber used in the wood work for works must be properly seasoned.
In case of important buildings mechanical seasoning should be done in good
seasoning plant.
In case the contractor does not procure good seasoned wood, he may be
asked to get it seasoned in plant at his own expense
5.4.5 Maintenance of roofs. Subject to the provision in the agreements, it will be
the responsibility of the contract to see that the roof does not leak, during the
period of the fist rainy season in respect of tile and sheet roofing and two
consecutive rainy seasons in respect of lime concrete and cement concrete
terraced roof, after its completion. He will make good and replace all the
defective work on this account at his own cost.
5.5 Specification of Electrical works.
5.5.1 The work will be carried out as per the approved drawing and as directed
by the .................................. The work will be governed by " General
specifications " for the Electrical works in Government buildings in Madhya
Pradesh in forces from 1972. All electrical materials must bear “I.S.I.” mark
5.5.2 All samples of electrical accessories should be got approved from the
Engineer- in- charge prior to their us in work. Contractor will have to arrange and
afford all facilities for their inspection and rectify the defects pointed out by them.
Item involved in the Electrical work is enclosed in Annexure D.
5.5.3 The Period of testing and refund of deposit will be 6 months after
completion of work.
5.5.4 In case of supply of ceiling fan, table fan, exhaust fan, cabin fan tube light
fixtures will be made by the Department as mentioned in the S.O.R As such
labour rates only as per S.O.R. will be paid for fitting of such items in position as
per S.O.R.
5.5.5 The Contractor should submit “as built” detailed wiring diagram on tracing
cloth showing the point position of switch length of point, position of D.B. and
main switch circuit No. in which points fall at time of final bill. Otherwise
deduction of 1/2 percent (Half percent) will be made from the contract sum of all
electrical items
5.6. Specifications for road/bridge/culvert works.
The road / bridge / culvert works shall be carried out according to
MORST&H specifications for road & bridge works/ Specifications for Rural roads
,its manual / specification in force' and or special specification or the relevant
specifications published by the Indian Road congress.
5.7 Contradictions or amendments: In the event of contradiction between the
stipulations of the Schedule of rates (schedule of rate relevant to this NIT) and
aforesaid specification (vide Para 5.1 to 5.6 above) the stipulations of the
schedule of rates shall gain precedence. In the event of contradictions, if any,
between different specifications and or codes of practice, referred to above the
decision of Engineer-in-Chief shall be final.
6. Supply of Materials: The following materials will be supplied by the
department
Name of Materials Rate. Place of
delivery
1.
2.
3.
6.1 In case of the departmental supply of Iron/steel to the contractor the labour
rate will be paid for cutting, bending and placing with binding wire as povided in
SOR (with due allowance for the percentage above or below SOR. tendered and

pwd.cg.nic.in/PWIMS Pages9 of 20
accepted.)
6.2 Delay in supply :- If the materials are not supplied in time the contractor will
not be allowed any claim for any loss, which may be caused to him but only
extension of time will be given at the discretion of the Executive Engineer and
.................................... if applied for by the contractor with in 15 days of its
proposed utilization and as detailed in the latest construction program. Request
of such material by the contractor shall be sent with in one month in advance.
7. Miscellaneous Conditions-
1.:The tenderer or supplier should have a place of business in the State of from
where the goods would be supplied to various destination in the state and also
hold a registration certificate as per rules.
2.:The tenderer or supplier shall also submit the clearance certificate as
provided under section 36 of Chhattisgarh Vanijyak Kar Adhiniyam.
7.1 Subletting: The contractor shall not without the prior approval of the authority
who has accepted the tender in writing, sublet or assign to any other party or
parties, any portion of the work under the contract. Where such approval is
granted, the contractor shall not be relieved of any obligation or duty or
responsibility, which he undertakes under the contract. However such subletting
in no case be more than 25 % of contract value. But if required can be increased
up to 50(fifty) % with the prior permission of the next higher authority accepting
the tender or the Government as the case may be
7.2 Taxes: The rate quoted by the Contractor shall be deemed to be inclusive of
the sales and other levies, duties, royalties, cess, toll, taxes of Central and State
Governments, local bodies and authorities that the Contractor will have to pay
for the performance of this Contract. The Govt. will perform such duties in
regard to the deduction of such taxes at source as per applicable law. However
if “Service Tax” and cess on service tax or any other “New Tax” (not
increase or decrease in existing tax, duties, surcharge, except royalty on
minor mineral) is levied on the contractor either by Central Govt. or State
Govt, then the Executive Engineer shall reimburse the “Service Tax”and
cess on service tax and or “New Tax” amount; on submission of proof of
such payments by the contractor.
7.3 Minerals extracted for works carried out on behalf of the Government of India
, from the quarries in possession of and controlled by the state Government is
subject to payment of Royalty by the contractor to whom it shall not be
refundable. The Executive Engineer shall not also issue any certificate in respect
of such materials extracted for Government of India work (Applicable to
Government of India works only)
7.4 Rules of Labour Camps: The contractor will be bound to follow the
Chhattisgarh Model Rules relating to layout, water supply and sanitation on
labour camps (vide Annexure-A) and the provision of the National Building Code
of India work in regard to constructions and safety.
7.5 Fair Wages: The contractor shall pay not less than fair wages to labourers
engaged by him during the contract period of the works (rules enclosed vide
Annexure-B).
7.6 Work in the Vicinity: The Executive Engineer reserves the right to take up
departmental work or to award work on contract in the vicinity without prejudice
to the terms of contract.
7.7 Best quality of construction materials. Materials of the best quality will be
used as approved by the Executive Engineer. Where ever any material bears
I.S.I. stamp(mark), this shall have first preference on other available accepted
material(s)
7.8 Removal of undesired persons: The contractor shall on receipt of the
requisition from the Executive Engineer at once remove any person(s) employed

pwd.cg.nic.in/PWIMS Pages10 of 20
by him on the work who in the opinion of the Executive Engineer is/are
unsuitable or undesirable.
7.9 Amount due from contractor: Any amount due to the Government of.
Chhattisgarh from the contractor on any account concerning work may be
recovered from him as arrears of land revenue.
7.10 Tools and Plants: - The contractor shall arrange at his own cost tools and
plant required for the proper execution of the work. Certain plants may however
be issued at the sole discretion of the Executive Engineer and at the approved
rate to the contractor as a special case.
7.11 Right to Increase or decrease work: The Engineer-in-charge reserves the
right to increase or decrease with- in the scope of work any item of the work
during the currency of the contract and contractor will be bound to comply with
the order. However this is subject to the total limit of (+) 25% of any item(s) but
up to (+) 10% of the contract value only after obtaining the approval of authority
competent to accord Technical sanction
7.12 Time Schedule: The work shall be done by the contractor according to time
schedule approved by the Engineer-in-Charge.
7.13 Time of Contract:- Time allowed for carrying out the work as entered in the
N,I,T shall be strictly observed by the contractor and shall be reckoned from the
date of work order to commence the work after taking in to account the
prescribed 15/30 days of prepatory period
7.14 Payment by Cheque: The payment will be made by cheques on the SBI
Bank only. No bank commission charges on realising such payments will be
born by the Department
7.15 Transport of materials: The contractor shall make his own arrangements for
transport of all materials. The Executive Engineer is not bound to arrange for
priority in getting wagons or any other materials though all possible assistance
by way of recommendation will be given if it is found necessary in his opinion, if
the recommendation proves to be in-effective, the contractor shall have no claim
for any compensation on that account.
7.16 The methodology and equipment, material, labour, transport to be used on
the project shall be furnished by the contractor to the Engineer-in-charge well in
advance of commencement of work and approval of the Engineer-in-charge
obtained prior to its adoption and use.
The contractor shall give a trial run of the equipment for establishing its
capability to achieve the laid down specifications and tolerance to the
satisfaction of the Engineer-in charge before commencement of work, if so
desired by the Engineer-in-charge.
All equipment provided shall be of proven efficiency and shall be operated and
maintained at all time in a manner acceptable to the Engineer-in-charge.
No equipment or personnel will be removed from site without permission of the
Engineer-in-charge.
7.17 Work Programme and methodology of construction: The contractor shall
furnish his programme of construction for execution of the work within the
stipulated time and obtain the approval of the Engineer-in-Charge prior to actual
commencement of work. For works costing more than 10 crores The contractor
shall furnish his programme of construction for execution of the work within the
stipulated time including the time and quantity schedule of material, transport,
equipment, labour etc. The contractor shall also submit a statement of “Cash
Flow” (as per the format enclosed) Together with methodology construction of
each item of work and obtain the approval of the Engineer-in-Charge prior to
actual commencement of work.
7.18 Revised programme of work in case of slippage: In case of slippage from
the approved work programme at any stage, the contractor shall furnish revised

pwd.cg.nic.in/PWIMS Pages11 of 20
programme to make up the slippage within the stipulated time schedule and
obtain the approval of the Engineer-in-Charge to the revised programme. Such
progress report shall be submitted monthly (by 5th of each month) in the
prescribed format in the tender documents.
7.19 Documentation: The contractor will prepare drawing(s) of the work as
constructed and will supply original with three copies to the Engineer-in-Charge
who will verify and certify these drawings, finally Constructed drawing(s) shall
then be prepared by the contractor and supplied in triplicate along with a
microfilm in case of minor and major bridges and on tracing cloth in all other
cases to the Engineer-in-Charge for record and reference purpose.
7.20: The contractor shall have to provide a ruled duplicate register at site
named "Site order book". It shall be in the custody of departmental supervisory
staff. The Engineer-in Charge or his authorized representative shall record their
instructions in this book, which shall be noted by the contractor or his authorized
representative for compliance.
7.21: If any item of work is found to be substandard but the Engineer-in-Charge
is of the opinion that the same is structurally adequate and can be accepted at
the reduce rate, then in such cases, the Engineer-in-Charge shall have to submit
proposals for appropriate reduction of rates supported by an analysis, in
justification thereof, through a D.O. letter to the Superintending Engineer
concerned and obtain his approval expeditiously (ordinarily within 15 days). The
approved analysis along with orders of the Superintending Engineer shall have
to be appended IN the bills of the contractor.
8. SPECIAL CONDITIONS:
(i) To be inserted in the N.I.T of a particular work if found necessary in the
interest of the work.
(Note:- Any such special condition can not over rule or be on contravention
of the prescribed clauses and conditions)
8.1 Agreement: -
8.1.1 Execution of agreement: The tenderer whose tender has been accepted
(here in after referred to as the contractor,) shall produce an appropriate
solvency certificate, if so required by the Executive Engineer and will execute
the agreement In the prescribed form, within a fortnight of the date of
communication of the acceptance of his tender by the department. Failure to be
so will result in the earnest money being forfeited to the Govt. of C. G. and
tender being cancelled.
8.1.2 (a) The contractor shall employ the following Technical Staff
during the execution of work-
(i) One graduate engineer when the work to be executed is more
than Rs. 25 lakhs.
(ii) One diploma engineer when the cost of work to be executed is
from Rs. 5 lakhs to 25 lakhs.
(b) The Technical Staff should be available at site and take
instructions from the Engineer-in-Charge or other
supervisory staff
(c) Incase the contractor fails to employ the technical staff as
aforesaid, the E.E. shall have the right to take suitable
remedial measures.
(d) The contractor shall give the names and other details of
the graduate engineer/diploma engineer to whom he
intends to employ or who is under employment with him ,
at the time of agreement and also give his curriculum
vitee.
(e) The contractor shall give a certificate to the effect that the

pwd.cg.nic.in/PWIMS Pages12 of 20
graduate engineer/diploma engineer is exclusively in his
employment.
(f) A graduate engineer or diploma engineer may look after
more than one work in the same locality but the total
value of such works under him shall not exceed Rs. 100
lakhs in the case of a graduate engineer and Rs. 50
lakhs in the case of a diploma engineer
(g) It shall not be necessary for the firm/company whose one
of the partner is a graduate engineer / diploma engineer
to employ another graduate engineer / diploma engineer
subject to the conditions provided under 8.1.2 (a),(b) and
(f)
(h) The Retired Assistant engineer who is holding a diploma
may be treated at par with a Graduate for the operation of
the above clause.
Note:- Such Degree or Diploma engineer must be always available on works
site on day to day basis and actively supervise, instruct and guide the
contractor’s works force and also receive instruction form the Departmental
Engineers/Sub engineers.
In case the contractor fails to employ the above technical staff or fails to
employ technical staff /personnel as submitted by the contractor in Pre
qualification documents if prequalification is called and or the technical
staff/personnel so employed are generally not available on work site and or does
not receive or comply the instructions of the Department Engineers, the
Executive Engineer shall recover/deduct from his bills, a sum of Rs. 2500/-per
week of such default. If the default continues for more than 4 weeks then such
default can be treated as "Fundamental Breach of Contract" and the contract
can be terminated and action shall be taken under clause 3
8.2 Conditions applicable for contract:-
All the conditions of the tender notice will be binding on the contractors in
addition to the conditions of the contract in the prescribed form :-
Following documents annexed with this N.I.T shall form an integrate
part of the contract document. Annexure- "A" : Model Rules relating to labour
water supply etc.
Annexure-"B" : Contractor's labour regulations.
Annexure-"C":
(a) Drawing (for buildings and Bridges)
(i) Site plan/location
(ii) Plan, Cross section and elevation structural drawing, bar
bending schedule etc.
(iii) Circuit wiring and plumbing drawing (for Buildings only)
(iv) Founding and formation levels, for C.D. Works
(b) For road work :- Index plan and locations of
C.D. Works with type of C.D.
(H.P. box culvert, flush/raised,
causeway, slab culvert/ Bridge)
Annexure-"D" : Specification for the work of construction of ---------
Annexure-"E" : Schedule of items. to be executed
Annexure -“F”: Form of Bank guarantee in lieu of performance security deposit.
-
Annexure-“G”: Special Conditions
ANNEXURE - "A"
MODEL RULES RELATING TO LABOUR, WATER SUPPLY AND SANITATION
IN

pwd.cg.nic.in/PWIMS Pages13 of 20
LABOUR CAMPS
Notes: These model rules are intended primarily for labour camps, which are not
of a permanent nature. They lay down the minimum desirable standard, which
should be adhered to standards in permanent or semi-permanent labour camps
should not be obviously be lower than those for temporary camps.
1. Location-: The camp should be located in elevated and well drained ground
in the locality.
2. Labour huts to be constructed for one family of 5 persons each. The layout
to be shown in the prescribed sketch.
3.Hutting: The huts to be built of local material. Each hut should provide at least
20 sqm. of living space.
4.Sanitary facilities: Latrines and urinals shall be provided at least 15 meters
away from the nearest quarters separately for man and women specially so
marked on the following scale.
5.Latrines - Pit provided at the rate of 10 users or two families per scat, separate
urinals as required as the privy can also be used for this purpose.
6.Drinking Water - Adequate arrangement shall be made for the supply of
drinking water. If practicable filtered and chlorinated supplies shall be arranged
when supplies are from intermittent sources overhead storage tank shall be
provided with capacity of five liters a person per day. Where the supply is to be
made from a well, it shall conform to the sanitary standard laid down in the
report of the Rural Sanitation Committee. The well should be at least 30 meters
away from any latrine or other source of population. If possible, hand pump
should be installed for drinking water from well. The well should be effectively
disinfected once every month and the quality of water should be got tested at the
public Health Institution between each work of disinfecting.
7. Bathing and Washing - Separate bathing and washing place shall be
provided for men and women for every 25 persons in the camp. There shall be
one gap and space of 2 sqm. for washing and bathing. Proper drainage for the
wastewater should be provided.
8. Waste Disposal - (A) Dustbin shall be provided at suitable places in camp
and the residents shall be directed to throw all rubbish into these dustbin. The
dustbins shall be provided with cover. The contents shall be removed every day
and disposed off by trenching.
9. Medical facilities -
(A) Every camp where 1000 or more persons reside shall be provided with
whole time Doctor and Dispensary. If there are women in the camp, a whole
time nurse
Shall be employed.
(B) Every camp where less than 1000 but more than 250 persons reside shall be
provided with Dispensary and a part time Nurse/Midwife.
(C) If there are less than 250 persons in any camp a First Aid Kit shall be
maintained in-charge of whole time persons, trained in First Aid.
All the medical facilities mentioned above shall be for all residents in the
camp including a dependent of the worker, if any free of cost.
Sanitary Staff - For each labour camp, there shall be qualified Sanitary Inspector
and Sweeper should be provided in the following scales:-
(1) For camps with strength over 200 but not exceeding 500 persons. One
sweeper for every 75 persons above the first 200 for which 3 sweepers shall
be provided.
(2) For camps with strength over 500 persons one sweeper for every 100
persons above 1 st 500 for which 6 sweepers should be provided.
ANNEXURE - "B"
CONTRACTOR'S LABOUR REGULATIONS

pwd.cg.nic.in/PWIMS Pages14 of 20
The Contractor shall pay not less than fair wages to labourers engaged by him in
the work.
Explanation -
(a) "Fair Wages" means wages whether for time or piece works as notified
during the period of execution of the works and where such wages have
not been so notified the wages prescribed by the P.W.D. department for
the division in which the work is done.
(b) The contractor shall not with standing the provision of any contract to the
contrary, cause to be paid a fair wage to labourers indirectly engaged on
the work i/e any labour engaged by his subcontractors in connection with
the said work as if labourers had been immediately employed by him.
(c) In respect of all labour directly or indirectly employed on the works or the
performance of his contract, the contractor shall comply with or cause to
be complied with the Labour Act, in force.
(d) The Executive Engineer/Sub Divisional Officer shall have the right it
deduct from the money due to the contractor any sum required or
estimated to be required for making good the less suffered by a worker or
workers by reason of non-fulfillment of the conditions of the contract for
the benefit of the workers nonpayment of wages or of deductions mode
from his or their wages which are not justified by their terms of contract
on non observance of regulations.
(e) The contractor shall be primarily liable for all payments to be made under
and for the observance of the regulations aforesaid without prejudices to
his right to claim indemnity from his sub-contract.
(f) The regulations aforesaid shall be deemed to be a part of this contract
and
any breach there of shall be deemed to be a breach of this contract.
(g) The contractor shall obtain a valid license under the Contract (Regulation
and Abolition) Act, 1970 and rules made there under by component
authority from time to time before commencement of work, and continue
to have a valid license until the completion of the work.
Any failure to fulfill this requirement shall attract the penal provisions of this
contract arising out of the recalled non-execution of the work assigned to the
contractor.

ANNEXURE – C
(a) Drawing (for buildings and Bridges)
(v) Site plan/location
(vi) Plan, Cross section and elevation, structural drawing, bar
bending schedule etc.
(vii) Circuit wiring and plumbing drawing (for Buildings only)
(viii) Founding and formation levels, also for C.D. Works
(b) For road work :- Index plan and locations of C.D. Works with type of C.D.
(H.P. box culvert, flush/raised, causeway, slab culvert/Bridge with
bench mark all levels and details of each
“Attach Prints”

pwd.cg.nic.in/PWIMS Pages15 of 20
ANNEXURE -"D"
Brief Specifications for major items of the work of construction of ------------
(Mention the Items involved with details )
Annexure-"E" (For percent rate tenders)
Schedule of items
S.No. S.O.R. Description Of Item Unit Qty
Item. No.
1
2
3 etc.
Note:- In case of any discrepancy in this table vis-à-vis the applicable S.O.R. the
provisions contained in the applicable S.O.R. shall prevail.
Annexure-"E" (For Item rate tenders)
Schedule of items
S.No. S.O.R. Description Of Unit Qty Rate in Figure Rate in Amount in
Item. No. Item Words figure
(referance
in any)

1
2
3 etc.
Grand Total Rs..............................( in figure)
and .......................................(in words)

(use separate sheet)


Note:- In case of any discrepancy in the rate written in figure and in word
of any item the lesser rate of the two shall be deemed to be the
offered rate and amount of that item calculated and corrected
accordingly

ANNEXURE - F
(Revised from Bank Guarantee Bond)
pwd.cg.nic.in/PWIMS Pages16 of 20
(GUARATEE BOND)
(In lieu of performance Security Deposit)
(To be used by approved Scheduled bank) )
1. In consideration of the Governor of chhattiisgarh (here in after called the
government having agreed to exempt
............................................................................. (Herein after called the
contractor (s) from the demand under the terms and conditions of an agreement
dated ................ ................................... made between
………………………………………………………………… for the work (Name of
work) ......................................................................................... (here in after
called the said Agreement) of security deposit for the due fulfillment by the said
contractor (s) of the terms and conditions contained in the said agreements on
production of a bank Guarantee for Rs.
....................................................................................................... Rupees
............................... Only we. (.)
.............................................................................................. (hereinafter referred
to as " the bank (at the request of the said contractor (s) do here by undertake to
pay the Govt., an amount not exceeding Rs. ......................................................
against any loss or damage caused to or would be caused to or suffered by the
Government, by reasons of any breach by the said contractor (s) of the terms or
conditions contained in the said agreement.
2. We (.) ............................................................................................. do here by
undertake to pay the amount due and payable under this guarantee without any
demur merely on demand from the Government stating the amount claimed is
due by way of loss or damage caused to or would be caused to or suffered by
the Government by reason of breach by the said contractor (s) of any of the
terms or conditions contained in the said agreements or by reasons of the
contractor (s) failure to perform the said agreement, Any such demand made on
the bank shall be conclusive as regards the amount due and payable by the
bank under this Guarantee, However our liability under this Guarantee. shall be
restricted to an amount not exceeding ........................................................
3. We undertake to pay to the Government any money so demanded not with
standing any dispute or disputes raised by the contractor (s) in any suit or
proceedings pending before any court or tribunal relating thereto, our liability
under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the contractor (s) shall have no claim
against us for making such payments.
4. We (.) ........................................................................... further agree that the
guarantee herein contained shall remain in full force and effect during the period
that would be taken for the performance of said agreement and that it shall
continue to be enforce able till all the dues o the Government under or by virtue
of the said agreement have been fully paid and its claims satisfied or discharged
or till the Executive Engineer P.W.D. certified that the terms and conditions of
the said agreement have been fully and property carried out by the said
contractor (s) and terms and conditions of the said agreement have been fully
and property carried out by the said contractor
(s) and accordingly discharged this guarantee, unless a demand to claim under
this Guarantee is made on us in writing on or before the (here indicate a date
which falls 9 months beyond the due date of completion of the work)
.......................................................................................... we shall be discharged
from all liability under the guarantee.
5. We (.) .............................................................................................................
further agree with the government that the Govt, shall have the fullest liberty

pwd.cg.nic.in/PWIMS Pages17 of 20
without our consent and with out affecting in any manner our obligation here
under to vary any of the terms and conditions of the said agreement or to extend
time of performance by the said contractor (s) from time to time or to postpone
for any time or for time to time any of the powers exercisable by the Gove.
against the said contractor (s) and to for bear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our
liability by reasons of any such variations. or extension being granted to the said
contractor (s) or for barnacle, act or commission on the part of the Gove. or any
indulgence by the Govt. to the said contractor (s) or by any such matter or thing
what so ever which under the lay relating to sureties would but for this provision
have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of
the Bank or the Contractor (s).
7. We (.) ................................................................................................ lastly
under take not to revoke this guarantee during its currency except with the
previous consent of the Government in writing :-
Dated the .......................................................................... day of
.......................................... for ()
..........................................................................................
(>) indicate the Name of the Bank
.........................................................................................

ANNEXURE - G
SPECIAL CONDITIONS OF N.I.T.
(Reference Clause 8 of NIT)
(1) “ Additional performance security (APS) shall be deposited by the
successful bidder at the time of signing of agreement when the bid
amount is seriously unbalanced i.e. less than the estimated cost by
more than 10%. In such an event the successful bidder will deposit
the Additional Performance Security (APS) to the extent of difference
of 90% of PAC and Bid amount in the shape of FDR in favour of the
Executive Engineer before signing the agreement. The same shall be
refunded along with the normal SD after completion of the work. If the
contractor fails to complete the work or left the work incomplete, this
Additional Performance Security (APS) shall be forfeited by the
department and the agreement shall be terminated and action shall
be taken in accordance with clause 3 of the agreement. In case the
tenderer /contractor refuses to deposit Additional Performance
Security (APS) then his bid will be rejected by the sanctioning
authority and earnest money shall be forfeited.
(2) If the tenderer, whose tender has been accepted, and after signing
the agreement, (i) does not start regular actual physical items of work
within 25% (twenty five percent) of the time allowed for completion, or
abnormally slowdown the work or (iii) abandons the work, or (iv) merely
goes on applying for extension of time; the Executive Engineer shall
serve a "show cause" notice with details to the contractor in this regard
and if the contractor does not reply, or if his reply is considered not
satisfactory (at the sole discretion of the Executive Engineer), his
earnest money and the performance security money or the Bank
Guarantee in this regard shall be forfeited in favour of the Govt.If the
contractor has committed a similar default on earlier occasion (s) in

pwd.cg.nic.in/PWIMS Pages18 of 20
previous three consecutive years the contractor shall be debarred from
participating in any future tender of any P.W.D. Division in the State of
Chhattisgarh for a period of 2 (two) years from the date of such order,
by the authority which had registered him/her.
Such orders & action shall be final binding and conclusive
(3) Detailed programme of Construction:
(i) Within 15 days of issue of order to start work, the contractor shall submit
in the prescribed proforma a detailed construction programme month wise
mentioning start and completion of each item/event involved in the due
performance of the contract For contract more than 10 Crores Contractor shall
also submit detailed programme monthwise for
(a) Materials procurement
(b) Their transport arrangement to worksite with details of No. of
truck/tippers
(c) Detailing of construction plants & equipments
(d) Cash flow/revised Cash flow
(ii) The contractor shall submit in the first week of each month a statement
of “target vis-à-vis actual performance” of each item/event with slippage, if
any; mentioning reasons of slippage and proposal for revised construction
programme to complete the same in targeted date or validly extended date.
Failure to submit this monthly statement for 4(four) months can be treated as
“fundamental Breach of Contract” and can result in invoking clause 3 of the
conditions of contract.
(4) Performance Guarantee: DELETED
(5) The tenderer/contractor shall give in advance authority letter(s) in favour
of the Executive Engineer, authorising him to get all Bank’s Fixed Deposit
receipts, Bank Guarantees (either normal security deposit and or for
performance security) to get these Bank Receipts and Guarantee deeds verified
and got confirmed from the concerned Bank. It will be only after getting such
confirmation that the Executive Engineer shall pay any amount accordingly or
refund the equal amount for which BG submitted has been duly verified and
confirmed.
(6) The contractor shall not remove minor mineral from borrow areas,
quarries without prior payment of Royalty charges.
7) For Bituminous Road Works (a) to (f) - DELETED
(8) The contractor has to fix reflecting information board, size 120 cms X 90
cms. One at starting point of the road and another from end point of the road
describing the details of work as instructed by E. E. at his costs.
(9) In case of conflict between “General condition of contract- and the
special condition” the terms of special conditions shall prevail.
Additional Special conditions
1. In the event of withdrawing his/her offer before the expiry of the period of
validity of offer or failing to execute the agreement as required by condition No.
8.1.1 of the notice inviting tenders (N.I.T.) he/she will not be entitled to tender for
this work in case of recall of tenders . In addition to forfeiture of his/her earnest
money as per provisions of conditions No. 4.7 & 8.1.1 of the N.I.T. , as may be
applicable for the work , the registering authority will demote the contractor/firm
for a period of one year . If the tenderer has committed a similar default on
earlier occasion(s) as well , then such demotion in registration will be permanent
.
This special condition will supersede anything contrary to it , in the tender
document .

2. (A) Cess @ 1% (One percent) shall be deducted at source, from

pwd.cg.nic.in/PWIMS Pages19 of 20
every bill of the contractor by the Executive Engineer under “
Building and other construction for workers welfare, Cess Act
1996”.
(B) It is mandatory for the contractor(S) to get himself/themselves
registered with Chhattisgarh Building & Other construction
welfare Board as soon as the work order is issued to him/them for
the work amounting to Rs. 10.00 (Ten) Lakhs and above and
submit a copy of the same to the concern Executive Engineer
otherwise no payment will be made under the contract.

3. DELETED

pwd.cg.nic.in/PWIMS Pages20 of 20

You might also like