e-nit 12 armo patto panjim 18-19 - maharashtra
TRANSCRIPT
Page - 1
Bharat Sanchar Nigam Limited (A Government of India Enterprise)
E - T E N D E R D O C U M E N T
FOR Name of work:-Annual Repairs and maintenance works in Various
Buildings at Panjim -Goa for year 2018-19.
NIT No: e-12/EEC(PJM)/BSNL/2018-19
To be submitted only online on website: https://eprocure.gov.in.
By 6.00 P.M on 16/11/2018.
OFFICE OF THE EXECUTIVE ENGINEER,
BSNL CIVIL DIVISION,Panjim, Goa– 403001.
NAME OF TENDERER: ………………………………………
Page - 2
NAME OF WORK: Annual Repairs and maintenance works in Various Buildings at
Panjim -Goa for year 2018-19.
INDEX
This N.I.T. contains 45 pages marked excluding cover page.
Executive Engineer(C)
BSNL Civil Division,Panjim, Goa.
SL.
NO. DETAILS
PAGES
FROM TO
1. Cover page 1 1
2. Index 2 2
3. Information & Instructions for Bidders/Contractors for e-tendering 3 7
4. Notice Inviting Tender BSNL W-6 8 13
5. BSNL W-8 [e-Tender] 14 15
6. Declaration 16 18
7. Pro-forma of Schedules 19 22
8. General Instructions 23 23
9. Special Condition 24 25
10. Pro-forma for agreement 26 27
11. Form of performance Security Bank Guarantee Bond 28 28
12 Affidavit 29 29
13 Schedule of Quantity 30 45
Page - 3
I N F O R M A T I O N A N D I N S T R U C T I O N S F O R C O N T R A C T O R S / B I D D E R S F O R
e – T E N D E R I N G Executive Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goaon behalf of Bharat
Sanchar Nigam Limited (A Govt. of India Enterprise) invites Online Percentage rate bids for following work from
approved and eligible contractors of BSNL of appropriate class and non – BSNL registered contractors of
appropriate class registered with other public works organisations like CPWD, State PWD (B&R), D.O.P., M.E.S.
& Railways , having requisite experience are also eligible to quote.
1. The intending bidder must read terms and conditions of BSNL W6 carefully. He should only submit his
bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and instructions for bidders posted on website https://eprocure.gov.in shall form part of
bid document. If not registered, the intending tenderers should get themselves registered with
https://eprocure.gov.in as per the instructions on their https://eprocure.gov.in web site, by paying
applicable fee/charges/ tax etc.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website https://eprocure.gov.inor
www.maharashtra.bsnl.co.in, OR in the O/o the Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa, free of cost.
4. But the bid can only be submitted after uploading the mandatory scanned document such as Demand
Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt and Bank
Guarantee of any Scheduled Bank towards cost of Bid Document and EMD in favour of BSNL,
Goa"payable at Panjim.
5. The intending bidder must have valid Class-II Digital Signature to submit the bid.
6. The e-Tender will be submitted online in two Electronic Envelope systems.
a) Electronic Envelope No-I :-Eligibility documents & Technical Bid (e-Tender).
b) Electronic Envelope No-II :-Price Bid.
7. On opening date, the contractor can login the website https://eprocure.gov.in and see the bid opening
process. After opening of bids, he will receive the competitor’s bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. There shall be no extension of date for submission of BID for the reason of failure of internet link etc.
No such request in this regard from the contractor shall be entertained.
10. For e-Tendering of this tender, BSNL has engaged e-portal eprocure.gov.in. The agency intending to
participate in tendering process shall have to register with http://https://eprocure.gov.in or contact at
08826246593 on all working days.
11. The tenderer should read carefully & understand the tender document, procedure for e- tendering etc.
NIT
NO.
Name of work& Location
Est
ima
ted
Co
st p
ut
to
bid
Ea
rne
st M
on
ey
Pe
rio
d o
f C
om
ple
tio
n
Last
Da
te &
Tim
e o
f
sub
mis
sio
n o
f E
- B
id
Pe
rio
d d
uri
ng
wh
ich
EM
D,
Co
st o
f B
id
Do
cum
en
t, E
-Te
nd
er
Pro
cess
ing
Fe
e a
nd
oth
er
Do
cum
en
ts s
ha
ll
be
su
bm
itte
d (
Ha
rd
Co
pie
s)
Da
te &
tim
e o
f
Op
en
ing
of
EM
D,
Co
st
of
Bid
do
cum
en
t &
oth
er
do
cum
en
t
Da
te a
nd
tim
e o
f
op
en
ing
of
ten
de
r
e-1
2/E
EC
(PJM
)/B
SN
L/2
01
8-1
9 Annual Repairs and
maintenance works in
Various Buildings at Panjim
-Goa for year 2018-19.
Rs.
4,9
9,0
09
/-
Rs.
9,9
80
/-
12
(T
we
lve
) m
on
ths
Up
to 6
:00
P.M
. o
n
16
/11
/20
18
Aft
er
last
da
te &
tim
e o
f
sub
mis
sio
n o
f b
id a
nd
up
to
03
:00
PM
on
19
/11
/20
18
At
.3.3
0 P
M o
n
19
/11
/20
18
At
11
:00
A.M
. o
n
22
/11
/20
18
Page - 4
completely before participating in the e-tender procedure. Participation in the e-tendering, presumes
that the bidder(s) has/have read all the conditions, Special Conditionsof the Contract, Schedule of
quantity etc. and agree/abide by them.
12. List of Documents to be scanned and uploaded within the period of bid submission:
i. Demand Draft/Pay order or Banker’s Cheque/Deposit at Call Receipt/FDR/Bank Guarantee of any
Scheduled Bank against EMD.
ii. Demand Draft/Pay order or Banker’s Cheque of any Scheduled Bank towards Cost of Bid Document.
iii. Enlistment Order of the Contractor.
iv. Certificates of Work Experience (from non BSNL registered contractors).
v. Near relative certificate as stipulated under para 14 of Notice Inviting Tender.
vi. a) GST Registration, if liable for registration as per GST Act.
b) If not liable for GST registration as per GST Act, Contractor shall submit declaration as per
proforma on Page No.17 regarding category, he falls under, may be ticked and required to be
uploaded.
c) Attested pan card copy
13. Fore-Tendering of this tender,BSNL has engaged e-portal maintained by M/s NIC at web site
www.eprocure.gov.in.The agency intending to participate in tendering process shall have to register
with them. For any further enquiry regarding tender uploading/downloading, Helpdesk of M/s NIC
maybecontacted@Toll-free No-08826246593).
Executive Engineer(C)
BSNL Civil Division,Panjim, Goa.
Page - 5
Bharat Sanchar Nigam Limited (A Government of IndiaEnterprise)
N O T I C E I N V I T I N G T E N D E R
09(04)/ NIT No. 12/EEC/(PJM)/BSNL/2018-19 /537 Dated: 06 .11.2018
1.0 Online Percentage rate tenders are invited by the Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goaon behalf of BHARAT SANCHAR NIGAM LIMITED for the following work from
approved and eligible contractors of BSNL of appropriate Class and non – BSNL registered contractors of
appropriate Class registered with other public works organizations like CPWD, State PWD (B&R), D.O.P., M.E.S.
& Railways, having requisite experience are also eligible to quote.
Name of work Estimated Cost Earnest
Money
Period of
completion
Annual Repairs and maintenance works in Various
Buildings at Panjim -Goa for year 2018-19.
Rs. 4,99,009/-
Rs. 9,980/-
12 (Twelve)
months
1.1 Eligibility Criteria - Requirement of work experience:
(A) For works upto Rs. 7 lakhs: NIL
(B) The agency should fulfill the criteria of Para–14of BSNL form W-6 & should furnish a Certificate
regarding near relatives.
2.0 Agreement shall be drawn with the successful Tenderer on prescribed Form BSNL W-8 with up to date
correction slips, which is available as a BSNL Publication/ BSNL website www.maharashtra.bsnl.co.in
and in the O/o the Executive Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto, Panjim,
Goa. Tenderer shall quote his rates as per various terms and conditions of the said form which will form
part of the agreement.
3.0 The time allowed for carrying out the work will be 12 (Twelve) monthsfrom the 7th
(Seventh)day after
the date of issue of letter of award of work, or, from the first day of handing over of the site, whichever
is later, in accordance with phasing, if any, indicated in the Tender Document.
4.0 Site for the work will be made available.
5.0 The bid document consisting of Plans, Specifications, Schedule of quantities of various types of items to
be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents including General Conditions of Contract form can be seen from website
www.maharashtra.bsnl.co.in and https://eprocure.gov.in. and in the O/o Executive Engineer, BSNL
Civil Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goa
6.0 After submission of the bid, the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
7.0 While submitting the revised bid, contractor can revise the rate of one or more items any numbers of
times (he need not re-enter rate of all the items) but before last date and time of submission of bid as
notified.
Page - 6
8.0 Earnest money in the form of Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt
or Fixed Deposit Receipt drawn in favour of "BSNL, Goa"payable at Panjimshall be scanned and
uploaded to the e-tendering website within the period of bid submission and original should be
deposited in office of the Executive Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto,
Panjim, Goa.
(i) Earnest Money ofRs. 9,980/- (Rs. Nine thousand Nine Hundred Eighty only) by Banker’s Cheque/
Deposit at Call Receipt of a Scheduled Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand
Draft of a Scheduled Bank issued in favour of " BSNL, Goa"payable at Panjim. When amount of
earnest money is more than Rs. 5 lakhs, part of the earnest money is acceptable in the form of
Bank Guarantee also. In such case, minimum 50% of earnest money (but not less than Rs. 5 lakh)
or Rs. 25 lakh, whichever is less, will have to be deposited in the shape prescribed above. For
balance amount of earnest money, Bank Guarantee will also be acceptable.
Note: Money due to contractor in any other work or earnest money of the previous call of the
same work shall not be adjusted towards earnest money. The Cost of Tender and Earnest Money
should be submitted through separate instruments.
(ii) Cost of Bid Document (Non Refundable) – Demand Draft amounting to.Rs. 590.00 (Rupees Five
Hundred Ninety ) onlyin cash or by Pay Order in favour of " BSNL, Goa"payable at Panjim.
Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt or FDR or Bank Guarantee for
E.M.D., D.D. for the cost of Bid Document shall be placed in single wax/ adhesive tape sealed envelope
superscripted as “Earnest Money, Cost of Bid Document including eligibility credentials, as uploaded”
with name of work and due date of opening of the bid also mentioned thereon.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
information and instruction for bidders for e-tendering shall be scanned and uploaded and attached to
the e-tendering website within the period of bid submission and certified copy of each along with
certified copies of any other document required to be submitted as above.
The envelope shall be wax/ adhesive tape sealed with due mention of Name of work, date & time of
opening of bids and to be submitted in the office of theExecutive Engineer, BSNL Civil Division, 4th
floor, Sanchar Bhavan, Patto, Panjim, Goa after last date & time of submission of bid up to 3.00P.M. on
19/11/2018. The documents submitted shall be opened at 3.30 PM on the same day that is on
19/11/2018.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
Earnest Money Deposit, Cost of Bid Document and e-Tender processing fee and other documents
placed in the envelope are found in order.
The bid submitted shall be opened for eligible tenderers at 10.00 AM on 22/11/2018.
9.1 The bid submitted shall become invalid and cost of Bid Document shall not be refunded if:
i) The bidder is found ineligible.
9.2 The bidder shall upload all the required/ relevant documents as stipulated in the bid document.
However, if hard copies of the documents submitted by the agency are found in order and validate the
eligibility of the bidder, his bid will be opened as scheduled. Also in case of hard copies submitted by the
agency, fail short of required eligibility credentials due to omission by the bidder, but the uploaded
documents attached to the bid is found in order, the bid will also be opened. Either way, the bidder
should qualify for bidding for the work as per terms and conditions of the N.I.T.
9.3 The Executive Engineer(C) may extend the opening date of the bid to seek clarification from any bidder
if any of the credentials submitted by the bidder is/ are not as stipulated in the N.I.T. due to
misunderstanding or omission on part of the bidder, though he may otherwise be eligible for bidding.
Simply to put, no bid will be rejected merely on technical ground.
Note: In case the eligibility credentials are not found in order at any stage i.e. before award of work or during
execution of the work or after completion of the work, the contractor will be debarred from tendering
in BSNL for three years including any other action under the contract or existing law.
Page - 7
10.0 Executive Engineer (Civil) reserves the right to postpone the date of opening of tender without assigning
any reason.
11.0 Copies of other drawings and documents pertaining to the work will be open for inspection by the
tenderers at the office of the above-mentioned officer.
12.0 Date fixed for opening of tender, if subsequently, is declared as holiday by the BSNL, then, in absence of
such notification, the tender will be opened on next working day, time and venue remaining unaltered.
Executive Engineer(C)
BSNL Civil Division,Panjim, Goa.
Page - 8
BSNL W-6
Bharat Sanchar Nigam Limited
(A Government of IndiaEnterprise)
NOTICE INVITING TENDER
9 (4)/ NIT No. 12/EEC/(PJM)/BSNL/2018-19/537 1.0 Online Percentage rate tenderare invited by the Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goaon behalf of BHARAT SANCHAR NIGAM LIMITED for the following work
from approved and eligible contractors of BSNL of appropriate Class and non – BSNL registered contractors of
appropriate Class registered with other public works organizations like CPWD, State PWD (B&R), D.O.P.,
M.E.S. & Railways ,having requisite experience are also eligible to quote.
Name of Work:-Annual Repairs and maintenance works in Various Buildings at Panjim, Goa for year 2018-19.
1.1 The work is estimated to Cost Rs. 4,99,009/-
1.2 Eligibility Criteria - Requirement of work experience:
(A) For works upto Rs. 7 lakhs: NIL
(B) The agency should fulfill the criteria of Para–14of BSNL form W-6 & should furnish a Certificate
regarding near relatives.
2.0 Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL W-8 with upto
date correction slips, which is available as a BSNL Publication/BSNL website
www.maharashtra.bsnl.co.in and https://eprocure.gov.in. OR in O/o Executive Engineer, BSNL Civil
Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goa.Tenderer shall quote his rates as per various
terms and conditions of the said form which will form part of the agreement.
3.0 The time allowed for carrying out the work will be 12 (Twelve) months from the 7th
(Seventh)day after
the date of issue of letter of award of work, or, from the first day of handing over of the site, whichever
is later, in accordance with phasing, if any, indicated in the Tender Document.
4.0 Site for the work will be made available.
5.0 The bid document consisting of Plans, Specifications, Schedule of quantities of various types of items to
be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents including General Conditions of Contract form can be seen from website
www.maharashtra.bsnl.co.in and https://eprocure.gov.in. and in the Executive Engineer, BSNL Civil
Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goa.
6.0 After submission of the bid, the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
7.0 While submitting the revised bid, contractor can revise the rate of one or more items any numbers of
times (he need not re-enter rate of all the items) but before last date and time of submission of bid as
notified.
8.0 Earnest money in the form of Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt
or Fixed Deposit Receipt (drawn in favour of "BSNL, Goa"payable at Panjimshall be scanned and
uploaded to the e-tendering website within the period of bid submission and original should be
deposited in office of the Executive Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto,
Panjim, Goa.
(i) Earnest Money of Rs. 9,980/-(Rs. Nine thousand Nine Hundred Eighty only) by Banker’s Cheque/
Deposit at Call Receipt of a Scheduled Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand
Draft of a Scheduled Bank issued in favour of "BSNL, Goa"payable at Panjim. When amount of
earnest money is more than Rs. 5 lakhs, part of the earnest money is acceptable in the form of
Bank Guarantee also. In such case, minimum 50% of earnest money (but not less than Rs. 5 lakh)
Page - 9
or Rs. 25 lakh, whichever is less, will have to be deposited in the shape prescribed above. For
balance amount of earnest money, Bank Guarantee will also be acceptable.
Note: Money due to contractor in any other work or earnest money of the previous call of the
same work shall not be adjusted towards earnest money. The Cost of Tender and Earnest Money
should be submitted through separate instruments.
(ii) Cost of Bid Document (Non Refundable) – Demand Draft amounting to Rs. 590.00 (Rupees Five
Hundred Ninety only)in cash or by Pay Order in favour of " BSNL, Goa"payable at Panjim.
Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt or FDR or Bank Guarantee for
E.M.D., D.D. for the cost of Bid Document shall be placed in single wax/ adhesive tape sealedenvelope
superscripted as “Earnest Money, Cost of Bid Document including eligibility credentials, as uploaded”
with name of work and due date of opening of the bid also mentioned thereon.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
information and instruction for bidders for e-tendering shall be scanned and uploaded and attached to
the e-tendering website within the period of bid submission and certified copy of each along with
certified copies of any other document required to be submitted as above.
The envelope shall be wax/ adhesive tape sealed with due mention of Name of work, date & time of
opening of bids and to be submitted in the office of theExecutive Engineer, BSNL Civil Division, 4th
floor, Sanchar Bhavan, Patto, Panjim, Goaafter last date & time of submission of bid up to 3.00P.M. on
19/11/2018. The documents submitted shall be opened at 3.30 PM on the same day that is on
19/11/2018
Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose Earnest Money Deposit, Cost of Bid Document and e-Tender processing fee and other
documents placed in the envelope are found in order.
The bid submitted shall be opened for eligible tenderers at 10:00 AM on 22/11/2018
9.1 The bid submitted shall become invalid and cost of Bid Document & e-Tender processing fee shall not
be refunded if:
i) The bidder is found ineligible.
9.2 The bidder shall upload all the required/ relevant documents as stipulated in the bid document.
However, if hard copies of the documents submitted by the agency are found in order and validate the
eligibility of the bidder, his bid will be opened as scheduled. Also in case of hard copies submitted by the
agency, fail short of required eligibility credentials due to omission by the bidder, but the uploaded
documents attached to the bid is found in order, the bid will also be opened. Either way, the bidder
should qualify for bidding for the work as per terms and conditions of the N.I.T.
9.3 The Executive Engineer(C) may extend the opening date of the bid to seek clarification from any bidder
if any of the credentials submitted by the bidder is/ are not as stipulated in the N.I.T. due to
misunderstanding or omission on part of the bidder, though he may otherwise be eligible for bidding.
Simply to put, no bid will be rejected merely on technical ground.
Note: In case the eligibility credentials are not found in order at any stage i.e. before award of work or during
execution of the work or after completion of the work, the contractor will be debarred from tendering
in BSNL for three years including any other action under the contract or existing law.
The description of the work is as follows:
Annual Repairs and maintenance works in Various Buildings at Panjim -Goa for year 2018-19.
10.0 Copies of other drawings and documents pertaining to the work will be open for inspection by the
tenderers at the office of the above-mentioned officer.
10.1. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the
form and nature of the site, the means of access to the site, the accommodation they may require and
in general, shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be deemed to have full
Page - 10
knowledge of the site whether he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of tender by a tenderer implies that he has read this notice and all
other contract documents and has made himself aware of the scope and specifications of the work to
be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
BSNL and local conditions and other factors having a bearing on the execution of the work.
11.0 The competent authority on behalf of Bharat Sanchar Nigam Limited does not bind himself to accept
the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders
received without the assignment of a reason. All tenders, in which any of the prescribed conditions is
not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be
summarily rejected.
12.0 Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.
13.0 The competent authority on behalf of the Bharat Sanchar Nigam Limited reserves with himself the right
of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same
at the rate quoted.
14.0 The company or firm or any other person shall not be permitted to tender for works in BSNL Civil Zone
in which his near relative (s) (directly recruited or on deputation in BSNL) is/are posted in any capacity
either non-executive or executive employee. Near relative (s) for this purpose is/are defined as:
(i) Member of Hindu Undivided family (UHF).
(ii) They are Husband and Wife.
(iii) The one is related to other in the manner as Father, Mother, Son(S) & Son’s wife (daughter-in-law),
Daughter(s), Daughter’s husband (son-in-law), brother(s), Brother’s wife, Sister(s), Sister’s husband
(brother-in-law).
The contractor shall also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relative to any executive employee/ gazetted officer
in the BSNL or Department of Telecom or in the Ministry of Communications.
All the intending tenderers will have to give a certificate that none of his/her such near relative (s) as
defined above is/are working in the concerned BSNL Civil Zone where he is going to apply for
tender/work. The format of the certificate is as under:-
“I,_______________________ S/o Shri _______________________________
Resident of ____________________________hereby certify that none of my
relative (s) as defined in para 14.0 is/are employed in concerned BSNL Civil Zone. In
case at any stage, it is found that the information given by me is false/incorrect, BSNL
shall have the absolute right to take any action as deemed fit without any prior
intimation to me”.
Page - 11
The certificate in case of Proprietorship Firm shall be given by the proprietor; for Partnership Firm
certificate shall be given by all partners and in case of Limited Company, by all Directors of the
company. However, Government of India/Financial Institutions nominees and independent non-official
part-time Directors appointed by Govt. of India or the Governor of the State are excluded from the
purview of submission of this certificate while submitting tenders by Limited Companies.
Any breach of these conditions by the Company or Firm or any other person, the tender/work will be
cancelled and Earnest Money/ Security Deposit will be forfeited at any stage, whenever it is so noticed.
BSNL will not pay any damages to the company or Firm or the concerned person but damages arising on
account of such cancellation to be borne by the contractor. The Company or Firm or the person will
also be debarred for further participation in the tender in the concerned BSNL Civil Zone. Further, any
breach of this condition by the tenderer would also render him liable to be removed from the approved
list of contractors of BSNL. If however the contractor is registered in any other Department he shall also
be debarred from tendering in BSNL for any breach of this condition.
15.0 No Engineer of Gazetted rank or other Gazetted Officer employed in engineering or administrative
duties in an Engineering Department of the Government of India/State Government or PSU’s is allowed
to work as a contractor for a period of two years after his retirement from Govt. service, without
previous permission of the Govt. of India or BSNL in writing. This contract is liable to be cancelled if
either the contractor or any STof his employees is found any time to be such a person who had not
obtained the permission of the Govt. of India/State Government or PSU’s as aforesaid before
submission of the tender or engagement in the contractor’s service.
16.0 The tender for the work shall remain open for acceptance for a period of 30 (Thirty) days days from the
date of opening of the tenders. If any tenderer withdraws his tender before the said period or issue of
letter of acceptance/intent, whichever is earlier, or, makes any modifications in the terms and
conditions of the tender which are not acceptable to the BSNL, then the BSNL shall, without prejudice
to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
17.0 In case of works having estimated cost below Rs. 15,00,000/-, the successful tenderer shall be required
to execute an agreement with the Engineer-in-charge in the Performa annexed to the tender document,
within 15 days of the issue of letter of award by the BSNL. In the event of failure on the part of the
successful tenderer to sign the agreement, the earnest money will be forfeited and tender cancelled.
In case of works of estimated to cost Rs. 15,00,000/- and above, the successful tenderer shall, upon
issue of letter of acceptance of Tender, shall be required to furnish Performance Guarantee @ 5% of the
tendered value in the form of irrevocable Bank Guarantee of requisite amount to the Engineer-in-
charge in the Performa annexed to the tender document, within 15 days of the issue of letter of
acceptance of Tender by the BSNL. In the event of failure on the part of the successful tenderer to
furnish the Bank Guarantee within 15 days, the earnest money will be forfeited and tender cancelled.
18.0 This Notice Inviting Tender (BSNL W-6) shall form a part of the Contract Document. In accordance with
clause 1 of the contract, the letter of acceptance shall be issued first in favour of the successful
Tenderer/ Contractor. After submission of the performance guarantee, the letter of award shall be
issued. The contract shall be deemed to have come into effect on issue of letter of acceptance of the
tender. On issue of letter of award, the successful Tenderer/ Contractor shall, within 30 days from such
date, formally sign the agreement consisting of:
a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender, and, as issued at the time of invitation of tender and
acceptance thereof together with any correspondence leading thereto.
b) Standard BSNL W-7/8 as on website www.maharashtra.bsnl.co.in
c) Agreement signed on non-judicial stamp paper as per Performa annexed to the tender document.
Page - 12
19.0 Payment to the contractors shall be made through e-payment system like ECS & EFT as detailed below:-
(a) In cities/areas where ECS/EFT facility is provided by Banks, the tenderer must have Account in such
ECS/EFT facility providing Banks and that Bank A/c. No. shall be quoted in the tender by the
tenderer.
(b) The cost of ECS/EFT will be borne by BSNL in all cases where the payment to contractor is made in
a local Branch i.e. tenderer is having bank account in the same place from where the payment is
made by BSNL unit.
(c) In case payment is made to outside branch, i.e. tenderer is having bank account not in the same
place form where the payment is made by BSNL unit, the crediting cost will have to be borne by the
tenderer only.
(d) The payments to contractors will compulsorily be made through ECS/EFT in respect of all contracts
where the value of the contract is more than Rs. 10 lakhs.
20.0 First running account bill shall be paid only after
(a) Signing of the Agreement/Contract by both the parties, and
(b) Progress chart has been prepared as required under Clause 5 and approved by the competent
authority.
(c ). Submission, by the contractor, of Labour License and Registration with EPFO, ESIC and
BOCW Welfare Board, whatever applicable.
21.0 If the contractors do not submit the physical bid documents / Technical Bid consecutively three
times after submission of online bids, action shall be taken to withdraw his/their enlistment /
debar him/them from tendering in BSNL for the period of six months.
All the intending tenderers will have to submit an undertaking in the format given as under.
I. . . . . . . . . . . . . . . . . . . . . . . . . S/o Shri . . . . . . . . . . . .. . . . . . Resident of . . . . . . . . . . . . . . . . . . . . . . ..
. . . . . . . . . . . . . . . hereby submit the undertaking that “If I/We do not submit the physical bid
documents / Technical Bid consecutively three times after submission of online bids, it shall be
treated as breach of condition and action shall be taken to withdraw my/our enlistment / debar
me/us from tendering in BSNL for six months”.
22.0 General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on website
www.maharashtra.bsnl.co.inas well as in the Divisional/ Sub -Divisional Office.
23.0 For redressal of any vigilance related complaints following officers may be contacted.
a) DGM(Vigilance), O/o CGM Maharashtra Telecom Circle, A-Wing, 6th floor, BSNL Administrative Building,
Juhu Road, Santacruz(W), Mumbai 400 054 , (O) , Fax: 022-26615774, Ph. 022-26616715.
b) DE (Vigilance), BSNL 4th floor, Goa Sanchar Bhavan, Patto- Panjim Goa- 403001 Land line Tel No. 0832 –
2437527, Fax No. 0832 – 2437527.
24.0 For e-Tendering of this tender, BSNL has engaged e-portal maintained by NIC The agency intending to
participate in tendering process shall have to register with http://https://eprocure.gov.in.
25.0 Condition for EPF /ESIC / BOCW
25.1 The contractor shall invariably furnish EPF /ESIC / BOCWregistration certificate at the time of entering
into agreement.
25.2 In case agency fails to submit the requisite registration certificate for the work under the agreement, he
may be allowed to enter in to the agreement on production of Indemnity bond certificate in favour of
BSNL against any EPF, ESIC & BOCW liability. Failure to comply the condition stated above, full EMD will
be forfeited in favour of BSNL & no claim what so ever shall be entertained on this account.
25.3 The contractor shall also furnish self attested copy of PAN card.
Page - 13
25.4 The contractor shall submit to BSNL an invoice/ challan if any as a proof of making payment towards
GST to tax department along with every RA bill/ final bill.
25.5 The invoice raised by contractor shall be serially numbered and shall contain the following, namely :
I. The name, address and the registration number of contractor;
II. The name and address of the person receiving taxable service.
iii. Description, classification and value of taxable service provided or to be provided; and the GST payable
thereon.
25.6 GST: The rates quoted by the contractor shall be inclusive of GST. Any further amendment notified
by GOI in GST rules during the currency of agreement shall also be applicable without any separate
notice.
If any terms and conditions under General Rules and Directions are in contravention to terms and
conditions as above, the terms and conditions as above shall prevail.
25.7 If the contractors do not submit the physical bid documents/Technical bid consecutively three times
after submission of online bids, action shall be taken to withdraw his/their enlistment/debar him/them
tendering in BSNL for period of six months.
For & on behalf of the Bharat Sanchar Nigam Limited
Executive Engineer
BSNL Civil Division,Panjim, Goa
Page - 14
BSNL W – 8
Bharat Sanchar Nigam Limited
(A Government of India Enterprise)
STATE: GOA CIRCLE: BSNLCIVIL CIRCLE, Mumbai.
ZONE: MAHARASHTRA WEST ZONE. DIVISION: BSNLCIVIL Dn. Panjim, Goa
Online Percentage rate Tender & Contract for Works
Name of Work: Annual Repairs and maintenance works in Various Buildings at Panjim -Goa for year
2018-19.
To be submitted online by 6:00 P.M. on 16/11/2018.
(i). To be opened in presence of tenderer who may be present at 10:00 AM on 22/11/2018 by
Executive Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goa
Executive Engineer
BSNL Civil Division,Panjim, Goa
T E N D E R
I/We have read and examined notice inviting tender, schedule, A, B, C, D, E & F. specifications applicable,
Drawings & Design, General Rules and Directions, Conditions of Contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the Conditions of Contract and all other contents in the tender
document for the work.
I/We hereby tender for the execution of the work specified for the Bharat Sanchar Nigam Limited within the
time specified in schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions
and in Clause 11 of the Conditions of the contract and with such materials as are provided for, by and in respect
in accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for 30 (Thirty) days from the due date of submission thereof and not to
make any modifications in its terms and conditions. If I/ We withdraw my/ our tender before the said period or
issue of letter of acceptance/intent, whichever is earlier, or, make any modifications in the terms and conditions
of the tender which are not acceptable to the BSNL, then the BSNL shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further, the tenderer shall not be
allowed to participate in the re-tendering process of the work.
A sum of Rs_____________ (Rupees __________________________________________________) has been
deposited in prescribed manner as earnest money. If I/We fail to commence the work specified I/We agree that
the said Bharat Sanchar Nigam Limited shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by competent
authority on behalf of the Bharat Sanchar Nigam Limited towards Security Deposit to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to therein and carry
out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those
in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2
and 12.3 of the tender form.
I/We agree that, in case of works of estimated cost exceeding Rs. 15,00,000/-, to deposit an amount equal to
5% of Tendered value of the work as performance guarantee in the form of bond of any Scheduled Bank of India
in accordance with the pro-forma prescribed or in the form of Fixed Deposit Receipt etc., within 15 days of the
issue of letter of acceptance of Tender by the BSNL. I/We am/are aware that in the event of failure on my/our
part to furnish the Bank Guarantee within 15 days, the earnest money will be forfeited and tender cancelled.
Further,I/We agree that, in case of forfeiture of earnest money or both earnest money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
Page - 15
I/we undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred for tendering in BSNL in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.
I/We hereby intimate that for receiving payments I/we have an account in __________________ Bank with
account No. _____________________ where the ECS/EFT facility of e-payment is available.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with
the work as secret/confidential documents and shall not communicate information derived there-from to any
person other than a person to whom I/We am/are authorized to communicate the same or use the information
in any manner prejudicial to the safety of the State.
I/We agree that should I/We fail to commence the work specified in the above memorandum, an amount equal
to the amount of the earnest money mentioned in the form of invitation of tender shall be absolutely forfeited
to the Bharat Sanchar Nigam Limited and the same may at the option of the competent authority on behalf of
the Bharat Sanchar Nigam Limited be recovered without prejudice to any right or remedy available in law out of
the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any
other money due to me/us under this contract or otherwise.
The information in respect of works in hand is as per pro-forma enclosed.
"I/we agree that this contract is subject to jurisdiction of Court at Panjim, Goa only.” (Where the NIT/Tender
has been issued)
Dated: ____________________
Witness: (___________________)
Address: Signature of Contractor
Occupation: Postal Address: -
ACCEPTANCE
The above tender (as modified by you (Contractor) and as provided in the letters mentioned hereunder,
is accepted by me for and on behalf of Bharat Sanchar Nigam Limited (A Government of India Enterprise) for a
sum of Rupees. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The letters
referred to below shall form part of this Contract Agreement: -
(a)
(b)
(c) For & on behalf of BSNL
Dated . . . . . . . . . . . . . . . . . . Signature ________________________
Name
(Designation)
Executive Engineer
BSNL Civil Division,Panjim, Goa
Page - 16
DECLARATION
(To be submitted by the contractor regarding near relatives working in BSNL as per Para
14 of BSNL W-6)
“I . . . . . . . . . . . . . . . . . . . . . . . . . . . S/o Shri . . . . . . . . . . . . . . . . . . . Resident of. . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . hereby certify that none of my
near relative(s) as defined in para 14 of BSNL W-6 is/are employed in concerned BSNL
Civil zone.
In case at any stage, it is found that the information given by me is false/incorrect,
BSNL shall have the absolute right to take any action as deemed fit without any prior
intimation to me.”
Signature of Contractor
Page - 17
(To be submitted by the contractor regarding as per Para21 of BSNL W-6)
Declaration
If I/We do not submit the physical bid document /Technical Bid consecutively three
times after submission of online bids, it shall be treated as breach of condition and
action shall be taken to withdraw my/our enlistment/debar me/us from tendering in
BSNL for six months.
Signature of Contractor
Page - 18
(To be submitted by the contractor regarding as per Para 12(VI) of GST)
Declaration
(GST Registration as per section 22 Of CGST Act, 2017)
I . . . . . . . . . . . . . . . . . . . . . . . . . . . S/o Shri . . . . . . . . . . . . . . . . . . . Resident of. . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . hereby declare thatI am not
liable to be registered under CGST Act, 2017, as I am not making Inter-state supplies as
per section 24 of CGST Act and I belong to the category tick marked
Sr.
No.
Applicable declaration Tick the
correct box
The State from where I/we make taxable supply of
goods or services or both is not a special category
state and my aggregate turnover in a financial year
do not exceeds twenty lakh rupees.
The State from where I/we make taxable supply of
goods or services or both is a special category state
and I am not liable to be registered as my aggregate
turnover in a financial year do not exceeds ten lakh
rupees.
Note:- In case contractor / suppliers is not liable to be registered under GST Act,
Contractor shall be paid amount excluding GST and other taxes amount and
BSNL shall deposit GST and other taxes amount to concerned authorities.
Signature of Contractor
Page - 19
PROFORMA OF SCHEDULES
(FOR CIVIL COMPONENT)
For Annual Repairs and maintenance works in Various Buildings at Panjim -Goa for year 2018-19.
SCHEDULE `A`
Schedule of quantities:- Attached
SCHEDULE `B`
Schedule of Materials to be issued to the contractor
Sl. No. Description of
Items.
Quantity Rates in figures & words at which the
materials will be charged from the
contractor
Place of issue
1 2 3 4 5
NIL
SCHEDULE `C`
Tools and Plants to be hired to the contractor
SCHEDULE `D`
General Instructions:- Enclosed
SCHEDULE `E`
Schedule of component of Materials, Labour etc. for escalation:-
CLAUSE 10 C - DELETED.
Work Component expressed as per cent of total value of work Symbol Value
Component of Materials expressed as percent of Total Value of Work X 75%
Component of Labour expressed as percent of Total Value of Work Y 25%
Component of POL expressed as percent of Total value of Work Z 0%
SCHEDULE `F`
Name of Work: Annual Repairs and maintenance works in Various
Buildings at Panjim -Goa for year 2018-19.
Estimated Cost of Work: Rs. 4,99,009/-
Earnest Money: Rs. 9,980/- (Rs. Nine thousand Nine Hundred Eighty
only)
Performance Guarantee:-
5% of tendered value in the form of Bank guarantee
from schedule bank in respect of works with
estimated cost put to tender exceeding Rs.15 Lakhs.
Rs. ______________
Rupees
Security Deposit:
• 10 % of the tendered value for works with
estimated cost put to tender up to Rs. 15 Lakhs.
Rs. ______________
Rupees
Sl. No. Description of Item Hire charges per day Place of issue
1 2 3 4
NIL
Page - 20
• 5% of the tendered value in the form of Bank
Guarantee from Scheduled Bank in respect of
works with estimated cost put to tender
exceeding Rs. 15 Lakhs.
Officer Inviting Tender: Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa
Maximum percentage for quantity of items of
work to be executed beyond which rates are to be
determined in accordance with Clause 12.2 & 12.3
50 (Fifty) Percent
Definitions See below
2(v) Engineer-in-Charge Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa
2(viii) Accepting Authority Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa.
2(x) Percentage on cost of materials and
labour to cover all overheads and
profit 10 %
2(xi) Standard Schedule of Rates CPWD DELHI SCHEDULE OF RATES (DSR) – 2016
including Correction Slips issued till the Date of
Opening of Tender. A reduction factor of 110/115
will be applied on CPWD DSR 2016.
9(ii) Standard BSNL Contract Form BSNL W- form as modified and corrected up to
date.Correction Slip from I to VI.
Clause 2
Authority for fixing compensation under Clause 2 Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa.
Clause 2(A)
Whether Clause 2A shall be applicable Not Applicable
Clause 3(A) Not applicable
Clause 5
(i) Time allowed for execution of work. 12 (Twelve) months
(ii) Authority to give fair and reasonable
extension of time for completion of
work.
Executive Engineer, BSNL Civil Division, 4th floor,
Sanchar Bhavan, Patto, Panjim, Goa.
Clause 6(A) Not applicable
Clause 7
Gross value of work to be done together with net
payment/ adjustment of advances for materials
collected, if any, since the last such payment for
being eligible to interim payment.
Rs. 2,50,000.00
Clause 10
Reinforcement steel to be used in the work shall have to be procured as below:
(a) TMT bars Manufactured by Secondary producers with ISI mark as approved by the Engineer- in- Charge.
Page - 21
Clause 11
Specification to be followed for execution of work. CPWD Specification CPWD Specification 2009 (Vol. I
& II) including Correction Slips issued and revised till
the Date of Opening of Tender.
Clause 12
12.1.2 (ii) Schedule of rates for determining the rates for additional,
altered or substituted items that cannot be determined
under 12.1.2(i) and (ii).
Deleted.
12.1.2 (iii) Plus/ minus the % over the rate entered in the schedule of
rates.
Deleted
12.2 & 12.3 Limit for value of any item of any individual trade beyond
which sub clauses (i) to (v) shall not apply and clauses
12.2.& 12.3 shall apply 50% (Fifty Percentage)
Clause 16
Competent authority for deciding reduced rates. Jt. Chief Engineer (C), BSNL Civil Circle, Santacruz, (W)
Mumbai- 400 054.
Clause 25
Competent authority for conciliation Deleted
Clause 36(i)
(a) Minimum number, qualification and experience of Principal Technical Representative for civil
works with estimated cost put to tender.
(1) Cost of work up to 150.00Lakhs
(Cost of work means the agreement
amount of work)
One Number Graduate Civil Engineer (with minimum
2 years Experience) or Diploma Civil Engineer (with
minimum 5 years Experience).
Designation as Principal Technical Representative.
Rate at which recovery shall be
made from the contractor in the
event of not fulfilling provision of
clause 36(i)
Rs. 15,000.00 per month.
(Rupees Fifteen thousand per month).
Clause
37(i)
GST, Building and other Construction Workers Welfare Cess or any other tax, levy or
Cess in respect of input for or output by this contract shall be payable by the
contractor and BSNL shall not entertain any claims whatsoever in this respect except
as provided under Clause 38.
Clause 38
(i)
All tendered rates shall be inclusive of any tax, levy or cess applicable on last
stipulated date of receipt of tender including extension if any. No adjustment i.e.
increase or decrease shall be made for any variation in the rate of GST, Building and
Other Construction Workers Welfare Cess or any tax, levy or cess applicable on
inputs. However effect of variation in rates of GST or Building and Other Construction
Workers Welfare Cess or imposition or repeal of any other tax, levy or cess applicable
on output of the works contract shall be adjusted on either side, increase or
decrease. Provided for Building and Other Construction Workers Welfare Cess or
any tax ( other than GST),levy or cess varied or imposed after the last date of
receipt of tender including extension ifany, any increase shall be reimbursed to the
contractor only if the contractor necessarily and properly pays such increased
amount of taxes/levies/cess . Provided further that such adjustment including GST
shall not be made in the extended period of contract for which the contractor alone
is responsible for delay as determined by authority for extension of time under
Page - 22
Clause 5 in Schedule F.
Clause 42
(i) Schedule / statement for determining theoretical quantities of cement on the basis of Delhi
Schedule of Rates - 2016 printed by CPWD.
(ii) Variation permissible on theoretical quantities
(a) Cement for works with estimated costs put to tender
(i) not more than Rs. 5 lakhs 3 % minus
(ii) more than 5 lakhs 2 % minus
(b) Steel reinforcement and structural steel sections for each
diameter, section and category.
2 % minus
Star prices to be considered for escalation & recoveries
Sl.
No
Material Star Price
(Rate in Figures and Words)
1 For Cement Rs.____________________per M.T.
2 For Reinforcement Steel TMT
Bars (Secondary producers
having BIS license).
Rs.____________________per M.T.
3 Structural Steel Section Not applicable
Note:- The rate for recovery under clause 42 shall be same as the Star Price
Executive Engineer (C)
BSNL Civil Division,Panjim, Goa.
Page - 23
G E N E R A L I N S T R U C T I O N S
1. The entire work shall in general conform to the C.P.W.D. Specifications for Works CPWD Specification
2009 (Vol. I & II) including Correction Slips issued and revised till the Date of Opening of Tender and
description in the Schedule of Quantities, Special Conditions, latest relevant Bureau of Indian Standard
Codes, Drawings etc.
2. All the above documents shall be considered complementary to each other. However in case of conflict
among them, the following order of precedence shall be followed.
a) Provision in description of item(s) in Schedule of quantities, including drawings, if any, mentioned
therein.
b) Particular specifications, Special and Additional Conditions etc. as stipulated in tender document.
c) BSNL General Conditions of Contract for Civil Works – 2006 with up-to-date correction slips.
d) C.P.W.D. Specifications.
e) Latest relevant B.I.S. Codes.
f) Drawings not specifically mentioned in the nomenclature of the item in Schedule of quantity.
g) Sound Engineering Practice.
h) Manufacturer’s specifications.
i) Decision of Engineer-in-Charge shall be final and binding.
3. Wherever “C.P.W.D. Specification” is referred to in the tender documents, it shall mean “C.P.W.D.
Specifications CPWD Specification 2009 (Vol. I & II) including Correction Slips issued and revised till
the Date of Opening of Tender with all up to date correction.
4. Wherever any reference to any Indian Standard Specifications (B.I.S.) occurs in the documents relating
to this contract, the same shall be inclusive of all upto date amendments or revisions.
5. Where ever “D.S.R.” is referred to in the tender documents, it shall mean “C.P.W.D. Delhi Schedule of
Rates 2016"with all up to date correction slips as on the date of opening of tenders”.
6. The work shall be executed and measured as per Metric Dimensions given in the Schedule of quantities,
drawings etc. (F.P.S. units wherever indicated are for guidance only).
7. The work shall be executed as per approved drawing, layout and specifications as per directions of
Engineer-In charge
Executive Engineer (C)
BSNL Civil Division,Panjim, Goa
Page - 24
SPECIAL CONDITIONS 1. The tenderer need to keep in contact with the Engineer-in-charge either himself or through his authorized
representative/supervisor and he should have a mobile no duly communicated to the Engr.–in-Charge.
2. In case work is to be carried out in restricted areas, the contractor - for his labourers and supervisors etc.
engaged on the site, shall obtain necessary identity passes, from the concerned authority. Nothing extra will be
paid for restricted working areas.
3. It will be the responsibility of the contractor to liaison with local bodies, various wings of the department,
resident welfare association etc. for the smooth execution of works. The contractor may be required to do
work in such hours as may be suitable for working occupants and no claim on this account shall be
entertained.
4. The contractor shall be responsible for any damage caused to the department property/ equipment/property of
the occupants of the quarter where repairs are being done while executing the work and necessary charges for
making good the same shall be borne by the contractor.
5. No work men shall be allowed to stay in the compound premises during night hours. The contractor shall
make his own arrangement for accommodation and nothing shall be paid on this account.
6. Agency shall depute an experienced Supervisor with Mobile connection facilities who shall be responsible for
arranging the materials etc and also to report to the Engineer-in-charge or his authorized representative and for
taking day to day instructions and shall be available inside the compound on all working days till the work is
going on.
7. Clause 10 & its sub clauses therein are not applicable. No escalation is payable on any account.
8. If the scope of work is reduced due to any reason, the Contractor shall not be entitled for anticipated loss of
the profit on the reduced scope of the work or any claim benefit
9. The quoted rates shall be inclusive of contractor’s profit, Taxes, overheads, providing safety appliances, insurance etc. complete and will remain firm throughout the contract period and no escalation will be provided
for any reason. However service tax beyond the extent mentioned in schedule F shall be reimbursed separately
on production of proof of payment and TIN No.
10. The contractor should engage sufficient number of manpower. If required, the manpower may be increased
from time to time depending upon the requirement of work by Engineer- in - charge. The contractor shall be
responsible for performing all the obligations of various contract labour laws, statutory rules and regulations
framed there under.
11. All works shall be done irrespective of the height of the building / structure and nothing other than agreement
rates shall be paid by BSNL.
12. The contractor will ensure correct discipline and integrity of the personnel deployed by him and in case of any disobedience and indiscipline by any of the contractor’s employee; he will have to be removed from the
work site as per directions of Engineer- in -charge.
13. No tools and plants will be supplied by the BSNL. All tools and plants required for the execution of work
shall be arranged by agency.
14. During the course of execution of work, if any item/ fitting of department or of occupant of the quarter is /are
damaged, the same shall have to be replaced by the contractor at his own risk and cost.
15. The rates of the contractor of all items shall be inclusive of disposal of dismantled material and rubbish
(carriage and handling charges) to the authorized municipal dumping yards and nothing extra shall be
paid on this account .
Page - 25
17. Date of manufacturing of the item brought at site should not be more than 12 months or expiry date-
which -ever is earlier.
18 . The agency shall comply with all the provisions of labour act, EPF Act, minimum wage act, Insurance
Act etc and BSNL shall absolutely not have any liability on this account. Any failure on the part of the
agency is likely to result in termination of contract and recovery of damages.
19. Contractor will start works of painting , only after satisfactory completion of all repair in the quarter
which shall be communicated to him by the Engineer-in-charge or his authorised representative. If the
contractor starts/completes any painting work without the approval of its surface preparation including
repairs by the Engineer- in- charge or his authorised representative, the same shall be rejected and the
same has to be done by the contractor at his own cost or cost of repairs, surface preparation and painting
shall be recovered from the contractor from any payment due to him.
20. The contractor will take utmost care while execution of work that the household goods of the occupants are not damaged by paint or by the painters and the contractor shall bring in original position any such
damaged goods of the occupants.
21. As the work is to be executed externally the contractor will take all necessary and requirement for safety
precautions as per the safety code such as helmet , safety belt , safety net , safety boardsetc to avoid any
injury to workers or residents. Contractor has to submit before start of work insurance of all labours to
executive Engineer ( C ).
22. Wherever / whenever required, G.I sheet barricading shall be provided around the portion of the building
where ever work is going on.
Page - 26
P R O F O R M A F O R A G R E E M E N T
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
CONTRACT AGREEMENT FOR THE WORK OF -------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------DATED _________ Between M/s.
__________________________________ (refer note) in the town of _________________ herein after called the
contractor (which term shall unless excluded by or repugnant to be subject or context include its successors and
permitted assigns) of the one part and BHARAT SANCHAR NIGAM LIMITED hereinafter called the BSNL (which term
shall unless excluded by or repugnantto the subject or context include its successes and assigns) of the other part.
WHEREAS
a) The BSNL is desirous that the construction of ------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------at __________ should be
executed as mentioned, enumerated or referred to in the tender including Press Notice Inviting Tender,
General Conditions of the Contract, Special conditions of the contract, Specifications, Drawings, Plans, Time
Schedule of completion of jobs, Schedule of Quantities and Rates, Agreed Variations, other documents, has
called for Tender.
b) The contractor has inspected the site and surroundings of the work specified in the tender documents and
has satisfied himself by carefully examination before submitting his tender as to the nature of the of surface,
strata, soil, subsoil and grounds, the form and nature of the site and local conditions, the quantities, nature
and magnitude of the work, the availability of labour and materials necessary for the execution of work, the
means of access to site, the supply of power and water thereto and the accommodation he may require and
has made local and independent enquiries and obtained complete information as to the matters and things
referred to or implied in the tender documents or having any connection therewith and has considered
the nature and extent of all the probable and possible situations, delays, hindrances or interferences to or
with the execution and completion of the work to be carried out under the contract, and has examined and
considered all other matters, conditions and things and probable and possible contingencies, and generally
all matters incidental thereto and ancillary thereof affecting the execution and completion of the work and
which might have influenced him in making his tender.
c) The tender documents including BSNL’s Press Notice Inviting Tender, General conditions of Contract, Special
Conditions of Contract, Schedule of Quantities and Rates, General obligations, Specifications, Drawings, Plan,
Time Schedule for completion of work, Letter of Acceptance of tender and any statement of agreed
variations with its enclosures copies of which are hereto annexed form part of this contract though
separately set out herein and are included in the expression Contract wherever herein used.
AND WHEREAS
The BSNL accepted the tender of M/s._____________________(refer note _______) (Contractor) for the
construction of---------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------at _________and conveyed vide letter No._____________
dated_________at the rates stated in the Schedule of quantities for the work and accepted by the BSNL (hereinafter
called the Schedule of Rates) upon the terms and subject to the conditions of the contract.
NOW THIS AGGREMENT WITNESSTH & IT IS HEREBY AGREED AND DECLARED AS FOLLOWS
1. In consideration of the payment to be made to the contract for the work to be executed by him, the
contractor hereby convenient with the BSNL that the contractor shall and will duly provide, execute,
complete and maintain the said work and shall do and perform all other acts and things in the contract
mentioned or described or which are to be implied and there-from or may be reasonably necessary for the
completion of the said works and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the contract, AND
2. In consideration of the due provisions execution, completion and maintenance of the said work, the BSNL
does hereby agree with the contractor that the BSNL will pay to contractor the respective amounts for the
work actually done by him and approved by the BSNL at the Schedule of Rates and such other sum payable
to the contractor under provision of the contract, such payment to be made at such time in such manner as
prescribed for in the contract.
3. “The contract is subject to the jurisdiction of Court at Panjim, Goa only.” (Where the NIT/Tender has been
issued)
Page - 27
It is specifically and distinctly understood and agreed between the BSNL and the contractor that the
contractor shall have no right, title or interest in the site made available by the BSNL for execution of the works or in
the building, Structures or works executed on the said site by the contractor or in the goods, articles, materials, etc.,
brought on the said site (unless the same specifically belongs to the contractor) and the contractor shall not have or
deemed to have any lien whatsoever charge for unpaid bills will not be entitled to assume or retain possession or
control of the site or structures and the BSNL shall have an absolute and unfettered right to take full possession of
site and to remove the contractor, their servants, agents and materials belonging to the contractor and lying on the
site.
In Witness whereof the parties hereto have here-into set their respective hands and seals in the day and the
year first above written.
Signed and delivered for and on behalfof
BSNL.
(BHARAT SANCHAR NIGAM LIMITED)
OFFICIAL ADDRESS:-
Date:
Place:
IN PRESENCE OF TWO WITNESS
SIGNATURE:
NAME:
SIGNATURE:
NAME:
Signature and delivered for and onbehalf of the
contractor.
(Contractor)
OFFICIAL ADDRESS:-
Date:
Place:
SIGNATURE:
NAME:
SIGNATURE:
NAME:
For Proprietary Concern
Shri ……………………………s/o…………………………. r/o………………………….. carrying on business under the name and
style of…………………………at…………………….. (hereinafter called the said Contractor which expression shall unless the
context requires otherwise include his heirs, executors, administrators and legal representatives).
For Partnership Concern
M/s………………………………………… a partnership firm having its registered office at ……………… ……..
……………………..(hereinafter called the said Contractor which expression shall unless the context requires otherwise
include his heirs, executors, administrators and legal representatives). The partners of the firms are:
i) Shri…………………………………………..s/o……………………………………. , And
ii) Shri…………………………………………..s/o……………………………………etc.
For Companies
M/s ……………………………………… a company duly incorporated under the Indian Companies Act, 1956 and
having its registered office at ……………………………..in the State of ……………………………….(hereinafter called the said
Contractor which expression shall unless the context requires otherwise include its successors and assign).
Page - 28
FORM OF PERFORMANCE SECURITY
BANK GUARANTEE BOND
1. In consideration of the BHARAT SANCHAR NIGAM LIMITED (hereinafter called “the BSNL”) having agreed
under the terms and conditions of agreement No.______________ Dated__________made between
_______________ and __________________________ (hereinafter called “the said contractor(s)”) for the ---
--------------------------------------------------------------------------------------------work (hereinafter called “the said
agreement”) for compliance of his obligation in accordance with the terms and conditions in the said
agreement.
We _____________________________________ (indicate the name of the Bank) (hereinafter referred to as
“as Bank) hereby undertake to pay to the BSNL and amount not exceeding Rs.___________(Rupees
___________________only) on demand by the BSNL.
2. We________________________________________(Indicate the name of the Bank) do hereby undertake to
pay the amount due and payable under this Guarantee without any demure, merely on a demand from the
BSNL stating that the amount claimed is required to meet the recoveries due or likely to be due from the said
contractor(s). 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 Rs._________________(Rupees___________________only).
3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised
by the contractor (s) in any suit or proceeding pending before any court or Tribunal relating thereto our
liability under this present being absolute and unequivocal.
The payment made by us under this bond shall be valid discharge of our liability for payment to there-under
and the contractor(s) shall have no claim against us making such payment.
4. We ____________________________(Indicate the name of Bank) 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
the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue
of the said agreement have been fully paid and it is claims satisfied or discharged or till Engineer-in-charge
on behalf of the BSNL certifies that the terms and conditions of the said Agreement have been fully and
properly carried out be the said contractor(s) accordingly discharges this guarantee.
5. We ___________________________(indicate the name of Bank) further agree with the BSNL that the BSNL
shall have the fullest liberty without our consent and without affecting any manner our obligations
hereunder 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 to time any of the powers exercisable
by the BSNL against the said contractor(s) and to forebear or enforce any of the terms and conditions
relating to the said agreement shall not be relieved from our liability by reasons of any such variation or
extension being granted to the said contractor(s) or for any forbearance act of omission on that part of the
BSNL or any indulgence by the BSNL to the said contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effected or so relieving us.
6. The guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).
7. We ________________________________________(indicate the name of Bank) lastly undertake not to
revoke this guarantee except with the previous consent of the BSNL in writing.
8. This guarantee shall be valid upto_______________unless extended on demand by BSNL. Notwithstanding
any thing mentioned above our liability against this Guarantee is restricted to Rs.___________
(Rs.__________________________only) and unless a claim in writing is lodged with us within six months of
the date of expiry or the extended date of expiry of this guarantee, all our liabilities under the Guarantee
shall stand discharged.
Date the________________date of__________
for ___________________________(Indicate the name of Bank)
Page - 29
ANNEXURE – (i)
AFFIDAVIT
I/We have submitted a bank guarantee for the work-------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------------------
Agreement No.______/BSNL/EEC/PJM/2017 Dated: ____/ ____/ ______ from O/o Executive
Engineer, BSNL Civil Division, 4th floor, Sanchar Bhavan, Patto, Panjim, Goawith a view to seek
exemption from payment of performance guarantee in cash. This Bank guarantee expires on
________________
I/ We undertake to keep the validity of the bank guarantee intact by getting it extended from time to
time at my/our own initiative upto a period of _______________________ months after the recorded
date of completion of the work or as directed by the Engineer in charge.
I/We also indemnify the Bharat Sanchar Nigam Limited against any losses arising out of non-
encashment of the bank guarantee if any.
(Deponent)
Signature of Contractor
Note: - The affidavit is to be given by the Executants before a first class Magistrate.
Page - 30
PART 'A' : DSR 2016 ITEMS 1 Earth work in excavation by mechanical means (Hydraulic
excavator) / manual means in foundation trenches or drains
(not exceeding 1.5 m in width or 10 sqm on plan) including
dressing of sides and ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and disposal of surplus
excavated soil as directed, within a lead of 50 m.
a) All kinds of soil 0.50 cum 195.06 98.00
b) Ordinary rock 0.50 cum 323.36 162.00
2 Excavating trenches of required width for pipes, cables, etc
including excavation for sockets, and dressing of sides, ramming
of bottoms, depth upto 1.5 m including getting out the excavated
soil, and then returning the soil as required, in layers not
exceeding 20 cm in depth including consolidating each deposited
layer by ramming, watering, etc. and disposing of surplus
excavated soil as directed, within a lead of 50m:
a) All kinds of soil
i) Pipes, cables etc, not exceeding 80 mm dia. 5.00 Rmt 161.82 809.00
ii) Pipes, cables etc. exceeding 80 mm dia. But not exceeding 300
mm dia. 5.00 Rmt 264.28 1321.00
3 Clearing / cutting grass with grass gutter and removal of the
rubbish up to a distance of 50 m outside the periphery of the area
cleared. 500.00 sqm 4.28 2140.00
4 Providing and laying in position cement concrete of specified
grade excluding the cost of centering and shuttering - All work up
to plinth level:
a) 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size) 0.20 cum 6426.04 1285.00
b) 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone
aggregate 20 mm nominal size). 0.20 cum 5775.52 1155.00
5 Brick work with bricks of class designation 3.5 in
superstructure above plinth level up to floor V level in all shapes
and sizes in :
a) Cement mortar 1:6 (1 cement : 6 coarse sand) 0.50 cum 6544.31 3272.00
6 Half brick masonry with bricks of class designation 3.5 in
superstructure above plinth level up to floor V level.
a) Cement mortar 1:4 (1 cement :4 coarse sand) 2.00 sqm 802.03 1604.00
7 Providing wood work in frames of doors, windows, clerestory
windows and other frames, wrought framed and fixed in position
with hold fast lugs or with dash fasteners of required dia & length
( hold fast lugs or dash fastener shall be paid for separately).
a) Second class teak wood 0.10 cum 108715.02 10872.00
SCHEDULE OF QUANTITIES
Name of the work : Annual Repairs and maintenance works in Various Buildings at Panjim -Goa for year 2018-19.
Sr. No Description of Item Quantity Unit Rate*1.225
5 *110/115 Amount
Page - 31
8 Providing and fixing glazed shutters for doors, windows and
clerestory windows using 4 mm thick float glass panes, including
ISI marked M.S. pressed butt hinges bright finished of required
size with necessary screws.
a) Second class teak wood 30 mm thick 1.50 sqm 3245.52 4868.00
9 Providing and fixing ISI marked flush door shutters conforming to
IS: 2202 (Part I) non-decorative type, core of block board
construction with frame of 1st class hard wood and well matched
commercial 3 ply veneering with vertical grains or cross bands
and face veneers on both faces of shutters :
a) 35 mm thick including ISI marked Stainless Steel butt hinges
with necessary screws. 2.00 sqm 1828.37 3657.00
b) 25mm thick (for cupboard) including ISI marked nickel plated
bright finished M.S. piano hinges with necessary screws. 2.00 sqm 1760.55 3521.00
10 Providing and fixing curtain rods of 1.25 mm thick chromium
plated brass plate, with two chromium plated brass brackets fixed
with C.P. brass screws and wooden plugs, etc., wherever
necessary complete : 20 mm dia metre
5.00 rmt 421.18 2106.00
11 Providing and fixing special quality bright finished brass cupboard
or ward robe locks with four levers of approved quality i/c
necessary screws etc. complete.
a) 40 mm thick 30.00 each 192.13 5764.00
12 Providing and fixing ISI marked aluminium door / window fittings
anodised ( anodic coating not less than grade AC 10 as per IS :
1868), transparent or dyed to required colour or shade, with nuts
and screws etc. complete
a) Butt hinges 100x63x3.2 mm 5.00 each 85.63 428.00
b) Butt hinges 75x45x3.2 mm 5.00 each 61.89 309.00
c) Sliding door bolt 300x 16 mm 2.00 each 249.04 498.00
d) Sliding door bolt 250x16 mm 4.00 each 221.78 887.00
e) Tower bolt 250x10 mm 2.00 each 103.27 207.00
f) Tower bolt 150x10 mm 5.00 each 75.37 377.00
g) Tower bolt 100x10 mm 5.00 each 57.67 288.00
h) Handles 125 mm 4.00 each 59.90 240.00
i) Handles 100 mm 6.00 each 52.87 317.00
j) Handles 75 mm 6.00 each 45.66 274.00
k) Single rubber stopper 10.00 each 32.29 323.00
Page - 32
13 Providing and fixing IS : 12817 marked stainless steel butt hinges
(heavy weight) with stainless steel screws etc. complete : a)
100x60x2.50 mm 5.00 each 69.04 345.00
14 Providing and fixing 100mm brass locks (best make of approved
quality) for aluminium doors including necessary cutting and
making good etc. complete. 4.00 Each 420.83 1683.00
15 Providing and fixing 12mm thick panelling or panelling and
glazing in panelled or panelled and glazed shutters for doors,
windows and clerestory windows (area of opening for panel
inserts excluding portion inside grooves or rebates to be
measured). Panelling for panelled or panelled and glazed
shutters 25mm to 40mm thick.
a) Marine plywood conforming to IS: 710 2.00 sqm 1695.73 3391.00
16 Providing & Fixing decorative high pressure laminated sheet of
plain / wood grain in gloss / matt/ suede finish with high density
protective surface layer and reverse side of adhesive bonding
quality conforming to IS : 2046 Type S, including cost of adhesive
of approved quality.
a) 1.0 mm thick 2.00 sqm 607.21 1214.00
17 Providing and fixing factory made P.V.C. door frame of size
50x47mm with a wall thickness of 5mm, made out of extruded
5mm rigid PVC foam sheet mitred at corners and joined with 2
Nos. of 150mm long brackets of 15x15mm M.S. square tube, the
vertical door profiles to be reinforced with 19x19mm M.S. square
tube of 19 gauge, EPDM rubber gasket weather seal to be
provided through out the frame. The door frame to be fixed to
the wall using M.S. screws of 65/100mm size complete as per
manufacturers specification and direction of Engineer-in-Charge. 5.00 rmt 514.31 2572.00
18 Providing and fixing to existing door frames.
a) 30mm thick factory made panel PVC door shutter consisting of
frame made out of M.S. tubes of 19 gauge thickness and size of
19mm x 19mm for styles and 15x15mm for top & bottom rails.
M.S. frame shall have a coat of steel primers of approved make
and manufacture . M.S. frame covered with 5mm thick heat
moulded PVC 'C' channel of size 30mm thickness, 70mm width
out of which 50mm shall be flat and 20mm shall be tapered in
45degree angle on either side forming styles; and 5mm thick,
95mm wide PVC sheet out of which 75mm shall be flat and 20mm
shall be tapered in 45 degree on the inner side to form top and
bottom
rail and 115mm wide PVC sheet out of which 75mm shall be flat
and 20mm shall be tapered on both sides to form lock rail. Top,
bottom and lock rails shall be provided either side of the panel.
10mm (5mm x 2 ) thick, 20mm wide cross PVC sheet be provided
as gap insert for top rail & bottom rail. paneling of 5mm thick
both side PVC sheet to be fitted in the M.S. frame welded/ sealed
to the styles & rails with 7mm (5mm+2mm) thick x 15mm wide
PVC sheet beading on inner side, and joined together with
solvent cement adhesive. An additional 5mm thick PVC strip of
20mm width is to be stuck on the interior side of the 'C' Channel
using PVC solvent adhesive etc. complete as per direction of
Engineer-incharge. Manufacturer’s specification & drawing (for
W.C. and bathroom door shutter). 1.50 sqm 3244.81 4867.00
Page - 33
19 Providing and fixing powder coated telescopic drawer channels
300 mm long with necessary screws etc. complete as per
directions of Engineer in charge. 4.00
one
set 232.39 930.00
20 Providing and fixing aluminium work for doors, windows,
ventilators and partition with extruded built up standard tubular
and other section/appropriate Z sections of approved make
conformaing to IS : 733 and IS: 1285 fixed with rawl plugs ans
screws or with fixing clips, or with expansion hold fastners
including necessary filling up of gaps at junctions, at top, bottom
and sides with required PVC/neoprene felt etc. Aluminium
sections shall be smooth, rust free, straight, mitred and jointed
mecahnically wherver required inclduing cleats angle, Aluminium
snap beading for glazing/ panelling C.P. brass / stainless steel
screws, all complete as per architectural drawings and the
direction of Engineer in charge ( Glazing and panelling to be paid
for separtely)
a) For fixed portion
i) Powder Coated aluminium(minium thickness of powder coating
50 micron) 15.00 Kg 450.72 6761.00
21 Providing and fixing glazing in aluminium doors, windows,
ventilators shutters and partitions etc. with PVC / neoprene
gasket etc. complete as per the architectural drawings and the
direction of Engineer in charge (cost of aluminium snap beading
shall be paid in basic item)
a) With glass panes of 5.0 mm thickness 5.00 Sqm 1176.85 5884.00
22 Providing and fixing 12 mm thick prelaminated three layer
medium density (exterior grade) particle board Grade I, Type II
conforming to IS: 12823 bonded with phenol formaldehde
synthetic resin of approved brand and manufacture in panelling
fixed in aluminium doors, windows shutters and parition frames
with C.P. brass / stainless steel screws etc complete as per
architectutal drawings and ditrection of Engineer in charge.
a) Pre lamintated particle board with decorative lamination on
both side 2.00 Sqm 1015.84 2032.00
23 Steel work welded in built up sections/ framed work, including
cutting, hoisting, fixing in position and applying a priming coat of
approved steel primer using structural steel etc. as required.
a) In gratings, frames, guard bar, ladder, railings, brackets, gates
and similar works 50.00 kg 100.75 5038.00
24 Providing and fixing 18 mm thick gang saw cut, mirror polished,
premoulded and prepolished, machine cut for kitchen platforms,
vanity counters, window sills , facias and similar locations of
required size, approved shade, colour and texture laid over 20
mm thick base cement mortar 1:4 (1 cement : 4 coarse sand),
joints treated with white cement, mixed with matching pigment,
epoxy touch ups, including rubbing, curing, moulding and
polishing to edges to give high gloss finish etc. complete at all
levels.
Granite of any colour and shade
a) Area of slab upto 0.50 sqm 1.00 Sqm 3929.21 3929.00
Page - 34
25 Chequered terrazo tiles 22 mm thick with graded marble chips of
size up to 6 mm in floors, jointed with neat cement slurry mixed
with pigment to match the shade of the tiles, including rubbing
and polishing complete, on 20 mm thick bed of cement mortar
1:4 (1 cement :4 coarse sand) :
a) Dark shade pigment using ordinary cement 10.00 Sqm 1045.97 10460.00
26 Kota stone slab flooring over 20 mm (average) thick base laid
over and jointed with grey cement slurry mixed with pigment to
match the shade of the slab, including rubbing and polishing
complete with base of cement mortar 1 : 4 (1 cement : 4 coarse
sand) :
a) 25 mm thick 1.00 Sqm 1357.54 1358.00
27 Kota stone slabs 20 mm thick in risers of steps, skirting, dado and
pillars laid on 12 mm (average) thick cement mortar 1:3 (1
cement: 3 coarse sand) and jointed with grey cement slurry
mixed with pigment to match the shade of the slabs, including
rubbing and polishing complete
0.50 Sqm 1451.44 726.00
28 Providing and fixing Ist quality ceramic glazed wall tiles
conforming to IS: 15622 (thickness to be specified by the
manufacturer), of approved make, in all colours, shades except
burgundy, bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps and dados, over 12
mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand)
and jointing with grey cement slurry @ 3.3kg per sqm, including
pointing in white cement mixed with pigment of matching shade
complete. 2.00 sqm 873.07 1746.00
29 Providing and laying Ceramic glazed floor tiles of size 300x300
mm (thickness to be specified by the manufacturer) of 1st quality
conforming to IS : 15622 of approved make in colours such as
White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement : 4Coarse sand), including pointing the
joints with white cement and matching pigment etc, complete. 2.00 sqm 806.90 1614.00
30 Providing and fixing on wall face unplasticised Rigid PVC rain
water pipes conforming to IS : 13592 Type A including jointing
with seal ring conforming to IS : 5382 leaving 10 mm gap for
thermal expansion.
a)110 mm diameter Single socketed pipes. 3.00 Rmt 277.05 831.00
b) 75 mm diameter Single socketed pipes. 3.00 Rmt 174.37 523.00
31 Providing and fixing on wall face unplasticised - PVC moulded
fittings/ accessories for unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A including jointing with seal
ring conforming to IS : 5382 leaving 10 mm gap for thermal
expansion.
a) Single tee with door 110x110x110 mm 1.00 Each 212.82 213.00
b) Single tee without door 110x110x110 mm 1.00 Each 196.46 196.00
c) Bend 87.5° 110 mm bend 1.00 Each 132.58 133.00
d) 110 mm Shoe 1.00 Each 114.88 115.00
Page - 35
e) Single tee with door 75x75x75 mm 1.00 Each 142.42 142.00
f) Single tee without door 75x75x75 mm 1.00 Each 123.38 123.00
g) Bend 87.5°- 75 mm bend 1.00 Each 89.73 90.00
32 Providing and fixing unplasticised -PVC pipe clips of approved
design to unplasticised - PVC rain water pipes by means of
50x50x50mm hard wood plugs, screwed with M.S. screws of
required length including cutting brick work and fixing in cement
mortar 1:4 (1 cement : 4 coarse sand) and making good the wall
etc. complete.
a) 110 mm 3.00 each 212.64 638.00
b) 75 mm 3.00 each 213.99 642.00
33 Providing and fixing precoated galvanised iron profile sheets (size,
shape and pitch of corrugation as approved by Engineer-in-
charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc
coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade,
5-7 microns epoxy primer on both side of the sheet and polyester
top coat 15-18 microns. Sheet should have protective guard film
of 25 microns minimum to avoid scratches during transportation
and should be supplied in single length upto 12 metre or as
desired by Engineerin- charge. The sheet shall be fixed using self
drilling /self tapping screws of size (5.5x 55 mm) with EPDM seal,
complete upto any pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses and including
cutting to size and shape wherever required. 3.00 Sqm 645.19 1936.00
34 Distempering with oil bound washable distemper of approved
brand and manufacture to give an even shade :
a)Old work (one or more coats) 1000.00 sqm 39.09 39090.00
b) New work (two or more coats) over and including water
tinnable priming coat with cement primer 100.00 sqm 109.84 10984.00
35 Wall painting with acrylic emulsion ( Plastic) paint of approved
brand and manufacture to give an even shade :
b) One or more coats on old work 300.00 sqm 64.77 19431.00
36 Painting with synthetic enamel paint of approved brand and
manufacture of required colour to give an even shade :
a) One or more coats on old work. 200.00 sqm 60.13 12026.00
37 White washing with lime to give an even shade :
a) Old work (two or more coats) 200.00 sqm 12.02 2404.00
38 Finishing walls with Acrylic Smooth exterior paint of required
shade:
a) Old work (Two or more coat applied @ 1.67 ltr/ 10 sqm)
on existing cement paint surface 150.00 sqm 80.82 12123.00
Page - 36
39 French spirit polishing
a) One or more coats on old work 50.00 sqm 124.08 6204.00
40 Finishing walls with Premium Acrylic Smooth exterior paint with
Silicone additives of required shade
a) Old work (Two or more coats applied @ 1.43 ltr/ 10
sqm) over existing cement paint surface 300.00 sqm 82.93 24879.00
41 Removing dry or oil bound distemper,water proofing cement
paint and the like by scrapping, sand papering and preparing the
surface smooth including necessary repairs to scratches etc
complete. 100.00 sqm 12.66 1266.00
42 Repairs to plaster of thickness 12mm to 20mm in patches of area
2.5 sq. meters and under including cutting the patch in proper
shape, raking out joints and preparing and plastering the
surface of the walls complete including disposal of rubbish to
the dumping ground within 50 metres lead:
a) With cement mortar 1:4 (1 cement : 4 fine sand) 30.00 sqm 310.40 9312.00
43 Fixing chowkhat in existing opening in brick / RCC wall with
dash fasteners/chemical fasteners of appropriate size (3nos on
each vertical member of door chowkhat and 2 nos. on each
vertical member of window chowkhas including Cost of dash
fasteners/ chemical fastener. 1.00 Each 185.15 185.00
44 Making the opening in brick masonry including dismantling in
floor or walls by cutting masonry and making good the
damages to walls, flooring and jambs complete to match
existing surface i/c disposal of mulba/ rubbish to the nearest
municipal dumping ground.
a) For door/ window/ clerestory window. 1.00 sqm 640.32 640.00
45 Renewing glass panes, with wooden fillets wherever necessary:
a) Float glass panes of thickness 5 mm 5.00 sqm 1304.97 6525.00
b)Float glass panes of thickness 4 mm 2.00 sqm 999.43 1999.00
46 Demolishing cement concrete manually/ by mechanical means
including disposal of material within 50 metres lead as per
direction of Engineer - in - charge.
a)Nominal concrete 1:3:6 or richer mix 0.50 cum 1168.76 584.00
b) Nominal concrete 1:4:8 or leaner mix 0.50 cum 721.09 361.00
47 Demolishing brick work manually/ by mechanical means
including stacking of serviceable material and disposal of
unserviceable material within 50 metres lead as per direction of
Engineer-in-charge.
a) In cement mortar 0.50 cum 987.89 494.00
48 Demolishing Laterite stone masonry manually/ by mechanical
means including stacking of serviceable material and disposal of
unserviceable material within 50 metres lead as per direction of
Engineer-in-charge:
a) In cement mortar 0.50 cum 1178.90 589.00
Page - 37
49 Dismantling doors, windows and clerestory windows (steel or
wood) shutter including chowkhats, architrave, holdfasts etc.
complete and stacking within 50 metres lead :
a) Of area 3 sq. metres and below 1.00 Each 185.03 185.00
50 Providing and fixing uplasticised PVC connection pipe with
brass unions :
a) 15 mm nominal bore 45 cm length 5.00 Each 79.48 397.00
51 Providing and fixing brass stop / bib cock of approved quality.
a) 15mm nominal bore 2.00 Each 304.89 610.00
52 Providing and fixing C.P. brass bib cock of approved quality
conforming
to IS:8931 :
a) 15mm nominal bore 5.00 Each 435.71 2179.00
53 Providing and fixing G.I. pipes complete with G.I. fittings and
clamps, including cutting and making good the walls etc.
Internal work – Exposed on wall.
a) 15 mm dia. nominal bore 2.00 Rmt 218.50 437.00
b) 20 mm dia. nominal bore 2.00 Rmt 262.75 526.00
54 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot & cold water supply including all
CPVC plain & brass threaded fittings This includes jointing of
pipes & fittings with one step CPVC solvent cement ,trenching
,refilling & testing of joints complete as per direction of Engineer
in Charge.
Internal work – Exposed on wall.
a) 20 mm dia. nominal bore 20.00 Rmt 210.94 4219.00
b) 25 mm dia. nominal bore 50.00 Rmt 253.43 12672.00
55 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot & cold water supply including all
CPVC plain & brass threaded fittings This includes jointing of
pipes & fittings with one step CPVC solvent cement ,trenching
,refilling & testing of joints complete as per direction of Engineer
in Charge.
External work
a) 25 mm dia. nominal bore 12.00 Rmt 224.66 2696.00
b) 40 mm dia. nominal bore 6.00 Rmt 376.46 2259.00
c) 50 mm dia. nominal bore 3.00 Rmt 567.65 1703.00
56 Providing and placing on terrace (at all floor levels) polyethylene
water storage tank ISI : 12701 marked with cover and suitable
locking arrangement and making necessary holes for inlet, outlet
and overflow pipes but without fittings and the base support for
tank 250.00 Litre 8.50 2125.00
57 Providing and fixing C.P brass shower rose with 15 or 20 mm
inlet:(a) 100 mm diameter 1.00 Each 83.99 84.00
Page - 38
58 Providing and fixing C.P. brass long body bib cock of approved
quality conforming to IS standards and weighing not less than 690
gms. a) 15 mm nominal bore 1.00 each 577.38 577.00
59 Providing and fixing P.V.C. low level flushing cistern with manually
controlled device (handle lever) conforming to IS : 7231with all
fittings and fixtures complete.
a) 10 litre capacity-white 5.00 Each 974.70 4874.00
60 Providing and fixing white vitreous china wash basin including
making all connections but excluding the cost of fittings :
a) Flat back wash basin of size 550x400mm. 1.00 Each 897.98 898.00
61 Providing and fixing white vitreous china pedestal type (European
type/ wash down type) water closet pan. 1.00 Each 1598.49 1598.00
62 Extra for using coloured pedestal type W.C pan (European type)
with low level cistern of same colour instead of white vitreous
china W.C pan and cistern. 1.00 Each 748.87 749.00
63 Providing and fixing solid plastic seat with lid for pedestal type
W.C.pan complete :
a) White solid plastic seat with lid 1.00 Each 480.84 481.00
64 Providing and fixing mirror of superior glass (of approved quality)
and of required shape and size with plastic moulded frame of
approved make and shade with 6 mm thick hard board backing :
a) Rectangular shape 453x357mm 2.00 Each 882.45 1765.00
65 Providing and fixing PTMT Waste Coupling for wash basin and
sink, of approved quality and colour.
a) Waste coupling 38mm of 83mm length and 77mm breadth,
weighing not less than 60gms. 4.00 Each 115.82 463.00
66 Providing and fixing P.V.C. waste pipe for sink or wash basin
including P.V.C. waste fittings complete.
a) Flexible pipe
32 mm dia 5.00 Each 85.86 429.00
67 Providing and laying cement concrete 1:5:10 (1 cement : 5
coarse sand : 10 graded stone aggregate 40 mm nominal
size) all-round S.W. pipes including bed concrete as per standard
design:
a) 100 mm diameter S.W. pipe 2.00 Rmt 730.23 1460.00
b) 150 mm diameter S.W. pipe 2.00 Rmt 893.05 1786.00
68 Providing and fixing square-mouth S.W. gully trap grade 'A'’
complete with C.I. grating brick masonry chamber with water
tight C.I. cover with frame of 300 x300 mm size (inside) the
weight of cover to be not less than 4.50 kg and frame to be
not less than 2.70 kg as per standard design :
a) 100x100 mm size P type
With Bricks class designation 3.5 1.00 Each 1878.36 1878.00
Page - 39
69 Cleaning of terrace/loft water storage tank (inside surface area)
upto 2000 litre capacity at all heights with coconut brushes,
duster etc., removal of silt, rubbish from the tank and cleaning
the tank with fresh water disinfecting with bleaching powder @
0.5gm per litre capacity of tank, including marking the date of
cleaning on the side of tank body with the help of stencil and
paint and disposing of malba, all complete as per direction of
Engineer-in-Charge. (The old date already written on tank should
be removed with paint remover or black paint and if date is not
written with the stencil or old date is not removed deduction will
be made @ Rs. 0.10 per litre if during cleaning any GI fittings or
ball cock is damaged that is to be repaired by contractor at his
own cost and nothing extra will be paid on this account) 20000.00 litre 0.23 4600.00
70 Dismantling of old S.W. pipes including breaking of joints and
bed concrete stacking of useful materials near the site within 50
m lead and disposal of unserviceable materials into municipal
dumps:
a) 100 mm diameter 2.00 Rmt 42.61 85.00
b) 150 mm diameter 2.00 Rmt 47.06 94.00
PART 'B' : LMR ITEMS 71 Laterite masonry work in foundation and upto plinth level in
neatly dressed stones of size specified in cement mortar 1:6
(1:cement :6 coarse sand) 0.50 cum 5603.00 2802.00
72 Providing and fixing approved quality and design round door lock
(cylindrical) of brass with round handle & 3 keys all complete as
directed by Engineer-in-charge. 4.00 each 1624.47 6498.00
73 Providing and fixing ISI marked aluminium door / window fittings
anodised ( anodic coating not less than grade AC 10 as per IS :
1868), transparent or dyed to required colour or shade, with nuts
and screws etc. complete
a) Eyes and hooks 150mm 5.00 each 47.77 239.00
b) flat latch 250x15x9mm 2.00 each 236.09 472.00
74 Providing and fixing fly proof stainless steel wire gauge mesh , to
windows and clerestory windows with average width of aperture
1.4mm in both directions all complete as approved and directed
by Engineer-in-charge. a) Refixing with existing or if needed new
teak wood beading 12X12 mm with necessary nails etc.. 5.00 sqm 1084.80 5424.00
75 Repairing floor spring/Door closer including necessary oiling/
greasing replacing damaged oil seal / nut / spring /repacing
screws etc complete.
(a) Floor Spring 2.00 Each 963.00 1926.00
(b) Door closer 10.00 Each 203.00 2030.00
76 Providing repairs to drawer including adjusting telescopic chanel
and refixing with new screws , and oiling etc. wherever required. 20.00 Each 109.00 2180.00
Page - 40
77 Repairing wooden / aluminium doors and windows shutters by
doing minor repairs, tightening of screws, relignment of fittings
etc. including provision of necessary cleat angle if needed
including necessary cutting / jointing, plaining, oiling of hinges etc
complete for proper operation as directed by the Engineer in
charge.
a) Door shutter of door size upto 1.20 x 2.50 m 10.00 each 291.00 2910.00
b) Window shutters of window size 1.20 x 1.50 m 10.00 each 182.00 1820.00
78 Repairing to Aluminium door/windows by removing the
door/window shutter from location by removing hinges/pivots
etc including dismembering, dismantling of glass panes , board
cutting, filling , polishing the required member,tightening the
existing MS rods at top and bottom members , neoprene rubber
gaskets, angle cleats etc including reassembling the door/window
and fixing to its prior position so as to function smoothly etc as
per the direction of Engineer in charge.(Note:
hinges,pivots,aluminiumsection,MS rods will be paid separately) 10.00 sqm 488.00 4880.00
79 Dismantling aluminium partition, False flooring, False ceiling etc
including dismembering as directed by EIC and stacking it uo to a
lead of 50 metre. 10.00 sqm 194.00 1940.00
80 Lifting and transporting of available aluminium partition or similar
material in a ONE TONNER pickup van to any exchange with a
lead of up to 35 Kms 1.00 Job 1235.00 1235.00
81 Providing and fixing in position 10 mm dia MS rod with both end
threaded/welded with nutbolts arrangement in door shutters
complete as directed by Engineer In charge. 6.00 each 146.00 876.00
82 Providing and fixing Aluminium hydraulic door closer of
approved make with necessary accessories and screws etc.
including removing the old door closer and pluging the old holes
with necessary wood plugs and adhesives etc as directed by tehe
engineer in charge. complete. 8.00 each 1430.00 11440.00
83 Providing & fixing 8 mm thick cement bonded particle board like
"BISON BOARD" in aluminium partition with rubber gasket as
needed or at any location using screw and plug of appropreat size
all complete as directed by the engineer in charge. 4.00 sqm 801.00 3204.00
84 P/F marine plywood (kitply or equivalent) of BWP grade of
approved manufacture in counter, tables, shelves drawers etc.
including screws etc complete including necessary beading edges
of 2nd class teak teak wood.
a) 19 mm thick ( with 3mm plain Second class teak wood lipping
on exposed edges) 2.00 sqm 1999.00 3998.00
85 P/F Flex sheet on hoarding printed with staff colony name etc
including the cost of scaffolding, adhesive and removing and
disposing of old flex etc. as dorected by the engineer in charge. (
premium quality flex like STAR should be used and the matter will
be given by the department) 2.00 sqm 467.00 934.00
Page - 41
86 P/F Velcrow tape of 20 mm wide for fixing mosquito proof wire
net in wooden window frames including fixing with necessary rust
proof copper nails at close interval & directed by Engineer in
charge. 15.00 Rmt 34.00 510.00
87 P/F Mosquito proof wire net screen for windows/ventilators of
rust proof quality allowing true passage of air & light & washable
type made with fibre glass or equivalent etc. of approved quality
& shade including stiching of velcro tap @ 20mm wide @ the
periphery as directed by Engineer in charge. 5.00 sqm 442.00 2210.00
88 Repairs to gate/grill or any other welding works by arranging
welding machine and welder with his helper for a full day or part
as the case may be at site etc complete for easy working
including oiling /greasing etc. complete as per direction of
Engineer in charge 1.00 job 2692.00 2692.00
89 Providing and fixing in position 25-40mm thick machine cut &
machine polished kaddapah stone slab of required size in
platform, shelves etc by chasing in walls and making good the
same including dismantling damaged platform and disposal of
debris, all complete as directed by Engineer in Charge. 2.00 sqm 1142.00 2284.00
90 Repairs to bib cock, pillar cock, stop cock including change of
waster to ensure smooth working as directed by Engineer-In-
Charge. 15.00 each 87.00 1305.00
91 Repairs to PVC flush tank to make it functioning in all respect etc
all complete as directed by engineer in charge.
a) by replacing damaged / broken fittings like syphon, flushing
handle,ball cock etc to make it functioning in all respect etc all
complete as directed by engineer in charge 10.00 each 420.00 4200.00
b) by resetting the fittings like syphon, flushing handle,ball cock
etc to stop leakage & to make it functional 10.00 each 156.00 1560.00
92 Making connection of G.I. Pipe with CPVC pipe including
cutting and making use of necessary CPVC adaptor etc. complete
:
a) 20 to 25 mm nominal bore 2.00 Each 252.53 505.00
b) 40 mm to 50 mm nominal bore 1.00 Each 269.20 269.00
93 Providing and fixing C.P brass pillar cock (weight of tap shall be
650gms) of approved quality and colour including removing old
tap and disposal etc.
a) 15mm nominal bore 3.00 each 930.00 2790.00
94 Providing and fixing CP grating for nahni trap in kitchen.
a) Circular type. 100 mm nominal dia. 1.00 each 133.32 133.00
95 Providing and fixing Half Turn / Ball valve (ITALIAN Type) of
approved quality including removing the damaged wheel valve
etc.all complete as directed by Engineer in charge.
a) 20/15mm dia. 2.00 each 519.00 1038.00
b) 25mm dia. 2.00 each 804.00 1608.00
Page - 42
c) 40mm dia. 2.00 each 1306.00 2612.00
96 Providing and fixing Cromium Plated brass push cock (Heavy) of
15mm dia nominal bore of approved make for urinals including
necessary sealent all complete as directed by the Engineer in
charge.
a) 15mm dia. 2.00 Each 980.00 1960.00
97 Providing and fixing Chromium Plated brass hand spray with 1.0
to 1.5 meter long steel coloured ( coated ) flexible pipe of 15mm
dia nominal bore of approved make for EWC including necessary
sealent all complete as directed by the Engineer in charge.
a) 15mm dia. 1.00 each 885.80 886.00
98 Providing and fixing Cromium Plated brass telephonic shower
with 1.0 to 1.5 meter long steel coloured ( coated ) flexible pipe
of 15mm dia nominal bore of approved make including necessary
sealent all complete as directed by the Engineer in charge.
a) 15mm dia. 1.00 each 980.23 980.00
99 Providing and fixing white vitreous china water closet squatting
pan (Indian type) including removing the old damaged WC pan,
glazed floor tiles, required lime concrete and refilling of lime
concrete after fixing of 100 mm sand cast iron P or S trap as
needed and WC pan etc complete ( The cost of top 50 mm CC
flooring or glazed tiles will be paid for seperately)
a) Orissa pattern W.C. pan of size 580x440 mm 1.00 Each 3611.00 3611.00
100 Providing and fixing UPVC trap of self cleansing design with or
without vent arm complete, including dismanteling the existing
flooring and making good the same to match the original floor :
a) 100 mm inlet and 75 mm outlet U. V. resistant u PVC trap 1.00 each 957.06 957.00
101 Providing and fixing on wall face UPVC SWR pipes conforming
to IS : 13592 Type B including jointing with adhessive conforming
to IS : 5382 leaving 10 mm gap for thermal expansion.(i) Single
socketed self fit pipes.
a) 75 mm 2.00 Rmt 469.18 938.00
b) 110 mm 2.00 Rmt 575.38 1151.00
102 Providing and fixing on wall face SWR self fit pipe fittings/
accessories for UPVC SWR pipes conforming to IS : 14735
i) 75 mm
a) Coupler 1.00 each 130.00 130.00
b) Single tee with door 1.00 each 367.00 367.00
c) Door Bend 87.5° 1.00 each 250.00 250.00
d) Cowl 1.00 each 88.00 88.00
ii) 110 mm
a) Door Bend 87.5° 1.00 each 333.00 333.00
Page - 43
b) Single tee or Y with door 1.00 each 500.00 500.00
c) Cowl 1.00 each 94.00 94.00
103 Cleaning of Manholes, WC Pan etc by rodding, scrabbibng and
flushing to remove the clogged drain of sludge, waste & rubbish
material and disposal where permitted by the Municipal
corporation dumping places etc as per the direction of Engineer
in charge ( cost includes clearing the choke up of the pipes
connecting the 2 Manholes using the mechanical connecting rods
used to cleam sewer line pipes and ensuring flow from the
preceding MH ) 20.00 each 644.40 12888.00
104 Cleaning choke up by rodding, scrabbibng and flushing to
remove the clogged drain of sludge, waste & rubbish material and
disposal where permitted by the Municipal corporation dumping
places etc as per the direction of Engineer in charge ( cost
includes clearing the choke up of the connecting pipes and
ensuring flow from the preceding MH / trap )
a)Gully trap chamber 10.00 each 294.00 2940.00
b) Internal nahni trap of kitchen, wash basin, bathroon traps 10.00 each 72.00 720.00
105 Cleaning septic tank of any capacity by mechanical means such
as employing tanker with suction pump etc and necessary suction
pipe of any length including disposal of sludge at specified place
marked for the disposal of same by the village / muncipal
authority complete as directed by Engineer-in-charge.(Payment
will be made on trip bases)
a) Tanker of @ 3000 litres capacity 1.00 Trip 3611.00 3611.00
106 Providing and laying two courses water proofing treatment with
bitumen felt over roofs consisting of first course of blown
bitumen 85/25 or 90/15 conforming to IS: 702 applied hot or cold
applied bitumen adhesive like " Tiki Bond" or equivalent @ 1.45
kg per square metre of area for each course, second course of
roofing felt type 3 grade- I (hessian based self finished bitumen
felt) manufactured by Bengal Bitumen, STP Ltd, Arcus Ltd. etc., all
complete as per the direction of Engineer-in-charge. 10.00 sqm 464.00 4640.00
107 Providing and applying coat of polymeric waterproofing solution
(POLYALK-WP of Sunanda Chemicals or equivalent) mixed with
cement slurry consistency in following sequence of operations.
a)Scrub and clean existing plastered/ concrete surface with
(nylon/wire) brush such as dirt, fungus, algae oil grease and loose
flakes of cement etc and wipe out dirt with profuse
b) Repair wide cracks/patches with cement mortar 1:3 mix and
floating coat of neat cement slurry.
c) Prepare and apply after 24 hours interval slurry consisting of
polymeric waterproofing solution mixed with cement in 1:1.25
ratio (1part POLYALK-WP:1.25 part O.P.cement) by brush to damp
surface and keep the slurry mix stirring continously.
d) Apply second coat same as ( d ) above
e) Cure the treated area with water for seven days by ponding /
covering with gunny bags.
Note Rendering / plastering as protective layer if required will
paid separtly 50.00 sqm 396.00 19800.00
Page - 44
108 Providing and fixing water proof PVC plastic sheet (Panni) over
any roofing, including tightening the same with ropes wherever
necessary, complete as directed by Engineer - in - charge. 50.00 sqm 46.00 2300.00
109 Arresting leakage from bath , W.C., Etc. by opening the tile
joints,cleaning the same and filling the joints with white cement
mixed with Polyalk EP and pigment to match the shade of the tile
including refilling the gaps between floor and trap joints with the
same wherever necessary etc, all complete as per direction of the
Engineer - in-Charge. 10.00 sqm 225.00 2250.00
110 Providing and fixing single scaffolding on the exterior side /
surface of building up to four story height. The scaffolding should
be made of bambooes/ ballies placed at 0.6 m centre to centre
vertically and tied horizontally at 0.90m center to center including
providing working platform at required level with necessary
arrangement. and maintaining it in a serviceable condition for
the required duration as approved and removing it there after .
Providing essential safety features for the workmen etc.
complete as per directions and approval of Engineer-in-charge .. 50.00 sqm 128.00 6400.00
111 Cleaning of underground water tanks by following methods.
i) Empty the tank and make it near to dry.
ii) Apply dose of bleaching powder ( as specified ) Uniformly on
inside surface of tank and wait for one hour.
iii) After one hour clean/ring the tank with fresh water.
iv) Repeat the process No ii and iii twice etc completed as
directed by Engineer in charge.
a) U/G Tank ( tank of any capacity ) 200.00 sqm 55.00 11000.00
Note ( Tank to be cleaned once in a six month & date of cleaning
is to be painted).
112 Providing drinking water and pouring in Under ground tank by
water tanker for lead upto 10 kms ( The source of drinking water
shall be got approved by Engineer In charge ) 8000.00 litres 0.17 1360.00
113 Cleaning of terrace portion /Sheet / tile roofing, chajjah, rain
water pipes, drains of dried leaves, dirt ,dust, garbage etc
complete as directed by Engineer-In-Charge
a) Patto Admin. Bldg. including pumproom and lift terraces 1.00 Job 1273.00 1273.00
b) Area Manager Bldg. 1.00 Job 2408.00 2408.00
c) Miramar Exchange Bldg. 1.00 Job 664.00 664.00
d) Dona Paula Exchange Bldg. 1.00 Job 664.00 664.00
e) Telephone Exchange Bldg Altinho 1.00 Job 2658.00 2658.00
114 Carriage / disposal of building rubish by mechanical transport
including loading, unloading beyond municipal limit etc complete
as directed by Engineer-in-charge ( distance up to 10 Kms) 5.00 cum 480.00 2400.00
115 Emergency repairs of doors windows, etc which has to be
repaired on the same day like opening door of inspection suiet,
office doors because of misplaced keys etc, refixing of dislodged
door and window shutter for security purpouse , repair to floor
spring / door closer of CSC, etc as directed by the engineer
incharge. 5.00 Job 763.00 3815.00
Page - 45
116 Removing and refixing window grill of size about 1 to 1.8 sqm for
repairs of wooden shutter at 1st and 2nd floor of the building
including necessary cost of screws and plugs as the case may be
all complete as directed by the engineer incharge 5.00 Job 381.00 1905.00
117 Trimming of tree of medium size / clearing the fallen tree
including disposing the cut branches at a location identified by
the engineer incharge , etc all complete as directed by the
engineer incharge. 10.00 Job 692.00 6920.00
117 Cleaning the staff quarters / office premises, courtyards ,
staircase etc where the work of painting is not being done. The
work includes including sweeping of floors cleaning of walls
windows and grills with damp cloth, removing coweb from cieling
and disposing the debris and unusable items dumped , cleaning
the tiolets and kitchen sink and nanhi trap area etc all complete
to make the premises usable as directed by the engineer incharge
( cost includes all necessary cleaning tools and detergents etc) (
Payment will be made on the basis of the floor area of the rooms
/ courtyard) 500.00 Sqm 13.00 6500.00
118 Emergency plumbing repairs to watersupply line, plumbing and
sanitary fittings and any other works related to drainage , water
supply network in the office premises etc which cannot be
extended to the next day including the cost of minor accessories
like white cement, screws etc wherever required all complete as
directed by Engineer-in-charge 5.00 Job 763.00 3815.00
PART 'C' : CREDIT ITEMS 1 Credit for the recovered items after dismantling or replacing the
damaged items etc. under woodwork
a) Flush door shutters upto 35 mm thick 8.00 Sqm -40.00 -320.00
2 Credit for the recovered items after dismantling or replacing the
damaged items etc. under Water supply, Sanitary and drainage
works
a) brass Waste coupling 2.00 Each -10.00 -20.00
b) Bib cock / stop cock 5.00 Each -20.00 -100.00
c) Pillar cock 2.00 Each -30.00 -60.00
d) Angle stop cock 15 mm nominal bore 1.00 Each -20.00 -20.00
e) Shower 15mm nominal bore 1.00 Each -10.00 -10.00
Total- 499009.00
Estimated Cost Rs.4,99,009/-
Percentage to be quoted by tenderer % Above/ Below
Total
CONTRACTOR
EXECUTIVE ENGINEER ( C )