+ All Categories
Home > Documents > NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor...

NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor...

Date post: 25-Apr-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
90
रारीय षि और ामीण षिकास बक PAGE 1 OF 90 National Bank for Agriculture and Rural Development ¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã लॉट सी-24, 'जी' लॉक, बाा-कु लाकॉलेस, बाा (पूिा ), मुबई - 400 051. टेली: +91 22 26530024 फ स: +91 22 26530150 • मेल: [email protected] Department of Premises, Security & Procurement Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91 22 2653 0150 • E-mail: [email protected] NOTICE INVITING TENDER Ref. No. NB. DPSP/HO Exterior Painting -HO 18/ 1643 / 2017 18 26 October 2017 M/s. Dear Sir, Tender for “Replacing the Rear side Windows from 3 rd Floor to 8 th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-511. National Bank for Agriculture and Rural Development is inviting tender for the aforesaid work. You are requested to submit your offer in sealed envelope for the aforesaid work as per detailed specifications and other requirements as mentioned more specifically elsewhere in this tender document. 2. Tender document can be downloaded from the window “Tenders” of NABARD's website www.nabard.org from 26.10.2017 to 16.11.2017. Further clarification / addendums etc. shall be available on same website during the period. 3. Properly filled tenders as Technical Bid (Part-I) and Price Bid(Part-II) shall be submitted separately in two sealed envelopes, duly furnishing all the required information. These two separate sealed envelopes should be superscribed as “Technical Bid(Part-1) for Tender for Replacing the Rear side Windows from 3 rd Floor to 8 th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51and Price Bid(Part-2) Tender for Replacing the Rear side Windows from 3 rd Floor to 8 th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51respectively. The two envelopes ( Part-1 & Part-2) should be inserted in another sealed envelope which should be superscribed as Tender for Replacing the Rear
Transcript
Page 1: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक

PAGE 1 OF 90 National Bank for Agriculture and Rural Development

¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिूा), मुांबई - 400 051. टेली: +91 22 26530024 • फ़ै क्स: +91 22

26530150 • ई मेल: [email protected]

Department of Premises, Security & Procurement Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91

22 2653 0150 • E-mail: [email protected]

NOTICE INVITING TENDER

Ref. No. NB. DPSP/HO Exterior Painting -HO 18/ 1643 / 2017 – 18

26 October 2017

M/s.

Dear Sir,

Tender for “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”

1. National Bank for Agriculture and Rural Development is inviting tender for the aforesaid work. You are requested to submit your offer in sealed envelope for the aforesaid work as per detailed specifications and other requirements as mentioned more specifically elsewhere in this tender document.

2. Tender document can be downloaded from the window “Tenders” of NABARD's website www.nabard.org from 26.10.2017 to 16.11.2017. Further clarification / addendums etc. shall be available on same website during the period.

3. Properly filled tenders as Technical Bid (Part-I) and Price Bid(Part-II) shall be

submitted separately in two sealed envelopes, duly furnishing all the required

information. These two separate sealed envelopes should be superscribed as

“Technical Bid(Part-1) for “ Tender for Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” and

Price Bid(Part-2) “Tender for Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”

respectively. The two envelopes ( Part-1 & Part-2) should be inserted in another

sealed envelope which should be superscribed as “Tender for Replacing the Rear

Page 2: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक

PAGE 2 OF 90 National Bank for Agriculture and Rural Development

¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिूा), मुांबई - 400 051. टेली: +91 22 26530024 • फ़ै क्स: +91 22

26530150 • ई मेल: [email protected]

Department of Premises, Security & Procurement Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91

22 2653 0150 • E-mail: [email protected]

side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” and should be addressed to “The Chief General

Manager, DPSP, National Bank for Agriculture and Rural Development, C-24, G-

Block, Ground Floor, A-wing, BKC, Bandra(E), Mumbai - 400 051”, so as to reach

this office latest by 14:00 hours on 16.11.2017. The tenders shall be submitted in 'Original'

to the Bank.

4. Technical Bid(Part-1) i.e. Envolope No -1 shall contain;

a. Earnest Money Deposit

b. Notice Inviting Tender

c. Integrity Pact

d. Form of Tender

e. Eligibility criteria of the contractors

f. Special Instructions to the contractors

g. General Instructions to Contractors

h. Terms and Conditions

i. Technical Specifications

j. List of approved makes of materials

k. Power of attorney authorizing the person to sign the tender.

5. Price Bid(Part-2) i.e. i.e. Envolope No.-2 shall contain:

Duly Priced Schedule of Quantities

6. Envelope No.1 will be opened on the same day (last day of receipt of tender) at 15.00 hrs. in the presence of bidders’ representatives, should they choose to be present.

7. a. Envelope No.2 should not contain any conditions whatsoever and any conditional bids shall be rejected.

b. Envelope No.2 will be opened on some suitable date, which will be

communicated later.

8. Before filling up the tenders, the bidders may note the following:

a. The bids shall remain valid and open for acceptance for 3 months from the date of opening of Envelope No. 1

b. Time of Completion : The work shall be completed within 6 months from the 14th day of date of issue of work order.

Page 3: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

राष्ट्रीय कृषि और ग्रामीण षिकास बैंक

PAGE 3 OF 90 National Bank for Agriculture and Rural Development

¹ããäÀÔãÀ , ÔãìÀàãã †Ìãâ ‘ããä£ã¹ãÆã¹ããä¦ã प्लॉट क्र सी-24, 'जी' ब्लॉक, बाांद्रा-कुलाा कॉम्पप्लेक्स, बाांद्रा (पिूा), मुांबई - 400 051. टेली: +91 22 26530024 • फ़ै क्स: +91 22

26530150 • ई मेल: [email protected]

Department of Premises, Security & Procurement Plot No. C-24, 'G' Block, Bandra-Kurla Complex, Bandra (E), Mumbai - 400 051 • Tel.: +91 22 2653 0024 • Fax: +91

22 2653 0150 • E-mail: [email protected]

c. Liquidated damages for delay in completion of the works will be levied at 0.25% of the value of the accepted tender for every week of delay or part thereof, subject to maximum of 5% of the value of the accepted tender.

d. NABARD reserves the right to accept or reject any /all tender/s in part or whole of any firm / firms without assigning any reasons for doing so.

9. Earnest Money Deposit (EMD) of Rs.3,30,000/- ( Rupees Three lakh thirty thousand only) by way of a Demand Draft from Nationalised Bank/ Scheduled Bank payable at Mumbai in favour of ‘NABARD’. Tender without EMD shall be rejected.

10. The Bidders have to enter into Integrity Pact with NABARD at his cost on non-judicial stamp paper of worth of Rs 200/-as per the format given in ‘Annexure A’ to become eligible to participate in the Price-Bid. Integrity Pact shall be form part of Technical Bid.

A complaint format as shown in Annexure-B is to be used by the bidder/vendor and the NABARD for lodging complaint, if any, to the Independent External Monitor(IEM). This shall form part of the pre-bid Agreement document. All correspondences with IEM relating to complaints made by vendors shall be routed through CVC, NABARD only.

The successful bidder shall execute an agreement with NABARD at his cost on non-judicial stamp paper of worth of Rs 200/- within 14 days from the date of issue of work order failing which the bidder’s EMD may stand forfeited.

11. A pre-bid meeting will be convened in the office of the Chief General Manager, DPSP, NABARD, BKC, Mumbai-51 at 11.00 AM on 09.11. 2017. The Bidders are requested to participate in the scheduled pre-bid meeting. Doubts of the Bidders regarding the tender if any will be clarified during the meeting. As per the the clarification in pre-bid meeting and if any further addendum required to be incorporated in the tender, NABARD will incorporate amendments in the tender conditions / revise the Price-Bid if necessary after the pre-bid meeting and before the last date of submission of tender as corrigendum which will be uploaded on NABARD’s website as part of the tender.

Thanking you,

Yours faithfully,

(Mukesh Vats )

Dy. General Manager

Encl. : Tender Document

Page 4: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

4

TENDER FOR “REPLACING THE REAR SIDE WINDOWS FROM 3rd FLOOR TO 8th FLOOR , CIVIL REPAIR WORK, EXTERIOR AND INTERIOR RE- PAINTING AND

WATER PROOFING AT NABARD, HEAD OFFICE, BKC, BANDRA ( E), MUMBAI-51”

PART- 1

TECHNICAL BID

DEPARTMENT OF PREMISES, SECURITY AND PROCUREMENT,

HEAD OFFICE NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT

C-24, G- Block, BKC , Bandra (E), Mumbai-400 051 (Last date of receipt of Tender : 14.00 Hours on 16.11.2017)

Page 5: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

5

FORM OF TENDER

Date :

The Chief General Manager

Department of Premises, Security and Procurement

National Bank for Agriculture and Rural Development

Head Office,

Mumbai – 400051

Dear Sir,

Tender for “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”

Having examined the Technical Bid and Price Bid of Tender Document relating to the works

specified in the Memorandum hereinafter set out, having visited and examined the site of the

works specified in the said Memorandum and having acquired the requisite information

relating thereto as affecting the tender, I/We hereby offer to execute the works specified in the

said Memorandum within the time specified, at the rates mentioned in the Price Bid and in

accordance in all respects of the tender and with such materials as are provided for, by and in

all other respects in accordance with such conditions so far as they may be applicable.

MEMORANDUM

a) Description of work :Tender for “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”

b) Earnest Money : Rs 3,30,000/-

c) Time allowed for completion of the : 6 months from 14th day of issue of

Work Work Order.

d) Retention Money Deposit (RMD) : 5% from every R.A. Bill.

e) Initial security deposit : 2% of value of accepted tender value

(including EMD)

We understand that the time for completion shown above shall be reckoned from the 14th date

of issue of the Work Order.

Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms and

provisions or the said Conditions of the tender annexed hereto so far as they may be applicable

Page 6: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

6

or in default thereof to forfeit the EMD and pay to the National Bank for Agriculture and Rural

Development, the amount mentioned in the said tender conditions.

Our Banker’s are :

i)

ii)

The names of partners of our firm are :

i)

ii)

iii)

Name of the partner of the firm

Authorized to sign:

OR

Name or person having Power of

Attorney to sign the contract

(certified copy of the Power of

Attorney should be attached):

Yours faithfully,

Signature of Tenderer

Page 7: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

7

A. PREQUALIFICATION/ELIGIBILITY CRITERIA OF THE CONTRACTORS

The bidder/tenderer (contractor) shall have the following qualifying criteria for participating in the

tender:

* the bidder should have full-fledged registered office establishment functioning in Mumbai or

Thane or Raigad or Pune districts of Maharashtra for minimum of 7 years (ending 30.09.2017)

and should have experience of minimum 7 years in the area of Civil, Structural, Exterior Structural

glazing and Painting works as on 30.09.2017.

* the bidder should have registration with any Govt. / Semi-Govt. / Govt. Undertakings /

Autonomous bodies / Private Sector / Housing Societies etc. and having experience of executing

above types of works under a single contract

* the bidder should have applicable Tax registrations (PAN, GST etc)

* the bidder should have a current / savings bank account with a scheduled commercial bank.

* the average annual turnover of the bidder/ firm over the last three years (ending 31.03.2017)

shall not be less than Rs 165 lakh.

* the bidder should have at least an experienced Site Engineer having Degree/3 year Diploma in

Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering

specifically for this work at site as whole day basis for day to day supervision whose self attested

Bio-Data with sopy of photo ID proof and copy of proof of qualification certified by a Gazzetted

officer should be submitted with the Technical Bid.

* the bidder / firm should have successfully executed and completed the projects involving Civil

or Structural or Exterior work in a single contract of atleast any of the following values during last

seven years ( ending 30.09.2017):

i) Three works whose individual work order / completion value is not less than Rs. 66 lakh

ii) Two works whose individual work order/completion value is not less than Rs. 83 lakh

iii) One work whose individual work order/completion value is not less than Rs. 132 lakh

Besides the above, the bidder should have completed the work in respect of following area in a

single project:

i) Painting work of a building with minimum cost of Rs 14 lakh

ii) Aluminium structural glazing work for a building with minimum cost of Rs 10 lakh

iii) Structural repair of a RCC building involving application of Polymer modified

mortar/Pressure grouting with minimum cost of Rs 6 lakh.

The contractor should submit the certified proof for establishing the above pre-

qualifications, along with filled in proforma in the Technical Bid. Copies of evidence of pre-

qualifications in chronological order, should be submitted in a separate envelope which

should be inserted in Envelope No.1.

Page 8: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

8

B. SPECIAL INSTRUCTIONS TO THE CONTRACTORS

i. Intending contractors(bidders) are required to submit their profile by giving details in the

enclosed proforma about their organisation, experience, professional personnel in their

organisation, competence, etc. along with documentary evidences.

ii. The tenders shall be signed by the person/persons on behalf of the organisation having

necessary Authorisation/Power of Attorney to do so. Each page of the application shall be signed.

(Copy of Power of Attorney/Memorandum of Association shall be furnished along with

application).

iii. If the space in the proforma is insufficient for furnishing full details, such information shall

be supplemented on separate sheets of paper stating therein the part of the proforma and serial

number. Separate sheets shall be used for each part of application, if required.

iv. Tenders containing false and/or incomplete information are liable for rejection.

v. While filling up the tenders with regard to the list of important assignments completed or

on hand, the contractors shall only include major assignments having agreement/completion value

of Rs 66 lakh and above. The acknowledged copies of the bill raised/completion certificates

indicating the value of work completed may be enclosed for assessment and verifications in this

regard.

vi. The contractor must have qualified and experienced professionals in the respective

discipline and their self attested bio-data and certified proof of qualification should be submitted

in the Technical Bid.

vii. The contractor must have successfully completed the work according to the eligibility

criteria mentioned in para-A.

viii. The Earnest Money Deposit of Rs.3,30,000/-(Rupees Three lakh thirty thousand only) by way of Demand Draft drawn on any scheduled Bank favouring NABARD payable at Mumbai as mentioned in “Clause b” of Form of Tender shall be submitted along with the Technical bid (Part-1). In case of successful bidder, the EMD will be retained with NABARD, which will form part of the Security Deposit (SD) and will be refunded as per conditions of the tender. In case of unsuccessful bidders, the EMD will be refunded only on award of Contract to the successful bidder. The EMD / SD will not bear any interest. If the bidder withdraws his tender before expiry of the validity period of the tender or if the Contractor fails to execute / complete the works satisfactorily, NABARD reserves the right to forfeit the EMD / SD. Any tender not accompanied by the EMD will be rejected.

ix. The rates for each item as per scope of work shall be quoted by the bidder in the Price bid

to be submitted separately in a sealed envelope as Part-2.

x. Price Bids of only those contractors qualified in the Technical bid will be opened for

selection of contractor.

Page 9: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

9

C. GENERAL INSTRUCTIONS

1. PROCEDURE OF FILLING AND SUBMISSION OF TENDER

i) The bidders should quote their rates in figures and words where the quantities have

been indicated in the relevant items of the schedule of quantities, failures to do so may

invalidate the tender. Erasing or over writing shall not be allowed. Corrections in the

tender should be avoided if this becomes unavoidable, the entire rate (and not a portion

only) shall be scored out and signed (not simply initiated) by the bidder as token of

such cancellation. A fresh rate in specified manner shall then be correctly written.

ii) In the event of the tender being submitted by a firm, it must be signed by a member or

members of the firm having legal authority to do so, and if called for, the legal

documents in support thereof must be produced for inspection and the same in the case

of the firm carried out by one member of a Hindu Undivided Family(HUF).

iii) All corrections are to be signed by the contractor.

iv) The bidder is to quote this rate in ink/type both in words and figures in English. The

tender shall be clearly and legibly written and whole writing must be by the hand of the

person signing the tender and with the same pen and ink/type.

v) The employer(NABARD) reserves to itself the right to accept the lowest or split up and

distribute any items of work to any specialist firm or firms without assigning any

reason. The employer reserves the right to split up and distribute the work to more than

one bidder, if necessary. Signature/initial with company seal on each page will be

deemed to be the acceptance of the contents of this tender paper by the bidder.

vi) Bidder shall note that their tenders shall remain open for acceptance for a minimum

period of three months from the date of opening the Price Bid. The tender must be

unconditional. Conditional tenders may be summarily rejected.

vii) No part of bid should be re-typed for submission.

2. RATES TO INCLUDE:

While quoting their rates the bidder should include the following also if otherwise not

stated herein before.

I. Necessary cost of taking samples of materials supplied by them for construction

including Mock-up sample of Aluminium Structural glazing, samples of cement, steel,

tiles, sample application of paint etc., testing of the same at Govt.’s / approved

laboratory including transportation, cost of the samples, as and when required.

II. Submission of test reports of materials as may be specified by Consultant

III. Rates should include all prevailing Taxes, Wages as per Act, etc. except GST for the

work contract. The contractor should quote the GST extra at prevailing rate for the

entire work in the respective column of Price Bid. The rates quoted should be firm for

Page 10: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

10

the entire Contract period. No escalation of rates will be allowed for the entire contract

period on any account.

IV. Rates should include costs for proper covering of existing Bank’s and staffs’ properties

such as other existing civil/electro mechanical installations, furniture & fixtures,

parked vehicles with thick sheets of polythene/plastic/tarpaulin/PVC/Plywood/Particle

Board/Block Board, removal of debris out of work site to the safe limit earmarked in

the premises daily basis, removal of debris out of the premises and dumping to

Municipal Corporations dump yard periodically, removing stains and cleaning the

influence area of activities of the contractor in the premises thoroughly on daily basis.

Contractor shall obtain a certificate to that effect from the ACT. This certificate should be submitted along with every RA bill and unless the same is done to the satisfaction of the NABARD's Engineer, the Bill will not be accepted.

V. Water for carrying out the work with quality test report of water should be arranged by

the contractor at his cost. Rates should include the cost of water.

VI. Electricity will be provided by NABARD free of cost. .

VII. The basic rate of the item means prevailing market rate(invoice value) including all

taxes

VIII. The quoted rate shall include the costs of all minor/sundry items to make it

functional.

3. WORKING HOURS:

For exterior work, the contractor is allowed to execute the work only on day time of all 7 days

of week in presence of of his Supervisor/Engineer. For interior work, as the site is a Working

office, the Contractor should also prepare to execute the work after working hours and on

holidays. No extra payments will be made to the contractor on account of carrying out the

works during holidays and at odd hours. For arranging the work on holidays and after office

hours, the contractor has to obtain special written permission from Protocol & Security Section

of NABARD in advance.

4. STORAGE OF MATERIALS:

On-site storage space will be provided to the Contractor subject to availability. However, the

Contractor may erect temporary sheds for storage purposes at his cost with the permission of

NABARD. NABARD will not be responsible for Contractor's materials. The Contractor may

be required to vacate the storage space and sheds after completion of works / as per exigency

after clearing and cleaning the area/space and make good the area without any extra cost to

NABARD. If the contractor fails to clear/make good the storage area within the specified time

of notice by NABARD, the area will be cleared/make good by NABARD at contractor’s cost.

5. LABOUR HUTMENT:

Shelter or stay for the labor has to be arranged by the contractor outside NABARD office

premises at his own expense and responsibility.

Page 11: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

11

6. IDLE LABOUR AND EXTENSION OF TIME:

In case the construction work is held up for any site conditions not attributable to the

contractors or for any decisions instructions / want of details from Employer / Consultant or for

any of the conditions as per General conditions of contract at S.No: 30 and 31, the contractor shall

be allowed reasonable extension of time by the employer but any additional/ extra claim for

payment to idle labour/tools/establishment/plant etc during this period shall not be the liability of

the employer. Contractor’s quoted rates should include for all such contingencies.

The Contractor or his authorized representative should visit the site frequently as required by

NABARD and meet NABARD’s Engineer with prior appointment for any clarifications and to

receive instructions, take measurements, etc. at the site. The work should not suffer due to lack of

supervision, manpower and materials.

The Contractor is required to co-ordinate his works along with other agencies working at

site. He has to reimburse for any of the damage made by him or any of his representatives

to any other agency or the owner at site.

Nothing extra will be paid for making any cut-out / opening for electrical wiring / fitting in

any of false ceiling, partition, Panelling, masonry work etc. contractor’s quoted rates

should include for all such works.

The contractor is required to fabricate a sample wherever required, or any item so installed

for approval. Any changes made by the Consultant / Employers, in the sample to the

specifications as mentioned in the tender, shall not be deducted or not be paid extra. The

bulk purchase of materials can only be taken up after the final approval of the samples of

the item by the Consultant/NABARD.

The installations shall be so fixed shall be in plumb and true in line. The fabrications shall

be firmly fixed to the sill/ floor and ceiling by using suitable fasteners/adhessives as per the

manufacturers’ specifications and tender specifications.

The contractor shall check all dimensions before fabricating and fixing the glazed windows

at site.

All measurements given in the schedule hereunder are for the purpose of tender only.

Payment will be made on actual joint (contractor and Consultant) measurement of the work

done.

All measurements shall be as per relevant I.S.I. standards and Materials used should

conform to relevant National Codes.

Except where provided for in the description of the individual items in the schedule of

quantities and in the specifications and conditions laid down hereinafter and in the

drawings, the work shall be carried out as per standard specifications and under the

direction of Employer / Consultant.

Page 12: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

12

D. GENERAL CONDITIONS OF CONTRACT

1. INTERPRETATION

In constructing these conditions, the specifications, the schedule of quantities, tender and

agreement, the following words shall have the meaning herein assigned to them except where the

subject or context otherwise requires.

Employer: The term employer shall denote NABARD with their Head office at B.K.C,

BANDRA (E), NABARD and any of its employees representative authorized on their

behalf.

Consultant: The term Consultant shall mean M/s. Avon Projects, B-114, Garden CHSL,

Building No.2, Behind Liberty Garden, Opp. B.M.C. SchoolMalad(W), Mumbai – 400064, Mob:

9821114853 or in the event of his / their ceasing to be the Consultant for the purpose of this

contract such other persons as the employer shall nominate for the purpose.

Contractor: The term contractor shall mean __________ __ _

(Name and address of the contractor) and his / their heirs, legal representives, assigns

&successors.

Site: The site shall mean the site where the works are to be executed as shown within

boundary in red border on the site plan including any building and erection thereon,

allotted by the employer for the contractors use.

Drawings: The work is to be carried out in accordance with drawings, specifications, the

schedule of quantities and any further drawings, which may be supplied, or any other

instruction, which may be given by the Employer during the execution of the work.

All drawings relating to work given to the contractor together with a copy of schedule of

quantities are to be kept at site and the contractor will made them available to the employer

/ Consultant whenever necessary.

In case any detailed Working Drawings/Shop drawings are necessary contractor shall

prepare such detailed drawings and / or dimensional sketches therefore and have it

confirmed and approved by the Consultant as case may be prior to taking up such work.

The contractor shall ask in writing for all clarifications on matters occurring

anywhere in drawings, specifications and schedule of quantities or to additional

instructions at least 10 days ahead from the time when it is required for

implementation so that the Employer may be able to give decision thereon.

“The Works” shall mean the work or works to be executed or done under this contract.

“Act Of Insolvency” shall mean any act as such as defined by the Presidency Towns

Insolvency Act or in Provincial Insolvency act or any amending status.

“The Schedule of Quantities” shall mean the schedule of quantities as specified and

forming part of this contract.

Page 13: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

13

“Priced Schedule of Quantities” shall mean the schedule of quantities duly priced with

the accepted quoted rates of the contractor.

“Contract” shall mean the Articles of Agreement, the general conditions special

conditions, the appendix, the schedule of quantities, specifications and drawings attached

here to and duly signed.

‘Contract Price’ shall mean the sum named in the Tender subject to such additions thereto

or deductions there from as may be made under the provisions hereafter contained.

‘Notice in Writing’ or written notice shall mean a notice in writing, type or printed

characters sent (unless delivered personally or otherwise provided to have been received)

by registered post to the last known private or business address or registered office of the

addressee and shall be deemed to have been received when in the ordinary course of post it

would have been delivered.

‘Net Prices’ any arriving at the Contract amount the Contractor shall have added to or

deducted from the total of the items if the Tender any sum, either as a percentage or

otherwise, then the net price of any item in the tender shall be the sum arrived at by adding

to or deducting from the actual figure appearing in the tender as the price of that item a

similar percentage or proportionate sum. Providing always that in determining the

percentage or proportion of the sum so added or deducted by the contractor, the total

amount of any Prime Cost items and provisional sums of money shall be deducted from

the total amount of the Tender. The expression ‘net rates’ or ‘net prices’ when used with

reference to the contract or account shall be hold to mean rates or prices so arrived at.

‘Virtual Completion’ shall mean the site is in the opinion of the Consultant and Employer

fit for occupation.

“Date of commencement” shall be either 14th day, from the date of issue work order to

the contractor or day on which the contractor takes possession of site whichever is earlier

2. SCOPE OF WORK:

The Contractor shall carry out and complete the said work in every respect in accordance

with this Contract and with the directions of and to the satisfaction of the Consultant and

Employer. The Consultant with approval of Employer issue further drawings and / or

written instructions, details directions and explanations which hereafter collectively

referred to as ‘Consultant’s Instructions’. In regard to:

b. The variation or modification of the design quality or quantity of works or the

addition or omission or substitution of any work.

c. Any discrepancy in the drawings or between the schedule of quantities and / or

drawings and / or specification.

d. The removal from the site of any defective material brought thereon by the

contractor and the substitution of any other material thereof.

e. The demolition removal and / or re-execution of any work executed by the

contractor/s.

Page 14: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

14

f. The dismissal from the work of any persons employed there upon.

g. The opening up for inspection of any work covered up.

h. The rectification and making good of any defects under clauses hereinafter

mentioned and those arising during the maintenance period (Defect Liability Period).

The contractor shall forthwith comply with and duly execute any work comprised in such

Employer’s or his agent / Consultant’s instructions, provided always that verbal

instructions, directions and explanations given to the contractor’s or his representative

upon the works by the Employer’s or his agent / Consultant shall, if involving a variation,

be confirmed in writing to the contractor/s within seven days. No works, for which rates

are not specifically mentioned in the priced schedule of quantities, shall be taken up

without written permission of the Employer or his agent / Consultant. The employer in

consultation with the Consultant as provided in clause “variation” shall fix rates of items

not mentioned in the priced schedule of quantities.

Regarding all factory made products for which ISI marked products are available,

only products bearing ISI marking shall be used in the work.

3. BIDDERS SHALL VISIT THE SITE

Intending bidder shall visit the site and make himself thoroughly acquainted with the

local site condition, nature and requirements of the works, facilities of transport

conditions, effective labour and materials, access and storage for materials and removal

of rubbish. The bidder shall include the cost of these items in the quoted rates like

carriage, freight and other charges as also for any special difficulties and including police

restriction for transport etc., for proper execution of work as indicated in the drawings.

The successful bidder will not be entitled to any claim of compensation for difficulties

faced or losses incurred on account of any site condition which existed before the

commencement of the work or which in the opinion of the employer or his agent /

Consultant might be deemed to have reasonably been inferred to be so existing before

commencement of work.

4. TENDERS

The entire set of tender paper issued to the bidder should be submitted and also signed on

the last page together with initials on every page. Initial / signature will indicate the

acceptance of the tender papers by the bidder.

(Also see general rules and instructions for the guidance of Bidders)

The schedule of quantities shall be filled in as follows:

I. The “Rate” column to be legibly filled in ink in both English figures and English

words.

II. Amount column to be filled in for each item and the amount for each sub head as

detailed in the “Schedule/ Bill Of Quantities”.

III. All corrections are to be initialed.

Page 15: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

15

IV. In case of any errors / omissions in the quoted rates, the rates given in the tender

marked “original’ shall be taken as correct rates.

No modifications, writings or corrections can be made in the tender papers by the tenderer,

but may at his option offer his comments or modifications in a separate sheet of paper

attached to the original tender paper.

The Employer reserves the right to reject the lowest or any tender and also to

discharge any or all of the tenders of each section or to split up and distribute any

item of work to any specialist firm or firms, without assigning reasons.

The bidders should note that the tender is strictly on the item rate basis and their attention

is drawn to the fact that the rates for each and every item should be correct, workable and

self-supporting. If called upon by the Employer / Consultant detailed analysis of any or all

the rates shall be submitted. The Employer / Consultant shall not be bound to recognize the

contractor’s analysis. All corrections are to be initialed.

The works will be paid for as “measured work” on the basis of actual work done and not

as “lumpsum” contract, unless otherwise specified.

All items of work described in the schedule of quantities are to be deemed and paid as

complete works in all respects and details including preparatory and finishing works

involved, directly related to and reasonably detectable from the drawings, specifications

and schedule of quantities and no further extra charges will be allowed in this connection.

In the case of lump-sum charges in the tender in respect of any items of work will be made

for the actual work done on the basis of lumpsum charges as will be assessed to be payable

by the Employer / Consultant.

The employer has power to add to, omit from any work as shown in drawings or described

in specifications or include in schedule of quantities and intimate the same in writing but

no addition, omission or variation shall be made by the contractor without authorization

from the Employer. No variation shall vitiate the contract.

The tenderer shall note that his tender shall remain open for consideration for a period of

three months from the date of opening of the tender.

5. AGREEMENT

(i) The successful contractor will be required to sign agreement in Rs 200/- non-judicial

stamp paper in accordance with the draft agreement as per format in Annexure-C and the

schedule conditions. The contractor shall pay for all stamps and legal expenses, incidental

thereto. However the written acceptance by the employer of a tender will constitute a

binding contract between the employer and the person so tendering whether such formal

agreement is or is not subsequently executed.

(ii) On completion of the work, the contractor is required to execute performance

guarantee for Water proofing for Exterior Paint and Aluminium Structural window for 10

years and 15 years respectively in Rs 200/- non-judicial stamp paper as per the agreement

format in Annexure-D. The contractor shall pay for all stamps and legal expenses,

incidental thereto.

Page 16: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

16

6. AUTHORITIES, NOTICES, PATENT RIGHTS AND ROYALTIES:

The Contractor shall confirm to the provisions of the statutes relating to the works, and so

to the regulation and bylaws of an local authority, and of any water, lighting and other

companies on authorities with whose systems the structures are proposed to be connected

and shall before making any variation from the drawings or specifications, that may be

necessitated by so conforming given to the Consultant’s written notice, specifying the

variations proposed to be made and the reason for making it apply for instruction thereon.

In case, the Contractor shall not within the 10 days receive such instruction, he shall

proceed with the work conforming to the provisions, regulations or bylaws in questions.

The Contractor shall bring to the attention of the Consultant all notices required by the said

acts, regulations or bylaws to be given to any Authority, and pay to such authority or to

any Public Officer all fees that may be properly chargeable in respect of the works, and

lodge the receipts with the Consultant /Employer.

The Contractor shall identify the Employer against all claims in respect of patent rights,

designs, trademarks or name or the protected rights in respect of any constructional plant,

machine, work or material used for or in connection with the works or temporary works

and from and against all claims, demands, proceedings, damages, costs, charges, and

expenses whatsoever in respect thereof or in relation thereto. The Contractor shall defend

all actions arising from such claims, unless he has informed the Consultant, before any

such infringement and received their permission to proceed and shall himself pay all

royalties, license fees, damages, coat and charges of all and every sort that may be legally

incurred in respect thereof.

7. TAXES AND DUTIES

The bidders must include in their tender rates quoted for all taxes like all duties, royalties,

cess, any other taxes except GST for work contract or local charges if any applicable. The

contractor should quote GST at prevailing rate extra for the entire work in the respective

column of Price Bid. Rates quoted for the items of work shall be firm(no change)

throughout the contract period till the completion of the work.

8. NOTICES AND STATUTORY REGULATIONS:

The contractor shall give all notices and pay all fees and shall comply all Acts and

Regulations for the successful completion of the contract works. The whole of the work is

to be complied with as per the requirements and bylaws of the relevant statutory authorities

including contract labour (Regulation and Abolition) Act 1970.

9. QUANTITY OF WORK TO BE EXECUTED

The Schedule of Quantities unless otherwise stated shall be deemed to have been prepared

in accordance with the Standard Procedure of the Consultant shall be considered to be

approximate and subject to variation. The Employer reserves the right to execute only a

part or the whole or any excess thereof without assigning any reason therefore.

The Contractor shall be deemed to have satisfied himself before tendering to the

correctness and sufficiency of his tender for the works and of the prices stated in the

Schedule of Quantities and / or the Schedule of Rates and Prices, which rates and prices

shall cover all things necessary for the completion of the works.

Page 17: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

17

10. OTHER PERSONS ENGAGED BY THE EMPLOYER

The Employer reserves the right to execute any part of the work included in this contract or

any work, which is not included in this contract by the other Agency, or persons and

contractor shall allow all reasonable facilities and use of his scaffoldings for the execution

of such work. The main contractor shall extend all cooperation in his regard.

11. EARNEST MONEY AND INITIAL SECURITY DEPOSIT

(i) An initial part of Initial Security Deposit(ISD) for an amount of Rs 3,30,000/- ( Rupees

Three lakh thirty thousand Only) towards Earnest Money Deposit (EMD) of by way of

a Demand Draft from Nationalised Bank/ Scheduled Bank payable at Mumbai in

favour of ‘NABARD’ to be submitted along with the ‘Technical Bid’. The balance ISD

(which will be 2% of the quoted amount minus EMD) will be submitted by the

contractor after awarding of the work. The Tender without EMD shall be rejected out

rightly.

(ii) The Earnest Money Deposit (EMD)/ Security Deposit (SD) will not bear any interest. If the bidder withdraws his tender before expiry of the validity period of the bidder or if the Contractor fails to execute / complete the works satisfactorily, NABARD has the right to forfeit the EMD / SD. Any Tender not accompanied by the EMD will be rejected. The EMD of all the unsuccessful bidders will be refunded.

(iii) Initial Security Deposit (ISD) of 2% of the accepted value of tender shall be provided by the successful tenderer in the form of Demand Draft from a scheduled Bank within 14 days of issue of work order. The EMD already furnished by the successful tenderer shall be taken into account while determining the above ISD. In other words EMD will become part of the ISD. The ISD will be liable to be forfeited in case the contractor commits breach of any of the terms and conditions of the contract or fails to complete the works. This forfeiture is independent of the liquidated damages provided for in the contract.

(iv) Security Deposit: In addition to ISD, Retention Money Deposit (RMD) will be deducted @ 5% of the gross value of the work done / each Running Bill and Final Bill till the Security Deposit ( i.e. ISD plus RMD) amounts to 5% of contract value. This amount shall not bear any interest. The EMD already with NABARD shall be taken into account and adjusted towards Security Deposit (SD) while settling the Final Bill. The Security Deposit (SD) will not bear any interest. 50% of the total security deposit is refunded after virtual completion of the work and rest 50% will be refunded after Defects Liability Period from the date of Virtual Completion of works provided the Contractor has satisfactorily carried out all the rectification works and attended to all defects to the satisfaction of NABARD.

12. CONTRACTOR TO PROVIDE EVERYTHING NECESSARY

The Contractor shall provide everything necessary for the proper execution of the work

according to the intent and meaning of the drawings, schedule of quantities and

specifications taken together whether the same may or may not be particularly shown or

described therein provide that the same can reasonably be inferred there from and if the

contractor finds any discrepancies therein he shall immediately and in writing, refer the

same to the Employer / Consultant whose decision shall be final and binding.

Page 18: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

18

13. TIME OF COMPLETION, EXTENSION OF TIME&PROGRESS CHART

The Contractor shall be allowed admittance to the site on the ‘Date of Commencement’

stated in the Appendix, and he shall thereupon and forthwith begin the works and shall

regularly proceed with to complete the same. On or before the ‘Day of Completion “ stated

in the Appendix subject nevertheless the provision for the extension of time hereinafter

contained.

If in the opinion of the Consultant the works be delayed:

a. By force major or

b. By reason of any exceptionally inclement weather or

c. By reason of proceedings taken or threatened by or dispute with adjoining or

neighboring owners of public authorities arising, than through the Contractor’s won

default or

d. By the works or delays of the contractors tradesmen engaged or nominated by the

Employer / Consultant and not referred in the Schedule of Quantities and / or

specifications or

e. By reason of civil, commotion, local combination of workmen or strike or lock-out

effecting any of the buildings traders or

f. By reason of the Consultant’s instructions as per clause 2, or

g. In consequence of the Contractor not having in due time, necessary instructions from

the Consultant for which he shall have specifically applied in writing ahead of time,

giving the Consultant reasonable time to prepare such instructions, the Consultant

shall make a fair and reasonable extension of time for completion of the Contract

works.

In case of such strike or lock-out, the Contractor shall as soon as possible, give

written notice thereof the Consultant, but the Contractor shall nevertheless

constantly use his endeavors to prevent delay and shall do all they may reasonably

be required, to the satisfaction of the Consultant to proceed with the work.

The Contractor on starting the works shall furnish to the Employer / Consultant a

PERT / CPM Programme/Bar chart for carrying out the work stage in the stipulated

time for the approval of Consultant / Employer and follow strictly the approved

time schedule incorporating charges if any, to ensure the completion of the work in

stipulated time. A graph or chart on individual work shall be maintained showing

the proportionate progress of work week by week by Consultant a weekly progress

report stating the number of skilled and un skilled laborers employed on the work,

working hours done, place, type, and quantity of work done during the period.

The Contractor must inform the Consultant within 7 days in advance of all drawings and

detailed required by him from time to time. The Contractor shall Adhere to the approved

program and arrange for the materials and labour etc accordingly. Despite repeated

instructions, if the Contractor fails to show proportionate progress of the work, the

Page 19: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

19

Consultant / Employer may take suitable action and deemed fit without prejudice to any

terms and conditions of the contract.

14. LIQUIDATED DAMAGES

Should the work be not completed to the satisfaction of the Employer / Consultant within

the stipulated period, the contractor shall be bound to pay to the Employer a sum calculated

as given below by way of liquidated damages and not as penalty during which the work

remains non-commenced or unfinished after the expiry of the completion date.

If the contractor fails to complete the work by the Scheduled date of completion or within

any sanctioned extended time, he will have to pay liquidated damages at rate of 0.25 % of

contract value for each week or part of the week of delay subject to maximum of 5% of the

contract value.

15. NOTICE AND PATENTS OF APPROPRIATE AUTHORITY AND OWNERS

The contractor shall conform to the provisions of any Acts of the Legislature relating to the

work, and to the Regulations and Bye-Laws of any authorities, and / or any water, lighting

and other companies, and / or authorities with whose systems the structures were proposed

to have connection and shall before making any variations from the drawings or

specifications that may be associated to so conform, give the Employer / Consultant

written notices specifying the variations proposed to be made and reasons for making them

and apply for instruction thereon. The Employer / Consultant written notices specifying the

variations proposed to be made and reasons for making them and apply for instruction

thereon. The Employer / Consultant on receipt of such intimation, shall give a decision

within a reasonable time.

The contractor/s shall arrange to give all notices required for by the said Acts, Regulations

or Bye-laws to be given to any authority, and to pay to such authority or to any public

officer all fees that may be properly chargeable in respect of the work and lodge the

receipts with the Employer.

The contractor shall indemnify the Employer against all claims in respect of patent rights,

royalties, damages to buildings, roads or members of public in course of execution of work

and shall defend all actions arising from such claims and shall keep the Employer saved

harmless and indemnified in all respects from such actions, costs and expenses.

16. MATERIALS, WORKMANSHIP, SAMPLES, TESTING OF MATERIALS.

All the works specified and provided for in the specifications or which may be required to

be done in order to perform and complete any part thereof shall be executed in the best and

most workmanlike manner with materials of the best and approved quality of the

respective kinds in accordance with the particulars contained in and implied by the

specifications and as represented by the drawings or according to such other additional

particulars, and instructions as may from time to time be given by the Employer /

Consultant during the execution of the work and to his entire satisfaction.

All mandatory tests shall be carried out as per CPWD specifications. If required by

the Employer / Consultant, the contractor shall have to carry out tests on materials

and workmanship in approved materials testing laboratories or as prescribed by the

Employer / Consultant at his own cost to prove that the materials etc., under test

Page 20: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

20

conform to the relevant I.S Standards or as specified in the specifications. The

necessary charges for preparation of mould (in case of concrete cube), transporting, testing

etc., shall have to be borne by the contractor. No extra payment on this account should in

any case be entertained.

All the materials (except where otherwise described) stores and equipment required for the

full performance of the work under the contract must be provided through normal channels

and must include charges for import duties, sales tax, octroi and other charges and must be

the best of their kind available and the contractors must be entirely responsible for the

proper and efficient carrying out of the work. The work must be done in the best

workmanlike manner. Samples of all materials to be used must be submitted to the

Employer / Consultant when so directed by the Employer / Consultant and written

approval from Employer / Consultant must be obtained prior to placement of order.

Any damage (during constructions) to any part of the work for any reasons due to rain,

storm or neglect of contractor shall be rectified by the contractor in an approved manner at

no extra cost.

Should the work be suspended by reason of rain, strike, lockouts or any other cause, the

contractor shall take all precautions necessary for the protection of work and at his own

expenses shall make good any damage arising from any of these causes.

The contractor shall cover up and protect from damage, from any cause, all new work and

supply all temporary doors, protection to windows, and any other requisite protection for

the execution of the work whether by himself or special tradesmen or sub-contractor and

any damage caused must be made good by the contractor at his own expenses.

17. REMOVAL OF IMPROPER WORK

The Employer shall during the progress of the work have power to order in writing from

time to time the removal from the work within such reasonable time or times as may be

specified in the order of any materials which in the opinion of the Employer / Consultant

are not in accordance with specification or instructions, the substitution or proper re-

execution of any work executed with materials or workmanship not in accordance with the

drawings and specifications or instructions. In case the contractor refuses to comply with

the order the Employer shall have the power to employ and pay other agencies to carry out

the work and all expenses consequent thereon or incidental thereto as certified by the

Employer / Consultant shall be done by the contractor or may be deducted from any money

due to or that may become due to the contractor. No certificate, which may be given by the

Consultant, shall relieve the contractor from his liability in respect of unsound work or bad

materials.

18. SITE ENGINEER OF CONSULTANT

The Consultant shall appoint a Site Engineer who will be representative of the Consultant

and also for Employer. The duties of the Site Engineer are to watch and supervise the

works and to test any materials to be used of workmanship employed in connection with

the works. He shall have no authority either to relieve the Contractor of any of his duties or

obligations under the Contract, or except those expressly provided hereunder, to order any

work involving delay or any extra payment by the Employer or any variation of or in the

works.

Page 21: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

21

The contractor shall afford the Site Engineer every facility and assistance for examining

the works and materials and checking/joint measurements and materials. Neither the Site

Engineer nor any assistant to the Consultant shall have power to revoke, alter enlarge or

relax the requirements of this Contract, or to Sanction any day-work, additions, alterations,

deviations or omissions unless such an authority may be specially conferred by a written

order of the Consultant / Employer.

The Site Engineer shall have to give notice to the Contractor or his foremen about the non-

approval of any work or materials and such works shall be suspended or the use of such

material should be discontinued until the decision of the Consultant is obtained, the work

will from time to time be examined by the Consultant or the Site Engineer but such

examinations shall not in any way exonerate the Contractor from the obligation to remedy

defects which may be found to exist at any stage of the work of after the same is

completed. Subject to the limitations of this cause, the Contractor shall take instruction

from the Consultant / Employer.

19. CONTRACTOR’S EMPLOYEES

The Contractor shall employ technically qualified and competent site

enginners/supervisors for the work who shall be available (by turn) throughout the working

hours to receive and comply with instructions of the Employer / Consultant. The

contractor shall engage at least one experienced Site Engineer with qualification of

Degree/ 3 year Diploma in Civil Enginnering and a Site Supervisor with qualification

of at least an ITI Certificate in Civil Engineering as site-in-charge for execution of the

work. The contractor shall employ in connection with the work persons having the

appropriate skill or ability to perform their job efficiently.

The contractor shall employ local labourers’ on the work as far as possible. No labourers

below the age of sixteen years and who is not an Indian National shall be employed on the

work.

Any labourer supplied by the contractor to be engaged on the work on day work basis

either wholly or partly under the direct order or control of the Employer or his

representative shall be deemed to be a person employed by the contractor.

The contractor shall comply with the provisions of all labour legislation including the

requirements of

a) The payment of Wages Act.

b) Employer’s Liability Act.

c) Workmen’s Compensation Act.

d) Contract Labour (Regulation & Abolition) Act. 1970 and Central Rules

1971

e) Apprentices Act 1961

f) Minimum Wages Act

g) Any other Act or enactment relating thereto and rules framed there under

from time to time.

The contractor shall keep the Employer saved harmless an indemnified against claims if

any of the workmen and all costs and expenses as may be incurred by the Employer in

connection with any claim that may be made by any workmen.

Page 22: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

22

The contractor shall comply at his own cost with the order for requirement of any Health

Officer of the State or any local authority or of the Employer regarding the maintenance of

proper environmental sanitation of the area where the contractor’s labourers’ are housed or

accommodated, for the prevention of small pox, cholera, plague, typhoid, malaria and

other contagious diseases. The contractor shall provide, maintain and keep in good sanitary

condition adequate sanitary accommodation and provide facilities for pure drinking water

at all times for the use of men engaged on the works and shall remove and clear away the

same on completion of the works. Adequate precautions shall be taken by the contractor to

prevent nuisance of any kind on the works or the lands adjoining the same.

The contractor shall arrange to provide first aid treatment to the labourers’ engaged on the

works. He shall within 24 hours of the occurrence of any accident at or about the site or in

connection with execution of the works report such accident to the Employer and also to

the competent Authority where such report is required by law.

20. DISMISAL OF WORKMEN

The contractor shall on the request of the Employer immediately dismiss from works any

person employed thereon by him, who in the opinion of the Employer be unsuitable or

incompetent or who may misconduct him. Such discharges shall not be the basis of any

claim for compensation or damages against the Employer or any of their officer or

employee.

21. ASSIGNMENT

The whole of the works included in the contract shall be executed by the contractor and the

contractor shall not directly or indirectly transfer, assign or underlet the contract or any

part, share or interest therein nor, shall take a new partner, without written consent of the

Employer and no subletting shall relieve the contractor from the full and entire

responsibility of the contract or from active superintendence of the work during their

progress.

22. DAMAGE TO PERSONS AND PROPERTY INSURANCE ETC

The contractor shall be responsible for all injury to the work or workmen to persons,

animals or things and for all damages to the structural and / or decorative part of property

which may arise from the operations or neglect of himself or of any sub-contractor or of

any of his or a sub-contractor’s employees, whether such injury or damage arise from

carelessness, accident or any other cause whatsoever in any way connected with the

carrying out of this contract. The clause shall be held to include inter-alias, any damage to

buildings whether immediately adjacent or otherwise, and any damage to roads, streets,

foot paths or ways as well as damages caused to the buildings and the works forming the

subject of this contract by rain, wind or other inclemency of the weather. The contractor

shall indemnify the Employer and hold harmless in respect of all and any expenses arising

from any such injury or damages to the person or property as aforesaid and also in respect

of any claim made in respect of injury of damage under any acts on compensation or

damage consequent upon such claim.

The contractor shall reinstate all damages of every sort mentioned in this clause so as to

deliver the whole of the contract works complete and perfect in every respect and so as to

make good or otherwise satisfy all claims for damages to the property of third parties.

The contractor shall affect the insurance necessary and indemnify the Employer entirely

from all responsibility in this respect. The original insurance policy will be with NABARD

Page 23: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

23

which will be jointly in the name of the Employer and contractor (first name should be

NABARD) and the duplicate will be with the contractor. The scope of insurance is to

include damage or loss to the contract itself till this is made over in a complete state, so

contractor will take the CAR (Contractors All Risk Policy) for insurance equal to the

amount of issued work order for this work and WorkMens’ Compensation Policy for the

workers engaged by the contractor for this work. Insurance is compulsory and must be

affected from the very initial stage. The contractor shall also be responsible for anything,

which may be excluded from damage to any property arising out of incidents, negligence

or defective carrying out of this contract.

The Employer shall be at liberty and is hereby empowered to deduct the amount of any

damages, compensations, costs, charges and expenses arising or accruing from or in

respect of any such claim or damages from any sums due to or to become due to the

contractor.

23. MEASUREMENTS

Before taking any measurement of any work the contractor/ its representative deputed by

him shall give reasonable notice to the Consultant under intimation to

Employer(NABARD) for joint measurements. The mode of measurement will depend

upon the unit mentioned in the Schedule of Quantities. If the contractor fails to attend at

the measurements after such notice or fails to countersign or to record the difference within

a week from the date of measurement in the manner required by Consultant or by the

subordinate deputed by him as the case may be is final and binding on the contractor and

contractor shall have no right to dispute the same.

The Employer / Consultant shall issue a certificate after due scrutiny of the contractor’s bill

stating the amount due to the contractor from the Employer and the contractor shall be

entitled to payment thereof, within the period of honoring certificates named in these

documents.

24. PAYMENTS

The contractor shall be entitled to receive Running Bill payment after completion of work of approximately 15% of value of the contract and after submission of the bill with joint measurements with the Consultant and certification by the consultant.

All bills shall be prepared by the contractor in the form prescribed by the Employer’s /

Consultant. Normally one interim bill shall be prepared each month subject to minimum

value for interim certificate as stated in these documents. The bills in proper forms must be

duly accompanied by detailed measurements in support of the qualities of work done and

must show deductions for all previous payments, retention money, etc.

The Employer / Consultant shall issue a certificate after due scrutiny of the contractor’s bill

stating the amount due to the contractor from the Employer and the contractor shall be

entitled to payment thereof, within the period of honoring certificates named in these

documents.

The Employer will deduct retention money as described in clause 11 of these conditions.

The refund of retention money will be made as specified in the said clause.

Page 24: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

24

If the Employer has supplied any materials or goods to the contractor, the cost of any such

materials or goods will be progressively deducted from the amount due to the contractor in

accordance with the quantities consumed in the work.

All the interim payments shall be regarded as payments by way of advance against the

final payment only and not as payments for work actually done and completed, and shall

not preclude the requiring of bad, unsound, and imperfect or unskilled work to be removed

and taken away and reconstructed, or re-erected or be considered as and admission of the

due performance of the contract, or any part thereof in any respect or the accruing of any

claim, nor shall, it conclude, determine or affect in any way the power of the Employer

under these conditions or any of them as to the final settlement and adjustment of the

accounts or otherwise or in any other way vary or affect the contract.

Final Payment

The final bill shall be submitted by the contractor to the Consultant within one week of the

date fixed for completion of the work or of the date of certificate of completion furnished

by the Consultant. The payment of final bill shall be made by the employer within 45days

from the date of receipt of certified bill from the Consultant.

The final bill shall be accompanied by a certificate of completion from the Consultant.

Payments of final bill shall be made after deduction of Retention Money as specified in

clause 11 of these conditions, which shall be refunded after the completion of the Defects

Liability Period after receiving the Employer’s / Consultant’s certificate that the contractor

has rectified all defects to the satisfaction of the Employer / Consultant. After scrutiny of

the final bill received through the Consultant, the employer will issue the certificate for the

final payment to the contractor. The contractor on receipt of the of the certificate for final

payment from the employer, should submit no claim certificate to the employer on

acceptance of the payment of the final bill and this no claim certificate would indicate that

the contractor has no further claim in respect of the work executed.

25. VARIATION / DEVIATION

The tender rates shall be fixed and applicable for any increase or decrease in the tendered

quantities. The Employer / Consultant can increase or decrease any quantities to any extent

or even delete particular item as per the site requirements and the contractor shall not be

paid anything extra on this account. Nothing extra will be paid by the Bank on account of

omission / deletion of items or decrease in the quantity of items. The Bank shall not

entertain any claim whatsoever from the contractor on this account.

The price of all additional items / non-tendered items will be worked out on the basis of

rates quoted for similar items in the contract wherever existing. If similar items are not

available, the rates for such items will be derived as per standard method of rate analysis

based on prevalent fair price of labour, material and other components as required with

15% towards contractor’s profit and overheads plus applicable GST.

26. SUBSTITUTION

Substitution is generally not allowed, in case of exception it will be permitted after the

approval of the Employer / Consultant in writing for any such substitution well in advance.

Materials designated in this specification shall be prefer first and in case of non-availability

Page 25: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

25

those mentioned in BoQ the substitution by “Equal” or “Other approved” etc. needs

approval of the Employer / Consultant in writing.

27. CLEARING SITE ON COMPLETION

Special care shall be taken by providing suitable covers like tarpaulins, polythene

sheets, plywood. block board, particle board, thick film etc. to prevent dust nuisance

and for protecting other civil/interior installations(which are not the part of this work),

furniture, fixtures, workstations, computers, electrical Installations, costly equipments,

parked vehicles etc. in the influence area of his work in the premises. The work shall

be carried out without any inconvenience to the staff, the rates quoted shall include all

the above precautions and for handling and re-arranging the furniture and fixtures etc.

and place in its original position after completion of work and any damage to property

and its installations, furniture and fixtures caused by the Contractor shall be made

good by the Contractor at his cost. The contractor has to wash and clean the floors in

the influence area of his activities at his cost after his daily completion of work.

On completion of the works the contractor shall clear away and remove all constructional

plant, surplus materials, rubbish and temporary works of every kind from the site and leave

the whole of the site and the works clean to the satisfaction of the Employer/ Consultant.

28. DEFECTS AFTER COMPLETION

The contractor shall make good at his own cost and to the satisfaction of the Employer all

defects, shrinkage, settlements or other faults, which may appear within 12 months after

completion of the work. In the default, the Employer may employ and pay other persons to

amend and make good such damages, losses and expenses consequent thereon or incidental

thereto shall be made good and borne by the contractor and such damages, loss and

expenses shall be recoverable from him by the Employer or may be deducted by the

employer, in lieu of such amending and making good by the contractor, deduct from any

money due to the contractor a sum equivalent to the cost of amending such work and in the

event of the amount retained being insufficient recover that balance from the contractor

from the amount retained under clause no.11 together with any expenses the Employer

may have incurred in connection therewith.

29. CONCEALED WORK

The contractor shall give due notice to the Employer/ Consultant whenever any work is to

be buried in the earth, concrete, false ceiling or in the bodies of walls or otherwise

becoming inaccessible later on, in order that the work may be inspected and correct

dimensions taken before such burial, in default whereof the same shall, at the opinion of

the Employer/ Consultant be either opened up for measurement at the contractor’s

expenses or no payment may be made for such materials. Should any dispute or differences

arise after the execution of any work as to measurements etc., or other matters which

cannot be conveniently tested or checked, the notes of the Employer / Consultant shall be

accepted as correct and binding on the contractor.

30. IDLE LABOUR

Whatever the reasons may be, no claim for idle labour, additional establishment cost of

hire and labour charges of tools and plants would be entertained under any circumstances.

Page 26: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

26

31. SUSPENSION OF WORKS

If the contractor except on account of any legal restraint upon the Employer preventing the

continuance of the work or in the opinion of the Employer shall neglect or fail to proceed

with due diligence in the performance of his part of the contract or if he shall more than

once make default, the Employer shall have the power to give notice in writing to the

contractor requiring the work to be proceeded within a reasonable manner and with

reasonable dispatch, such notice purport to be a notice under this clause.

After such notice shall have been given, the contractor shall not be at liberty to remove

from the site of the works or from any ground contiguous thereto any plant or materials to

subsist from the date of such notice being given until the notice shall have been compiled

with. If the contractor fails to start the work within seven days after such notice has been

given to proceed with the works as therein prescribed, the employer may proceed as

provided in clause 32 (Termination of Contract by Employer).

32. TERMINATION OF CONTRACT BY EMPLOYER

If the contractor being a company go into liquidation whether voluntary or compulsory or

being a firm shall be dissolved or being an individual shall be adjudicated insolvent or

shall make an assignment or a composition for the benefit of the greater part, in number of

amount of his creditors or shall enter into a Deed or arrangement with his creditors, or if

the Official Assignee in insolvency, or the Receiver of the contractor in insolvency, shall

repudiate the contract, or if a receiver of the contractor’s firm appointed by the court shall

be unable within fourteen days after notice to him requiring him to do so, to show to the

reasonable satisfaction of the employer that he is able to carry out and fulfill the contract,

and if so required by the employer to give reasonable security therefore, or if the contractor

shall suffer execution to be issued, or shall suffer any payment under this contract to be

attached by or on behalf of and of the creditors of the contractor, or shall assign, charge or

encumber this contract or any payments due or which may become due to contractor, there

under, or shall neglect or fail to observe and perform all or any of the acts matters of things

by this contract, to be observed and performed by the contractor within three clear days

after the notice shall have been given to the contractor in manner hereinafter mentioned

requiring the contractor to observe or perform the same or shall use improper materials of

workmanship in carrying on the works, or shall in the opinion of the employer not exercise

such due diligence and make such progress as would enable the work to be completed

within due time agreed upon, and shall fail to proceed to the satisfaction of the employer

after three clear days notice requiring the contractor so to do shall have been given to the

contractor as hereinafter mentioned or shall abandon the contract, then and in any of the

said cases, the Bank may notwithstanding previous waiver determine the contract by a

notice in writing to the effect as hereinafter mentioned, but without thereby effecting the

powers of the employer of the obligations and liabilities of the contractor the whole of

which shall continue in force as fully as if the contract, had not been so determine and as if

the works subsequently executed by or on behalf of the contractor (without thereby

creating any trust in favour of the contractor) further the employer or his agent, or servants,

may enter upon and take possession of the work and all plants tools scaffolding sheds

machinery, steam, and other power, utensils and materials lying upon premises or the

adjoining lands or roads and sell the same as his own property or may employ the same by

means of his own servants and workmen in carrying on and completing the works or by

employing any other contractors or other persons or person to complete the works, and the

contractor shall not in any way interrupt or do any act, matter or thing to prevent or hinder

Page 27: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

27

such other contractors or other persons or person employed from completing and finishing

or using the materials and plants for the works when the works shall be completed, or as

soon thereafter as conveniently may be the employer shall give notice in writing to the

contractor to remove his surplus materials and plants and should the contractor to remove

his surplus materials after receipt by him the employer may sell the same by Public

Auction and shall give credit to the contractor for the amount so realized. Any expenses or

losses incurred by the contractor for the amount so realized. Any expenses or losses

incurred by the employer in getting the amount payable to the contractor by way of selling

his tools and plants or due on account of work carried out by the contractor prior to

engaging other contractors or against the Security Deposit.

33. ARBITRATION

All disputed or differences of any kind whatsoever which shall at any time arise between

the parties hereto touching or concerning the works or the execution or maintenance

thereof this contract or effect thereof or to the rights or liabilities of the parties or arising

out of or in relation thereto whether during or after determination foreclosure or breach of

the contract (other than those in respect of which the decision of any person is by the

contract expressed to be final and binding) shall after written notice by either party to the

contract to the other of them and to the Employer hereinafter mentioned be referred for

adjudication to a sole Arbitrator to be appointed as hereinafter provided.

For the purpose of appointing the sole Arbitrator referred to above, the Employer will send

within thirty days of receipt of the notice, to the contractor a panel of three names of

persons who shall be presently unconnected with the organization for which the work is

executed from the following categories of Arbitrators”:-

a. Retired High Court/Supreme Court judge who have experienced in handling

Arbitration Cases.

b. Member of Council of Arbitrators

c. Fellow of the Institution of Engineers

d. Eminent Retired Chief Engineer from State/Central PWD/Public sector

undertaking of good reputation and integrity

e. Fellow of Indian Institute of Consultants

The contractor shall on receipt of the names as aforesaid, select any one of the persons

name to be appointed as a sole Arbitrator and communicate his name to the Employer

within thirty days of receipt of the names. The Employer shall thereupon without any delay

appoint the said person as the Sole Arbitrator. If the contractor fails to communicate such

selection as provided above within the period specified, the Competent Authority should

make the selection and appoint the selected person as the Sole Arbitrator.

If the Employer fails to send to the contractor the panel of three names as aforesaid within

the period specified, the contractor shall send to the Employer a panel of three names of

persons who shall all be unconnected with either party. The Employer shall on receipt

appoint him as the Sole Arbitrator. If the Employer fails to select the person and appoint

him as the Sole Arbitrator within 30days of receipt of the panel and inform the contractor

accordingly, the contractor shall be entitled to appoint one of the persons from panel as the

Sole Arbitrator and communicate his name to the Employer.

Page 28: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

28

If the Arbitrator so appointed is unable or unwilling to act or resigns his appointment or

vacates his office due to any reason whatsoever another Sole Arbitrator shall be appointed

as aforesaid.

The work under the Contract shall, however, continue during the arbitration proceedings

and no payment due or payable to the contractor shall be withheld on account of such

proceedings.

The Arbitrator shall be deemed to have entered on the reference on the date he issued

notice to both the parties fixing date of the first hearing.

The Arbitrator may from time to time, with the consent of the parties, enlarge the time for

making and publishing the award.

The arbitrator shall give a separate award in respect of each dispute or difference referred

to him. The Arbitrator shall decide each dispute in accordance with the terms of the

contract and give a reasoned award. The venue of arbitration shall be such place as may be

fixed by the Arbitrator in his Sole discretion.

The award of the Arbitrator shall be final and binding on the both the parties.

The fees, if any of the arbitration shall initially be paid in equal proportion by each of the

parties. The cost of the reference and of the award including the fees, if any, of the

arbitrator, shall be directed to be finally borne and paid by such party as or parties to the

dispute in such a manner or proportion as may be directed by the arbitrator as the case may

be in the award.

Subject to aforesaid the provisions to the Arbitration Act. 1996 or any statutory

modification or re-enactment thereof and the rules made there under, and for the time

being in force, shall apply to the arbitration proceeding under this clause.

The Employer and the contractor hereby also agree that arbitration under clause shall be

condition precedent to any right to action under the contract with regard to the matters

hereby expressly agreed to be so referred to arbitration.

Page 29: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

29

E. SPECIAL CONDITIONS OF CONTRACT

1. DRAWINGS AND SPECIFICATIONS

The works shall be carried out to the entire satisfaction of the EMPLOYER and the

Consultant, in accordance with the signed drawings and specifications and such further

drawings and details as may be provided by the Consultant, and in accordance with such

written instructions, directions and explanations as may from time to be given by the

Consultant, whose decision as to the sufficiency and quality of the work and materials shall

be final and binding upon all parties. If the work shown on any such further drawings or

work that may be necessary to comply with any such instructions directions or

explanations, be in the opinion of the contractor extraction that comprised in or reasonably

to be inferred from the contract he shall before proceedings with such work, give notice in

writing to this effect to Consultant, and in the event of the Consultant /employer agree to

the same in writing the contractor shall be entitled to an allowance in respect of such extra

work as on authorized extra. If the Consultant and the contractor fail to agree as to whether

or to there is an extra, then, if the Consultant decided that the contractor is to carry out the

said work, the contractor shall do so, and the question whether or not there is any extra,

and it so the amount thereof, shall failing agreement, be settled by Arbitration as

hereinafter provided, but such references shall in no way delay the fulfillment of this

contract.

No drawings shall be taken as in itself on order for variation unless, in addition to the

Consultant’s signature, it bears express words stating that is intended to be such an order or

bears a remark ‘VALID FOR EXECUTION’. No claim for payment for extra work shall

be allowed unless the said work shall have been executed under the provisions of clause 6

(Authorities notices, patent right and royalties) or by the Authorities of directions in

drawing of the Consultant as herein mentioned.

One complete set of the signed drawings and specification and scheduled of quantities

shall be furnished by the Consultant to the Contractor. The Consultant shall furnish within

such time, as he may consider reasonable, one copy of any additional drawing, which is his

opinion, may be necessary for the execution of any part of work. Such copies shall be kept

at the works, and the Consultant or his representatives shall, at all reasonable time have

access to the same and shall be return to the Consultant by the contractor before the issue

of the Final certificate.

2. INSPECTION OF DRAWINGS

Before filling in the tender, the contractor will have to check up all drawings and schedule

of quantities, and will have to get an immediate clarification from the Consultant on any

point that he feels is vague or uncertain. No claim of damages or compensation will be

entertained on this account.

3. EXECUTION OF WORK (PRICES TO INCLUDE)

The whole of the work is described in the contract a (including the schedule of Quantities,

the specifications and all drawing pertaining there to) and as advised by Employer /

Consultant from time to time is to be carried out and completed in all its parts to the entire

satisfaction of the Employer / Consultant. Any minor details of the work which may not

have been definitely referred to in this contract, but which are usual in practice and

Page 30: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

30

essential to the work, are deemed to be include in this contract. Rates quoted in the

Schedule shall be inclusive of all freights, taxes, such as octroi, sales tax, Royalties, duties,

excise, turnover tax, sales tax on works contract, etc., as well as transportation, so as to

execute the contractor as per the rules and regulations of Local Bodies, State Government

and Government of India.

The works are required to be carried out at all levels of the Building and the contractor is

required to make his own arrangement for lifting the materials as also removing the debris

from all floors at all levels. The use of lifts of the building for shifting of materials and

for removal of debris is strictly prohibited. The bidder needs to quote the rates

accordingly.

The rates quoted in the tender should include all charges for:

a. Labor, maintenance fixing, carrying, cleaning, making good, hauling,

watering etc

b. Plant, machinery, scaffolding, framework, English ladders, ropes, nails,

spikes, tools, materials and workmanship protection from weather, shuttering,

temporary supports, platform and maintenance of the same.

c. Covering for the walling and other works during inclement weather or

striking or whenever directed as necessary.

4. SITE SUPERVISION

The contractor shall appoint at his own cost competent and adequate number of qualified

Engineers at site, and shall appoint atleast one Degree Civil Enginner/3 year Diploma

holder in Civil Engineering and a Site Supervisor with at least an ITI qualification in Civil

Engineering for (i) day to day supervision of the work (2) joint measurements and

preparations of bills, (3) for arranging testing materials at site and outside laboratory, (4)

for other general supervision. Their appointment may be done as per the pre-qualification

criteria and as consulted with Employer / Consultant. The site Engineers shall not be

removed from the site without the written consent of the Employer / Consultant.

The bidder, apart from being a competent contractor must co-ordinate himself with

the agencies of appropriate class who are eligible to tender for (I) Electrical & II)

Other Allied Works.

5. MATERIALS AND WORKMANSHIP

The contractor under this contract binds himself to use first class materials. Quality of

workmanship shall be of the highest order befitting the nature of the project. All work not

up to the standard shall be summarily rejected and the Contractor will be required to

dismantle the defective work and redo the work at his own cost and risk. The decision of

the employer regarding the quality/standard of workmanship shall be final and binding on

the contractor.

6. DIMENSIONS

Figures, dimensions, are in all case to be accepted preferences to scaled sizes. Large-scale

details take precedence over small-scale drawings. In case of discrepancy, the contractor is

Page 31: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

31

to ask for a clarification before proceeding with the work. Accordingly if any work is

executed without prior clarification it is liable to be rejected and shall not be paid for.

7. PROGRAMME OF WORKS

Contractor shall have to prepare and submit the CPM/PERT/BAR chart charges for

Consultant’s approval immediately after issue of the work order and display the approved

charts in the site office. He shall also make bar charts indicating individual items and

during the progress of work he shall update the bar charts showing the proportionate

progress of work every week.

He shall strictly adhere to the programme of works as per CPM/PERT/BAR charts

showing the proportionate progress of work.

8. PROCUREMENT OF MATERIALS

Contractor shall procure all the materials for the work from the open market. Time is the

essence of the contract. Acceptance of the completion date by the contractor shall mean

that he has taken into consideration the availability of all material of approved make and

quality in sufficient quantities at site to enable him to complete the entire work in the

stipulated period.

Contractor will get sample of all materials approved by the Employer / Consultant before

placing order / purchase / procurement. The contractor shall procure the materials

stage-wise in advance as per the schedule in BAR chart and maintain the stock as per

the progress of work rather than procuring the materials as a whole at one go for

easiness of handling and storage. They shall conform to I.S. codes and or tender

specification as applicable.

For all materials the contractor shall quote for the best quality of the materials of best make

/ source or supply and it will be got approved by Employer / Consultant before

procurement.

In case sufficient quantities of approved quality materials from approved source are not

available in time, contractor may have to procure the same for neighboring area with

longer leads as required and directed at no extra cost. The material will be, however as per

relevant I.S code/specifications as and wherever applicable.

9. UNFIXED MATERIALS

When any materials intended for the works shall have been placed at site by the Contract,

such material shall not be removed there from (except for the purposes of being used on

the works) without the written authority of the Employer / Consultant and when the

contractor shall have received payment in respect of any certificate in which the Consultant

shall have stated that he has taken in to account to value of such unfixed materials on the

works such material shall become the property of the Employer and the contractor shall be

liable for any loss or damage to any such materials.

10. CUSTODY AND SECURITY OF MATERIALS

The contractors shall be responsible for the custody and security of all materials and

equipment at site and he will provide full time watchman / watchmen to lock after his

materials, stores equipments etc.

Page 32: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

32

10. RATES

Contractor shall quote all the rates both in figures and in words and any alterations shall

have to be initialed by the contractor. Rates quoted by the contractor for the same item in

different schedules will be same and in case different rates are quoted, the lowest will be

taken as correct and the schedule corrected accordingly. In case of discrepancy between

figures and the words the rate quoted in words shall be taken as correct one. All quoted

rates should be inclusive of all taxes and duties if any prevailing except GST and GST

shall be charged extra at the prevailing rate on the total quoted amount. Rates quoted by

the contractor shall hold good for all the work carried out to any height and depth as per

the site and as shown in detailed drawings and as required and directed by the Consultant.

Rates quoted by the contractor shall also hold good for any small work at any place at site.

Rates quoted shall be firm throughout the execution of work and shall not be changed

according to variation in taxes if any (except GST on Work Contract) during the period of

contract/execution of the work.

11. PRICES FOR EXTRAS ETC., ASCERTAINMENT OF

Should it be found after the completion of the works from measurements taken (in

accordance with the previous paragraph) that any of the quantities or amounts of the work

thus ascertained are less or greater than the amounts specified for the works in the priced

schedule of quantities and / or tender or that any variations, is made, the valuation of such

quantities, amounts or variations, unless previously or otherwise agreed upon, shall be

made accordance with the following rules

a. The net rates or prices in the original tender shall determine the valuation of the extra

work, where extra work is of a similar character and executed under similar

conditions the work priced therein.

b. The net prices the original tender shall determine the value of the item omitted,

provided if omissions vary the conditions under which any remaining items of work

are carried out, the prices for the same shall be valued under thereof

c. Where extra works are not of similar character and / or executed under similar

conditions as aforesaid or where the omissions vary, the conditions under which any

remaining items of work are carried out of it the amount of any omission or additions

relative to the amount of the whole of the contract works or to be any part thereof

shall be such that in the opinion of the Consultants the net rate or price contained in

the priced schedule of quantities or tender or for any item of work involves loss or

expenses beyond that reasonably contemplated by the contractor or is by reason of

such omission or addition rendered unreasonable or inapplicable, the Consultant shall

fix in consultation with the Employer such other rate or prices as in the circumstances

he shall think reasonable and proper, which shall be final and binding on the

contractor.

d. Where extra work cannot be properly measured or valued, the contractor shall be

allowed any work prices at the net rates stated in the tender or the priced schedule of

quantities, or if not so stated, then in accordance with the local day work rates and

wages for the district, provided that in either case vouchers specifying the daily time

Page 33: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

33

(and if required by the Consultant, the workmen’s name) and materials employed at

or before the end of the week following that in which the work has been executed.

The measurements and valuations in respect of the extra items of contract shall be

completed within the ‘period of final measurement’ or within three months of the

completion of the contract works as defined under clause no 16 (Certificate of Virtual

Completion)

12. EXTRA ITEMS RATES

The price of all additional items / non-tendered items will be worked out on the basis of

rates quoted for similar items in the contract wherever existing. If similar items are not

available. The items not covered in the Schedule of Quantities of the Contract Document shall be paid at the rates as per Rate analysis based on the market prices supported by documentary proof with 15% towards Contractor's OHP plus GST as applicable. The Rate Analysis shall be submitted by the Contractor for scrutiny and approval of the Consultant/NABARD.

13. CONSULTANT’S DRAWINGS AND INSTRUCTIONS

A set of major drawings along with the contract documents shall be provided to the

contractor. For any clarifications or further drawings are required by the contract, during or

before the start of construction work, the Contractor shall inform the Consultants in writing

to provide the same. Working details will be given to the contractor from time to time

during the progress of work as and when required. Incase of other drawing is required by

the contractor he will give a minimum ten days notice to the Employer / Consultant.

14. FAILURE BY CONTRACTOR TO COMPLY WITH CONSULTANT /

EMPLOYER’S INSTRUCTIONS

If the contractor after receipt of written notice from the Consultant requiring compliance

with such further drawings and / or Consultants instruction, fails within seven days to

comply with the same, the Employer / Consultant may employ and pay other persons to

execute any such work whatsoever as may be necessary to give effect thereto and all cost

incurred in connection there with shall be recoverable from the contractor by the Employer

on a Certificate by the Consultant as a debit or may be deducted by him from any money

due or which become due to the Contractors.

15. INFORMATION TO BE SUPPLIED BY THE CONTRACTOR

The contractor shall furnish the Employer / Consultant the following:

a. Detailed industrial statistics regarding the labor employed by him etc.

b. The Power of Attorney, name and signature of his authorized representative who

will be in charges for the execution of work.

c. The list of technically qualified persons employed by him for the execution of this

work.

d. The total quantity and quality of materials used for the works.

e. The list of plant and machinery employed for this work.

Page 34: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

34

16. CONSULTANT’S DELAY IN PROGRESS

The Consultant may delay the progress of the works in case of rains or otherwise, without

vitiating the contract and grant such extension of time with the approval of the employer

for the completion of the contract as he may think proper and sufficient in consequences of

such delay, and the contractor, shall not make any claim for compensation or damage in

relation thereto.

17. CERTIFICATE AND PAYMENTS

The contractor shall be paid by the Employer from time to time, by instalments under

interim Certificates to be issued by the Consultant to the contractor on account of the

works executed by the contractor when in the opinion of the Consultant, work to the

approximate value, named in the Appendix as ‘Value of work for interim Certificates’ (or

less at the reasonable discretion of the Employer / Consultant) has been executed in

accordance with this contract, subject however, to a retention of the percentage of such

value need in the Appendix hereto mentioned as ‘retention percentage for interim

Certificates’ until the total amount retained shall reach the sum named in the appendix as

Total Retention money after which time the instalments shall be up to the full value of the

work subsequently so executed in the interim Certificate, such amount as he may consider

proper on account materials delivered upon the site by the Contractor for use in the

work.and when the works have been virtually completed and the Consultant shall have

certified in writing that they have been completed, the contractor shall be paid in

accordance with the Certificate issued by the Consultant the sum of money named in the

Appendix after satisfying themselves as ‘Instalment after Virtual Completion ‘ being a part

of the said ‘Total Retention Money’.

The Contractor shall be entitled to the payment of the final balance in accordance with the

final Certificate to be issued in writing by the Consultant at the expiration of the period

refer to as ‘ The Defect Liability Period’ in the Appendix hereto, from the date of Virtual

Completion or as soon as after the expiration of such period as the work shall have been

finally completed and all defect made good according to the true intent and meaning

hereof, whichever shall happen, provided always that the issue by the Consultant of any

certificate during the progress of the works or after the completion shall not relieve the

Contract from his liabilities in cases of fraud , dishonesty or fraudulent concealment

relating to the works of materials or any matter dealt within the certificate, and in case of

all defects and insufficiency in the works or materials which reasonable examination world

have disclosed. No certificate of the Consultant shall of itself be conclusive evidence that

any works and materials to which it relates are in accordance with the contract.

The Consultant shall have power to withhold any certificate if the works or any part

thereof is not being carried out to his / employer satisfaction.

The Consultant may by any Certificate make any correction in any previous Certificate,

which shall have been issued by him.

Payment upon the Consultant’s Certificates shall be made within a period named in the

Appendix as ‘Period of honouring of Certificates’ after such Certificates have been

delivered to Employer.

Page 35: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

35

18. DELAYED PAYMENTS

Any amounts payable by the Employer to the contractor in pursuance of any Certificate

given by the Consultant hereunder shall, if not paid within the ‘Period of honouring of

Certificate’ no interest shall be paid by the Employer.

19. FORCE MAJEURE

Neither party shall be held responsible by the other for breach of any condition of this

agreement attributable to any ‘Act of God’ Act of state, lockout of control or any other

reason, beyond the control of the parties and any breach of clauses arising from much force

majeure conditions as aforesaid shall not be regarded as a breach of the provision of this

Agreement.

20. INCOME-TAX, SERVICE TAX AND WORKS CONTRACT TAX Income Tax shall be deducted at source by the client from the contractor’ interim and final

bill payments as per Statutory Regulations.

21. SITE MEETINGS

Contractor / Senior representative of the contractor shall attend weekly meetings at

works site and in addition meetings as and when arranged by employer / Consultant to

discuss the progress of the work and sort out problems, if any and ensure that the work is

completed in the stipulated time.

22. ACTION WHERE THERE IS NO SPECIFICATION In case of any class of work for which is there is no specification mentioned, the same will

be carried out in accordance with the Indian Standards Specifications subject to the

approval of the Employer / Consultant.

23. REPORTING OF ACCIDENT TO The contractor shall be responsible for the safety of persons employed by him on the works

and shall reports serious accidents to any of them whenever and wherever occurring on the

works to employer who shall make every arrangement to render all possible assistance.

This shall be without prejudice to the responsibility of the contractor under the Insurance

Clause of the general conditions. Contractor shall take all precaution detailed in the safety

code attached separately.

24. TYPOGRAPHICAL CLERICAL ERRORS The Employer / Consultant clarification regarding partially omitted particulars of

typographical or Clericals errors shall be final and binding on the contractors.

25. WORK PERFORMED AT CONTRACTOR’S RISK The contractor shall take all precautions necessary and shall be responsible for the safety of

the work and shall maintain all lights, goods, signs, temporary passages or other protection

necessary for the purpose. All works shall be done by the contractor’s risk and if any loss

or damage shall result from fire or from others cause due to contractor’s work/negligence,

the contractor shall promptly repay or replace such loss or damage free from all expenses

to the employer.

The contractor shall be responsible for any loss or damage to materials, tools or other

articles used held for use in connection with the work. The work shall be carried on to

Page 36: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

36

completion without interferences with the operations of existing machinery or equipment,

if any of the employer.

26. SUBMISSION OF ORIGINAL MATERIAL INVOICES/BILLS

The contractor should submit Original Tax Invoices/Bills in respect of all consumed

materials for the works at site to NABARD for reference and verification. Invoices will be

returned to the contractor after verification.

27. MEASUREMENT OF EXTERIOR WATER PROOF PAINTING AND INTERIOR

ACRYLIC PAINTING

Quantities given in the Schedule of Quantities in respect of items No.16 “Exterior

Elastomeric Heat reflective Water proof Cool Paint” and item No.19 “Interior Acrylic

Emulsion” are approved standardised measured quantities as per the previous settled bill of

Painting Work of the building. Therefore, these items will not be measured again for

making the payment. Any omission or addition if any as per the site conditions, only will

be measured from the specified area mentioned in the SoQ and necessary deduction or

addition will be made to these quantities for making the payment.

28. CORRESPONDENCES WITH THE EMPLOYER

All correspondences by the successful bidder to NABARD regarding execution of the

contract work will be entertained only through registered post/speed post or NABARD’s

corporate E-mail ID [email protected].

29. PERMISSION FOR EXECUTING THE WORK

No work shall be permitted to carry out without the presence of the contractor’s

Site Engineer/Supervisor at site.

30. SPECIAL CONDITIONS OF CONTRACT In the event of any discrepancy with clauses mentioned anywhere else in the tender with

the clauses mentioned within special conditions of contract, the clauses mentioned within

the special conditions of contract shall supersede those mentioned elsewhere.

Page 37: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

37

F. TECHNICAL SPECIFICATIONS

1. Supplying and erecting double bamboo scaffolding:

Supplying and erecting double bamboo scaffolding with verticals @ 1.2m to 1.8m inner as well as outer faces and horizontals and braces as per standards and as directed by the Consultant. The height of the scaffold to be erected shall be maximum approximately 36m. The scaffolding shall be provided with continuous wooden/MS working platforms constructed by aides to be strutted diagonally to prevent from buckling under the weight of materials and wind pressure, at comfort levels for the men and the artisans to work which is 6" to 9" away from the wall or chajjas or any projections of the wall and also as Specified and directed by the Consultant in Charge. The rate includes costs of all materials, labour charges, dismantling the scaffolding after completion of work, cleaning, clearing the site, removing the debris out of the premises etc. complete.

However, it should be noted that approval from the Consultant shall not relieve the

Contractor of his responsibility and any damage to the property or any loss of life due to the

negligence on this regard shall be at the Contractor's account.

Note: i) For payment of the scaffolding, only front elevation area will be measured by multiplying length and height of the front elevation area (both faces shall be considered as one length and height. Height will be taken upto 3' above the topmost working platform level).

2) In case, due to space constraint or due to other site conditions, if single scaffolding is used at any area of work, no separate payments shall be made towards single scaffolding which shall be part of the rate quoted for the work and at risk of the contractor.

2. Providing and erecting Safety Nylon Net:

Supplying and fixing safety net covering the Ground floor/Second floor area using 12mm dia, Nylon rope mesh size 50mmx50mm and top of that nylon thread net having mesh size 15mmx15mm by fixing at the exterior face of scaffolding and conveniently at the outer yard by temporarily erecting supporting poles including duck tape with safety signage “work in progress” and caution” boards at ground level and demarcation of entrances to the building. The rate includes costs of all materials, labour charges, cleaning, clearing the site, removing the debris out of the premises etc. complete.

Note: The measurements will be calculated by multiplying the lengths and breadth of the net. The rates will include for the cross bracings between the rows of the scaffold units. (No additional charges will be paid for this Item of Work)

3. Removing the existing windows :

Removing the existing glazed aluminium windows and existing marble jambs at sills and soffits all round the window openings along with base mortar without damaging the building structures/finishes and without any disturbance to office atmosphere with proper protection to the interior passage floor and take away debris from the site and stacking the windows at the dump yard earmarked in the bank’s premises and removing the debris out of the premises, including costs of all tools, materials, labour charges, conveyance etc. complete.

Note: Elevation area of windows will only be measured for making payment.

4. Repairing :- The Patch repairs shall generally be carried out as under :

(a) Patches should be marked properly on the surface and all loose plaster of the cracked

portion shall be removed as directed by the Engineer.

Page 38: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

38

(b) The surface to be patched, shall be wetted thoroughly and if plain, shall be racked

or roughened up by hacking.

(c) The plastering shall be done as directed. The finishing coat shall match with the adjoining

surface. The rate quoted shall include all types of finishing and no extra payment shall be

admissible.

(d) The cement mortar used shall be 1:4 (one part cement to four parts of sand by

volume) and the work shall be done as directed by the Engineer.

(e) The patches thus repaired shall be cured adequately and shall be got approved from the

Engineer before proceeding further.

(f) Wide cracks in plaster, if any due to separation of brick work from the concrete or wood

work or between two masonry panels or diagonal cracks shall be grooved as directed, filled

with polymer modified mortar in the ratio 1:5:12.5(polymer:cement: quartz sand) by weight.

(g) Minor cracks in plaster due to separation of brick work from the concrete or wood

work or between two masonry panels or diagonal cracks shall be grooved as directed, filled

and finished with "Crack-X paste of M/s Dr. Fixit/M/s Pidilite or equivalent".

The rates quoted for plastering shall be inclusive of filling the cracks as mentioned above.

5. Repairs to damaged structural members with Polymer Modified Mortar (PMM) in

interior and exterior surfaces:

Chip-off/Breaking, corrosion damaged /cracked/spalled concrete including plastering along the

cracks on structural members such as beam/column/sunshade or any other structural members

carefully by low impact Hammer Breaker (electrically operated) without damaging the structure

and make sure that the contaminated and loosen concrete are removed completely, including

removing and stacking of all unserviceable material at earmarked dump yard at site,

simultaneous transportation and disposal of debris outside the office premises at municipal

dumpyard.

Then, exposing and cleaning the reinforcement thoroughly by light tapping / wire brushing and

using strong emery paper and finally applying rust remover acetone and keep for 24 hours.

Cleaning the reinforcement and the concrete surface thoroughly with potable water and make sure

that there are no traces of rust on the surface of existing rebars and keeping the surface for drying.

Mix the base and hardener of the zinc rich epoxy resin mechanically using a slow speed heavy

duty drilling machine fitted with mixing paddle. Apply the mixed materials with brush on the

cleaned rebar in two coats with time interval of minimum 4 hours between each coat and allow it

to dry for 24 hours till it dry complete as directed.

Wet the concrete surface with potable water and make sure that the surface is kept moist so that

the water cement ratio in the polymer modified mortar is maintained during the application.

Repairing the surface after carrying out above operations by supplying and applying polymer

modified mortar upto 40 mm thick in layers not exceeding 20 mm in a day in the proportion

1:5:15 ( 1 Polymer:5 cement : 15 Quartz Sand by volume ) as approved by the Consultant/ Bank's

Page 39: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

39

Engineer followed by a smooth finish after applying (by brushing) polymer based jointing

compound by mixing the polymer with cement in the ratio of 1:1 by weight to the prepared surface

and each layer of plaster before applying the subsequent layer as per specification of manufacturer

or as directed.

The rate shall be for the work at all levels of floors including proper covering of the floors /

windows/fixtures/furniture with tarpaulin or equivalent covering material, cleaning after repairs,

curing as per standard etc. including costs of all materials, labour charges, cleaning the site,

removing the debris out of premises etc. complete. The repair work shall be carried out with

double scaffolding which shall be paid separately.

6. Supplying and applying high molecular weight epoxy low viscous injection grout:

Supplying and applying High molecular weight weight Super low viscous (3 to 5 cps) 0.56

Kg./Cm2 Epoxy thermosett Resin injection grout Monopol of Krishna Conchem or Conbextra

EP-10 of Fosroc or equivalent as approved by NBARD/ Consultant for Slab/Beam/ Column in

appropriate proportion as per manufacturer’s specifications into cracks/ honeycomb area of

concrete including drilling of holes of 14mm-16mm dia and depth of 75mm-100 mm in concrete,

Fix PVC new nipples of 12 -14 mm using neat cement or M-Seal for proper anchorage. Injecting

grout by electrically operated grouting machine/ manual pump at pressure of 1.0 to 2.0 Kg./Cm2

until proper filling the voids and refuses the grout further in the nipple and subsequent

cutting/removal of the nipple and sealing of the hole and groove after completion of grouting with

cement/ epoxy mortar as directed by the Consultant in-charge including costs of all materials,

labour charges etc complete.

7. Supplying and Applying Injection Grouting:- Make necessary holes of size 16mm-18mm upto 75 mm depth in concrete / Plaster as per requirement using proper electric hammer drill. Fix new PVC Nipples of 14mm-16mm using neat cement or M-Seal for proper anchorage. Carry out pressure grouting with a lean cement and polymer( Nitobond SBR of Fosroc make or equivalent as approved by NABARD) slurry in the ratio 10:1 by weight using a proper grouting

pump until proper filling of voids and further refuses the grout by nipple and subsequent

cutting/removal of the nipple and sealing of the hole and groove after completion of grouting with

cement/ epoxy mortar as directed by the Consultant in-charge including costs of all materials,

labour charges, removing the debris out of premises, cleaning the site etc complete.

8. Zycosil Plus and Zyco Prime Plus Coating on External Surface face of the Building.

Clean and smoothen the newly plastered / concrete surface from all dust, foreign matters, loose materials or any deposits of contamination by wire brush / air blower / grinder / high pressure water jet and dry the surface. Then Supplying and applying Zycosil Plus & Zyco Prime Plus chemical with water in the ratio 1:2:20 (1 Zycosil Plus : 2 Zyco Prime Plus Chemical : 20 Water) by volume on the wall in number of times till attaining complete saturation of the surface using spray machine / roller brush as per manufacturer's specifications including costs of all materials, labour

charges, removing the debris out of premises, cleaning the site etc complete.

9. Removal of damaged patches of plaster and re-plastering surface in interior and exterior

surfaces:

Page 40: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

40

Providing and applying sand faced plaster in CM 1:4 ( 1 cement : 4 sand) of average thickness of

25 mm in two coats ( first coat of 16 mm thickness and final coat of 9 mm thickness ) with

intergral water proofing compound at 2% by weight of cement and with polymer bonding agent

at 300ml/50Kg of cement for every layer of application including making grooves of existing size

and checkered pattern of surrounding kent tiles wherever required, including removal of the old

damaged/loose/debonded plaster or kent tiles till exposing the original brickwork / concrete

surface. The plastering shall be done on brick work, concrete surface , ceiling , facia, watta, slope

at junction of wall & chajja etc. The exposed joints ( of masonry or of concrete ) shall be raked

out to a minimium depth of 10 mm uniformly with proper raking tool and tackles before

plastering. The surface shall be finally finished with neat cement slurry flushing coat for smooth

finish.

The surface shall be thoroughly cleaned and kept wet till plastering is commenced. Before

commencing the plastering, the surface shall be applied with light cement water slurry mixed with

polymer bonding agent at 50ml per 5kg of cement for each layer. The plaster has to be done in

patches (square or rectangular shape) or stretches or on and to match the adjoining surfaces,

sealing the minor crack in plaster with suitable polymer crack seal as necessary [ Patch plastering

less than 0.10 Sq.m. for repairs will not be considered for payment. ] at all levels and floors and

disposing off the debris, cleaning the area thoroughly. The rate includes costs of all materials,

labour charges, curing, removing the debris out of premises, cleaning the site etc. complete.

Note: The plaster top should be finished with neat cement flushing coat with grooves embedding

matching with the surrounding tiles.

10. Supplying and fixing Granite Jambs (Double Patti) at window sill and soffit level:

Dismantling and Removing the existing marble stones from window sills and soffits without damaging the structures and surroundings. Then Supplying and fixing factory mirror polished 16mm-18mm thick granite Jambs of width approximately 300mm at the window sills and soffits (all round the window openings) with double granite patti overlapping of about 25mm. The granite soffits shall be supported at intermediate intervals (@2.4m c/c) with factory mirror polished double granite patti having thickness of 16mm-18mm or with 36mm single granite patti with both side factory mirror polished having equivalent width(if double granite supporting patti is used, it should be jointed together with high quality adhesive such as Araldite or

equivalent as approved). The granite jambs shall be fixed on the prepared base with base grout of

polymer tile adhesive such as Balendura diamond or equivalent and cement in the ratio 2:1 (2 tile

adhesive and 1cement ) with proper line and slope. Increased gap due to the overlapping of granite jambs shall be filled with cement plaster using CM 1:4 and cement& adhesive grout shall be applied above this plastered surface for fixing the granite. The edge of the granite shall be chamfered/ half moulded and polished matching with the original surface as per the approval of Banks Engineer.

The rate shall be included, costs of all materials, sundry items , all taxes, labour charges, curing, disposing of the debris to public dump yard out of the premises, etc. complete.

Note: Length of granite will be measured without considering the overlap for payment. All granites for jambs, soffit and double granite patti/both side polished 36mm granite patti vertical support will be measured in running meter. Double granite patti / both side polished 36mm granite patti vertical support will be considered as a single unit ( each granite for double granite patti will not be considered separately, i.e 1m double double granite patti means 2m single granite, but measurement will be for 1m length) for making payment.

Page 41: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

41

11. Removing and replacing the existing marble stones from architraves of Box window with new marble stone:

Removing and replacing the existing marble stones from architraves of Box window with new

marble stone without damaging the structures and surroundings with pre-mirror polished white

Marble framing to the windows to match the existing Marble. The marble shall be of 18mm to

20mm thick, fix in the window areas with double marble slab/patti overlapping of about 25mm.

with neat cement and tile adhesive(Balendura diamond star or equivalent approved by

consultant/NABARD) in the ratio 1:2(1 cement & 2 adhessive) by volume. Increased gap due to the overlapping of marble jambs shall be filled with cement plaster using CM 1:4 and cement&

adhesive grout shall be applied above this plastered surface for fixing the marble, including all

special required like round (moulding) / nosing/chamfering, edge tiles, corner cups, making

grooves at the joint between marble and masonry etc. including edge polishing filling joints with

neat polymer cementitious slurry mixed with approved shade of pigment to match the colour of

marble, curing and cleaning. The rate includes costs of all materials, labour charges, removing the

debris out of premises, cleaning the site etc. complete.

12. Removing and refixing the box windows:

Removing the existing glass openable windows (each size of approximate size: 79cmx 97cm)

from the box window opening at any floor level, stacking the windows on the safe place and Re-

fixing the same windows with some necessary modifications and hardwares such as HDPE gaskets

etc. and filling the gaps between window frames and marble with Silicon sealant as required etc.

complete. The rate includes costs of all materials, labour charges, curing, removing the debris out

of premises, cleaning the site etc. complete.

13. Supplying and Fixing Kent/Ceramic Tiles:

Removing the debonded and damaged kent tiles along with damaged base plaster and then re-

plastering the surface with CM 1:4 (1 Cement and 4 sand) of about average 25mm thickness in

two layers( 16mm and 9 mm respectively)with integral water proofing compound @ 2% weight of

cement and polymer bonding agent @300ml per 50Kg of cement. Before applying the plaster, the

surface shall be cleaned from all dusts and impurities and thoroughly wet. Before applying the

plaster, the surface shall be applied with polymer modified slurry with 50ml polymer per 5Kg of

cement. After a minimum curing of 4 days, Supplying and fixing glazed ceramic Kent tiles or

matching white chequered 1'x1' or 1.5'x1' size ceramic Matt finish wall tiles having cheques of

1"x1" with base grout of polymer tile adhesive such as Balendura diamond and cement in the ratio

2:1 (2 tile adhesive and 1cement ) as clading on external wall, wherever required. Before fixing

the tile, the prepared surface shall be thoroughly wet and the surface shall be applied with polymer

modified slurry with 50ml polymer per 5Kg of cement. The joints of tiles shall be filled with

polymer modified cementitious water proof grout of M/s Roff or equivalent as approved by the

Bank including costs of all materials, labour charges, curing etc. complete.

The rate shall also include costs of all materials, sundry items , labour charges, curing, disposing of the debris to public dump yard out of the premises, etc. complete.

14. Supplying, fabricating and providing Aluminium structural glazing windows : General Specifications:

Natural Anodised (minimum thickness of anodising shall be 22 micron) Aluminium section frame work with extruded built-up tubular section/ other sections of approved make (Euro/Jindal/Indal) with aluminium quality as per the grade 6063 T5 or T6 as per the Consultantural drawing and conforming to BS -1474 including cost of materials such as cleats, sleeves, screws etc, necessary for fabrication of extruded aluminium frame work.

Page 42: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

42

Fabricating and installing and fixing in position semi(grid) unitized system of structural glazing (with open joints) for linear as well as curvilinear portions of the building for all heights and all levels, as per the specified drawing including functional design of the aluminum sections for fixing glazing panels of 6mm thicknesses, aluminium cleats, sleeves and splice plates etc. gaskets, screws, toggles, nuts, bolts, clamps etc., structural and weather silicone sealants, flashings, fire stop (barrier)-cum-smoke seals, microwave cured EPDM gaskets for water tightness, pressure equalization and drainage and protection against fire hazard.

Providing and filling, two part pump filled, structural silicone sealant and one part weather silicone sealant compatible with the structural silicone sealant of required bite size in a clean and controlled factory/ workshop environment, including double sided spacer tape, setting blocks and backer rod, all of approved grade, brand and manufacture, as per the approved sealant design, with in and all around the perimeter for holding glass.

Making provision for drainage of moisture/ water that enters the curtain glazing system to make it watertight, by incorporating principles of pressure equalization, providing suitable gutter profiles at bottom (if required), making necessary holes of required sizes and of required numbers etc. complete. This item includes cost of all inputs of designing, labour for fabricating and installation of aluminium grid, installation of glazed units, T&P, scaffolding and other incidental charges including wastages etc., enabling temporary structures and services, cranes or cradles etc. as described above and as specified. Supplying and providing 6mm thick Heat strengthened reflective glass panels on the above frame work including primary and secondary sealing with structural silicon sealant etc. complete for the required performance as per the Architecural drawing. Supplying and fixing hardwares such as 8’’-10” size stainless steel lockable casement handles, heavy duty

stainless steel stay hinges with minimum with minimum 2 point with 4 sets in the each openable window with stainless steel plates, buffers as per the standard etc as approved by the consultant for top

hung / side opening openable panel of windows(2 sets of hinges). The item also includes the cost of all mock ups at site, cost of all samples of the individual components for testing in an approved laboratory, field tests on the assembled working structural glazing as specified cleaning and protection till the handing over of the building for occupation. In the end, the contractor shall provide a water tight structural glazing having all the performance characteristics etc. all complete as required, as per the Consultantural drawings, as per item description, as specified, and as directed by the Consultant as per the detailed specifications below: Detailed specifications: Replacing the existing Aluminium windows on the rear side External face of the building by supplying, fabricating and fixing Natural Anodized (22 microns) Aluminium openable and Fixed windows extrusion sections of EURO or Jindal or equivalent make as approved by the consultant. The section details shall be as follows: i). Vertical and Horizontal Main frame Section of the Fixed windows and openable windows except top horizontal section of openable window – Section Code No.: ER924, Size: 103.70mm x 60.80mm x 1.80mm. ii) Horizontal top Main frame Section for the openable windows: Section Code No.: ER917, Size: 83.750mm x 60.80mm x 1.80mm. iii) Openable Double Glass Shutter section- Section Code No.: SBLA04, Size: 40mm x 17mm x 1.30mm. iv) Fixed Double Glass Shutter section - Section Code No.: SBLA05, Size: 41mm x 17mm x 1.30mm.

Page 43: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

43

v) Spacer for double glass - Size: 12mm spacer with primary & secondary seal. Windows glazing shall be in double glass frame with each 6mm & 6mm thick Heat strengthened reflective glass with 12mm aluminum spacer [including hardwares such as 8’’-10” size lockable

casement handles Item No. JHD-8608, heavy duty stainless steel stay hinges (GUARDIAN SECURISTAY SAFETY STAY P1097 ) with minimum 2 point with 4 sets in the each openable window with stainless steel plates, buffers, Heavy Quality Crome push & Lock Handle, HDPE/Neoprin Gaskets throughout etc as approved by Bank/ consultant for top hung/side-wise openable panel of windows] including double side tape of McCOY make of required size( 3mm thick and width of 6mm-12mm adhesive tape to be pasted on the entire frame of window and also including filling the joints/gaps with structural and weather silicon filling as per the drawing and as directed by the consultant including costs of hardwares such as non-corrosive /SS Screws, fastners, nuts, bolts, washers etc. complete and as per the drawings and detailed specifications including costs of all materials, labour charges, removing the debris out of the premises, cleaning the site etc, complete. The size of window openings and panel sizes shall be as per the drawings and as detailed below for each floor: A&B and D&E wing(typical for 3rd to 7th Floor) : Window opening size / Each panel size: Two openings of each size 14325mm x 914mm / Panel size 1102mm x 914mm out of which 3 panels shall be openable windows and others shall be fixed windows. C Wing for (all floors from 3rd to 8th Floor) : Centre portion: Window opening size / Each panel size: 19812mm x 914mm / 1238mm x 914mm out of which four panels shall be openable windows and others shall be fixed windows. Side portion: Window opening size / Each panel size: Two opening of each size 4750mm x 914mm / Each panel size 914mm x 914mm out of which two panels shall be openable windows and others shall be fixed windows. A&B and D&E wing(8th Floor) : Window opening size / Each panel size: Two openings of each size 14325mm x 2134mm / Panel size 1102mm x 2134mm out of which 3 panels shall be fixed cum openable panel having size of fixed portion and openable portion(bottom portion) shall be 1102mmx1067mm each and other panels shall be fixed windows. Staircase landing windows: Window opening size / Each panel size: Four opening of each size 2956mm x 914mm / Each panel size 739mm x 914mm of which two panels shall be openable windows and other panels shall be fixed windows. Note: 1. Number of openable panels mentioned in the drawing may vary as per the requirement,

however no addition or reduction shall be applicable in the quoted rate if any quantity variation in this regard. 2. Before starting fixing of windows, the contractor has to prepare a window Mockup & get it approved by consultant / NABARD officials. Accordingly the contractor should prepare the shop drawings and submit to consultant/NABARD before execution. The mock-up/site installation shall be tested at approved laboratories for its strength, wind pressure and water proof and tests certificate shall be produced to the Consultant/NABARD. Order shall be placed for the materials only after mock-up is approved by the Consultant. The cost for preparing window Mockup, shop drawings and laboratory tests shall be included in the quoted rates.

Page 44: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

44

3. Code name mentioned are of Euro make extrusions. Equivalent Sections in Jindal or other approved brand shall be allowed as per the approval of the Consultant/NABARD.

4. The contractor should provide performance and water proof warranty for 15 years for the structural

windows from the date of completion of the project in Rs 200/- non-judicial stamp paper as per the specified

format given in the tender.

15. Supplying and Fixing 50mm PVC Pipes with necessary fittings for the Air conditioners water drainage outlet:- Supplying and fixing with new P.V.C drain pipes (pressure rating 6 kg/sqcm) and fittings, in proper line & level with proper spacers so as to locate the lines at least 2” away from the wall including, GI clamps, and seal the joints properly with approved solvent including costs of all materials, labour charges etc. complete.

16. Supplying & applying Dash coat plaster:- Supplying applying cement dash coat for the area where the requirement of average plaster thickness is more than 25mm(Wherever instructed by the consultant), up to 50mm thickness in 1:3 C.M. with ICWPA, embedding small brick pieces in it so as to bring the uneven surface in level. Cure this dash coat at least thrice in a day and upto minimum four days including costs of all materials, labour charges, etc. complete.

17. Premium Exterior Higher grade Elastomeric heat reflective Water proof Cool Paint with proper preparation of surface :

Preparing the external surface ( i.e. existing ceramic kent tile/ plastered exterior surfaces of walls, ceilings, beams, columns, canopies, staircase head room walls, retaining wall sides of approaches to the basement. Chimney, basement air exhaust structure, generator room wall, Service duct wall, ) by cleaning with water by using detergent/cleaning material, wire brush, mechanical means as approved by the consultant without disturbing the existing water proofing coating in the joints of tiles etc. complete at all levels as directed. It may be noted that external surface having waterproofing coating is around 13000 sqm. The surface shall be properly prepared by removing all the foreign matters such as dirt, grease, laitance, mortar droppings, loose and flaking materials, Moss, fungus including improperly applied existing chemical waterproofing coatings (where ever reqd. ) by using suitable fungicide solution or Detergent solution or bleach or diluted HCL solution or diluted muriatic acid solution or cleaning liquids of reputed brands as approved by the consultant and there after wash the surface thoroughly with clear fresh water. Necessary repairs shall be carried out to defective surfaces like porous, cracks, undulations, chalky surfaces, gap between marble soffit of windows and wall etc. in such a way that all the minor cracks on the surface shall be filled by acrylic crack fillers as per paint manufacturer

specification and major cracks(more than 3mm wide) shall be filled with polymer based crack fillers of M/s

Roff(multiseal GP)/ /Fosroc/pidilite by expanding the crack as V-grove cut and much wider cracks (more

than 20mm) shall be filled with polymer modified mortar using polymer of M/s Roff/Fosroc/pidilite in the

ratio 1:5:12.5 (polymer:cement:sand) including silicon sealand wherever necessary and allow the surface to dry for 24 hours.

After preparation of the surface, supplying and applying two or more coats (two coats of top coat plus 1 coat of base coat plus 1 coat of primer for vertical surface and 3 coats of top coat plus one coat of base coat plus one coat of primer for horizontal surface) of premium exterior grade Elastomeric heat reflective 100% acrylic water proof cool paint of make M/s Jotun (Jotashield Waterxtreme with Base coat and Penetrative primer) / M/s Asian Paints (Apex Ultima Protek with Dralife Base coat and Smartcare Terrace Tile Primer) or equivalent paint of other reputed paint manufacturer as approved by the consultant/NABARD with 10years Waterproofing and 10 years Performance warranty in the approved shade and colour (as selected by the Bank after the quality tested on samples applied at the site). as per the manufacturer’s specifications on the exterior surfaces of walls, ceilings, beams, columns, canopies, staircase headroom walls, chimneys, basement exhaust structure, duct wall etc. complete as directed. Prior to applying the

Page 45: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

45

painting, damaged portion of plaster if any shall be removed and replastering in patches with CM 1:4 to match the adjacent surfaces as per the specification of plastering mentioned against the tender, (area of patches of cement plaster exceeding 0.10 Sqm for repairs will be considered separately for payment and area of patch plaster upto 0.10 sqm shall not be paid & shall be part of the painting).

The rate shall also include costs of Spiderman technique / Jhula if any, costs of all materials, sundry items, labour charges, water charge, curing, disposing of the debris to public dump yard out of the premises, cleaning the site etc. complete.

Note:-

i) The contractor should arrange the water for cleaning the surface and painting and required PVC/metal tanks for storage with the test certificate of water at his cost.

ii) Area to be covered: External surface of the building, Ramp area, external compound structure such as Stair case

structure to basement and mushroom air ducts, compound wall, Generator room, terrace structure such as machine room, beams, parapets, parapet wall above emergency exit at 2nd floor, chimneys at 2nd floor top areas of the building. The quantity given as per the standardized measurement based on previous settled bill, hence the area will not be measured again. Only additional and deduction if any shall be measured.

iii) Paint should be purchased only after approval of sample by Consultant/NABARD.

iv) The contractor should provide performance and water proof warranty for 10 years for the Exterior Painting from the date of completion of the project in Rs 200/- non-judicial stamp paper as per the specified format given in the tender.

18. Supplying and applying Synthetic Enamel Paint

i) for Stair case Hand rail: Removing by scrapping the blistered paint completely and preparing the old painted surfaces suitably for painting as directed and providing and applying two coats of first quality synthetic enamel paint of approved manufacturer and shade to top and side surfaces of wooden part of hand rail of stair case inside the building at all floors as per specification and finishing smoothly including cost of all materials, labour charges with one coat of wooden primer on repaired patches as per manufacture's specification etc. complete as directed.

ii) for MS Doors and Frames: Removing by scrapping the blistered paint completely and preparing the old painted surfaces suitably for painting as directed and providing and applying two coats of first quality synthetic enamel paint of approved manufacturer and shade to both side surfaces of M.S. door with one coat of Red-oxide primer as per manufacturer's specification and finishing smoothly including cost of all materials, labour charges etc. complete as directed.

19. Supplying and applying Aluminium paint on Rolling shutters:

Supplying and applying Aluminium paint on Rolling Shutters as per the manufacturing specifications including costs of all materials, labour charges, scaffolding etc. complete.

20. Supplying and applying Premium interior grade acrylic emulsion paint:

Supplying and applying two or more coats of premium interior grade acrylic emulsion paint of Asian Paints make Premium emulsion / equivalent in Jotun, ICI Dulux Akzonobel or in Nerolac make and shade as approved over a coat of interior primer of manufacturer as per manufacturer’s specifications to the interior

surfaces of walls, ceilings, beams, columns, canopies staircase rooms, lobbies, etc. and finishing

smoothly using 4” brush and roller, including scaffolding upto the height of ceiling without any limitation of floor height for scaffolding, etc. complete as directed by the Engineer.

The internal surfaces shall be prepared by removing old peeled off painting and damaged Neeru / POP punning completely mechanically by scrapping the surface with putty blade and wire brush and if necessary using hand machine cutter/scraper where ever required as per the site conditions,and expose the original sound surface ( expose original plastered surface in case of damaged Neeru / POP surface), then clean

Page 46: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

46

the entire surface by sand papering, removing dusts and washing with fresh water and keep the surface for drying. Removing damaged portion of plaster if any and re-plastering in patches with CM 1:4 upto 25mm thickness in two layers as per the requirement of site conditions in patches or stretches and to match with the adjacent surfaces, (area of patches of cement plaster exceeding 0.10 Sqm for repairs will be considered separately for payment). Then the prepared damaged surface (surface after removal of damaged neeru and re-plastered surfaces) in patches or stretches shall be leveled by applying with 2 coats of Birla white wall care putty having minimum 3mm thickness in two coats and finish the putty surface with papering after adequate drying at all levels and floors.

Before applying the interior primer coat, all the minor cracks on the surface shall be filled by acrylic crack fillers as per paint manufacturer specification and major cracks(more than 3mm wide) shall be filled with polymer based crack fillers of M/s Roff/Fosroc/pidilite by expanding the crack as V-grove cut and much wider cracks (more than 20mm) shall be filled with polymer modified mortar using polymer of M/s Roff/Fosroc/pidilite in the ratio 1:5:12.5 (polymer:cement:sand) and the crack filled area shall be finished with Birla white wall care putty to make the surface even and smooth. The entire prepared surface (i.e prepared surface in good condition, prepared surface having peeled off surface of old paint, prepared crack filled surface and prepared surface having patch-up Birla wall care putty) shall be finished with acrylic putty of the paint manufacturer or other superior grade as approved by NABARD to have a uniform surface which shall be sand papered, cleaned from all dusts and smoothened for receiving paint.

The rate shall be for the work at all levels of floors including costs for all materials, labour charges, scaffolding, proper covering of the floors / windows / fixtures / furniture with tarpaulin, polythene or equivalent covering material, cleaning the surface after repairs, curing as per standard etc. complete all as per specifications and including cost for disposing debris in the Municipal dump yard and also as directed by the Engineer in charge etc. complete.

Note: Area to be covered: Interior staircase area at A,B, D & E wings. The quantity given as per the standardized measurement based on previous settled bill, hence the area will not be measured again. Only additional and deduction if any shall be measured.

21. Application of paint and cleaning on Miscellaneous surfaces:

Supplying and applying two coats of synthetic enamel paint/Bitumastic paint/Aluminium paint to GI water pipes, CI soil and rain water pipes, yard electric lamp posts all CI/GI pipes and MS supports in Main Service ducts, Fire fighting water supply pipes in exposed surfaces and ducts, , tube light frames, MS support & structures of Air-conditioning and Fire fighting water supply pipes at terrace, etc., light shades, manhole covers, MS covers, MS ladder to overhead tanks, terrace, MS grill & Barbed wire fencing at compound wall, compound wall MS Gates, weld mesh and wire mesh, electric panel Board, street light poles and pedestals with its fixtures, flag masts, exposed electric conduit pipes, GI/MS pipes for fire hydrant water pipes, fire hydrant posts, MS grill grating of open drains all round the building. Before applying painting, one coat of Red oxide special metal primer of MRF make shall be supplied and applied on rusted /unpainted surfaces where ever required as directed by the consultant. The surface of metal shall be prepared by scrapping and removing rust with rust removing solution and cleaning the surface completely before applying primer and topcoats. The area of external surface of the building, roof terrace, ducts, installations in the compound in open space and compound wall area shall be covered under the application. The cost includes costs of all materials, single scaffolding if any labour charges etc. complete as directed.

22. Supplying and applying three coats of Terracotta paint as per the manufacturer’s specifications on plinth protection pavement tiles around the office building including costs of all materials, labour charges etc. complete.

23. Supplying & applying Metallic Painting on the Metal Canopy : i) Remove all loose, flaking paint with a scraper and remove corrosion, oil, grease, dust from the metal canopy. Clean the surface with soapy water and a long-handled scrub brush. Rinse the soap with a water hose. Allow the surface to dry completely. ii). Trim the grass and cut back the bushes around the canopy for easier access to the surface for painting. Rake leaves and debris away from the base of the building.

Page 47: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

47

iii). Supplying and applying Premium grade Metallic paint of Asian/Jotun/ICI Dulux Akzonobel/Shere Williams make followed by one coat of metal primer on the prepared surface using paint spray gun as per the manufacturer’s specification and shade as approved by NABARD / Consultant. The rate includes costs of all materials. Labour charges, scaffolding etc, complete. 24. Supplying and applying Synthetic enamel Paint on letters and Symbols (Logos) of NABARD:

Supplying and applying premium Grade synthetic enamel Paint on Letters and Symbols (logos) at any height of NABARD including costs of all materials, labour charges, cleaning etc. complete. 1. Painting of Letters in “National Bank for Agriculture and Rural Development” of each letter size approximately 20 cm and a Logo of size approximately 30cm at 2nd floor height at emergency exit. 2. Painting of Letters in “National Bank for Agriculture and Rural Development” of each letter size approximately 30 cm and a Logo of size approximately 40cm at1st floor height at front canopy. 3. Painting of Letters in “NABARD” of each letter size approximately 60 cm and a Logo of size approximately 180cm at top of the all four sides of the building.

25. SAMPLES FOR APPROVAL

Contractor, before supply of material should show the samples of all the materials to the bank and

get it approved.

26. SAFETY CODE

The Contractor shall maintain in a readily accessible place first aid appliances including adequate

supply of sterilised dressings and cotton wool.

An injured person shall be taken to a public hospital without loss of time, in cases where the injury

necessitates hospitalisation.

No portable single ladder shall be over 8 metres in length. The width between the side rails shall

not be less than 30 cm. Clear and the distance between two adjacent rungs shall not be more than

30 cm. When a ladder is used an extra mazdoor shall be engaged for holding the ladder.

Every opening in the floor of a building or in a working platform be provided with suitable means

to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum

height shall be one metre.

Workers employed on mixing and handling material such as asphalt, cement, mortar shall be

provided with protective footwear and rubber hand gloves.

Hoisting machine and tackle used in the works, including their attachments, anchorage and

supports shall be in perfect condition.

The Consultants / Employer reserves the right to instruct the Contractors to take additional safety

precautions if found necessary.

All workers shall be provided with helmet, Safety Shoes and Safety belts.

Page 48: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

48

G. LIST OF APPROVED MAKE OF MATERIALS / TRADE.

Unless otherwise mentioned any one of the approved makes or brands shall be allowed to be used after approval of NABARD/Consultant. Other specific equivalent brands with BIS mark may be allowed to be used if approved by NABARD.

The bidder shall distinctly understand that it will not be their prerogative to insist on a particular brand from the list. Final selection will be done with the approval of NABARD.

If the schedule of quantities prescribes a particular brand of materials or fittings, the same shall be

considered while quoting the rates.

S

N

o

Material Approved Make

1 Cement ACC Cements, Ultra-tech Cements, Gujrat Ambuja or

equivalent approved By NABARD

2 Sand River sand and Quartz sand only.

3 Synthetic Enamel

Paint, Aluminium

Paint and Metallic

Paint

Jotun, Kansai Nerolac, Asian Paints, MRF, killick

Nixon, Jenson & Nicholson, ICI, Berger, Shalimar or

equivalent approved by NABARD.

4 Interior Acrylic

Premium Emulsion

Paint.

Asian Paint / ICI Dulux/ Nerolac/ Jotun / Berger Make

5 Higher Grade

Elastomeric

Waterproof Heat

reflective Exterior

Cool Paint

Jotun Jotashiield Waterxtreme / Asian Paints Apex

Ultima Protek or equivalent as per approval of

NABARD/Consultant as per manufacturers’

specifications.

6 Elastic/Polymer crack

filling compound

Specified / Prescribed by the manufacturer viz

Fosroc/.Chemstik/ Roffe/ M/s. Sunanda specialty

coatings pvt. ltd / M/s. Asian Paints / M/s. Nerolac /

M/s. Dr.FIXIT / M/s. ICI Dulux or other approved

equivalent make ( like of M/s Choksey, M/s Sika)

7 Epoxy Based Anti-

rust coating

Specified / Prescribed by the manufacturer viz. M/s

Fosroc/M/s. Sunanda specialty coatings pvt. ltd / M/s.

Roffe/M/s. Dr.FIXIT or other approved equivalent make

( like of M/s Choksey, M/s Sika)

8 Polymer for PM

Mortar

Specified / Prescribed by the manufacturer viz. M/s

Fosroc/M/s. Sunanda specialty coatings pvt. ltd / M/s.

Roffe/M/s. Dr.FIXIT or other approved equivalent make

( like of M/s Choksey, M/s Sika)

9 Silicon Sealant M/s Dow Corning / M/s Sunanda speciality coating/ Dr.

Fixit/ M/s Choksey Chemical or other approved

equivalent

10 Stainless Steel Screws GKW, Nettlefold

11 Integral Water

Proofing Admixture

for mortar

Specified / Prescribed by the manufacturer viz. M/s

Fosroc/M/s. Sunanda specialty coatings pvt. ltd / M/s.

Roffe/M/s. Dr.FIXIT or other approved equivalent make

Page 49: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

49

( like of M/s Choksey, M/s Sika)

12 Aluminium Tubular

Structural Extrusion

EURO / Jindal / Indal

13 Granite slab Machine Mirror polished/ Rustic leather finish/flammed

16-18mm thick slab

14 UPVC Pipes/fittings Finolex/Supreme/Ashirvad

15 PVC Pipes/Fittings Finolex/Supreme/Prince

16 Hardwares such as SS

Hinges, locks, handle

Dorset/Flora/Dura/Dorma/Ebco/Hettich or equivalent as

approved by NABARD

NOTE: The contractor shall use only above mentioned material to be approved by the Consultant/

NABARD. All other materials shall confirm to the specifications laid down and the shall be of

reputed company/brand. The tenderer shall take this into account while tendering rates / prices.

Page 50: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

50

APPENDIX

ABSTRACT TO GENERAL CONDITIONS OF CONTRACT

1 Earnest money Deposit (EMD) An initial part of Initial Security Deposit

for Rs 3,30,000/- (Rupees Three Lakh

thirty thousand only) towards Earnest

Money Deposit (EMD) of by way of a

Demand Draft from Nationalised Bank/

Scheduled Bank payable at Mumbai in

favour of ‘NABARD’ to be submitted

along with the ‘Technical Bid’. The

remaining amount of Initial Security

Deposit (which will be 2% of the quoted

amount minus initial part payment) will be

submitted by the contractor after awarding

of the work.

2 Date of commencement Date of commencement shall be either

two-week, from the date of issue work

order to the contractor or day on which the

contractor will take possession of site

whichever is earlier

3 Period of Completion 6 months from the 14th day of issue of

Work Order

4 Defects Liability Period 12 months from the date of virtual

completion.

5 Agreed Liquidated Damages 0.25% of contract value for each week of

delay subject to maximum of 5% of the

contract value (without extra items).

6 Period of Final Measurement 30 days

7 Value of work for the issue of Interim

Certificate

15% of awarded tendered amount(contract

value) or Rs 25.00 Lakh whichever is less.

8 Retention money from each interim bill

5%

9 Total retention money including Earnest

Money and initial security deposit

5% of the contract value Contract

10 Consultants certificate of payment 15 days after submission of interim bills

by the Contractor.

11 Period of honouring payment certificate 21 working days and 45 working days from

the date of Consultant’s certificate of

payment for interim bills and final bill

respectively.

12 Delayed Payments No interest will be paid on this account

Page 51: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

51

DECLARATION

I/We have inspected the site of works and have made me / us fully acquainted with the local

conditions in and around the sites of works. I/We hereby declare that I/We have gone through

the conditions laid down in the Notice Inviting Tender, Conditions of Contract, Technical

Specifications and understood the same and on the basis of the same I/We quoted our rates in

the Schedule of Quantities attached with the tender documents.

I/We shall also uniformly maintain such progress as may be directed by the Employer /

Consultant to ensure completion of same within the target date as mentioned in the tender

document.

Witness: ______________________ Signature of Bidder

Address______________________

______________________

______________________

Date: _____________________

NOTE: All technical clarification if any should form a part of technical bid. Technical

clarifications after opening of the tender will not be entertained at any cost.

Page 52: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

52

I. PROFORMA :

Information to be furnished by the Contractor:

BASIC INFORMATION

Sl. No.

Particulars Information

1 Name of the organization

2 Type of Organisation- Whether Proprietorship, Partnership

etc.

(Please enclose related documents)

Attach documentary proof also

3 Name of the Proprietor/Partners/Directors in the organisation

(a)

(b)

(c)

4 Details of Registration (Firm, Company etc.)

Registering Authority, Date, Number etc.

Attach documentary proof also

5 Experience in the respective field of work

Please enclose documents in support

Attach documentary proof also

- Years 6 Name and address of the Bank/Bankers.

7 Yearly turnover of the organization for the last 3 years ending 31st March 2017

(Please, enclose copy of Audited Final Accounts in

support.)

Year 2014-15

2015-16

2016-17

8 a) Registered Office address and Telephone number

Attach documentary proof also

Page 53: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

53

b) Office a d d r e s s t h rough w h i c h t h e w o r k w i l l b e handled in Mumbai. Tenderer / Bidder should have registered office in Mumbai / Thane/Raigad/Pune with supporting documents such as registered office address proof issued by govt. and other related authorities etc.

*Details of factory and its location, machinery, technical personnel to be employed to be attached in separate sheet.(If any)

9 Whether working with any of the Govt. /Semi Govt. Undertaking/s as approved contractors and if so, furnish details in Statements-II &III.

10 Whether any technical personnel are employed in the organization and if so, give details of their experience, qualification etc. Statement - I

11 Indicate if involved in any litigation, arbi t rat ion or any c iv i l su i t s pending in any of the works executed during last 07 years/being executed. If yes, please furnish the name of the project, employer, nature of work, contract value, work order and date and brief details of litigation. Attach a separate sheet if required.

12 Kindly mention if your firm/agency/company is blacklisted/ debarred by NABARD mention the relevant details

13 PAN No

14 Important major contracts completed ( value of the

contracts in the relevant sector as per pre-

qualification criteria having individual value of Rs

66 lakh and above only). The full postal address of

the clients including their contact telephone

numbers.

Details to be furnished in the prescribed

proforma (Statement II)

15 Important major contracts ( value of the contracts in

the relevant sector as per pre-qualification criteria

having individual value of Rs 66 lakh and above

only) on which the firm is engaged at present The

full address of the clients and their contact telephone

numbers shall be indicated against each assignment.

Details to be furnished in the prescribed

proforma (Statement III)

Note : Statements I, II & III are enclosed.

Signature of the bidder with Seal

Page 54: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 54 OF 90

STATEMENT - I

List of professional staff with the contractor, giving their qualification,

experience, including that in the present organization*

Sr.

No.

Name Age Qualifi

cation

Experi-

ence

Nature

of

works

handled

Name

of the

assign

ments

handled

Date from which

employed in the

present organi-

sation

1 2 3 4 5 6 7 8

* Use separate/additional sheets as per the requirement

Signature of the bidder with full address and office seal

Note: Indicate other points (including clients’ certificates), if any, relating to your

technical and managerial competency which you would like to bring to our notice.

.

Page 55: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 55 OF 90

STATEMENT - II

List of important contracts (Civil/Exterior/Structural work) executed by the

contractor *

Sr.

No.

Name of

the Work

including

name of the

building

and

location.

Nature of

work

involved

in the

contract

Name of the

owner and

indicate

whether it is

a State Govt./

Govt. of

India

undertaking

or Pvt. body

with full

address and

telephone

numbers.***

Completion Period Value of the Work

**

( Rs in lakh)

Stipulated Actual

1 2 3 4 5 6 7

* Use separate /additional sheets as per the requirement

** Mention the projects in the relevant field as per the pre-qualification criteria where value of

the individual project costing Rs 66 lakh and above only.

*** Attach clients certificates clearly indicating scope of works

Signature of the bidder with full address and office seal

Page 56: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 56 OF 90

STATEMENT - III

List of important contracts (Civil/Exterior/Structural work) ON HAND being

executed by the contractor*

Sr.

No.

Name

of the

Work

includin

g name

of the

buildin

g and

location

Nature

of work

involve

d in the

contract

Name of

owner and

indicate

whether it is a

State Govt./

Semi- Govt./

Govt. of India

Undertaking or

Pvt. Body with

full address

and telephone

numbers.***

Stipulat

ed date

of

complet

ion

Expecte

d date

of

complet

ion

Present

stage of

work

with

reasons

if the

work is

getting

delayed

Value of the

work **

( Rs in lakh)

1 2 3 4 5 6 7 8

* Use separate /additional sheets as per the requirement

** Mention the projects in the relevant field as per the pre-qualification criteria where value of

the individual project costing Rs 66 lakh and above only..

*** Attach clients certificates indicating scope of works

Signature of the bidder with full address and office seal

Page 57: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 57 OF 90

ANNEXURE A

PRE-CONTRACT INTEGRITY PACT

(On Rs.200/- Stamp Paper)

General This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on ______________ day of the month of __________ between, on one hand, National Bank for Agriculture and Rural Development (NABARD), represented by Shri ________________________________ (hereinafter called the “Employer”, which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s _______________________ represented by Shri _______________________, Chief Executive Officer (hereinafter called “BIDDER/Seller” which expression shall man and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the Employer proposes to get the work, viz “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” carried out and the BIDDER/Seller is willing to offer/

has offered to execute the same and WHEREAS THE BIDDER is a private company/ public company/ Government undertaking/ partnership/ registered export agency, constituted in accordance with the relevant law in the matter and the Employer is a body corporate established under NABARD Act, 1981 having its Head Office at Plot No. C-24, Block ‘G’, Bandra-Kurla Complex, Bandra (East), Mumbai. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/ prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling the Employer to get the works carried out at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the Employer will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows :

Page 58: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 58 OF 90

Commitments of the Employer 1.1 The Employer undertakes that no official of the Employer, connected

directly or indirectly with the contract, will demand, take a promise for

or accept, directly or through intermediaries, any bribe, consideration,

gift, reward, favour or any material or immaterial benefit of any other

advantage form the BIDDER, either for themselves or for any person,

organization or third party related to the contract in exchange for an

advantage in the bidding process, bid evaluation, contracting or

implementation process related to the contract.

1.2 The Employer will, during the pre-contract stage, treat all BIDDERs

alike and will provide to all BIDDERs the same information and will not

provide any such information to any particular BIDDER which could

afford an advantage to that particular BIDDER in comparison to other

BIDDERs.

1.3 All the officials of the Employer will report to the appropriate

Government office any attempted or completed breaches of the above

commitments as well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is

reported by the BIDDER to the Employer with full and verifiable facts

and the same is prima facie found to the correct by the Employer,

necessary disciplinary proceedings, or any other action as deemed fit

including criminal proceedings may be initiated by the Employer and

such a person shall be debarred from further dealings related to the

contract process. In such a case while an enquiry in being conducted

by the Employer the proceedings under the contract would not be

stalled.

Commitments of BIDDERs 3 The BIDDER commits itself to take all measures to prevent corrupt

practices, unfair means and illegal activities during any stage of its bid

or during an pre-contract or post-contract stage in order to secure the

contract or in furtherance to secure it and in particular commit itself to

the following :-

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe,

gift, consideration, reward, favour, any material immaterial benefit or

other advantage, commission, fees, brokerage or inducement to any

official of the Employer, connected directly or indirectly with the bidding

process, or to any person, organization or third party related to the

contract in exchange for any advantage in the bidding, evaluation,

contracting and implementation of the contract.

Page 59: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 59 OF 90

3.2 The BIDDER further undertakes that it has not given, offered or

promised to give, directly or indirectly any bribe, gift, consideration,

reward, favour, any material or immaterial benefit or other advantage,

commission, fees, brokerage or inducement to any official of the

Employer or otherwise in procuring the Contract or forbearing to do or

having done any act in relation to the obtaining or execution of the

contract or any other contract with the Bank for showing or forbearing

to show favour or disfavor to any person in relation to the contract or

any other contract with the Bank.

3.3 BIDDERs shall disclose the name and address of agents and

representatives and Indian BIDDERs shall disclose their foreign

principles or associates.

3.4 BIDDERs shall disclose the payments to be made by them to agents/

brokers or any other intermediary, in connection with this bid/ contract.

3.5 The BIDDER further confirms and declares to the Employer that the

BIDDER is the original manufacturer/ integrator/ authorized

government sponsored export entity of the defence stores and has not

engaged any individual or firm or company whether Indian or foreign to

intercede, facilitate or in any way to recommend to the Employer or any

of its functionaries, whether officially or unofficially to the award of the

contract to the Employer, nor has any amount been paid, promised or

intended to be paid to any such individual, firm or company in respect

of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract

negotiations or before signing the contract, shall disclose any

payments he has made, is committed to or intends to make to officials

of the BUYER or their family members, agents, brokers or any other

intermediaries in connection with the contract and the details of

services agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the

contract to impair the transparency, fairness and progress of the

bidding process, bid evaluation, contracting and implementation of the

contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

3.9 The BIDDER shall not use improperly for purposes of competition or

personal gain or pass on to others, any information provided by the

EMPLOYER as part of the business relationship regarding plans,

technical proposals and business details, including information

contained in any electronic data carrier. The BIDDER also undertakes

Page 60: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 60 OF 90

to exercise due and adequate care lest any such information is

divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable

facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to

commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on

behalf of the BIDDER either directly or indirectly is a relative of any of

the officers of the EMPLOYER, or alternatively if any relative of an

officer of the EMPLOYER has financial interest/ stake in the BIDDER’s

firm, the same shall be disclosed by the BIDDER at the time of filling of

tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of

the Companies Act 1986. 3.13 The BIDDER shall not lend to or borrow any money from or enter into

any monetary dealings or transactions, directly or indirectly, with any

employee of the EMPLOYER.

4. Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the

last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprises in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject,

BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5. Earnest Money (Security Deposit) 5.1 While submitting commercial bid, the BIDDER shall deposit an amount

______________ (to be specified in RFP) as Earnest Monery/ Security Deposit, with the EMPLOYER through any of the following instruments.

i. Bank Draft or a Pay Order in favour of ____________________

ii. A confirmed guarantee by an Indian Nationalised Bank, promising

payment of the guaranteed sum to the EMPLOYER on demand within

three working days without any demur whatsoever and without any

reasons whatsoever. The demand for payment by the EMPLOYER

shall be treated as conclusive proof of payment.

Page 61: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 61 OF 90

iii. Any other mode or through any other instrument (to be specified in the

RFP)

5.2 The Earnest Money/ Security Deposit shall be valid upto a period of five years or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the EMPLOYER, including warranty period, whichever is later. 5.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the EMPLOYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 5.4 No interest shall be payable by the EMPLOYER to the BIDDER on Earnest Money/ Security Deposit for the period of its currency. 6. Sanctions for Violations 6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the EMPLOYER to take all or any one of the following actions, wherever required :-

i. To immediately call off the pre-contract negotiations without assigning

any reason or giving any compensation to the BIDDER. However, the

proceedings with the other BIDDER(s) would continue.

ii. The Earnest Money Deposit (in pre-contract stage) and/ or Security

Deposit/ Performance Bond (after the contract is signed) shall stand

forfeited either fully or partially as decided by the EMPLOYER and the

BUYER shall not be required to assign any reason therefore.

iii. To immediately cancel the contract, if already signed, without giving

any compensation to the BIDDER.

iv. To recover all sums already paid by the EMPLOYER, and in case of an

Indian BIDDER with interest thereon at 2% higher than the prevailing

Prime Lending Rate of State Bank of India, while in case of a BIDDER

from a country other than India with interest thereon at 2%, higher than

the LIBOR. If any outstanding payment is due to the BIDDER from the

EMPLOYER in connection with another contract for any other stores,

such outstanding payment could also be utilized to recover the

aforesaid sum and interest.

v. To encash the advance bank guarantee and performance bond/

warranty bond, if furnished by the BIDDER, in order to recover the

payments, already made by the EMPLOYER, along with interest.

vi. To cancel all or any other contracts with BIDDER. The BIDDER shall

be liable to pay compensation for any loss or damage to the

EMPLOYER resulting from such cancellation/ rescission and the

Page 62: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 62 OF 90

EMPLOYER shall be entitled to deduct the amount so payable from the

money(s) due to the BIDDER.

vii. To debar the BIDDER from participating in future bidding processes of

the Government of India for a minimum period of five years, which may

be further extended at the discretion of the EMPLOYER.

viii. To recover all sums paid in violation of this Pact by BIDDER(S) to any

middleman or agent or broker with a view to securing the contract.

ix. In cases where irrevocable Letters of Credit have been received in

respect of any contract signed by the EMPLOYER with the BIDDER,

the same shall not be opened.

x. Forfeiture of Performance Bond in case of a decision by the EMPLOYER

to forfeit the same without assigning any reason for imposing sanction

for violation of this Pact.

6.2 The EMPLOYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with our without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption. 6.3 The decision of the EMPLOYER to the effect that a breach of the provisions of the Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact. 7 Fall Clause 7.1 The BIDDER undertakes that it has not supplied/s not supplying similar product/ systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry/ Department of the Government of India or PSU and it is found at any stage that similar product/ systems or sub systems was supplied by the BIDDER to any other Ministry/ Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the EMPLOYER, if the contract has already been concluded. 8. Independent Monitors 8.1 The EMPLOYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission [Names and Addresses of the Monitor: Shri. Debabrata Sarkar, Mayfair Boulevard (Narayan Apartment), Flat No. 701, Main Avenue Road, Santacruz(West), Mumbai-400 054]. 8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

Page 63: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 63 OF 90

8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/ procurement, including minutes of meetings. 8.5 As soon as the Monitor notices or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the EMPLOYER. 8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the EMPLOYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/ Subcontractor(s) with confidentiality. 8.7 The EMPLOYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings. 8.8 The Monitor will submit a written report to the designated Authority of EMPLOYER within 8 to 10 weeks from the date of reference or intimation to him by the EMPLOYER / BIDDER and should the occasion arise submit proposals for correcting problematic situations. 9. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the EMPLOYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 10 Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER. 11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

Page 64: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 64 OF 90

12. Validity 12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the EMPLOYER and the BIDDER/ Seller, including warranty period, whichever is later in case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13 The parties hereby sign this Integrity Pact at _____________________ on ____________________. EMPLOYER BIDDER Name of the Officer Chief Executive Officer Designation NABARD Witness Witness 1. _______________________ 1.

_______________________?

2. _______________________ 2.

________________________

*Provisions of these clauses would need to be amended/ deleted in line with the

policy of the EMPLOYER in regard to involvement of Indian agents of foreign suppliers.

Page 65: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 65 OF 90

Annexure B

Format for complaint to Independent External Monitor 1 Name of RO : 2 Name of complainant/ vendor : 3 Address and contact No. : 4 Tender Details : a. Particulars : b. Date of tender called for : c. Last date of submission : d. Date of opening tender : 5. Nature of complaint in brief : 6. Supporting documents :

enclosed/ evidence 7. Relief sought :

Signature and date :

Page 66: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 66 OF 90

ARTICLES OF AGREEMENT ANNEXURE-C

( On a Rs 200/- Non- Judicial stamp paper)

ARTICLES OF AGREEMENT made this _____________ day of __________ between the National Bank for Agriculture and Rural Development (NABARD) (hereinafter called “the Employer”) and having its Head Office at C-24, G-Block, Bandra Kurla Complex, Bandra (E), Mumbai – 400051 of the one part and __________________(hereinafter called “the Bidder”) and having its registered office at ………………………………………………….. of the other part.

WHEREAS the Employer is desirous of getting executed “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” and has caused Price Bid showing and describing the work to be done to be prepared by or under the direction of the Employer.

AND WHEREAS the said technical specifications and the Price Bid have been signed by or on behalf of the parties hereto.

AND WHEREAS the Bidder has agreed to execute upon and subject to the conditions set forth in the Price Bid and Conditions of Contract (all of which are collectively hereinafter referred to as “the said Conditions”) the work shown upon the said technical specifications, and included in the Price Bid at the respective rates therein set forth amounting the sum as therein arrived or such other sum as shall become payable there under (hereinafter referred to as “the said contract amount”).

NOW IT IS HEREBY AGREED AS FOLLOWS :-

1. In consideration hereinafter mentioned, the Bidder will upon and subject to the conditions annexed, carry out and complete the works shown in the contract, described by or referred to in the Schedule of Quantities and in the said conditions.

2. The Employer shall pay the Bidder the said contract amount or such sum as shall become payable at the times and in the manner specified in the said conditions.

1. The said Conditions and Appendix thereto and the documents attached hereto shall be read and construed as forming part of this Agreement and the parties hereto shall be respectively abide by, submit themselves to the said Conditions and the correspondence and perform the agreements on their part respectively in the said conditions and the documents contained herein.

4. This Agreement and documents mentioned herein shall form the basis of this contract.

5. This contract is an item rate contract for the complete work to be paid for according to necessary supply, application and installation carried out at site and for achieving the desired performance in completing the painting and specified

Page 67: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 67 OF 90

repair work in the tender at the rate contained in the Schedule of Rates or as provided / mentioned in the said conditions.

6. The Bidder shall afford every reasonable facility for carrying out of all works of other Contractors employed by the Employer and shall make good any damage done to walls, floors, etc. after the completion of such works.

7. The Employer reserves to itself the right of altering the nature of work by adding to or omitting any items of works or having portions of the same carried out without prejudice to this contract.

8. Time shall be considered as the essence of this contract, and the Bidder hereby agrees to complete the entire work within the time period prescribed in the tender reckoned from the date of issue of work order subject nevertheless to the provision for extension of time.

9. All payments by the Employer under this contract will be made only at Mumbai

10. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen at Mumbai and only Courts in Mumbai shall have the jurisdiction to determine the same to the exclusion of all other courts.

11. That the several parts of this contract have been read by the bidder and fully understood by the bidder.

IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly authorized officials and the Bidder has caused its common seal to be affixed hereunto and the said two duplicates/ has caused these presents and the said two duplicates here of to be executed on its behalf, the day and year first herein above written. (If the Bidder is a company).

Signature Clause

SIGNED AND DELIVERED by the

National Bank for Agriculture and

Rural Development by the hand of

Shri

(Name & Designation)

In the presence of:

Page 68: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 68 OF 90

Witness #1

Signature:

Name:

Address

Witness #2

Signature:

Name:

Address

SIGNED & DELIVERED by

If the Bidder is a partnership firm

or an an individual

should be signed by all or on

behalf of all the partners.

in the presence of :

The COMMON SEAL OF:

was hereunto affixed pursuant to the resolutions

passed by its Board of Directors at the meeting

held on:

Page 69: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 69 OF 90

Directors who have signed these If the Bdder signs under Presents

Common seal, the signature

clause should tally with the

sealing clause in the Articles

of Association

SIGNED AND DELIVERED by the Bidder If the Bidder is signing by the by the hand of Shri. hand of Power of Attorney,

Whether a company or an

individual.

Duly Constituted Attorney.

Witness #1

Signature:

Name:

Address

Witness #2

Signature:

Name:

Address

Page 70: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 70 OF 90

PERFORMANCE UNDERTAKING ANNEXURE-D (On Rs.200/- Stamp Paper)

PERFORMANCE UNDERTAKING FROM THE CONTRACTOR

National Bank for Agriculture and Rural Development,

Plot No. C-24, 'G‘ Block,

Bandra - Kurla Complex,

Bandra (East), MUMBAI - 400 051

WHEREAS

1. National Bank for Agriculture and Rural Development (NABARD) is desirous

of getting the “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”

(hereinafter referred to as "the said Buildings") and for that purpose invited

tenders.

2. Pursuant to the acceptance by NABARD of the tender dated ……... submitted

by us i.e. …………………., NABARD has issued Work Order bearing

No.…………………….. dated ……….. (hereinafter referred to as "the said

order")

3. It is one of the terms of the of the said order that works of “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” (hereinafter referred to as

“the said Water proofing work ”) shall be carried out as per the system of

treatment developed by any specialized agency.

4. It is also one of terms of the said order that we shall furnish to NABARD a

performance undertaking for “Water proof and performance against any

defect which may arise in a period of 10 years in respect of Exterior

Elastomeric Waterproof Heat Reflective Cool Painting and 15 years in

respect of Aluminium Stuctural Glazing for windows at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51” from the date of virtual

completion pertaining to both the materials and workmanship in respect of the

said water proofing work and which performance undertaking shall be signed

by M/s ……………………….. and which shall be valid for said duration of

10 and 15 years as the case maybe from the date of virtual completion of the

said Water Proofing Work.

NOW, THEREFORE, THIS PERFORMANCE UNDERTAKING WITNESSETH

THAT :

1. We have carried out the said external waterproofing work. We have read and

understood the terms and conditions of the said Water proofing Works as

provided in the said order.

2. After Virtual Completion of the said water proofing work and before the

completion of the ….. day of ……….(for exterior painting) and ….. day

of ……….(for structural glazing), if at any time or times the said

waterproofing work applied by us start peeling off or started leaking and in

Page 71: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 71 OF 90

any way material/installation get damaged to the influence of seeping water

including forming wet patches, dampness, weathering action, wear and tear

etc. either due to the inadequacy of the work carried out or due to any other

reason, whatsoever relating to the specifications, workmanship, etc. We

hereby undertake to carry out necessary remedial measures up to said 10 and

15 years as the case may be from the date of virtual completion of the said

water proofing work to such extents so and often as may be necessary to free

the premises from such leakages/dampness without any extra cost to the

NABARD. The decision of the NABARD in regard to the question as to

whether there is any leakage or the treatment has given way to water or

moisture shall be treated as final and binding on us. We shall diligently,

efficiently and satisfactorily rectify the defects or faults detected/arising,

during the aforesaid period to the full satisfaction of NABARD and also

undertake to attend to the rectification work and reinstate the surfaces

disturbed to its original condition after carrying out the rectification work, if

necessary, by arising new materials at no extra cost to NABARD.

We shall not revoke it without written consent of NABARD.

Signed by: ……….

For and on behalf of M/s …………..

Date :

Place :

Page 72: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 72 OF 90

ANNEXURE -E INDEMNITY BOND

(On Rs.200/- Stamp Paper)

KNOW all men by these presents that I, Shri..............................................................of M/s ....................................................... ......................................do hereby execute Indemnity Bond in favour of National Bank for Agriculture and Rural Development ( NABARD), having their Registered Office at C-24, G Block, Bandra-KurIa Complex, Bandra(E) Mumbai-400051 and M/s.......................................................................................... having their office at ............................................................. on this ............. day of........................ 2016. WHEREAS NABARD have appointed M/s................................................as the

Contractor for their Proposed work relating to “Replacing the Rear side Windows from 3rd Floor to 8th Floor, Civil Repair work, Exterior and Interior Re-Painting and Water Proofing at NABARD, Head Office, BKC, Bandra ( E), Mumbai-51”. THIS DEED WITNESSETH AS FOLLOWS :- I/We M/s ....................................................hereby do Indemnify, and same harmless NABARD against and from

i. any third party claims, civil or criminal complaints liabilities, site mishaps and other accidents or disputes and/or damages occurring or arising out of any mishaps at the site due to faulty work, negligence, faulty construction and/or for violating any law, rules and regulations in force, for the time being while executing/executed works by me/us,

ii. any damages, loss or expenses due to or resulting from negligence or breach of duty on the part of me/us or any sub-contractor/s if any, servants or agents.

iii. any claim by an employee of mine/ours or of sub-contractor/s, if any, under the Workmen Compensation Act and Employers Liability Act, 1939 or any other law, rules and regulations in force for the time being and any Acts replacing and/or amend the same or any of the same as may be in force at the time and under any law in respect of injuries to persons or property arising out of and in the course of the execution of the contract work and/or arising out of and in the course of employment of any workmen/employee.

iv. any act or omission of mine/ours of sub-contractor/s if any, our/their servants or agents which may involve any loss, damage liability, civil or criminal action.

Page 73: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 73 OF 90

IN WITNESS WHEREOF THE M/s ...............................................has set his/their hands on this .............day of ............. 2017. SIGNED AND DELIVERED BY THE AFORESAID M/s

IN THE PRESENCE OF WITNESS : (1) ……………………………….. (2) ………………………………..

Page 74: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 74 OF 90

ANNEXURE-F VIRTUAL COMPLETION CERTIFICATE Having executed the work in terms of the contract, we hereby certify and affirm that we have virtually completed the contracted works.

We hereby certify that the work has been executed wholly to our satisfaction and with materials and workmanship in accordance with the contract.

We do certify further that we have executed the work in accordance with the applicable laws and without any transgression of such laws.

Signature of the Contractor Place: Name : Date: Address : Seal

Page 75: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 75 OF 90

DETAILED DRAWING OF THE

STRUCTURAL GLAZED WINDOWS

[All dimensions of the drawing shall be considered in

millimeter (mm)]

Page 76: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 76 OF 90

Figure 1

Page 77: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 77 OF 90

Figure 2

Page 78: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 78 OF 90

Figure 3 Figure 4

Page 79: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 79 OF 90

Figure 5 Figure 6

Page 80: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 80 OF 90

Figure 7 Figure 8

Page 81: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 81 OF 90

Figure 9 Figure 10

Page 82: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 82 OF 90

Figure 11 Figure 12

Page 83: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 83 OF 90

Figure 13

Page 84: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 84 OF 90

Figure 14

Page 85: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 85 OF 90

Figure 15

Page 86: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 86 OF 90

Figure 16

Page 87: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 87 OF 90

Figure 17

Page 88: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 88 OF 90

Figure 18

Page 89: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 89 OF 90

Figure 19

Page 90: NOTICE INVITING TENDER - NABARD · 2018-09-22 · Civil Engineering and a Site Super supervisor having atleast ITI qualification in Civil Engineering specifically for this work at

PAGE 90 OF 90

Figure 20 Figure 21


Recommended