-1-
OFFICE OF THE CHIEF EXECUTIVE OFFICER
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
2ND
FLOOR UDYOG BHAWAN, RATU ROAD, RANCHI
SHORT TERM NOTICE INVITING TENDER
NIT.No. JSKVIB/Cons/01 /2017-18
1. Name & address of person inviting tender: Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
2nd
floor Udyog Bhawan, Ratu Road,
Ranchi,
2. Date of sale of bill of Quantity : 03-12-2017 (up to 3.00 P.M.)
3. Date and time of receipt of tender : 05-12-2017 (up to 3.00 P.M.)
4. Date and time of opening of tender : 05-12-2017 3.30 P.M.
5. Place of sale of BOQ : Office of the Chief Executive Officer,JSKVIB,
Ranchi
6. Place of receipt and opening of Tender : Office of the Chief Executive Officer,JSKVIB,
Ranchi
7. Details of work :
Sl.
No.
Name of work Estimated Cost
(Rupees)
Amount of
E.M.
(Rupees)
Cost of
B.O.Q.
(Rupees)
Time of
Completion
1 Construction of
Boundary Wall at
Daltonganj
Rs.11,45,988.00 Rs.23000/- Rs.1250/- Three Months
2 Construction of
Boundary Wall at
Hariharganj
Rs.14,90,956.00 Rs.29900/- Rs.5000/- Four Months
2 Construction of
Showroom at
Garhwa
Rs.20,45,521.00 Rs.41,000/- Rs.5000/- Four Months
BOQ & conditions of tender may be seen on the Notice Board of JSKVIB &
Website:www.jharkhandkhadi.com or may be contacted to office of the JSKVIB, Ranchi.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi
- 2 -
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
RANCHI
NOTICE INVITING TENDER (N.I.T.)
CHAPTER-I
1.1 Sealed tender on approved bill of quantity to be eventually drawn in PWD Form no.-F2
will be received from registered eligible B.C.D./Police Housing Corportion/JSKVIB
Govt. of Jharkand contractor of appropriate category on 05.12.2017 till 3.00 P.M. by
Chief Executive Officer, Jharkhand State Khadi and Village Industries Board, Ranchi.
1.2 For the work Construction of Boundary Wall at Daltonganj at an estimated cost of
Rs.11,45,988.00 and will be opened by the Chief Executive Officer, Jharkhand State
Khadi and Village Industries Board, Ranchi on 05.12.2017 at 3.30 P.M. The Tenderer or
their authorized agents whosoever desire may remain present at the time of opening of
tender in the above said office.
1.3 The work is to be completed in all respect in Three calendar months from the date of
written order to commence the work. The items of work, plan, specification or any
information in connection with the work can be seen in the office of the Chief Executive
Officer, Jharkhand State Khadi and Village Industries Board, Ranchi on any working day
during office hours before filling tender.
1.4 Bill of quantity can be purchased from the office of the Chief Executive Officer, JSKVIB
on payment of Rs.1250.00 (Rupees One Thousand Two Hundred Fifty) only in shape of
account payee Bank draft in favour of Jharkhand State Khadi and Village Industries
Board, Ranchi for each work as mentioned in the tender notice on any working day
during working hours on 03.12.2017 upto 3.00 P.M. No tender paper will be sold by
office detailed above on the date fixed for receiving the tender.
1.5 EARNEST MONEY (E.M.) :-
1.5.1 Tenderers are required to deposit E.M. amounting to Rs.23000/-(Rupees Twentythree
Thousand) only in shape of Demand Draft issued by any authorized Bank in favour of
Jharkhand State Khadi and Village Industries Board or 6 1/2 Years National Saving
Certificate (6th
issue & 8th
issue), 3/5 years Post Office Time Deposit duly pledged from
any Post Office within the State of Jharkhand, in favour of Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board, Ranchi
Note : Insurance guarantee Bond /Cash/Cheque/Bank Guarantee in place of those
specified above shall not be accepted.
- 3 -
1.5.2 Duly pledged Earnest Money if any lying with the Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board, against works already completed shall not be
adjusted by transfer. In such cases tenderer is required to get the same refunded and then
attach the same with tender, duly pledged afresh against the work for which tender is
filled.
1.5.3 Tender not accompanied with required Earnest Money in the prescribed manner shall be
out rightly rejected and will have no place in the comparative statement.
1.5.4 Clause 1.5.2 to 1.5.3 shall not apply to tenderers who are exempted from depositing
Earnest Money but such tenderers must enclose photostat copy of the exemption
certificate issued by the competent Authority is this respect.
1.6 Tenderers should quote his/her/their rate on overall items (not item-wise) in percentage
above or below (both in figure & words) over their rates mentioned in the bill of quantity
issued by the authorized officer.
1.7 In case the overall rates quoted by the tenderer are less than 10%(ten percent) this will be
treated as unworkable & the tender may be treated as invalid.
1.8 It will be obligatory on the part of the tenderer to keep their office open for acceptance
for a period of 180 days from the date of opening of tender.
1.9 Tenderers shall enclose photostat copy of her/his/their registration & exemption
certificate (if any) in absence of which the tenders may not be considered.
1.10 GST/Sales Tax/Income Tax Clearance Certificate, Labour License & letter of
Registration as contractor should be submitted by the tenderer for works costing more
than 10,000/- otherwise it may be rejected.
1.11 Authority is reserved to reject any or all the tenders received or to allot the work to one or
more contractors without assigning any reasons.
1.12 In case of successful tenderer(hereinafter called the contractor) the amount of Earnest
Money will be transferred towards initial security deposit in such a manner so that the
security deposit will be 5% of approved amount of tender & the remaining 5% shall be
recoverable from the subsequent bills.
1.13 The Earnest Money of successful tenderer (hereinafter called the contractor) which
accompany the tender will be forfeited in case of the tenderer declines to sign the
agreement or fails to deposit security Money within 10 days of being called upon to do
so, after approval of tender by competent Authority.
- 4 -
Those contractors, who are exempted from depositing E.M. will deposit initial
security money within 10 days of being called upon to do so. If they fail to do so or
decline to sign the agreement within the stipulated period, requisit sum of money will be
forfeited by way of adjustment from any sum to be paid to him by the department for
other works, including his security money and in addition he will be Black Listed and his
registration will be cancelled.
1.14 Weightage will be given to appropriate category of Ragistered having similar nature of
work, good character not litigation back ground affidavit in the government.
1.15 N.I.T. with general rules and special conditions will form a part of the contract document.
1.16 Payment will be made subject to availability of fund.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 5 -
CHAPTER-II
GENERAL RULES
2.1 The complete tender with all its enclosure shall be enclosed in sealed envelope and
delivered to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board so as to reach him before the date and time as stipulated in NIT Para 1.1
2.2 The tenderer should mention in his forwarding letter a list of all documents
submitted with the tender.
2.3 The tender shall contain the full name, address of residence and place of business of
person or persons filling the tender. In case there is subsequent change in address it must
be informed to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board by registered Post with AD.
2.4 All pages of tender documents, general rules and special condition must be signed at the
lower left hand corner and where required in the tender paper by the tenderer or a person
holding power of attorney authorised to sign on behalf of the partners before submission
of the tender.
2.5 In the event of the tender submitted by a firm it must be signed by each partner thereof
and in the event of absence of any of the partner, the power of attorney, authorising him
to do so must be produced on demand. All signatures should be dated.
2.6.1 No tenderer shall file tender for more than one work in one sealed envelope. Tenderer
desirous of submitting tender for more than one work shall submit tender in separate
sealed envelope for each work on appropriate and duly purchased B.O.Q. The name of
the work should be clearly written on the sealed envelope.
2.7 The rates quoted by the tenderer shall be inclusive of income Tax, Sales Tax, Royalty or
any other State and Central taxes applicable.
2.8 The rates shall be presumed to have been quoted carefully after understanding the
conditions of the contract and specifications of the work. The tenderer will also be
deemed to have inspected the work site and to have satisfied herself/himself/their selves
independently with the nature, extent and practicability of all works and required roads,
approach and other means of communication and access to the site available,
accommodations regarding the land and buildings that may be required for temporary
purposes in connection with the contract work and also availability of construction
materials, locations of work site including its climate, other of construction materials,
locations of work site including its climate, other geological characteristics, availability
of skilled, semi-skilled unskilled labourers. The consequence of the lack of necessary
knowledge will be at the risk and cost of tenderer.
- 6 -
2.9 Generally ministry of Road Transport, Govt.of India (MORT) specification would be
followed for the execution of work. Specification which are not covered by MORT
specification, R.C.D./B.C.D. specification will be followed.
2.10 The tenderer may submit a programme of the work with the tender using CPM/PERT.
2.11 All labours are to be paid as per minimum wages act inforced and as revised from time to
time during the constructions of work.
2.12 The tenderer will provide labour huts drinking water/medical facilities to labourers at site
and keep the site clear at his own cost.
2.13 The tenderer must return all the tender papers duly signed on each page while submitting
the tender, failing which the same may be considered invalid.
2.14 On receipt of written order from the Authority, Jharkhand State Khadi and Village
Industries Board, Ranchi the successful tenderer will first deposit the balance amount of
initial security deposit (SD) within the specified period of ten days and then enter into
agreement with the Jharkhand State Khadi and Village Industries Board on the basis of
stiputation in the approved tender document along with subsequent negotiation terms as
mutually agreed upon before issue of work order. Written order to commence to work
shall be issued by the JSKVIB after acceptance of agreement by the competent Authority.
SD/-
Chief Executive Officer
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 7 -
CHAPTER-III
SPECIAL CONDITION F2 CONTRACT
3.1 This is a special condition, which forms a part of F-2 contract system and prevails over
any ambiguity/contradiction.
3.2 The successful tenderer, hereinafter called contractor, must maintain a site order book at
each work site which will be produced when asked for by the departmental officers for
needful. Any order or instruction passed on the site order books by the inspecting officer
should be communicated to the Sub- divisional officer, Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board and concerned inspecting officers by
Jr. Engineer. The site order book may be submitted to Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board with running on account bills, if needed, that
must be submitted with final bill.
3.3 The contractor should always remain available at the work site but if it is not possible for
him, we must appointment a representative for the purpose who would be duly authorised
by contractor to receive instructions and carryout instructions of departmental officers
and also to receive letters. He may also delegate him any other power as he thinks fit but
in every case he will inform immediately the concerned Jr. Engineer and Executive
Engineer regarding appointment of such representative along with his name and identity
by regd. A/D post.
3.4 If the royalty clearance certificate for mines/ mineral used in the work is not produced
with the bill by the contractor, royalty will be deducted by the department from the
running bill at the rates prevailing at time execution of work to which the bill related.
Production of royalty clearance certificate along with the final bill of the work is
mandatory failing which final bill will not be paid and for such non-payment or delay in
payment the whole and full responsibility will be of the contractor alone. Deduction for
income tax and sales tax will be done as per prevailing guidelines.
3.5 Recovery of cost for materials supplied by the department will be made at the rates
stipulated in the NIT and /or agreement. For departmental materials found to be in excess
of actual consumption calculated on the basis of approved design, drawing and specifying
recovery plus 10% which every is higher as per rules provided conditions to the
departmental stores at his cost.
3.6 The contractor shall furnish sufficient plant equipments and labour & shall work such
hours and shifts as may be necessary to maintain the progress schedule. The working and
shift hours shall comply with all Govt. rules and regulation in force for time to time
during the entire period of construction.
- 8 -
3.7 The contractor should get the sample of all materials approved by the E/I before
collecting for use in work. The sample in sealed glass jars shall be kept in the custody of
the E/I.
3.8 The contractor shall have to get tested the strength of Cement Concrete (both plain and
reinforced) for each days casting as per IRC codes. Althrough achievement of the
prescribed cube strength is a must. The cost of Concrete cube moulds, curing, carriage of
cubes to and from the testing laboratory and all other incidental charges incurred in this
regard shall be borne by the contractor.
3.9 The contractor shall, if required by the E/I, must arrange for test all other materials at his
own cost. If the quality of materials appears to be inferior or the portion of the work is
found to be defective or unsound, the contractor may be asked to remove and or pull
down and re-execute the same at his own cost. The contractor shall bear all cost in this
regard.
3.10 All rejected materials will have to be removed from the site by the contractor after their
rejection, within seven days, for which E.E. should give in writing, otherwise RIADA
Authority may arrange to remove them or in any way he thinks fit and also recover the
cost from the contractor for such removal after lapse of seven days time.
3.11 If the actual lead of materials like stone metal, stone chips boulders, bricks, sand,
moorum, etc. is found to be less than the lead provided in B.O.Q. then item payment will
be made on proportionate reduced rate (reduction in rate will be made in the ratio of
approved and rate provided in B.O.Q.) It will be mandatory to obtain prior consent of the
Authority, which approved the tender, before commencement of supply of such materials
from the increased lead.
3.12 It will be essential to do all items of road works (in original) in sequence from one and in
a scientific way so as to complete the works and it should not be done in haphazard way
such as collection of materials in same Km. box cutting in other Km, consolidation work
in patches etc. Contractor is to progress all items of work simultaneously Km. wise and
quantity-wise always from edge and so that the complete road is available for use in one
stretch form that after completing the work in particular km. then only works in next km
would be taken up.
3.13 After completion of work the contractor will remove all debris, fill up vats etc. as desired
by E/I and leave the site clear and tidy at his own cost.
3.14 The department reserves the right of omitting or suspending the construction or changing
site etc. if considered necessary in subsequent stage.
- 9 -
3.15 The following shall not be paid extra and the tendered rates shall be inclusive of these :
i) Site clearance such as clearing of shrubs bush, wood under growth and small trees
not exceeding 300m girth measured at height of 900mm above ground.
ii) Setting out works profile layout etc.
iii) Vent battering or excavation of foundation trenches.
iv) Forming (or leaving) Telltale or witness in borrows pits and their removal after
measurement. However, deduction will be made in quantity of earthwork for
those.
v) Excavation for inserting of planking and shuttering.
vi) Forming (or leaving) steps in sides of deep excavation and their after
measurement.
vii) Bailing out rain water/and or surface water in the case the excavated foundation
trenches were filled up by these during entry period of construction.
viii) Removing slips of fills in excavation.
ix) Making vats, platform, channel etc.
x) Providing information board at the site.
3.16 The contractor may use his own machinery for completion of work within the time
stipulated in the contract. The carriage of machinery of different sites under this contract
from one place to another for this work will be the responsibility of the contractor and all
expenses in this regard will be borne by him.
3.17 Claim-not admissible under following circumstances.
a. Extra item of works done without written order of departmental officer.
b. In case of sudden fluctuation and/or increase in rates of labour, materials, royalty,
various taxes, railway freight, fuel lubricants, carriage cost etc. at any stage of
work.
c. Short supply and/or non-supply/and/or delay of departmental materials and/of
equipment.
d. Non-availability of labour of any category required for the work.
e. Labour sitting idle due to any cause.
f. Delay in communication in changes or modification in design drawing and
specification at any stage of the work.
g. Loss sustained due to :
i. Acts of enemies including acquisition by public and riots.
ii. Transporting and procurement/difficulties.
iii. Natural circumstances.
iv. Any other circumstance which are caused by act or man or nature.
v. Iron materials not issued in required lengths
- 10 -
3.18 Proportionate deduction shall be made from the bill of the contractors for less leads of
stone aggregates and moorum etc. from their sources of actual receipt in comparison to
the provision in the bill of quantity but no extra payment will be made for more leads if
any involves.
3.19 The contractor will have to establish a field laboratory for testing materials and works.
The contractor shall arrange to test the materials at site and also get them tested in
recognised materials testing laboratory. at his own cost to prove their soundness and
sufficiency as per specification laid down. The number of tests required for different item
will be accordingly to MORT guidelines and specified by E/I. The test reports of the
materials should be submitted to E/I before utilising them.
3.20 The contractor will have to rectify all the defects developed at his own cost. The
contractor will be responsible fully regarding the quality and specification of the work.
3.21 The contractor shall be solely responsible for any damage or loss to public property due
to negligence of their labourers and other staff and the damage/loss should be made good
at their own cost.
3.22 The progress of work should strictly be maintained according to the programme given by
the contractor, so as to complete the project in time.
3.23 The contractor shall have to offer all the facilities to the departmental officers at the time
of supervision, measurement and checking of bills.
3.24 Time extension on valied reasons may be granted by the competent Authority of RIADA.
3.25 Conditional tenders may be out rightly rejected.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 11 -
fufonk dh 'kraZs
1- ifjek.k foi= ds dz; gsrq laosnd dks >kj[k.M ds Hkou fuekZ.k foHkkx@iqfyl gkmflax fuxe@>kj[k.M [kknh
xzkeks|ksx cksMZ esa leqfpr Js.kh esa fuca/[email protected] gksuk vfuok;Z gSA fufonk nsus esa laosndks dh leqfpr Js.kh
eas fuca/[email protected] izek.k i=] vn~;;ru vk;dj ,oa okf.kT; dj lQkbZ izek.k i=] Je fuca/ku i=] LoPN
pfj= izek.k i= dh vfHkizekf.kr Nk;kizfr fufonk dkxtkr ds lkFk layXu djuk vfuok;Z gSA
2- ifjek.k foi= ds dz; gsrq vkosnu ds lkFk ifjek.k foi= dk ewY; tks ykSVk;k ugha tk;sxk] cSad Mªk¶V @ cSadlZ
psd ds :i esa ekU; gksxkA cSad Mªk¶V @ cSadlZ psd jkWph vkS|ksfxd {ks= fodkl izkf/kdkj] jkWph ds uke ls ns;
gksxkA
3- ifjek.k foi= fucaf/kr laosnd dks ;k muds }kjk izkf/kd`r O;fDr;ksa ftudk QksVks@gLrk{kj laosnd }kjk
vfHkizekf.kr jgus ij gh fuxZr fd;k tk;sxkA
4- fufonknkrk }kjk vxz/ku dh jkf’k fufonk vfHkys[k ds lkFk cSad MªkQ~V tks >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph
ds uke ls Hkqxrs; gksxk ,oa 6@8 o"khZ; jk"Vªh; cpr izek.k i= ¼vkBoka fuxZe½] 3@5 o"khZ; lkof/k tek
Mkd?kj ikl cqd tks eq[; dk;Zikyd inkf/kdkjh] >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph ds inuke ls fof/kor
izfrfKr ¼M;wyh IysTM½ djkdj layXu djuk vfuok;Z gksxkA
5- vuqekfur ykxr ?kV c<+ ldrh gS] rn~uqlkj vxz/ku dh jkf’k ,oa ifjek.k foi= dk ewY; ekU; gksxhA
6- fufonk dh vU; 'krsZa fufonk dkxtkr ds lkFk layXu jgsxh] tks fufonknkrk dks ekU; gksxhA
7- l’krZ fufonk ij fopkj ugha fd;k tk;sxkA
8- djk;s x;s dk;ksZa dk Hkqxrku vkoaVu miyC/k gksus ij gh fd;k tk,xkA
9- dk;Z esa yxus okys fuekZ.k laca/kh lHkh lkexzh;ka ,oa e’khusa laosnd dks Lo;a vkiwfrZ djuh gksxh] foHkkx }kjk dksbZ
lkexzh ;k e’khusa ,oa midj.k ugha miyC/k djk;k tk;sxkA
fufonkdkj fufonk dkxtkr ysrs le; e’khu ,oa midj.k ds LokfeRo@ hiring / leasing ij e’khu
dh miyC/krk ls lEcfU/kr dkxtkr dh vfHkizekf.kr izfr vius vkosnu ds lkFk layXu djsaxsa rFkk fufonk
Mkyus ds le; Hkh fufonk dkxtkr ds lkFk bls layXu djsaxsaA
10- ftu fufonkdkjksa ds ikl e’khu ,oa midj.k ds LokfeRo gksaxsa] mUgsa dk;Z vkoaVu eas izkFkfedrk nh tk;xhA
11- dk;Z LFky ij laosnd dks vius [kpZ ij lqj{kkRed lkbZu cksMZ bR;kfn yxkuk vfuok;Z gksxkA
12- fdlh Hkh dk;Z dks ,d ;k ,d ls vf/kd laosndksa esa ckaVus dk vf/kdkj l{ke inkf/kdkjh dks lqjf{kr jgsxkA
13- fcuk dkj.k crk;s fufonk dks j} djus dk vf/kdkj v/kksgLrk{kjh dks lqjf{kr gSA
14- fo’ks"k tkudkjh ds fy, v/kksgLrk{kjh ds dk;kZy; ls lEidZ fd;k tk ldrk gS] ;k lwpuk iê ij ns[kh tk
ldrh gSA
g0@&
eq[; dk;Zikyd inkf/kdkjh
>kj[k.M jkT; [kknh xzkeks|ksx cksMZ]
jkWphA
Bill of Quantity
Name of work:- Construction of boundary wall at Daltonganj Khadi
Board (Ranchi) The rates of item are based on S.O.R building construction 2016&D.S.R. 2016.
SL.B
NO.
DESCRIPTION
TOTAL
QTY.
UNIT
RATE IN
RS.
AMOUNT IN
RS.
1.
Earth work in excavation in
foundation trenches in ordinary
soil (vide classification of soil
item-A) and disposal of
excavated earth as obtained to a
distance up to 50M. Including
all lifts, leveling, ramming the
foundation trenches, removing
roots of trees shrubs all
complete as per approved
design, building specification
and direction of E/I.
80.20 Cum @102.10 8,188.42
2
Extra for earth work in hard Soil
as per Specification and direction
of E/I(vide classification of Soil
Item- B).
As per same quantity 80.20 Cum @10.43 836.48
3
Filling in Foundation trenches
and plinth in layers not exceeding
150mm thick well-watered
rammed, fully compacted & fine
dressed with earth obtained from
excavation of foundation trenches
within a lead of 50 M lift of 1.5
Mall complete as peer building
specification and direction of E/I
(mode of measurement compacted
volume).
53.46 Cum @37.17 1,987.10
4
Providing Coarse Clean sand in
filling in foundation trenches or
plinth including ramming &
watering in layers not exceeding
150mm thick with all leads and
lifts including cost of material
Labour, taxes and royalty all
complete as per building
specification and direction of E/I.
( mode of measurement
compacted volume).
7.56 Cum @228.47 1,727.23
5.
Providing designation 75A one
Brick flat soling joint filled is
local sand including cost of
watering taxes royalty all
complete as per building
specification of E/I.
75.13 Sqm @233.78 17,563.89
6
Providing P.C.C M-100 with
nominal mix (1:3:6) in foundation
and plinth with approved quality
of stone metal graded-III (50mm
to 25mm size) clean coarse sand
of F.M. 2.5 to 3 including
screening shuttering mixing
cement concrete in cement mixer
and placing in position, vibrating,
Striking, curing ,taxes and royalty
all complete as per building
specification and direction of E/I.
7.56 Cum @4188.87 31,667.85
7.
Providing R.C.C M-150 with
nominal mix (1:2:4) in foundation
and plinth with Approved quality
of stone chips 20mm to 6mm size
graded and clean coarse sand of
F.M. 2.5 to 3 including screening,
shuttering, mixing cement
concrete in concrete mixer and
placing and position, vibrating,
striking, curing (but excluding the
cost of reinforcement) taxes and
royalty all complete as per
building specification and
direction of E/I.
11.11 Cum @5913.66 65,700.76
8.
Providing R.C.C M-150 with
nominal mix (1:2:4) inStiffeners
with approved quality of stone
chips 20mm to 6mm size graded
and clean coarse sand F.M. 2.5 to
3 including screening shuttering,
mixing cement, concrete in mixer
and placing in position vibrating,
striking, curing, (but excluding
the cost of reinforcement) taxes
and all royalty, all complete as per
building specification and
direction of E/I.
15.19 Cum @7241.43 1,09,997.32
9.
Providing R.C.C M-150 with
nominal mix (1:2:4) in lintel with
approved quality of stone chips
20mm to 6mm size graded and
clean coarse sand F.M. 2.5 to 3
including screening shuttering,
mixing cement, concrete in mixer
and placing in position vibrating,
striking, curing, (but excluding
the cost of reinforcement) taxes
and all royalty, all complete as per
building specification and
direction of E/I.
10.45 Cum @7435.79 77,704.00
10.
Providing R.C.C M-150 nominal
mix (1:2:4) in beam all type with
approved quality of stone chips
20mm to 6mm size graded and of
F.M 2.5 to 3 including screening
shuttering, mixing cement,
concrete in mixer and placing in
position vibrating, striking,
curing, (but excluding coarse and
reinforcement) taxes and all
royalty, all complete as per
building specification and
direction of E/I.
10.45 Cum @8298.84 86,722.87
11.
Providing Designation 75A brick
work in C.M (1:6) in super
structure with approved quality of
clean coarse sand of F.M. 2 to 2.5
including providing 10mm thick.
mortar joints, cost of screening
materials, raking out joints to
15mm depth, curing taxes and
royalty all complete as per
building specification and
direction of E/I.
64.97 Cum @4011.07 2,60,599.21
12. Providing 12mm thick. Cement
plaster (1:6) on walls with clean
coarse sand of F.M. 1.5 including
screening, curing with all leads &
lifts of water, scaffolding taxes
and royalty all complete as per
building specification and
direction of E/I.
828.03 Sqm @125.34 1,03,785.28
13.
color washing two coats of a
coat of white wash over new
surface with approved quality of
lime including cost of cleaning
surface thoroughly and removing
the scales of smoke and mosh
make with jhama rubbing
scaffolding, washing of floors and
taxes all complete as per building
specification and direction of E/I.
828.03 Sqm @17.67 14,631.29
14. T.M.T.bars in reinforcement of
R.C.C.works
8mm dia. 2.290 Mt @53433.91 1,22,363.65
10mm dia. .687 Mt @53433.91 36,709.09
12mm dia. 1.603 Mt @53433.91 85,654.55
15. Carriage of materials.
sand leads- 5 Km 69.21 M3 @242.07 16,753.66
stone chips leads-10 Km 49.56 M3 @323.86 16,050.50
brick leads- 8 Km 28.818 Th. @727.89 20,976.33
16.
Supplying and fixing MS Angle
including making necessary
pockets in boundary wall and
filing the same with PCC (1:2:4)
and making necessary slits in MS
angle for fixing barbed wire
including painting the angle with
enamel paint as per direction of
E/I complete in all respects,
payment will be made for actual
weight of the Angle fixed.
297 Kg @62.05 18,428.85
17.
Providing in fixing concertina coil
fencing with punched tape
concertina coil 600mm dia. 10
meter open able length (total
length 60 m) having 50 nos.
rounds per 6 meter length up to 3
m height of wall with existing
angle iron ‘Y’ shaped placed 2.4
m or 3.0 m apart and with 9
horizontal R.B.T. reinforced
barbed wire, stud tied with G.I.
staples and G.I. clips to retain
horizontal , including necessary
bolts or barbed wire tied to angle
iron all complete as per direction
of E/I.
188 Rmt @255.00 47,940.00
Total 11,45,988.33
Say 11,45,988.00
-12-
TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING
MANNER
1.............................. % (Percent) above on the estimated rate as written in
bill of quantity.
2.............................. % (Percent) below on the estimated rate as written in
bill of quantity.
3. On estimated rates as written in bill of quantity.
Signature of the tenderer.
TENDERERS ARE REQUIRED TO FURNISH THE
FOLLOWING INFORMATION
1. Name and address of the Tenderer:
2. ST + IT C.C. :
3. EM deposited + NSC/Pass Book:
4. Registration No. and date:
5. Time of completion:
6. Condition if any :
7. Letter of registration as contractor:
8. Labour license:
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board Ranchi
-1-
OFFICE OF THE CHIEF EXECUTIVE OFFICER
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
2ND
FLOOR UDYOG BHAWAN, RATU ROAD, RANCHI
SHORT TERM NOTICE INVITING TENDER
NIT.No. JSKVIB/Cons/01 /2017-18
1. Name & address of person inviting tender: Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
2nd
floor Udyog Bhawan, Ratu Road,
Ranchi,
2. Date of sale of bill of Quantity : 03-12-2017 (up to 3.00 P.M.)
3. Date and time of receipt of tender : 05-12-2017 (up to 3.00 P.M.)
4. Date and time of opening of tender : 05-12-2017 3.30 P.M.
5. Place of sale of BOQ : Office of the Chief Executive Officer,JSKVIB,
Ranchi
6. Place of receipt and opening of Tender : Office of the Chief Executive Officer,JSKVIB,
Ranchi
7. Details of work :
Sl.
No.
Name of work Estimated Cost
(Rupees)
Amount of
E.M.
(Rupees)
Cost of
B.O.Q.
(Rupees)
Time of
Completion
1 Construction of
Boundary Wall at
Daltonganj
Rs.11,45,988.00 Rs.23000/- Rs.1250/- Three Months
2 Construction of
Boundary Wall at
Hariharganj
Rs.14,90,956.00 Rs.29900/- Rs.5000/- Four Months
2 Construction of
Showroom at
Garhwa
Rs.20,45,521.00 Rs.41,000/- Rs.5000/- Six Months
BOQ & conditions of tender may be seen on the Notice Board of JSKVIB &
Website:www.jharkhandkhadi.com or may be contacted to office of the JSKVIB, Ranchi.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi
- 2 -
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
RANCHI
NOTICE INVITING TENDER (N.I.T.)
CHAPTER-I
1.1 Sealed tender on approved bill of quantity to be eventually drawn in PWD Form no.-F2 will
be received from registered eligible B.C.D./Police Housing Corportion/JSKVIB Govt. of
Jharkand contractor of appropriate category on 05.12.2017 till 3.00 P.M. by Chief Executive
Officer, Jharkhand State Khadi and Village Industries Board, Ranchi.
1.2 For the work Construction of Boundary Wall at Hariharganj at an estimated cost of
Rs.14,90,956.00 and will be opened by the Chief Executive Officer, Jharkhand State Khadi
and Village Industries Board, Ranchi on 05.12.2017 at 3.30 P.M. The Tenderer or their
authorized agents whosoever desire may remain present at the time of opening of tender in
the above said office.
1.3 The work is to be completed in all respect in Three calendar months from the date of written
order to commence the work. The items of work, plan, specification or any information in
connection with the work can be seen in the office of the Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board, Ranchi on any working day during office hours
before filling tender.
1.4 Bill of quantity can be purchased from the office of the Chief Executive Officer, JSKVIB on
payment of Rs.5000.00 (Rupees Five Thousand) only in shape of account payee Bank draft
in favour of Jharkhand State Khadi and Village Industries Board, Ranchi for each work as
mentioned in the tender notice on any working day during working hours on 03.12.2017 upto
3.00 P.M. No tender paper will be sold by office detailed above on the date fixed for
receiving the tender.
1.5 EARNEST MONEY (E.M.) :-
1.5.1 Tenderers are required to deposit E.M. amounting to Rs.29900/- (Rupees Twentynine
Thousand Nine Hundred) only in shape of Demand Draft issued by any authorized Bank
in favour of Jharkhand State Khadi and Village Industries Board or 6 1/2 Years National
Saving Certificate (6th
issue & 8th
issue), 3/5 years Post Office Time Deposit duly
pledged from any Post Office within the State of Jharkhand, in favour of Chief Executive
Officer, Jharkhand State Khadi and Village Industries Board, Ranchi
Note : Insurance guarantee Bond /Cash/Cheque/Bank Guarantee in place of those
specified above shall not be accepted.
- 3 -
1.5.2 Duly pledged Earnest Money if any lying with the Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board, against works already completed shall not be
adjusted by transfer. In such cases tenderer is required to get the same refunded and then
attach the same with tender, duly pledged afresh against the work for which tender is
filled.
1.5.3 Tender not accompanied with required Earnest Money in the prescribed manner shall be
out rightly rejected and will have no place in the comparative statement.
1.5.4 Clause 1.5.2 to 1.5.3 shall not apply to tenderers who are exempted from depositing
Earnest Money but such tenderers must enclose photostat copy of the exemption
certificate issued by the competent Authority is this respect.
1.5 Tenderers should quote his/her/their rate on overall items (not item-wise) in percentage
above or below (both in figure & words) over their rates mentioned in the bill of quantity
issued by the authorized officer.
1.6 In case the overall rates quoted by the tenderer are less than 10%(ten percent) this will be
treated as unworkable & the tender may be treated as invalid.
1.7 It will be obligatory on the part of the tenderer to keep their office open for acceptance
for a period of 180 days from the date of opening of tender.
1.8 Tenderers shall enclose photostat copy of her/his/their registration & exemption
certificate (if any) in absence of which the tenders may not be considered.
1.9 GST/Sales Tax/Income Tax Clearance Certificate, Labour License & letter of
Registration as contractor should be submitted by the tenderer for works costing more
than 10,000/- otherwise it may be rejected.
1.10 Authority is reserved to reject any or all the tenders received or to allot the work to one or
more contractors without assigning any reasons.
1.11 In case of successful tenderer(hereinafter called the contractor) the amount of Earnest
Money will be transferred towards initial security deposit in such a manner so that the
security deposit will be 5% of approved amount of tender & the remaining 5% shall be
recoverable from the subsequent bills.
1.12 The Earnest Money of successful tenderer (hereinafter called the contractor) which
accompany the tender will be forfeited in case of the tenderer declines to sign the
agreement or fails to deposit security Money within 10 days of being called upon to do
so, after approval of tender by competent Authority.
- 4 -
Those contractors, who are exempted from depositing E.M., will deposit initial
security money within 10 days of being called upon to do so. If they fail to do so or
decline to sign the agreement within the stipulated period, requisit sum of money will be
forfeited by way of adjustment from any sum to be paid to him by the department for
other works, including his security money and in addition he will be Black Listed and his
registration will be cancelled.
1.17 Weightage will be given to appropriate category of Ragistered having similar nature of
work, good character not litigation back ground affidavit in the government.
1.13 The N.I.T. with general rules and special conditions will form a part of the contract
document.
1.14 Payment will be made subject to availability of fund.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 5 -
CHAPTER-II
GENERAL RULES
2.1 The complete tender with all its enclosure shall be enclosed in sealed envelope and
delivered to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board so as to reach him before the date and time as stipulated in NIT Para 1.1
2.3 The tenderer should mention in his forwarding letter a list of all documents
submitted with the tender.
2.3 The tender shall contain the full name, address of residence and place of business of
person or persons filling the tender. In case there is subsequent change in address it must
be informed to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board by registered Post with AD.
2.4 All pages of tender documents, general rules and special condition must be signed at the
lower left hand corner and where required in the tender paper by the tenderer or a person
holding power of attorney authorised to sign on behalf of the partners before submission
of the tender.
2.5 In the event of the tender submitted by a firm it must be signed by each partner thereof
and in the event of absence of any of the partner, the power of attorney, authorising him
to do so must be produced on demand. All signatures should be dated.
2.6.2 No tenderer shall file tender for more than one work in one sealed envelope. Tenderer
desirous of submitting tender for more than one work shall submit tender in separate
sealed envelope for each work on appropriate and duly purchased B.O.Q. The name of
the work should be clearly written on the sealed envelope.
2.7 The rates quoted by the tenderer shall be inclusive of income Tax, Sales Tax, Royalty or
any other State and Central taxes applicable.
2.8 The rates shall be presumed to have been quoted carefully after understanding the
conditions of the contract and specifications of the work. The tenderer will also be
deemed to have inspected the work site and to have satisfied herself/himself/their selves
independently with the nature, extent and practicability of all works and required roads,
approach and other means of communication and access to the site available,
accommodations regarding the land and buildings that may be required for temporary
purposes in connection with the contract work and also availability of construction
materials, locations of work site including its climate, other of construction materials,
locations of work site including its climate, other geological characteristics, availability
of skilled, semi-skilled unskilled labourers. The consequence of the lack of necessary
knowledge will be at the risk and cost of tenderer.
- 6 -
2.9 Generally ministry of Road Transport, Govt.of India (MORT) specification would be
followed for the execution of work. Specification which are not covered by MORT
specification, R.C.D./B.C.D. specification will be followed.
2.10 The tenderer may submit a programme of the work with the tender using CPM/PERT.
2.11 All labours are to be paid as per minimum wages act inforced and as revised from time to
time during the constructions of work.
2.12 The tenderer will provide labour huts drinking water/medical facilities to labourers at site
and keep the site clear at his own cost.
2.13 The tenderer must return all the tender papers duly signed on each page while submitting
the tender, failing which the same may be considered invalid.
2.14 On receipt of written order from the Authority, Jharkhand State Khadi and Village
Industries Board, Ranchi the successful tenderer will first deposit the balance amount of
initial security deposit (SD) within the specified period of ten days and then enter into
agreement with the Jharkhand State Khadi and Village Industries Board on the basis of
stiputation in the approved tender document along with subsequent negotiation terms as
mutually agreed upon before issue of work order. Written order to commence to work
shall be issued by the JSKVIB after acceptance of agreement by the competent Authority.
SD/-
Chief Executive Officer
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 7 -
CHAPTER-III
SPECIAL CONDITION F2 CONTRACT
3.26 This is a special condition, which forms a part of F-2 contract system and prevails over
any ambiguity/contradiction.
3.27 The successful tenderer, hereinafter called contractor, must maintain a site order book at
each work site which will be produced when asked for by the departmental officers for
needful. Any order or instruction passed on the site order books by the inspecting officer
should be communicated to the Sub- divisional officer, Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board and concerned inspecting officers by
Jr. Engineer. The site order book may be submitted to Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board with running on account bills, if needed, that
must be submitted with final bill.
3.28 The contractor should always remain available at the work site but if it is not possible for
him, we must appointment a representative for the purpose who would be duly authorised
by contractor to receive instructions and carryout instructions of departmental officers
and also to receive letters. He may also delegate him any other power as he thinks fit but
in every case he will inform immediately the concerned Jr. Engineer and Executive
Engineer regarding appointment of such representative along with his name and identity
by regd. A/D post.
3.29 If the royalty clearance certificate for mines/ mineral used in the work is not produced
with the bill by the contractor, royalty will be deducted by the department from the
running bill at the rates prevailing at time execution of work to which the bill related.
Production of royalty clearance certificate along with the final bill of the work is
mandatory failing which final bill will not be paid and for such non-payment or delay in
payment the whole and full responsibility will be of the contractor alone. Deduction for
income tax and sales tax will be done as per prevailing guidelines.
3.30 Recovery of cost for materials supplied by the department will be made at the rates
stipulated in the NIT and /or agreement. For departmental materials found to be in excess
of actual consumption calculated on the basis of approved design, drawing and specifying
recovery plus 10% which every is higher as per rules provided conditions to the
departmental stores at his cost.
3.31 The contractor shall furnish sufficient plant equipments and labour & shall work such
hours and shifts as may be necessary to maintain the progress schedule. The working and
shift hours shall comply with all Govt. rules and regulation in force for time to time
during the entire period of construction.
- 8 -
3.32 The contractor should get the sample of all materials approved by the E/I before
collecting for use in work. The sample in sealed glass jars shall be kept in the custody of
the E/I.
3.33 The contractor shall have to get tested the strength of Cement Concrete (both plain and
reinforced) for each days casting as per IRC codes. Althrough achievement of the
prescribed cube strength is a must. The cost of Concrete cube moulds, curing, carriage of
cubes to and from the testing laboratory and all other incidental charges incurred in this
regard shall be borne by the contractor.
3.34 The contractor shall, if required by the E/I, must arrange for test all other materials at his
own cost. If the quality of materials appears to be inferior or the portion of the work is
found to be defective or unsound, the contractor may be asked to remove and or pull
down and re-execute the same at his own cost. The contractor shall bear all cost in this
regard.
3.35 All rejected materials will have to be removed from the site by the contractor after their
rejection, within seven days, for which E.E. should give in writing, otherwise RIADA
Authority may arrange to remove them or in any way he thinks fit and also recover the
cost from the contractor for such removal after lapse of seven days time.
3.36 If the actual lead of materials like stone metal, stone chips boulders, bricks, sand,
moorum, etc. is found to be less than the lead provided in B.O.Q. then item payment will
be made on proportionate reduced rate (reduction in rate will be made in the ratio of
approved and rate provided in B.O.Q.) It will be mandatory to obtain prior consent of the
Authority, which approved the tender, before commencement of supply of such materials
from the increased lead.
3.37 It will be essential to do all items of road works (in original) in sequence from one and in
a scientific way so as to complete the works and it should not be done in haphazard way
such as collection of materials in same Km. box cutting in other Km, consolidation work
in patches etc. Contractor is to progress all items of work simultaneously Km. wise and
quantity-wise always from edge and so that the complete road is available for use in one
stretch form that after completing the work in particular km. then only works in next km
would be taken up.
3.38 After completion of work the contractor will remove all debris, fill up vats etc. as desired
by E/I and leave the site clear and tidy at his own cost.
3.39 The department reserves the right of omitting or suspending the construction or changing
site etc. if considered necessary in subsequent stage.
- 9 -
3.40 The following shall not be paid extra and the tendered rates shall be inclusive of these :
i) Site clearance such as clearing of shrubs bush, wood under growth and small trees
not exceeding 300m girth measured at height of 900mm above ground.
ii) Setting out works profile layout etc.
iii) Vent battering or excavation of foundation trenches.
iv) Forming (or leaving) Telltale or witness in borrows pits and their removal after
measurement. However, deduction will be made in quantity of earthwork for
those.
v) Excavation for inserting of planking and shuttering.
vi) Forming (or leaving) steps in sides of deep excavation and their after
measurement.
vii) Bailing out rain water/and or surface water in the case the excavated foundation
trenches were filled up by these during entry period of construction.
viii) Removing slips of fills in excavation.
ix) Making vats, platform, channel etc.
x) Providing information board at the site.
3.41 The contractor may use his own machinery for completion of work within the time
stipulated in the contract. The carriage of machinery of different sites under this contract
from one place to another for this work will be the responsibility of the contractor and all
expenses in this regard will be borne by him.
3.42 Claim-not admissible under following circumstances.
a. Extra item of works done without written order of departmental officer.
b. In case of sudden fluctuation and/or increase in rates of labour, materials, royalty,
various taxes, railway freight, fuel lubricants, carriage cost etc. at any stage of
work.
c. Short supply and/or non-supply/and/or delay of departmental materials and/of
equipment.
d. Non-availability of labour of any category required for the work.
e. Labour sitting idle due to any cause.
f. Delay in communication in changes or modification in design drawing and
specification at any stage of the work.
g. Loss sustained due to :
i. Acts of enemies including acquisition by public and riots.
ii. Transporting and procurement/difficulties.
iii. Natural circumstances.
vi. Any other circumstance which are caused by act or man or nature.
v. Iron materials not issued in required lengths
- 10 -
3.43 Proportionate deduction shall be made from the bill of the contractors for less leads of
stone aggregates and moorum etc. from their sources of actual receipt in comparison to
the provision in the bill of quantity but no extra payment will be made for more leads if
any involves.
3.44 The contractor will have to establish a field laboratory for testing materials and works.
The contractor shall arrange to test the materials at site and also get them tested in
recognised materials testing laboratory. at his own cost to prove their soundness and
sufficiency as per specification laid down. The number of tests required for different item
will be accordingly to MORT guidelines and specified by E/I. The test reports of the
materials should be submitted to E/I before utilising them.
3.45 The contractor will have to rectify all the defects developed at his own cost. The
contractor will be responsible fully regarding the quality and specification of the work.
3.46 The contractor shall be solely responsible for any damage or loss to public property due
to negligence of their labourers and other staff and the damage/loss should be made good
at their own cost.
3.47 The progress of work should strictly be maintained according to the programme given by
the contractor, so as to complete the project in time.
3.48 The contractor shall have to offer all the facilities to the departmental officers at the time
of supervision, measurement and checking of bills.
3.49 Time extension on valied reasons may be granted by the competent Authority of RIADA.
3.50 Conditional tenders may be out rightly rejected.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 11 -
fufonk dh 'kraZs
15- ifjek.k foi= ds dz; gsrq laosnd dks >kj[k.M ds Hkou fuekZ.k foHkkx@iqfyl gkmflax fuxe@>kj[k.M [kknh
xzkeks|ksx cksMZ esa leqfpr Js.kh esa fuca/[email protected] gksuk vfuok;Z gSA fufonk nsus esa laosndks dh leqfpr Js.kh
eas fuca/[email protected] izek.k i=] vn~;;ru vk;dj ,oa okf.kT; dj lQkbZ izek.k i=] Je fuca/ku i=] LoPN
pfj= izek.k i= dh vfHkizekf.kr Nk;kizfr fufonk dkxtkr ds lkFk layXu djuk vfuok;Z gSA
16- ifjek.k foi= ds dz; gsrq vkosnu ds lkFk ifjek.k foi= dk ewY; tks ykSVk;k ugha tk;sxk] cSad Mªk¶V @ cSadlZ
psd ds :i esa ekU; gksxkA cSad Mªk¶V @ cSadlZ psd jkWph vkS|ksfxd {ks= fodkl izkf/kdkj] jkWph ds uke ls ns;
gksxkA
17- ifjek.k foi= fucaf/kr laosnd dks ;k muds }kjk izkf/kd`r O;fDr;ksa ftudk QksVks@gLrk{kj laosnd }kjk
vfHkizekf.kr jgus ij gh fuxZr fd;k tk;sxkA
18- fufonknkrk }kjk vxz/ku dh jkf’k fufonk vfHkys[k ds lkFk cSad MªkQ~V tks >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph
ds uke ls Hkqxrs; gksxk ,oa 6@8 o"khZ; jk"Vªh; cpr izek.k i= ¼vkBoka fuxZe½] 3@5 o"khZ; lkof/k tek
Mkd?kj ikl cqd tks eq[; dk;Zikyd inkf/kdkjh] >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph ds inuke ls fof/kor
izfrfKr ¼M;wyh IysTM½ djkdj layXu djuk vfuok;Z gksxkA
19- vuqekfur ykxr ?kV c<+ ldrh gS] rn~uqlkj vxz/ku dh jkf’k ,oa ifjek.k foi= dk ewY; ekU; gksxhA
20- fufonk dh vU; 'krsZa fufonk dkxtkr ds lkFk layXu jgsxh] tks fufonknkrk dks ekU; gksxhA
21- l’krZ fufonk ij fopkj ugha fd;k tk;sxkA
22- djk;s x;s dk;ksZa dk Hkqxrku vkoaVu miyC/k gksus ij gh fd;k tk,xkA
23- dk;Z esa yxus okys fuekZ.k laca/kh lHkh lkexzh;ka ,oa e’khusa laosnd dks Lo;a vkiwfrZ djuh gksxh] foHkkx }kjk dksbZ
lkexzh ;k e’khusa ,oa midj.k ugha miyC/k djk;k tk;sxkA
fufonkdkj fufonk dkxtkr ysrs le; e’khu ,oa midj.k ds LokfeRo@ hiring / leasing ij e’khu
dh miyC/krk ls lEcfU/kr dkxtkr dh vfHkizekf.kr izfr vius vkosnu ds lkFk layXu djsaxsa rFkk fufonk
Mkyus ds le; Hkh fufonk dkxtkr ds lkFk bls layXu djsaxsaA
24- ftu fufonkdkjksa ds ikl e’khu ,oa midj.k ds LokfeRo gksaxsa] mUgsa dk;Z vkoaVu eas izkFkfedrk nh tk;xhA
25- dk;Z LFky ij laosnd dks vius [kpZ ij lqj{kkRed lkbZu cksMZ bR;kfn yxkuk vfuok;Z gksxkA
26- fdlh Hkh dk;Z dks ,d ;k ,d ls vf/kd laosndksa esa ckaVus dk vf/kdkj l{ke inkf/kdkjh dks lqjf{kr jgsxkA
27- fcuk dkj.k crk;s fufonk dks j} djus dk vf/kdkj v/kksgLrk{kjh dks lqjf{kr gSA
28- fo’ks"k tkudkjh ds fy, v/kksgLrk{kjh ds dk;kZy; ls lEidZ fd;k tk ldrk gS] ;k lwpuk iê ij ns[kh tk
ldrh gSA
g0@&
eq[; dk;Zikyd inkf/kdkjh
>kj[k.M jkT; [kknh xzkeks|ksx cksMZ]
jkWphA
Bill of Quantity
Name of work:- construction of boundary wall at Hariharganj (Palamu)
Khadi Board (Ranchi) The rates of item are based on S.O.R building construction 2016&D.S.R. 2016
SL.B
N
O
.
DESCRIPTION QTY. UNIT RATE IN RS.
AMOUNT IN
RS.
1.
Earth work in excavation in
foundation trenches in ordinary
soil (vide classification of soil
item-A) and disposal of
excavated earth as obtained to a
distance up to 50M. Including
all lifts, leveling, ramming the
foundation trenches, removing
roots of trees shrubs all
complete as per approved
design, building specification
and direction of E/I.
98.43 Cum @102.10 10,049.70
2
Extra for earth work in hard Soil
as per Specification and direction
of E/I(vide classification of Soil
Item- B).
As per same quantity 98.43 Cum @10.43 1,026.62
3
Filling in Foundation trenches and
plinth in layers not exceeding
150mm thick well-watered
rammed, fully compacted & fine
dressed with earth obtained from
excavation of foundation trenches
within a lead of 50 M lift of 1.5
Mall complete as peer building
specification and direction of E/I
(mode of measurement compacted
volume).
65.62 Cum @37.17 2,439.09
4
Providing Coarse Clean sand in
filling in foundation trenches or
plinth including ramming &
watering in layers not exceeding
150mm thick with all leads and
lifts including cost of material
Labour, taxes and royalty all
complete as per building
specification and direction of E/I. (
mode of measurement compacted
volume).
9.28 Cum @228.47 2,120.20
5.
Providing designation 75A one
Brick flat soling joint filled is local
sand including cost of watering
taxes royalty all complete as per
building specification of E/I.
92.21 Sqm @233.78 21,556.85
6
Providing P.C.C M-100 with
nominal mix (1:3:6) in foundation
and plinth with approved quality
of stone metal graded-III (50mm
to 25mm size) clean coarse sand of
F.M. 2.5 to 3 including screening
shuttering mixing cement concrete
in cement mixer and placing in
position, vibrating, Striking, curing
,taxes and royalty all complete as
per building specification and
direction of E/I.
9.28 Cum @4188.87 38,872.71
7.
Providing R.C.C M-150 with
nominal mix (1:2:4) in foundation
and plinth with Approved quality
of stone chips 20mm to 6mm size
graded and clean coarse sand of
F.M. 2.5 to 3 including screening,
shuttering, mixing cement
concrete in concrete mixer and
placing and position, vibrating,
striking, curing (but excluding the
cost of reinforcement) taxes and
royalty all complete as per
building specification and
direction of E/I.
13.63 Cum @5913.66 80,603.18
8.
Providing R.C.C M-150 with
nominal mix (1:2:4) inStiffeners
with approved quality of stone
chips 20mm to 6mm size graded
and clean coarse sand F.M. 2.5 to
3 including screening shuttering,
mixing cement, concrete in mixer
and placing in position vibrating,
striking, curing, (but excluding the
cost of reinforcement) taxes and
all royalty, all complete as per
building specification and
direction of E/I.
18.65 Cum @7241.43 1,35,052.66
9.
Providing R.C.C M-150 with
nominal mix (1:2:4) in lintel with
approved quality of stone chips
20mm to 6mm size graded and
clean coarse sand F.M. 2.5 to 3
including screening shuttering,
mixing cement, concrete in mixer
and placing in position vibrating,
striking, curing, (but excluding the
cost of reinforcement) taxes and
all royalty, all complete as per
building specification and
direction of E/I.
12.93 Cum @7435.79 96,144.46
10.
Providing R.C.C M-150 nominal
mix (1:2:4) in beam all type with
approved quality of stone chips
20mm to 6mm size graded and of
F.M 2.5 to 3 including screening
shuttering, mixing cement,
concrete in mixer and placing in
position vibrating, striking, curing,
(but excluding coarse and
reinforcement) taxes and all
royalty, all complete as per
building specification and
direction of E/I.
12.94 Cum @8298.84 1,07,386.98
11.
Providing Designation 75A brick
work in C.M (1:6) in super
structure with approved quality of
clean coarse sand of F.M. 2 to 2.5
including providing 10mm thick.
mortar joints, cost of screening
materials, raking out joints to
15mm depth, curing taxes and
royalty all complete as per
building specification and
direction of E/I.
80.45 Cum @4011.07 3,22,690.58
12.
Providing 12mm thick. Cement
plaster (1:6) on walls with clean
coarse sand of F.M. 1.5 including
screening, curing with all leads &
lifts of water, scaffolding taxes
and royalty all complete as per
building specification and
direction of E/I.
1029.39 Sqm @125.34 1,29,023.74
13.
colour washing two coats of a
coat of white wash over new
surface with approved quality of
lime including cost of cleaning
surface thoroughly and removing
the scales of smoke and mosh
make with jhama rubbing
scaffolding, washing of floors and
taxes all complete as per building
specification and direction of E/I.
Same quantity as plaster 1029.39 Sqm @17.67 18,188.43
14. T.M.T.bars in reinforcement of
R.C.C.works
8mm dia. 2.821 Mt @53433.91 1,50,737.06
10mm dia. .846 Mt @53433.91 45,205.08
12mm dia. 1.974 Mt @53433.91 1,05,478.53
15. Carriage of materials.
sand leads- 5 Km 84.56 M3 @242.07 20,471.85
stone chips leads-10 Km 61.03 M3 @323.86 19,765.17
brick leads- 8 Km 35.658 Th. @727.89 25,955.10
16.
Supplying and fixing MS Angle
including making necessary
pockets in boundary wall and
filing the same with PCC (1:2:4)
and making necessary slits in MS
angle for fixing barbed wire
including painting the angle with
enamel paint as per direction of E/I
complete in all respects, payment
will be made for actual weight of
the Angle fixed.
679 Kg @62.05 42,162.97
17.
Providing in fixing concertina coil
fencing with punched tape
concertina coil 600mm dia. 10
meter open able length (total
length 60 m) having 50 nos.
rounds per 6 meter length up to 3
m height of wall with existing
angle iron ‘Y’ shaped placed 2.4
m or 3.0 m apart and with 9
horizontal R.B.T. reinforced
barbed wire, stud tied with G.I.
staples and G.I. clips to retain
horizontal , including necessary
bolts or barbed wire tied to angle
iron all complete as per direction
of E/I.
455 Rmt @255.00 1,16,025.00
Total 14,90,956.24
Say 14,90,956.00
-13-
TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING
MANNER
1.............................. % (Percent) above on the estimated rate as written in
bill of quantity.
2.............................. % (Percent) below on the estimated rate as written in
bill of quantity.
3. On estimated rates as written in bill of quantity.
Signature of the tenderer.
TENDERERS ARE REQUIRED TO FURNISH THE
FOLLOWING INFORMATION
1. Name and address of the Tenderer:
2. ST + IT C.C. :
3. EM deposited + NSC/Pass Book:
4. Registration No. and date:
5. Time of completion:
6. Condition if any :
7. Letter of registration as contractor:
8. Labour license:
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board Ranchi
-1-
OFFICE OF THE CHIEF EXECUTIVE OFFICER
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
2ND
FLOOR UDYOG BHAWAN, RATU ROAD, RANCHI
SHORT TERM NOTICE INVITING TENDER
NIT.No. JSKVIB/Cons/01 /2017-18
1. Name & address of person inviting tender: Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
2nd
floor Udyog Bhawan, Ratu Road,
Ranchi,
2. Date of sale of bill of Quantity : 03-12-2017 (up to 3.00 P.M.)
3. Date and time of receipt of tender : 05-12-2017 (up to 3.00 P.M.)
4. Date and time of opening of tender : 05-12-2017 3.30 P.M.
5. Place of sale of BOQ : Office of the Chief Executive Officer,JSKVIB,
Ranchi
6. Place of receipt and opening of Tender : Office of the Chief Executive Officer,JSKVIB,
Ranchi
7. Details of work :
Sl.
No.
Name of work Estimated Cost
(Rupees)
Amount of
E.M.
(Rupees)
Cost of
B.O.Q.
(Rupees)
Time of
Completion
1 Construction of
Boundary Wall at
Daltonganj
Rs.11,45,988.00 Rs.23000/- Rs.1250/- Three Months
2 Construction of
Boundary Wall at
Hariharganj
Rs.14,90,956.00 Rs.29900/- Rs.5000/- Four Months
3 Construction of
Showroom at
Garhwa
Rs.20,45,521.00 Rs.41,000/- Rs.5000/- Six Months
BOQ & conditions of tender may be seen on the Notice Board of JSKVIB &
Website:www.jharkhandkhadi.com or may be contacted to office of the JSKVIB, Ranchi.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi
- 2 -
JHARKHAND STATE KHADI AND VILLAGE INDUSTRIES BOARD
RANCHI
NOTICE INVITING TENDER (N.I.T.)
CHAPTER-I
1.1 Sealed tender on approved bill of quantity to be eventually drawn in PWD Form no.-F2
will be received from registered eligible B.C.D./Police Housing Corportion/JSKVIB
Govt. of Jharkand contractor of appropriate category on 05.12.2017 till 3.00 P.M. by
Chief Executive Officer, Jharkhand State Khadi and Village Industries Board, Ranchi.
1.2 For the work Construction of Showroom at Garhwa at an estimated cost of Rs.
20,45,521.00 and will be opened by the Chief Executive Officer, Jharkhand State Khadi
and Village Industries Board, Ranchi on 05.12.2017 at 3.30 P.M. The Tenderer or their
authorized agents whosoever desire may remain present at the time of opening of tender
in the above said office.
1.3 The work is to be completed in all respect in Three calendar months from the date of
written order to commence the work. The items of work, plan, specification or any
information in connection with the work can be seen in the office of the Chief Executive
Officer, Jharkhand State Khadi and Village Industries Board, Ranchi on any working day
during office hours before filling tender.
1.4 Bill of quantity can be purchased from the office of the Chief Executive Officer, JSKVIB
on payment of Rs.5000.00 (Rupees Five Thousand) only in shape of account payee Bank
draft in favour of Jharkhand State Khadi and Village Industries Board, Ranchi for each
work as mentioned in the tender notice on any working day during working hours on
03.12.2017 upto 3.00 P.M. No tender paper will be sold by office detailed above on the
date fixed for receiving the tender.
1.5 EARNEST MONEY (E.M.) :-
1.5.1 Tenderers are required to deposit E.M. amounting to Rs.41,000/- (Rupees Fortyone
Thousand) only in shape of Demand Draft issued by any authorized Bank in favour of
Jharkhand State Khadi and Village Industries Board or 6 1/2 Years National Saving
Certificate (6th
issue & 8th
issue), 3/5 years Post Office Time Deposit duly pledged from
any Post Office within the State of Jharkhand, in favour of Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board, Ranchi
Note : Insurance guarantee Bond /Cash/Cheque/Bank Guarantee in place of those
specified above shall not be accepted.
- 3 -
1.5.2 Duly pledged Earnest Money if any lying with the Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board, against works already completed shall not be
adjusted by transfer. In such cases tenderer is required to get the same refunded and then
attach the same with tender, duly pledged afresh against the work for which tender is
filled.
1.5.3 Tender not accompanied with required Earnest Money in the prescribed manner shall be
out rightly rejected and will have no place in the comparative statement.
1.5.4 Clause 1.5.2 to 1.5.3 shall not apply to tenderers who are exempted from depositing
Earnest Money but such tenderers must enclose photostat copy of the exemption
certificate issued by the competent Authority is this respect.
1.5. Tenderers should quote his/her/their rate on overall items (not item-wise) in percentage
above or below (both in figure & words) over their rates mentioned in the bill of quantity
issued by the authorized officer.
1.6 In case the overall rates quoted by the tenderer are less than 10%(ten percent) this will be
treated as unworkable & the tender may be treated as invalid.
1.7 It will be obligatory on the part of the tenderer to keep their office open for acceptance
for a period of 180 days from the date of opening of tender.
1.8 Tenderers shall enclose photostat copy of her/his/their registration & exemption
certificate (if any) in absence of which the tenders may not be considered.
1.9 GST/Sales Tax/Income Tax Clearance Certificate, Labour License & letter of
Registration as contractor should be submitted by the tenderer for works costing more
than 10,000/- otherwise it may be rejected.
1.10 Authority is reserved to reject any or all the tenders received or to allot the work to one or
more contractors without assigning any reasons.
1.11 In case of successful tenderer(hereinafter called the contractor) the amount of Earnest
Money will be transferred towards initial security deposit in such a manner so that the
security deposit will be 5% of approved amount of tender & the remaining 5% shall be
recoverable from the subsequent bills.
1.12 The Earnest Money of successful tenderer (hereinafter called the contractor) which
accompany the tender will be forfeited in case of the tenderer declines to sign the
agreement or fails to deposit security Money within 10 days of being called upon to do
so, after approval of tender by competent Authority.
- 4 -
Those contractors, who are exempted from depositing E.M. will deposit initial
security money within 10 days of being called upon to do so. If they fail to do so or
decline to sign the agreement within the stipulated period, requisit sum of money will be
forfeited by way of adjustment from any sum to be paid to him by the department for
other works, including his security money and in addition he will be Black Listed and his
registration will be cancelled.
1.13 Weightage will be given to appropriate category of Ragistered having similar nature of
work, good character not litigation back ground affidavit in the government.
1.14 The N.I.T. with general rules and special conditions will form a part of the contract
document.
1.15 Payment will be made subject to availability of fund.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 5 -
CHAPTER-II
GENERAL RULES
2.1 The complete tender with all its enclosure shall be enclosed in sealed envelope and
delivered to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board so as to reach him before the date and time as stipulated in NIT Para 1.1
2.4 The tenderer should mention in his forwarding letter a list of all documents
submitted with the tender.
2.3 The tender shall contain the full name, address of residence and place of business of
person or persons filling the tender. In case there is subsequent change in address it must
be informed to the Chief Executive Officer, Jharkhand State Khadi and Village Industries
Board by registered Post with AD.
2.4 All pages of tender documents, general rules and special condition must be signed at the
lower left hand corner and where required in the tender paper by the tenderer or a person
holding power of attorney authorised to sign on behalf of the partners before submission
of the tender.
2.5 In the event of the tender submitted by a firm it must be signed by each partner thereof
and in the event of absence of any of the partner, the power of attorney, authorising him
to do so must be produced on demand. All signatures should be dated.
2.6.3 No tenderer shall file tender for more than one work in one sealed envelope. Tenderer
desirous of submitting tender for more than one work shall submit tender in separate
sealed envelope for each work on appropriate and duly purchased B.O.Q. The name of
the work should be clearly written on the sealed envelope.
2.7 The rates quoted by the tenderer shall be inclusive of income Tax, Sales Tax, Royalty or
any other State and Central taxes applicable.
2.8 The rates shall be presumed to have been quoted carefully after understanding the
conditions of the contract and specifications of the work. The tenderer will also be
deemed to have inspected the work site and to have satisfied herself/himself/their selves
independently with the nature, extent and practicability of all works and required roads,
approach and other means of communication and access to the site available,
accommodations regarding the land and buildings that may be required for temporary
purposes in connection with the contract work and also availability of construction
materials, locations of work site including its climate, other of construction materials,
locations of work site including its climate, other geological characteristics, availability
of skilled, semi-skilled unskilled labourers. The consequence of the lack of necessary
knowledge will be at the risk and cost of tenderer.
- 6 -
2.9 Generally ministry of Road Transport, Govt.of India (MORT) specification would be
followed for the execution of work. Specification which are not covered by MORT
specification, R.C.D./B.C.D. specification will be followed.
2.10 The tenderer may submit a programme of the work with the tender using CPM/PERT.
2.11 All labours are to be paid as per minimum wages act inforced and as revised from time to
time during the constructions of work.
2.12 The tenderer will provide labour huts drinking water/medical facilities to labourers at site
and keep the site clear at his own cost.
2.13 The tenderer must return all the tender papers duly signed on each page while submitting
the tender, failing which the same may be considered invalid.
2.14 On receipt of written order from the Authority, Jharkhand State Khadi and Village
Industries Board, Ranchi the successful tenderer will first deposit the balance amount of
initial security deposit (SD) within the specified period of ten days and then enter into
agreement with the Jharkhand State Khadi and Village Industries Board on the basis of
stiputation in the approved tender document along with subsequent negotiation terms as
mutually agreed upon before issue of work order. Written order to commence to work
shall be issued by the JSKVIB after acceptance of agreement by the competent Authority.
SD/-
Chief Executive Officer
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 7 -
CHAPTER-III
SPECIAL CONDITION F2 CONTRACT
1.16 This is a special condition, which forms a part of F-2 contract system and prevails over
any ambiguity/contradiction.
1.17 The successful tenderer, hereinafter called contractor, must maintain a site order book at
each work site which will be produced when asked for by the departmental officers for
needful. Any order or instruction passed on the site order books by the inspecting officer
should be communicated to the Sub- divisional officer, Chief Executive Officer, Jharkhand
State Khadi and Village Industries Board and concerned inspecting officers by Jr. Engineer.
The site order book may be submitted to Chief Executive Officer, Jharkhand State Khadi
and Village Industries Board with running on account bills, if needed, that must be
submitted with final bill.
1.18 The contractor should always remain available at the work site but if it is not possible for
him, we must appointment a representative for the purpose who would be duly authorised by
contractor to receive instructions and carryout instructions of departmental officers and also
to receive letters. He may also delegate him any other power as he thinks fit but in every
case he will inform immediately the concerned Jr. Engineer and Executive Engineer
regarding appointment of such representative along with his name and identity by regd. A/D
post.
1.19 If the royalty clearance certificate for mines/ mineral used in the work is not produced
with the bill by the contractor, royalty will be deducted by the department from the running
bill at the rates prevailing at time execution of work to which the bill related. Production of
royalty clearance certificate along with the final bill of the work is mandatory failing which
final bill will not be paid and for such non-payment or delay in payment the whole and full
responsibility will be of the contractor alone. Deduction for income tax and sales tax will be
done as per prevailing guidelines.
1.20 Recovery of cost for materials supplied by the department will be made at the rates
stipulated in the NIT and /or agreement. For departmental materials found to be in excess of
actual consumption calculated on the basis of approved design, drawing and specifying
recovery plus 10% which every is higher as per rules provided conditions to the
departmental stores at his cost.
1.21 The contractor shall furnish sufficient plant equipments and labour & shall work such
hours and shifts as may be necessary to maintain the progress schedule. The working and
shift hours shall comply with all Govt. rules and regulation in force for time to time during
the entire period of construction.
- 8 -
1.22 The contractor should get the sample of all materials approved by the E/I before
collecting for use in work. The sample in sealed glass jars shall be kept in the custody of the
E/I.
1.23 The contractor shall have to get tested the strength of Cement Concrete (both plain and
reinforced) for each days casting as per IRC codes. Althrough achievement of the prescribed
cube strength is a must. The cost of Concrete cube moulds, curing, carriage of cubes to and
from the testing laboratory and all other incidental charges incurred in this regard shall be
borne by the contractor.
1.24 The contractor shall, if required by the E/I, must arrange for test all other materials at his
own cost. If the quality of materials appears to be inferior or the portion of the work is found
to be defective or unsound, the contractor may be asked to remove and or pull down and re-
execute the same at his own cost. The contractor shall bear all cost in this regard.
1.25 All rejected materials will have to be removed from the site by the contractor after their
rejection, within seven days, for which E.E. should give in writing, otherwise RIADA
Authority may arrange to remove them or in any way he thinks fit and also recover the cost
from the contractor for such removal after lapse of seven days time.
1.26 If the actual lead of materials like stone metal, stone chips boulders, bricks, sand,
moorum, etc. is found to be less than the lead provided in B.O.Q. then item payment will be
made on proportionate reduced rate (reduction in rate will be made in the ratio of approved
and rate provided in B.O.Q.) It will be mandatory to obtain prior consent of the Authority,
which approved the tender, before commencement of supply of such materials from the
increased lead.
1.27 It will be essential to do all items of road works (in original) in sequence from one and in
a scientific way so as to complete the works and it should not be done in haphazard way
such as collection of materials in same Km. box cutting in other Km, consolidation work in
patches etc. Contractor is to progress all items of work simultaneously Km. wise and
quantity-wise always from edge and so that the complete road is available for use in one
stretch form that after completing the work in particular km. then only works in next km
would be taken up.
1.28 After completion of work the contractor will remove all debris, fill up vats etc. as desired
by E/I and leave the site clear and tidy at his own cost.
1.29 The department reserves the right of omitting or suspending the construction or changing
site etc. if considered necessary in subsequent stage.
- 9 -
1.30 The following shall not be paid extra and the tendered rates shall be inclusive of these :
i) Site clearance such as clearing of shrubs bush, wood under growth and small trees
not exceeding 300m girth measured at height of 900mm above ground.
ii) Setting out works profile layout etc.
iii) Vent battering or excavation of foundation trenches.
iv) Forming (or leaving) Telltale or witness in borrows pits and their removal after
measurement. However, deduction will be made in quantity of earthwork for
those.
v) Excavation for inserting of planking and shuttering.
vi) Forming (or leaving) steps in sides of deep excavation and their after
measurement.
vii) Bailing out rain water/and or surface water in the case the excavated foundation
trenches were filled up by these during entry period of construction.
viii) Removing slips of fills in excavation.
ix) Making vats, platform, channel etc.
x) Providing information board at the site.
1.31 The contractor may use his own machinery for completion of work within the time
stipulated in the contract. The carriage of machinery of different sites under this contract
from one place to another for this work will be the responsibility of the contractor and all
expenses in this regard will be borne by him.
1.32 Claim-not admissible under following circumstances.
a. Extra item of works done without written order of departmental officer.
b. In case of sudden fluctuation and/or increase in rates of labour, materials, royalty,
various taxes, railway freight, fuel lubricants, carriage cost etc. at any stage of
work.
c. Short supply and/or non-supply/and/or delay of departmental materials and/of
equipment.
d. Non-availability of labour of any category required for the work.
e. Labour sitting idle due to any cause.
f. Delay in communication in changes or modification in design drawing and
specification at any stage of the work.
g. Loss sustained due to :
i. Acts of enemies including acquisition by public and riots.
ii. Transporting and procurement/difficulties.
iii. Natural circumstances.
vi Any other circumstance which are caused by act or man or nature.
v. Iron materials not issued in required lengths
- 10 -
1.33 Proportionate deduction shall be made from the bill of the contractors for less leads of
stone aggregates and moorum etc. from their sources of actual receipt in comparison to the
provision in the bill of quantity but no extra payment will be made for more leads if any
involves.
1.34 The contractor will have to establish a field laboratory for testing materials and works.
The contractor shall arrange to test the materials at site and also get them tested in
recognised materials testing laboratory. at his own cost to prove their soundness and
sufficiency as per specification laid down. The number of tests required for different item
will be accordingly to MORT guidelines and specified by E/I. The test reports of the
materials should be submitted to E/I before utilising them.
1.35 The contractor will have to rectify all the defects developed at his own cost. The
contractor will be responsible fully regarding the quality and specification of the work.
1.36 The contractor shall be solely responsible for any damage or loss to public property due
to negligence of their labourers and other staff and the damage/loss should be made good at
their own cost.
1.37 The progress of work should strictly be maintained according to the programme given by
the contractor, so as to complete the project in time.
1.38 The contractor shall have to offer all the facilities to the departmental officers at the time
of supervision, measurement and checking of bills.
1.39 Time extension on valied reasons may be granted by the competent Authority of RIADA.
1.40 Conditional tenders may be out rightly rejected.
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board
Ranchi.
- 11 -
fufonk dh 'kraZs
29- ifjek.k foi= ds dz; gsrq laosnd dks >kj[k.M ds Hkou fuekZ.k foHkkx@iqfyl gkmflax fuxe@>kj[k.M [kknh
xzkeks|ksx cksMZ esa leqfpr Js.kh esa fuca/[email protected] gksuk vfuok;Z gSA fufonk nsus esa laosndks dh leqfpr Js.kh
eas fuca/[email protected] izek.k i=] vn~;;ru vk;dj ,oa okf.kT; dj lQkbZ izek.k i=] Je fuca/ku i=] LoPN
pfj= izek.k i= dh vfHkizekf.kr Nk;kizfr fufonk dkxtkr ds lkFk layXu djuk vfuok;Z gSA
30- ifjek.k foi= ds dz; gsrq vkosnu ds lkFk ifjek.k foi= dk ewY; tks ykSVk;k ugha tk;sxk] cSad Mªk¶V @ cSadlZ
psd ds :i esa ekU; gksxkA cSad Mªk¶V @ cSadlZ psd jkWph vkS|ksfxd {ks= fodkl izkf/kdkj] jkWph ds uke ls ns;
gksxkA
31- ifjek.k foi= fucaf/kr laosnd dks ;k muds }kjk izkf/kd`r O;fDr;ksa ftudk QksVks@gLrk{kj laosnd }kjk
vfHkizekf.kr jgus ij gh fuxZr fd;k tk;sxkA
32- fufonknkrk }kjk vxz/ku dh jkf’k fufonk vfHkys[k ds lkFk cSad MªkQ~V tks >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph
ds uke ls Hkqxrs; gksxk ,oa 6@8 o"khZ; jk"Vªh; cpr izek.k i= ¼vkBoka fuxZe½] 3@5 o"khZ; lkof/k tek
Mkd?kj ikl cqd tks eq[; dk;Zikyd inkf/kdkjh] >kj[k.M [kknh xzkeks|ksx cksMZ] jkWph ds inuke ls fof/kor
izfrfKr ¼M;wyh IysTM½ djkdj layXu djuk vfuok;Z gksxkA
33- vuqekfur ykxr ?kV c<+ ldrh gS] rn~uqlkj vxz/ku dh jkf’k ,oa ifjek.k foi= dk ewY; ekU; gksxhA
34- fufonk dh vU; 'krsZa fufonk dkxtkr ds lkFk layXu jgsxh] tks fufonknkrk dks ekU; gksxhA
35- l’krZ fufonk ij fopkj ugha fd;k tk;sxkA
36- djk;s x;s dk;ksZa dk Hkqxrku vkoaVu miyC/k gksus ij gh fd;k tk,xkA
37- dk;Z esa yxus okys fuekZ.k laca/kh lHkh lkexzh;ka ,oa e’khusa laosnd dks Lo;a vkiwfrZ djuh gksxh] foHkkx }kjk dksbZ
lkexzh ;k e’khusa ,oa midj.k ugha miyC/k djk;k tk;sxkA
fufonkdkj fufonk dkxtkr ysrs le; e’khu ,oa midj.k ds LokfeRo@ hiring / leasing ij e’khu
dh miyC/krk ls lEcfU/kr dkxtkr dh vfHkizekf.kr izfr vius vkosnu ds lkFk layXu djsaxsa rFkk fufonk
Mkyus ds le; Hkh fufonk dkxtkr ds lkFk bls layXu djsaxsaA
38- ftu fufonkdkjksa ds ikl e’khu ,oa midj.k ds LokfeRo gksaxsa] mUgsa dk;Z vkoaVu eas izkFkfedrk nh tk;xhA
39- dk;Z LFky ij laosnd dks vius [kpZ ij lqj{kkRed lkbZu cksMZ bR;kfn yxkuk vfuok;Z gksxkA
40- fdlh Hkh dk;Z dks ,d ;k ,d ls vf/kd laosndksa esa ckaVus dk vf/kdkj l{ke inkf/kdkjh dks lqjf{kr jgsxkA
41- fcuk dkj.k crk;s fufonk dks j} djus dk vf/kdkj v/kksgLrk{kjh dks lqjf{kr gSA
42- fo’ks"k tkudkjh ds fy, v/kksgLrk{kjh ds dk;kZy; ls lEidZ fd;k tk ldrk gS] ;k lwpuk iê ij ns[kh tk
ldrh gSA
g0@&
eq[; dk;Zikyd inkf/kdkjh
>kj[k.M jkT; [kknh xzkeks|ksx cksMZ]
jkWphA
Pa
Sl.
No. Unit
Rate
(Rs.) Qty.
Amount
(Rs.)
1
4 5 6 7
1
Earthwork in excavation in foundation trenches in
ordinary soil (vide classifcation of soil item - A)
and disposal of excavated earth as obtained to
distance upto 50m including all lifts, levelling,
ramming the foundation trenches, removing rots of
trees, shrubs all complete as per approved design,
building specification and direction of E/I.
cum 102.10 112.40 11,476.04
2
Filling in foundation trenches and plenth in layers
not exceeding 150mm. thick well watered,
rammed, fully compacted and fine dressed with
earth obtained from excavation of foundation
trenches within a lead of 50M and lift of 1.5M all
complete as per building specification and
direction of E/I. (Mode of measurement
compacted volume)
cum 37.17 173.33 6,442.53
3
Providing coarse clean sand in filling in
foundation trenches or in plinth & floor including
ramming & watering in layers not exceeding
150mm thick with all leads and lifts including cost
of all materials, labour, royalty and taxes all
complete as per building specification and
direction of E/I. (Mode of measurement comacted
volume).
cum 228.47 20.36 4,651.19
4
Providing P.C.C M-100 with nominal mix of
(1:3:6) in foundation with approved quality of
stone metal grade III (50 mm. to 25 mm. size)
clean coarse sand of F.M. 2.5 to 3 including
screening, shuttering, mixing cement concrete in
mixer and placing in position, vibrating, striking
curing, taxes and royalty all complete as per
building specification and direction of E/I.
cum 4188.87 4.50 18,833.16
Part-A
Bill of Quantities of Show Room Khadi Board at Garhwa
Based on SOR Jharkhand and DSR 2016
Civil Works
5
Providing 25mm. Thick damp proof course with
cement concrete M-200 with nominal mix of
(1:1:5:3) with approved quality of stone chips of
20mm. To 6mm. Size graded and clean course
sand of F.M. 2.5 to 3 includingscreening,
shuttering, and mixing cement concrete in mixer
with 5% cico or any other approved water proffing
compound and placing in position, striking, curing,
texes and royalty all complete, as per building
specification and direction of E/I.
cum 189.92 17.10 3,248.01
6
Providing R.C.C. M-200 with nominal mix of
(1:1.5:3) in foundation with approved quality of
stone chips 20 mm to 6 mm. size graded and clean
coarse sand of F.M. 2.5 to 3 including screening,
shuttering, mixing cement concrete in mixer and
placing in position, vibrating, striking, curing (but
excluding the cost of reinforcement) taxes and
royalty all complete as per building specification
and direction of E/I.
cum 6543.32 25.75 1,68,483.95
7
Providing R.C.C. M-200 with nominal mix of
(1:1.5:3) in Beams of all types with approved
quality of stone chips 20 mm to 6 mm size graded
and clean coarse sand of F.M. 2.5 to 3 including
screening, centering, shuttering, mixing cement
concrete in mixer and placing in position,
vibrating striking, curing ( but excluding the cost
of reinforcement ) taxes and royalty all complete
as per building specification and direction of E/I.
cum 8928.50 21.51 1,92,052.04
8
Providing R.C.C. M-200 with nominal mix of
(1:1.5:3) in columns with approved quality of
stone chips 20 mm to 6 mm. size graded and clean
coarse sand of F.M. 2.5 to 3 including screening,
centering, shuttering, mixing cement concrete in
mixer and placing in position, vibrating, striking,
curing (but excluding the cost of reinforcement)
taxes and royalty all complete as per building
specification and direction of E/I.
cum 7647.84 6.36 48,640.26
9
Providing R.C.C. M-200 with nominal mix of
(1:1.5:3) in lintel with approved quality of stone
chips 20mm to 6mm size graded and clean coarse
sand of F.M. 2.5 to 3 including screening,
centering, shuttering, mixing cement concrete in
mixer and placing in position, vibrating, striking,
curing (but excluding the cost of reinforcement)
taxes and royalty all complete as per building
specification and direction of E/I.
cum 8065.45 2.55 20,526.57
10 Providing av. 88 mm thick RCC. M200 with
nominal mix of (1:1.5:3) chajja with approved
quality of stone chips 20mm. to 6 mm. size graded
and clean coarse sand of F.M. 2.5 to 3 including
making drip course in concrete, screening,
centering, shuttering, and mixing cement concrete
in mixer and placing posotion, vibrating, Striking,
6mm. cement plaster (1:4) in ceilling and sides of
chajja with sand of F.M. 1.5, curing (but excluding
the cost of reiforcement) taxes, and royalty all
sqm 1022.91 7.90 8,080.99
11
Providing R.C.C. M-200 with nominal mix of
(1:1:5:3) in stair case with approved quality of
stone chips 20 mm to 6 mm size graded and clean
coarse sand of F.M. 2.5 to 3 including centering,
shuttering, screening, mixing cement concrete in
mixer placing in position, vibrating, striking,
curing, taxes and royalty all complete as per
building specification and direction of E/I.
cum 1224.69 2.00 2,449.38
12
Providing R.C.C. M-200 with nominal mix of
(1:1.5:3) in Roof slab with approved quality of
stone chips 20 mm to 6-mm. size graded and clean
coarse sand of F.M. 2.5 to 3 including screening,
centering, shuttering, mixing cement concrete in
mixer placing in position, vibrating, striking,
curing (but excluding the cost of reinforcement)
taxes and royalty all complete as per building
specification and direction of E/I.
cum 8235.62 20.14 1,65,865.38
13
Providing designation 75A brick work in C.M.
(1:4) in super structure with approved quality of
clean coarse sand of F.M. 2 to 2.5 including
providing 10 mm. th. Mortar joints costs of
screening materials, scaffolding, raking out joints
to 15 mm. depth, curing, taxes and royalty all
complete as per bldg. Specification and direction
of E/I.
cum 4264.99 73.44 3,13,208.07
14
Providing 12mm thk. Water proof cement plaster
(1:4) with clean coarse sand of F.M. 1.5 including
screening, curing with all leads and lifts of water,
scaffolding, taxes and royalty all complete as per
builing specification and direction of E/I.
sqm 137.07 238.71 32,720.39
15
Providing 12mm thk. Cement plaster (1:6) with
clean coarse sand of F.M. 1.5 including screening,
curing with all leads and lifts of water, scaffolding,
taxes and royalty all complete as per building
specification and direction of E/I.
sqm 125.34 316.78 39,705.71
16
Providing 6mm thk. Cement plaster (1:4) in
ceiling with clean coarse sand of F.M. including
screening, curing with all leads and lifts of water
scaffolding, taxes and royalty all complete as per
building specification and direction of E/I.
sqm 154.79 362.83 56,162.46
17
Providing designation 75A one brick flat soling
joints filled with local sand including cost of
watering texes royatty all complete as per building
specification and direction of E/I.
sqm 233.78 134.13 31,356.91
18
Providng 50mm thk. Cement concrete flooring
(1:2:4) with 20mm to 6mm size graded stone chips
finished with flooring coat of neat cement in
panels including cost of curing, finishing the
surface, taxes & royalty all complete as per
building specification and direction E/I.
sqm 424.99 110.55 46,982.64
19
Providing and laying 25mm. thick kotah stone slab
flooring of approved size, texture and colour over
18 mm. th. Base of lime mortar (1:1:1) ( lime
putty : surkhi : coarse sand ) laid over and jointed
with grey cement slurry mixed with pigment to
match the shade of slab including rubbing and
polishing to granolithic finish with approved
quality of carborandum stone including cost of
curing, taxes and royalty all complete as per
building specification and direction of E/I
(II) 300x300 mm size.
sqm 1343.86 23.59 31,697.63
20
Providing and laying 6mm precast white glazed
tiles in walls over 12mm cement mortar (1:3) and
jointled with Grey cement slurry flush pointed
with white cement including rubbing, polishing
and cost of curing, taxes and royalty all complete
as per building specification and direction of E/I.
(2) With commercial grade white 15 x 15 cm tiles.
sqm 1025.83 17.50 17,952.03
21
Providing and laying 25mm. th. Kotah stone tiles
in risers of steps, skirting, and pillars of approved
size, texture and colour laid over 12mm. thick
cement mortar (1:3) and jointed with grey cement
slurry mixed with pigment to match the shade of
the salb including rubbing to granolithic finish
with approved quality of carborandum stone
including cost of curing taxes and royalty all
complete as per building specification and
direction of E/I.
sqm 1469.72 8.31 12,207.49
22
Providing two coats snowcem of approved shade
and make over a coat of cement primer on new
surface including preparing the plastered surface
mooth with sand paper scaffolding, curing and
taxes all complete as per bldg. specification and
direction of E/I.
sqm 81.14 555.58 45,079.76
23
providing two coats painting with ready mixed
over a coat of primer of approved shade and make
over new wooden & surface after cleaning,
removing dirt, scales, smokes, grease and sand
paper, including cost of scaffolding and taxes all
complete as per building specification and
direction of E/I.
sqm 91.23 12.17 1,110.27
24
providing primer one coat of red lead paint of
approved make over new steel surface including
preparing the surface after cleaning, removing
rust, dirt, scales, smokes and grease and cleaning
the surface thoroughly including cost of
scaffolding and taxes all complete as per building
specification and direction of E/I. (mode of
measurement area shall be multiplied by the co-
efficient as indicated in building specification)
sqm 41.89 27.85 1,166.64
25
Providing two coats of synthetic enamel paint of
approved shade and make over steel surface
including cleaning the surface thoroughly
scaffolding and taxes all complete as per building
specification and direction of E/I.
sqm 53.22 27.85 1,482.18
26
Supplying fitting & fixing35mm thick solid core
type non-decorative single leaf flush shutter in
doors, BWP grade, with black board core blended
with high quality formal dehyde synthetic resin
both side commercial veneered of standard make
with, oxidiged iron fitting, such as high iron
fitting, such as chipes, tower bolts, handle, glass
and sand blocks and taxes all complete as per
building specification and direction of E/I.
sqm 1383.25 5.77 7,981.35
27
Supplying fitting & fixing35mm thick solid core
type non-decorative double leaf flush shutter in
doors,BWP grade, with block board core blended
with high quality formal dehyde synthetic resin
both side commercial veneered of standard make
with,oxidiged iron fitting, such as high iron fitting,
such as chipes, tower bolts, handle,glass and sand
blocks and taxes all complete as per building
specification and direction of E/I.
cum 1514.18 6.30 9,539.33
28
Supplying, fitting and fixing fully, glazed steel
windows or ventilators of standard rolled ‘Z’ and
mullion steel sections and size as per IS-1038
joints met and welded with 100 x 16 x 3 mm. M.S.
lugs fixed in cement concrete (1:2:4) blocks
15x10x10cm.size including cost of oxidised iron
fittings, with inges, handleper steps, catch
springs,3 mm thick plain glass panes with
aluminum beads and inner frame fixed with lugs
with20mmlong6.3mm.G.I.counter sunk machine
screw and nuts and applying a coat of red lead
paint carriage to work site hoisting and placing in
position in all , storys and taxes all complete as per
building specification and direction of E/I.
sqm 2984.13 7.56 22,560.02
29
Supplying, fitting and fixing M.S. grill made of
20x6mm M.S. flat as per approved design and
drawing, properly fabricated with joints
continuous fillet welded and finished smooth,
carriage of grill to work site, hoisting as per
building specification and direction of E/I. (where
materials is not supplied by the deptt.)
Kg. 57.69 108.00 6,230.52
30
Providing Tor steel reinforcement of 10 mm, 12
mm, & 16 mm. dia rods as per approved design
and drawings excluding carriage of M.S. rods
(straight or in coils) to work site, cutting, bending
and binding with annealed wire with cost of wire,
removal of rust, placing the roads in position all
complete as per building specification and
direction of E/I.
MT 53433.91 8.364 4,46,921.22
31
Providing & fixing Fan hook of 16 mm. dia. M.S.
bar 1 Mtr. Long bent to required size and shape,
placed in position and fixed in R.C.C. slab / beam
at the time of casting all complete as per building
specification and direction of E/I. (Where
materials is not supplied by deptt.)
Each 97.39 12.00 1,168.68
32
Supplying , fitting and fixing copllapsibble gate of
approved size and make properly farbicated with
verical double channels 20x20x2mm. At 100mm.
Centres and braced with M.S. flat diagonals
20x3mm, with top and bottom rails of T. iron
40x40x6mm with 38 mm dia tsteel pulleys
complet with bolts, nuts, locking arrangements
stoppers, riage, hoisting and taxes all complete as
per building specification and direction E/I.
sqm 3657.49 4.41 16,129.53
33
Providing 150mm. Wide brick drain in cement
motar (1:6) with av 150mm.clear depth and
125mm. Apron including cost of earth work
involved with 75mm.cement concrete (1:4:3) over
one brick designation 75A flat soliing in proper
grade and slope at the base, the drain duly
plastered in C.M (1:3) with punning over exposed
surface all complete as per building specification
and direction of E/I.
mtr. 1073.30 56.34 60,469.72
CARRIAGE COST OF MATERIALS
34 Type of materials
Sand cum 76.52 242.07 18,523.20
Stone Chips cum 81.71 391.29 31,972.31
Brick Th 44.20 727.89 32,172.74
Total 198244.39
Grand Total Part A 19,58,244.00
Sl No Item of Work Unit
Rate
(Rs.) Qty.
Amount
(Rs.)
35 Making plinth protection 50mm thick of cement
concrete 1:3:6 (1 cement :3 coarse sand : 6 graded
stone aggregate 20mm nominal size ) over 75mm
bad by dry brick ballast 40mm nominal size well
rammend and consolidated and grouted with fine
sand including fine sind including finishing the top
smooth.
s.q.m
450.35
30.000
13,510.50
36 Supplying and fixing rolling shutters of approved
make, made of80x1.20mm M.S. lath interlocked
together through their entire length and jointed
together at the end by end locks mounted on
specially designed pipe shaft with brackets, side
guides and arrangements for inside and outside
locking with push and pull operation complete
including the cost of providing and fixing
necessary 27.5 cm logn wire springs grade No.2
and M.S. 1.2mm top cover for rolling shutters.
s.q.m 1,841.40
6.000
11,048.40
37 Structural steel work riveted, bolted or welded in
built up section, Railing, and framed work,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer
all complete.
K.g 67.60
252.000
17,035.20
Total 41,594.10
Sl.
No. Item of Work Unit
Rate
(Rs.) Qty.
Amount
(Rs.)
1 3 4 5 6 7
1
Providing and fixing unplasticsed -PVC pipe
clips of approved design to unplasticsed -PVC
rain water pipes by means of 50x50x50mm
hard wood plugs, screwed with M.S. screws of
required lengh including cutter brick work and
fixing in cement motar 1:4 (cement : 4 coarse
sand and making good the wall etc.complete.
110mm.
Meter 96.90 30.00 2907.00
2
Providing & fixing straight or angular brass
bib or stop cock with C.P. knob of approved
quality with 15mm. nominal bore.
EACH 262.55 2.00 525.10
3
Providing & fixing PTMT Ball cock of
approved quality coulor and make complete
with Epoxy coated aluminium rod with
L.P./H.P.H.D.plastic ball.
0.00
a. With 25mm. Nominal bore. EACH 497.40 2.00 994.80
4
Providing & fixing ball valve (brass) high or
low pressure with plastic floats with 30mm.
nominal bore.
EACH 600.00 1.00 600.00
5
Providing & fixing P.V.C. soil, waste and rain
water pipes/fittings of approved make
confirming to IS-4985, IS-7834, IS-5329, IS-
5382, DIN-19531, BS-4514 including the cost
of all fixing, fitting, making hole in masonary
or concrete and jointing accessories, all labour,
materials and scaffolding complete.
a. 125 X 110mm. dia. P/S trap EACH 262.00 1.00 262.00
b. 110mm. dia. Door bend EACH 122.00 1.00 122.00
c. 110mm. dia. Single 'Y' with door EACH 120.00 1.00 120.00
d. 110mm. dia. Vent cowl EACH 50.00 1.00 50.00
e. 110mm. dia. Plain vent EACH 130.00 1.00 130.00
f. Top tile and strainer set EACH 50.00 1.00 50.00
6
Providing and laying non- pressure NP2 class
(light duty) R.C.C pipes with collars jointed
with still mixture of cement mortar in the
proportion of 1:2 (1 cement : 2 fine sand)
including testing of joints etc. complete.
150 MM dia R.C.C. pipe Meter 202.85 2.00 405.70
7
Providing and fixing PTMT/ C.P. Soap dish
Holder having length of 138 mm breadth 102
mm, height of 75mm with concealed fitting
arrangements, weighing not less than 106 gms.
EACH 133.30 1.00 133.30
8
Providing & fixing ptmt/C.P. grating of
approved quality. Circular type 125 mm
nominal dia, With 25 mm waste hole.
EACH 46.65 2.00 93.30
9
Providing & fixing 32 mm waste pipe of
approved quality with all fittings and all taxes,
complete job.
EACH 56.15 3.00 168.45
10
providing & laying of 110mm dia. P.V.C.
pipe for outlet of water to outlet drain
including all accessories, i.e., lubricants,
slventcement, clamp, ring, sockets etc.
(SUPREME S.W.R.)
METE
R 211.50 25.00 5287.50
11
Providing constructing septic tank and
inspection chamber for 50 users masonry
septic tank of size 11& - 3" X 3' - 6" X 6'
effective depth and IC of size with 250mm.
Trick brick wall in cement mortar (1:4)
including base of 4" th. P.C.C. (1:3:6) over
brick soling and sand filling with two coats of
CICO plaster (1:4) with punning and providing
and fixing CI cover with frame including
sealing coal tarring of cover complete with all
earth work excavation back filling and
disposal of surplused earth as per details
drawing.
Each 20000 1.00 20000.00
12
Providing soak pit of honey comb masonary of
size 6' - 6" inner dia. and 10' - 0" depth
including R.C.C. cover complete job as per the
detailed drawing.
Each 6000 1.00 6000.00
Total
37,569.60
13
S/F MCCB in cubicle panel board:
Providing and fixing following rating and
breaking capacity MCCB in existing cubicle
panel board including drilling holes in cubicle
panel, making connections, etc. as required.
100 Amp. 16 KA
EACH 2361.00 1.00 2361.00
14
S/F 'B' series, SP MCB:
Supplying and fixing following 5 Amps to 32
Amps rating, 240 volts, 'B' series, miniature
circuit breaker suitable for lighting and other
loads of following poles in the existing MCB
DB complete with connections, testing and
commissioning etc. as required.
Single pole and neutral
EACH 171.00 5.00 855.00
Wiring :
15
Circuit/ sub-main wiring in PVC conduit :
Wiring for circuit / sub main wiring along with
earth wire with the following sizes of PVC
insulated copper conductor, single core cable
in surface/ recessed PVC conduit as required.
2 x 1.5 sq.mm + 1 x 1.5 sq. mm earth wire
METR
E 71.00 275.00 19525.00
2 x 2.5 sq.mm + 1 x 2.5 sq. mm earth wire
METR
E 81.00 100.00 8100.00
16
Point wiring in PVC conduit, with piano type
switch :
Wiring for light point/ fan point/ exhaust fan
point/ call bell point with 1.5 sq.mm FR PVC
insulated copper conductor single core cable in
surface / recessed PVC conduit, with piano
type switch, phenolic laminated sheet, suitable
size M.S. box and earthing the point with 1.5
sq.mm. FR PVC insulated copper conductor
single core cable etc as required.
Group A POINT 264.00 20.00 5280.00
Group C POINT 397.00 6.00 2382.00
17
S/F PVC conduit :
Supplying and fixing of following sizes of
PVC conduit along with accessories in
surface/recess including cutting the wall and
making good the same in case of recessed
conduit as required.
25 mm METR
E 47.00 200.00 9400.00
18
S/F metal boxes :
Supplying and fixing metal box of following
sizes (nominal size) on surface or in recess
with suitable size of phenolic laminated sheet
cover in front including painting etc as
required.
200 mm x 150 mm x 60 mm deep Each 105.00 6.00 630.00
200 mm x 250 mm x 60 mm deep Each 137.00 4.00 548.00
Total
49,117.00
Grand Total (PATR-B)
86,776.60
Total Estimate Cost Part A+ Part B 20,45,521.00
-13-
TENDERERS ARE REQUIRED TO QUOTE THEIR RATES IN FOLLOWING
MANNER
1.............................. % (Percent) above on the estimated rate as written in
bill of quantity.
2.............................. % (Percent) below on the estimated rate as written in
bill of quantity.
3. On estimated rates as written in bill of quantity.
Signature of the tenderer.
TENDERERS ARE REQUIRED TO FURNISH THE
FOLLOWING INFORMATION
1. Name and address of the Tenderer:
2. ST + IT C.C. :
3. EM deposited + NSC/Pass Book:
4. Registration No. and date:
5. Time of completion:
6. Condition if any :
7. Letter of registration as contractor:
8. Labour license:
SD/-
Chief Executive Officer,
Jharkhand State Khadi and Village Industries Board Ranchi