sncu at bahadurgarh - National Health Mission, Haryana

advertisement
NOTICE INVITING TENDER
FOR CONSTRUCTION / RENOVATION (SNCU AT BAHADURGARH)
In continution to the Tender Notification dated 04/03/2014 issued by the office
of Mission Director (NRHM) Haryana, complete Bid documents containing all
the terms and conditions, BOQ , specifications and agreement etc is also
available on website : www.nrhmharyana.org
CONTRACTOR
WITNESS
1
BID DOCUMENTS
FOR THE
ESTABLISHMENT OF SNCU AT CIVIL HOSPITAL
BAHADURGARH
INCLUDING
INTERIORS,
GAS
MANAGEMENT SYSTEM, ELECTRICAL WORKS ETC.
App. Cost:
= Rs.50.10 Lacs
Earnest Money
= Rs.1,00,200/-
Time Limit
= 3 Months
CLIENT:
Consultant:
P.M.O/ M.S/ C.M.O
PLANNER PLUS
CIVIL HOSPITAL,
JHAJJAR
SCO – 34, 2 FLOOR
SWASTIK VIHAR, MDC-5,
PANCHKULA
CONTRACTOR
ND
WITNESS
2
ELECTRICAL ESTIMATE FOR SNCU WING AT CIVIL HOSPITAL BAHADURGARH, HARYANA
NON - SCHEDULED ITEMS
Sr.No. item Description
Qty. Unit
Rate
Amount
No.
Wiring in 1.5 sqmm PVC insulated copper
conductor cable, single core, 1100 volts in 25mm
dia PVC pipe, Heavy gauge, ISI mark with
modular accessories and GI sheet steel modular
boxes of required size with modular inner & outer
face plates complete (flushed). (Based on HSR 31.1). Modular accessories should be either of
make Legrand / Crabtree Havell's / Housmann
1)
N.S. only.
(i) Fan Point :(b) Medium point
4
Each
(c) Long point
3
Each
(ii) Light Point :(a) short point
19
Each
(b) Medium point
29
Each
(c) Long point
28
Each
VII) 5 Pin, 5 AMP plug point including earthing
the 3rd pin with 1.5 sqmm copper insulatd earth
wire
(a) short point
5
Each
(b) Medium point
4
Each
(c) Long point
7
Each
VIII) 5 Pin, 15 AMP plug point including earthing
the 3rd pin with 1.5 Sqmm copper insulated earth
wire & wiring with 4 Sqmm copper wire
(c) Long point
7
Each
2)
NS
Supply and laying of telephone wire 0.5mm thick
in existing conduit including making necessary
connections (Polycab / Havell's / Delton make
only).
(a) Telephone wire unarmoured 2 pair
150
mtr
3)
Supply and erection of tag block 10pair for
1
No.
terminating telephone cables. The box is to be
fixed on existing wall with screw etc.
4)
NS
Supply and erection of modular type switch
socket accessories on existing modular box
(Anchor Roma / North-west / LK make).
a) Modular telephone socket jack with shutter RJ-11
6
Each
b) 25A/6A 6pin modular type socket (for AC point)
11
Each
b) Modular computer outlet RJ-45
4
Each
5)
Supply and laying of Cat-6 computer cable in 110
mtr
existing conduit including making necessary
connections (Polycab / Bonton / Delton / Indoasian make only).
6)
NS
Supply,
carriage,
erection,
testing
&
commissioning of Flourescent tube fitting
complete with copper wound dimable ballast,
starter condensor and flourescent lamp including
internal wiring. The fitting is to be fixed in existing
false ceiling with suitable MS chain suspended
from ceiling complete with cost of all material
CONTRACTOR
WITNESS
3
(Phillips / Bajaj / Wipro make only).
a)
b)
c)
7)
a)
b)
8)
NS
a)
9)
10)
NS
11)
NS
12)
NS
i)
CONTRACTOR
2x36W tube fitting recessed Philips make
FBS580 2xPLL36W P-5 EBT OD DF -WH
electronic ballast (DIRECT-INDIRECT) with
2Nos. 36W CFL Lamp complete with control
gear.
2x36W tube fitting Philips make FBS300
2xPLL36W P-5 EBT electronic ballast and 2Nos
36W CFL Lamp complete with control gear
1x18W downlighter Philips make FBH145
M1xPLC /2P18W electronic ballast with 1No.
18W CFL Lamp complete with control gear
S/E of T-5,1X28 watt,energy efficient tube light
fitting Directly fixed, complete with electronic
ballast, lamp holders and T-5 lamp 1220mm
longfor use on 240 Volts, 50 HZ single phase
A.C. supply (TMS1221xTL528WEBE Phillips
make or its equivalent Wipro/GE)
2x28W mirror optical fitting with 28W T-5 tube rod
Phillips make TCS350/228 EBEM1 or
its
equivalent Wipro/GE)
Supply, Erection, Testing & Commissioning of
A.C. ceiling fan double ball bearing 5-star rating
complete in all respect with fan regulator. The fan
should consume less power (EON / Usha /
Crompton / Havell's make only).
Size 48" sweep (1200mm)
Supply, Testing & Commissioningof wall fan 16"
sweep (400mm) Oscillating type complete with
built-in regulator. The fan is to fixed on wall with
suitable fixing arrangement including connection
from nearest light point with cost of Cu wire
required.
Supply and erection of modular type front plate
and flush metal box 18 module complete as
required recessed in wall / on surface as required
at site. (North-west / LK / MK / Goldmedal make).
S/E of A.C. Exhaust fan suitable for single phase
A.C. 230 Volts, 50 HZ capacitor,900 RPM (Heavy
Duty) complete with mounting ring frame with
four fixing holes and automatic louver shutter but
without regulator. The exhaust fan is to be fixed
in the existing glazing with suitable MS frame of
required thickness as per site including its
painting etc. as per site requirement.
Size 380mm sweep
Supply,
Carriage,
Erection,
Testing
&
Commissioning of Fresh air fan 250mm complete
with guard. The fresh fan fan is to be fixed in
ventilator with 12mm thick wooden board after
making hole in board. The board is to be fixed
screws etc. including painting of board with
matching colour of fresh air fan. The job includes
connection from nearest light point with PVC Cu
wire including cost of all material (make as per
brand list attached)
WITNESS
4
18
Each
6
Each
5
Each
3
Each
6
Each
8
20
Each
Each
22
Each
1
Each
a)
Fresh Air fan 250mm
2
Total Cost/ Rate to be Quoted by
Contractor
CONTRACTOR
WITNESS
5
Each
ESTIMATED COST FOR INTERIORS , ELECTRICAL WORKS FOR ESTABLISHMENT
OF CIVIL HOSPITAL BAHADURGARH
ABSTRACT OF COST
S.N. ITEM
Units
Qty.
Rate
Ceiling
Rate +
Amount
DESCRIPTION
Premium
Ceiling
(%)
Premium
A
1
INTERIOR WORKS
Providing and laying
false
ceiling which
includes
Zincalume/
Galvanized
coated
perimeter channels of
size 0.55mm thick
(having one flange of
18mm and another
flange of 30mm and
web of 28mm) along
with
perimeter
of
ceiling, screw fixed to
brick
wall/partition
with the help of nylon
sleeves and screws, at
610mm centers. Then
suspending Zincalume/
Galvanized
coated
“LaGyp”
Universal
Channels (to be use as
main channel) of size
45mm (0.55mm thick
with two flanges of
27mm each) from the
soffit
at
1220mm
centers (First and last
main channels are to be
placed no greater than
300mm
in
from
perimeter of ceiling)
with L angle of width
24mm x 24mm x
0.55mm thick fixed to
soffit cleat and steel
expansion bolt. LaGyp”
Universal Channels (
Ceiling
channel) of
size 45mm (0.55mm
thick with two flanges
of 27mm each) are then
CONTRACTOR
sqmt
475.00
WITNESS
6
fixed to the Universal
channels
(main
Channel) with the help
of connecting clip of
(0.80mm thick BMT )
and
in
direction
perpendicular to the
Universal
channels
(main Channel) at
457mm centers. Fix the
Cross
Connector
(0.55mm BMT) in
between the both the
Universal Channel for
extend the metal frame
systems.
Finally 12.5mm x
1220mm x 1830mm
tapered edge “LaGyp”
board (conforming to
IS: 2095-1996 ) is then
screw fixed to universal
channel (ceiling
section) with “LaGyp”
“type S” 25mm
corrosion resistant
screws at 230mm
centers. Finally square
and tapered edges of
the boards are to be
jointed and finished so
as to have a flush look
which includes filling
and finishing with three
layer of “LaGyp”
EASY JOINT jointing
compound, “LaGyp”
joint paper tape suitable
for “LaGyp” Moisture
Resistant Gypsum
Board in accordance
with the plasterboard
manufacturer's
specifications.
CONTRACTOR
WITNESS
7
2
3
Providing and fixing
soft board panels on
walls/
partition
/
paneling in the area as
directed, with 12 mm
thk. soft board on
12mm
thick
bwp
plywood framed with
25x 25mm teakwood/
steambeach/ pinewood
framing on all four
sides. Soft board panel
shall be finished with
approved fabric of Rs.
200/- R. Mt. . All
exposed
wooden
surfaces
shall
be
finished with 1 mm
thick laminate Rate
shall include fixing the
whole panel in the
space earmarked for the
same as per drawing
and as per the direction
of deptt.
Providing and laying
600 mm x 750 mm
table in position for
staff as per drawing.
The tabletop shall be of
18 mm thick plywood
of approved make &
supported
by
a
rectangular
box
divided into required
horizontal and vertical
divisions by means of
18 mm thick ply, All
the divisions shall have
18 mm thick ply and all
exposed outer surfaces
front, top and sides are
finished with approved
1 mm thick laminates
and synthetic enamel
inside. The modesty
panel shall be in 18 mm
thick. Ply finished with
laminates on both
CONTRACTOR
sqmt
4.00
Rmt.
5.37
WITNESS
8
4
sides. The table top
shall be finished with 1
mm thick laminates of
approved shade, colour,
make and design and
the edging / lipping
shall be finished with
matching shade of matt
finished enamel paint.
Drawer with 8 mm ply
bottom
shall be of
channel type and all
other fixtures like
tower bolts, magnetic
catchers ISI as per
standered make and
locks
shall be of
Godrej make and fitted
with ‘C’ shape brass/ S
S brush finish handles
as directed .
Tables
shall
incorporate space for
CPU below the table
top raised 100mm
above
ground,
keyboard tray on slides
and channels with
mouse
pad
space,
complete with cable
manager
fitted with
collars in the top and
side
as
per
the
drawings.
Providing and fixing in
position table having
25mm
thick
post
formed top of particle
board flat pressed three
layered
medium
density
grade-II
confirming to IS :3087
having
necessary
provision for wire
management
data/
comuter/telephone
cabling having modesty
panel in 18mm thick
and vertical panel in
CONTRACTOR
WITNESS
9
5
6
25mm thk prelaminated
partical board three
layered
medium
density grade-II , typeII
confirming
to
IS:12823 complete as
per salient technical
features, specification,
drawings and directions
of
the
Engineer-in-Charge
Size: 4'-6"x2'-3" (for
Doctor's
Room
&
Nurses Room)
Metal Perforated Chair
(Three seats):- Chair
structure made from
perforated MS CRC
Sheet of 20 SWG duly
powder coated to 40 to
50 microns alongwith
cushion in leetherite on
seat and back bottom.
Made from 20x40 mm
M.S. CRC tables duly
powder coated to 40 to
50 microns (for Breast
feeding Room)
Chairs
SEAT/BACK: The
seat and back are made
up of 1.2 cm thick hot
pressed plywood,
upholstered with fabric
and molded
Polyurethane foam.
The back foam is
designed with
contoured lumbar
support for extra
comfort.
BACK SIZE: 45.0
cm.(W) x 53.0 cm.(H)
SEAT SIZE: 52.0
cm.(W) x 48.0 cm.(D)
CONTRACTOR
Nos.
2
Set
of
three
seats
2
Nos.
8
WITNESS
10
POLYURETHANE
FOAM: The
Polyurethane foam is
molded with density =
45 +/- 2 kg/m3 and
Hardness = 20 +/- 2 kg.
on Hampden machine
at 25% compression.
SEAT / BACK
COVERS: The seat
and back are injection
molded in black copolymer
polypropylene.
ARMRESTS (FIXED):
The one-piece armrests
are made of black
integral skin
polyurethane reinforced
with M.S. insert with
50-70 Shore ‘A’
hardness. The armrests
are scratch and weather
resistant. The armrests
are fitted to the seat
with armrest brackets
made of 0.5cm. thk.
HR steel. Size: 5.5cm.
(W) x 31.0cm. (D).
Approx.
PERMANENT
CONTACT
MECHANISM: The
permanent contact
mechanism is designed
with the following
features:
360 degree revolving
type 14 degree
maximum back-tilt
only. Tilt tension
adjustment.
PNEUMATIC
HEIGHT
ADJUSTMENT: The
pneumatic height
adjustment is
maintenance free, has
an adjustment stroke of
CONTRACTOR
WITNESS
11
12.5 cm. and can be
operated at 30 kgs.
extension force.
TELESCOPIC
BELLOW ASSY: The
bellow is 3 piece
telescopic type and is
injection molded in
black Polypropylene.
7
PEDESTAL ASSY.:
The pedestal is
fabricated from 0.2cm.
Thick CR steel, powder
coated and fitted with
an injection molded
black Polypropylene
hub cap and 5 nos. twin
wheel castors.(castor
wheel dia. 5.0cm.) The
pedestal is 60.0cm.
Pitch-centre dia. (70.0
cm with castors).
Providing and fixing
low/high ht.storeage/
racks for store/kitchen
and shoe / sleeper units
of
300mm/450mm
deep. The top, sides,
bottom and inside shelf
shall be of 18 mm
thk.and back 8 12 mm
th. plywood
of
approved make divided
into required horizantal
and vertical divisions
by means of 18 mm
thk. ply, All
the
divisions shall have 18
mm thk ply shutters as
required as shown in
the drawing, front,top
and sides are finished
with approved 1 mm
thk
laminates
of
approved shade outside
and synthetic enamel
inside. The unit shall
CONTRACTOR
WITNESS
12
b
8
9
have
half
round
teakwood/ steambeach/
pinewood
wood
moulding 25 x 12mm
at the free edge duly
finished with polish.
All
hardware
like
bottom
runners,
drawer
slides,
towerbolts, magnetic
catchers as per ISI
standered make and
lock
should be of
godrej make including
the ‘C’ shape brass/ SS
brush finish handles as
approved
.All
concealed
internal
surfaces
shall
be
finished with matt
finish synthetic enamel
paint or required shade
complete as per the
direction of deptt..
450mm Deep
sqmt.
Providing and fixing sq.
signage/
stickers inch
having
letters
of
colored
vinyl
for
boards, name plates,
notice & instruction
boards
fixed
over
combination of prelaminated white/metal
finish/colored
ACP
sheet shall be secured
to the wall
duly
finished as directed OR
fixed over partition
glass/wall with frosted
film as per the designs
as directed by Deptt.
Metal Perforated Chair Sets
(Three sets):- Chair
structure made from
perforated MS CRC
Sheet of 20 SWG duly
powder coated to 40 to
50 microns. Made from
CONTRACTOR
3.96
12000.00
10
WITNESS
13
10
11
12
20x40 mm M.S. CRC
tables duly powder
coated to 40 to 50
microns
Providing & fixing 17- sqmt.
20 mm thick granite
slab of lakha red in
Alcove slab. Work
including
edge
mouldings with mirror
polishing as required &
directed with 20mm
thick cement mortor
1:3
bedding
and
pointing
with
an
admixture of pigment
to match the stone
shade including labour
& material complete .
Providing and fixing sqmt.
17-20mm thick granite
slab strip of 3" wide of
aproved shade on dado
on top Band of Tile
cladding on walls.
Work including top
exposed
Edges
moulding with mirror
polishing
incluidng
ement mortar 1:3 and
complete
in
all
respects.
Providing & fixing sqmt.
Rollar Blinds made of
100% Polyster fibre in
approved shade &
make with translusent
With black out effect
complete with Head
Rail and in all respect
with one year free
service
CONTRACTOR
4.00
11.00
80.00
WITNESS
14
13
Painting of plastic sqmt.
paint/matt finish oil
paint( satin finish) on
wall
surface
of
approved brand (ICI,
Asian, Burger) and
shade of approved
colour in two or more
coats on new / existing
painted
surface
including scraping of
old paint with two or
more coat of birla / JK
readymade putty and
one final coat of acrylic
putty
and
cement
primer to give a smooth
surface e.t.c. complete
14
Providing and fixing
double action hydraulic
floor spring of Dorma
or equivalent Heavy
duty for aluminum
doors including cost of
cutting
floors
as
required embedding in
floors and cover plates
etc. complete as per
direction of Deptt.
(Model BTS-65 or
equivalent).
Providing and fixing in
position ‘ISI Marked
heavy duty type over
head hydraulic door
closer with adjustable
spanner and screws,
including all fixtures
etc. all complete of
Dorma & equivalent
make
Demolishing existing
brick work including
stacking of serviceable
materials and disposal
of Malba at the
designated site of MC /
HUDA
15
16
CONTRACTOR
1606.00
nos.
10.00
nos.
14.00
WITNESS
15
17
18
19
20
21
(a)
i)Demolishing existing
230mm brick work
ii)Demolishing existing
115mm brick work
Dismantling
doors
windows (steel/ wood /
Aluminium)
shutters
including chowkhats,
hold fast etc. complete
and
stacking
at
designated
site
of
Hospital
Providing and fixing in
position
600mmx450mm
bevelled edge mirror
made out of Modi/Tata
as approved mounted
on 6 mm thick base of
water proof ply with
brass
screws
and
washers.
Providing and fixing
CP brass Hook for
gown and clothsin in
SS finish
or as
approved
Supplying and fixing
heavy quality stainless
steel 200 mm towel
ring / L rod as
approved with SS
brackets concealed type
and CP brass screw of
approved make.
Providing,
Laying,
jointing, fixing and
testing GI pipe lines
complete
with
GI
specials and fittings
and clamps etc. inside
building
cutting,
threading of pipes and
cutting and making
good the walls etc.
(internal work). The
pipes duly painted with
anti-corrosive paint.
15mm i/d of pipe line
CONTRACTOR
cum.
5.64
cum.
122.00
nos.
8.00
nos.
6.00
nos
6.00
nos
4.00
Mtr.
40
WITNESS
16
(b)
22
(b)
23
(b)
24
25
26
20m i/d of pipe line
Providing & fixing GI
Union in existing GI
pipe line, cutting and
threading the pipe and
making long screws
including excavation,
refilling the earth or
cutting of wall and
making good the same
complete
wherever
required.
20m i/d of pipe line
Providing, Fixing &
jointing gunmetal peet
valves (heavy pattern)
GI including cartage.
20mm i/d of pipe
Supply of G.I Pipe for
Sleeve
50mm i/d
Supplying of maleable
iron Holder Hold fast
20mm
Providing & fixing
concealed copper
piping and wiring
including insulation of
A class quality for split
AC provision complete
with chiseling of wall
& plasting
TOTAL COST
QUOTED BY
CONTRACTOR
CIVIL
WORKS
(HSR Items)
HSR CHAPTER NO.11
27 First class Brick work
laid in cement sand
mortar
1:5
in
foundation and plinth
(HSR 11.3)
HSR CHAPTER NO.14
CONTRACTOR
Mtr.
70
Nos.
8
Nos.
8
Mtr.
2.0
Nos.
Rmt
20
225
cum.
702.32
WITNESS
17
407.60
400
2038
1431328
28
29
30
Providing and fixing
sqmt.
vitrified tiles of size
600x600mm of
approved make &
shade in flooring laid in
any pattern as specified
over base of 20mm
thick cement coarse
sand mortar 1:3 and
jointed with white
cement slurry mixed
with pigment to match
the shade to tiles.
Note: - Tile shall be of
premium quality (first
quality) of reputed
manufcturer like
NITCO, KAJARIA,
SOMANY, ORIENT,
JOHNSONS & RAK
(HSR 14.89)
Providing and fixing Sqm.
vitrified tiles of size
600x600mm
of
approved make in
Skirting/ dado laid in
any pattern as specified
over base of 20mm
thick cement coarse
sand mortar 1:3 and
jointed with white
cement slurry mixed
with pigment to match
the shade to tiles.(HSR
14.90)
Providing and fixing sqmt.
1st quality ceremic
glazed
wall
tiles
confirming
ot
I.S
15622 (thickness to be
specified
by
the
manufacturer)
of
approved make in all
colors, shades except
burgundy, bottle green,
black of any size as
approved by Engineerin-Charge in skirting ,
risers of steps and
CONTRACTOR
511.32
924.30
15%
below
785.66
401723.67
69.67
929.80
15%
below
790.33
55062.29
75.43
648.15
400.00
3240.75
48889.95
WITNESS
18
dados over 12mm thick
bed of cement mortar
1:3 coarse and jointed
with white cement
slurry mixed with
pigment to match the
shade of tiles (size
300mmx450mm) (HSR
14.92 (b)
HSR CHAPTER NO.15
31 12mm thick cement
Sqm.
plaster 1:6 (HSR 15.7)
HSR CHAPTER NO. 17
32 Providing & fixing
Nos.
Aluminium fittings
complete for Doors &
Windows, such as
tower bolts
etc.complete with
screws for these
fittings.
33 Providing and fixing Kg
Aluminium work for
doors,
windows,
ventilators
and
partitions with extruded
built
up standard
tubular
sections/appropriate Z
sections and other
sections of approved
make conforming to
IS;733 and IS;1258
fixed with raw plugs
and screws or with
fixing clips or with
expansion
hold
fasteners
including
necessary filling up of
gaps at junctions, at
top, bottom, and sides
with required neoprene
felx etc. aluminium
sections
shall
be
smooth,
rust
free
straight mitered and
jointed mechanically
wherever
required
including cleat angle,
CONTRACTOR
1606
10.65
500
63.9
102623.40
21
27.45
300
109.8
2305.80
300.00
242.30
15
278.645
83593.50
WITNESS
19
Aluminium
snap
beading
for
glazing/paneling C.P
brass/stainless
steel
screws, all complete.
(HSR 17.95)
34
Providing and fixing Kg
Aluminium work for
doors,
windows,
ventilators
and
partitions with extruded
built
up standard
tubular
sections/appropriate Z
sections and other
sections of approved
make conforming to
IS;733 and IS;1258
fixed with rawel plugs
and screws or with
fixing clips or with
expansion
hold
fasteners
including
necessary filling up of
gaps at junctions, at
top, bottom, and sides
with required neoprene
felx etc. free straight
mitered and jointed
mechanically wherever
required including cleat
angle, Aluminium snap
beading
for
glazing/paneling C.P
brass/stainless
steel
screws, etc. complete.
Shutters of doors,
windows & ventilators
including providing an
fixing
hinges/pivots
and making provision
for fixing of fitting
wherever
required
including the cost of
PVC/neoprene gasket
CONTRACTOR
395.00
WITNESS
20
253.70
15
291.755
115243.23
required
including
Aluminium
fitting.
(HSR 17.96)
35
36
37
Providing and fixing Sqm
12mm
thick
prelaminated particle
board flat pressed three
layer or graded wood
particle
board
conforming
to
IS;12823 grade I type
II in paneling fixed in
aluminium
doors.
Windows shutters and
partinon frames with
e.p. brass/stainless steel
screws etc. complete
(b)
Pre-laminated
particle board with
decorative lamination
on both sides. (HRS
17.97)
Providing and fixing Sqm
glazing in aluminium
door,
windows,
ventilator shutter and
partitions etc. complete
(cost of aluminium
snap beading shall be
paid in basic items). (b)
With float Glass panes
of 5.00 mm thickness.
(17.98)
Providing
fixing Each
aluminium
casement
windows
with
necessary screws etc.
complete. (I) Anodized
(AC-15) Aluminium (
HRS 17.101)
CONTRACTOR
80
780.00
5
819
65520.00
110
700.00
15
805
88550.00
15.00
37.20
5
39.06
585.90
WITNESS
21
HSR CHAPTER NO.28
38 Cutting holes upto 23
cm
through
stone
masonary or brick work
in cement walls for
pipes and making good
repointing, replastering
and finishing according
to existing finish where
required (HSR 28.24)
a) 11.43 cm thickness
of walls
b) 28.86 cm thickness
of walls
39 Cutting holes upto 23
cm square for pipes in
floor and roofs of
bricks tiles wtih lime
concrete and making
good including
repointing, replastering
and colour or white
washing where
required.
(HSR 28.25)
40 Labour for fixing G.I.
or W.I pipe sleeve
pieces in holes in walls,
floors and roofs rounds
pipes including all
cutting and wastage. 50
mm internal diameter
of sleeve pipe (HSR
28.27 (b))
41 Fixing
galvanised
malleable iron holer
bats hold fasts to pipe
lines fixed on walls and
ceilings including all
cuttings to walls and
making
good
to
original condition. 20
mm internal diameter
of pipeline (HSR 28.28
(b))
(a) 20mm
CONTRACTOR
Each
7
14.00
300
56.00
392.00
Each
1
20.35
300
81.40
81.40
Each
2
11.15
300
44.60
89.20
Mtr.
1.50
3.60
300
14.40
21.60
Each
15
2.05
300
8.20
123.00
WITNESS
22
42
Making
connection
with the existing G.I
branch main upto 40
mm size including
cutting and threading
pipe etc. complete
excluding cost of tee
and long screew, but
including cartage of
material to site. (HSR
28.34)
HSR CHAPTER NO.29
43 Constructing
brick
masonry
inspection
chamber sizes as given
below upto 0.60 mtr.
average
depth
in
cement mortar 1:5 lime
concrete
with
40
percent lime mortar 2:3
in foundation cement
concrete
1:2:4
benching 12mm thick
cement plaster 1:2 with
a floating coat of 1mm
thick of neat cement
R.C.C
1:2:4
with
455mm x 455mm /
455mm x 610mm
inside light duty C.I.
inspection
chamber
cover and frame weight
as
per
I.S.I
specification
painted
with 3 coats of black
bitumastic
superior
paint complete as per
standard design. (HSR
29.84)
CONTRACTOR
Each
1
23.85
Each
2
1100
WITNESS
23
300
95.40
95.40
1100.00
2200
44
Construction of
rectangular standard
brick massonry
manhole chambers to
stndard drawings on
S.W pipe sewers or
other circular pipe
sewers upto the
required depth in 1:5
cement sand mortar,
lime concrete in bed
and sides of pipe sewer
and cement concrete
1:2:4 in benching,
12mm thick water tight
1:2 cement sand plaster
with a floating coat of
neat cement and
finished with 2 coats of
sodium solicate on
interior surface where
required, reinforced
cement concrete slab
180mm thick fixing
560mm internal
diameter C.I manhole
cover and frame weight
not less than 2.5 quintal
painted with 3 coats of
black bitumen paint,
fixing galvainised
malleable iron stpes
embedded in 1:2
cement sand mortar
complete. (HSR 29.90)
(ii) for 1.50 Mtr. depth
45 Supply
of
SFRC
Manshole cover with
frame 22" dia on
560mm
opening
complete
in
all
respect.(HSR 29.94)
HSR CHAPTER NO.30
46 Providing and fixing in
position best Indian
make (as approved by
the
Engineer-incharge). European type
water closet suit with
CONTRACTOR
Each
2
2400
450
13200.00
26400
Nos.
2
1100
5
1155.00
2310
Each
4
901
340
3964.40
15857.6
WITNESS
24
47
48
49
non-concealed 'P' or 'S'
trap with or without
vent and all other
necessary
fittings.
White (HSR 30.4 (a)
(i))
Extra
over
item
No.30.1 to 30.4 and
30.6 for providing and
fixing 15 litres capacity
low level vitreous china
ware cistern complete
with flush bend all
other necessary fitting
instead of C.I high
level cistern complete
with fittings. White
plastic seat (Solid).
(HSR 30.12 (i)
Extra
over
item
No.30.3 to 30.6 for
providing and fixing
best
Indian
make
plastic hygenic seat
with
lid
complete
instead of hollow black
or white plastic seat
and lid. White plastic
seat (Solid). (HSR
30.13 (i))
Providing & fixing in
position Best Indian
make (Ordinary
Lavoratory suits)
consisting of
Lavoratory vitreous
chinaware size as given
below to the approval
of the Engineer-incharge including china
lugs for tap hole where
necessary. RS or CI
brackets for building
into walls including
painting 32mm CP
brass waste with CP
Brass chain and rubber
plug. 15mm CP Brass
screw Down pillar TAP
CONTRACTOR
Each
4
290
340
1276.00
5104
Each
4
193
340
849.20
3396.8
Each
7
407
340
1790.80
12535.6
WITNESS
25
50
51
52
(ii)
53
54
with jam nuts or
coupling best design
(as approved by
Engineer-in-Charge).
All brass work
chromium plated
complete in all respects
including cutting and
making good the walls
floors and painting of
fittings etc. WHITE
(HSR : 30.41)
(iv) Size 550 mm x 400
mm with one no. tap
Providing and fixing in
position best Indian
make Pedestal fittings
of vitreous chinaware
complete (as required
by the Engineer-inCharge) (HSR 30.44)
(i) White
Providing and fixing in
position best quality
stainless steel sinks
with complete fittings
(HSR 30.53 (a)). 600
mm x 450mm x
200mm
Providing and fixing in
position best Indian
make towel rails fixed
in
with
rawlslugs
embedded in walls with
C.P Brass screws,
complete in all respect
including cutting and
making goods the walls
etc. (HSR 30.68) (a)
(i,ii)
600mm long
Extra for providing and
fixing in position best
Indian make C.P Elbow
action pillar tap instead
of C.P brass pillar tap.
(HSR 30.47)
Providing and fixing in
position best Indian
CONTRACTOR
Each
7
279
340
1227.60
8593.2
Each
7
1500
30
1950.00
13650
Each
Nos.
2
2
53
50
340
340
233.2
220
466.4
440
Nos.
2
40.50
340
178.2
356.4
WITNESS
26
55
56
57
58
59
make chromium plated
brass 'P' or 'S' trap
32mm
dia.
(HSR
30.49)
Providing and fixing in
position best Indian
make chromium plated
brass bottle trap 32mm
dia metre (HSR 30.50)
Providing & fixing in
position best Indian
make bevelled edge
5.5mm thick mirror
mounted on asbestos
sheet ground fixed in
position by means of 4
nos. chromium plated
brass screws and
washers (HSR : 30.71
a)(i))
(a) Indian make (i)
600mmx450mm
Providing & fixing in
position 15mm i/d CP
brass bib cocks of best
quality ( as required by
the
Engineer-inCharge) (HSR 30.75
(a)(c))
(a) Bib cock long body
Providing & fixing in
position CP brass stop
cocks (as approved by
the Engineer in Charge)
(HSR : 30.76 (a)(ii))
(a) 15mm stop cock
(i) Stop cock male &
female and
Providing & fixing in
position HCI soil waste
vent on antisyphonage
pipes to ISI
specifications of ELC
manufacturer or any
other reputed firm
including cutting and
wastage etc. and
cutting holes in walls
roofs or floor etc. and
CONTRACTOR
Nos.
2
92
340
404.8
809.6
Nos.
2
107
340
470.8
941.6
Nos.
2
116
340
510.40
1020.8
2
101
340
444.40
888.8
Nos.
WITNESS
27
60
61
62
making good to its
original condition but
excluding CODT or
Lead jointing (HSR :
30.84)
(a) 100mm i/d
(b) 75mm i/d
Providing Lead
Caulked joints to HCI
pipes and specials
conforming to ISI
specification of ELC
manufacturer or any
other reputed firm
including cost of Lead
yarn Fuel and Tools
etc. (HSR : 30.87)
(a) 100mm i/d
(b) 75mm i/d
Providing & fixing in
position MS or heavy
flat iron clamps made
out of MS flat and
complete in all respects
(HSR : 30.88)
(a) 100 mm i/d
(b) 75mm i/d
Providing and fixing
HCI floor traps ISI
marked of the self
cleaning design with
CP brass hinged grating
with frame with or
without vent arm and
including
cement
concrete 1:2:4 under
and around the floor
trap where required
upto
floor
level
complete in all respects
including cutting and
making good the walls
and
floors
etc.
minimum depth of
water
should
be
150mm
with
a
minimum
seal
of
50mm. (HSR 30.89) (b)
CONTRACTOR
Mtr.
Mtr.
10
20
97.50
83.00
350
350
438.75
373.50
4387.5
7470
Nos.
Nos.
5
10
33.5
27.5
300
300
134.00
110.00
670
1100
Nos.
Nos.
Nos.
10
10
2
12.5
11
105
350
350
350
56.25
49.50
472.50
562.5
495
945
WITNESS
28
75mm i/d
63
iv
xiv
xvi
xxi
xiv
xvii
xviii
64
65
Providing & fixing in
position HCI specials
for soil waste vent or
antisyphonage pipes to
ISI marked including
cutting & wastage etc.
cutting holes in walls
roofs or floor etc. and
making
good
but
excluding cost lead
jointing (HSR : 30.91)
For 100mm i/d pipe :
100 mm I/D pipes
Single junction with
door 100 mm x 100
mm x 100 mm
Bend plain
Cowls
Collars
(b) 75mm i/d pipes
Bend plain
Cowls
Collars
Providing and fixing
lead inlet connection
with brass union for
flushing and warming
pipes complete in all
respects.(HSR30.93)(b)
Cutting chase in brick
walls in cement or in
floor for embedding
G.I or H.C.I pipe lines
and making good the
same to its original
condition. 75 mm x 50
mm (HSR 30.95 (c))
CONTRACTOR
Nos.
2
86.5
350
389.25
778.5
Nos.
Nos.
Nos.
2
1
2
53
39.5
27.5
350
350
350
238.50
177.75
123.75
477
177.75
247.5
Nos.
Nos.
Nos.
Each
2
2
4
5
39.5
28
22.5
10.5
350
350
350
300
177.75
126.00
101.25
42
355.5
252
405
210
Mtr.
20
4
340
17.60
352
WITNESS
29
66
67
Providing & fixing in
position Gully traps
fixed in cement
concrete 1:4;8
complete with HCI
grating
150mmx150mm cast
iron cover weighing
approx. 7.26 kg and
frame clear opening
300mmx300mm and
outside size 330mm
x330mm and chamber
including cost of all
brick work in cement
mortar cement concrete
1:8;16 in foundations
and cement concrete
1:2:4 in copping with 3
coat paints CI as per
standard design (HSR :
30.114)
(b) 100mm i/d HCI
Gully trap
Providing and fixing
water storage tank of
Sintex /Diplast 1500 ltr
capacity (HSR 30.119)
Nos.
2
208
No.
2
7819
Total Cost/ Rate to be
Quoted by Contractor
in % age (At PAR/
Below/ Above)
CONTRACTOR
WITNESS
30
350
936.00
1872
7819.00
15638
Medical
Management
System
Sr.
no.
1
2
3
4
5
6
7
8
9
10
11
Gas
Description
Unit
Qty
Gas
outlet
oxygen/vaccum -M50 (CE approved As
per
BS
EN7371.1.1989)
Distribution copper
piping with copper
elbow
,tee,socket,
Brazing testing All
copper pipe made of
Phosphorous
deoxide, non arsenical
as per BS 2871,
PART 1, Table X
(BSEn1057)
12mmx.9mm thick
15mmx.9mm thick
22mmx.9mm thick
BPC O2 Flow meter
with
Humidifier
Bottle
Ward Vaccum Unit
Comprising
of
Vaccum
regulator
with vaccum Gauge
(0076mm/hg)
unbreakable
Transparent
collection Jar with
Overflow
Safety
Valve 1000ML
Isolation
Valve
Down Drop Oxygen
12mm
Distribution Isolation
Valve
Oxygen
15mm
Distribution Isolation
Valve
Vaccum
22mm
Area line Alarm
No.
34
Mtr.
Mtr.
Mtr.
No.
55
100
100
17
No.
17
No.
17
No.
4
No.
4
set
1
CONTRACTOR
WITNESS
31
Rate
Ceiling
Premium
(%)
Rate +
Ceiling
Premium
Amount
12
13
a
b
c
d
e
f
System for (O2/Vac)
(Audio Vsual)
Horizontal
Bed
Head Panels
Bed Head Units for
Current and Intensive
Care, Custom Made
from
Anodized
Aluminium
with
Provision of Gas
Outlet. (3 feet Long)
Electrical
/
Mechanical
Accessories for Bed
Head Panels: Electrical Plate (2
switch 2 socket)
Anchor
Monitor Tray with
slider
I V Hooks stands
with slider
I V Pole stands with
slider
Vaccum unit slider
Utility Basket SS
No.
17
set
1
No.
1
No.
1
No.
1
No.
No.
1
1
Note: Hospital Authorities
will provide the GaS
Manifold from where
Gas will originate
The same will be
supplied to End
Terminal. Gas upto
the end Terminal will
be Supplied by the
Authorities.
The
vendor will provide
all the connections
from the site alloted
to them.
Total Cost/ Rate to
be Quoted by
Contractor
CONTRACTOR
WITNESS
32
Sr.
No.
1
2
3
4
ELECTRICAL ESTIMATE FOR SNCU WING AT CIVIL HOSPITAL BAHADURGARH, HARYANA
SCHEDULED ITEMS
Ref.
Description
Quantity Unit
Rate
C.P.
Total
Appox.
of
(in Rs.)
Rate
Amount(Rs.)
HSR
(Rs.)
INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)
31.12 Main Switches
(A)
Supply and erection of metal
clad switches / BDBs with
rag bolts on wall or on
existing angle iron board/
pedestal including bonding to
earth and necessary
connections :
(xxvi) Four Pole change over
1
Each
2241.00 300%
8964.00
8964.00
switch 200A 415 volts
31.12 Moulded
Case
Circuit
(C)
Breaker
Supply and erection of
moulded case circuit breaker
on wall or on existing
pedestal including bonding to
earth
and
necessary
connection:
(ii) 100A to 220A 415V
1
Each
4246.00 60%
6793.60
6793.60
10KA 3phase
31.15 Supply and erection of sheet
steel enclosures 2pole /
3pole with earth plug and
socket
suitable
for
incorporating single pole /
triple pole MCB on wall / on
existing pedestal complete
with necessary connections
etc. :(iv) TPN enclosure for triple
1
Each
737.00 60%
1179.20
4716.80
pole MCB 32A
31.17 Supply and erection of
miniature circuit breaker/
isolator 240/415 V in the
existing distribution board
including making necessary
connection:(a)
Miniature
Circuit
Breakers of 9 K.A. breaking
capacity single pole
(ii) 6 amp to 32 amp (SP)
46
Each
95.00 30%
123.50
5681.00
Havell’s/ Standard
(ii) 6 amp to 32 amp (SPN)
13
Each
197.00 30%
256.10
3329.30
Havell’s/ Standard (25A)
(ii) 6 amp to 32 amp (TP)
1
Each
315.00 30%
409.50
2047.50
Havell’s/ Standard
(ii) 32 amp TPN Havell’s/
1
Each
403.00 30%
523.90
1571.70
Standard
(iii) 40 amp to 63 amp. (TPN)
8
Each
499.00 30%
648.70
5189.60
Havell’s/ Standard (40A/63A)
CONTRACTOR
WITNESS
33
5
6
7
31.18
31.21
31.22
Supply and erection of
Fittings and Accessories
(xi) Bakelite angle/ straight
button holder large size
(xvii) Bakelite sheet including
fixing with brass screws and
washers
(b) 3mm thick
(xxvi)Supply and erection of
hexagonal MS box 1.60mm
thick having each side 8
cms, 7.5 cms deep, top
covered with MS lid by
means of screws including
10 mm dia 30 cm long mild
steel rod made into suitable
suspension
hook
and
erected in R.C.C. slab of
erection of fan, the bottom
covered with 3 mm thick
bakelite sheet with suitable
holes, painting etc. complete
with all labour and material
required to complete the job.
Supply and erection of pipe
for wiring purposes including
bends inspection boxes etc.
where
necessary
and
painting as required:(xxii)Heavy gauge welded
conduit pipe 20mm dia
1.60mm thickness flushed
(xxii)Heavy gauge welded
conduit pipe 25mm dia
1.60mm thickness flushed
(xxx) Supply and erection of
PVC pipe of 6 Kg. pressure,
laid 1 meter below ground
level complete, including
digging refilling of the trench
with jointing etc.
(a) PVC pipe 120 mm
Earthing
(iv) Earthing with tinned
copper earth plate 600 mm x
600 mm x 3 mm thick
including accessories and
providing
masonry
enclosures with cover plate
having locking arrangement
and watering pipe etc.(but
without charcoal or coke and
salt) complete as required
(v) Extra for charcoal or coke
and salt for G.I. plate or
copper plate earth electrode
(xiv)
Pdg.
And
fixing
25mmx5mm copper strip on
CONTRACTOR
15
Each
6.20
200%
18.60
279.00
2400
8
Sqcm
Each
0.03
26.30
200%
200%
0.09
78.90
216.00
631.20
260
Meter
16.30
350%
73.35
19071.00
330
Meter
19.60
350%
88.20
29106.00
12
Meter
59.00
350%
265.50
3186.00
2
Each
1149.00
350%
5170.50
10341.00
2
Each
186.00
350%
837.00
1674.00
40
Meter
350%
526.50
21060.00
WITNESS
34
117.00
8
9
10
11
12
31.25
31.26
31.28
31.35
31.40
surface on in recess for
connection etc. as required
with all labour and material.
(xii) Pdg. and fixing earth
connection
from
earth
electrode with 4mm dia GI
wire in 15mm dia GI pipe
from earth electrode as
required.
Supply and erection of under
ground cable 1 meter below
ground level covered with
sand and bricks including
necessary
connections,
digging and refilling of
trenches:(xxx) 120 sq mm 3 ½ Core
cable
Supply and erection of under
ground cable loose in
existing pipe or trenches
complete with necessary
connections.
(xxx) 120 sq mm 3 ½ Core
cable
Supply and erection of
suitable compression type
brass Cable glands for
underground Cable:(v) 120 Sq mm to 185 Sq
mm Cable 3 to 3.5 Core
Miscellaneous
(iii)Supply and erection of
caution notice plate in three
languages
(ix)Supply and erection of
aluminum lugs heavy duty
including crimping etc. up to
the entire satisfaction of the
Engineer-in-charge of the
work:(h) 70 Sq mm
(k) 150 Sq mm
Supply and erection of PVC
unsheathed
copper
conductor cable single core
1100V grade in pipe of
suitable size excluding cost
and erection of pipe
(i) Size 1.5 sqmm (3/0.81
mm) (for light circuit / UPS
circuits)
(iii) Size 4.0 sqmm (7/0.85
mm) (for power points, bed
side power, ACs)
(iv) Size 6.0 Sq mm (7/1.05
mm)
(v) Size 10.0 Sq mm
CONTRACTOR
40
Meter
24.50
350%
110.25
4410.00
50
Meter
161.50
140%
387.60
19380.00
50
Meter
147.60
140%
354.24
17712.00
4
Each
28.60
140%
68.64
274.56
2
Job
2.00
130%
4.60
9.20
4
12
Each
Each
5.10
8.40
130%
130%
11.73
19.32
46.92
231.84
1000
Meter
10.20
10%
11.22
11220.00
2000
Meter
24.50
10%
26.95
53900.00
100
Meter
35.60
10%
39.16
3916.00
110
Meter
50.00
10%
55.00
6050.00
WITNESS
35
13
31.41
vi
14
15
16
31.42
31.44
31.49
(7/1.35 mm)
(vi) Size 16.0 Sq mm
(7/1.70 mm)
Supply and rection of double
door sheet enclosure
distribution board suitable for
MCB and ELCB etc.
recessed in wall including
bonding to earth with all
labour and material required
to complete the job in all
respect upto the entire
satisfaction of the Engineerin charge of the work.
8 way, TPN (Horizontal
(8+24))
Supply and erection double
pole / four pole residual
current
circuit
breaker
(RCCB/ELCB) suitable for
operation on 240/415V, 5Hz,
AC supply installed in
existing
sheet
steel
enclosures including making
necessary connections and
bonding to earth with all
labour and material required
to complete the job in all
respect upto the entire
satisfaction of the Engineerin-Charge of the work.
(iii) 25A / 240V DP ELCB
with 30mA sensitivity
(ix) 63A / 240V DP ELCB
with 30mA sensitivity
Supply and erection of PVC
conduit pipe ISI marked
(Medium) recessed in wall /
ceiling etc. including cost of
PVC bends, inspection box
and all other material
required to complete the job
in all respect upto the entire
satisfaction of Engineer-incharge of work.
(a) 20mm dia
(b) 25mm dia
Supply and rection of MS
box made of 16G MS sheet
recessed in wall, with
arrangement of fixing brass
screws, 2Nos. check nuts
and 1No. PVC bush of
required size including all
labour and material required
to complete the job in all
respect upto the entire
satisfaction of Engineer-in-
CONTRACTOR
230
Meter
83.70
10%
92.07
21176.10
3
Each
2100.00
10%
2310.00
6930.00
1
Each
1270.00
10%
1397.00
1397.00
9
Each
1870.00
10%
2057.00
18513.00
400
760
Meter
Meter
31.00
37.00
10%
10%
34.10
40.70
13640.00
30932.00
WITNESS
36
charge of work.
17
18
19
31.56
31.57
31.58
(i) With 2 coats of primer
Providing and fixing modular
type
accessories
of
approved make in existing
box including fixing and
making
necessary
conneciton, complete in all
respect.
10A 1way switch (for warmer
and computer point)
10A socket (for warmer and
computer point)
20A switch (for warmer and
A.C. point)
16A socket (for warmer
point)
Blanking Plate
Fan regulator
Providing and fixing GI
concealed sheet metal boxes
with
inner
and
outer
faceplate
including
concealing the box in wall
and fixing in position with
inner plate and face plate
with all labour and material
required for the job complete
in all respect.
1&2 module(for telephone,
computer)
6 module (for UPS computer
points & power switch for
split A.C.)
Supply and erection of PVC
pipe ISI marked (Medium)
recessed in wall / ceiling etc.
including the cost of PVC
bends, inspection boxes, iron
hooks and cement concrete
etc. complete in all respect
upto the entire satisfaction of
Engineer-in-charge of work.
PVC pipe of 40mm dia
CONTRACTOR
2000
Sqcm
0.12
10%
0.13
264.00
74
Each
87.00
0%
87.00
6438.00
74
Each
106.00
0%
106.00
7844.00
77
Each
116.00
0%
116.00
8932.00
66
Each
165.00
0%
165.00
10890.00
14
8
Each
Each
25.00
397.00
0%
0%
25.00
397.00
350.00
3176.00
10
Each
101.00
0%
101.00
1010.00
15
Each
214.00
0%
214.00
3210.00
85
Meter
56.00
0%
56.00
4760.00
WITNESS
37
20
31.63
21
31.64
Supply installation testing
and commissioning of wall /
free standing floor mounting
dust and vermin proof
compartmentalized cubical
panel made out of 2mm thick
CRCA
sheet,
required
hardware 3mm thick bakelite
sheet provided all along the
bus bar and cable alley
separating
switches
compartment and supporting
suitable channel duly painted
by 2 coats of zinc / red oxide
primer followed by 2 coats of
powder coating in grey or
required shade after rinsing.
The panel having PU /
Neoprene rubber gasket of
not less than 3mm thickness
separate detachable gland
plate MS base channel
hinged door with inter locking
arrangement for equipment /
switch wear. Transparent
acrylic
sheet
shall
be
provided in front of bus bar
compartment to prevent
direct access to bus bar
bakelite sheet 3mm thick for
separately cable alley to
BBC from switch chamber
extended solid copper bars
upto cable alleys shall be
provided
for
outgoing
connection which shall be
paid as extra items. Side
walls
and
cable
alley
compartments
shall
be
having bolted type doors with
detachable extension type
structure. The panel will be
complete with control wiring
(copper) and fuse protection
(only outer area on all sides
shall be measured).
Supplying and fixing of
copper busbar duly tinned by
means of SMC / DMC type
insulator high tensile nuts
and bolts spring washers
fixing to same in existing
panel including bending,
cutting in required shape and
size and insulation with
colour
coding
heat
shrinkable PVC insulation
complete in all respect.
CONTRACTOR
6.2
sqm
2160.00
0%
2160.00
13392.00
13
kg
525.00
0%
525.00
6825.00
WITNESS
38
22
31.65
23
31.66
(ii)
Providing and fixing digital
metering equipment for LT
cubical panel consisting of
96mmx96mm
0-500V,
voltmeter
with
selector
switch, Ammeter (of required
ratio upto 600/5A) with
selector switch and required
CTs 3Nos. A set of 3 Nos.
phase indication lamps RYB
LED.
Supply and fixing of rotary
handle for on / off operation
of existing MCCB in the LT
panel including fixing the
same in position with all
labour and material required
to complete the job in all
respect.
Rotary handle above 125A,
MCCB
1
set
4050.00
0%
4050.00
4050.00
1
each
790.00
0%
790.00
790.00
Total Cost/ Rate to be
Quoted by Contractor in
% age (At PAR/ Below/
Above)
CONTRACTOR
WITNESS
39
DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR
Name of work
:
ESTABLISHMENT OF SNCU AT CIVIL
HOSPITAL BAHADURGARH INCLUDING
INTERIORS,
GAS
MANAGEMENT
SYSTEM, ELECTRICAL WORKS ETC.
Estimated Cost.
:
Rs.50.10 Lacs
Earnest Money
:
Rs.1,00,200/-
Time Limit for completion
:
3 Months
Place of opening
:
P.M.O/
M.S/
C.M.O,
BAHADURGARH
CIVIL
HOSPITAL,
Officer in Charge Inviting Tenders
:
P.M.O/
M.S/
C.M.O,
BAHADURGARH
CIVIL
HOSPITAL,
Tele Fax No.
:
…..
Email id
:
dhs.csjjr@hry.nic.in
CONTRACTOR
WITNESS
40
INDEX
SECTION
DESCRIPTION
PAGE NO.
SECTION – 1
DETAILED NOTICE INVITING TENDER
3-9
SECTION – 2
INTRODUCTION AND INSTRUCTIONS TO THE
BIDDER
10 – 16
SECTION-3
CONDITIONS OF CONTRACT
17- 35
SECTION – 4
LIST OF APPROVED MAKES
36 – 37
SECTION – 5
PRICE BID
38 – 55
CONTRACTOR
WITNESS
41
(SECTION – 1)
DETAILED
NOTICE INVITING TENDER
CONTRACTOR
WITNESS
42
DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR
TENDER DOCUMENT
NAME OF WORK:
ESTABLISHMENT OF SNCU AT CIVIL HOSPITAL
BAHADURGARH INCLUDING INTERIORS, GAS
MANAGEMENT SYSTEM, ELECTRICAL WORKS
ETC.
NIT NO.
ISSUE TO M/S
________________________
________________________
OFFICE OF
P.M.O/ M.S/ C.M.O,
Civil Hospital,
JHAJJAR
CONTRACTOR
WITNESS
43
TENDER FOR WORKS
I/We hereby tender for execution, for P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for the
work, specified in the under written memorandum within the time specified in such
memorandum.
Item rates quoted in schedule of rates attached with the tender.
MEMORANDUM
(a)
General Description
:
(As per page No. I)
(b)
Estimated cost
:
Rs.50.10 Lacs.
(c)
Earnest money (@2% of estimated cost):
(a) For Contractors
:
Rs.1,00,200/-
(d)
Security deposit (@ 10% including earnest money)
:
(e)
Service / Income Tax , etc. as applicable
:
(f)
Time allowed for the work from the date
:
3 Months
of written order to commence
I/We hereby agree to abide by and fulfil all the terms and provisions of the said conditions of
contract annexed hereto as applicable, or on its default, to pay to the P.M.O/ M.S/ C.M.O,,
Civil Hospital, JHAJJAR or its successor in office, the sums of money mentioned in the said
conditions.
The sum of Rs. 1,00,200/- deposited vide D.Draft No._______________
Dated____________ as earnest money, the full value of which is to be absolutely forfeited to the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or its successor without prejudice to other rights or
remedies. Should I/We fail to commence the work specified in the above memorandum the said sum
or Rs__________ shall be retained by the P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR on account
of the earnest money specified in, clause 1 of the said conditions of contract. Should I/We withdraw
or modify the tender after the date of opening the tender, my / our earnest money shall stand
forfeited to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
Witness
Signature of the contractor
Address
Date _____________
The above tender is hereby accepted by me on behalf of P.M.O/ M.S/ C.M.O,, Civil Hospital,
JHAJJAR
Dated : ……………
P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR
CONTRACTOR
WITNESS
44
DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR
NOTICE INVITING TENDER
NIT NO.
Dated:
Sealed tenders are hereby invited for non schedules itmes on item rate basis and on %age basis of
Haryana Schedule of Rates with ceiling premium as applicable at the time of opening of tender on
behalf of P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR for the following works to be executed at
BAHADURGARH (Haryana) from the contractors who are approved having valid enlistment with
Haryana PWD B&R/ CPWD/ Haryana Power Utilities & MES etc. or any other State Govt. or Central
Govt. Authority and having specialization in Interior works.
Enquiry
No.
Description of Work
Est. Cost
(In RS.)
ESTABLISHMENT OF SNCU AT
CIVIL HOSPITAL BAHADURGARH
INCLUDING
INTERIORS,
GAS
MANAGEMENT
SYSTEM
AND
ELECTRICAL WORKS ETC.
50.11
Lacs
Earnest
Money
(In Rs.)
1,00,200/-
Completio
n Period
3 Months
Cost of
tender
document
Rs. 2000/-
TERMS & CONDITIONS:
1. Request for issuance of tender form must accompany documentary evidence in support of
bidder’s capabilities/ experience as per following conditions:
a) Should have executed one similar work of same or more value during the last three
years alongwith enlistment certificate and successful Completion Certificate from
concerned Authority.
or
Two similar works of 60% value of each of the above Estimated cost.
or
Three similar works of 40% value of each of the above Estimated cost.
2. The cost of tender form will be Rs.2000/- to be deposited in cash or Demand Draft in favour
of “DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR” at the office of P.M.O/ M.S/
C.M.O,, Civil Hospital, JHAJJAR.
3. Earnest Money as specified for the above work in shape of Demand Draft in favour of
“DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR” payable at JHAJJAR to be
deposited while applying for issuance of tender documents
4. Tender Document shall be sold from 04.03.2014 to 25.03.2014 (working days) between 10
a.m to 4 p.m from the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR. The
completed tender must be submitted on or before 26.03.2014 at (3:00 PM) which shall be
opened at 3:30 PM on 15.04.2014 in the presence of Bidder’s or their authorized
representative, in the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR.The Tender
form can also be downloaded from the National Health Mission Haryana website:
www.nrhmharyana.org However the Contractor will have to deposit Rs.2000/- in shape of
D.D in favour of Distt Health & Faculty Welfare Society Jhajjar while submitting the Tender
Document towards the Tender document cost, failing which the tender will be rejected.
5. Telegraphic / Conditional/ e-mail tender will not be accepted.
6. If it happens to be a holiday on the date of issue, receipt & opening of tenders, then the
tenders will be issued, received & opened on the next working day.
P.M.O/ M.S/ C.M.O,
CONTRACTOR
WITNESS
45
Civil Hospital, JHAJJAR
DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR
Notice Inviting Item Rate Tender
1.
Sealed tenders are hereby invited for non schedules itmes on item rate basis and on %age
basis of Haryana Schedule of Rates with ceiling premium as applicable at the time of
opening of tender on behalf of P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for the following
works to be executed at BAHADURGARH (Haryana) from the contractors who are approved
having valid enlistment with Haryana PWD B&R/ CPWD/ Haryana Power Utilities & MES
etc. or any other State Govt. or Central Govt. Authority and also having specialization in
Interior works.
Name of work
App. Cost
Earnest
Money
Time
Limit
ESTABLISHMENT OF SNCU AT CIVIL HOSPITAL
BAHADURGARH INCLUDING INTERIORS, GAS
MANAGEMENT SYSTEM AND ELECTRICAL
WORKS ETC.
Rs.50.10
Lacs
Rs.1,00,200/-
3
Months
2.
Only those agencies who have satisfactorily completed at least one similar work of
same value or two similar works of 60% value of each of the above Estimated cost or three
similar works of 40% value of each of the above Estimated cost or above during the last
three years can participate in the tender.
3.
Earnest money amounting to Rs.1,00,200/- in shape of Demand Draft in favour of
P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR payable at any Bank at JHAJJAR must
accompany each tender and tender is to be in a sealed cover super-scribed. “Tenders for
the (As per subject above).
4.
Other detailed terms and conditions would be as per the detailed notice inviting tender which
will be supplied with the tender documents on payment of Rs.1,000/- (cost of tender
documents).
5.
The sale of tender documents will be closed on 25.03.2014 (4:00 P.M).
6.
Tenders will be received by the Tender Receiving Committee / P.M.O/ M.S/ C.M.O,,
Civil Hospital, JHAJJAR on 26.03.2014 (3:00 P.M) and will be opened on 15.04.2014 at
3.30 PM in the office of P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR in presence of
tenderers or their authorized agent who may like to be present.
7.
Tenders should be submitted on prescribed form, which can be obtained from the office of
the P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR. The prescribed form contains the
conditions of contract to be complied.
8.
Applicant will be required to pay in cash Rs. 2000 /- or Demand Draft in favour of “DISTT.
HEALTH & FAMILY WELFARE SOCIETY JHAJJAR” (cost of tender documents) for each
tender form (non-refundable).
9.
Further information with regards to schedule of quantities, conditions of contract, detailed
plans and specifications can be seen in the P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR
office during the office hours.
10.
Tender should be quoted on prescribed format mentioned as “Price Bid”.
CONTRACTOR
WITNESS
46
11.
Tender which is not on the prescribed tender form will not be considered.
12.
Tender form will be issued on submission of proof of enlistment and successful completion
of atleast one work of similar nature.
13.
The tenderer shall initial all corrections / cuttings in his tender as regard to Item rate, time
etc. Non compliance of this condition will render the tender liable to be rejected.
14.
The approval of the acceptance of tender will rest with the P.M.O/ M.S/ C.M.O,
Civil
Hospital, JHAJJAR who does not bind itself to accept the lowest tender and reserves to
himself the authority to reject any or all of tenders received without assignment of any
reason.
15.
The rates of the contractors shall remain open for a period of 60 calendars days from the
date of opening of the price bid and if a contractor submits a tender limiting the period of
validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall
stand forfeited without prejudice to other rights and remedies available to the
P.M.O/
M.S/ C.M.O,, Civil Hospital, JHAJJAR.
16.
If any tenderer modifies or withdraws his tenders after opening of the price / financial bids
subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest
money shall be forfeited without prejudice to other rights and remedies available to the
P.M.O/ M.S/ C.M.O,, Civil Hospital, JHAJJAR .
17.
No conditional tender should be given. A conditional tender is liable to be rejected out
rightly at the discretion of the accepting authority. In the alternative the accepting
authority may treat the conditions as null and void and make a counter offer to the tenderer
to do the work at the premium or rebate quoted by him without conditions. If the tenderer
refuses to accept the said counter offer to do the work at the premium or rebate quoted by
him without the condition within one week of the counter offer having been made by the
accepting authority, his earnest money shall stand forfeited and the tenderer shall have no
claim to the same whatsoever.
18.
Rate should be quoted in English or Hindi, otherwise the tender can be rejected.
19.
The successful tenderer shall have to sign an affidavit to the effect that he has no relation or
connection with firm/contractor blacklisted by P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
/Haryana Govt./Govt. of India.
20.
The earnest money deposited for the tender will not be returned to the contractor’s/firm’s till
the acceptance of tender or three months, whichever is earlier.
21.
Sales / Works Tax / Income Tax & Cess Charges will be deducted from the bills of
contractor as per the rules/acts/instruction of the Govt. from time to time.
22.
The tenderer is advised to visit the site of work, at his own cost, and examine it and its
surroundings by itself and collect all information that the tenderer considers necessary for
proper assessment of the prospective assignment.
23.
If any information furnished by the Contractual Agency is found incorrect at a later date, he
shall be debarred from tendering/taking up works in future in P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR, P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR reserves the right to verify
the particulars furnished by the Contractual Agency independently.
24.
The contractor (s) shall sign all the pages at the designated space. If the tender documents
are not signed in the manner, specified, the tender shall be treated as invalid and rejected.
25.
If the tenderer is an individual, he shall sign the tender documents above his full typewritten
name with seal and current address.
CONTRACTOR
WITNESS
47
26.
If the tenderer is a proprietary firm, the tender documents shall be signed by the proprietor
as above his full name / name of his firm with seal with its current address.
27.
If the tenderer is a Limited Company or a Corporation, the tender documents shall be signed
by a person duly authorized by the Company / Corporation. The Officer who will give the
power of attorney to that person for signing the tender document shall be competent to give
such power of attorney in the Memorandum of Articles of Association. The tender document
must accompany the copy of the power of attorney given to that person. The Company /
Corporation should also furnish a copy of the Memorandum of Articles of Association duly
attested by a Public Notary.
Total estimate cost Rs.50.10 Lacs
------------------------------------------------------------------------------------------------------------------Item No. Sub Head of estimate
Rate
Unit
-------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------
Committee Member
P.M.O/ M.S/ C.M.O,
Civil Hospital JHAJJAR
Signature of the Tenderer
CONTRACTOR
WITNESS
48
(SECTION –2)
INTRODUCTION AND
INSTRUCTIONS TO BIDDERS
CONTRACTOR
WITNESS
49
SECTION – 2
INTRODUCTION & INSTRUCTIONS TO BIDDERS
1.
2
3.
GENERAL DESCRIPTION:
1.1
This invitation of bid is open to all the bidders who are currently enlisted in
the appropriate category with Haryana PWD B&R / CPWD / Haryana Power
Utilities & MES etc. or any State Government, Central Government, Public
Sector Undertakings or any Organization and also having specialization in
Interior works.
1.2
The work involves ESTABLISHMENT OF SNCU AT CIVIL
HOSPITAL BAHADURGARH INCLUDING INTERIORS, GAS
MANAGEMENT SYSTEM, ELECTRICAL WORKS ETC.
1.3
The work is proposed to be carried out at CIVIL HOSPITAL, JHAJJAR.
1.4
The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the contractor and shall be reckoned from the date of award of work.
The contractor shall take up the construction work and will show the progress of
work as per the provision of clause – II of contract documents.
TENDER INFORMATION
2.1
The Contractor shall visit the site and acquaint himself with the actual site conditions,
access, availability of materials and other related problems under which the work has
to be performed.
2.2
The Contractor shall examine all specifications, tender conditions and drawings before
tendering for the works.
2.3
No extra claims made in the consequence of ignorance or misunderstanding or site
conditions etc. or on grounds of insufficient description will be allowed at a later date.
2.4
The Contractor shall obtain all information relating to local regulations, bye laws,
application of any and all laws relating to his work or profession. No additional claims
shall be admissible on this account.
COST OF BIDDING
The bidder shall bear all expenses associated with the preparation and submission of his bid
and the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall in no case be responsible or
liable for reimbursement of such expenses, regardless of the conduct or outcome of the
bidding process.
CONTRACTOR
WITNESS
50
4.
BRAND NAMES
Brand Names specified in these documents shall be followed. In an alternative or when the
brand names are not mentioned / not available an equivalent brand as P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR will specify the makes to be used and his decision in this regard will
be final and binding on the contractor.
5.
STAMP DUTY AND LEGAL CHARGES
Whenever required under Government regulations, it shall be incumbent on the successful
bidder to pay stamp duty on the Contract and legal charges for preparation of the Contract
Agreement, as applicable on the date of execution of the Contract Agreement.
6.
PAYMENT TERMS
The firm/agency shall submit the running bills based on the allotted rates in the manner as
prescribed in the clause 8 & 9 of the contract documents (Section – 3).
BID DOCUMENTS
7.
CONTENTS OF BID DOCUMENTS
A set of Bid Documents issued for the purpose of bidding includes the following sections:
SECTION
Section
–1
Section – 2
Section – 3
Section – 4
Section – 5
Section – 6
8.
DESCRIPTION
Detailed Notice Inviting Tender
Introduction and Instructions to the Bidder
Conditions of contract
List of approved makes & specifications
Price Bid
Drawings
7.1
The bidder is expected to examine carefully all instructions, conditions, forms,
appendix to bid terms specifications, annexures, schedules and specification
drawings in the bid documents. Failure to comply with the requirements of bid
submission will be at the bidder’s own risk. Pursuant to various Clauses of these bid
documents the bids which are not substantially responsive to the requirements to
the Bid Documents will be rejected.
7.2
The bidder shall be deemed to have inspected and examine the site and its
surroundings and to have satisfied himself before submitting his bid as to the nature
of site condition having taken into account any information in connection therewith
which may have been provided by or on behalf of P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR the extent and nature of work the means of communication with the
access to all necessary information as to the risks, contingencies and all other
circumstances influencing or affecting his bid.
INTERPRETATION AND CLARIFICATION OF BIDDING DOCUMENTS
Bidders shall carefully examine the Bidding Documents and fully inform themselves as to all
the conditions and matters which may in any way affect the work or the cost thereof a bidder
find discrepancies in or omission from the specification or other meaning, he should at once
address a query to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR in writing or by fax or by
E-mail:-
CONTRACTOR
WITNESS
51
PREPARATION OF BIDS
9.
LANGUAGE OF BID
The bid prepared by the bidder and all correspondence and documents relating to the bid
exchanged by the bidder and the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be
written in English or Hindi Language only.
10.
11.
12.
13.
BID PRICE
10.1
Unless stated otherwise in the Bidding Documents the Contract shall be for the
whole works as described, based on the Item Rates as quoted by bidder.
10.2
No price escalation is permissible during the entire execution of the project.
BID SECURITY/EARNEST MONEY
11.1
Earnest money amounting to Rs.1,00,200/- in shape of Demand Drafts in favour of
Distt., Health & Family Welfare Society JHAJJAR payable at any Scheduled Bank at
JHAJJAR must accompany each tender.
11.2
Tender which is not accompanied with the earnest money / not accompanied with
full amount of earnest money depicted in the NIT shall not be considered / opened.
11.3
No interest shall be paid on any bid security / earnest money.
BID VALIDITY
12.1
The rates of the contractors shall remain open for a period of 60 calendars days
from the date of opening of the price bid and if a contractor submits a tender limiting
the period of validity to a date earlier, then he shall be liable to be blacklisted and his
earnest money shall stand forfeited without prejudice to other rights and remedies
available to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR.
12.2
If any tenderer modifies or withdraws his tenders after opening of the price/ financial
bids subsequently, while on one hand he is liable to be blacklisted, on the other
hand his earnest money shall be forfeited without prejudice to other rights and
remedies available to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR .
OFFER TO COMPLY WITH BID DOCUMENTS
Bidder shall submit offers, which comply fully with the requirements of the bid documents,
including the Technical specifications and Drawings.
14.
FORMAT AND SIGNING OF BIDS
14.1
The original bid shall be typed or written in indelible ink and shall be signed by a
person duly authorized to bind the bidder to the Contract. Proof of authorization
shall be furnished in the form of a certified copy of a Power of Attorney, which shall
accompany the bid. All pages of the bid and the pages where entries or
amendments have been made shall be initialed by the person or persons signing
the bid.
14.2
Only one bid shall be submitted by each Bidder. No Bidder may participate in the bid
of another bidder for the same Contract in any relation whatsoever. The complete
bid shall be without alternations inter line additions or erasures except those in
accordance with instructions issued by the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR or as necessary to correct errors made by the Bidder in
CONTRACTOR
WITNESS
52
which case such corrections shall be initialed by the person or persons signing the bid.
14.3
15.
16.
All witnesses and sureties shall be persons of status and probity and their full
names, occupations and addresses shall be stated below their signatures.
SUBMISSION OF BIDS
15.1
Tender Document shall be sold from 03.03.2014 to 25.03.2014 from the office of
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR . The completed tender must be
submitted on or before 26.03.2014 (3:00 PM) which shall be opened at 3:30 PM on
15.04.2014 in the presence of Bidder’s or their authorized representative, in the
office of P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR.
15.2
The envelopes shall indicate the name and address of the Bidder clearly to enable
the bid to be returned unopened in case of necessity in accordance with the bid
conditions.
15.3
No bid shall be accepted unless it is properly sealed. Bidders shall not be allowed to
fill in or seal their bids at the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR office.
15.4
Bidder are requested to present the bids well in time on the stipulated due date and
time so as to avoid rush at the closing hours.
15.5
If the envelope is not sealed and marked as instructed above, P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR will assume no responsibility for the misplacement or
premature opening of the bid submitted. A bid opened prematurely due to this cause
will be rejected by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and returned to
the Bidder.
15.6
The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR may at its discretion extend the
deadline for submission of bids by issuing an amendment in which case all rights
and obligations of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and the Bidder
previously subject to the original deadline shall, thereafter, be subject to the new
deadline as extended.
LATE BIDS
Any bid received by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR after the deadline for
submission of bids prescribed by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will be
rejected and returned unopened to the bidder.
17.
P.M.O/ M.S/ C.M.O, CIVIL HOSPITAL, JHAJJAR RIGHT TO ACCEPT ANY BID AND TO
REJECT ANY OR ALL BIDS.
17.1
18.
The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR reserves the right to accept or
reject any bid and to annul the bidding process and reject all bids prior to award of
contract without thereby incurring any liability to the affected Bidders or any
obligation to inform the affected Bidder or Bidders for the grounds for the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR action.
NOTIFICATION OF AWARD
18.1
CONTRACTOR
Prior to the expiry of the period of bid validity prescribed in the tender document.
The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will notify the successful Bidder by
fax to be confirmed in writing by registered letter that his bid has been accepted. No
WITNESS
53
further correspondence will be entertained by the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR from the unsuccessful Bidders.
18.2
19.
The issue of letter of acceptance of telegraphically or fax confirmation of acceptance
of offer will constitute the formation of a Contract.
SIGNING OF AGREEMENT
19.1
Within one week of receipt of the letter of Acceptance/ notification of acceptance,
the successful bidder shall sign the Contract Agreement.
19.2
Failing to execute the Contract Agreement within the said period may result in
forfeiture of Bid security and disqualification.
P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR
SIGNATURE OF THE TENDERER WITH SEAL
DATED
CONTRACTOR
WITNESS
54
AFFIDAVIT
(To be submitted on Non Judicial Stamp paper)
I _____________________________ S/o Sh.____________________________
resident of _______________________________________________ Section ______________
Distt.____________________ contractor / partner / share holders (strike out the which is not
applicable) (firm or contractor) do hereby solemnly declare as under:-
1.
That the person / firms black listed by P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR /
Haryana Govt. / Govt. of India from time to time never had any connection and
interest in my business.
2.
That the above said contractor / persons / firms do not have any substituting in my
business and
3.
That the said persons / firms are not employee of my firm and are not in any way
connected with my business.
DEPONENT
WITNESS
DATED:
I do hereby solemnly declare and affirm that the above declaration is true and
correct to the best of my knowledge and belief. No part of it is false and nothing has been concealed.
DEPONENT
WITNESS
DATED:
CONTRACTOR
WITNESS
55
(SECTION – 3)
CONDITIONS
OF
CONTRACT
CONTRACTOR
WITNESS
56
Stereo B&R no. 28
Name of the Contractor__________________________________________________________
Name of work: ESTABLISHMENT
OF SNCU AT CIVIL HOSPITAL
BAHADURGARH INCLUDING INTERIORS, GAS MANAGEMENT SYSTEM,
ELECTRICAL WORKS ETC.
_____________________________________________________________________________
DISTT. HEALTH & FAMILY WELFARE SOCIETY JHAJJAR
PERCENTAGE RATE AND ITEM RATE TENDER
AND
CONTRACT FOR WORKS
GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF THE CONTRACTORS
1.
All work proposed for execution by contract will be notified in a form of invitation to tender pasted on a
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR hung up in the office and signed by the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR . This form will state the work to be carried out, as well as the date for
submitting and opening of tenders and the time allowed for carrying out the work, also the amount of
earnest money to be deposited with the tender and the amount of the security to be deposited by the
successful tender and the percentage, if any to be deducted from the bills, copies of the specification,
designs and drawings, Hr. P.W.D. Schedule of rates 1988 and any other documents required in
connection with the work, signed for the purpose of identification by the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR shall also be opened for inspection by the contractors at the office of the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR during office hours.
2.
In the event of the tender being submitted by a firm, it must be signed separately by each member
thereof, or in the event of absence of any partner, it must be signed on his behalf by a person holding
a power-of-attorney authorising him to do so.
3.
Any person who submits a tender shall fill up the schedule of rates attached with the tender.
4.
The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or his duly authorised assistant will open tender in
presence of any intending contractor or their authorised Agents who may be present at the time, and
will enter the amount of the several tenders in a Comparative Statement in a suitable form. In the event
of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be
given to the contractor who shall thereupon for the purpose of identification sign copies of the
specification and other documents mentioned in rule-1. In the event of a tender being rejected, the
earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor
making the same.
5.
The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR s hall have the right of rejecting all or any of the
tenders.
6.
The department may refuse or suspend payments on account of a work when executed by a firm or by
contractor described in their tender as a firm, unless receipts are signed by all the partners, or one of
the partners, or some other person produce written authority enabling him to give effectual receipt on
behalf of the firm.
7.
The receipt of an accountant or clerk for any money paid by the contractor will not be considered as an
acknowledgement of such payment to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and the
contractor shall be responsible for seeing that he procures receipt signed by the P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR.
8.
The memorandum of work tendered for and the memorandum of materials to be supplied by P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR and their issue rates, shall be filled in and complete in the office
of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR before the tender form is issued, if a form is issued
to an intending tender without having been so filled in and completed, he shall request the office to
have this done before he completes and delivers his tender.
CONTRACTOR
WITNESS
57
CONDITIONS OF CONTRACT
Clause 1: The person/persons whose tender is accepted (hereinafter called the contractor)
shall permit P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR at the time of making any payment to him
for the work done under the contract to deduct such sums including the earnest money deposited by
him amounting to 10% of all money so payable. Such deductions to be held by the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR by way of security deposited. All compensation /other sums of
money payable by the contractor to P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR under the terms
of this contract may be deducted from the security deposit or from any sums which m ay be due or
may become due to the contractor by P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR on any account
whatsoever and in the event of his security deposit being reduced by reason of any such deduction,
the contractor shall within 10 days thereafter make good in cash or P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR securities endorsed as aforesaid any sums which may have been deducted from
or raised by sale of his security or any part thereof.
Clause 2: The time allowed for carrying out of work as entered in the tender shall be strictly
observed by the contractor, and shall be reckoned from the date on which the order to commence
work is given to the contractor. The work throughout the stipulated period of the contract shall be
proceeded with all due diligence (time being deemed to be the essence of the contract on the part of
the contractor) and the contractor shall pay as compensation an amount equal to one percent which
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR may levy on the amount of the estimated cost of
the whole work as shown by the tender for every day that the work remains uncommenced, or
unfinished, after proper dates. And further to ensure good progress during the execution of the
contract shall be bound, in all cases in which the time allowed for any work exceeds one month to
complete one-fourth of the whole of the work before one fourth of the whole time allowed under the
contract has elapsed, one half of the work before and one half of such item has elapsed and threefourth of the work before three-fourth of such time has elapsed. In the event of the contractor failing
to comply with this condition he shall be liable to pay as compensation an amount equal to one
percent which the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR, may levy on the said estimate cost
of the whole work for everyday that due quantity of work remains incomplete provided always that
amount of compensation to be paid under the provisions of this clause shall not exceed ten percent
of the estimated cost of the work as shown in the tender. The P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR may on representation from the contractor may reduce the amount of compensation and
his decision in writing shall be binding.
Clause 3: In any case in which under any clause or clauses of this contract the contractor shall
have rendered himself liable to pay compensation amounting to the whole of his security deposit
(whether paid in one sum or deducted by instalments) the DISTT. HEALTH SOCIETY JHAJJAR on
behalf of the Deptt. shall have power to adopt any of the following courses, as he may deem best
suited to the interests of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR .
a) To rescind the contract (of which rescission notice in writing to the contractor under the
hands of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be conclusive evidence)and
in which case the security deposit of the contractor shall stand forfeited, and be absolutely
at the disposal of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR .
b) To employ the labour paid by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and to supply
material to carry out work, or any part of the work debiting the contractor with the cost of the
labour and the price of the materials (of the amount of which cost and price a certificate of
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be final and conclusive against the
contractor)and crediting him with the value of the work done, in all respects in the same
manner and at the same rates as if it had been carried out by the contractor under the terms
of his contract; the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR as to
value of the work done shall be final and conclusive against the contractor.
c) To measure up the work of the contractor and to take such part thereof as shall be
unexecuted out of his hands, and to give it to another contractor to complete, in which case
any expenses which maybe incurred in excess of the sum which would have been paid to
the original contractor if the whole work has been executed by him (of amount of which
CONTRACTOR
WITNESS
58
excess the certificate in writing to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be
final and conclusive) shall be borne and paid by the original contractor and maybe deducted
from any money due to him by P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR under the
contract or otherwise from his security deposit or the proceeds of sale thereof or sufficient
part thereof.
In the event of the any of the above courses being adopted by the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR, the contractor shall no claim to compensation for the loss sustained by reason
of his having purchased or procured any material, or entered into any engagement or made any
advances on account of or with a view to the execution of the work or the performance of the
contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor
shall not be entitled to recover or be paid any sum for any work thereof actually performed under this
contract, unless and until the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will have certified in
writing the performance of such work and the value payable in respect thereof, and he shall only be
entitled to be paid the value so certified.
Clause 4: In any case in which any of the person conferred upon the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR by clause-3 hereof, shall have exercisable and at the same shall not be
exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and
such powers shall not withstanding be exercisable in the event of any future case of default by the
contractor for which by any clause or clauses he is declared liable to pay compensation amounting
to the whole of his security deposit and the liability of the contractor for past and future
compensation shall remain unaffected.
In the event of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR putting in force either of the
powers (a) or (c) vested in him under the proceeding clause he may, or desire, takes possession of
all or any tools, plant material and stores in or upon the works or the site thereof or belonging to the
contractor, or procured by him and intended to be used for the execution of work or any part hereof,
paying or allowing for the same in account at the contract rates, Or in case of these not being
applicable at current market rates to be certified by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
whose certificate thereof shall be final, otherwise the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
may notice in written to the contractor or his clerk of the works, foremen or the other authorised
agent require him to remove such tools, plant materials, or stores from the premises within a time to
be specified in such notice and in the event of the contractor failing to comply with any such
requisition, the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR may remove them at contractor’s
expenses or sell them by auction or private sale on account of the contractor if any and at his risk in
all respects and the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR as to the expense
of any such removal, and the amount of the proceeds and expense of any such shall be final and
conclusive against the contractor.
Clause 5: If the contractor shall desire an extension of the time for completion of work on the
grounds his having unavoidably hindered in its execution or on any other ground, he shall apply in
written to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR within 30 days of the date of the
hindrance on account of which he desires such extension as aforesaid and the P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR/ Superintending Engineer shall, if in his opinion (which shall be final)
reasonable grounds be shown thereof, authorise such extension of time, if any, as may in his opinion
be necessary or proper.
Clause 5a: The contractor shall deliver in the office of the P.M.O/ M.S/ C.M.O, Civil Hospital,
th
JHAJJAR, on or before the 10 day of every month during the continuance of work covered by this
contract, a return showing details of any work claimed for as extra, and such return shall also contain
the value of such work as claimed by contractor, which value shall be based upon the rates and
prices mentioned in the contract or in the schedule of rates enforce in the Haryana State for the time
being. The contractor shall include in such monthly return particulars of all claims of whatever kind
and however arising, which at the date thereof he has or may claim to have against the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR under or in respect of, or in any manner arising out of the execution
of the work and the contractor shall be deemed to have waived all claims not included in such return
and will have no right to enforce any such claims not so included, whatsoever be the circumstances.
CONTRACTOR
WITNESS
59
Clause 6: Without prejudice to the rights of P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
under any clause hereinafter contained on completion of the work, the contractor shall be furnished
with a certificate by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR (hereinafter called the Worksin-charge)of such completion but no such certificate shall be given nor shall the work be considered
to be complete, until the contractor shall have removed from the premises on which the work shall
be executed all scaffolding, surplus materials and rubbish, and cleaned of the dirt from all wood
work, walls, floors or other parts of any building in, upon or about which the work is to be executed or
of which he may have had possession for the purpose of the execution thereof, and the
measurements in the said certificate shall be binding and conclusive against the contractor, if the
contractor shall fail to comply with the requirements of this clause as to removal of scaffolding,
surplus material and rubbish, and cleaning off dirt on or before the date of fixed for the completion of
the work, the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR may at expenses of the contractor,
remove such scaffolding surplus materials and dispose off the same as he thinks fit and clean off
such dirt aforesaid and the contractor shall forthwith pay the amount or all expenses, so incurred and
shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except any
sum actually realised by the sale thereof.
Clause 7: No payment shall be made for the work estimated to cost less than rupees one
thousand till after the whole of the work shall have been completed and a certificate of completion
given. But in case of works estimate to cost more than rupees one thousand, the contractor shall on
submitting bill thereof be entitled to receive a monthly payment proportionate to the part thereof then
approved and passed by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR who sees certificate of
such approval and passing of the sum so payable shall be final and conclusive against the
contractor. But all such intermediate 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 unskilful work to be removed and taken
away and reconstructed or re-erected, or considered as an admission of the due performance of the
contract, or any part thereof in any respect or the occurring of any claim nor shall it conclude,
determine or affect in any way the power of the Works-in-charge, under the conditions or any of
them as the final settlement and adjustments of accounts or otherwise, or in any other way vary or
affect the contract. The final bill shall be submitted by the contractor within one month the date fixed
for the completion of the work otherwise the Works-in-charge’s certificate of the measurement and of
the total amount payable for the work accordingly shall be final and binding on all parties.
Clause 8: A bill shall be submitted by the contractor each month on or before the date fixed
by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for all work executed in the previous month and
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall take or cause to be taken the requisite
measurement for the purpose of having the same verified and the claim, as far as admissible,
adjusted if possible, before the expiry of ten days from the presentation of the bill, if the contractor
does not submit the bill within the time fixed as aforesaid, the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR may depute a subordinate to measure up the said work in the presence of the contractor,
whose counter signature to the measurement list will be sufficient warrant, and the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR may prepare a bill from such list which shall be binding on the
contractor in all respects.
Clause 9: The contractor shall submit all bills on the printed forms to be had on application
at the office of the Works-in-charge, and the charges or in the bills shall always be entered at the
rates specified in the tender in the case of any extra work ordered in pursuance of these conditions,
and not mentioned or provided for in the tender at the rates hereinafter provided for such work.
Clause 10: If the specification of estimate of the work provides for the use of any special
description of materials to be supplied from the Works-in-charge’s store or if it is required that the
contractor shall use certain stores to be provided by the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR (such materials and stores and the price to be charged thereof as hereinafter mentioned
being so far as practicable for the convenience of the contractor, but not so in any way to control the
meaning or effect this control specified in the schedule, or memorandum, here to annexed), the
contractor shall be supplied with such materials and stores required from time to time to be used by
him for the purposes of the contract only and the value of the full quantity of materials and stores so
supplied at the rates specified in the said schedule or memorandum may be set off or deducted from
CONTRACTOR
WITNESS
60
any sums then due, or thereafter to become due to the contractor under the contract, or otherwise,
against or from the security deposit. All materials supplied to the contractor shall remain the property
of the contractor, but shall not on any account be removed from the site of work without the written
permission of the Works-in charge and shall at all times be open to inspection by him. Any such
materials unused and in perfectly good condition at the time of completion of the contractor, shall be
returned to the Works-in-charge’s store if by a notice in writing under his hand he shall so require,
but the contractor shall not be entitled to return any such materials unless with such consent and
shall have no claims for compensation on account of any such materials so supplied to him as
aforesaid being unused by him, or for wastage in or damage to any such materials.
Clause 11: The contractor shall execute the whole and every part of the work in the most
substantial and workman like manner, and both as regards materials and otherwise in every respect
in strict accordance with the specifications. The contractor shall also conform exactly, fully and
faithfully to the designs, drawings and instructions in writing pertaining to the work signed by the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and lodged in his office and to which the contractor
shall be entitled to have access at such office or on the site of work for the purpose of inspection
during office hours, and the contractor shall, if he so requires, be entitled at his own expense to
make or cause to be made copies of the specifications, and of all such designs, drawings and
instructions as aforesaid.
Clause 11 (a): The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall have full powers at all
times to object to employment of any workman, foreman or other employee on the work by the
contractor and if the contractor shall receive notice in writing from the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR requesting the removal of any such man or men from the work, the contractor
shall have to comply with the request forthwith.
No such workman, foreman or other employee after his removal from the works by request
of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be re-employed or re-instated on the works
by the contractor at any time except with the previous approval in writing of the Works-in-charge.
The contractor shall not be entitled to demand the reason from the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR for requiring the removal of any such workman, or foreman or other employee.
Clause 12: The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall have power to make any
alterations in or omissions from additions to or substitutions for the original specifications, drawings,
design, and instructions that may appear to him to be necessary or advisable during the progress of
the work and the contractor shall be bound to carry out the work in accordance with any instructions
which maybe given to him in writing signed by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and
such alterations, additions or substitutions, shall not invalidate the contract; and any altered,
additional or substituted work which the contractor maybe directed to do in the manner above
specified as part of the work shall be carried out by the contractor on the same conditions in all
respects on which he agreed to do the main work, and at the same rates as are specified in the
tender for the main work. The time for the completion of the work shall be extended in the proportion
that the altered, additional for the substituted work bears to the original contract work and the
certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be conclusive as to such
proportion. And if the altered, additional or substituted work includes any class of work, for which no
rate is specified in this contract, then such class of work shall be carried out at the rates entered in
the schedule of rates subject to the same percentage above or below, as included in the contract,
and if such class of work is not entered in the schedule of rates, the contractor shall within seven
days of the date of his receipt of the order to carry out work inform the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR of the rate which is his intention to charge for such class of work, and if the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR does not agree to this rate he shall by notice in writing,
be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such
manner as he may consider advisable, provided always that if the contractor shall commence work
or incure any expenditure in regard thereto before the rates shall have been determined lastly herein
before mentioned then and in such case he shall only be entitled to be paid in respect of the work
carried out or expenditure incurred by him prior to the date of determination of the rates aforesaid
according to such rates as shall be fixed by the Works-in-charge. In the event of a dispute the
decision of the Distt. Health Society shall be final.
CONTRACTOR
WITNESS
61
Clause 13: It at any time after the commencement of the work the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR shall for any reason, whatsoever nor requires the whole work thereof as
specified in the tender to be carried out the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall give
notice in writing of the fact to the contractor who shall have no claim to any payment or
compensation, whatsoever on account of any profit or advantage, which he might have derived from
the execution of the work in full that which he did not derive in consequence of the full amount of
work not having been carried out, neither shall he have any claim compensation by reasons of any
alterations having been made in the original specifications, drawings, designs and instructions which
shall involve any curtailment of the works as originally contemplated.
Clause 14: If it shall appear to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or his
subordinate in-charge of the work, that any work has been executed with unsound, imperfect or
unskilful workmanship, or with materials of any inferior description, or that any material or articles
provided by him for the execution of the work are unsound, or of a quality inferior to that contracted
for, or otherwise not in accordance with the contract, the contractor shall on demand in writing from
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR specifying the work materials or articles
complained of notwithstanding that the same may have been inadvertently passed, certified and paid
for forthwith rectify or remove and reconstruct the work so specified in whole or in part, as the case
may require, or as the case may be remove the materials or articles so specified and provide other
proper and suitable materials or articles at his own proper charge and cost and in the event of his
failing to do so within a period to be specified by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
in his demand aforesaid then the contractor shall be liable to pay the compensation at the rate of
one percent on the amount of the estimate for everyday not exceeding ten days, while his failure to
do so shall continue and in the case of any such failure the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR may rectify or remove and re-execute the work or remove and replace with other
materials, or articles complained of as the case may be at the risk and expense with other in all
respects of the contractor.
Clause 15: All work undertaken in course of execution or executed in pursuance of the
contract shall at all times be open to the inspection and supervision of the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR and his subordinates and the contractor shall at all times, during the usual
working hours, and at all other times at which reasonable notice of the intention of the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR or his subordinate to visit the works shall have been given to the
contractor, either himself be present to receive orders and instructions or have a responsible agent
duly accepted in writing present for that purpose. Orders given to the contractor’s agent shall be
considered to have the same force as if they had been given to the contractor himself.
Clause 16: The contractor shall give not less than five days notice in writing to the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR or his subordinate-in-charge of the work before covering in or
otherwise placing beyond the reach of measurement any work in order that the same may be
measured and correct dimensions thereof be taken before same is so covered up or placed beyond
the reach of measurement and shall not cover up or place beyond the reach of measurement and
work without the consent in writing of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or his
subordinate-in-charge of the work and in any work shall be covered up or placed beyond the reach
of measurement such notice having been or consent obtained. The same shall be uncovered at the
contractor’s expense or in default thereof on payment or allowance shall be made for such work of
the materials with which the same was executed.
Clause 17: If the contractor or his work people, or servant shall break, deface, injure or
destroy any part of a building, if they may be working on any building, road, fence, enclosure or
grass land, cultivated ground contiguous to the premises on which the work or any part of it is being
executed or if any damage shall happen to the work while in progress from any cause whatever or
any imperfections become apparent in it within three months after a certificate original or other of its
completion shall have been given by P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR as aforesaid, the
contractor shall make the same good at his own expense or in default the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR may cause the same to be made good by other workmen and deduct the
expense (of which the certificate of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be final)
from any sums that maybe then or at any time thereafter may become due to the contractor or from
his security deposit.
CONTRACTOR
WITNESS
62
Clause 18: The contractor shall supply at his own cost all materials (except such special
materials if any, in accordance with the contract be supplied from the Works-in-charge’s store,
plants, tools, appliances, implements, ladder, cordage, tackle scaffolding and temporary works
requisite of proper for the proper execution of the work whether original, altered or substituted and
whether included in the specification or other documents forming part of the contract or referred to
these conditions or not or which maybe necessary for the purpose of satisfying or complying with the
requirements of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR so to any matter as to which under
these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage
thereof to and from the work. The contractor shall also supply without charge the requisite number of
persons with the means and materials necessary for the purpose of setting out works and weighing
and assisting to the measurement or examination at any time and from time to time of the work or
materials. Failing his so doing the same may be provided by the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR at the expense of the contractor and the expenses may be deducted from any money due
to the contractor under the contract or from his security deposit. The contractor shall also provide all
necessary fencing and lights required to protect the public from accident and shall be bound to bear
the expenses of defence of every suit, action or order proceedings of law that may be brought by
any person or injury sustained during to neglect of the above precautions and to pay any damages
and cost which maybe awarded through which may with the consent of the contractor, be paid to
compromise any claim by any such person.
Clause 19: No female labourer shall be employed within the limits of the cantonment.
Clause 19 (a): No labour below the age of 12 years shall be employed on the work.
Clause 19 (b): The contractor shall pay his labourers not less than the wages paid for similar
work in neighbourhood.
Clause 20: No work shall be done on Sunday without the sanction in writing of the Engineerin-charge.
Clause 20(a): In every case in which, by virtue of the provision of section 12, sub-section (1)
of the Workman’s Compensation Act, 1923, P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR is obliged
to compensation to workman employed by the contractor, in execution of the works P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR will recover from the contractor the amount of the compensation so
paid and without prejudice to the rights of P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR under
section 12 sub-section (2) of the said act P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be at
liberty to recover such amount or any part thereof by deducting it from the security deposit or any
sum due by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR to contractor whether under this
contract or otherwise.
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall not be bound to contest any claim made
against it under section 12, sub section (1) of the said act except on the written request of the
contractor and upon his giving to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR full security for all
costs for which the Board might become liable in consequence of contesting claim.
Clause 21: The contractor shall assign or sublet prior the written approval of the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR. And if the contractor shall assign or sublet his contract or attempt
to do so or become insolvent or commence any insolvency proceedings or make any composition
with his creditors or attempt to do so or if any bribe, gratuity, gift, loan, prerequisite, reward or
advantage, pecuniary or otherwise; shall either directly or indirectly be given, promised or offered by
the contractor or any of his servant or agents to any public officer, or person in the employment of
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR in any way relating to his office or employment or if
any such officer shall become in any way directly or indirectly interested in the contract, the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR may thereupon by notice in writing rescind the contract and the
security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of
the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and the same consequence shall ensure as the
contract had been rescinded under clause 3 hereof, and in addition the contractor shall not be
entitled to recover or be paid for any work therefore actually performed under the contract.
CONTRACTOR
WITNESS
63
Clause 22: All sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the use of the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR without reference to the actual loss or damages sustained, and whether or not
any damage shall have been sustained.
Clause 22 (a): Any excess payment made to the contractor inadvertently or otherwise under
this contract on any account whatever and any other sum bound to be due to the
P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR by the contractor in respect of this contract or any other
contract or work order or on any account whatever may be deducted from any sum whatever,
payable by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR to the contractor either in respect of this
contract or any work order or contract or any other account by any other department of the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR
Clause 23: In case of a tender by partners, any change in the constitution of the firm shall be
forthwith notified by the contractor to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for his
information.
Clause 24: All works to be executed under the contract shall be executed under the direction
and subject to the approval in all respects of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for the
time being, who shall be entitled to direct at what point or points and in what manner they are to be
commenced and from time to time carried on.
Clause 25: No claims for payment of an extraordinary nature, such as claims for a bonus for
extra labour employed in completing the work before the expiry of contractual period at the request
of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or claims for compensation where work has
been temporarily brought to a stand-still through no fault of the contractor, shall be allowed unless
and to the extent that the same shall have been expressly sanctioned by the P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR.
Clause 25 (a): If any question, dispute, difference or objection whatsoever arises in any way
connected with or assigning out of this instrument or meaning or operation of any part thereof or the
rights, duties or the liabilities of either partly, including the termination of contract by either party and
correctness thereof, at any stage whatsoever, it shall be referred to arbitration to the M.D, NRHM,
Haryana subject to the following conditions:
(i) That in the first instance, before referring the matter to arbitration, it shall be referred by
the contractor for being settled by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR of the work at
time of such reference in writing. The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall convey his
decision or that of the competent authority in written to the contractor within a period of 90 days from
such a request in writing by the contractor. The decision given by the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR of the competent authority shall be final and binding upon the contractor except
where he moves the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR in writing for reference or such a
claim or dispute to arbitration within a period of 60 days of his receipt of decision of the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR of the competent authority in writing. In case the contractor fails to
make such a written request within the stipulated period, the decision so conveyed to him by the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will be final and will not be subject matter of arbitration
at all. In case the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR fails to convey his decision or that of
the competent authority in writing within a period of 90 days as referred to above, the contractor may
make a request to the M.D, NRHM, Haryana within 60 days of the expiry of the said 90 days to refer
the matter to arbitration and same shall be referred to arbitration in the manner provided hereinafter.
The work under the contract shall not be stopped and shall continue during the arbitration
proceedings.
(ii) That reference of dispute or differences referred to above for arbitration to M.D, NRHM,
Haryana shall be by designation. It will not be a valid objection to any such reference to the
arbitration that the arbitrator so appointed is a servant of State Govt. Haryana or he had to deal with
the matters to which the contract relates or that the said arbitrator has expressed his views on all or
any of the matter in dispute.
CONTRACTOR
WITNESS
64
(iii) That in case the arbitrator appointed initially is transferred or dies, his successor in office
shall be deemed to be an arbitrator as if he had been appointed initially by the M.D, NRHM,
Haryana. In case the arbitrator is unable or unwilling to act as an arbitrator for any reason
whatsoever, the Director General Health Services Haryana shall be competent to appoint or
nominate any other officer not below the rank of Director, NRHM, Haryana as the arbitrator and the
arbitrator appointed shall be competent to proceed with the reference as if he had been appointed as
the arbitrator initially.
(iv) That no person other than the one appointed by the Director General Health Services
Haryana shall act as arbitrator and for any reason, it is not possible to appoint such an arbitrator the
matter shall not be referable to arbitration and the parties shall be at the liberty to avail of civil
remedy.
(v) That arbitrator shall give reasoned and speaking award in case of total amount allowed
to either party against the other in the award exceeds Rs.25,000/- , it shall be up to the arbitrator to
give a reasoned award or not. The arbitrator shall give his award against each claim separately
made by either party, whether originally or as a counter claim.
(vi) That the arbitrator shall or the claims and counter claims put forward by both the parties
not withstanding that any particular party got the arbitrator appointed. This shall be subject to the
provisions of this arbitration clause as a whole.
(vii) In case the party invoking the arbitration is the contractor, the reference for arbitration
shall be maintainable only after the contractor furnishes to the satisfaction of P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR a cash security deposit @ 3% of the total amount claimed by him. The sum
so deposited by the contractor shall on the termination of the arbitration proceedings, be adjusted
against the cost of any amount awarded against the contractor. The remaining amount shall be
refunded to the contractor within one month from the date of the award.
(viii) That the stamp fee due on the award shall be payable by the party discretion of the
arbitrator and in the event of such party failing to pay the stamp fee, it shall be recoverable from any
sum due to such party under this contact or any other contract.
(ix) The venue of the arbitration shall be such a place or places as may be fixed by the
arbitrator from time to time at his sole discretion.
(x) Neither party shall be entitled to bring a claim for arbitration if no move in writing for that
purpose to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR has been made within 6 months:
(a) Of the date of completion of work as certified by the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR or
(b) Of the date of abandonment of the work or
(c) Of its non commencement within 6 months from the date of abandonment or written
order by the Works-in-charge, or his representative to commence the work as applicable, or
(d) Of the completion of work through any alternative agency or means after withdrawal of
work
from the contractor a whole or in part and/ or its recession, or
(e) Of receiving any intimation from the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR that
final payment due or recovery from the contractor has been determined.
Whichever of (a) or (c) above is the latest in the matter of time.
If the matter is not referred to arbitration within the period prescribed above, all the rights
and claims of the parties against each, under the contract shall be deemed to have been forfeited or
satisfied and barred by limitation.
(xi) That the pendency of arbitration proceeding shall not disentitle the P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR or the Competent Authority to determine the contract and make alternative
arrangements for completion of work. This shall be subject to the liabilities of the parties toward
watch other under this contract.
CONTRACTOR
WITNESS
65
(xii) The arbitrator shall be deemed to have entered the preference on the day fixed by the
arbitrator for the appearance of the parties from the first time. The time for making and publishing the
award by the arbitrator may be extended from time to time with the mutual written consent of the
party.
(xiii) Subject to the stipulation made in this clause, the arbitration proceedings, shall be
conducted in accordance with the provisions of the Arbitration Act, 1940.
Note:
Competent authority means M.D, NRHM, Haryana according to financial implication involved
and the competency under the delegation of powers. Work-in-Charge means the P.M.O/
M.S/ C.M.O, Civil Hospital, JHAJJAR under whom the work is executed.
Clause 26: The contractor shall obtain from the stores of the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR all stores and articles of European or American manufacture which maybe
required for the work or any part thereof or making up articles required thereof or in connection
therewith unless he has obtained permission in writing from the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR to obtain such stores and articles else where. The value of such stores and articles as
maybe supplied to the contractor by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will be
contract to the contractor in his account at the rate shown in the schedule attached to the contract,
and if they are not entered in the schedule they will be debited at cost price which for the purpose of
this contract, shall include the cost of carriage and all other expenses which shall have been
incurred in obtaining delivery of the same at the stores aforesaid.
Clause 26(a): No alteration in the contract rates shall be admissible in consequence
fluctuation in railway freight is on account of material which is required by a contractor in the
manufacture of an article to be supplied under this contract e.g. fluctuation of railway freight on coal
required for burning bricks will not be taken into consideration or for an article which forms part of a
finished work, for purpose of this clause. Similarly, no alteration in rates will be allowed when a
manufactured article is transported by rail from place A to B from part of a finished work.
Clause 27: When the estimate on which a tender is made includes lump sum in respect of
parts of the contractor shall be entitled to payment in respect of the items of work involved or part of
the work in question at the same rates as payable under this contract for such items, or if the work in
question at the same rates as payable under this contract for such items, or if the work in question is
not in the opinion of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR capable of measurement, the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR may at his discretion pay the lump sum amount
entered in the estimate and the certificate in writing of the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR shall be final and conclusive against the contractor with regard to any sum or sums
payable to him under the provision of this clause.
Clause 28: In the case of any class of work for which there is no such specification as is
mentioned in rule 1, such work shall be carried out in accordance with the district specifications and
in the event of there being no district specification, then in such case the work shall be carried out in
all respects in accordance with the instructions and requirements of the in-charge.
Clause 29: The expression “work” or “works” where used in these conditions shall unless
there be something either in the subject or context repugnant to such conditions be constructed and
taken to mean the works by or by virtue of the contract contracted to be executed whether temporary
or permanent and whether original, altered, substituted or additional.
Clause 30: The percentage referred to at page 3 of the tender will be calculated on the gross
amount (value of finished work including cost of materials whether purchased from Government or
direct) of (1) the items of works to which the rates in the tender apply and also (2) the terms of work
for which rates exist in the schedule of rates of the district.
Clause 31: The terms and conditions of the agreement have been explained to me/us and
I/we clearly understand them.
CONTRACTOR
WITNESS
66
Clause 32: The schedule showing material to be issued by P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR, Additional conditions, Haryana Public Works Department contractor’s labour
regulations, fair wage clause and rule for the protection of Health & sanitary arrangements for works
employed by Hr. P.W.D. or its contractors, shall be deemed to be part of this contract and any
breach thereof shall be deemed to be a breach of this contract.
Special note:In case material is issued by the department, necessary recovery thereof shall be
made from the contractor’s bill.
CONTRACTOR
WITNESS
67
ADDITIONAL CONDITIONS
1. The tender shall be complete in all respects and should be written in an unambiguous
language. The tender should also be in conformity with specifications. The clarification, addition/
alteration etc. given by the tenderer after the date and time of opening of the tender will not be
entertained.
2. The rates quoted for each item should be indicated in figures as well as in words in such a
way that interpolation is not possible. The tenderer shall initial all corrections/ insertions and sign all
pages of his tender including specifications and drawings. Non- compliance of this condition may
tender it liable to rejection.
3. The rates given herein for work complete in all respects inclusive of royalty, octroi,
terminals, sales and other taxes including those payable in respect of the materials supplied by the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR. P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR to the
contractor for the execution of the work covered by this contract, water charges cost of scaffolding,
tools or other things used for the execution of the contract.
4. Tendered rates should be quoted keeping in view that the offer shall remain valid and
open up to three months from the date of opening of tender. No fluctuation in market rates from the
date of opening of tender shall be considered valid and neither any claim on this account will be
entertained.
5. No tender shall be considered unless accompanied by the earnest money in shape of
Cash/ Pay order/ Demand Draft on any scheduled bank. Cheques submitted in lieu of earnest
money will render tender invalid.
7. Any tenderer who imposes any condition after the opening of the tender may make his
tender invalid and may also render himself liable for the forfeiture of earnest money.
8. The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR reserve the right to delete any items
from the contract as well as from the comparative statement while comparing the estimate as well as
with other tenders for which the department feels that the rates have been tendered on the higher
side.
9. On acceptance of the tender, the name of the authorised representative (s) of the
tenderers who would be responsible for taking instructions from the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR and making compliance shall be communicated in writing with his signatures
duly attested by the tenderers.
10. The tenderer whose tender is accepted will be required to affix non judicial stamp on
face of agreement from or attach non judicial stamp valuing Rs.15/ as required under the Indian
Stamp Act.
11. The completion period will be reckoned from the date of layout at site.
12. In the event of non supply of materials in time, contractor shall plan the employment of
labour accordingly for which no claim will be considered and decision of the P.M.O/ M.S/ C.M.O,
Civil Hospital, JHAJJAR in this regard will be final and legally binding, if any dispute arises.
13. In case the work is delayed due to non-availability of any controlled commodity, the
contractor may only be entitled to extension of time and any claim for delay will be rejected.
14. No claim on account of fluctuation of price due to war or any cause shall be entertained.
No claim for any labour having been rendered idle on account of stoppage of work or any other
reason shall be entertained subject to the provision of general clause 25.
CONTRACTOR
WITNESS
68
15. The contractor shall be responsible for making his own arrangement for properties of
Licenses for materials including cement, iron and steel.
16. The contractor shall be responsible for any loss/ damage to the materials after they are
issued from the departmental stores and directly charged to work.
17. 10 % security will be deducted from all the bills. The said security will be refunded after
three months of completion of work and finally accepted by P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR.
18. Extra items if any which are not include in the contract, will be paid at the rates
contained in Haryana schedule of rates 1988 plus/ minus the tendered premium/ abatement where
the rates for non agreement items does no exist in the said schedule of rates, the rates shall be
determined by analysis and the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR (Works-in-charge) will
sanction the rates provided the total amount of all such items under one contract is within his
competency to accord technical sanction. When the total amount of all such items under one
contract exceeds his financial limit he shall refer the matter to the P.M.O/ M.S/ C.M.O, Civil Hospital,
JHAJJAR who will sanction the rates if total amount of all such items including those already
sanctioned by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR is within his power to accord
technical sanction, otherwise the matter will be referred to the Chairman P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR who has full powers to sanction such rates.
19. The water tightness of the tank is major responsibility of contractor. In case there is any
leakage the same will have to be set right by the contractor at his cost. Nothing extra will be allowed.
Final payment will only be allowed after successful working of the work.
20. No pits should be dug or taking earth in any land (whether or not) situated within a radius
of one hundred yards from the building site and also beyond that without the prior approval of the
Works-in-charge. In case of non compliance with the provision, the contractor shall be liable to pay
such compensation as may be fixed by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR and the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall without prejudice to rights and remedies be
entitled to deduct the amount so fixed from the amount due to the contractor from the P.M.O/ M.S/
C.M.O, Civil Hospital, JHAJJAR under this or any other contract or any account whatsoever.
21. All wood work or aluminium work viz. doors, windows and other joinery works etc. to be
used for the work shall be put by the contractor for inspection and approval of the
P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR or his representative before putting in position, any of
these items used without the prior inspection and approval of the Engineer-in-charge, shall be liable
for rejection and their use shall be disallowed. No claim for dismantlement or removal of such
rejected materials shall be entertained.
22. The contractor shall have to abide by the rules and regulations of the fair wage clause
and P.W.D contractor labour regulations, etc. rigidly.
23. The contractor shall be responsible for the housing, sanitation and medical treatment of
the labourers employed by him and shall carry out in these respects all rules framed on the subject
24. The amount and the quantity of work can be increased/ decreased to the extent of
plus minus 25% according to requirement of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR.
No claim whatsoever in cost of decreased work will be entertained. However, for the
increased work, the payments will be made as per approved rates.
25. The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR reserves option to take away any
items of work or part thereof at any time during the currency of the contract and reallot it to another
agency with due notice to the contractor without liability/ compensation.
CONTRACTOR
WITNESS
69
26. The work shall be carried out strictly as per Tender Specifications/ Haryana P.W.D
Specification latest edition including correction slip issued from time to time. The other provisions of
the tender notice, specifications of the estimate and instructions of the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR shall also be applicable and binding on the contractor. In case of dispute on any
point, the decision of the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall be final and legally
binding on the contractor.
27. All work executed shall be paid for according to measurement taken by and under the
order of the officer-in-charge of the work and according to the quantity given in any estimate.
28. (1) the contractor shall be responsible for loss/ damages to any materials issued to him
by the department from any cause whatsoever.( In case the material such as cement, steel or any
other commodity issued to the contractor by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR for
use directly on the aforesaid work or in the manufacture of material required in connection therewith
is not utilized for the purpose for which it is issued and is otherwise disposed off by him or spoiled, or
lost or allowed to get deteriorated or used in excess of the quantity actually required to be used as
per specification herein stipulated of those fixed by the Engineer-in-charge, the cost of such quantity
of that materials shall, without prejudice to other rights and remedies available to Govt. be
recoverable from the contractor at double the rate at which in it is agreed to b supplied to the
contractor.)
29. Income tax/ sales tax will be deducted from the bill of the contractor as applicable
according to section 194-C, of the Income Tax 1961 and instructions from time to time
30. It is presumed that contractor has made himself thoroughly conversant with the drawing
specification and site conditions before tendering for the work and no claim whatsoever shall be
entertained on this account.
31. Unless there is something repugnant in the subject or contrary appears from the context
or except to the extent that they are modified by the above conditions, the general rules and
directions for guidance of contractors as well as conditions of contract on the printed form F-1 for
work shall apply.
32. All the material brought at site of work by the contractor for bonafide use in the work
shall be in accordance with the Tender specifications. P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR
will get the material tested as per PWD specifications and/ or as per relevant IS specifications. The
sampling of the material will be done as per relevant PWD/ IS specifications. The cost of testing will
be borne by contractor.
33. If any contractor fails to commence the work or does not complete the work and work
has to be put to retendering, the deptt. shall without pre-judice to any other right or remedy, be at
liberty to forefit the deposit amount of earnest money/security deposit and shall retain each payment/
earnest money/security deposit amount due to the contractor and from any of the work under
execution in the division to make good the amount of risk and cost involved, he shall stand debarred
from issue of tender by the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR will render himself liable for
black listing.
34. The earnest money will be forefeited in case where it is discovered at any stage before
and even during the currency of work, if allotted to the contractor, that he has made misleading or
false statements in order to get the work allotted. This would be in addition to and without prejudice
to the right of the department to take any other legal action against the contractor.
35. In addition to penalties for breach of contract, a contractor will render himself liable for
black listing. In case where the agency who purchased the bid documents but does not submit his
bid without any valid and sufficient reason.
36. The Contractor shall stand guarantee for the time period offered by the original
manufactures from the date of handing over of the completed work for the equipment/ fixtures or any
other Mechanical & Electrical / Electronics items supplied and installed under the scope of work for
free replacement against any defects.
CONTRACTOR
WITNESS
70
FAIR WAGES CLAUSE (REFERRED IN CLAUSE-32)
a) The contractor shall pay not less than fair wages to labour engaged by him on the work
explanation. Fair wage whether for time or piece work modified at the time of inviting tenders
for the work and where such wages have not been notified, the wages prescribed by the
Chief Engineer, Building and Roads Branch, Haryana, Chandigarh for the district in which
the work is done.
b) The contractor shall not withstanding the provisions of any agreement to the contrary,
caused to be paid fair wages to labourers, indirectly engaged by him on the work including
any labour engaged by his sub-contractors in connection with the said work, as if the
labourer had been directly employed by him.
c) In respect of all labour directly or indirectly employed on the works for the performances of
the contractor’s part of this agreement the contractor shall comply with or cause to be
complied with the Haryana PWD. Contractor’s labour’s regulations made by government
from time to time in regard to payment of wage period deductions from wages recovery of
wages not paid and deductions unauthorisedly made maintenance of wage book, wage slip,
application of wages and other terms of employment inspection and submission of periodical
returns and all other matters of alike nature.
d) The P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR shall have the right to deduct from the
moneys due to the contractor, any sum required or estimated to be required for making good
the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the
contract for the benefit of the workers. Non payment of wages which are not justified by the
item of contract or for non observance of the regulations referred to in clause (‘c’).
e) Vis-à-vis the Haryana Government, the contractor, shall be primarily liable for all payments
to be made under and for the observance of the regulation aforesaid without prejudice to his
right to claim indemnity from his sub-contractors.
f)
The regulations aforesaid shall be deemed to be a part of this contract and any breach
thereof shall be deemed to be a breach of this contract.
It will be the responsibility of the contractor to ensure that tree in the composite and the
facility, their fruits, etc. are not damaged by his labour or Agent. Cost of such damage if any
will be assessed at the discretion of the in charge and deducted from the bill of contractor.
Amount of work can be increased or decreased according to the requirement of the
department and claim on this account will be entertained.
The contractor shall be responsible to provide at his own cost the following amenities for the
labourers employed by him.
1) Suitable temporary hut accommodation as in the opinion of the P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR may be necessary.
2) Trenches, latrines, bathing enclosures and platform separately for men and women and
their cleanliness to the satisfaction of medical officer in-charge.
In the event of his failure to provide any of these amenities the same shall be provided by
the Govt. and cost recovered from the contractor. Any dispute regarding the above points
shall be settled by the officer in charge whose decision will be binding.
Should the tender without modifying of the tender opening of the tender, his earnest money
shall stand forfeited to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR.
In case the contractor is not registered with the Excise and Taxation Department as a
dealer, necessary recovery on account of sales tax in respect of materials issued to him of
the department, be made from the dues by the Engineer in charge.
The contractor will be required to submit to Labour Welfare Officer/ P.M.O/ M.S/ C.M.O, Civil
Hospital, JHAJJAR, on the tenth of every month a return on the prescribed form for the
CONTRACTOR
WITNESS
71
payment to wages under the fair wage clause. The failure of the contractor to do so will be
considered as breach of the contract and will be dealt with as such.
CONTRACTOR’S LABOUR REGULATION (REFERRED TO IN CLAUSE-3)
SHORT TITLE:
The regulation may be called Punjab Public Works Department Contractor’s Labour Regulations.
DEFINITION
In these regulations, unless otherwise expressed, or indicated the following words and expressions
shall have the meaning hereby assigned to them respectively, that is to say:
(i)
(ii)
(iii)
(iv)
(v)
“Labour” means workers employed by a public works department contractor directly or
indirectly through a sub-contractor or other persons or by an agent on his behalf
Fair wages means, whether for item or piece work, notified at the time of inviting tenders
for the work and where such wages have not been notified the wages prescribed by the
Public Works Department for the district in which the work is done.
Contractor shall include every person whether a sub-contractor or headman or agent
employing labour on the work, taken on contract.
“Wages” shall have the same meaning as defined in the payment of wages act, 1963
and includes time and piece rate wages.
Display of notice regarding wages to:
The contractor shall before he commences his work on contract, display and correctly
maintain and continue to display and correctly maintain in a clean and legible condition
in conspicuous places on the work notice in English and in the local language spoken by
the majority of the workers, give the fair wages notified or prescribed by the P.W.D and
hours of workers for which wages are earned.
PAYMENT OF WAGES:
1. Wages due to every worker shall be paid to him direct.
2. No wages shall be paid in current coins or currency or in both.
FIXATION OF WAGE PERIODS:
1. The contractor shall fix the wage periods in respect of which the wages shall be payable.
2. Wage period shall not exceed one month.
3. Wages of every workman employed on the contract shall be paid before the expiry of seven
days after the last day of the wages period in respect of which the wages are payable.
4. When the employment of any worker is terminated by or on behalf of the contractor, the
wages earned by him shall be paid before the expiry of the day succeeding the one on
which his employment is terminated.
5. All payment of wages shall be made on a working day.
6. Wages register and wages slip, etc.
1. The contractor shall maintain a wage register of each worker in such a form as may be
convenient but the same shall include the following particulars:a) Rate of daily or monthly wages
b) Nature of work for which employed
c) Total amount of day work during each wage period.
d) Total amount payable for the work during each wage period
e) All deductions made from the wages with an indication in each case of the ground
for which the deduction is made.
2. The contractor shall also maintain a wage slip for each worker employed to work.
CONTRACTOR
WITNESS
72
3. The authority competent to accept may grant exemption from the maintenance of wage
book and wage slips to a contractor who in his opinion may not directly or indirectly employ
more than 100 persons on work
7. Fine and deductions which maybe made from wages:
1. The wages of worker shall be paid to him without any deduction of any kind except the
following:
a)Fines
b) Deductions for absence from duty i.e. from the place where by the terms
of his employment is required to work The amount of deduction shall be in
proportion to the period for which he was absent.
c) Deduction for damage to or loss of goods, expressly, entrusted to the
employed person or custody, or for loss of money for which he is required
to account, where such damage or loss is directly attributable to his
neglect or default.
d) Any other deductions, which the P.W.D may from time to time allow.
2.
No fine shall be imposed on a worker and no deduction for damage or loss shall be
made from his wages until the worker has been given an opportunity of showing cause
against such fines or deductions.
3.
The total amount of fines which may be imposed to any wages period on a worker
shall not exceed an amount equal to half an anna in a rupee of the wage payable to him in
respect to period.
4.
No fine imposed on any worker shall be recovered from him by installments, or after
the expiry of 60 days from the date in which it was imposed.
8. Register of fines etc:
1. The contractor shall maintain a register of fine and of all deductions for damage or loss.
Such a register shall maintain the reason for which fine was imposed or deduction for damage or
loss was made.
2.The contractor shall maintain both in English and local Indian language, clearly defining
the acts and commissions for which penalty or fine can be imposed. He shall display such list and
maintain it in a clean legible condition in conspicuous place on a work.
9. Preservation of registers
The wage book, the wage slips and the Register of fines, deductions required to be maintained
under these regulations shall be preserved for 12 months after the date of last entry made in them.
10. Power of Labour Welfare Officer to make Investigation Enquiry
The labour welfare officer or any person authorised by the Haryana government on their behalf shall
have powers to make enquiries with a view to ascertaining and enforcing due and proper
observance of the fair wage clause and provisions of these regulations. He shall be investigating into
any complaint regarding the default made by the contractor or the sub-contractor in regard to such
provision.
11. Report of Labour Welfare Officer
The labour welfare officer or any other person authority aforesaid shall submit a report of the result
of his investigation or enquiry to the P.M.O/ M.S/ C.M.O, Civil Hospital, JHAJJAR concerned,
indicating the extent if any to which the default has been committed and the amount of fine
recoverable in respect of the acts of the omission or the labour with a note that necessary deduction
from the contractor will be made and the wages and other dues be paid to the labour.
12. Appeal against the decision of Labour Welfare Officer
Any person aggrieved by the decision and recommendation of the Labour Welfare Officer or other
person so authorised may appeal against such decision to the Regional Labour Commissioner
CONTRACTOR
WITNESS
73
but subject to such appeal, the decision of the Officer shall be final and binding upon the contractor.
13. Inspection of registers & cards
The contractor shall allow inspection of the registers and cards to any of his workers or his agent at
a convenient time and place after due notice is served or to the Labour Welfare Officer or any other
person authorised by the Haryana Government on his behalf.
14. Submission of returns
The contractor shall submit periodical returns as may be specified from time to time.
15. Amendments
The Haryana Government may from time to time add or amend these regulations on any question as
to time, application, interpretation or effect of these regulations. The decisions of the Labour
Commissioner of Haryana Government or any other person authorized by the Haryana Government
in that behalf shall be final.
CONTRACTOR
WITNESS
74
(SECTION – 4)
LIST
OF
APPROVED MAKES
&
SPECIFICATIONS
CONTRACTOR
WITNESS
75
SECTION -4
LIST OF APPROVED MAKES
S.NO
ITEM
MAKE
1
TEXTURE PAINT
SPECTRUM / ULTRATECH / HERITAGE
2
PLASTIC EMULSION
ASIAN / DULUX
3
GLASS
ATUL / TRIVENI / MODI / SAINT IS: 7245
GOBAINS
4
ALUMINIUM SECTIONS FOR DOORS / WINDOWS
JINDAL / HINDALCO
5
PRELAMINATED BOARD PARTICLE BOARD
ARCHID / GREEN LAM / CENTURY
6
COMMERCIAL BOARD / PLYBOARD
ARCHID / GREENLAN / DURO/ NOVA / CENTURY
7
VENEERS & LAMINATES
ARCHID / GREENLAN
8
LOCKS
GODREJ / ACME
9
METAL PERFORATED CHAIRS
GODERJ / GEEKEN
10
REVOLVING COMPUTER CHAIRS
GODREJ / GEEKEN
11
VITRIFIED TILES
KAJARIA / SOMANY / ORIENT / JOHNSON / RAK
12
ANTI SKID TILES
KAJARIA / SOMANY / ORIENT / JOHNSON / RAK
13
WALL TILES
KAJARIA / SOMANY / ORIENT / JOHNSON / RAK
14
ROLLER BLINDS
VISTA or equivalent
15
HUDRAULIC FLOOR SPRINGS
DORMA or equivalent
16
HYDRAULIC DOOR CLOSER
DORMA or equivalent
17
STAINLESS STEEL SINK
NIRALY or equivalent
18
WASH BASIN with Pedestal
HINDWARE / PARRYWARE / CERA
19
C.P. PILLAR COCK (Elbow operated)
JAQUAR / KOHLER / CERA
20
ELECTRICAL FITTINGS / WIRING
HAVELS / LEGARD
21
SPLIT ACs
VOLTAS / SAMSUNG / LG
22
STABIIZER for Split ACs
V-GUARD or equivalent
23
CCTV
BOSCH / PELCO / HONEYWELL
24
FIRE ALARM SYSTEMS
BOSCH / MOTIFIER / JOHNSON
25
PUBLIC ADDRESS SYSTEM
BOSCH / ELECTROVOICE / JBL / CROWN /
VALRACK / COMRACK
CONTRACTOR
WITNESS
76
(SECTION –5
PRICE BID
CONTRACTOR
WITNESS
77
Download