0% found this document useful (0 votes)
111 views

Tender FOR Repair and Maintenance of Admin Building & Compoundwall at Nsic Technical Service Centre, Chennai

The document is a tender notice for repair and maintenance work of an admin building and compound wall at NSIC Technical Service Centre in Chennai. It provides details of the work, estimated cost, EMD amount, completion time, issue and submission dates of the tender. It specifies the eligibility criteria of having completed similar works and provides instructions to bidders on purchasing the tender document, submitting bids in separate technical and financial envelopes, and opening of bids.

Uploaded by

khalidq18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
111 views

Tender FOR Repair and Maintenance of Admin Building & Compoundwall at Nsic Technical Service Centre, Chennai

The document is a tender notice for repair and maintenance work of an admin building and compound wall at NSIC Technical Service Centre in Chennai. It provides details of the work, estimated cost, EMD amount, completion time, issue and submission dates of the tender. It specifies the eligibility criteria of having completed similar works and provides instructions to bidders on purchasing the tender document, submitting bids in separate technical and financial envelopes, and opening of bids.

Uploaded by

khalidq18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 41

TENDER

FOR
REPAIR AND MAINTENANCE OF ADMIN
BUILDING & COMPOUNDWALL AT NSIC
TECHNICAL SERVICE CENTRE,
CHENNAI.

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD.


( A Govt. of India Enterprise)

NSIC TECHNICAL SERVICE CENTRE,


B 24,GUNIDY INDUSTRIAL ESTATE,
EKKADUTHANGAL,CHENNAI 600 032
Ph: 044-22252335/6/7 Fax: 22254500.
EMAIL: [email protected]

Website: http://www.nsic.co.in
1

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD.


( A Govt. of India Enterprise)

NSIC TECHNICAL SERVICE CENTRE


B 24,GUINDY INDUSTRIAL ESTATE,
EKKADUTHANGAL,CHENNAI 600 032
Ph: 044-22252335/6/7 Fax: 22254500.
EMAIL: [email protected]

Ref: NTSC(C)/Admin/Civil/12-13
M/s.

Date: 10/10/2012

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Sub: Repair and maintenance of Admin building & Compound wall of NSIC- TSC
Building at B 24,Guindy Indl Estate, Ekkaduthangal, Chennai.
Sir,
Tender documents in respect of the above mentioned works containing 42 pages as
detailed on page 3 (Index) are forwarded herewith. Please note that tender is to be delivered in
the office of the General Manager (SG), NSIC-TSC, B24,Guindy Indl Estate,Chennai-32 up
to 3.00 P.M. on 29-10-2012.
The Tender should be signed, dated and witnessed in all places provided for in the
documents, all other papers should be initialed.
The tender should be accompanied by Earnest Money Deposit in the requisite form as
mentioned in Appendix. Tenders without earnest money deposit shall be summarily rejected.
The Technical bids of all the parties will be opened at 3.30 P.M. on 29/10/2012 and the price
bids of the technically successful tenderers shall be opened at later date under prior intimation to
them.
The person, signing the tender on behalf of another person or on behalf of firm shall
attach with tender a certified copy of the power of attorney on a non-judicial stamp paper
of requisite value duly executed in his favour by such person or all the partners of the firm
and must state specifically that he has authority to sign such tenders for and on behalf of
other person or firm as the case may be, and in all matters pertaining to the contract
including arbitration clause.
This letter shall form part of the CONTRACT and must be signed and returned along
with the tender documents.
Yours faithfully

GENERAL MANAGER(SG),
NSIC-TSC, CHENNAI
Encl. 41 Pages
Signature of the Contractor
2

TENDER NOTICE FOR REPAIR AND MAINTENANCE OF ADMIN BUILDING &


COMPOUND WALL OF NSIC TSC BUILDING, B 24, GUINDY INDL
ESTATE,EKKADUTHANGAL,CHENNAI
Ref: NTSC(C)/Admin/Civil/12-13

Date: 10/10/2012

Sealed item rates tender is hereby invited from the parties for carrying out the work as mentioned
below:
S.
No.

1.

Name of the work

Repair and maintenance


of admin building &
Compound wall of
NSIC-TSC building as
details given in the
enclosed BOQ

Estimated
cost
Rs.
(Lacs)

EMD
(Rs)

14.60

29,200/-

Completion Issue of
Time
Blank
Tender
Document
60 days

15/10/12
to
29/10/12

Last Date of
Submission
Tender

29/10/12
upto
3.00 PM

2.

Blank tender documents (non-transferable) for above work shall be issued from 15/10/12
to 29/10/12 on working days from the address given below on payment of required tender
fee of Rs. 500/- (Rupees five hundred only) (non-refundable) in form of DD/pay
order/bankers cheque in favour of The National Small Industries Corporation Ltd TSC., payable at Chennai. The intending tenderers can also down load the complete
tender documents available on the web site www.nsic.co.in and submit the same along
with tender fee and requisite earnest money deposit in the form of crossed DD/ Pay
Order/ Bankers Cheque in favour The National Small Industries Corporation Ltd-TSC.,
payable at Chennai along with the technical bid.

3.

Intending tenderers should have valid registration with Sales tax/Works Contract tax
authorities.

4.

The tenderers should have completed minimum two works of similar nature of minimum
value of Rs 8.76 lacs each or one single work of value of Rs. 11.68 lacs in their name,
during the last five years. Photocopies of the completion certificates/award letters should
be submitted along with the tender. Completion certificate issued by any reputed
organization / MNC shall also be accepted. In case of certificates issued by a private
party/MNC, copies of TDS should also be enclosed.

5.

Tender documents can be purchased from the office of the General Manger(SG),NSICTechnical Services Centre, B-24,Guindy Industrial Estate, Ekkaduthangal, Chennai-32 on
all working days between 10.00 AM to 5.00 PM except on holidays and Sundays, after
payment of requisite tender cost as mentioned above.

6.

The tender documents duly completed along with EMD in the form of demand draft/pay
order in favour of The National Small Industries Corporation Ltd-TSC. payable at
Chennai from any Nationalized Bank will be submitted at the office of the General
Manger(SG), NSIC-Technical Services Centre, B-24,Guindy Industrial Estate,
Ekkaduthangal, Chennai-32 upto 3.00 PM on 29/10/12 and technical bid of the parties
shall be opened on the same day (i.e last date of submission) at 3.30 PM. The tender
without EMD shall be summarily rejected.

7.

NSIC reserves the right to reject any or all the tenders without assigning any reason
thereof and also not bound to accept the lowest tender. Tenders in whom any of the
prescribed conditions are not fulfilled or found incomplete in any respect are liable to be
rejected.

8.

Canvassing whether directly or indirectly in connection with tender is strictly prohibited


and the tender submitted by the contractors who resort canvassing will be liable to be
rejected.

9.

The technical bid submitted by the parties shall be opened on the same day i.e last date
of submission at 3.30 pm in the presence of tenderers who wish to be present. The price
bids of technically qualified parties shall be opened at a later date and the technically
qualified parties shall be informed well in advance about the opening of their price bid.

GENERAL MANAGER(SG),
NSIC-TSC, CHENNAI

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD.


(A GOVERNMENT OF INDIA ENTERPRISES)
TECHNICAL SERVICES CENTRE
CHENNAI 600 032.

Ref: NTSC(C)/Admin/Civil/12-13

Date: 10/10/2012

INDEX OF TENDER DOCUMENTS

S.
NO.

DESCRIPTION

PAGES

INSTRUCTIONS TO TENDERERS

GENERAL CONDITIONS OF CONTRACT

SPECIAL CONDITIONS

SCHEDULE OF QUANTITIES

LIST OF APPROVED MAKES

6-9
10 - 25
26
27 - 41
42

INSTRUCTIONS TO TENDERERS
1.0

GENERAL
Tenderers are advised to acquaint themselves fully with the description of work, scope of
services, time schedule and terms and conditions including all the provisions of the tender
document before framing up their tender.

2.0

SITE PARTICULARS
Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to nature of work, site conditions, means of
access to the site etc. Non-familiarity with the site conditions will not be considered a
reason either for extra claims or for not carrying out the work in strict conformity with
the specifications. For site visit and any clarification/information/Assistance, the
intending tenderers may contact General Manager (SG), NSIC-TSC, B-24, Guindy
Industrial Estate, Chennai-32.

3.0

SUBMISSION OF TENDER
a)

The expression Tender Notice referred to in the Tender Documents shall be


deemed to include any Notice / Letter Inviting Tender with respect to the work
forming the subject matter of the documents and vice-versa.

b)

The tender complete in all respects shall be submitted along with Earnest Money as
stipulated in the Notice / Letter Inviting Tender ONLY. Tenders without Earnest
Money Deposit will be outrightly rejected.

Tenders shall be submitted in two separate sealed envelopes superscribing as follows: ENVELOPE I

(TECHNICAL BID)

Name of work

Tender No.

Due date & time of opening :


Addressed to

General Manager (SG)


NSIC-Technical Services Centre
B-24, Guindy Industrial Estate
Ekkaduthangal, Chennai-600 032.

From:
Name & address of the tenderer
This envelope shall contain the following: 6

EMD should be in the form of Demand Draft drawn on a scheduled/nationalized


bank in favour of The National Small Industries Corporation Ltd.-TSC payable at
Chennai. Cheque will not be accepted.

Details of minimum two completed works of similar nature of minimum value of


Rs 8.76 lacs each or one completed work of value of Rs.11.68 lacs in their name,
during the last five years. Photocopies of the completion certificates/award letters
should be submitted alongwith the tender. Completion certificate issued by any
reputed organization / MNC shall also be accepted. In case of certificates issued by
a private party/MNC, copies of TDS should also be enclosed.

Valid registration with Sales Tax department for Work Contract Tax/VAT.

Partnership Deed in case of partnership firm and Articles of Association in case of


Limited Company.

In case of partnership firm, power of attorney in favour of person who has signed
the tender documents. In case of company, the authority to sign the tender is to be
given under Board resolution.

ENVELOPE II
Name of work
:
Tender No.
:
Due date & time of opening :
Addressed to :

(PRICE BID)

General Manager (SG)


NSIC-Technical Service Centre
B-24, Guindy Industrial Estate
Ekkaduthangal, Chennai-600 032

From: Name & address of the tenderer


NOTE: This part of the tender document shall contain total price to be charged by the
tenderers for executing the work, complete in all respects. It is to be noted that the sealed
envelope containing this part shall contain only PRICES and no conditions i.e.
deviations / assumptions / stipulations / clarifications / comments / any other request
whatsoever and the conditional offers will be rejected.
4.0

QUALIFYING CRITERIA
`Tenderers having following valid documents will be technically qualified and considered
for opening of their price bid. Technically qualified parties have no right to claim for
award of the work. Corporation reserves the right to cancel or award the work to any
party/tenderer.
i) Details of minimum two completed works of similar nature of minimum value of Rs.
8.76 lacs each or one completed work of value of Rs.11.68 lacs in their name, during
the last five years. Similar nature work means civil construction works / repair &
maintenance / renovation works of any building.
7

ii) Valid registration in Sales Tax Dept. for Works Contract Tax/VAT or as per local
state bye-laws.

5.

ABNORMAL RATES
The tenderer is expected to quote rate for each item after careful analysis of costs
involved for the performance of the complete item considering technical specifications
and conditions of contract. This will avoid a loss of profit or gain in case of curtailment
or change of specifications for any item. If it is noticed that the unit rates quoted by the
Tenderer for any item is usually high or unusually low, it will be sufficient cause for
rejection of the tender unless the Corporation is convinced about the reasonableness of
the unit rates on scrutiny of the analysis for such unit rate to be furnished by the tenderer
on demand. Notwithstanding anything therein stated, the rates once accepted by the
Corporation shall be final and shall not be subject to any change either on account of unworkability of unit rates or on any other ground whatsoever.

6.

DEVIATIONS TO TENDER CLAUSES:


Tenderers are advised to submit the tender strictly based on the terms and
conditions and specifications contained in the Tender Documents and not to
stipulate any deviations. Conditional tenders are liable to be rejected.

7.

VALIDITY OF OFFER
Tender submitted by tenderers shall remain valid for acceptance for a minimum period of
120 days from the date of opening of the tenders. The tenderers shall not be entitled
during the said period of 120 days, to revoke or cancel their Tender or to vary the Tender
given or any term thereof, without the consent in writing of the Corporation. In case of
tenderers revoking or cancelling their tenders or varying any terms in regard thereof
without the consent of the Corporation in writing, the Corporation shall forfeit Earnest
money paid by them alongwith their tender without giving any notice.

8.

AWARD OF WORK
The Corporation reserves the right to split the job into two or more parts and to award the
work to separate agencies/contractors. Work shall be awarded to the lowest bidder,
subject to fulfillment of the technical qualification criteria.

9.

ACCEPTANCE / REJECTION OF TENDER


i).
ii).
iii).

Corporation does not bind itself to accept the lowest tender.


Corporation also reserves the right to accept or reject any tender in part or full
without assigning any reason whatsoever.
Corporation also reserves the absolute right to reject any or all the tenders at any
time solely based on the past unsatisfactory performance by the bidder(s). The
opinion/decision of NSIC regarding the same shall be final and conclusive.
8

10.

CORRECTIONS
No corrections or overwriting will be entertained in schedule of rates by using correcting
fluid. All corrections in the schedule of rate should be initialed.

11.

FIRM RATES
The rates quoted by bidder shall remain firm till completion of all works even during the
extended period, if any, on any account whatsoever. It may be noted that no deviation
on this account will be acceptable and offer not containing firm price shall not be
considered.

12.

In the event that no rate has been quoted for any item(s) in the schedule of quantities
enclosed with the tender document, leaving space the space so provided and the
corresponding amount blank, it will be presumed that the tenderer has included the cost
of this / these item(s) in other items and rate for such item(s) will be considered as zero
and work will be required to be executed accordingly.

13.

In case of downloaded tender document, if it is observed at any stage that the tenderer has
modified/ altered any of the contents/ matter of the tender document then his tender shall
be rejected and his EMD shall be forfeited. In such event, the Corporation shall be free to
take appropriate legal action against the said tenderer.

14.

The complete tender document is available on our website www.nsic.co.in. Any further
corrigendum/ addendum to this tender document shall be made available on the aforesaid
website. It is, therefore, requested that the bidders may regularly visit the website for
checking any corrigendum/ addendum to this document.

15.

It will be obligatory on the part of the tenderer to sign the tender documents for all the
components & parts. After the work is awarded, the tenderer will have to enter into an
agreement on proforma to be provided by the Corporation for work awarded, on a nonjudicial stamp paper of requisite value at his own cost within ten days from date of
receipt of acceptance of order or before the work is undertaken.

GENERAL MANAGER (SG),


NSIC-TSC, CHENNAI

GENERAL CONDITIONS OF CONTRACT


1. Where the context so requires, words importing the singular only also include the plural and
vice versa.
2. Corporation shall mean The National Small Industries Corporation Ltd. (A Government of
India Enterprise) NSIC Bhawan, Okhla Industrial Estate, New Delhi 110020 and shall
include their legal representatives, successors and permitted assigns.
3.

Definition
a) The Contract means and includes the documents forming the tender and acceptance
thereof together with the documents referred to therein including the conditions, the
specifications, designs, drawing and instructions issued from time to time by the
Engineer-in-charge the formal agreement executed between the Corporation and the
Contractor, and all these documents taken together shall be complementary to one
another.
b) The Site shall mean the land and / or other places on, into or through which work is
to be executed under the contract or any adjacent land, path or street which may be
allotted or used for the purpose of carrying out the contract.
c) The Contractor shall mean the individual or firm or company, whether corporate or
not, undertaking the works and shall include the legal personal representative or such
individual or the persons composing such firm or company and the permitted assignee
of such individual or firm or company.
d) The Competent Authority means the Chairman-cum-Managing Director of the
Corporation and his successors.
e) The Engineer-in-charge means the Technical Officer of the Corporation, as the case
may be who shall supervise and be the In-charge of the works.
f) The General Manager (SG) means the officer who holds the charge of that post in the
Corporation at NSIC-TSC, Chennai during the currency of this agreement, to act on
behalf of the Chairman of the NSIC Ltd.
g) IS Specification means the Specification of the latest edition with amendments, if
any, upto time of receipt of tender by Corporation issued by the Bureau of Indian
Standards as referred to in the specifications and / or work orders.
h) The Contract Sum means the sum agreed, or the sum calculated in accordance with
the prices accepted by the NSIC in the tender and / or the contract / negotiated rates
payable on completion of the works.
i) The Final Sum means the amount payable under the Contract by the Corporation to
the Contractor for the full and entire execution and completion of works, in time.
10

j) The Date of Completion is the date / date(s) for completion of the whole works,
setout in the tender documents, or any date subsequently amended by the
Corporation.
k) A Week means seven days without regard to the number of hours worked or not
worked in any day in a week.
l) Excepted Risks are risks due to riots (otherwise than among contractors
employees) and civil commotion (in so far as both these are uninsurable) war
(whether declared or not), invasion, act of foreign enemies, hostilities, civil war,
rebellion, revolution, insurrection military or usurped power, Acts of God, such as
earthquake, lightening, unprecedented floods and other causes over which the
contractor has no control and accepted as such by the Chief Competent Authority or
causes solely due to use or occupation by the Corporation of the part of works in
respect of which a certificate of completion has been issued.
m) Urgent works shall mean any urgent measures which in the opinion of the Engineerin-charge, become necessary during the progress of the work to obviate any risk or
accident or failure or which become necessary for security.
n) The Works shall mean the works to be executed in accordance with the contract or
part(s) thereof as the case may be and shall include all extra or additional, altered or
instituted works or temporary and urgent works as required for performance of the
contract.
4.

Works to be carried out:


The work to be carried out under the Contract shall, except as otherwise provided in these
conditions, include all labour, materials, tools, plant, equipment and transport which may
be required in preparation of and for and in the full and entire execution and completion
of the works. The descriptions given in the Schedule of Quantities shall, unless otherwise
stated, be held, to include wastage on materials, carriage and cartage, carrying in return of
empties hoisting, setting, fitting and fixing in position and all other labour necessary in
and for the full and entire execution and completion as aforesaid in accordance with good
practice and recognized principles.

5.

Inspection of Site:
The Contractor shall inspect and examine the Site and its surrounding and shall satisfy
himself before submitting his tender as to the nature of the ground and subsoil (so far as
is practicable), the form and nature of the Site, the quantities and nature of works and
material necessary for the completion of the Works and the means of access to the Site,
the accommodation he may require and in general shall himself obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect this tender. No extra charges consequent on any misunderstanding or otherwise
shall be allowed.
11

6.

Sufficiency of Tender:
The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices quoted
in the Schedule of Quantities, which rates and prices shall except as otherwise provided,
cover all his obligations under the contract and all matters and things necessary for the
proper completion and maintenance of the Works.

7.

Discrepancies and Adjustment of Errors:


The several documents forming the contract are to be taken as mutually explanatory of
one another:

7.1(A) In the case of discrepancy between Schedules of quantities the Specifications and / or the
Drawings, the following order of preference shall be observed.
a) Description in Schedule of Quantities.
b) Particular Specification and Special Conditions, if any.
c) General Specifications.
7.1(B) If there are varying or conflicting provisions made in any one document forming part of
the Contract, the Accepting Authority shall be the deciding authority with regard to the
intention of the document.
7.2

Any error in description, quantity or rate in Schedule of Quantities or any omission there
from shall not vitiate the Contract or release the Contractor from the execution of the
whole or any part of the Works comprised therein according to drawings and
specifications or from any of his obligations under the Contract.

7.3

If on check there are found to be differences between the rates given by the contractor in
words and figures or in the amount worked out by him in the schedule of quantities and
general summary, the same shall be adjusted in accordance with the following rules: a) In the event of a discrepancy between description in words and figures quoted by a
tenderer, the description in words shall prevail.
b) In the event of an error occurring in the amount column of Schedule of Quantities as a
result of wrong extension of the unit rate and quantity the unit rate shall be regarded
as firm and extension shall be amended on the basis of the rate.
c) All errors in totaling in the amount column and in carrying forward totals shall be
corrected.

12

8.

Security Deposit:
Total security deposit shall be 10% of the accepted tender cost and shall be
deposited/deducted by/from the contractor as follows: a) Initial Security Deposit:
Contractor will deposit initially a five percent (5%) of the accepted tender cost as an
initial security deposit within ten (10) days of receipt of the letter of intent/notification of
acceptance of the tender by him. The earnest money deposited shall be adjusted into
initial security deposit.
b) Balance Security Deposit
Balance five per cent (5 %) will be deducted @ 10% from each running bill till the
overall deducted security deposit (Including initial security deposit) reaches to 10% of the
value of accepted tender cost irrespective of the final completion cost of the work.

8.1

Refund of Security deposit: On expiry of the Defects Liability Period, the Engineer-InCharge shall, on demand from the Contractor, refund to him the security deposit provided
the Engineer-in-Charge is satisfied that there is no demand outstanding against the
Contractor.

8.2

No interest shall be payable to the contractor against the Security Deposit furnished /
recovered from the contractor, by the Corporation.

9.

Deviations/Variations Extent & Pricing:

9.1

The Engineer-in-Charge shall have power (i) to make alteration in, omissions; from
additions to, or substitutions for the original specification, drawings, designs and
instructions that may appear to him to be necessary or advisable during the progress of
the work, and (ii) to omit a part of the works in case of non-availability of a portion of
the Site or for any other reason and the Contractor shall be bound to carry out the Works
in accordance with any instructions given to him in writing signed by the Engineer-inCharge and such alterations, omissions, additions or substitutions shall form part of the
Contract as if originally provided therein and any altered, additional or substituted work
which the contractor may be carried out on the same conditions in all respects including
price on which he agreed to do the main work. Any alterations, omissions additions or
substitutions ordered by the Engineer-In-Charge which in the opinion of the contractor
changes the original nature of the Contract, he shall carry it out and the rates for such
additional, altered or substituted work shall be determined by the Engineer-in-Charge as
per clause 10 (i) to (iii) of the tender document.

9.2.1 The time of completion of the works shall in the event of any deviations resulting in
additional cost over the Contract sum being ordered be extended as follows if requested
by the Contractor.
a) In the proportion which the additional cost of the altered additional or substituted
work, bears to the original Contract sum; plus.
13

b)

10.

11.

25% of the time calculated in (a) above or such further additional time as may be
considered reasonable by the Engineer-in-Charge.

Rates for Extra/Additional Items


i)

If the rate for additional, altered or substituted item of work is specified in the
Schedule of Quantities the Contractor shall carry out the additional, altered or
substituted item at the same rate.

ii)

If the rate for any altered, additional or substituted item of work is not specified in
the schedule of Quantities the rate for that item shall be derived from the rate for
the nearest similar item specified therein.

iii)

If the rate for any altered, additional or substituted item of work cannot be
determined in the manner specified in sub-paras (i) and (ii) above, the contractor
shall within 7 days of the receipt of the order to carry out the said work, inform
the Engineer-in-Charge under advice to the Accepting Authority of the rate which
he proposes to claim for such item of work, supported by analysis of the rate
claimed, and the Engineer-in-Charge shall, within one month thereafter, after
giving due consideration to the rate claimed by the Contractor determine the rate
on the basis of market rate(s). In the event of the contractor failing to inform the
Engineer-in-Charge within the stipulated period of time, the rate which he
proposes to claim, the rate for such item shall be determined by the Engineer-in
Charge on the basis of market rate(s) and shall be final.

Suspension of Works:
a)

b)

The contractor shall, on receipt the order in writing of the Engineer-in-Charge,


suspend the progress of the works or any part thereof for such time and in such
manner as the Engineer-in-Charge may consider necessary for any of the
following reasons:
i)

On account of any default on the part of the Contractor; or

ii)

For proper execution of the Works or part thereof for reasons other than
the default of the Contractor; or

iii)

For safety of the works or part thereof. The contractor shall, during such
suspension, properly protect and secure the works to the extent necessary
and carry out the instructions given in that behalf by the Engineer-inCharge.

If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above, the
Contractor shall be entitled to an extension of the time equal to the period of
every such suspension plus 25%.
14

12.

Time and Extension for Delay:


The time allowed for execution of the works as specified in the Appendix or the extended
time as approved by NSIC in accordance with these conditions shall be the essence of the
Contract. The execution of the works shall commence from the 10th day after the date on
which the Corporation issues written orders to commence the work or from the date of
handing over of the site, whichever is earlier. If the Contractor commits default in
commencing the execution of the work as aforesaid, Corporation shall without prejudice
to any other right or remedy be at liberty to forfeit the earnest money absolutely.

12.1

As soon as possible after the Contract is concluded the Engineer-in-Charge and the
Contractor shall agree upon a Time and Progress Chart. The Chart shall be prepared in
direct relation to the time stated in the Contract documents for completion of items of the
works. It shall indicate the forecast of the dates of commencement and completion of
various trades or sections of the work and may be amended as necessary by agreement
between the Engineer-in-Charge and the Contractor within the limitations of time
imposed in the Contract Documents.

12.2 If the work be delayed by


(a) Force majeure or
(b) Abnormally bad weather or
(c) Serious loss or damage by fire, or
(d) Civil commotion, local combination of workmen strike or lockout, affecting any of
the tradesmen employed on the work, or
(e) Delay on the part of other contractors or tradesmen engaged by Corporation in
executing the work not forming part of the contract, or
(f) Any other cause which, in the absolute discretion of the authority mentioned in
Appendix is beyond the Contractors control;
then upon the happening of any such event causing delay, the Contractor shall
immediately give notice thereof in writing to the Engineer-in-Charge but shall
nevertheless use constantly his best endeavors to prevent or make good the delay and
shall do all that may be reasonably required to the satisfaction of the Engineer-in-Charge
to proceed with the Works.
12.3 Request for extension of time, to be eligible for consideration, shall be made by the
Contractor in writing within fourteen days of the happening of the event causing delay.
The Contractor may also if practicable, indicate in such request the period for which
extension is desired.

15

12.4

If any such case the competent authority may give a fair and reasonable extension of time
for completion of the work. Such extension shall be communicated to the contractor by
the Engineer-in-Charge and no compensation whatsoever for the extended period, if any
shall be applicable/payable.

13.

The Contractor shall arrange, at his own expense, all tools, plant and equipment hereafter
referred to as (T & P) labour, P.O.L., water & electricity required for execution of the
work.

14.

FORCE MAJEURE
Any delay in or failure of the performance of either party herein shall not constitute
default hereunder or give rise to any claim for damages, if any, to the extent such delays
or failure of performance is caused by occurrences such as Act of God or the public
enemy; expropriation or confiscation of facilities by Government authorities, or in
compliance with any order or request of any Governmental authorities or due acts of war,
Rebellion or sabotage or fire, floods, explosions, riots or illegal joint strikes of all the
workers of all the contractors.

15.

MATERIALS
1. All materials to be provided by the Contractor shall be in conformity with the
specifications laid down in the contract and the Contractor shall, if requested by the
Engineer-in-Charge, furnish proof to the satisfaction of Engineer-in-Charge in this
regard.
2. The contractor shall indemnify the Corporation, its representatives or employees
against any action, claim or proceeding relating to infringement or use of any patent
or design or any alleged patent or design rights and shall pay any royalties or other
charges which may be payable in respect of any article or material or part thereof
included in the Contract. In the event of any claim being made or action being
brought against the Corporation or any agent, servant or employee of the Corporation
in respect of any such matters as aforesaid, the Contractor shall immediately be
notified thereof.
3. All charges on account of octroi, terminal or sales tax and other duties on materials
obtained for the Works from any source shall be borne by the Contractor.
4. The Engineer-in-Charge shall be entitled to have tests carried out as specified as per
relevant standard code of practice for any materials supplied by the Contractor even
for those for which, as stated above, satisfactory proof has already been furnished, at
the cost of the Contractor and the Contractor shall provide at his expense all facilities
which the Engineer-in-Charge may require for the purpose. The cost of materials
consumed in tests shall be borne by the Contractor.
16

5. Stores and Materials required for the works, brought by the Contractor, shall be
stored by the Contractor only at places approved by the Engineer-in-Charge. Storage
and safe custody of material shall be the responsibility of the contractor.
i) Corporations officials concerned with the Contract shall be entitled at any time to
inspect and examine any materials intended to be used in or on the works, either
on the Site or at factory or workshop or other place(s) where such materials are
assembled, fabricated or at any place(s) where these are lying or from where these
are being procured and the contractor shall give such facilities as may be required
for such inspection and examination.
ii) All materials brought to the Site shall become and remain the property of the
Corporation and shall not be removed off the Site without the prior written
approval of Engineer-in-Charge of the Corporation. But, whenever the works are
finally completed the Contractor shall, at his own expense forthwith, but with the
prior approval form the Corporation, remove from the Site all surplus materials
originally supplied by him and upon such removal the same shall revert in and
become the property of the contractor. However, before giving any approval as
aforesaid the corporation shall be entitled to recover or adjust any amount given
as advance to the Contractor.
16.

Labour laws and payment of wages to be complied:


The contractor shall comply the labour laws in force. No labour below the age of eighteen
years shall be employed on the works. The tenderer should make their own arrangement
for the assignment of all labour trained in the particular field of work preferably local.
The contractor shall obtain a valid license under the Contract Labour (R&A) Act,1970
and the Contract Labour (R&A) Central Rules, 1971, before the commencement of the
work, and continue to have a valid license till completion of work. The contractor shall
also abide by the provisions of the Child Labour (Prohibition and Regulation) Act, 1986.
The contractor shall comply with the provisions of the Payment of wages act, 1936,
Minimum wages Act, 1948, Employment liability Act, 1938, Workmens compensation
Act 1923, Industrial disputes Act, 1947, the Factories Act 1948, Maternity benefit act
1961 and any statutory amendments or re-amendments thereof for the time being in force.
In respect of all laborers directly or indirectly employed in the work for the performance
of the contractors part of this contract, the contractor shall at his own expense arrange
the safety provisions as per safety code framed from time to time by statutory authorities
and shall at his own expense provide for all facilities in connection therewith. Incase, the
contractor fails to make arrangement and provide necessary facilities as aforesaid he shall
be responsible for any compensation for each default and in addition the Engineer-InCharge shall be at liberty to make arrangement and provide facilities as aforesaid and
recover the costs incurred in that behalf from the contractor.
17

The contractor shall be fully liable for compliance of EPF/ESI/ other labour laws in
respect of the laborers/workmen deployed by him for carrying out the work as per
prevailing Central or State Government norms and the Corporation has nothing to do
with the same. Corporation shall not be responsible for any liability/claims whatsoever
in this regard. Further as and when demanded by the Corporation, the contractor shall
submit the proof of deductions/ deposits of such liabilities of their laborers/ workmen
engaged in the work of the Corporation. In case of default, the Corporation may
deduct the payments against these liabilities from the bills of the contractor or may stop
the payment of the bill till such time until the compliance is proved by the contractor.
The Contractor shall indemnify and keep indemnified the Corporation at all times
during the contract period with regard to any liability arising out of observance/nonobservance of any applicable labour/PF/ESI laws.
17.

Liquidated Damages for Delay

17.1

Time is essence of the contract. In case the CONTRACTOR fails to complete the
whole work within the stipulated period, and clear the site, he shall be liable to pay
liquidated damages @ 0.5% (One Half of one percent only) of the value of contract per
week and or part thereof of the delay subject to a maximum of 10% (ten percent only)
of the value of the contract. The parties agree that this is a genuine pre-estimate loss /
damage which will be suffered on account of delay on the part of the Contractor and the
said amount will be payable on demand without there being any proof of the actual loss
of damages caused by such delay.

17.2

18.

The amount of Compensation may be adjusted or set-off against any sum payable to the
Contractor under this or any other contract with the Corporation.
Defects Liability Period :
The Contractor shall be responsible to make good and remedy at his own expense
within defect liability period of one year from the date of completion of the work in all
respects.

19.

Contractors Liability and Insurance


From commencement to completion of the works, the Contractor shall take full
responsibility, care of and precautions to prevent loss or damage and to minimize loss or
damage to the greatest extent possible and shall be liable for any damage or loss that may
happen to the Works or any part thereof from any cause whatsoever (save and except the
Excepted Risks) and shall at his own cost repair and make good the same so that, at
completion, the works shall be in good order and conditions and in conformity in every
respect with the requirements of the Contract and instructions of the Engineer-in-Charge.

18

19.1.

In the event of any loss or damage to the Works or any part thereof or to any material or
articles at the Site from any of the Excepted Risks the following provisions shall have
effect:
a. The Contractor shall, as may be directed in writing by the Engineer-in-Charge,
remove from the site any debris and so much of the works as shall have been
damaged.
b. The Contractor shall, as may be directed in writing by the Engineer-in-Charge,
proceed with the completion of the works under and in accordance with the
provisions and Conditions of the Contract, and

19.2

Provided always that the Contractor shall not be entitled to payment under the above
provisions in respect of so much loss or damage as has been occasioned by any failure on
his part to perform his obligations under the Contract or not taking precautions to prevent
loss or damage or minimize the amount of such loss or damage.

19.3

The Contractor shall indemnify and keep indemnified the Corporation against all losses
and claims for injuries or damage to any persons or any property whatsoever which may
arise out of or in consequence of the construction and maintenance of works and against
all claims, demands proceedings, damages costs, charges and expenses whatsoever in
respect of or in relation thereto. Provided always that nothing herein contained shall be
deemed to render the Contractor liable for or in respect of or to indemnify the
Corporation against any compensation or damage caused by the Excepted Risks.

19.4

Before commencing execution of the work, the Contractor shall, without in any way
limiting his obligations and responsibilities under this condition, obtain and deposit with
the Corporation-Contractors All Risk Policy and Third Party Insurance policy.

19.5

The Contractor shall at all times indemnify the Corporation against all claims, damages
or compensation under the provisions of Payment of Wages Act, 1936, Minimum Wages
Act. 1948, Employers Liability Act, 1938 the Workmens Compensation Act, 1923,
Industrial Disputes Act, 1947 and the Maternity Benefit Act. 1961 or any modifications
thereof or any other law relating thereto and rules made thereunder from time to time.

19.6

The Contractor shall prove to the Engineer-in-Charge from time to time that he has taken
all the insurance polices referred to above and has paid the necessary premiums for
keeping the policies alive till completion of the work.

19.7. All statutory deductions as applicable like TDS, sales tax/VAT shall be made from the
due payment of the contractor.
19.8 No claim for interest will be entertained by the corporation in respect of any balance
payments or any deposits which may be held up with the corporation due to any dispute
between the corporation and contractor or in respect of any delay on the part of the
corporation in making final payment or otherwise.
19

19.9 The contractor shall ensure that no materials/wastes/plant, equipments etc. are dumped at
the site. In case any of the above items are dumped the contractor shall clear the same
from the site by or before completion of the work at his own cost or otherwise NSIC will
carry out the work at the contractors risk and cost after 7 days notice.
19.10 The contractor will have to make their own arrangement for facilitating movement of
labour to work site and back. Facilities are to be provided to labourers as per statutory
provisions and the same shall not entail or attract any extra cost to NSIC.
20.

Safety Code:

20.1

The Contractor shall at his own expense arrange for the safety provisions as appended to
these conditions or as required by the Engineer-in-Charge, in respect of all labour directly
or indirectly employed for performance of the works and shall provide all facilities in
connection therewith. In case the Contractor fails to make arrangements and provide
necessary facilities as aforesaid the Engineer-in-Charge shall be entitled to do so and
recover cost thereof from the Contractor.

20.2

The contractor shall provide and maintain at his own expenses guards, fencing and
matching when and where necessary or required by the Engineer-in-Charge for the
protection of the works or for the safety and convenience of those employed on the works
or the public.

20.3

The corporation shall not be liable for any accident, injury or for any other mishap caused
to him/them/their employees/agents and laborer employed by the contractor and for any
kind of damage during the execution of the contract or work done. For any kind of such
injury or loss caused to any person/persons mentioned herein above, the contractor shall
be exclusively liable.

21.

Cancellation of Contract in Full or in Part:

21.1

If the Contractor:

a.

b.

At any time makes default in proceeding with the Works with due negligence and
continues to do so even after a notice in writing of 7 days from the Engineer-in-Charge;
or
Commits default in complying with any of the terms and conditions of Contract and does
not remedy it or take effective steps to remedy it within 7 days after a notice in writing is
given to him in that behalf by the Engineer-in-Charge; or

c. Fails to complete the works or items of work on or before the date(s) of completion, and
does not complete them within the period specified in a notice given in writing in that
behalf by the Engineer-in-Charge; or
d. Enters into a contract with the Corporation in connection with which commission has been
paid or agreed to be paid by him or to his knowledge, unless the particulars of any such
commission and the term of payment there have previously been disclosed in writing to
20

the Accepting Authority/Engineer-in-Charge; or


e. Offers or gives or agrees to give to any person in Corporations service or to any other
person on his behalf any gift or consideration of any kind as an inducement or reward for
doing or for bearing to do or having done any act in relation to the abstention or execution
of this or any other Contract for the Corporation or
f. Obtains a Contract with the Corporation as a result of ring tendering or other non-bonafide
methods of competitive tendering; or
g. Being an individual or any of its partner (in case of the Contractor is a partnership firm)at
any time is adjudged insolvent or have a receiving order or order for administration of his
estate made against him or shall take any proceedings for liquidation or composition
(other than a voluntary liquidation for the purpose of amalgamation or reconstruction)
under any insolvency Act for the time being in force or make any conveyance or
assignment of his affective or composition or arrangement of the benefit of his creditors or
purport so to do, or if any application be make under any insolvency Act for the time
being in force for the sequestration of his estate or if a trust deed be executed by him for
benefit of his creditors; or
h. Being a company, passes a resolution or the Court makes an order for liquidation of its
affairs, or a receiver or manager on behalf of the debenture holders is appointed or
circumstances shall arise which entitle the Court or debenture holders to appoint a receiver
or manager; or
i. Assigns, transfers sublets (engagement of labour on a piece-work basis or of labour with
materials not be incorporated in the work shall not be deemed to be subletting) or attempts
or assign, transfer or sublet the entire works or any portion thereof without the prior
written approval of the Accepting Authority.
21.2 The Competent Authority may, without prejudice to any other right or remedy which shall
have accrued or shall accrue thereafter to the Corporation by written notice cancel the
contract as a whole or in part as it may deem appropriate.
21.3

The Competent Authority shall on such cancellation, be entitled to:


a. Take possession of the site and any materials, construction plant, implements, stores,
etc., thereon; and/or
b. Carry out the incomplete work by any means at the risk and cost of the Contractor.

21.4

On cancellation of the Contract, in full or in part, the Accepting Authority shall determine
the quantum of amount, if any, recoverable from the Contractor for completion of Works
or part of the works or in case the works or part of the works is not completed, the loss or
damage suffered by the Corporation. In determining the amount credit shall be given to
the Contractor for the value of the work, if any, executed by him up to the time of
cancellation, the value of contractors material taken over and incorporated in the work and
use of tackle and machinery belonging to the Contractor.

21.5

Any excess expenditure incurred or to be incurred by the Corporation in completing the


Works or part of the Works or the excess loss or damages suffered or may be suffered by
the Corporation as aforesaid after allowing such credit shall be recovered from any money
21

due to the Contractor or any account, and if such money is not sufficient the Contractor
shall be called upon in writing to pay the same within 30 days.
21.6

If the Contractor shall fail to pay the required sum within the aforesaid period of 30 days,
the Engineer-in-Charge shall have the right to sell any or all of the Contractors unused
materials, constructional plant, implements, temporary buildings, etc. and apply the
proceeds of sale thereof towards the satisfaction of any sum due form the Contractor
under the contract and if thereafter there be any balance outstanding from the Contractor,
it shall be recovered in accordance with the provisions of the Contract.

21.7

Any sum in excess of the amounts due to the Corporation an unsold materials,
constructional plant, etc. shall be returned to the Contractor, provided always that if cost
or anticipated cost of the completion by the Corporation of the works or part of the works
is less than the amount which the Contractor would have been paid had he completed the
works on part of the works such benefit shall not accrue to the Contractor.

22.

Liability for Damage, Defects or Imperfections and Rectification thereof:

22.1

If the Contractor or his workmen or employees shall injure or destroy any part of the
building in which they may be working or any building, road, fence etc., continuous to
the premises on which the work or any part of it is being executed, or if any damage shall
happen to the work while in progress the Contractor shall upon receipt of a notice in
writing in that behalf make the same good at his own expense. If it shall appear to the
Engineer-in-Charge or his Representative at any time during construction or reconstruction or prior to the expiration of Defects Liability Period, that any work has been
executed with unsound, imperfect or unskilled workmanship or that any materials or
articles provided by the Contractor shall, upon receipt of a notice in writing in that behalf
from the Engineer-in-Charge, forthwith rectify or remove and re-instruct the work so
specified in whole or in part, as the case may require or as the case may be, and/or
remove the materials or articles at his own expense, notwithstanding that same may have
been inadvertently passed, certified and paid for and in the event of his notice aforesaid,
the Engineer-in-Charge may rectify or remove and re-execute the work and/or remove
and replace with others the materials or articles complained of as the case may be, by
other means at the risk and expense of the Contractor.

22.2

In case of repairs and maintenance works, splashes and dropping from white washing,
painting, etc. shall be removed and surfaces cleaned simultaneously with completion of
these items of work in individual rooms, quarters or premises, etc. where the work is
done, without waiting for completion of all other items of work in the contract. In case
the Contractor fails to comply with the requirements of this condition, the Engineer-inCharge shall have the right to get the work done by other means at the cost of the
Contractor. Before taking such action, however, the Engineer-in-Charge shall give three
days notice in writing to the Contractor.

23.

Urgent Works:
If any Urgent work (in respect whereof the decision of the Engineer-in-Charge shall be
22

final and binding) becomes necessary and Contractor is unable or unwilling at once to
carry it out, the Engineer-in-Charge may by his own or other workpeople carry it out, as
he may consider necessary. If the urgent work shall be such as the Contractor is liable
under the contract to carry out at his expenses incurred on it by the Corporation shall be
recoverable from the Contractor and be adjusted or set off against any sum payable to
him.
24.

PAYMENTS:

24.1

Payment shall be released as per the quantum of work executed in accordance to the
instruction and drawings issued to the contractor. Any work executed by the contractor in
violation to the tender specifications, drawings and direction of Engineer-in-charge shall
constitute breach of agreement and shall not qualify for the measurement. The
measurement shall be jointly recorded by the contractor and representative of NSIC. If
Contractor intends to submit interim R.A Bills these should not be less than Rs 3.50 Lacs
of the work executed. All other statutory deductions and Security deposit as applicable
shall be effected from each running bills.

24.2

No escalation will be paid even in extended period, if any.

24.3

All statutory deductions as applicable like TDS, sales tax/VAT, labour cess etc. shall be
made from the due payment of the contractor.

25.

MOBILISATION ADVANCE:
No mobilization advance whatsoever shall be paid for carrying out this work.

26.

ARBITRATION AND LAWS


In the event of any dispute, the same shall be referred to the sole arbitration of ChairmanCum-Managing Director, New Delhi of the Corporation or such officer he may appoint to
be the arbitrator. There shall be no objection that the Arbitrator is an employee of the
Corporation or that he had to deal with the matter to which this tender relates in the
course of his duties as an employee of the Corporation, and/or he has expressed his views
on all or any of the matters in dispute or differences. The award of the officer so
appointed by him shall be final and binding on the parties.
The venue of Arbitration is at Chennai only.
The award of the arbitrator shall be final, conclusive and binding on all parties to this
contract.
The cost of arbitration shall be borne by the parties to the dispute, as may be decided by
the arbitrator(s).
GENERAL MANAGER (SG)
NSIC -TSC, CHENNAI

SIGNATURE OF THE CONTRACTOR


23

FORM OF TENDER
To
The General Manager(SG),
NSIC-TSC, B24,Guindy Indl Estate,
Chennai-32.
I/We have read and examined the following documents relating to
.
(Name of the Work)
(a) Notice inviting tender.
(b) Instructions to Tenderers
(c) Technical Specifications
(d) General Conditions of Contract including Contractors, Labour Regulations, Model
Rules for Labour Welfare and Safety Code appended to these conditions together
with the amendments thereto if any.
(e) Special Conditions of contracts if any.
(f) Bill of Quantities
I/We hereby tender for execution of the works referred to in the aforesaid documents
upon the terms and conditions contained or referred to therein and in accordance in all respects
with the specifications, designs, drawings and other relevant details at the rates contained in
Schedule and within the period(s) of completion as stipulated in Appendix.
In consideration of I/We being invited to tender, I/We agree to keep the tender open for
acceptance for 120 days from the due date of submission thereof and not to make any
modifications in its terms and conditions which are not acceptable to the Corporation.
A sum of Rs 29,200/- is hereby forwarded as Earnest Money Deposit in the form of
Demand Draft in favour of The National Small Industries Corporation Ltd-TSC., payable at
Chennai. If I/We fail to keep the tender open as aforesaid or make any modifications in the
terms and conditions of the tender which are not acceptable to the Corporation, I/We agree that
the Corporation shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Should this tender be accepted, I /We agree to abide by & fulfill
all the terms conditions of aforesaid document
If after the tender is accepted, I/we fail to commence the execution of the work as
provided in the conditions, I/We agree that Corporation shall without prejudice to any other right
or remedy is at liberty to forfeit the said earnest money absolutely.
Signature of contractor
Duly authorised to sign the tender on behalf
of the (in block capitals)
Dated
Witness
Date.
Address

24

APPENDIX

Competent Authority

1.

C.M.D. of NSIC or his


Authorised executives

Earnest money/Security deposit


a) Estimated cost of the Works

Rs. 14.60 Lacs

b) Earnest money

Rs 29,200/- in the form of


DD /Pay order in favour of
The
National
Small
Industries Corporation Ltd.TSC payable at Chennai.

c) Security Deposit

10% of the contract value.

2.

Time allowed for execution of work

60 days

3.

Authority competent to decide if


any other cause of delay is beyond
contractors control

CMD of NSIC or his


authorised representative

4.

Liquidated Damages

0.5% (one half of one


percent) per week subject
to a Maximum of 10% value
of the contract

5.

Defect Liability Period

12 months from the date


of completion of work in all
respects

6.

Authority competent to reduce


compensation

CMD of NSIC or his


authorized executive.

25

SPECIAL CONDITIONS
1. During working at site, some restrictions may be imposed by Engineer-in-Charge/
Security staff of Corporation or Local Authorities regarding safety and security etc., the
contractor shall be bound to follow all such restrictions/instructions & nothing extra shall
be payable on this account.
2. No compensation shall be payable to the contractor for any damage caused by rains
lightening, wind, storm, floods Tornado, earth quakes or other natural calamities during
the execution of work. He shall make good all such damages at his own cost; and no
claim on this account will be entertained.
3. No labour hutment shall be allowed in the premises. All laborers should leave the site
after days work. The security & Watch ward of site contractor materials/work etc. shall
be at his cost only.
4. All rates quoted by the bidders shall remain firm for the contract period/extended contract
period.
5. If the contractor fails to proceed with the work within the stipulated time as specified
from the date of issue of letter of intent/letter to proceed with the work, the Corporation
shall forfeit the earnest money deposited by him along with the tender.
6. The work has to be executed in accordance with the specification mentioned in the BOQ
and in case of any discrepancy the CPWD specifications with latest amendments if any,
shall be followed. The decision of the Engineer-In-Charge in this regard shall be final and
binding upon the contractor.
7. The materials used for carrying out the work shall be of the best quality locally available
and the contractor has to carry out the necessary testing of the material as ordered by the
Engineer-In-Charge for its conformity and all testing charges shall be borne by the
contractor.
8. All the civil works, if required, like fixing of load hooks, making chases in the wall,
drilling of holes, fixing of doors and finishing of jambs, providing scaffolding for
carrying out complete works shall be arranged by the contractor and making good the
same. Nothing extra on theses account shall be considered or paid.
9. The contractor shall be fully responsible for any injury or damage caused to the workmen
deployed by him at site for carrying out the work and Corporation has nothing to do with
such happenings and in no way shall be held responsible for the same.
10. All communication should be addressed to General Manager(SG), NSIC-TSC, B-24
Guindy Industrial estate, Ekkaduthangal, Chennai-600 032.

26

BILL OF QUANTITIES
A. MAINTENANCE WORKS OF ADMINISTRATIVE BUILDING GROUND FLOOR: RIGHT WING
Rate (Rs)
SI.NO

DESCRIPTION OF ITEM

QUANTITY

UNIT
In figure

a)
b)
3

5
6

Dismantling tilework in floors and


roofs laid in cement mortar
including stacking material with in
50 metres lead
For thickness of tiles 10 mm to 25
mm
Demolishing cement concrete
manually/by mechanical means
including disposal of material
within 50 metres lead as per
direction of engineer in charge
1:3:6 or richer Mix
1:4:8 or leaner Mix
Dismantling aluminium/ Gypsum
partitions, doors, windows,fixed
glazing and false ceiling including
disposal of unserviceable surplus
material and stacking of
serviceable materials with in 50
meteres lead as directed by
engineer in charge
Ploughing the existing ground to a
depth of 15 cm to 25 cm and
watering the same
All kinds of soil
Supplying and stacking at site
Good earth
Filling the good earth in
trenches,plinth,sides of
foundations etc in layers not
exceeding 20 cm in depth
,consolidating each deposited
layer by ramming and watering
lead upto 50 m and lift upto 1.5 m
Supplying and filling in plinth with
Jamuna sand under floors
including,watering, ramming
consolidating and dressing
complete

72.65

SQM

10.59
34.50

CUM
CUM

74.27

SQM

229.99

SQM

69.00

CUM

69.00

CUM

34.50

CUM

27

In words

AMOUNT

10

11

Providing and laying in position


cement concrete of specified
grade excluding the cost of
shuttering
1:5:10 ( 1 Cement: 5 Coarse sand:
10 graded stone aggregate 40 mm
nominal size)
Providing and laying vitrified tiles
in different sizes (thickness to be
specified by the manufacturur)
with water absorbtion less than
0.08% and confirming to IS 15622
of approved make in all colour and
shades laid on 20 mm thick
cement mortar 1:4 including
grouting the joints with white
cement and matching pigments
etc complete
Size of tile 60 x 60 cm
Providing and laying ceramic
glazed floor tiles 300 x300 mm
(thickness to be specified by the
manufacturer) of 1st quality
confrming to IS:15622 of approved
make in all colours ,shades ,except
white,Ivory,Grey, Fume red brown
laid on 20 mm thick bed of cement
mortar 1:4 ( 1 Cement:4 Coarse
sand) including pointing the joints
with white cement and matching
pigments ete complete
Providing and fixing 1st quality
ceramic glazed wall tiles
confirming to IS 15622 ( thickness
to be specified by the
manufacturer of approved make
in all colours,shades except
burgundy,bottle green,black of
any size as approved by Engineer
in charge in skirting,risers of steps
and dados over 12 mm thick bed
of cement mortar 1:3 (1 cement:3
coarse cement) and jointing with
grey cement slurry @3.3 Kg per
sqm including pointing in white
cement mixed with pigment of
matching shade complete.

34.50

CUM

211.79

SQM

18.20

SQM

54.83

SQM

28

12

Providing and fixing white vitreous


chinna pedestal type water
closet(European type) with seat
and lid ,10 litre low level white
white vitreous china flushing
cistern & CP flush bend with
fittings & CI brackets, 40 mm flush
bend,overflow arrangement with
special of standard make and
mosquito prro0f coupling of
approved municipal design
complete including painting of
fittings and brackets,cutting and
making good the walls and floors
wherever required
W.C Pan with ISI marked white
solid plastic seat and lid
13 Providing and fixing white vitreous
china flat back half stall urinal of
size 580x380x350 mm with white
PVC automatic flushing
cistern,with fittings,standard size
C.P brass flush pipe,spreaders with
unions and clamps (all in
C.P.brass) with waste fittings as
per IS:2556, C.I Trap with outlet
grating and othercouplings in C.P
brass including painting of fittings
and cutting and making good the
walls and floors wherever
required
Single half stall urinal with 5 litre
P.V.C automatic flushing cistern
14 Providing and fixing washbasin
with C.I brackets,15 mm C.P brass
piller taps,32mm C.P brass waste
of standard pattern, including
painting of fittings and brackets,
cutting and making good the walls
wherever require:
White Vitreous China wash basin
size 630 x 450 mm with a single 15
mm C.P brass piller tap
15 Providing and fixing P.V.C waste
pipe for sink or wash basin
including P.V.C waste fittings
complete.
Semi rigid pipe

3.00

NOS

2.00

NOS

2.00

NOS

29

32 mm dia
16 Providing and fixing 600 x450 mm
bevelled edge mirror of superior
glass ( of approved quality)
complete with 6mm thick hard
board ground fixed to wooden
cleats with C.p. brass screws and
washers complete
17 Providing and fixing toilet paper
holder
C.P.brass
18 Providing and fixing brass bib cock
of approved quality
15 mm nominal bore
19 Providing and fixing brass stop
cock of approved quality
15 mm nomial bore
20 Providing and fixing unplasticised
PVC connection pipe with brass
unions
45 cm length
15 mm nominal bore
21
Applying one coat of cement
primer of approved brand and
manufacture on wall surface
Cement Primer
22
Distembering with oil bound
washable distember of approved
brand and manufacture to give an
even shade Old works(Asian
paints) ( One or more coats)
23
White washing with lime to give a
even shade
Old work ( two or more coats)
24
Painting with synthetic enamel
paint of approved brand and
manufacture to give an even
shade
One or more coats on old work
(Asian paints)
25
Supplying chemical emulsion in
sealed containers including
delivery as specified

2.00

NOS

2.00

NOS

3.00

NOS

7.00

NOS

7.00

NOS

2.00

NOS

383.95

SQM

383.95

SQM

229.99

SQM

150.28

SQM

30

26

27

Chloropyriphos/ Lindane
emulsifiable concentrate of 20%
Treatment of soil under existing
floors using chemical emulsion
@one litre per hole,300 mm apart
including drilling 12 mm diameter
holes and plugging with cement
mortar 1:2 to match the existing
floor
With Chloropyriphos/ Lindane E.C
20% with 1% Concentration
Providing and fixing anodised
aluminium work for doors,
windows, ventilators and
partitions with extruded built up
standard tubular and other
sections of approved make
conforming to IS -733 and IS 1285,
anodised transparent or dyied to
required shade according to IS
1868 (Min anodic coating of grade
AC 15) with necessary rawl plugs
and screws or with fixing clips or
with expansion holdfastener
including necessary filling up of
gaps at junctions, at tops, bottom
and sides with required PVC
/neoprene felt etc. Aluminium
sections shall be smooth, rust
free, straight, mitred and jointed
mechanically wherever required
including cleat angle, aluminium
snap beading for glazing /
panneling, CP brass/stainless
screws etc. all complete as per
architectural drawings and the
directions of Engineer-In-charge
(glazing and panneling to be paid
for seperately)
For Fixed Portion
Powdercoated aluminium (
Minimum thickness of powder
coating 50 micron)

50.00

LIT

229.99

SQM

12.05

KG

31

28

29

30

31

For shutters of door,windows and


ventilators including providing and
fixing hinges /pivots and making
provision for fixing of fittings
wherever required including the
cost of PVC/neoprene gasket
required (Fittings shall be paid for
seperately)
Powder coated aluminium (
Minimum thickness of powder
coating 50 micron)
Providing and fixing 12 mm thick
prelaminated particle board flat
pressed three layer or graded
wood particle board confirming to
IS:12823 Grade I Type II in
panelling fixed in aluminium
doors, window shutters and
partition frames with C.P brass /
stainless steel screws etc
complete as per architectural
drawings and directions of
Engineer in charge.
Prelaminated particle board with
decorative lamination on both
sides
Providing and fixing glazing in
aluminium
door,window,ventilator shutters
and partitions etc with
PVC/neoprene gasket etc
complete as per the architectural
drawings and directions of
engineer in charge ( Cost of
aluminium snap beading shall be
paid in basic item)
With floatglass panes of 5.50 mm
thickness
Providing and fixing double action
hydraulic floor spring of approved
brand and manufacture IS:6315
marked,for doors including cost of
cutting floors as required,
embedding in floors and
coverplates with brass pivot and
single piece M.S sheet outer with
slide plates etc complete as per
the direction of Engineer in charge
with brass cover plate.

17.07

KG

1.84

SQM

6.21

SQM

32

With brass cover plate


TOTAL - A

1.00

NOS

B. MAINTENANCE WORKS OF ADMINISTRATIVE BUILDING GROUND FLOOR: LEFT WING


Rate (Rs)

SI
No

DESCRIPTION OF ITEM

Dismantling tilework in floors and


roofs laid in cement mortar
including stacking material with in
50 metres lead
For thickness of tiles 10 mm to 25
mm
Demolishing cement concrete
manually/by mechanical means
including disposal of material within
50 metres lead as per direction of
engineer in charge
1:3:6 or richer Mix
1:4:8 or leaner Mix
Dismantling aluminium/ Gypsum
partitions, doors, windows,fixed
glazing and false ceiling including
disposal of unserviceable surplus
material and stacking of serviceable
materials with in 50 meteres lead as
directed by engineer in charge

5
6

Ploughing the existing ground to a


depth of 15 cm to 25 cm and
watering the same
All kinds of soil
Supplying and stacking at site
Good earth
Filling the good earth in
trenches,plinth,sides of foundations
etc in layers not exceeding 20 cm in
depth ,consolidating each deposited
layer by ramming and watering lead
upto 50 m and lift upto 1.5 m
Supplying and filling in plinth with
Jamuna sand under floors
including,watering, ramming
consolidating and dressing complete

QUANTITY

UNIT

44.18

SQM

8.89
28.36

CUM
CUM

23.53

SQM

189.07

SQM

56.72

CUM

56.72

CUM

28.36

CUM

33

In figure

In words

10

11

Providing and laying in position


cement concrete of specified grade
excluding the cost of shuttering

1:5:10 ( 1 Cement: 5 Coarse sand: 10


graded stone aggregate 40 mm
nominal size)
Providing and laying vitrified tiles in
different sizes (thickness to be
specified by the manufacturur) with
water absorbtion less than 0.08%
and confirming to IS 15622 of
approved make in all colour and
shades laid on 20 mm thick cement
mortar 1:4 including grouting the
joints with white cement and
matching pigments etc complete
Size of tile 60 x 60 cm
Providing and laying ceramic glazed
floor tiles 300 x300 mm (thickness
to be specified by the manufacturer)
of 1st quality confrming to IS:15622
of approved make in all colours
,shades ,except white,Ivory,Grey,
Fume red brown laid on 20 mm
thick bed of cement mortar 1:4 ( 1
Cement:4 Coarse sand) including
pointing the joints with white
cement and matching pigments ete
complete
Providing and fixing 1st quality
ceramic glazed wall tiles confirming
to IS 15622 ( thickness to be
specified by the manufacturer of
approved make in all colours,shades
except burgundy,bottle green,black
of any size as approved by Engineer
in charge in skirting,risers of steps
and dados over 12 mm thick bed of
cement mortar 1:3 (1 cement:3
coarse cement) and jointing with
grey cement slurry @3.3 Kg per sqm
including pointing in white cement
mixed with pigment of matching
shade complete.

28.36

CUM

177.89

SQM

11.18

SQM

33.00

SQM

34

12 Providing and fixing white vitreous


chinna pedestal type water
closet(European type) with seat and
lid ,10 litre low level white white
vitreous china flushing cistern & CP
flush bend with fittings & CI
brackets, 40 mm flush
bend,overflow arrangement with
special of standard make and
mosquito prro0f coupling of
approved municipal design
complete including painting of
fittings and brackets,cutting and
making good the walls and floors
wherever required
W.C Pan with ISI marked white solid
plastic seat and lid
13 Providing and fixing white vitreous
china flat back half stall urinal of size
580x380x350 mm with white PVC
automatic flushing cistern,with
fittings,standard size C.P brass flush
pipe,spreaders with unions and
clamps (all in C.P.brass) with waste
fittings as per IS:2556, C.I Trap with
outlet grating and othercouplings in
C.P brass including painting of
fittings and cutting and making good
the walls and floors wherever
required
Single half stall urinal with 5 litre
P.V.C automatic flushing cistern
14 Providing and fixing washbasin with
C.I brackets,15 mm C.P brass piller
taps,32mm C.P brass waste of
standard pattern, including painting
of fittings and brackets, cutting and
making good the walls wherever
require:
White Vitreous China wash basin
size 630 x 450 mm with a single 15
mm C.P brass piller tap
15 Providing and fixing P.V.C waste
pipe for sink or wash basin including
P.V.C waste fittings complete.
Semi rigid pipe
32 mm dia

2.00

NOS

3.00

NOS

1.00

NOS

1.00

NOS

35

16 Providing and fixing 600 x450 mm


bevelled edge mirror of superior
glass ( of approved quality)
complete with 6mm thick hard
board ground fixed to wooden
cleats with C.p. brass screws and
washers complete
17 Providing and fixing toilet paper
holder
C.P.brass
18 Providing and fixing brass bib cock
of approved quality
15 mm nominal bore
19 Providing and fixing brass stop cock
of approved quality
15 mm nomial bore
20 Providing and fixing unplasticised
PVC connection pipe with brass
unions
45 cm length
15 mm nominal bore
21 Applying one coat of cement primer
of approved brand and manufacture
on wall surface
Cement Primer
22 Distembering with oil bound
washable distember of approved
brand and manufacture to give an
even shade Old works(Asian paints)
( One or more coats)
23 White washing with lime to give a
even shade
Old work ( two or more coats)
24 Painting with synthetic enamel paint
of approved brand and manufacture
to give an even shade
One or more coats on old work
(Asian paints)
25 Supplying chemical emulsion in
sealed containers including delivery
as specified
Chloropyriphos/ Lindane
emulsifiable concentrate of 20%

1.00

NOS

2.00

NOS

6.00

NOS

6.00

NOS

1.00

NOS

461.73

SQM

461.73

SQM

189.07

SQM

182.31

SQM

50.00

LIT

36

26

27

28

Treatment of soil under existing


floors using chemical emulsion
@one litre per hole,300 mm apart
including drilling 12 mm diameter
holes and plugging with cement
mortar 1:2 to match the existing
floor
With Chloropyriphos/ Lindane E.C
20% with 1% Concentration
Providing and fixing anodised
aluminium work for doors,
windows, ventilators and partitions
with extruded built up standard
tubular and other sections of
approved make conforming to IS 733 and IS 1285, anodised
transparent or dyied to required
shade according to IS 1868 (Min
anodic coating of grade AC 15) with
necessary rawl plugs and screws or
with fixing clips or with expansion
holdfastener including necessary
filling up of gaps at junctions, at
tops, bottom and sides with
required PVC /neoprene felt etc.
Aluminium sections shall be smooth,
rust free, straight, mitred and
jointed mechanically wherever
required including cleat angle,
aluminium snap beading for glazing
/ panneling, CP brass/stainless
screws etc. all complete as per
architectural drawings and the
directions of Engineer-In-charge
(glazing and panneling to be paid for
seperately)
For Fixed Portion
Powdercoated aluminium (
Minimum thickness of powder
coating 50 micron)
For shutters of door,windows and
ventilators including providing and
fixing hinges /pivots and making
provision for fixing of fittings
wherever required including the
cost of PVC/neoprene gasket

189.07

SQM

12.05

KG

37

required (Fittings shall be paid for


seperately)

Powder coated aluminium (

29

30

31

Minimum thickness of powder


coating 50 micron)
Providing and fixing 12 mm thick
prelaminated particle board flat
pressed three layer or graded wood
particle board confirming to
IS:12823 Grade I Type II in panelling
fixed in aluminium doors, window
shutters and partition frames with
C.P brass / stainless steel screws etc
complete as per architectural
drawings and directions of Engineer
in charge.
Prelaminated particle board with
decorative lamination on both sides
Providing and fixing glazing in
aluminium door,window,ventilator
shutters and partitions etc with
PVC/neoprene gasket etc complete
as per the architectural drawings
and directions of engineer in charge
( Cost of aluminium snap beading
shall be paid in basic item)
With floatglass panes of 5.50 mm
thickness
Providing and fixing double action
hydraulic floor spring of approved
brand and manufacture IS:6315
marked,for doors including cost of
cutting floors as required,
embedding in floors and coverplates
with brass pivot and single piece
M.S sheet outer with slide plates
etc complete as per the direction of
Engineer in charge with brass cover
plate.
With brass cover plate
TOTAL- B

17.07

KG

1.84

SQM

9.43

SQM

1.00

NOS

38

C. CONSTRUCTION OF COMPOUND WALL


Sl.No

DESCRIPTION OF WORK

QTY

UNIT

Earthwork in surface excavation


by mechanical means / Manual
means over areas (exceeding 30
cm in depth 1.5m in width as well
as 10 sqm on plan) including
disposal of excavated earth,lead
upto 50 m and lift upto 1.5 m
disposed earth to be levelled and
neatly dressed

10.16

Cu.m

Providing and laying cement


concrete 1:4:8 ( 1 cement:4
Coarse sand:8 graded stone
aggregate 40 mm nominal size)
providing and laying in position
specified grade of reinforced
concrete excluding the cost of
centering,shuttering,finishing and
reinforcement-all works upto
plinth level

2.41

Cu.m

3.83

Cu.m

Reinforced cement concrete


work in walls (any thickness)
including attached pillasters,
buttresses, plinth and string
courses, fillets, columns, pillars,
piers, abutments, post and struts
etc. upto floor five levelexcuding
cost of centering, shuttering,
finishing and reinforcement with
1:2:4 (1 cement:2 coarse sand:4
graded stone agreegate 20 mm
nominal size)

0.95

Cum

Providing and laying brickwork


with modular bricks of class
designation 50 in super structure
above plinth level upto floor five
level.

5.90

Cum

In figure

39

Rates
(Rs)
(In word)

AMOUNT
(Rs)

Centering
and
shuttering
including strutting, propping etc.
and removal of form for:
foundations footings bases of
columns etc.for mass concrete

31.63

Sqm

Reinforcement for R C C work


including straightening, cutting,
bending and placing in position
and binding all complete: Tor
Steel deformed bars of Grade Fe415 including cost of two strands
of 18 SWG GI binding wire. The
rate to be quoted is for finished
item of work.

174.51

Kg

8
9

12 mm cement plaster of mix 1:6


Finishing walls with water
proofing cement paint of
required shade
Total -C
GRAND TOTAL A+B+C

57.58
57.58

Sqm
Sqm

Amount in Words:

Signature of Contractor

40

LIST OF APPROVED MAKES


1. Doors & Windows fixtures/ Fittings : Everite, Hardima, Global, Crown
2. Door Closer / Floor spring
: Doorking, Everite, Hardwyn, Amar Darmy, Hardima
3. Aluminium Sections.
: Hindalco, Jindal, Indal , Bhoruka,
4. Clear Glass/ Clear Float Glass
: Saint Gobain (SG), Modi, Gujrat Guardian, Tata ,
AIG/ Toughened Glass
5. Synthetic Enamel Paints
: Asian (Apcolite), Nerolac (Full gloss hard Drying)
Berger (Luxol gold), ICI Dulux (Gloss),
6. Oil Bound Distemper
: Asian (Tractor), Berger (Bison), Nerolac (Super
Acrylic).
7. Cement Paint
: Snowcem Plus, Berger (Durocem Extra),
Nerolac (Nerocem with titanium),.
9. Plastic Emulsion Paint
: Asian, Nerolac, ICI,
10. Other Paints/Primers
:
ICI Dulux, Asian, Berger, Nerolac
11. Cement
: OPC 43 grade conforming to IS-8112 of approved
brand by Engineer-IN-Charge
12. Reinforcement Steel
: TMT Bars of approved make by the Engineer-InCharge
13. Pre-Laminated Particle Board : Novopan, Greenlam, Kitlam, Marino
14. White Cement.
: Birla White, J.K.
15. Door Locks.
: Godrej, ACME, , Harrison, Hardima, Mobel
16. Vitrified Tiles
: Kajaria, Johnson, Somani, Bell-Ceramics,
17. Ceramic Tiles
: Johnson, Somany, Kajaria, Nitco
18. Vitreous China Sanitary ware : Hindustan Sanitary ware, Cera, Parryware, Neycer
19. Plastic seat cover of W.C : Commander, Bestolite, Diplomat, Jaquar, Sona
20. C.P. Fittings Mixer/Pillar taps
: Jaquar, Marc, Aquabaths, Othello, Rybo,
Washers, C.P. brass accessories
21. Brass stop & Bib Cock
: Zoloto, Sant, L&T, Jaquar
22. Mirror
: Modi guard, Golden, Atul,
23. PVC flushing cistern
: Parryware, Commander, Duralite (Flushing cistern
should be matching to sanitary fittings)
24.C.P Angle Valves, bib cock : Jaquar, Marc, Othello, Jainco, Rybo

Note : Wherever makes are not specified, the same shall be as per approval of Engineer-In-Charge

Signature of the Contractor

41

You might also like