DNIT 13 (2nd call)

ENGINEERING CELL Tripura University इं जीिनयिरग सेल ितर्पुरा िव िव ालय (कदर्ीय िव िव ालय) सूयर्मिणनगर, ितर्पुरा (पि म) ...

0 downloads 130 Views 280KB Size
ENGINEERING CELL Tripura University

इं जीिनयिरग सेल ितर्पुरा िव िव ालय (कदर्ीय िव िव ालय) सूयर्मिणनगर, ितर्पुरा (पि म) भारत, िपन – 799022 ईमेल : [email protected] फ़ोन : (0381) 2379103/04/05

(A Central University)

Suryamaninagar, Tripura (West) INDIA, Pin-799022 email : [email protected] Phone : (0381) 2379103/04/05

DNIT NO.: DNIT/13/TU/EC/17-18 (2nd call)

NAME OF WORK

:

Repair and Renovation work of residential building of "Women's hostel Superintendent", Tripura University, Suryamaninagar.

ESTIMATED COST

:

Rs. 1,55,604.00

EARNEST MONEY

:

Rs. 3,120.00

TIME FOR COMPLETION

:

30(Thirty) days

FORM NO.

:

7(Seven)

Certified that this DNIT contains 28 (Twenty Eight) written pages excluding cover pages.

Sd/(Er. Krishna Das) Executive Engineer

CONTRACTOR

Executive Engineer

TRIPURA UNIVERSITY

(A Central University)

Suryamaninagar – 799022 *********** NOTICE INVITING TENDER The Executive Engineer, Tripura University invites separate sealed percentage rate tenders

on

behalf

of

the

Registrar,

Tripura

University

from

enlisted

Contractors

/firms/agencies of Tripura PWD/TTAADC in appropriate class and also from the contractors registered in appropriate class of MES, Railways, CPWD and other State PWD in form-7 (seven) for the work mentioned hereunder:Sl. NAME OF THE WORK No. 1. Repair and Renovation work of residential building of "Women's hostel Superintendent", Tripura University, Suryamaninagar. DNIT No.: (2nd call)

ESTIMATED COST

Rs. 1,55,604.00

EARNEST MONEY

Rs.3,120.00

TIME FOR COMPLETION

30 (Thirty) days

DNIT/13/TU/EC/2017-18

2. The tender document, consisting of detailed plans, complete specifications, schedule of quantities of the various classes of work to be done and the set of the conditions of the contracts to be complied with, be submitted upto 3:00PM on 03/01/2018 to the office of the Executive Engineer, Engineering Cell, Tripura University. 3. Tenders which shall always be placed in sealed covers with name of work written on the envelop will be received by the Executive Engineer, Tripura University upto 3.00 pm upto 03/ 01/2018 and will be opened by the Executive Engineer on 03/01/2018 at 3.30pm, if possible. If the office happens to be closed on the date of receipt / opening of the tender as specified, the tender will be received / opened on the next working day if possible at the same time and venue. The tenders may be submitted by the tenderer(s) either by Registered Post / Speed Post / in person. Late received of sealed tender documents after the stipulated time and date, will not be entertained under any circumstances. Any tender documents received after the closing time for submission of tender, shall be retained un-open and the same shall be collected by the tenderer(s) from the office of the Executive Engineer, if so desire. Sd/Contractor

CONTRACTOR

Page No-1

Executive Engineer

Executive Engineer

4. Tender documents can be obtained from the Office of the Executive Engineer, Engineering Cell, Tripura University, Suryamaninagar on payment of a sum of Rs.500.00 (for estimated cost upto Rs.1.00 lakh), Rs.1,000.00 (for estimated cost over Rs.1.00 lakh and upto Rs.50.00 lakhs), Rs.2,500.00 (for estimated cost over Rs.50.00 lakhs and upto Rs.2.00 crores) and Rs.5000.00 (for estimated cost over Rs.2.00 crores) through bank challan, which will be issued from the Office of the Executive Engineer, Engineering Cell on demand by the interested agencies, firms etc. being the cost of tender documents in any working day during office hours. Last date and time of selling of tender documents is upto 3:00PM on 02/01/2018. Tender form(s) can also be had in the Tripura University website www.tripurauniv.in and tenders.gov.in. After download, send the same as instructed in the Sl.No.3. 5. The contractor shall not be permitted for works in the Tripura University (responsible for award and execution of contract) in which near relative is posted as Divisional Accountant / as an Officer in any capacity between the grades of Site Engineer and Executive Engineer (both inclusive). He/She shall also intimate the name of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives of any Officer in the Tripura University. Any breach of this condition by the contractor would render him liable for removal from the approved list of contractors of this Department. 6. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of Tripura/ Tripura University shall be allowed to work as contractor for a period of two years of his retirement from Government service without the prior permission of the Govt. of Tripura / Tripura University. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of Govt. of Tripura / Tripura University as aforesaid, before submission of the tender or engagement in the contractor’s services, as the case may be. 7. Tender documents will be issued on submission of documentary proof of tenderer’s Nationality, Registration / Enlistment, PTCC/STCC, PAN Card and valid license regarding engagement of workers in the contract works from Labour Department, Govt. of Tripura. Tenders, which are not in prescribed form shall be rejected at the time of opening of tender. In case of firms and companies tendering for the work, shall be registered in India. The conditions regarding PTCC/STCC etc. enumerated above will equally apply in case of firms and companies.

Sd/Contractor

CONTRACTOR

Page No-2

Executive Engineer

Executive Engineer

8. (a) The contractor shall quote the rates and amounts tendered by them both in figures as well as in words. The amount for each item shall be worked out and requisite totals shall be given. When a contractor signs a tender in Indian Language the rate and amount of tender shall also be written in that language. In such cases, the rates and amount tendered shall be attested by a witness. (b) Special care shall be taken so that the rates and amounts are always written both in figures and words in such a way that interpolation is not possible. In case of figure, the words Rs. should be written before the figure and paisa at the end (viz. Rs.250.50p). In case of rate or amount in words, the words Rupees should precede and the word only shall be written at the end (viz. Rupees two hundred fifty and paisa fifty only). (c) Item(s) for which no rate or price has been entered by the contractor / agency shall not be paid for and shall be deemed to have been covered by the other rates / prices in the contract. (d) When there is difference between the rates in figures and in words, the rates, which correspond to the amounts worked out by the contractor, shall be taken as correct. (e) When the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rate quoted by the contractor in words shall be taken as correct. (f) When the rate quoted by the contractor in figures and words tallies but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct and not the amount. (g) All corrections to rates and amounts in the tender shall be initialed by the contractor. Every page including the blank pages of Tender document shall be signed by the contractor. 9. (a) Earnest money @2% of the estimated cost put to tender shall be deposited in the State Bank of India or any scheduled Bank of India guaranteed by the RBI in the shape of “Depositat-Call”/Demand Draft/Banker’s Cheque payable in and around Agartala on schedule bank only in favour of the Executive Engineer, Tripura University. The “Deposit-at-Call”/ Demand Draft/ Banker’s Cheque must be submitted along with the Tender. Tender without earnest money, unless exempted, shall be summarily rejected. (b) Diploma & Degree Engineers enlisted in Class-V will be exempted from depositing earnest money along with tender on works costing upto Rs.1.00 lakh & 2.50 lakhs respectively. (c) Contractor /Agency exempted from depositing earnest money in individual cases, shall attach with the Tender self-attested copy of the letter exempting the contractor / agency, from depositing Earnest Money. Sd/Contractor

CONTRACTOR

Page No-3

Executive Engineer

Executive Engineer

(d) The contractor / agency exempted from depositing Earnest Money along with submission of tender by any order of Govt. of Tripura, will have to deposit 2% of the estimated cost in the shape of Deposit-at-Call as stated in Clause:9 above in favour of the Executive Engineer, Tripura University, before issue of work order. 10. The security deposit will be 10% of contract value without any ceiling limit. The Earnest Money of the successful tenderer deposited before issue of work order will also form a part of security deposit. The security deposit will be deducted from Running Account Bill @10% of the Bill amount till full security money is realized. 11. In the event of backing out of 1st, 2nd & 3rd lowest tenderer before finalization of tender within the validity period, the earnest money deposited by such tenderer, with the tender shall be forfeited in full to the Tripura University. Such performance shall be taken into record maintained for contractor. For 2(two) such cases, the concerned contractor will be debarred from submission of tender for 1(one) year in Tripura University. 12. The accepting authority reserves the right to accept/reject any or all tender(s) without assigning any reason. 13. Tenders, which do not fulfill any of these conditions or are not complete in any respect, are liable for summarily rejection. 14. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the tenderer who resorts to canvassing will be liable for rejection. 15. The contractor shall read the terms & conditions and specifications carefully before submitting the tender. 16. The whole work may be split up between two or more contractors or accepted in part and not in entirely, if considered expedient. 17. The contractor’s responsibility for this contract shall commence from the date of issue of work order of tender. 18. Letters etc. found in the tender box raising or lowering the quoted rates or dealing with any other point in connection with the tender shall not be considered. 19. Sales Tax, any other tax, Duties, Royalties etc. on materials and works in respect of this contract shall be payable by the contractor and Tripura University will not entertain any claim what so ever in this respect and Tenderer, shall note this, at the time of quoting rates and prices.

Sd/Contractor

CONTRACTOR

Page No-4

Executive Engineer

Executive Engineer

20. The work will have to be completed as specified in this tender documents and to be started within 15(fifteen) days from the date of issue of work order failing which earnest money deposited by the contractor will be forfeited in full to the Tripura University. 21. All works shall be carried out in accordance with the Tripura PWD specification and where Tripura PWD specification is silent the specifications of CPWD/CPHEEO/CWC/ MoRT&H/BIS or if any specified separately will be followed. 22. No labourer under 14 years of age shall be employed in the work and all labourers employed shall be paid at the rates not less than those approved by the Govt. of Tripura 23. All tools, plants and machineries required for the construction of the work except those mentioned to be supplied by the Department on hire charges will have to be arranged by the contractor at his own risk and cost. 24. No claim for idle labourers and establishment will be allowed on account of delay in supply of Department tools, plants and materials. 25. Contractor shall be responsible for shortage or wastage of Departmental materials if issued to the contractor. 26. Recovery of surplus quantity of materials issued but not returned shall be made from the contractor’s bill at double the issue rate of materials. 27. No transfer of earnest money from any amount already at the credit of tenderers (as earnest money or security deposit in connection with the other works) will be allowed. 28. Contractors are to arrange all materials for works including stipulated materials, if not available in the store at any time. However, no difference of cost between the market rate & issue rate will be allowed. 29. Contractor may submit a working programme with Bar Chart within 15 days time of issue of work order for works costing more than Rs.30.00 lakhs. 30. Non-Indian national as labourer, who does not possess valid passport and visa will not be allowed to work under any contractor, otherwise the contract will be cancelled. 31. The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition shall render tenders of the contractors/tenderers as well as those witnessing the tender, liable for summarily rejection.

Sd/Contractor

CONTRACTOR

Page No-5

Executive Engineer

Executive Engineer

32. Before submitting tenders, the tenderers are to satisfy themselves by actual visit to the site of work as regards the prevailing conditions of approaches and roads and availability of labourers and materials etc. and tenderers who submitting tenders shall be deemed to have done so. No claim on the above account will be entertained afterwards. 33. In addition to deduction of Income Tax at source, Tripura Sales Tax shall also be deducted at source from the bills of the contractors at the rates indicated below. i)

RCC bridges/Culvert/Sub Structure of Bailey Bridge 1.5% of gross payable amount of running / final bill

ii)

All other works 8% of the gross payable amount of running / final Bill

iii) Compulsory for all works 1% cess on the gross payable amount of running / final bill as per “Building and Other Workers Welfare Cess Act, 1996”. 34. The tender for the works shall remain open for acceptance for a period of 90 (ninety) days for the work costing upto Rs.50.00 lakhs and 180 (one hundred eighty) days for the works costing above Rs.50.00 lakhs from the last date of submission of tender. 35. Schedule of Payments a.

For work costing upto Rs.1.00 lakh – First & Final Bill.

b.

For work costing Rs.1.00 lakh to Rs.10.00 lakhs – Running Account Payment bill shall not be less than 20% of the contract value per bill.

c.

For work costing Rs.10.00 lakhs to Rs.1.00 crore – Running Account payment bill shall not be less than 25% of the contract value per bill.

d.

For work costing Rs.1.00 crore to Rs.5.00 crores – Running Account payment bill shall not be less than Rs.20.00 lakhs.

e.

For work costing above Rs.5.00 crores – Running Account payment bill shall not be less than Rs.60.00 lakhs.

36. All the necessary information’s as asked at page no. 22 of this tender document should invariably be filled in / furnished. 37. In addition to special conditions, general conditions etc. and Tripura PWD Form No.7 / Form No.8 with upto date correction slip will also form part of the contract.

Sd/Contractor

CONTRACTOR

Page No-6

Executive Engineer

Executive Engineer

GENERAL TERMS, CONDITIONS, SPECIFICATIONS, etc. 1. General specifications shall be as per specifications for works in Tripura 1972 “Building Work, Earth Work, Sanitary & Water Supply Work, Road Work etc” except when otherwise specified in the description of items given in the Schedule quantities or in the particulars given below. 2. The rates for different items of works shall apply for all and depth when height and depths are not particularly specified. 3. The contractor shall be responsible for true and perfect getting out of the work and correctness of the position level and dimensions of all parts of the work. If at any time, during the progress of the work shall any error arise in the position, level or dimensions of any part of the work fixing etc. the contractor shall be liable to rectify or change the same as directed by the Engineer-in-Charge. 4. The works which are not up to date specification must be struck down and rejected materials removed from the site of work as directed by the Engineer-in-Charge. 5. The contractor shall construct suitable Godown at the site of work for storing the materials safe against damage of sun, rain dampness, free theft etc. He/She shall also employ necessary watch and ward establishment for the purpose. 6. Cement shall have to be stored in a separate Godown at the site of work with pucca floor, weather proof and walls as per sketch. The Godown shall be provided with a single door with two locks. The keys of one lock shall remain with the Junior Engineer (Civil) of the work and the other lock with the authorized agent of the contractor at the site of work, so that cement is removed from the Godown accordingly to the daily requirement with the knowledge of the both parties. The cement bags shall be stacked at least 8 above the floor level of wooden planks supported on dry bricks in rows of two deep and 10(ten) high with minimum of 2ft. clear space all round. The bags shall be placed horizontally continues in each line as shown in the sketch enclosed herewith. 7. The day to day receipts and issue accounts of cement shall be maintained by the Sectional Officer-in-charge and signed by the contractor or his authorized agent.

Sd/Contractor

CONTRACTOR

Page No-7

Executive Engineer

Executive Engineer

8. The successful tenderer, who will have to enter into one agreement with the Executive Engineer, Tripura University in prescribed form with terms, conditions, specifications etc. embodied along with negotiation letter, if any. 9. Time of completion is one of the main essences of the contract. The work in all respect shall be completed and handed over to Tripura University within the time to be counted from the 15th day of Work Order. The contractor shall have to complete all works including all required deviations, substituted items, extra items, etc. if any within stipulated time positively. If required, contractor will deploy sufficient man and materials. If there is any slow progress and delay in completion of work, clause-2 as per Tripura PWD norms will be imposed for penalty besides taking other appropriate action against the contractor. Time extension will not generally be permissible except for genuine ground, natural calamities like flood, earthquake, etc.. Various components of works are to be carried out simultaneously to ensure completion of work in time. 10. The contractor shall maintain one Hindrance Register at the site of work as per proforma to be given by the Executive Engineer, Tripura University. One Site Order Book shall also be maintained for recording instructions/observations of Inspecting Officer as per proforma given by the Executive Engineer. 11. The Contractor shall construct and maintain one site office in which necessary arrangements for sitting, preservations of drawings, registers, measuring and testing devices, agreement, site order book, hindrance register etc. shall be kept. 12. Water required for construction purposes shall be arranged and provided by the contractor at his own cost. Similarly drinking water required for staff and labourers shall also be arranged by the contractor. 13. The contractor shall obtain power connection, if required, during construction period from TSECL and consumption charges thereof shall also be borne by the contractor. 14. The contractor shall construct labour hutments for labourers along with all required facilities like toilets, drinking water supply, etc. at his own cost.

Sd/Contractor

CONTRACTOR

Page No-8

Executive Engineer

Executive Engineer

15. The contractor shall have to bring and store all construction materials at the site of works and the same shall be got approved by Engineer-In-Charge before use in construction works. 16. The contractor has to deploy its own equipment’s, Machineries etc. before starting of work. Measuring boxes, cube moulds, sieves, mixture machines, vibrators etc. also to be arranged by the contractor failing which work will not be allowed to execute. 17. The contractor will stand guarantee for all materials, works workmanship etc. complete for a period of 6(six) months / 12(twelve) months from the date of handing over of completed work. The security money be retained by the Tripura University during the said period of 6(six) months / 12(twelve) months as applicable, which will be released, only after successful and satisfactory completion of guarantee period. If any defect in quality of materials, workmanship, leakages etc. are detected during guarantee period, the same shall be repaired, replaced, re-constructed as the case may be by the construction agency at her/ his own risk and cost. For works with work order value amounting to Rs. 15 lakh and above, the defect liability/guarantee period should be 12 (twelve) months from the date of successful completion of work and for work order value less than Rs. 15 lakh the defect liability/guarantee period should be 6 (six) months from the date of successful completion of work. 18. In addition to special conditions, general conditions etc. and Tripura PWD Form No.7 / Form No.8 with upto date correction slip will also form part of the contract.

Sd/Contractor

CONTRACTOR

Page No-9

Executive Engineer

Executive Engineer

SPECIAL CONDITION - 1 Clause No.29(b) in contract form No.7 & 8/No.36(3) in P.W.D 12 No.10(5) in form No.P.W.D.II and No.17(3) of P.W.D. form No.9. It will be obligatory for the contractor to produce forest clearance certificate from the D.F.O. having jurisdiction over the area, in respect of extraction of forest produces for utilization in the works under this contract before final payment and or refund of security deposit. If the contractor fails to do so a sum of money towards royalty remaining unpaid by the contractor if any, as may be specified by the concerned Divisional Forest officer will be set-off from any sum of money including security deposit due and payable to the contractor under the contract. Sd/Contractor

Executive Engineer DECLARATION OF THE CONTRACTOR

I / We hereby declare that I / We have personally gone through the pamphlet containing general direction and conditions attached P.WD. Form No.7 (seven) modified / and also the clause of the attached detailed notice Inviting Tender for the work are I / we in including up to modification made by Tripura University. Sd/Contractor

Executive Engineer SPECIAL CONDITION –2

Electrical installations, if any, should be kept untouched and under unavoidable circumstances the same should be re-aligned if required in consultation with the office of the Executive Engineer as per the rules of Internal Electrification as in practice. Moreover, if any kind of loss or damage is caused to the Electrical installations same should be mended to existing condition(s) to the satisfaction of the Executive Engineer by the contractor / agency at his / her own risk and cost as per the rules of Internal Electrification as in practice.

Sd/Contractor

CONTRACTOR

Page No-10

Executive Engineer

Executive Engineer

SPECIAL CONDITION – 3 1. The work shall be carried out according to description of items in the schedules of quantities attached and as per specification for works in Tripura P.W.D. 1972,”Road Work” as corrected up to date and according to the instruction given by the Engineer-inCharge for time to time. 2. The rates for different items of work shall apply for all leads, heights and depth unless other wise specified. 3. The Contractor shall be responsible for true and perfect otting out of the work and correctness of the position, level and dimension of all parts of the work. If at any time during the process of work shall any error arise in the position, level, dimensions in any part of the work fitting and fixing etc. the contractor shall be liable to rectify or change the same as directed by the Engineer-in-Charge. 4. The works which are not up to the specification must be struck down and rejected materials removed from the site of work as directed by the Engineer-in-Charge. 5. The tenderer must get acquainted and satisfied with proposed site for the work and study specifications and conditions carefully before tendering. 6. The contractor shall have to take all precaution to avoid all accidents by exhibiting necessary caution banner day and night, speed limit board, red flag, lights and providing barriers etc. He/she shall be responsible for all damages and accidents caused due to negligence on his/her part. 7. Contractors shall be responsible for any loss or damage of existing materials of the installations after handing over of site. 8. Contractor shall be responsible for making good of any loss or damage of building, if causes, during execution of his/her work. No hindrance shall be caused to traffic during the execution of the work.

Sd/Contractor

CONTRACTOR

Page No-11

Executive Engineer

Executive Engineer

SPECIAL CONDITIONS - 4 1.

The work should be carried out according to descriptions and specifications of item in the schedule of works attached.

2. All materials shall be ISI marked and as per specifications mentioned in the schedule. 3. All materials to be got checked by the Engineer-in-charge before use. 4. Any un-specified materials if noticed even after use will be rejected. Contractor shall be responsible for replacement of such item at his/her own cost. 5. Rejected materials should immediately be removed from work site. 6. Contractors shall be responsible for any loss or damage of existing materials of the installation after handing over of site. 7. Important items of work i.e. Earthing etc. shall have to be carried out in presence of the Engineer-in-charge. 8. Contractor shall be responsible for making good of any loss or damage of building, if causes, during execution of his/her work. 9. Contactor will be liable for submission of documentary proof of purchase / collection of any materials, if asked for. 10. Contractor should carry out required Tests to ensure correct polarity, permissible results of Insulation Resistance and Earth Resistance and shall have to submit the Test Report signed by an authorized person. 11. Payment through R/A Bill may be made only after satisfying the payment schedule mentioned at Sl. no.35 above, if the contractor so demands . 12. Contractor will remain the custodian of the installation till the same is handed over after successful completion.

Sd/Contractor

CONTRACTOR

Page No-12

Executive Engineer

Executive Engineer

SPECIAL CONDITIONS REGARDING MATERIALS CONTRACTOR WILL ARRANGE ALL MATERIALS WITH THE FOLLOWING CONDITIONS A) Cement : Only Ordinary Portland Cement namely brands/manufacturers viz. ACC, Lafarge,

1.

Grasim, Ambuja, Ultratech, Star, Dalmia and Valley Strong only as per IS:4551989 (latest) of 43 grade shall be used. 2.

Cement bags shall bear ISI certification marks.

3.

Cement bags shall be machine stitched and weight of each bag shall be 50kg.

4.

Cement is to be purchased from authorized dealer having Tripura sales tax Registration.

5.

Each and every bag of cement should carry the manufacturing date.

6.

Before use of cement in works, the voucher is to be produced to the Junior Engineer (Civil) / Site Engineer (Civil) & should be entered into Cement Register.

B) Steel : 1. The Steel reinforcement to be used shall be of Fe500 (as per design) deformed bars of high strength as per IS:1786-1985, namely the brands/manufacturers of SAIL or TATA only. 2. The trademark of the original manufacturer as well as ISI certification marks shall be embossed on the steel reinforcement by the manufacturer. 3. Necessary tax certificate shall have to be produced by the contractor / agency as and when asked by the Department. 4. Test certificate(s) of steel shall have to be produced.

Sd/Contractor

CONTRACTOR

Page No-13

Executive Engineer

Executive Engineer

C) 1st Class Bricks & Brick Work : 1. The bricks shall be moulded with sand from good brick earth i.e. earth shall be fairly stiff when dry with clay loam or sandy clay loam in texture. 2. Bricks shall be thoroughly burnt without being vitrified, regular in shape and size and shall have sharp and square sides and edges and parallel faces. 3. The bricks shall be free from cracks, chips, flaws, stones or lumps of any kind. 4. The bricks shall be sound hard, homogeneous in texture and emit a clear ringing sound being struck. These shall have a minimum crushing strength of 105kg / Cm2. 5. The size of bricks shall be 19cm x 9cm x 9cm unless otherwise specified. Tolerance of dimensions upto +/- 3% will be permitted. 6. The bricks shall be laid in English Bond unless otherwise specified. D) Coarse Aggregate : 1. Coarse aggregate shall be of stone aggregate and jhama brick aggregate as required for respective works. 2. The aggregate shall be hard, strong, non-porous free from friable, elongated and laminated particles. 3. The aggregate shall also be clean and free from clay, loam and other organic materials. Roughly spherical and rounded aggregate shall be used to make concrete most workable. E) M.S. Grill : 1. The M.S. Grill for door & window and steel gate, fencing, etc. shall be ST-O as per BIS 1977-1962 (latest). 2. All finished steel shall be welded and cleanly rolled to the dimension and section specified. All such steel members along with size of flats, angles, other built-up sections, design of grill, etc. shall be got approved by the Engineer-In-Charge before use in work. F) G.C.I. Sheet : 1. Wherever required, the GCI sheet shall be of TATA / SAIL made having minimum 0.63mm thick.

Sd/Contractor

CONTRACTOR

Page No-14

Executive Engineer

Executive Engineer

G) Doors, Windows, Cupboards, Shutters : 1. These will be as per specifications of respective items. 2. Wooden frames and shutters of doors and windows, the timber shall be of good quality and well-seasoned wood of uniform colour reasonable straight grains, free from dead knots, cracks, sap wood, etc. H) Tiles : 1. Tiles of brands / manufacturers viz. Johnson, Kajaria, Orient, Nitco and Somany should be used in the work wherever necessary. I) G.I. Pipes : 1. G.I. Pipes of brands / manufacturers viz. TATA and Jindal should be used in the work wherever necessary. Note: Any material not covered here shall be used only with the prior approval of the Engineer-in-Charge.

Sd/Contractor

CONTRACTOR

Page No-15

Executive Engineer

Executive Engineer

P.W.D Form No.-7 TRIPURA UNIVERSITY

(A Central University) Suryamaninagar – 799022 ********* PERCENTAGE RATE TENDER & CONTRACT FOR WORKS (Central P.W.D Code, Paragraph-95) General Rules and Directions for the Guidance of Contractors 1. All works proposed for execution by contractor will be notified in a form of invitation to tender posted in public places and signed by the Executive Engineer. This form will state the work to be carried out as well the date for submitting and opening tenders and the time allowed for carrying out the work. Also the amount of earnest money to be deposited with the tender and the percentage of which the Security Deposit shall be deducted from the bills of the successful tenderer. Copies of the specifications, designs and drawings and a schedule of quantities and rates of the various descriptions of work and any other documents required in connection with the work signed for the propose of identification by the Executive Engineer shall be opened for inspection by the contractor at the office of the Executive Engineer, Engineering Cell, Tripura University during office hours. 2. In the event of the .tender being submitted by a firm it must be signed separately by each partner thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so. Such power of attorney to be produced with the tender and it must disclose that the firm is duly registered under Indian Partnership Act. 3. Receipt for payments made on account of a work, when executed by a firm must also be signed by the several partner, except where contractors are described in their tender as a firm in which case the receipts must be signed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm. Sd/Contractor

CONTRACTOR

Page No-16

Executive Engineer

Executive Engineer

4. Any person who submits a tender shall fill up the usual printed form stating at how much percent above or below the estimated rates specified in Rule-1 he is willing to undertake the work. Only on rate of percentage more or less at the estimated rates, scheduled rates shall be named. Tenders which proposed any alternative in the work specified in the said form of invitation to tender or in the time allowed for carrying out the work of which contain any other conditions of any sort will be liable to rejection. No single tender shall include more than one work but contractors who wish to tender for two or more works than one work but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and the number of the work to which they refer written outside the envelope. (A) The rate(s) and or amount(s) must be quoted in decimal coinage. 5. The Executive Engineer, Engineering Cell, Tripura University or his duly authorized assistant will open tenders in the presence of any intending contractors who may be present at the time and will enter the amount of the several tenders in a comparative Statement in a suitable form. In the event of tender being accepted and receipt for the earnest money forwarded there with shall there upon be given to the contractor who shall there upon for the purpose of identifications sign copies of the specifications and others documents mentioned in Rule-1. In the event of a tender being rejected the earnest money forwarded with such unaccepted tender shall there upon be returned to the contractors remitting the same. 6. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest tender. 7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment of payment to the Executive Engineer, Tripura University and the contractor shall be responsible for seeing that procures a reject signed by the Executive Engineer or a duly authorized person. 8. The memorandum of work tendered for, shall be filled in and completed in the office of the Executive Engineer, Tripura University before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and completed he/she shall request the office to have this done before he/she completes and delivers his/her tender. Sd/Contractor

CONTRACTOR

Page No-17

Executive Engineer

Executive Engineer

PERCENTAGE RATE TENDER FOR WORKS I/We hereby tender for the execution for the Tripura University of the work specified in the under written memorandum within the time specified in such memorandum at an amount of…Rs…………………………………………………………(Rupees…………………………………………………………………………………………… …………………………..…..…..) i.e……..…… % (…………………………………….…………………percent) below / above the rates entered in the Schedule mentioned in Rule-1 and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to Rule-1 hereof and in Clause 11 of the conditions of contract and with such materials as are provided for and in all other respects in accordance with such conditions so far as applicable. I/We hereby agree to the percentage mentioned above being deducted from / added to the gross amount of the bills for work done.

Sd/Contractor

CONTRACTOR

Page No-18

Executive Engineer

Executive Engineer

MEMORANDUM (A) General Description :. …………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… (B) Estimated Cost :…………………………..……. (C) Earnest Money :………………………….……. (D) Security Deposit :……………………….…….. (E) Time allowed for the work from the fifteenth day from the date of written order to comments …………………………………………..……… days / months The security deposit will be collected by deduction from the running bills of the contractors at the rate mentioned below and the earnest money will be treated as part of security deposit. A sum @10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the earnest money equal to amount of 10% of the tendered value of the work subject to following limit : (i)

Tender value upto Rs.100.00 lakhs : Security deposit @10% subject to maximum of Rs.5.00 lakhs.

(ii)

Tendered value above Rs.100.00 lakhs upto Rs.200.00 lakhs : Security deposit @10% subject to maximum of Rs.15.00 lakhs.

(iii)

Tendered value above Rs.200.00 lakhs : Security deposit @10% subject to maximum of Rs.25.00 lakhs.

Should this tender be accepted in whole or in part, I/We hereby agree (i) To execute all the works referred to in the tender documents upto the terms & conditions contained or referred to therein & to carry out such deviations as may be ordered upto a maximum of deviation limits (as there in the tender form) at the rates quoted in the tender documents and those in excess of that limit at the rate to be determined in accordance with the provisions contained in Clause 12A (modified) of the tender form.

Sd/Contractor

CONTRACTOR

Page No-19

Executive Engineer

Executive Engineer

(ii) to abide by and fulfill all the terms and provisions of the said conditions annexed here to and all the terms and provisions contained in notice inviting tenders so far as applicable and / or in default thereof to forfeit and pay to the Registrar, Tripura University or his successors in office, the sum of money mentioned in the said conditions. A sum of Rs……………………. is hereby forwarded in “Deposit-at-call” (validity of at least 6(six) months) or as schedule bank guaranteed by the Reserve Bank of India as earnest money. If I/We fail to commence the work specified in the above memorandum. I/We agree that the said Registrar or his liberty successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely, otherwise the said earnest money shall be retained by him/her towards security deposit mentioned against clause-(D) of the above mentioned memorandum.

Dated the ......... day of …….…….., 20.......

Signature of Contractor

Witness of Contractor’s

Signature of Witness

Sd/Contractor

CONTRACTOR

Page No-20

Executive Engineer

Executive Engineer

I/We agree that should I/We fail to commence the work specified in the above memorandum and amount equal to the amount of earnest money mentioned in the form inviting of tender shall be absolutely forfeited to the Registrar of Tripura University be recovered out of the deposit in so far as the same may extend in terms of the said Bond in the event of deficiency out of any other moneys due to me/us or otherwise. Contractor

Dated the…………………… day of……………………….…………..20……….… Witness………………………..……………………...……………………………… Address……………………………………………………………………………….. ………………………………………………………………………………………… ………………………………………………………………………………………… Occupation……………………………………………………………………………. The above tender for the sum of Rs………………….. (Rupees…………………... ……..…………………………………………………………………………..………) only hereby accepted by the Registrar of Tripura University. *** (Designation of the office) (Dated the…………….. day of……………………………… 20……….) ** Signature of the witness to contractor Signature *** Signature of the Officer by whom accepted DECLARATION OF THE CONTRACTOR I / We hereby declare that I/We have personally gone through the pamphlet of PWD Form 7/8 containing general direction and conditions and also the clauses attached to the detailed notice inviting tender for the work, I/We do agree to abide by the rules and regulations and contained therein including upto date modifications made by the Tripura University.

Sd/Contractor

CONTRACTOR

Page No-21

Executive Engineer

Executive Engineer

SUMMARY SHEET ON FINANCIAL INSTRUMENTS RELATED TO THIS TENDER

Name of the Work : ………………………………………………………………….. …………………………………………………………………………………………........................................................................................ ..................................................................................................................................................................................... ..................................................................................................................................................................................... ..................................................................................................................................................................................... ..................................................................................................................................................................................... ......................................................................................................................

PNIT No. : ………………………………………………………………………….. DNIT No. : ………………………………………………………………………….

Amount of Earnest Money Deposited (D-Call) : …………………..…………. D-Call No. : …………………………….....…… Date : …………………………… Name of the Issuing Bank : …………………………………………………………. Name of the Issuing Branch : …………………………………………….………….

Cost of Tender Documents : ………………………….………………………… Challan / DD / Banker’s Cheque No. : ……….…………… Date : ……….…….. Name of the Issuing Bank : ………………………………………………….………. Name of the Issuing Branch : …………………………………………….………….

Sd/Contractor

CONTRACTOR

Page No-22

Executive Engineer

Executive Engineer

Repair and Renovation work of residential building of "Women's hostel Superintendent", Tripura University, Suryamaninagar.

ITEM No.

PARTICULARS OF ITEM

Item no

1

QUANTITY

AMOUNT

Dismantling old plaster or pointing, raking out joints, cleaning and preparing the surface for re-plastering or re-pointing including disposal of rubbish to the dumping ground with all leads and lifts etc.complete as per direction of the Engineer- in-charge.

303.60

sqm

₹ 14.20

Per sqm



4,311.00

( Rupees Fourteen and Paise Twenty ) Only.

Item No. :-

2

Removing dry / oil bound distemper by scrapping, sand papering and preparing the surface smooth & repairs to scratches etc. as required.

303.6

sqm

₹ 5.10

per sqm

₹ 1,548.00

( Rupees Five and Paise Ten ) Only.

Item No. :-

3

Refitting,fixing of old shutters for pannelled and glazed doors, windows, clerestory etc. after necessary repairs with nails screws, hinges and gamair wood as required as per the direction of Engineer-in-charge

15.12

sqm

₹ 3,629.00

₹ 240.00 Per sqm (Rupees Two Hundred Fourty Only)

Item No. :4 Distempering with oil bound washable distemper of approved brand and manufacture and of required shade on old work ( one or more coats ), to give an even shade as required complete as per direction of the Engineer in charge. 316.14 Sqm

₹ 38.20 Per sqm Rupees Thirty Eight and Paise Twenty only



12,077.00



14,148.00

Item No. :5 Finishing walls with premium acrylic smooth exterior paint of required shade of approved brand and manufacture on new work ( two or more coats ) including preparation of surface as required complete as per direction of the Engineer in charge. 217.00 Sqm

Per sqm Rupees Sixty Five and Paise Twenty Only ₹ 65.20

Item No. :6 Floor polishing on masonry / concrete floors with readymade wax

Page-23 Contractor

Sd/Executive Engineer

polish ( two or more coats ) of approved brand and manufacture on old work including preparation of surface as required complete as per direction of the Engineer in charge. 63.70

Sqm

₹ 9.40

Per sqm



599.00



1,117.00

Rupees Nine and Paise Forty only

Item No. :7 Painting with synthetic enamel paint ( two or more coats ) of required colour of approved brand and manufacture on new work to give an even shade. 25.62 Sqm

Item No. :-

₹ 43.60 Per sqm ( Rupees Forty Three and Paise Sixty ) Only.

8

12 mm cement plaster in single layer including cost of materials required and finishing even and smooth and curing complete.

i)

In cement mortar 1 : 6 ( 1 cement : 6 fine sand )

165.000

sqm

₹ 76.90

Per sqm

₹ 12,689.00

Rupees seventy six and paise ninety only

Item No. :-

9 15 mm cement plaster in single layer including cost of materials required and finishing even and smooth and curing complete. In cement mortar 1 : 6 ( 1 cement : 6 fine sand )

i.

155.00 Sqm

₹ 89.60

Sqm

Per sqm



13,888.00



4,179.00



353.00



549.00

Rupees Eighty nine and Paise Sixty only

Item No. :-

10 Applying priming coat:With ready mixed pink primer of approved brand and manufacture on wood work ( hard & soft wood ). 210.00 Sqm

₹ 19.90

Per sqm

( Rupees Nineteen and Paise Ninety ) Only.

Item No. :11 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete. 4 nos

₹ 88.30 each ( Rupees Eighty Eight and Paise Thirty ) Only.

Item No. :12 Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete : 125 mm 10

nos

₹ 54.90 each ( Rupees Fifty Four and Paise Ninety ) Only.

Page-24 Contractor

Sd/Executive Engineer

Item No. :13 Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters.

i 10.08

35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws. ₹ 1,728.60 per sqm sqm



17,424.00



5,676.00



9,481.00

( Rupees One Thousand Seven Hundred Twenty Eight and Paise Sixty ) Only. Item No. :14 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position : Karai wood

0.160

₹ per cum 35,472.80 cum ( Rupees Thirty Five Thousand Four Hundred Seventy Two and Paise Eighty ) Only.

Item No. :15 24 mm thick factory made PVC door shutters made of styles and rails of a UPVC hollow section of size 59x24 mm and wall thickness 2 mm ± 0.2 mm with inbuilt edging on both sides. The styles and rails mitred and joined at the corners by means of M.S. galvanised /plastic brackets of size 75×220 mm having wall thickness 1.0 mm and stainless steel screws. The styles of the shutter reinforced by inserying galvanised MS tube of size 20×20 mm and 1 mm ± 0.1 mm wall thickness. The lock rail made up of "H" Section, a UPVC hollow section of size 100×24 mm and 2 mm ± 0.2 mm wall thickness fixed to the shutter styles by means of plastic /galvanised MS "U" cleats. The shutter frame filled with a UPVC multi-chambered single panel of size not less than 620 mm, having overall thickness of 20 mm and 1 mm ± 0.1 mm wall thickness. The panels filled vertically and tie bar at two places by inserting horizontaly 6 mm galvanised MS rod and fastened with nuts and washers, complete as per manufacturer's specification and direction of Engineer-In-Charge. (for W.C. and Bathroom door shutter).

4.20

sqm

₹ 2,257.30

per sqm

Rupees Two Thousand Two Hundred Fifty Seven and Paise Thirty only

item no

16

Providing and fixing factory made P.V.C. door frame of size 50x47mm with a wall thickness of 5mm, made out of extruded 5mm rigid PVC

Page-25 Contractor

Sd/Executive Engineer

foam sheet mitred at corners and joined with 2 Nos. of 150mm long brackets of 15x15mm M.S. square tube, the vertical door profiles to be reinforced with 19×19mm MS square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame . The door frame to be fixed to the wall usuing MS screws of 65/100 mm size complete as per manufacturers' specification and direction of EngineerIn-Charge. 8.10

₹ 363.30

metre

running metre

₹ 2,943.00

Rupees Three Hundred Sixty Three and paise Thirty only

Item No. :17 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade with necessary screws etc. complete : 300x10 mm i

300x10 mm

10.00 nos ₹ 115.50 each Item No. :18 Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with nuts and screws etc. complete :

i



1,155.00



2,174.00

300x16 mm 10.000

Item No. :-

₹ 217.40 nos each ( Rupees Two Hundred Seventeen and Paise Forty ) Only.

19

Providing and laying grading of roof for water proofing treatment complete as required as per direction of the Engineer-in-charge:-

CUM ₹ 4,585.50 CUM ( Rupees Four Thousand Five Hundred Eighty Five and Paise Fifty ) Only.

5.083

Item No. :-

₹ 23,308.00

20

Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require : i)

White Vitreous China Wash basin size 630x450 mm with a pair of 15 mm C.P. brass pillar taps 1

₹ 2,469.90 each each Rupees Two Thousand Four Hundred Sixty Nine and Paise Ninety only

Page-26 Contractor

₹ 2,470.00

Sd/Executive Engineer

Item No. :-

21

Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. i) Semi rigid pipe of 40 mm dia 24.00

metre

₹ 83.70

running metre

₹ 2,009.00

Rupees Eighty Three and Paise Seventy only

Item No. :-

22

Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc.

(i) 10.00

20 mm dia. nominal bore metre

₹ 215.80

running metre

(Rupees Two Hundred Fifteen and Paise Eighty only

(ii) 10.00

₹ 2,158.00

25 mm dia nominal bore metre

₹ 269.40

running metre

₹ 2,694.00

Rupees Two Hundred Sixty Nine and Paise Fourty

(iii) 18.00

15 mm dia. nominal bore metre

₹ 173.30

running metre

₹ 3,119.00

(Rupees One Hundred Seventy Three and Paise Thirty only

Item No. :-

23

Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 5.00

nos

₹ 432.80

per nos.

Rupees Three Hundred Thirty Four and Paise Twenty only

Item No. :-

₹ 2,164.00

24

Providing and fixing PTMT towel ring trapezoidal shape 215mm long, 200mm wide with a minimum distances of 37mm from wall face with concealed fittings arrangement of approved quality and colours weighing not less than 80 gms 1.00

nos

₹ 194.40

per nos.

Rupees One Hundred Ninety Four and Paise Forty only

Item No. :-

₹ 194.00

25

Providing and fixing PTMT liquid soap container 109mm wide, 125mm high and 112mm distance from wall of standard shape with bracket of the same materials with snap fittings of approved quality and colours weighing not less than 105 gms 1.00

nos

₹ 194.00

Page-27 Contractor

per nos.

₹ 194.00

Sd/Executive Engineer

Rupees One Hundred Ninety Four only

Item No. :-

26

Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS:8931. 15 mm nominal bore

6.00

nos

₹ 436.90

per nos.

Rupees Three Hundred Seventy One and Paise Thirty only

Item No. :-

₹ 2,621.00

27

Providing and fixing ball valve (brass) of approved quality complete : 25 mm nominal bore 6.00

nos

₹ 527.70

per nos.

Rupees Five Hundred Twenty Seven and Paise Seventy only

Item No. :-

₹ 3,166.00

28

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge. i 15.00

25 mm nominal outer dia .Pipes. metre

₹ 237.80

running metre

Rupees Two Hundred Thirty Seven and Paise Eighty only TOTAL(1)=

₹ 3,567.00

₹ 1,55,604.00

(RUPEES ONE LAKH FIFTY FIVE THOUSAND SIX HUNDRED AND FOUR ONLY.)

Page-28 Contractor

Sd/Executive Engineer