+ All Categories
Home > Documents > HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH...

HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH...

Date post: 26-May-2018
Category:
Upload: doanhanh
View: 232 times
Download: 0 times
Share this document with a friend
25
HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir OFFICE OF THE CHIEF DISTRICT MEDICAL OFFICER, BALANGIR TENDER DOCUMENT NAME OF THE WORK: - REPAIR AND RENOVATION OF MAHAKHAND SUB CENTER UNDER CHC TUREKELA OF BALANGIR DISTRICT ESTIMATED AMOUNT PUT TO TENDER RS. 97,438.00 CONTRACTOR 1
Transcript
Page 1: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA)

National Rural Health Mission, Balangir

OFFICE OF THE CHIEF DISTRICT MEDICAL OFFICER, BALANGIR

TENDER DOCUMENT

NAME OF THE WORK: - REPAIR AND RENOVATION OF MAHAKHAND SUB CENTER UNDER CHC TUREKELA OF BALANGIR DISTRICT ESTIMATED AMOUNT PUT TO TENDER RS. 97,438.00

CONTRACTOR 1

Page 2: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

TENDER DOCUMENT

TENDER CALL NOTICE NO:- 03/2013-14 OF DPMU/ NRHM/BALANGIR

1. NAME OF WORK: - REPAIR AND RENOVATION OF MAKHAND SUB CENTER UNDER CHC TUREKELA

2. VALUE OF WORK (AMOUNT PUT TO TENDER):-RS .97438.00 3. E.M.D REQUIRED:-RS.1000.00 4. Class of contractor:- “D” &“C” 5. Cost of tender paper including VAT:-Rs.630.00(Not refundable) 6. Period Completion:- 2 Calendar months 7. Last date of download of tender paper:-06.05.13 up to 1.00 P.M. 8. Last date of receipt of tender paper:- 06.05.13 up to 1.00 P.M. 9. Date & time of opening of tender paper:-7.05.13 at 11.00 A.M.

The tender documents Contains 25 (Twenty Five) Pages only.

CONTRACTOR 2

Page 3: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

RECORD OF RECEIPT OF TENDER DOCUMENTS

(TO BE FILLED IN AT THE TIME OF TENDER)

1. Date of Receipt : 2. Date of download : 3. No. of pages in the Tender document : 4. Details of E.M.D. with remarks (Pledged / Un-pledged) : 5. Whether valid I.T.C.C/PAN furnished : 6. Whether valid S.T.C.C./VAT furnished : 7. Whether No.-relationship Certificate furnished : 8. No. of overwriting if any with remarks (Attested / Un-attested by the tenders) : 9. No. of Interpolations : 10. No. of omissions if any : 11. If rates quoted in words and Figures tally:

CONTRACTOR 3

Page 4: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

Email Address:-dpmubalangir @gmail.com Fax No.06652-230263

Government of Odisha

Health and Family Welfare Department Office of the Chief District Medical Officer Balangir

INVITATIONS FOR BIDS (IFD) Detail Tender Call Notice No :-03/Balangir/2013-14

The Office of The Chief District Medical Officer, Balangir on behalf of Governor of

Odisha invites Percentage rate bids for the works detailed in the table from the under mentioned class of contractors registered with the State Governments and Contractors of equivalent Grade / Class registered with central Government / MES / Railways for execution of Civil Works on production of definite proof from the appropriate authority. The bidders may submit bids for any or all of the following works:-

Sl. No. Name of the work

Approximate value of work (In

Rs.)

Class of Contracto

r

Security (EMD) (In Rs.)

Cost of bid

documents & VAT 5% (In Rs.)

Period of completion

1 2 3 4 5 6 7 1 Construction of Ayush OPD at CHC Ghasian 3,94,334.00 ‘D’ & ‘C’ 4000 2100 4 Calendar Months

2 Construction of Ayush OPD at CHC Muribhal 3,99,190.00 ‘D’ & ‘C’ 4000 2100 4 Calendar Months

3 Construction of Ayush OPD at CHC Turikela 3,96,507.00 ‘D’ & ‘C’ 4000 2100 4 Calendar Months

4 Construction of Ayush OPD at CHC Jamgaon 4,06,013.00 ‘D’ & ‘C’ 4100 2100 4 Calendar Months

5 Construction of Ayush OPD at CHC Sindhikela 4,11,410.00 ‘D’ & ‘C’ 4200 2100 4 Calendar Months

6 Construction of Ayush OPD at CHC Deogaon 4,13,066.00 ‘D’ & ‘C’ 4200 2100 4 Calendar Months

7 Construction of Ayush OPD at CHC Chudapali 3,98,224.00 ‘D’ & ‘C’ 4000 2100 4 Calendar Months

8 Repair and Revation of SC Mahakhand under CHC Turekela

97,438.00 D’ & ‘C’ 1000

630 2 Calendar Months

1. Bid documents consisting of plans, specifications, the schedule of quantities and the set of terms and conditions of contract and other necessary documents can be seen at DPMU, NRHM,Balangir and office of the undersigned during office hours every day except on Sundays and Public Holidays till last date of sale and receipt of tender papers. Interested bidders may obtain further information at the same address.

2. Bids must be accompanied by bid security (EMD-As Specified Above) of the amount specified for the work in the table above in any one of the forms as specified in the bidding document i.e, N.S.C/K.V.P/Postal Saving Bank Accounts / Deposit Receipt of Scheduled Bank/Post Office Term Deposit Account duly pledged in favour of Chief District Medical Officer, Balangir. Bids must also be accompanied by Xerox copy of valid VAT clearance in the form of VAT-612, PAN Card and valid contract registration certificate, up to date ITCC. Bid security will have to be in any one of the forms as specified in the bid documents.

CONTRACTOR 4

Page 5: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

3. The download & Receipt of the Bid document shall start from 25.04.13 to 06.05.13 from 7.00A.M to 1.00 P.M and close on dt. 06.05.13 at 1.00 P.M. in the office of the Chief District Medical Officer Balangir. .

4. Bids must be delivered in the tender box at office of the CDMO-cum-Mission Director, DPMU, NRHM Balangir.

5. Bid documents can be down loaded from official Web site of ( www.balangir.nic.in) against a non refundable fee towards cost of the document as indicated in column no.6 of above table , in the form of Demand Draft issued from any Scheduled bank payable at SBI Balangir in favour of Chief District Medical Officer, Balangir or may be deposited in shape of Bank Draft prepared on or before the last date of receipt along with the Bid .The bidder who download the bidding documents from the internet site would have to pay the cost of bid document & Submit the Demand Draft in a Separate envelope marked “Cost of bidding document downloaded from the internet “with the bid document. Authority will not be held responsible, if any portion of bid document is excluded or modified in downloaded bid document.

6. The Bids will be opened on dt.07.05.13 at 11.00 A.M. in the office of the undersigned in the presence of the members of tender committee of CDMO-cum-Mission Director, Balangir and in the presence of the bidders or their authorized agents who wish to attend at the Office of the CDMO-cum-Mission Director, Balangir. If the office happens to be closed on the date of receipt of the bids as specified above the bids will be received and opened on the next working day at the same time and venue respectively.

7. Other details and conditions of the tender can be seen in the bid documents.

8. Additional performance security shall be deposited by the bidder when the bid amount is seriously unbalanced i.e. less then estimated cost by more than 10%. In such an event bidder will deposit the additional performance security to the extent of the differential cost of the bid amount and 90% of the estimated cost in shape of Post Office Saving Account/National Saving Certificate /Post Office Time Deposit Account /Kisan Vikash Patra /Deposit Receipt of Schedule Bank pledged in favour of the Chief District Medical Officer, Balangir at the time of Submission of Tenders In case Engineer contractors seeking exemption of E.M.D in this work are instructed to produce an affidavit regarding his list of works awarded during current financial year with exemption of E.M.D.

9. Scheduled Caste and Scheduled Tribe Tenderers will be given concession where their tenders are within 10% of the rate quoted by the lowest tenderer, for any work, the work may be considered for award to him/them at the lowest tendered rate.

10. The tenderer while submitting tender shall furnish an affidavit along with the tender about the authenticity of the tender documents including E.M.D. The conditional tender will not be accepted on any circumstances by the authority.

11. The CDMO-cum-Mission Director, Balangir reserves right to reject any or all the tenders without assigning any reason thereof.

CONTRACTOR 5

Page 6: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

DETAILED TENDER CALL NOTICE (FOR BUILDING WORKS)

(GENERAL CONDITION) 1. Sealed tenders are invited from registered P.W.D. /Irrigation/P.H.D. of ‘A’, ‘B’,‘C’ & ‘D’ Class contractor

with experience in construction or Building ,Bridge &Culvert Works in any State of India or under Railway

or Military Engineering Service, Air & Naval or firms specialized in Building Construction work in

prescribed From to be eventually drawn in PWD Form F2 and will be received in the office of the

CDMO-cum-Mission Director,Balangir From 25.04.13 to 06.05.13 upto 1.00 P.M. for the above

work mention in the above table. The tender will be opened by the CDMO-cum-Mission

Director,Balangir or his authorized officers in the presence of the tenderer or their authorized agents

at Office of the CDMO-cum-Mission Director,Balangir on dt. 07.05.13 at 11.00 A.M.

2. The tenderers should note that the work will have to be completed within stipulated time mention in tender call notice no: 03/Balangir/2013-14in Column no.7 commencing from the date of issue of work

order. Tenderers are required to submit detailed program of work along with the tenders which they

consider necessary keeping in view of the Clause 2 of the P.W.D. Form F-2. Without these programs of

works, the tender will be considered defective.

3. Tenders are required to pay earnest money at as Specified in the table of the estimated amount put to

tender in shape of NSC/KVP/POTD/POSB A/c Deposit receipt of Nationalized Bank scheduled Bank

pledged in favour of the Chief District Medical Officer,Balangir and attached to the tender document

otherwise their tender will be rejected. The earnest money will be refunded to the unsuccessful tenderers

on application and the same will be retained in case of the successful tenderer and will not carry any

interest.

4. (a) The plan specification and other details of the work can be seen at the Office of the CDMO-cum-

Mission Director,Balangir during working hours and days. Complaints at a future date that the plan

and specification have not been seen cannot be entertained .The tenderers who download tender

documents from internet site will have to pay the cost of tender document in shape of Demand Draft in

favour Chief District Medical Officer,Balangir and submit the Demand Draft in a separate envelope

marked “COST OF TENDER DOCUMENT : DOWNLOADED FROM INTERNET” along with the tender.

(b) All other information can be obtained on application CDMO-cum-Mission Director,Balangir gir.

5. The CDMO-cum-Mission Director,Balangir reserves the right to reject any or all tenders received

without assigning any reason thereof.

CONTRACTOR 6

Page 7: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

6. The tenderers whose tender is selected for acceptance shall within a period of seven days upon written

intimation being given to him for acceptance of his tender make an initial security deposit of 1% (one

percent) of the tendered amount as shown in clause (3) above so that the earnest money and initial

security deposit will be 2% (two percent) of the tendered amount and sign the agreement in the P.W.D.

from F2 (Schedule XLV No.61) for the fulfillment of the contract in the office of the CDMO-cum-

Mission Director,Balangir. This security deposit, together with the earnest money and the amount

withheld according to the provision of F2 agreement shall be retained as security deposit for due

fulfillment of this contract. Failure to enter into the required Agreement and to make the security deposits

as above shall entail forfeiture of the Earnest Money. No tender shall be finally accepted until the

required amount of security deposit (money) is deposited. The written agreement to be entered into

between the contractors and the Government shall be the foundation of the right of the parties and the

contract shall be deemed to be incomplete until the agreement has first been signed by the contractor

and then by the proper officer authorized to enter into the contract on behalf of the Government. The

Department will accept the security deposit in form of NSC/KVP/POTD/POSB A/c duly pledged in

favour of the CDMO-cum-Mission Director,Balangir and in no other form.

7. The percentage rates should be quoted in words and figures and the units in word otherwise the tender

will be liable for rejection. In case of discrepancy between words and figures the words shall prevail and

in case of discrepancy between units and rates and totals, the unit rates shall prevail. The rates should

be quoted in rupees and paise. The tender shall be written legibly and free from erasures, over writings

or conversion of figures. Correction where unavoidable, should be made by scoring out initialing, dating

and re-writing.

8. The contractor will be responsible for payment of all royalties other charges for quarrying materials. All

local taxes inclusive of State VAT and Income Tax, Octroi charges, Ferry and Tollage charges are to

be paid by the contractor.

9. The tenderer has to furnish attested true copy of Original Valid Contractor License I VAT Clearance Certificate in Form VAT-612 IT PAN CARD I up-to-date I.T.C.C along with the tender failing which the

tender will be treated as non-responsive and liable for rejection.

10. The tenderer has to furnish Ownership certificate of possession of required Plants and machineries for

building work, if plants and machineries not owned by him/them and (the intending tenderers shall have

to furnish proof of ownership of required machineries in their possession and or lease deed for hiring of

such machineries from the rightful owners duly executed by Executive Magistrate/Notary should be

produced along with the tender paper for consideration of his tender and the original certificate produced

before the CDMO-cum-Mission Director,Balangir at the time of opening of the tenders.

CONTRACTOR 7

Page 8: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

11. No departmental material will be supplied to the contractor from the departmental store unless under

special circumstances when the department feels it essential.

12. If the contractor removes any materials or stock so supplied to him from the side of work with a view to

disposing of the same dishonestly, he should in addition to any other liabilities Civil or Criminal arising

out of the contract be liable to pay a penalty equivalent to five times the price of the materials or stock

according to the stipulated rates and the penalty so imposed shall be recovered from any sum that may

then or at any time there after become due to the contractor or from his security.

13. The contractor should be fully liable to indemnify the Deptt. For payment of any compensation under

workmen’s compensation Act-VIII of 1823 on account of the workmen being employed by him & the full

amount of compensation paid will be recovered from the contract.

14. Every tenderer must examine the Detailed Specification before submitting his tender. The right is

reserved without impairing the contract to make such increase or decrease in the quantities of items of

work mentioned in the schedule attached to the tender notice as, may be considered necessary to

complete the work fully and satisfactorily. Such increase shall in no case invalidate the contract or rates.

It shall be definitely understood that the Government does not accept any responsibility for the

correctness or completeness of the quantities shown in the schedule. The schedule is liable to alteration

by omission or addition or deduction & such omission,

15. No tenderer is allowed to back-out from the process and incase such backing-out occurs without

justifiable & sufficient reason, the tenderer may be penalized with forfeiture of E.M.D. and other actions

may be deemed suitable.

16. All reinforced cement concrete work should conform to Orissa Detailed Specification (M-15 & M-20) and

should be of proportion (1:2:4) or (1:1½:3) having a minimum compressive strength (in work test) 150kg.

1200Kg. per Cm2 in 15cm. Cubes at 28 days after mixing and test conducted in accordance with IS 456

and IS 516 using 12mm. to 22mm size black hard crusher broken granite chips (20mm size not be

exceed 25%).

17. Shuttering and centering shall be with seasoned sal wood planks the inside of which shall be lined with

suitable sheeting and leak proof and water tight or alternatively steel shuttering and centering may be

used.

18. The contractor shall make all arrangement for proper storage of materials. But no cost for raising shed

for the storage of materials and pay of watchman etc. will be borne by Department. These are all to be

borne by the contractor. The Department is not responsible for considering theft of materials at site. It is

contractor risk. Under any such plea if the contractor stops the work, he shall have to pay the penalty as

per clauses of the F2 contract.

CONTRACTOR 8

Page 9: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

19. For the purpose of jurisdiction in the event of dispute if any contract should be deemed to have entered

into within the State of Odisha and it is agreed that, neither party to the contract nor the agreement will

be competent to bring a suit in regard to the matters covered by this contract at any place outside the

State of Odisha.

20. After the work is finished all surplus materials and debris are to be removed by the contractor and

preliminary works such as vats mixing platform etc. are to be dismantled and all materials are to be

removed from the site. No extra payment will be made to the contractor on this account. The rate quoted

should be inclusive of all these items. Ground up to 15 meters shall be cleaned and rough dressed.

21. The contractor shall not interfere with the execution of water supply or electrical fittings arrangements

and any other works entrusted to any other agency by the Department at any time during the progress of

work.

22. The department will have the right to inspect the scaffolding and centering made for the work and can

reject partly or fully such structures if found defective in their opinion.

23. The contractor will have to arrange for water supply for all works and make sanitary arrangements at his

own cost for his labour camps. Contractor has to arrange adequate lighting arrangement for night works

whenever necessary at his own cost.

24. Removing out water from the foundation either rain water or sub soil water if necessary should be bourns

by the contractor. No payment will be made for bench marks, level/pillars, profiles and benching and

leveling ground where required. The rates quoted should be for finished items of work inclusive of those

incidental items of work.

25. All the quantities mentioned in the schedule are combined for ground floor and multiform in case of

multistoried building and the rates should be through for the same.

26. Cement concrete in roof slabs, beams and wherever prescribed by the Engineer in charge shall be

machine mixed and vibrated and the contractor should arrange his own concrete mixer, vibrator, and

pumps etc. for the purpose.

27. It should be understood clearly that no claims whatever will be entertained.

28. The tenderer shall have to abide by the PWD safety code introduced by the Govt. of India, Ministry of

Works.

29. The contractor will abide by the fair wages clause as introduced by the Government.

CONTRACTOR 9

Page 10: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

30. The Deptt. Will not supply any materials to the Contractor.

31. The contractor will be responsible for the loss or damage if any, Department materials, equipments

supplied to him under clause 28 during execution of the work due to reasons whatsoever and the cost of

such materials will be recovered from him at the prevailing stock issue rates plus storage charges or

market rates whichever is higher.

32. The contractor should arrange at his own cost necessary tools and plants, pumps, vibrator, concrete

mixer etc. required for the efficient execution of the work and rate quoted should be inclusive of the

running charges of such plant & cost of consumables.

33. The contractor will have to submit the Chief District Medical Officer,Balangir monthly return of labour

both skilled & unskilled by him on the work.

34. The tenders are required to go through each clause of P.W.D. from F2 addition to clauses mentioned

herewith before tendering.

35. No part of the contract shall be sublet without written permission of Chief District Medical Officer,Balangir or transfer be made by power of attorney authorizing others to receive payment on the contractors behalf.

36. No tender document will be sold to the intending tenders after 1.00 P.M. on the date of opening of Tender.

37. If any further necessary information is required, the CDMO-cum-Mission Director,Balangir will

furnish but it must be clearly understood that tenders must be received in order and according to

instructions.

38. Cement shall be used by bags and weight of one cubic meter of cement being taken as 14.12 quintal.

39. In the event of any delay in the supply of detailed structural designs for unavoidable reasons, reasonable

extension of time will be granted on the application of the contractor, but no claim for monetary

compensation will be entertained under any circumstances.

40. No contractors will be permitted to furnish their tender in their own manuscript papers.

41. Every tenderer is expected before quoting his rates to inspect the site of proposed work. He should also

inspect the quarries and satisfy himself about the quality, availability of materials, medical aids, labour

and food stuffs etc. and the rates may be inclusive of all these times of work in every case the materials

CONTRACTOR 10

Page 11: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

must comply with the relevant specification and samples of materials in sealed bags may be submitted

along with the tender for approval of the CDMO-cum-Mission Director,Balangir.

42. Govt. will not however, after acceptance of contract rate pay any extra charges for lead or any other

revision in case the contractor is found later on to have misjudged the materials available.

43. All fittings for doors and windows if supplied by the contractor should be of best quality and should be got

approved by the Engineer-in-charge before they are used on the work.

44. The tenders containing extraneous conditions not covered by the tender call notice is a liable for

rejection.

45. Even qualified criteria are met the bidders can be disqualified for the following reasons ,if enquired by the

department.

a) Making a false statement or declaration.

b) Past record if poor performance.

c) Past record if abandoning the work half way/ Recession of contract.

d) Past record of in coordinate delay in completion of the work.

e) Past history of litigation.

46. All tenders received will remain valid for a period of ninety days from the date of receipt of tenders and

validity of tender can also be extended if agreed to by the contractor and the Deptt.

47. After completion of the work the contractor shall arrange at his own cost all requisite equipment for

testing building necessary and bear the entire cost of such test.

48. Tenderers required to submit (1) list of works in the hand in the prescribed proforma enclosed herewith

(2) the list of T&P (3) list of works executed alongwith the tenders.

49. Letters etc. found in the tender box, raising or lowering rates of dealing with any point in connection with

the tender will not be considered.

50. All reinforced cement concrete works should be finished smooth. Extra charges for plastering if required

to any R.C.C. structures like Columns, Chajjas etc. shall not be paid.

51. Tenders may at their opinion quote reasonable rate for each item of work carefully so that in one item it

is not unworkably low and other too high.

52. The contractor shall employ one or more Engineering Graduates or Diploma Engineers as apprentices at

his own cost for works costing Rs. 2.5 Lakhs and above. The apprentices will be selected by the Chief

CONTRACTOR 11

Page 12: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

Engineer. The stipends to be paid to the apprentices should not be less than Rs. 2000/- per month in

case of Graduate Engineer and not less than Rs. 1500/- per month in case of Diploma Engineers. The

period of employment will commence within one month after issue of work order and would last till the

date when 90% of work is completed. The no. of apprentices will be fixed by the Chief Engineer so that

the total expenditure does not exceed 1% or the tendered cost of the work vide works and Transport

Department letter No. 1331 dt.12.08.1996

53. Income Tax as admissible under rules from time to time on the gross amount of bill will be deducted from

contractor’s bill. Surcharges as applicable by the IT Act will also be levied over & above the tax.

54. Sales Tax as admissible under rules from time to time on the gross amount of bill will be deducted from

the contractor’s bill.

55. The tenderer shall bear cost various incidental sundries and contingencies necessitated by the work

failing within the following or similar category.

(a) Rent, royalties and other charges of materials, octroi duty, all other taxes including sales tax, ferry

tolls, conveyance charges and other costs on account of land and buildings required by the tenderer

for collection of materials, storage housing of staff or other purpose including temporary buildings

materials of the work. No rent however be payable to Government for temporary occupation of land

owned by Government at the site of work.

(b) Labour camps and huts necessary to a suitable scale including conservancy and sanitary

arrangements thereon to the satisfaction of the local health authorities.

(c) Suitable water supply including pipe water supply wherever for the staff.

(d) Fees and dudes hired by municipal, canal and water supply authorities.

(e) Suitable equipments and wearing apparatus for the labours engaged in risky operation.

(f) Suitable fencing, barriers, signals including paraffin and electrical signal where necessary at works

and approaches in order to protect the public and employees from accidents.

(g) Compensation including cost of any suit for injury to persons or property due to neglect of any

major precautions also sums which may become payable due to operation of workman’s compensation

Act.

(h) The contractor has to arrange adequate lighting arrangements for right works wherever necessary

at his own cost.

(i) The contractor has to arrange all the buildings materials including the equipments required for

under renamed pile foundation for starting the work.

56. Under no circumstances interest in chargeable for the dues or additional dues if any payable for the

work.

57. If the contractor quotes abnormally low rates for some items and the department decides to accept his

tender then the department would have a discretion of withholding the differential cost between such

CONTRACTOR 12

Page 13: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

highly low rates items and schedule of rates from their payments due against other items till such low

rates items are completed.

58. The materials like cement, steel, paints etc. procured & used by the contractor for the above noted work

should be as per I.S.I. specification and to be got approved from the Engineer-in-charge before

execution.

59. ‘A’ Class contractor shall employ under him one Graduate Engineer, or two Diploma holder under the

Contractor shall be full-time and continuous and they shall not be superannuated, retired dismissed or

removed personal from any State Government or Central Govt. Service/Public Sector

undertakings/private Companies and Firms or it intelligible for appointment to Government Service. The

contractor shall pay them monthly emoluments which shall not be less than the emoluments of personnel

of equivalent qualification employed under the state of Govt. of Orissa. The Chief Engineer, Roads,

Orissa may however, assist the contractor with names of such un-employed Graduate Engineers and

Diploma Holders if such help is sought for by the contractor. The names of such Engineering personnel

appointed by the contractor should be intimated to the tender receiving authority alongwith each tender,

as to who would be supervising the work.

60. The companies or individuals registered with Work Department/Public Health Department & Electoral

Department having both legal competency and expertise in Civil, Public Health and Electrical

Engineering works need put tenders for this composite work and the documentary evidence under

appropriate Act in support of their legal competency and expertise to execute Civil, Electrical and P.H.

works invariably should accompany their tender papers. The Civil Contractor in order to take part in the

Turn key tender should enter into a joint venture agreement with eligible/Registered P.H./ Electoral

Contractors (Associate with the joint venture) and a copy of such agreement after due registration should

be furnished to the E.E. (R&B) inviting composite tender for purchase of tender documents. This shall

also form a part of the tender and should be attached with the tender. If the Civil Contractor is having

registration in P.H. and Electrical work under the same name and style, the question of joint venture

does not arise. The tender papers shall bear signature of authorised person of the tenderer, the letter of

authorization should accompany tender papers. The authorization should clearly indicate the name of

legal person to sign and enter into agreement and receiving payment and will be responsible for all

contractual obligation for execution of work for Civil, S/I and W.S. and Electrical items of work to the

Engineer-in-charge as mentioned in Clause-4(ii)

61. The contract will be drawn in P.W.D F-2 contract form. The contract shall be drawn & singed by Chief District Medical Officer, Balangir on behalf of the Government of Orissa. In the interests of expeditious

execution of work, payment of interim bills (Running A/C bills) shall be made by the Chief District Medical Officer, Balangir for final adjustment and compilation of accounts. Each bill of the Special

Class or “A” Class Contractor shall be accompanied by an employment Roll of the Engineering personal

together with a certificate of the Graduate Engineer or Diploma holder so employed by the contractor to

CONTRACTOR 13

Page 14: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

the effect that the work executed as per the bill has been supervised by him.

(As per G.O. Works Deptt. No. 1606 Dt. 17.01.86)

62. M/s O.B. C.C. ltd. Shall be allowed a price preference up to…………% on the lowest quotation and will

be given an opportunity to state whether it will be willing to reduce the quotation to the work up to 3%

above the lowest valid tender acceptable.

63. Number of tests as specified in I.R.C./M.O.R.T & H./I.S.I. specification required for construction of roads/

bridges/ buildings or any structural works will be conducted in any Govt. test house/Deptt. Laboratories

reputed materials testing laboratories as to be decided by the Engineer-in-charge. Testing charges

including expenditure for collection/ transportation of samples/specimen etc. will be borne by the

contractor. The collection of samples and testing are to be conducted both prior to execution and during

execution as may be directed by the Engineer-in-charge and is both the counts the cost shall be borne

by the contractor. An Engineering Personal of the execution agency should be present at work site at the

time of high level Inspecting Officers in the rank of Chief Engineer & above.

64. The contractor is required to pay royalties to Govt. as fixed from time to time and produce such

documents in support of their payment to the concerned Project Director along with their bills, failing

which the amount of royalties of different materials as utilized by them in the work will recovered from

their bills and deposited in the revenue of concerned department.

65. Incentive @ 1% of estimated cost if completed before one month of original stipulated date of completion

and 2% of the estimated cost if completed before two months of original stipulated date of completion

(Part of the month shall be excluded) shall be payable to the Contractor. The maximum incentive will be

allowed 2% only. No incentive will be paid in case of works where extension of time is allowed.

Incentive will be paid with approval of next higher authority of Tender Accepting Authority on completion

of Original work before Original Time Schedule.

66. ADDITIONAL PERFORMANCE SECURITY shall be deposited by the bidder at the time of Submission

of the tender document when the bid amount is seriously unbalanced i.e. less than the estimated cost by

more than 10%. In such an event the successful bidder will deposit the additional performance security

to the extent of the differential cost of the bid amount and 90% of the estimated cost in shape of P.O.S.B.

A/c/P.O.T.D/N.S.C./K.V.P./Deposit receipt of Scheduled Bank pledged in favour of Chief District Medical

Officer,Balangir.

67. An affidavit shall be furnished by the Contractor at the time of submission of tender papers about the

authentication of tender documents including bank guarantee. This has been concurred in by the Law

Department and Financial Department vide their U.O.R. No. 1242/L, dt. 05.08.2003 and No. 195/EF-1 dt.

04.03.2004 respectively.

CONTRACTOR 14

Page 15: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

68. No materials like cement, steel, paint, bitumen etc. will be supplied by the department to the work. All

materials to the work shall be arranged by the contractor at his own cost. The materials use for the work

shall be as per I.S.S. /I.R.S.C. specification approved by the Engineer-in-charge before execution of

work.

69. In accordance with G.O. works deptt. O.M. No. 2234 dt. 19.11.05, if the tender back out from the office

before acceptance of tender by the competent authority may attract penal action including for feature of

EMD and action for black listing the tenderer.

70. TECHNICAL SPECIFICATION- The items of work shall be executed in accordance with B.I.S. code.

71. CERTIFICATE OF NO RELATIONSHIP- I/We hereby certify that I/We/am/are not related to any officer

of P.W.D. of the rank of Assistant Engineer and above and any officer of the rank of Assistant Secretary

and above of the Work Department. I am also aware that if the facts subsequently proved to be false

my/our contract will be rescinded with forfeiture of E.M.D. and total security deposit and I/We shall be

liable to make good the loss or damage resulting from such cancellation.

I/We also note that non-submission on this certificate will render liable for rejection.

72. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT: 72.1 The bidder/Tenderer whose bid has been accepted will be notified of the award by the Engineer-in-

charge prior to expiration of the validity period by able, telex or facsimile confirmed by registered letter.

This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the

sum that the Engineer-in-charge will pay the contractor in consideration of the execution, completion,

and maintenance of the Works by the contractor as prescribed by the contract (Hereinafter and in the

contract called the “Contract Price”).

72.2 The notification of award will constitute the formation of the contract, subject only to the furnishing of a

performance security (ISD) and additional performance security in accordance with the provisions of the

agreement.

72.3 The agreement will incorporate all agreements between the officer inviting the bid/Engineer-in-Charge

and the successful bidder. Within 15 days following the notification of award alongwith the letter of

acceptance, the successful bidder will sign the agreement and deliver it to the Engineer-in-Charge.

Following documents shall form part of the agreement.

a) The notice inviting, bid, all the documents including additional conditions, specifications and

drawings, if any, forming the bid as issued at the time of invitation of bid and acceptance thereof

together with any correspondence leading thereto & required amount of performance security

including additional performance security.

CONTRACTOR 15

Page 16: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

b) Standard P.W.D. Form F2.

73. TIME CONTROL 73.1.1 The Chief District Medical Officer, Balangir shall issue the letter of acceptance to the successful

contractor. The issue of the letter of acceptance shall be treated as closure of the Bid process and

commencement of the contract.

73.1.2 Within 15 days of issue of the letter of acceptance, the Contractor shall submit to the Engineer-in-

Charge for approval of a Programme commensurate to Clause No.3 showing the general methods,

arrangements and timing for all the activities in the Works alongwith monthly cash flow forecast.

73.1.3 To ensure good progress during the execution of the work the contractors shall be bound in all cases in

which the time allowed for any work exceeds one month to complete, 1/4th of the whole of the work

before 1/4th of the whole time allowed under the contractor has elapsed, ½ of the whole of the work

before ½ of the whole time allowed under the contractor has elapsed, 3/4th of the whole of the work

before 3/4th of the whole time allowed under the contract has elapsed.

73.1.4 If at any time it should appear to the Engineer-in-Charge that the actual progress of the works does not

conform to the programme to which consent has been given, the Contractor shall produce, at the request

of the Engineer-in-Charge, a revised programme showing the modifications to such programme

necessary to ensure completion of the works within the time for completion. If the Contractor does not

submit an updated Programme within this period, the Engineer-in-charge may withhold the amount of

1% of the contract value from the next payment certificate and continue to withhold this amount until the

next payment after the date on which the over due programme has been submitted.

73.1.5 An update of the Programme shall be a programme showing the actual progress achieved on each

activity and the effect of the progress achieved on the timing of the remaining work including any

changes to the sequence of the activities.

73.1.6 The Engineer-in-charge’s approval of the Programme shall not alter Contractor’s obligations. The

Contractor may revise the Programme and submit it to the Engineer-in-charge again at any time. A

revised programme is to show the effect of Variations and Compensation Events.

73.2 Extension of the Completion Date. 73.2.1 The time allowed for execution of the works as specified in the Contract data shall be the essence of the

Contract. The execution of the works shall commence from the 15th day of such time period as

mentioned in letter of Award after the date on which the Engineer-in-charge issues written orders to

commence the work or from the date of handing over the site whichever is letter. If the Contractor

commits default in commencing the execution of the work as aforesaid, Government shall without

prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money &

performance guarantee/Security absolutely.

CONTRACTOR 16

Page 17: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

73.2.2 As soon as possible after the contract is concluded the Contractor shall submit a Time & progress Chart

for each milestone and get it approved by the Department. The Chart shall be prepared in direct relation

to he 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 of 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, and further to ensure good progress during

the execution of the work, the contractor shall in all cases in which the time allowed for any work,

exceeds one month (save for special jobs for which a separate programme has been agreed upon)

complete the work as per milestone given in contract data.

73.2.3 In case of delay occurred due to any of the reasons mentioned below 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 reasonable required to the

satisfaction of the Engineer-in-Charge to proceed with the works.

i) Force Majeure, or

ii) Abnormally bad weather, or

iii) Serious loss or damage by fire, or

iv) Civil commotion, local commotion of workmen, strike or lockout, affection any or the trades

employed on the work.

v) Delay on the part of other contractors or tradesmen engaged by Engineer-in-Charge in executing

work not forming part of the contract.

vi) In case a Variation is issued which makes it impossible for completion to be achieved by the

intended Completion Date without the Contractor taking steps to accelerate the remaining work

and which would cause the Contractor to in our additional cost. Or

vii) Any other cause which, in the absolute discretion of the authority mentioned, in contract date is

beyond the Contractor’s Control.

73.2.4 Request for re-schedule and 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 a request the period for which extension is desired.

73.2.5 In any such case a fair and reasonable extension of time for completion of work may be given. Such

extension shall be communicated to the Contractor by the Engineer-in-Charge in writing, within 3 months

of the date of receipt of such request. Non-application by the contractor for extension of time shall not be

a bar for giving a fair and reasonable extension by the Engineer-in-Charge and this shall be binding on

the contractor.

73.3. Compensation for Delay

73.3.1. If the contractor fails to maintain the required progress in terms of clause 2 or to complete the work and

clear the site on or before the contractor or extended date of completion, he shall without prejudice to

CONTRACTOR 17

Page 18: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

any other right or remedy available under the law to the Government on account of such breach, pay as

agreed compensation the amount calculated at the dates stipulated below as Superintending Engineer

(Whose decision in writing shall be final and binding) may decide on the amount of tendered value of the

work for every completed day/month (as applicable) that the progress remains below that specified in

Clause 2 or that the remains incomplete.

This will also apply to items or group of items for which a separate period of completion has been

specified. Compensation @ 1.5% per month of for delay of work delay to be computed on per Day basis.

Provided always that the total amount of compensation for delay to be paid under this condition shall not

exceed 10% of the Tendered Value of work or to the Tendered Value of the item or group of items of

work for which a separate period of completion is originally given.

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 Government. In case the contractor does not achieve a

particular milestone mentioned in contract data or the rescheduled milestone(S) in terms of Clause 2.5,

the amount shown against that milestone shall be withheld to be adjusted against the compensation

levied at the final grand of extension of time. Withholding of this amount on failure to achieve a milestone

shall be automatic without any notice to the contractor. However if the contractor catches up with the

progress of work on the subsequent milestone (S) the with held amount shall be released. In case the

contractor fails to make up for the delay in subsequent milestone(S) amount mentioned against each

milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be

payable on such withheld amount.

73.4. Management Meetings

73.4.1 Either the Engineer of the Contractor may require the other to attend a management meeting. The

business of a management meeting shall be to review the plans for remaining work and to deal with

matters raised in accordance with the early warning procedure.

73.4.2 The Engineer shall record the business of management meetings and is to provide copies of his record

to those attending the meeting and to the Employer. The responsibility of the parties for actions to be

taken is to be decided by the Engineer either at the management meeting for after the management

meeting and stated in writing to all who attended the meetings.

74. SEALING OF BIDS AND TENDER PAPER

74.1 In order to ensure that the envelopes are properly sealed the contractors can seal them with superglue

and also add temper proof tapes as additional precaution.

CONTRACTOR 18

Page 19: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

ELIGIBLITY CRETERIA AND CONDITIONS IN TENDER

i) The contractors are required to furnish evidence of ownership of principal machineries/equipments for

only those machineries/equipments asked for in the tender documents.

ii) In case the contractor executing several works he is required to furnish a time schedule for movement of

equipment/machinery from one site to work site when work is to be executed.

iii) The contractor shall furnish ownership documents for those machineries which he is planning to deploy

for that work if these are not engaged or produce certificate from the Executive Engineer under whom

these are deployed at the time of tendering is to the period by which these machines are likely to be

released from the present contract. Certificate from the Executive Engineer shall not be more than 90

days old on the last date of receipt of tender. (Format of Certificate of Annexure-IV).

iv) In case the contractor proposes to engage machineries and equipments as asked for in the tender

document, owned or hired but deployed out side the state, he/she is required to furnish additional 1% EMD/ Bid Security. The entire bid security including the additional bid security shall stand forfeited in

case the contractor fails to mobilize the machineries within stipulated time as per the tender document.

v) The contractor intending to hire/lease equipments/machineries are required to furnish proof of ownership

from the company/person providing equipment/machineries on hire/lease along with

contracts/agreements/lease deed duration of such contract.

Receipt of Tender documents of acceptance thereof.

vi) The tender documents will be sold to the intending purchaser/contractor at the same time during selling

days in the Office of the Division, Sub-Divisions under the Division, concerned Circle, adjacent Divisions,

Office of the concerned EIC/Chief Engineer, Similarly, the tenders are required to be received from the

tenders in the above Offices during the same time on the days of submission. But opening of the bids

shall be carried out in the office of the officer inviting the tender who is also the tender accepting

authority.

vii) Contractors are not required to write their name on the outer cover containing the Bid documents.

They are only required to write the name of the work and authority who had issued the tenders. The

tender submitted in the wrong box shall not be taken into consideration.

viii) In case the 1st lowest tenderer or even the next lowest tenderers withdraw in series one by one, thereby

facilitating a particular tenderer for award, then they shall be penalized with adequate disincentives with forfeiture of EMD unless adequate justification for such back out is furnished. Appropriate action for black listing the tenderers, shall also be taken apart from disincentivising the tenderer.

ix) In case the reason for backing out of the 1st lowest tenderer is justified then the offer of 2nd lowest

tenderer may be accepted provided that the 2nd lowest tender negotiates with the rates of 1st lowest,

CONTRACTOR 19

Page 20: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

tenderer. However, approval from the next higher authority is mandatory for such cases.

x) Similarly, if more than one of the lowest tenderers starting from the 1st lowest in series such is the 1st

lowest and the 2nd lowest tenderer withdraw, this should automatically stand cancelled unless for very

special reasons to be recorded in writing. Approval of next higher authority is to be obtained prior to

acceptance of the offer of the contractors quoting higher rates in the larger interest of getting the

works done in time. In such cases, the next higher Authority should accept the tender only if the 3rd

lowest tenderer agrees is undertake the work at the rate quoted by the 1st lowest tenderer. In case of

some extreme urgency or other valid reasons, the detain from the lowest rates may be considered, prior

detailed investigation of the circumstances and reasons thereof should be recorded in writing for

accepting such tender in higher rates than the 1st lowest offer.

CONTRACTOR 20

Page 21: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

PROFORMA –‘D’ (Amendment to Condition of Contract (Past Performance)

The Contractors shall have to furnish report in the following proforma duly certified by the Chief District Medical

Officer, Balangir under whom he has executed works in order to judge their past performance.

PERFORMANCE RECORD OF CONTRACTORS 1. Name of the Contractor :-

2. Registration No. and Date :-

3. Class of Contractor :-

4. Licensing Authority :-

5. License valid up to :-

6. Details of Works executed :-

Sl. No. Jobs under execution Agreement

Amount Date of

commencement Stipulated date of completion

Whether work is progressing as per programme

Reasons for delay, if any

1 2 3 4 5 6 7

7. Whether the Contractor has requisite machineries & Personnel deployed (Details of machinery and personnel deployed):- 8. Whether the quality of construction is satisfactory:- 9. Whether he has capability to make good the loss time:- 10. Whether the contractor has abandoned any work in the past three years, If yes, the details thereof:- 11. Whether the contractor has entered into any litigation in the past, If yes, the details thereof:-

12. Name of the certifying officer with official seal Signature of Contractor

CONTRACTOR 21

Page 22: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

Schedule of Quantity for the work “Repair and Renovation of Mahakhand Sub center under CHC Turekela”

Sl.No. Name of The Item Quantity Unit Rate (in Rs.) Amount (in Rs.)

1 2 3 4 5 6 1) Dismantling and removing doors,

windows and ventilators including removal of frame, hinges, fastening and stacking the same for reuse and removing the debris within 50m lead.

3.72 sqm 145.75 542.77

2) Dismantling G.C.I. or A.C. sheet roofing after carefully removing the bolts and nuts including stacking the useful materials for reuse and removing the debris within 50m lead.

72.07 sqm 33.15 2388.87

3) Dismantling brick or stone masonry in lime or cement mortar under 3mtr height including stacking the useful materials for reuse and removing the debris within 50m lead.

0.24 cum 509.64 120.14

4) Removing old lime or cement plaster from walls including racking out joints 12mm deep and removing the debris within 50m lead.

37.14 sqm 18.25 677.63

5) Suplying,fitting,fixing of M.S.doors and window frames & shutter including cost of all labour,materials etc. complete

Door 79.63 kg 60.00 4777.50

Window 120.00 kg 60.00 7200.00 6) Labour for fixing G.C.I. Sheet in roof

drilling hole in wind ties including fixing of ridges valleys wind ties etc including cost of fittings & GC.I Sheet

72.07 sqm 350.04 25228.09

7) Earth work in hard soil or gravelly soil within 50m initial lead and 1.5m initial lift including rough dressing and breaking clods to maximum 5cm to 7cm and laying in layers not exceeding 0.3m in depth and as per direction of the E-I-C.

16.28 cum 87.55 1425.57

8) Filling in F & P with sand watered and rammed. 11.82 cum 212.16 2508.15

9) C.C.(1:4:8) with 4cm size hard granite metal. 1.63 cum 593.28 965.98

CONTRACTOR 22

Page 23: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

10) 2.5cm A.S. flooring with C.C. (1:2:4) including punning using 12mm size c/b black hard granite chips.

10.69 sqm 182.28 1948.17

11) Provision for fixing angle 50x50x6mm as purlins for supporting the sheet including the L hooks bolt and washers etc.complete as per the direction of EIC.

17.15 kg 62.00 1063.26

12) Brick work with C.B. bricks 23cm x 11cm x 8cm size having crushing strength not less than 35kg/cm2 with dimensional tolerance +/-8% in c.m. (1:6) in foundation and plinth per cum.

4.72 cum 2555.37 12070.46

13) 12mm thick cement plaster ( 1:6 ) for brick work.

8.78 sqm 81.68 717.38

14) C.C.(1:1.5:3) with 12mm size broken hard granite chips for R.C.C. work including hoisting and lowering and laying

1.05 cum 5157.64 5437.32

15) Supplying, fitting and placing uncoated HYSD bar reinforcement complete as per drawing and technical specification.

0.37 Qntl 6830.14 2542.86

16)

16mm thick cement plaster ( 1:6 ) for brick work.

16.42 sqm 111.74 1834.85

17) Priming 1coat with any approved primer (iron work)

10.89 sqm 27.48 299.29

18) Painting 2coats with any approved paint on new iron work

10.89 sqm 74.11 807.18

19) Priming 1coat with any approved primer ( Plastered surfece)

8.06 sqm 32.45 261.42

20) Distempering two coats to walls with distemper of approved shade on new work to give an even shade excluding cost of distemper.

8.06 sqm 36.47 293.78

21)

Fixing ceramic floor tiles in floors 25mm thick bed of cement mortar 1:1 (1 cement : 1 sand) jointed with neat cement slury mixed with pigment to match the shades of the tiles including rubbing and polishing complete including cost of precast tiles.

8.29 sqm 757.21 6280.74

CONTRACTOR 23

Page 24: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

22) Fixing ceramic tiles on 12mm thick cement plaster 1:3 (1 cement : 3 sand) jointed with neat cement slury mixed with pigment to match the shades of the tiles including rubbing and polishing complete including cost of precast tiles.

25.56 sqm 706.13 18046.97

Grand Total 97438.41

Say Rs. 97438.00

(Rupees Ninty seven thousand four hundred thirty eight )only Total no. of item 22. I M/s ____________________________("C"/"D") class contractor here by quote my rate at______%( in words____________________________ percentage) Excess/less over Schedule of rate put to tender .

N.B: X (Cross) mark in Excess/Less will be given which is not applicable.

No. of Correction………………………………

No. of overwriting ……………………………

No. of Omission………………………………….

Full Signature of contractor With Detail Address & Contact Number Name of the Village Po. Dist. Contact No.

CONTRACTOR 24

Page 25: HEALTH & FAMILY WELFARE DEPARTMENT …ordistportalcontent.nic.in/storeddata/tenders/ORIBOL...HEALTH & FAMILY WELFARE DEPARTMENT (GOVT. OF ODISHA) National Rural Health Mission, Balangir

Total:- Approved for 25 (Twenty Five) pages only Sd/- Chief District Medical Officer Balangir Sold for the work “(Repair and Renovation of Mahakhand Sub center under CHC Turekela) on payment of

Rs.600.00 (Rupees Six hundred) only + Rs.30.00 (5% VAT) vide Money Receipt No…………………

dt……………….. Against Cash / Demand Draft No…………………… dt……………. Payable at

Bolangir.

For Official use only 1. E.M.D. Furnished / not furnished

Rs……………………………….

in shape of …………………….

Pledged / not pledged

2. Valid Registration certificate:- Copy furnished / Not Furnished

3. PAN Card: - Copy furnished / Not Furnished

4. Valid VAT Clearance Certificate: - Copy furnished / Not Furnished

5. Nos. of Tender paper: - …………………………………….

6. Additional Performance Security :…………………………………………………………..

Chief District Medical Officer Balangir Present Address: ________________________________________________________

Permanent Address: ______________________________________________________

Phone No. : _____________________________

Mob. No. : _____________________________

Fax No. (if available) : ______________________

CONTRACTOR 25


Recommended