29.01.2013 Views

BHARAT SANCHAR NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

(CIVIL WING)<br />

BSNL CIVIL DIVISION,<br />

NOTICE INVITING TENDER<br />

TENDER DOCUMENT FOR THE WORK OF<br />

NAME OF WORK: - House keeping of Telephone Bhavan, CSC<br />

Bldg., PRO office, Inspection Quarters, Garden maintenance &<br />

Campus cleaning at Sangli for the year 2010-2011.<br />

Certified that this NIT contains 55 printed pages including this cover page.<br />

Executive Engineer (Civil),<br />

BSNL CIVIL DIVISION<br />

Kolhapur<br />

Contractor 1<br />

Executive Engineer


INDEX<br />

SL.NO. DETAILS PAGE<br />

1. N.I.T. (Form BSNL. W –6) 03 to 09<br />

2. Proforma for application to issue tender documents 10<br />

3. Instruction for submitting downloaded tender 11<br />

4. Declaration 12<br />

(To be given by the tenderers who have downloaded<br />

The tender document from the web)<br />

5. Draft Specimen of NIT to be published in the press 13<br />

6. Draft Specimen of NIT displayed on Notice Board 14 to 16<br />

7. Tender form 17 to 19<br />

8. Additional Conditions 20 to 27<br />

9. Proforma for site order book 28<br />

10. Proforma of hindrance registers 29<br />

11. Proforma of application for EOT 30<br />

12. Additional Specifications 31 to 36<br />

13. Particular Specifications 37 to 38<br />

14. Sketch of Cement godown 39<br />

15. Proforma for Guarantee bond- I 40<br />

16. Proforma for Guarantee bond - II 41<br />

17. Proforma of Schedules A to F 43 to 47<br />

18. Schedule of Quantities 48 to 49<br />

Contractor 2<br />

Executive Engineer


<strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

(A Government of India Enterprise)<br />

(CIVIL WING)<br />

BSNL CIVIL DIVISION, Kolhapur<br />

PART ONE OF THE TENDER DOCUMENT<br />

FOR THE WORK OF<br />

Name of Work: House keeping of Telephone Bhavan, CSC Bldg., PRO office, Inspection<br />

Quarters, Garden maintenance & Campus cleaning at Sangli for the year<br />

2010-2011.<br />

ISSUED To ……………………………………………………………………………..<br />

Signature of Issuing Officer with stamp…………………………<br />

O/o. THE EXECUTIVE ENGINEER ©, BSNL CIVIL DIVISION, KOLHAPUR.<br />

NIT No: 15 /BSNL/EEC (K)/2010-2011. Dated: 08.07.2010<br />

BSNL W -6<br />

NOTICE INVITING TENDER<br />

Sr.<br />

No.<br />

1<br />

1. Item rate tenders are invited on the prescribed tender documents by the Executive<br />

Engineer (Civil), BSNL Civil Division, Kolhapur on behalf of <strong>BHARAT</strong> <strong>SANCHAR</strong><br />

<strong>NIGAM</strong> <strong>LIMITED</strong> (A Government of India Enterprise) from approved and eligible<br />

contractors of D.O.T/ BSNL(Civil Wing), DOP, CPWD, MES, Railways & State PWD<br />

(B & R) only.<br />

1.1 Eligible contractors can apply to the above officer on the prescribed format along with proof<br />

of valid enlistment for issue of the Tender Documents.<br />

1.2 Tenders will be issued to eligible contractors provided they produce proof of their valid<br />

enlistment with the appropriate authority.<br />

1.2.1 Criteria of eligibility for issue of tender documents for non BSNL register contractors of<br />

Public works, Organisations like D.O.T, D.O.P., CPWD, MES, Railways & State PWD (B<br />

& R) only.<br />

1.2.1.1 For works upto Rs. 7 Lakhs – Nil.<br />

Name of Work Estimated<br />

Cost<br />

House keeping of Telephone Bhavan, CSC<br />

Bldg., PRO office, Inspection Quarters,<br />

Garden maintenance & Campus cleaning<br />

at Sangli for the year 2010-2011<br />

Earnest<br />

Money<br />

Deposit<br />

1.2.1.2 For works above Rs. 7 Lakhs and upto Rs. 5 Crores the applicant should have completed<br />

works as per details below during the last seven years ending last day of the month previous<br />

to the one in which the tenders are invited.<br />

a) Three similar completed works costing not less than the amount equal to 40% of<br />

Contractor 3<br />

Executive Engineer<br />

Time<br />

Allowed<br />

Rs. 4,65,190/- Rs. 9350/- 11 (Eleven)<br />

Months


Estimated cost put to tender.<br />

OR<br />

b) Two similar completed works costing not less than the amount equal to 50% of<br />

Estimated cost put to tender.<br />

OR<br />

c) One similar completed works costing not less than the amount equal to 80% of<br />

Estimated cost put to tender.<br />

1.2.2 Criteria for specialized works irrespective of its cost, (for BSNL enlisted contractors or<br />

otherwise) the applicant should have completed works as per details below during the last<br />

seven years ending last day of the month previous to the one in which the tenders are<br />

invited.<br />

a) Three similar completed works costing not less than the amount equal to 40% of<br />

Estimated cost put to tender.<br />

OR<br />

b) Two similar completed works costing not less than the amount equal to 50% of<br />

Estimated cost put to tender.<br />

OR<br />

c) One similar completed works costing not less than the amount equal to 80% of<br />

Estimated cost put to tender<br />

Intending tenderer should have executed work of Similar Nature in Central /State Govt.<br />

Department, Central/State Govt. undertaking. However work experience in private<br />

organization shall not be considered. Work executed for construction & maintenance of<br />

Railway lines, filling and Development, Structural repairs, Underground pipe line work of<br />

water supply, sewer lines, shall not be treated as work of Similar Nature<br />

2. Agreement shall be drawn with the successful Tenderer on the prescribed Form No. BSNL<br />

W- 7 / 8, duly amended / modified to the extent as notified in the tender documents and<br />

hereinafter termed as “Standard Form No. BSNL-W-7 / 8” which are available as a<br />

BSNL Publication and can also be downloaded free of cost from the following / BSNL<br />

web site: http://maharashtra.bsnl.co.in/tenders. Tenderer shall quote his rates as per<br />

various terms and conditions of the said form, (In case “Tender Documents” are down loaded<br />

from the BSNL web site in which rates / percentage are to be quoted should be properly<br />

bound and seal) which will form part of the agreement.<br />

3 The time allowed for carrying out the work shall be as specified under Para 1 above which<br />

shall be reckoned from the fifteenth day after the date of issue of letter of award of work, or ,<br />

from the first day of handing over of the site, whichever is later, in accordance with phasing,<br />

if any as indicated in the Tender Document.<br />

4 The site for the work shall be made available at various locations from time to time as per<br />

requirements of BSNL.<br />

5 The last date of receipt of applications for issue of tender forms (in prescribed format / can<br />

also be down loaded from BSNL web site http://maharashtra.bsnl.co.in/tenders and date<br />

of issue of tender forms will be as follows.<br />

i) Last date of receipt of application: 12.07.2010 upto 16.00 hrs.<br />

ii) Last date of issue of tender forms: 13.07.2010<br />

6 Tender documents consisting of plans, specifications, the schedule of quantities of the various<br />

classes of the work to be done and the set of the terms and conditions of the contract to be<br />

complied with by the Contractor whose tender may be accepted and other necessary<br />

documents, can either be down loaded from the BSNL web site<br />

Contractor 4<br />

Executive Engineer


http://maharashtra.bsnl.co.in/tenders or be seen in the office of the Executive Engineer<br />

(Civil), BSNL Civil Division, Solapur between 11.00 hrs & 16.00 hours 08.07.2010 to<br />

12.07.2010 every day except on Sundays and Public Holidays. Tender documents, excluding<br />

standard form, will be issued from his office, during the hours specified above on payment of<br />

the following.<br />

i) Rs. 520/- as cost of tender (Non refundable) in the form of demand<br />

draft/Banker’s cheque/Pay Order and<br />

ii) Earnest Money in the form of deposit at Call receipt of a scheduled bank /<br />

fixed deposit receipt of a scheduled bank / demand draft of a scheduled bank<br />

issued in favour of Accounts Officer ©, BSNL CIVIL DIVISION,<br />

Kolhapur. Cash and Cheques shall not be accepted. When amount of earnest<br />

money is more than Rs. 5 lakh, part of the earnest money is acceptable in the<br />

form of Bank Guarantee also. In such case, minimum 50 % of earnest money<br />

(but not less than Rs. 5 lakh) or Rs. 25 lakh, whichever is less, will have to be<br />

deposited in the shape prescribed above. For balance amount of earnest<br />

money, bank guarantee will also be acceptable.<br />

iii) The tender shall be accompanied by Earnest Money along with cost of tender,<br />

if not paid earlier as in the case of down loaded tender from Website in the<br />

form as detailed at sub para (ii) above.<br />

NOTE: Money due to contractor in any other work or earnest money of the previous<br />

call of the same work shall not be adjusted towards earnest money.<br />

7 Tenders, which should always be placed in sealed envelope, in the manner detailed at para 9<br />

below, will be received by Executive Engineer © BSNL Civil Division, Kolhapur up to<br />

15.00 Hrs. on 14.07.2010 and will be opened by him or his authorized representative in<br />

his office on 14.07.2010 at 15.30 Hrs. and will be opened by him or his authorized<br />

representative in his office. After opening the main envelope 3, the envelope 1 containing the<br />

Earnest Money along with the cost of the tender as applicable and eligibility credentials shall<br />

be opened first. The envelope 2 containing tender shall be opened only for those tenderers<br />

whose Earnest Money, cost of tender and eligibility is found in order. The unopened tenders<br />

shall be returned to the tenderers after the final decision on the tender is reached.<br />

8 The description of the work is as follows: -<br />

House keeping of Telephone Bhavan, CSC Bldg., PRO office, Inspection Quarters,<br />

Garden maintenance & Campus cleaning at Sangli for the year 2010-2011.<br />

9 Submission of Tender:<br />

The Tender submitted in following manner:<br />

9.1 In case the tender documents is down loaded from BSNL Website.<br />

9.1.1 “Earnest Money plus cost of tender and eligibility credentials “shall be placed in a sealed<br />

envelope-1 marked “Earnest Money plus cost of tender and eligibility credentials”<br />

9.1.2 The “ Tender duly filled” shall be placed in sealed envelope -2 and will be superscribed as<br />

“Tender”.<br />

9.1.3 The sealed envelope No. 1 & 2 as above containing “Earnest money plus cost of tender,<br />

Eligibility credentials”, and the “Tender” shall be placed in another sealed envelope-3.<br />

9.1.4 All the three envelopes shall be superscribed with following data on it.<br />

i) Name of Work<br />

ii) Name of Tenderer<br />

iii) Last date of receipt of tender<br />

9.2 In case tender document is purchased from Division office<br />

9.2.1 Proof for paying the cost of tender documents, proof of payment of EMD and copies of<br />

documents showing eligibility credentials to be placed in sealed envelope No. 1<br />

Contractor 5<br />

Executive Engineer


9.2.2 Envelope No. 2 will be as per Para 9.1.2<br />

9.2.3 The sealed envelopes 1 & 2 shall be placed in another sealed envelope No. 3<br />

9.2.4 Same as 9.1.4<br />

NOTE: In case the eligibility credentials are not found in order at any stage i.e. before<br />

award of work or during execution of the work or after completion of the work, the<br />

contractor will be debarred from tendering in BSNL for Three years including any<br />

other action under the contract or existing law.<br />

9.3 The tender in which rates / percentage are to be quoted should be properly bound and sealed.<br />

Loose / spiral bound submission (in case the tender is down loaded from website) shall be<br />

rejected out rightly. In case of any correction / addition / alteration / omission in tender<br />

document vis-a- vis tender document available on website shall be treated as non-responsive<br />

and shall be summarily rejected.<br />

10 Copies of other drawings and documents pertaining to the work will be open for inspection<br />

by the tenderers at the office of the above mentioned officer.<br />

10.01 Tenderers are advised to inspect and examine the site and its surroundings and satisfy<br />

themselves before submitting their tenders as to the nature of the ground and sub-soil (so far<br />

as is practicable), the form and nature of the site, the means of access to the site, the<br />

accommodation they may require and in general, shall themselves obtain all necessary<br />

information as to risks, contingencies and other circumstances which may influence or affect<br />

their tender. A tenderer shall be deemed to have full knowledge of the site whether he<br />

inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall<br />

be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost<br />

all materials tools & plants, water, electricity, access facilities for workers and on all other<br />

services required for executing the work unless otherwise specifically provided for in the<br />

contract documents. Submission of tender by a tenderer implies that he has read this notice<br />

and all other contract documents and has made himself aware of the scope and specifications<br />

of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be<br />

issued to him by the BSNL and local conditions and other factors having a bearing on the<br />

execution of the work.<br />

11 The competent authority on behalf of Bharat Sanchar Nigam Limited does not bind himself to<br />

accept the lowest or any other tender, and reserves to himself the authority to reject any or all<br />

of the tenders received without the assignment of a reason. All tenders, in which any of the<br />

prescribed conditions is not fulfilled or any condition including that of conditional rebate is<br />

put forth by the tenderer, shall be summarily rejected.<br />

12 Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited<br />

and the tenders submitted by the contractors who resort to canvassing will be liable to<br />

rejection.<br />

13 The competent authority on behalf of the Bharat Sanchar Nigam Limited reserves with<br />

himself the right of accepting the whole or any part of the tender and the tenderer shall be<br />

bound to perform the same at the rate quoted.<br />

14 The company or firm or any other person shall not be permitted to tender for works in BSNL<br />

Civil Zone in which his near relative(s) (directly recruited or on deputation in BSNL) is / are<br />

posted in any capacity either non-executive or executive employee. Near relative (s) for this<br />

purpose is / are defined as:<br />

(i) Member of Hindu Undivided family (UHF).<br />

(ii) They are Husband and Wife.<br />

(iii) The one is related to other in the manner as father, mother, son(s) & Son's wife<br />

(daughter-in-law), Daughter(s), Daughter's husband (son-in-law), brother(s), brother's<br />

wife, sister(s), sister's husband (brother-in-law).<br />

Contractor 6<br />

Executive Engineer


The contractor shall also intimate the names of persons who are working with him in<br />

any capacity or are subsequently employed by him and who are near relative to any executive<br />

employee / gazetted officer in the BSNL or Department of Telecom or in the Ministry of<br />

Communications.<br />

All the intending tenderers will have to give a certificate that none of his / her such<br />

near relative (s) as defined above is / are working in the concerned BSNL Civil Zone where<br />

he is going to apply for tender /work. The format of the certificate is as under:-<br />

"I, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . s/o Shri . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

resident of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . hereby certify that none of<br />

my relative (s) as defined above is / are employed in concerned BSNL Civil Zone. In case at<br />

any stage, it is found that the information given by me is false / incorrect, BSNL shall have<br />

the absolute right to take any action as deemed fit without any prior intimation to me".<br />

The certificate in case of Proprietorship Firm shall be given by the proprietor; for<br />

Partnership Firm certificate shall be given by all partners and in case of Limited Company, by<br />

all Directors of the company. However, Government of India / Financial Institutions<br />

nominees and independent non-official part-time Directors appointed by Govt. of India or the<br />

Governor of the State are excluded from the purview of submission of this certificate while<br />

submitting tenders by Limited Companies.<br />

Any breach of these conditions by the Company or Firm or any other person, the<br />

tender/ work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any<br />

stage, whenever it is so noticed. BSNL will not pay any damages to the company or Firm or<br />

the concerned person but damages arising on account of such cancellation to be borne by the<br />

contractor. The Company or Firm or the person will also be debarred for further participation<br />

in the tender in the concerned BSNL Civil Zone. Further, any breach of this condition by the<br />

tenderer would also render him liable to be removed from the approved list of contractors of<br />

BSNL. If however the contractor is registered in any other Department he shall also be<br />

debarred from tendering in BSNL for any breach of this condition.<br />

15 No Engineer of Gazetted rank or other Gazetted Officer employed in engineering or<br />

administrative duties in an Engineering Department of the Government of India / State<br />

Government or PSU's is allowed to work as a contractor for a period of two years after his<br />

retirement from Govt. service, without previous permission of the Govt. of India or BSNL in<br />

writing. This contract is liable to be cancelled if either the contractor or any of his employees<br />

is found any time to be such a person who had not obtained the permission of the Govt. of<br />

India / State Government or PSU's as aforesaid before submission of the tender or<br />

engagement in the contractor's service.<br />

16 The tender for the work shall remain open for acceptance for a period of 60 Days from the<br />

date of opening of the tenders. If any tenderer withdraws his tender before the said period or<br />

issue of letter of acceptance / intent, whichever is earlier, or, makes any modifications in the<br />

terms and conditions of the tender which are not acceptable to the BSNL, then the BSNL<br />

shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said<br />

earnest money as aforesaid.<br />

17 In case of works having estimated to cost below Rs. 15,00,000/- , the successful tenderer<br />

shall be required to execute an agreement with the Engineer in Charge in the proforma<br />

annexed to the tender document, within 15 days of the issue of letter of award by the BSNL.<br />

In the event of failure on the part of the successful tenderer to sign the agreement, the earnest<br />

money will be forfeited and tender cancelled.<br />

In case of works of estimated to cost Rs. 15,00,000/- and above, the successful tenderer shall,<br />

upon issue of letter of acceptance of tender, shall be required to furnish Performance<br />

Guarantee @ 5 % of tendered value in the form of irrevocable Bank Guarantee of requisite<br />

amount to the Engineer in Charge in the Proforma annexed to tender document, within 15<br />

days of the issue of letter of acceptance of Tender by the BSNL. In the event of failure on the<br />

part of the successful tenderer to furnish the Bank Guarantee within 15 days, the earnest<br />

money will be forfeited and tender cancelled.<br />

Contractor 7<br />

Executive Engineer


18 This Notice Inviting Tender (BSNL W-6) shall form a part of the Contract Document. In<br />

accordance with clause 1 of the contract, the letter of acceptance shall be issued in favour of<br />

the successful Tenderer/ Contractor. After submission of the performance guarantee, the<br />

letter of award shall be issued. The contract shall be deemed to have come into effect on issue<br />

of letter of acceptance of the tender. On issue of letter of award, the successful Tenderer /<br />

Contractor shall, within 30 days from such date, formally sign the agreement consisting of: -<br />

a) Notice Inviting Tender, all the documents including additional conditions,<br />

specifications, and drawings, if any, forming part of the tender and as issued at the<br />

time of invitation of tender and acceptance thereof together with any correspondence<br />

leading thereto.<br />

b) Standard BSNL – W - 7 / 8 as on web site http://maharashtra.bsnl.co.in/tenders.<br />

c) Agreement Signed on non-judicial stamp paper as per proforma annexed to the<br />

tender document.<br />

19 At the sole discretion of BSNL Payments to the contractors shall be made through<br />

e-payment system like ECS & EFT as detailed below: -<br />

(a) In cities / areas where ECS / EFT facility is provided by Banks, the tenderer must have<br />

account in such ECS / EFT facility providing Bank and that Bank A/C No shall be<br />

quoted in the tender by the tenderer.<br />

(b) The cost of ECS / EFT will be borne by BSNL in all cases where the payment to<br />

Contractor is made in a local Branch i.e. tenderer is having bank account in the same<br />

place from where the e-payment is made by BSNL unit.<br />

(c) In case payment is made to outside branch i.e. where tenderer is having bank account not<br />

in the same place form where the e-payment is made by BSNL unit, the crediting cost<br />

will have to be borne by the tenderer only.<br />

(d) BSNL reserves its right to make payments either through crossed cheques or<br />

through e - payment. No claim on this account shall be entertained.<br />

20 First running account bill shall be paid only after<br />

(a) Signing of the Agreement/ Contract by both the parties and<br />

(b) Progress chart has been prepared as required under Clause 5 and approved by the<br />

competent authority.<br />

21 If a contractor after purchasing the tender does not quote consecutively on three occasions,<br />

the contractor may be debarred for further purchase of tenders for a period of six months.<br />

22 General conditions of contract for works in <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong> are<br />

available on website http://maharashtra.bsnl.co.in/tender as well as in the Divisional / Sub<br />

Divisional office.<br />

23 The tender shall furnish a declaration to this effect (In case of downloaded tender) that no<br />

addition / deletion / correction have been made in the tender document submitted and it is<br />

identical to the tender document appearing on website. Every page of down loaded tender<br />

shall be signed by the tenderer with stamp (seal) of his firm / organization.<br />

24 The rates quoted by the agencies shall be including all type of taxes / levies excluding service<br />

tax, nothing extra shall be payable on such accounts.<br />

The contractor shall be solely responsible for any default of Service Tax regulations and<br />

timely payment of the Service Tax to the Service Tax authorities as per Govt. of India rules.<br />

25. CONDITION FOR SERVICE TAX :<br />

The Rates quoted by the Agency shall be excluding Service Tax. However, the<br />

Service Tax paid by the contractor is refundable and the refund of the Service Tax shall be<br />

made, when, a separate challan, in evidence of the payment of service tax component, is<br />

produced to the Executive Engineer, for verification with in 60 days from the date of final<br />

Contractor 8<br />

Executive Engineer


ill. Further, the attested Xerox copy of the same along with the declaration that the payment<br />

of service tax indicated in the challan relates to the work under this agreement shall be<br />

submitted. Engineer-in-charge may demand any additional paper (s) to satisfy him self about<br />

the payment made on this account. The agency will be required to keep separate book of<br />

account for this purpose.<br />

Penalty/Interest for late submission etc. shall be the sole responsibility of the<br />

contractor and BSNL shall not be liable for the same. BSNL shall not entertain any claim for<br />

refund after 60 days from the date of final bill<br />

Signature and Name of Executive Engineer (C)<br />

For & on behalf of the Bharat Sanchar Nigam<br />

Limited<br />

Contractor 9<br />

Executive Engineer


PROFORMA OF APPLICATION FOR ISSUE OF TENDER DOCUMENTS IN BSNL CIVIL<br />

(To be filled up and submitted by the contractor)<br />

1. Name of Work<br />

2. Estimated Cost Put to Tender<br />

3. Last date for submission of<br />

Application for issue of Tender<br />

Documents<br />

4. Date of Submission of Tenders<br />

5. Officer Inviting the Tenders Executive Engineer, BSNL Civil Division, Solapur<br />

6. Name of Contractor (As mentioned<br />

in BSNL enlistment letter)<br />

7. Class in which Registered / Enlisted<br />

8. Registering / Enlistment Authority<br />

in BSNL Please also submit Xerox<br />

copy of the Enlistment letter.<br />

9. Please submit Xerox copies of the<br />

award letters.<br />

1. Name of Work:<br />

Agreement Amount<br />

BSNL Civil Division/ Sub Div.<br />

Stipulated Date of completion<br />

Expected Date of completion<br />

2. Name of Work:<br />

Agreement Amount<br />

BSNL Civil Division/ Sub Div.<br />

Stipulated Date of completion<br />

Expected Date of completion<br />

3. Name of Work:<br />

Agreement Amount<br />

BSNL Civil Division/ Sub Div.<br />

Stipulated Date of completion<br />

Expected Date of completion<br />

USE SEPARATE SHEET IF REQUIRED<br />

10. Details of Cost of Tender DD/PO No. Dated<br />

Documents submitted<br />

Drawn on Bank Amount Rs.<br />

11. Details of EMD submitted<br />

It is hereby declared and certified that<br />

DD/PO No. Dated<br />

Drawn on Bank Amount Rs.<br />

1. All the above information furnished by me is correct and true to my/our knowledge and<br />

belief.<br />

2. I/We have neither suppressed nor concealed any information herein above which is<br />

having or may have bearing upon my becoming non-eligible for issue of tender<br />

documents by BSNL to me/us.<br />

Date ……………………………..………Signature of Contractor …………………….<br />

Place ……………………………Name of the Person……………………………………………..<br />

Contractor 10<br />

Executive Engineer


IMPORTANT INSTRUCTIONS TO TENDERERS SUBMITTING THE DOWNLOADED<br />

TENDER<br />

The tenderers who have down loaded the tender documents from the web site, should read the<br />

following important instructions carefully before actually quoting the rates & submitting their tender<br />

on the tender document downloaded from web site:<br />

1. The tenderer should see carefully & ensure that all the pages of Part 1 of the tender document<br />

including schedule of quantities of items of work (Pricing Schedule) has been down loaded<br />

properly & completely.<br />

2. The printout of the downloaded tender document shall be taken on A-4 size plain white paper<br />

only & the printer settings shall be kept to ensure that the downloaded document is printed in<br />

the same manner and pattern / setting as appearing on the web site & there is no change in the<br />

formatting, number of pages etc.<br />

3. The tenderer should ensure that no page in the down loaded tender document is missing and<br />

all pages in the down loaded tender document as printed are legible & clear & are printed on<br />

a good quality paper.<br />

4. The tenderer should ensure that every page of the down-loaded tender document is signed by<br />

tenderer along with his rubber stamp (seal).<br />

5. On page ‘1’ of the down loaded tender document, the name of the tenderer should be filled in<br />

by the tenderer himself.<br />

6. The tenderer should ensure that the down loaded tender document is properly bound and wax<br />

sealed before submitting the same in the envelope. Loose / Spiral binding shall not be<br />

acceptable.<br />

7. In case of any correction/ addition/ alteration/ omission in the downloaded tender document<br />

vis a vis that in the Standard DRAFT Tender Document available in the office of the officer<br />

inviting the tenders, it shall be liable to be rejected.<br />

8. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections<br />

have been made in the downloaded tender document being submitted by him and it is<br />

identical to the tender document appearing on the Web-site and with the Standard DRAFT<br />

Tender Document available in the office of the officer inviting the tenders.<br />

9. The tenderer should read carefully & sign the declaration given herein before submitting the<br />

downloaded tender.<br />

10. The cost of tender document as prescribed should be submitted alongwith credentials in<br />

separate envelope as detailed in NIT.<br />

11. In case of any doubt in the down loaded tender, the same should be got clarified before<br />

submitting the tender from the officer inviting the tender.<br />

Contractor 11<br />

Executive Engineer


D E C L A R A T I O N<br />

(TO BE SIGNED BY THE TENDERER SUBMITTING THE TENDER<br />

ON DOWNLOADED TENDER DOCUMENT )<br />

I / We hereby declare and certify that :<br />

1.0 I / We are submitting the tender in the tender document downloaded by me / us from the<br />

website & we certify that there is no change in formatting, number of pages etc. in the<br />

downloaded documents.<br />

2.0 I/ We are submitting the tender document which is exactly similar and identical to the<br />

one available on the website and also as available with the officer inviting tenders. .<br />

3.0 I / We have not made any modification / corrections / additions / omissions etc in the tender<br />

documents downloaded from web by me / us.<br />

4.0 I / We have checked that no page in the downloaded tender document is missing and all the<br />

pages as per web site are available & that all the pages of tender document submitted by us<br />

are clear & legible.<br />

5.0 I / We have signed (with stamp) all the pages of the tender document before submitting the<br />

same.<br />

6.0 I / We have wax sealed the tender documents properly before submitting the same.<br />

7.0 I / We have submitted the application for issue of tender documents on the prescribed<br />

Format separately along with the cost of tender documents and also the attested Xerox copies<br />

of the eligibility documents as prescribed for respective work in the NIT.<br />

8.0 I / We have read carefully & understood the entire Tender document including important<br />

instructions to the tenderers submitting the downloaded tender.<br />

9.0 In case at any stage whatsoever at a later date it is found/ revealed that there is a difference in<br />

our downloaded tender documents from the original Standard DRAFT Tender Document,<br />

BSNL shall have the absolute right to take any action as deemed fit without any prior<br />

intimation to me / us.<br />

10.0 In case at any stage whatsoever at a later date it is found that there is difference in our<br />

downloaded tender document from the Standard DRAFT Tender Document, we clearly<br />

understand that our work shall be liable to be cancelled and Earnest Money/ Performance<br />

Guarantee / Security Deposit etc all are liable to be forfeited by BSNL and in such an<br />

eventuality I / WE shall have no right or claim for any damages / compensation from BSNL<br />

on this account. Further in such case I / We may also be debarred by BSNL for further<br />

participation in the tendering in the concerned BSNL Civil Zone & be removed from the<br />

approved list of contractors of BSNL.<br />

Dated ………………………<br />

(TENDERER)<br />

(SIGNATURE WITH SEAL/ STAMP)<br />

Contractor 12<br />

Executive Engineer


DRAFT SPECIMEN OF N.I.T. TO BE PUBLISHED IN THE PRESS<br />

BR CIVIL WORKS<br />

Executive Engineer, B.S.N.L. Civil Division, Kolhapur invites tenders for the following works:<br />

Sl.<br />

No.<br />

Name of Work Estimated<br />

Cost<br />

1. House keeping of Telephone Bhavan,<br />

CSC Bldg., PRO office, Inspection<br />

Quarters, Garden maintenance &<br />

Campus cleaning at Sangli for the year<br />

2010-2011<br />

Earnest<br />

Money<br />

Deposit<br />

Contractor 13<br />

Executive Engineer<br />

Time<br />

Allowed<br />

Rs. 4,65,190/- Rs. 9350/- 11 (Eleven)<br />

Months<br />

Last date of application: 12.07.2010 NIT No: 15/BSNL/EEC (K)/2010-2011<br />

For further details regarding issue of tender documents, eligibility criteria, EMD, cost of<br />

tender forms etc for all the above works kindly visit our Website at following url :<br />

http://maharashtra.bsnl.co.in/currenttenders4all.asp?tenderssa=civil<br />

Sd/-<br />

Executive Engineer(C)<br />

BSNL CIVIL DIVISION<br />

Kolhapur.


Draft Specimen of NIT displayed on Notice Board<br />

<strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

(CIVIL WING)<br />

NIT No. 15/ BSNL/EEC (K) /2010-2011<br />

Item rate tenders are invited on the prescribed tender documents by the Executive Engineer<br />

(Civil), BSNL Civil Division, Kolhapur on behalf of <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong> (A<br />

Government of India Enterprise) from approved and eligible contractors of D.O.T/ BSNL (Civil<br />

Wing), DOP, CPWD, MES, Railways & State PWD (B & R) only. Contractor enlisted one class<br />

below (enlisted in Class-V) in BSNL (Civil Wing) are also allowed to apply and quote for the below<br />

mentioned work.<br />

Sl.<br />

No.<br />

Name of Work Estimated Cost Earnest<br />

Money<br />

1. House keeping of Telephone Bhavan,<br />

CSC Bldg., PRO office, Inspection<br />

Quarters, Garden maintenance &<br />

Campus cleaning at Sangli for the year<br />

2010-2011<br />

Deposit<br />

Contractor 14<br />

Executive Engineer<br />

Time<br />

Allowed<br />

Rs. 4,65,190/- Rs. 9350/- 11 (Eleven)<br />

Months<br />

1. Eligible contractors can apply to the above officer on the prescribed format along with proof<br />

of valid enlistment for issue of the Tender Documents. The last date of receipt of applications<br />

for issue of tender documents and the date of issue/ sale of tender forms, cost of tender<br />

documents, etc will be as follows:<br />

Last date of receipt<br />

of applications for<br />

issue of tender<br />

documents<br />

16:00 Hrs on<br />

12.07.2010<br />

Last date of issue of<br />

Tender Documents<br />

16:00 Hrs on<br />

13.07.2010<br />

Cost of Tender<br />

Documents<br />

Including Taxes<br />

Rs.<br />

Rs. 520/-<br />

Time and Last<br />

Date of Receipt<br />

of Tenders<br />

15:00Hrs on<br />

14.07.2010<br />

Time and Date<br />

of Opening of<br />

Tenders<br />

15:30 Hrs on<br />

14.07.2010<br />

1.1 Eligible contractors can apply to the above officer on the prescribed format along with proof<br />

of valid enlistment for issue of the Tender Documents.<br />

1.2 Tenders will be issued to eligible contractors provided they produce proof of their valid<br />

enlistment with the appropriate authority.<br />

1.2.1 Criteria of eligibility for issue of tender documents for non BSNL register contractors of<br />

Public works, Organisations like D.O.T, D.O.P., CPWD, MES, Railways & State PWD (B<br />

& R) only.<br />

1.2.1.1 For works upto Rs. 7 Lakhs – Nil.<br />

1.2.1.2 For works above Rs. 7 Lakhs and upto Rs. 5 Crores the applicant should have completed<br />

works as per details below during the last seven years ending last day of the month previous<br />

to the one in which the tenders are invited


a) Three similar completed works costing not less than the amount equal to 40% of<br />

Estimated cost put to tender.<br />

OR<br />

b) Two similar completed works costing not less than the amount equal to 50% of<br />

Estimated cost put to tender.<br />

OR<br />

c) One similar completed works costing not less than the amount equal to 80% of<br />

Estimated cost put to tender.<br />

1.2.2 Criteria for specialized works irrespective of its cost, (for BSNL enlisted contractors or<br />

otherwise) the applicant should have completed works as per details below during the last<br />

seven years ending last day of the month previous to the one in which the tenders are<br />

invited.<br />

a) Three similar completed works costing not less than the amount equal to 40% of<br />

Estimated cost put to tender.<br />

OR<br />

b) Two similar completed works costing not less than the amount equal to 50% of<br />

Estimated cost put to tender.<br />

OR<br />

c) One similar completed works costing not less than the amount equal to 80% of<br />

Estimated cost put to tender<br />

Intending tenderer should have executed work of Similar Nature in Central /State<br />

Govt. Department, Central/State Govt. undertaking. However work experience in private<br />

organization shall not be considered. Work executed for construction & maintenance of<br />

Railway lines, filling and Development, Structural repairs, Underground pipe line work of<br />

water supply, sewer lines, shall not be treated as work of Similar Nature.<br />

2. Tender Documents, excluding standard forms, will be issued from this office during the hours<br />

specified above on payments of the Cost of Tender (Non refundable) in the form of Demand<br />

Draft or Banker’s Cheque / Pay Order and Earnest Money in the form of deposit at call<br />

receipt of a Scheduled Bank / Fixed deposit receipt of Schedule Bank / Demand Draft of a<br />

Scheduled Bank issued in favour of Accounts Officer (C), BSNL Civil Division, Kolhapur<br />

payable at Kolhapur. Cash & Cheques shall not be accepted.<br />

3. For obtaining / issue of Tender Documents the intending eligible contractors shall submit<br />

their applications on the prescribed format along with supporting documents to the above<br />

mentioned officer inviting the tenders.<br />

4 NIT / Tender documents, including format of the application for issue of Tender Documents<br />

are also available freely for download from the following web site. The intending eligible<br />

contractors can submit their tenders on the relevant documents downloaded from the website.<br />

http://maharashtra.bsnl.co.in/tenders:<br />

5 Tenders duly filled and completed in the sealed envelopes shall be deposited in the Tender<br />

Box kept in the above office. Tenders shall be opened by the officer inviting the tenders or<br />

his authorized subordinate officer as per above program which is subjected to change due to<br />

administrative reasons.<br />

Contractor 15<br />

Executive Engineer


6 The rates quoted by the agencies shall be including all type of taxes / levies excluding service<br />

tax, nothing extra shall be payable on such accounts. The contractor shall be solely<br />

responsible for any default of Service Tax regulations and timely payment of the Service Tax<br />

to the Service Tax authorities as per Govt. of India rules. The agency has to submit the<br />

service tax number and EPF number within 15 days of award of work.<br />

FOR FURTHER DETAILS, CONDITIONS, PERFORMAS ETC PLEASE VISIT THE ABOVE<br />

WEB SITE.<br />

Executive Engineer<br />

BSNL Civil Division,<br />

Kolhapur<br />

No. : 9 (4)/2010/BSNL/EEC (K)/427 Date: 08.07.2010<br />

Copy forwarded to:<br />

1 to 3 Notice Board of Kolhapur Division / Notice board of G M , Kolhapur/ Notice board of GM,<br />

4 The Chief Engineer (c), BSNL Maharashtra Zone Mumbai-54.<br />

5 The Superintending Engineer, BSNL Civil Circle , Kolhapur / Pune / Mumbai.<br />

6 The D.G.M. (Vigilance ) , O/o C.G.M.T. Fourtain-II, Fort, Mumbai - 1<br />

7 The Executive Engineer ( Plag & Design.) O/o C.E.( C), Mumbai<br />

8 to 9 The Executive Engineer (civil), BSNL Civil Division. No. I & II & III, Mumbai<br />

10 to 14 The Executive Engineer (civil) ,BSNL Civil Division, Pune/Jalgaon/Aurangabad/Panjim/ Kolhapur.<br />

15 & 16 The Executive Engineer(E) BSNL Electrical Division Solapur / Kolhapur.<br />

17 The Executive Engineer, Postal Civil Division, Pune.<br />

18 to 21 The Superintending Engineer, BSNL Civil / Electrical Circle , Mumbai / Pune.<br />

22 & 23 The Superintending Engineer, Postal Civil / Electrical , Bombay.<br />

24 & 25 Builders’ Association / Solapur / Pune.<br />

26 & 27 The Executive Engineer, CPWD/ B & C, Pune/ Solapur.<br />

28 & 29 The Executive Engineer, B & C/ Irrgn.<br />

30 & 31 The Executive Engineer B & C.<br />

32 to 40 The Sub Divisional Engineer, BSNL Civil Sub-Division., I/ II/ Kolhapur/ Solapur/<br />

Sangli/ Satara/Pandarpur/ Osmanabad.<br />

EXECUTIVE ENGINEER ©<br />

Contractor 16<br />

Executive Engineer


<strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

(A GOVERNMENT OF INDIA ENTERPRISE)<br />

STATE: MAHARASHTRA. CIRCLE: KOLHAPUR.<br />

ZONE: MH WEST. DIVISION: KOLHAPUR<br />

Item Rate Tender & Contract for Works<br />

SUB DIVISION: SANGLI<br />

BSNL. W- 7/8<br />

(A) Tender for the work of: House keeping of Telephone Bhavan, CSC Bldg., PRO office,<br />

Inspection Quarters, Garden maintenance & Campus cleaning at<br />

Sangli for the year 2010-2011.<br />

(i) To be submitted and dropped in the Tender Box not later than after 15:00 hours on the last date<br />

of submission of tenders as mentioned in para 5 on page 4 of NIT<br />

(ii) To be opened, in presence of tenderers who may be present, at 15:30 hours on the date of<br />

opening of tenders as mentioned in Para 7 on page 4 of NIT in the office of the officer mentioned<br />

in Clause 1.on page 3 of NIT<br />

Issued to:………………………………………………… ( Contractor)<br />

Signature of officer issuing the documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Designation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Date of Issue . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

T E N D E R<br />

I/ We have read and examined notice inviting tender, schedule A, B, C, D, E & F,<br />

specifications applicable, Drawings & Design, General Rules and Directions, Conditions of Contract,<br />

Clauses of Contract, Additional Conditions, Special conditions, Additional Specifications,<br />

Schedule of Rate & other documents, laws and Rules and Regulations referred to in the Conditions<br />

of Contract and applicable for the work, corrections/ modifications in the “Standard Form No.<br />

BSNL-W-7 / 8” and all other contents in the tender document for the work.<br />

I/ We hereby tender for the execution of the work specified for the Bharat Sanchar Nigam<br />

Limited within the time specified in schedule 'F', viz., schedule of quantities and in accordance in all<br />

respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of<br />

General Rules and Directions and in Clause 11 of the Conditions of the contract and with such<br />

materials as are provided for, by and in respect in accordance with, such conditions so far as<br />

applicable.<br />

I / We agree to keep the tender open for Thirty days from the due date of submission thereof<br />

and not to make any modifications in its terms and conditions. If I / We withdraw my / our tender<br />

before the said period or issue of letter of acceptance / intent, whichever is earlier, or, makes any<br />

modifications in the terms and conditions of the tender which are not acceptable to the BSNL, then<br />

the BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the<br />

said earnest money as aforesaid.<br />

A sum of Rs . . . . . . . . . . . . . . . . . . . . .(Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . ……………………….. only) has been deposited in prescribed manner as Earnest<br />

Money. If I/We fail to commence the work specified I / We agree that the said Bharat Sanchar<br />

Contractor 17<br />

Executive Engineer


Nigam Limited shall without prejudice to any other right or remedy, be at liberty to forfeit the said<br />

earnest money absolutely otherwise the said earnest money shall be retained by competent authority<br />

on behalf of the Bharat Sanchar Nigam Limited towards Security Deposit to execute all the works<br />

referred to in the tender documents upon the terms and conditions contained or referred to therein<br />

and carry out such deviations as may be ordered, up to maximum of the percentage mentioned in<br />

Schedule 'F' and those in excess of that limit at the rates to be determined in accordance with the<br />

provision contained in Clause 12.2 and 12.3 of the tender form.<br />

I/ We agree that, in case of works of estimated cost exceeding Rs.15,00,000/-, to deposit an<br />

amount equal to 5% of the Tendered value of the work as performance guarantee in the form of Bond<br />

of any Scheduled Bank of India in accordance with the proforma prescribed or in the form of Fixed<br />

Deposit Receipt etc., within 15 days of the issue of letter of acceptance of Tender by the BSNL. I /<br />

We am / are aware that in the event of failure on my / our part to furnish the Bank Guarantee within<br />

15 days, the earnest money will be forfeited and tender cancelled.<br />

I / We hereby intimate that for receiving payments I / we have an account in . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .Bank with account No. . . . . . . . . . . . . . . . . . . . . where the<br />

ECS/ EFT facility of e-payment is available.<br />

I/We hereby declare that I/We shall treat the tender documents drawings and other records<br />

connected with the work as secret / confidential documents and shall not communicate information<br />

derived there from to any person other than a person to whom I / We am / are authorised to<br />

communicate the same or use the information in any manner prejudicial to the safety of the State.<br />

I / We agree that should I / We fail to commence the work specified in the above<br />

memorandum, an amount equal to the amount of the earnest money mentioned in the form of<br />

invitation of tender shall be absolutely forfeited to the Bharat Sanchar Nigam Limited and the same<br />

may at the option of the competent authority on behalf of the Bharat Sanchar Nigam Limited be<br />

recovered without prejudice to any right or remedy available in law out of the deposit in so far as the<br />

same may extend in terms of the said bond and in the event of deficiency out of any other money due<br />

to me/us under this contract or otherwise.<br />

The information in respect of works in hand is as per proforma enclosed.<br />

“I/We agree that this contract is subject to jurisdiction of Court at _______ only”. (Where the<br />

N.I.T./Tender has been issued)<br />

Signature of Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Dated . . . . . . . . . . . . . . . . . . at Place . . . . . . . . . . . . . . . . . . .<br />

Full Postal Address . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Mobile No………………………………….<br />

Signature of Witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Dated . . . . . . . . . . . . . . . . . . at . . . . . . . . . . . . . . . . . . .<br />

Name of the witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Address of the witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Occupation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Contractor 18<br />

Executive Engineer


ACCEPTANCE<br />

The above tender (as modified by you (Contractor) and as provided in the letters mentioned<br />

hereunder) is accepted by me for and on behalf of the Bharat Sanchar Nigam Limited for a sum of<br />

Rs . . . . . . . . . . . . . . . . . . . . . . . (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only)<br />

The letters referred to below shall also form part of this Contract Agreement:-<br />

(a) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

b) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

For & on behalf of the Bharat Sanchar Nigam Limited<br />

Signature of Officer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Name of Officer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Designation of Officer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Place . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .<br />

Contractor 19<br />

Executive Engineer


ADDITIONAL CONDITIONS OF CONTRACT<br />

A. The Additional Conditions No. 1 to 14.4 as stipulated on page nos from 102 to 106 of the<br />

“Standard Form No. BSNL-W-7 / 8” shall be deemed to have been deleted and replaced with<br />

the additional conditions specified hereunder.<br />

B. The quoted rates for various items in the tender shall be deemed to be inclusive of all the<br />

additional conditions and for adherence to all these conditions, no extra payment shall be<br />

made to the contractor. Any infringement and/or breach of these condition(s) etc. shall render<br />

the contractor liable to action(s) under various clauses of the contract and such action<br />

stipulated in conditions therein.<br />

ADDITIONAL CONDITIONS:<br />

1. The Contractor shall maintain safe custody of materials brought to the site. The Contractor<br />

shall also employ necessary watch and ward establishment for the work and other purposes as<br />

required at his own cost.<br />

2. For Cement, Steel and other materials, as prescribed, the daily receipts and consumptions of<br />

quantities of materials conforming to specifications and brought at site and consumed in the<br />

work shall be entered and recorded in the respective registers of material at site accounts by<br />

the contractor and the consumptions shall be treated as issued for maintenance of daily<br />

consumption. The Engineer in charge shall have right to prescribe the proforma for each of<br />

such materials. Each such entry shall have to be got certified by contractor from the<br />

authorized sub ordinate of the Engineer in charge. Neither any claim on this account shall be<br />

entertained nor anything on this account shall be payable.<br />

3. The procurement of Cement and Reinforcement Steel, and, their issue and consumption shall<br />

be governed as per conditions laid down hereunder.<br />

3.1. Cement<br />

3.1.1. The contractor shall procure 43 grade Portland Cement (conforming to IS : 8112), as required<br />

in the work only from the reputed manufacturers of cement or their duly authorized selling<br />

agents, having a production-capacity of one million tones per annum or more, such as A.C.C.,<br />

L&T, J.P.Rewa, Vikram, Shri Cement, Brila Jute and Cement Corporation of India, Vinay<br />

Cement, Raymond etc. as approved by Ministry of Industry, Government Of India, and<br />

holding licence to use ISI certification mark for their product whose name shall be got<br />

approved in writing from the Engineer-in-Charge for each consignment. Supply of cement<br />

shall be taken in 50 kg bags bearing manufacturer’s name and bearing ISI marking Engineerin-charge<br />

shall have power to reject the cement obtained from sources or manufacturers not<br />

approved by him. Samples of cement arranged and procured by the contractor shall be taken<br />

by the Engineer-in-charge and got tested in accordance with provisions of the relevant BIS<br />

codes. In case test results indicate that the cement arranged by the contractor does not<br />

conform to the relevant BIS code the same shall stand rejected and shall be removed from the<br />

site by the contractor at his own cost within a week’s time of written order from the<br />

Engineer-in-Charge to do so failing which the Engineer-in-charge shall have power to get it<br />

removed at the risk and cost of the contractor. The decision of Engineer-in-charge in such<br />

matters shall be final and binding upon the contractor.<br />

3.1.2. The Cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided<br />

by the Engineer in Charge.<br />

3.1.3. The cement godown of sufficient capacity as prescribed in the following conditions shall be<br />

constructed by the contractor at site of work for which no extra payment shall be made. In<br />

case of sites having very limited spaces specially in large cities the contractor may be allowed<br />

with prior permission in writing from the Engineer in charge to have the cement storage in<br />

rented premises. Double lock provision for cement godown shall be followed as prescribed in<br />

the following conditions. The contractor shall facilitate the inspection of the cement godown<br />

Contractor 20<br />

Executive Engineer


y the Engineer-in-Charge or his authorized representative at any time as desired by the<br />

Engineer-in-Charge.<br />

3.1.4. The contractor shall supply free of charge the cement required for testing. The cost of tests<br />

shall be borne by the contractor/ BSNL in the manner indicated below:<br />

i) By the contractor, if the results show that the cement does not conform to relevant BIS<br />

codes.<br />

ii) By BSNL, if the results show that the cement conforms to relevant BIS specifications.<br />

However in both the cases all the expenditure involved in the testing of cement (except the<br />

testing charges charged by approved testing laboratory as per case ii) above) including the<br />

cost of cement, its packing, forwarding etc shall have to be borne by contractor. The Engineer<br />

in charge shall have full right to prescribe from time to time the name of the testing<br />

laboratory from where the cement shall be got tested.<br />

3.1.5 Contractor shall ensure that the cement arranged, procured and stored by him shall be<br />

consumed in the work within 3 months of the date of its manufacture. No Cement after expiry<br />

of this 3 months period from the date of its manufacture shall be used in the work. Contractor<br />

shall be bound to remove all such old cement from the cement godown/ store at his own cost<br />

failing which the Engineer-in-Charge shall have the authority to remove such old cement at<br />

the risk and cost of the contractor.<br />

3.1.6 Contractor shall be bound to submit the certified copies of supply orders, invoices, delivery<br />

challans, vouchers, certificates etc for each consignment of cement arranged and procured by<br />

him for bona fide use in the work failing which the Engineer-in-charge shall have authority to<br />

out rightly reject, apart from taking other actions as per agreement, such items of work in<br />

which cement from such consignment has been used for which the proper documents have<br />

not been submitted by contractor.<br />

3.1.7 All Cement bags and similar perishable items shall be stored by the contractor in a separate<br />

godown/ store which shall be exclusively constructed by the contractor for this purpose at his<br />

own cost as per general guidelines given in the “Typical Sketch for Cement Godown” under<br />

clause 3.2.1.4 of the Specifications and page 130 of the “Standard Form No. BSNLW- 7 / 8”.<br />

The dimensions given in the said sketch are only indicative and the contractor shall be bound<br />

to construct the storage godown of sufficient size so as to properly store the quantity of<br />

cement required for consumption for not less than ONE MONTH. Such godown shall have<br />

weather proof roof and walls. The godown shall be provided with a single door with<br />

arrangement for locking it simultaneously with two locks. The keys of one of the locks shall<br />

always remain in possession of the authorized subordinate representative of the Engineer-In-<br />

Charge and that of the other lock shall be with the authorized agent of the contractor available<br />

at the site of the work so that the cement is removed from the godown according to the daily<br />

requirement only with the knowledge of the both the parties and the account of cement shall<br />

be maintained in the register having the proforma approved by the Engineer-in-charge for the<br />

purpose. The contractor shall be fully responsible for the safe custody of the all the materials<br />

issued to him by the department even if the materials are kept and stored under double lock<br />

system. The account of daily receipts and issues of the cement bags shall be maintained in the<br />

said register which shall be signed daily by the contractor or by his duly authorized agent in<br />

token of correctness of the entries.<br />

3.2. Steel<br />

3.2.1. The procurement of TMT bars conforming to relevant BIS code shall be made from<br />

secondary producers having BIS license to produce TMT bars as specified in schedule –F.<br />

However, if the stipulation is for procurement of steel from secondary producer then if the<br />

contractor uses steel from primary producers the same shall be allowed but nothing extra<br />

shall be payable on this account.<br />

The contractor shall be bound to obtain and furnish to the Engineer in Charge the<br />

manufacturer’s test certificates of each consignment arranged and procured by him for<br />

bonafide use in the work. Samples shall also be taken and got tested by the Engineer in<br />

Contractor 21<br />

Executive Engineer


Charge as per the provisions in this regard in the relevant BIS codes. In case the test results<br />

indicate that the steel arranged by the contractor does not conform to BIS specifications /<br />

codes, the same shall stand rejected and shall be removed from the site of work within 5 days<br />

time of the written order from the Engineer in Charge to do so.<br />

3.2.2. The steel reinforcement shall be brought to the site in quantity of lots of each dia as approved<br />

by the Engineer In Charge in writing.<br />

3.2.3. The steel reinforcements shall be stored by the contractor at site of work in such a way as to<br />

prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of<br />

different sizes (diameters) and lengths shall be stored separately to facilitate easy counting<br />

and checking.<br />

3.2.4. For steel procured from main producers or Secondary producer, for checking nominal mass,<br />

tensile strength, bend test, etc. specimen of sufficient length shall be cut from each diameter<br />

of the bar at random at frequency not less than that specified below. In case of works costing<br />

more that Rs. 2 Crores and in cases when the steel is procured from other than main<br />

producers, additional tests such as, retest, rebend test, elongation test, proof stress may also<br />

be conducted<br />

Size (Diameter) of<br />

For consignment<br />

bar<br />

Below 100 tonnes Over 100 tonnes<br />

Under to 10mm dia One sample for each 25 One sample for each 40<br />

tonnes or part thereof Tonnes or part thereof<br />

10mm to 16mm dia One sample for each 35 One sample for each 45<br />

tonnes or part thereof Tonnes or part thereof.<br />

Over 16mm dia One sample for each 45 One sample for each 50<br />

tonnes or part thereof. Tonnes or part thereof.<br />

3.2.5.1 Where the consumption of steel reinforcement any dia is less than 8 MT the Engineer in<br />

charge at his discretion may allow the use of reinforcement steel of such dia manufactured by<br />

reputed steel rolling units having BIS certification and ISO certification both. However the<br />

contractor shall have to submit the documentary proof of such certification of the rolling unit<br />

along with the copies of invoices etc.<br />

3.2.5. The contractor shall supply free of charge the steel bars required for testing. The cost of tests<br />

shall be borne by the contractor/ BSNL in the manner indicated below:<br />

a) By the contractor, if the results show that the steel does not conform to relevant BIS<br />

codes.<br />

ii) By BSNL, if the results show that the steel conforms to relevant BIS specifications /<br />

codes. However in both the cases all the expenditure involved in the testing of steel<br />

(except the testing charges charged by approved testing laboratory as per case ii) above)<br />

including the cost of steel, its packing, forwarding etc shall have to be borne by<br />

contractor. The Engineer in charge shall have full right to prescribe from time to time the<br />

name of the testing laboratory from where the steel shall be got tested.<br />

3.2.6. Coefficient of weight for each diameter i.e. the weight per unit length of the steel procured by<br />

the contractor shall be ascertained at site before using it for actual consumption in the work<br />

and shall be got certified by the Engineer In Charge. In case weight per unit length is beyond<br />

the rolling margin as laid down in the BIS: 1786, the steel will be rejected and shall be<br />

removed from the site of work within 5 days time from written order from the Engineer in<br />

Charge to do so failing which the Engineer in charge shall have the authority to get it<br />

removed at the risk and cost of contractor. In case weight per unit length for the particular<br />

diameter is more than the standard coefficient of weight for the diameter, but is within the<br />

rolling margin, then the payment shall be made as per the standard weight per unit length,<br />

and, where the weight per unit length is lesser than the standard coefficient of weight for the<br />

diameter, but is within the rolling margin, the payment shall be restricted with respect to the<br />

actual weight per unit length of the diameter.<br />

3.2.7 Contractor shall be bound to submit the certified copies of supply orders, invoices, delivery<br />

challans, vouchers, certificates etc for each diawise consignment of reinforcement steel<br />

Contractor 22<br />

Executive Engineer


arranged and procured by him for bona fide use in the work failing which the Engineer-incharge<br />

shall have authority to out rightly reject, apart from taking other actions as per<br />

agreement, such items of work in which steel from such consignment has been used for<br />

which the proper documents have not been submitted by contractor.<br />

3.3. The standard sectional weights referred to in standard table under para 5.3.3 of the CPWD<br />

Specifications for Cement Mortar, Cement Concrete and RCC works, are to be considered for<br />

conversion of length of various sizes of Steel Reinforcement bars into weight and are<br />

reproduced below for ready reference.<br />

Size mm Weight Kg/m Size mm Weight Kg/m<br />

6 0.222 20 2.470<br />

8 0.395 22 2.980<br />

10 0.617 25 3.850<br />

12 0.888 28 4.830<br />

16 1.580 32 6.310<br />

18 2.000 36 7.990<br />

3.4. The actual issue and consumption of steel and Cement on the work shall be regulated and<br />

proper accounts maintained as provided in clause 10 of the contract. The theoretical<br />

consumption of steel shall be worked out as per procedure prescribed in clause 42 of the<br />

contract and shall be governed by conditions laid therein.<br />

3.5. Steel and Cement brought to site and remaining unused shall not be removed from site<br />

without the written permission of the Engineer In Charge.<br />

3.6. Cement used in Ready Mix Concrete shall be evaluated based on the certification by the in<br />

charge of the RMC Plant in accordance with design approved by the Engineer In Charge.<br />

3.7 Engineer-in-charge shall have full powers to choose and obtain from time to time<br />

representative samples of cement / steel arranged and procured by contractor, the particular<br />

laboratory where these samples are to got tested and the particular tests which should be got<br />

conducted on each of such samples and his decision in the matter shall be final and binding<br />

upon the contractor. In all cases the contractor shall be bound to comply with the instructions<br />

of engineer in charge.<br />

4. No payment shall be made to the contractor for any damage caused during the execution of<br />

work because of cause(s) not covered under Clause 43 of the Contract. The damage to work<br />

will be made good by the contractor at his own cost, and no claim on this account shall be<br />

entertained.<br />

5. Some restrictions may be imposed by BSNL security staff etc. on the working and/ or<br />

movement of labour, materials etc. with regard to working time, working days, holidays etc<br />

and the contractor shall be bound to follow all such restrictions/ instructions and nothing<br />

extra shall be payable on this account.<br />

6. The contractor shall fully comply with proper and legal orders and directions of the local or<br />

public authority or municipality or panchayat or police as the case may be and abide by their<br />

rules and regulations and pay all fees and charges which he may be liable and nothing extra<br />

shall be payable on this account. The work shall be carried out without infringing on any of<br />

the local Municipal / Panchayat Bye Laws.<br />

7. The contractor shall carryout at his own cost a performance test of the entire installations as<br />

per standard specifications before the work is finally accepted and nothing extra what so ever<br />

shall be payable to the contractor for the tests. The methodology of the test as decided by the<br />

engineer in charge shall be final and binding upon contractor.<br />

8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and<br />

also get all the materials and the water supply, sanitary and drainage system tested by the<br />

competent Municipal Authority Wherever required, at his own cost including payment of<br />

testing fees, transportation etc. according to applicable Municipal byelaws. The contractor<br />

shall produce necessary certificate from the Municipal Authorities after completion of the<br />

water supply, sanitary and drainage works. The Contractor shall execute the guarantee bond<br />

on non judicial stamp paper of appropriate value at his own cost and as per proforma<br />

Contractor 23<br />

Executive Engineer


prescribed by the engineer in charge for removal of defects after completion in respect of<br />

water supply and sanitary installations for TEN YEARS after expiry of maintenance periods.<br />

Nothing extra shall be paid on this account.<br />

9. The water supply sanitary installation and drainage work shall be carried out in a manner<br />

complying in all respects with the requirement of relevant by laws of the local municipal<br />

authority of the place.<br />

10. The rate for every item of work to be done under this contract shall be for all heights, depths,<br />

lengths and widths of the structure (unless otherwise specifically mentioned in the relevant<br />

item of work) and nothing extra will be paid on this account.<br />

11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary<br />

caution boards such as day and night boards, speed limit boards and flags, red lights and<br />

providing barriers/ barricades etc. He shall be responsible for all damages and accidents<br />

caused due to negligence on his part. No hindrance shall be caused to traffic during the<br />

execution of work. Contractor shall have to take permission from local police / traffic police<br />

wherever required. Contractor shall keep all risks covered by way of proper insurance<br />

policies as per agreement. Nothing extra shall be paid on this account.<br />

12. The contractor will work in close liaison, during the works, with other contractors of water<br />

supply, sanitary, drainage arrangements, electrical installation and any other works and adjust<br />

his work plan accordingly. Other agencies / contractors like electrical-contractor, Lift<br />

installation agency / contractor, Fire water piping contractor, horticulture contractor, Termite<br />

treatment contractor, Interior work contractor etc will also be simultaneously executing their<br />

items of works like electrification, lift, fire water piping, horticulture or external services and<br />

other building / Interior works for the same project along with this work in particular. The<br />

contractor shall be bound to coordinate his activities as per directions of the Engineer-in<br />

charge with an objective of proper completion of the project in the best interest of the<br />

Engineer-in-Charge. No claim in this matter shall be entertained and nothing extra shall be<br />

paid on this account. The contractor shall be bound to execute the work in co-ordination with<br />

other agencies who may also simultaneously execute the components of work allotted to<br />

them such as electrification, horticulture, external services and other building works. The<br />

contractor shall leave such necessary holes, openings etc. in the work for laying/burying the<br />

pipes, cables, conduits, clamps, boxes and Hooks for fan clamps etc. as may be required for<br />

the electric and sanitary woks etc. and nothing extra shall be paid for the same.<br />

13. No compensation shall be payable to the contractor for any damage caused by thefts, fire,<br />

rains, floods, lightening, wind, storm, earthquakes, riots or by any other cause whatsoever<br />

during execution and till completion and handing-over of the full work. Contractor shall<br />

make good all such damages to the work at his own risk and cost and no claim on this<br />

account shall be entertained. Contractor shall be bound to cover the risks by Insurance as per<br />

conditions of the contract.<br />

14. The contractor shall be fully responsible for the protection of the sanitary, water supply and<br />

other fittings and fixtures against all damage, pilferage and breakage during the period of<br />

installation and thereafter until the building/ work is handed over to the authorized<br />

representative of the Engineer-in-charge underwritten acknowledgement. Neither any<br />

extension of time shall be granted to the contractor on this account nor anything shall be paid<br />

to the contractor on this account.<br />

15. Before collection or storage or stacking of materials in the compound as required for bonafide<br />

use in the work, the contractor shall take written instructions from the Engineer-In-Charge for<br />

proper allocation of the space for this purpose. No excavated earth or construction material<br />

shall be stacked / stored or labour-hutments constructed on areas where construction activities<br />

for other structures, buildings, roads, underground-services, compound walls etc are to be<br />

commenced. The decision of the Engineer-in-charge in such matters shall be final and<br />

binding. Nothing extra on this account shall be payable to the contractor.<br />

16. If as per rules of the local municipality or as per orders of any competent authority or as per<br />

decision of the engineer-in-charge the hutments for workers etc are not to be erected at the<br />

Contractor 24<br />

Executive Engineer


site of work by the contractor, then the contractor shall be bound to provide such<br />

accommodation for workers at a location as is acceptable to the competent local authority and<br />

nothing extra shall be paid to contractor on this account.<br />

17. The work shall be carried out in the manner complying in all respects with the requirements<br />

of relevant byelaws & regulations of the local bodies under the jurisdiction of which the work<br />

is to be executed or as directed by the engineer-in-charge. Contractor shall be bound to take<br />

all precautions to enclose the work for containing / confining the building materials / debris<br />

as directed by the Engineer-in-charge or competent local authority and nothing extra shall be<br />

paid on this account. The contractor shall be bound to comply with proper and legal orders<br />

and directions of the local or any other competent public authority or municipality and shall<br />

abide by their directions, rules and regulations and shall bear all fees / levies / and charges<br />

including sewerage charges if any, which he may be liable to pay as per such directions, rules<br />

etc.<br />

18. The contractor shall ensure all the necessary arrangement to protect existing under<br />

ground/over ground properties during the execution of the work. In case any damage to such<br />

properties is attributable to execution of the works, it shall be rectified at his risk and cost.<br />

Decision of E-in-Charge in this regard shall be final and binding.<br />

19. Necessary recoveries, deductions towards work contract tax, turnover tax, sales tax, service<br />

tax, income tax, etc and all other taxes including surcharges etc shall be made from the<br />

contractor’s bills as per prevailing law and rules in force from time to time. No claim of the<br />

contractor on this account shall be entertained and nothing extra shall be paid on this account.<br />

20. The contractor shall also be bound to observe and follow all the provisions of “The Building<br />

and other Construction Workers(Regulation of Employment and Conditions of Service)<br />

Act,1996 and “The Building and other Construction Workers Welfare Cess Act,1996 and all<br />

the rules framed there under. Nothing extra on this account shall be paid to the contractor.<br />

21. All operations and arrangements necessary for the proper and trouble-free execution of the<br />

work and for the construction of any temporary work shall be carried out in a manner so as<br />

not to interfere in any manner with the public conveniences / utilities / pathways etc and shall<br />

not cause any interference in access to or in the use of or for occupation of the public or<br />

private roads / footpaths / pavements / roads etc or to the adjacent properties / structures<br />

whether in the possession of BSNL or of any other person and the contractor shall be deemed<br />

to have indemnified BSNL in respect of all claims / demands / proceedings / damages / costs<br />

/ charges and expenses etc whatsoever arising out of or in relation to any such matters on<br />

account of acts of commissions or omissions on the part of contractor. Neither any extension<br />

of time shall be granted to contractor nor anything shall be paid to contractor on this account<br />

22. Contractor shall have to make his own arrangements to hoist up all the materials tool and<br />

plants, equipment etc. at the place of work as well as lowering down the same along with<br />

debris and salvaged materials without causing any dust, noise, nuisance, spillage and safety<br />

hazard to any of the employees or property of BSNL or public at large. The contractor shall<br />

get the work-methodology / scheme approved from the engineer-in-charge well in advance.<br />

23. Wherever and whenever prescribed by the Engineer in charge the Contractor shall have to<br />

provide proper uniform with safety helmets and safety belts to his labourers along with photo<br />

identity-passes at his own cost. The identity pass shall contain the full name, father’s name,<br />

date of birth, present address and permanent address of the labourer. A copy of such pass<br />

shall also be submitted to the Engineer-in-charge. Without this the entry to the labourers in<br />

the premises is liable to be refused by BSNL due to security reasons. The contractor shall be<br />

bound to observe the restrictions in working hours as imposed by BSNL or Police or<br />

Municipality or State Govt. administration etc from time to time to ensure safety and security.<br />

Wherever required contractor shall have to carry out the work with prior written approval of<br />

the engineer-in-charge during night hours also to make up such delays. Neither any extension<br />

of time shall be granted to contractor nor anything shall be paid to contractor on this account.<br />

Contractor 25<br />

Executive Engineer


24. Taxes and Royalties<br />

24.1 Income Tax and surcharges over the Income Tax etc. at the rates fixed by the Ministry of<br />

finance, Government of India, shall be deducted from all the running and final bills of the<br />

contractor. Should there be any increase in rate of Income Tax and surcharge during<br />

execution of the contract, the same shall be payable by the contractor.<br />

24.2 Works Contract Sales Tax as prevalent as per statutory orders of State/ Central Government<br />

and shall be charged on gross value of all the bills and shall be recovered from each bill of<br />

the contractor as ‘works contract sales tax’. Should there be any increase in rate of Works<br />

Contract Sales Tax during execution of the contract, the same shall also be payable by the<br />

contractor.<br />

24.3 Royalty shall have to be paid by the contractor on all materials such as stone, bricks,<br />

boulders, metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other<br />

materials used for the execution of the work direct to the Revenue Authority of the District/<br />

State Govt. concerned. The contractor shall be bound to obtain “No Demand” certificate from<br />

the District/ State Govt. authority concerned before the final bill is paid for the work, failing<br />

which necessary recovery will be affected at the applicable rates from the contractor.<br />

25. Secured Advance:<br />

25.1 Secured advance on bricks, stone, stone aggregate brought at site for bona fide use and<br />

consumption in the work during period not exceeding three months shall be paid only after<br />

receipt of satisfactory test results from the laboratory and provisions under the rules.<br />

25.2 Secured advance on steel doors, steel windows, etc. shall be paid only after the Engineer in<br />

Charge has personally verified that the materials brought at site of work, for use in work,<br />

conforms to the sample approved by him.<br />

25.3 Secured advance whenever admissible on water supply, sanitary installation materials and<br />

fittings shall be allowed only after the Engineer in Charge has verified that materials brought<br />

at site have been checked by him personally and are in conformity with the samples approved<br />

by him.<br />

25.4 Secured advance for terrazzo tiles shall be paid only after satisfactory results are received<br />

from the laboratory.<br />

26 A Site Order Book as per the format prescribed hereunder shall also be maintained for each<br />

job order at site to record the various instructions / observations by the Engineer in charge<br />

and / or his authorized sub ordinates and / or the superior BSNL authorities competent to<br />

inspect/ monitor the work and or to issue instructions/ directions. The Site Order Book shall<br />

be got certified by the Engineer-in-charge regarding the number of pages it contains, each<br />

page being numbered. Each entry in the Site Order Book shall be duly acknowledged and<br />

complied with by the contractor. The contractor may also record his observations in the Site<br />

Order Book. Site Order Book shall have to be submitted along with the bill. The contractor’s<br />

bill for the work, where Site Order Book has not been submitted shall be liable to be delayed.<br />

Neither any claim whatsoever shall be entertained nor any extra amount over & above the<br />

rates / percentages applicable as per pricing schedule A shall be payable on this account.<br />

27 The entrusting of the work to the contractor under this contract shall be at the sole discretion<br />

of the Engineer-in-Charge and the contractor shall have no right or claim for execution of<br />

every work cropping / coming up in the area/ premises etc during the currency of the<br />

contract. The Engineer in Charge shall have undisputable right and discretion to invite<br />

separate tenders or engage separate agency through any means as he deems fit for carrying<br />

out a particular piece of work instead of assigning that work to the contractor under this<br />

contract. No claim of the contractor of any sort whatsoever e.g. loss of business / profit etc on<br />

this account shall be entertained.<br />

28 In some cases of urgent nature of work where the issue of formal job-order in writing to the<br />

contractor may take some time due to procedural/ administrative formalities of BSNL, the<br />

contractor shall be bound to commence the job within the period as required & directed by<br />

Contractor 26<br />

Executive Engineer


the Engineer-in-Charge/ by his authorized subordinate after issue of written order for<br />

commencement of such work by the Engineer-in- Charge. Neither any claim whatsoever shall<br />

be entertained nor any extra amount over & above the rates / percentages applicable as per<br />

pricing schedule A shall be payable on this account.<br />

29 The contractor shall have to make available himself or his authorized representative who will<br />

be fully responsible for the work to be done under this contract and for receiving instructions<br />

daily from the engineer-in-charge or from his authorized subordinate. No workmen shall be<br />

allowed to live in the compound/ premises. The contractor shall make his own arrangements<br />

at his own risk and cost for accommodation of his personnel and nothing extra shall be paid<br />

on this account.<br />

30 The contractor shall take all precautions to prevent any unlawful rights or disorderly conduct<br />

or acts of his employees deployed for the work so as to ensure the preservation of peace and<br />

protection of persons / occupants / users and property of BSNL. The Engineer in Charge may<br />

require the contractor to dismiss or remove from the site of the work any person or persons<br />

(including technical / supervisory staff, skilled and / or unskilled workmen etc, contractor’s<br />

agents etc) in the contractor’s employment / association upon the work who may be<br />

incompetent or misconducts himself and the contractor shall forthwith comply with such<br />

requirements. The Engineer in charge shall not be bound to give reasons for his such demand.<br />

Failure on the part of contractor to comply with such a demand from the Engineer in charge<br />

shall render the contractor liable for compensation @ Rupees Five Hundred Per day of<br />

default for each such worker.<br />

31 The quantum of work indicated in the schedule is tentative. Quantum of work may get<br />

increased or decreased as per limit prescribed in schedule F. The site may not have proper<br />

motorable approach road and the agency will have to make his own arrangement for carrying<br />

the materials to the site of work. Agency will not be entitled to any claim in respect of loss or<br />

profit on account of reduction in scope of work. The rates quoted by the contractor are for all<br />

quantities and will remain valid for the period of contract or up to the completion of work<br />

whichever is later.<br />

Contractor 27<br />

Executive Engineer


PROFORMA FOR SITE ORDER BOOK<br />

1. Name of Work<br />

2. Agreement No.<br />

3. Name of Job Order (wherever applicable)<br />

4. Job Order No.(wherever applicable)<br />

5. Date of Commencement<br />

6. Time Period of Completion<br />

SN<br />

Date Remarks of JTO(C)/ SDE(C)/ EE(C)/ Inspecting Officer /<br />

Contractor Action to be taken by,<br />

Details of action taken, compliance etc<br />

Sign of JTO(C)<br />

Sign of SDE(C)<br />

Sign of EE(C)<br />

Sign of Contractor<br />

Remarks,<br />

Details of further action required, complied, closed etc<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

7. Date of Actual Completion of work<br />

8. Final observations / Remarks of JTO(C) / SDE(C) JTO(C) SDE(C)<br />

Contractor 28<br />

Executive Engineer


SN<br />

Nature of Hindrance in the work<br />

Items of work that could not be executed<br />

Date of start of hindrance<br />

Date of removal of hindrance<br />

Overlapping Periods if any<br />

Net hindrance in days<br />

Weightage of this hindrance<br />

Net effective days of hindrance<br />

Sign of SDEs<br />

Sign of EE<br />

Remarks of Reviewing Officer<br />

PROFORMA OF HINDRANCE REGISTER<br />

Contractor 29<br />

Executive Engineer


PROFORMA OF APPLICATION FOR EXTENSION OF TIME<br />

1. Name of Contractor<br />

2. Name of work<br />

3. Agreement No.<br />

4. Estimated amount put to tender<br />

5. Date of commencement of works as per agreement.<br />

6. Time Period allowed for completion as per agreement.<br />

7. Date of completion stipulated in the agreement.<br />

8. Actual date of completion.<br />

9. References / Details of the extensions, if any, previously given for this work<br />

10. Reasons for which extensions have been previously given<br />

11. Period of Time for which Extension is now being applied From Date ………………………..<br />

to Date……………………….<br />

12. Details of the Hindrances in the work :<br />

(a) SN<br />

(b) Nature of Hindrance in the work, Reasons etc.<br />

(c) Date of Occurrence of hindrance<br />

(d) Date till which hindrance likely to last / till which lasted<br />

(e) Total duration of hindrance.<br />

(f) Period for which extension required for the hindrance<br />

(g) Overlapping Periods if any<br />

(h)Net Extension of time applied for<br />

(i) Remarks, Justification etc<br />

Total Period on account of hindrances as mentioned above : Days<br />

(13) Details of Extra work and the amount involved.<br />

a. Agreement Amount<br />

b. Total value of extra work<br />

c. Proportionate period of extension of time for extra work: Days<br />

Total Extension of Time required for 9 and 11 above :<br />

14. List of documentary evidence enclosed in support of above information:<br />

a)<br />

b)<br />

c)<br />

d)<br />

e)<br />

f)<br />

g)<br />

15. Date of application<br />

16. Date of submission of application to SDE(Civil) in charge<br />

I hereby declare that the above information is true to my knowledge and belief and the<br />

hindrances claimed is as per agreement conditions only.<br />

Signature of Contractor with seal / stamp…………………..<br />

Name of Signatory…………………………………………<br />

Contractor 30<br />

Executive Engineer


ADDITIONAL SPECIFICATIONS OF CONTRACT<br />

A. The Additional Specifications No. 1 to 2.18.3 as stipulated on page nos from 106 to 112 of<br />

the “Standard Form No. BSNL-W-7 / 8” shall be deemed to have been deleted and replaced<br />

with the additional specifications specified hereunder.<br />

B. The quoted rates for various items in the tender shall be deemed to be inclusive of all the<br />

additional specifications and for adherence to all these specifications, no extra payment shall<br />

be made to the contractor. Any infringement and/or breach of these specifications shall render<br />

the contractor liable to action(s) under various clauses of the contract and such action<br />

stipulated in conditions therein.<br />

ADDITIONAL SPECIFICATIONS<br />

1.1 These additional specifications shall be read and followed in addition to the normal<br />

specifications applicable to the contract as mentioned under Schedule F of Part I of the tender<br />

document.<br />

1.2. The work will be carried out in accordance with the architectural drawings and structural<br />

drawings to be issued by the Engineer in Charge. The structural and architectural drawings<br />

issued by the Engineer-in-charge and being followed for execution, shall at all times be<br />

properly co-related by the contractor or his technical representative / staff before executing<br />

any work and required clarifications shall be obtained from the E-in-Charge.<br />

1.2.1. Incase of any difference noticed between Architectural and Structural drawings, the<br />

contractor shall obtain final decision in writing of the Engineer in Charge.<br />

1.2.2. In case of any discrepancy in the item given in the schedule of quantities appended with the<br />

tender and architectural drawings relating to the relevant item, former shall prevail unless<br />

otherwise given in writing by the Engineer in Charge<br />

1.3. For items where so desired, samples shall be prepared before starting the particular items of<br />

work for prior approval of the Engineer in Charge and nothing extra shall be payable on this<br />

account.<br />

1.3.1 Samples of typical portion of woks of repetitive nature such as quarters, typical room, toilet<br />

room, or any other work desired by the Engineer-in-Charge of work shall be prepared by the<br />

contractor under the direction and to the satisfaction of the Engineer-in-Charge and got<br />

approved from him in writing before the commencement of these items for the entire work.<br />

This shall not have any effect on the general progress of the work or on any of the terms and<br />

conditions of the contract. Neither any extension of time shall be granted to the contractor on<br />

this account nor anything shall be paid to the contractor.<br />

1.4. No materials arranged procured and brought at site of work by contractor shall be used and<br />

consumed in the work unless it is established by Mandatory test results that such material<br />

fully conforms to the required specifications. The contractor shall be bound to produce and<br />

submit samples of all the materials, fittings etc required to be provided in the work,<br />

sufficiently in advance of the actual requirements and shall obtain written approval from the<br />

Engineer-in-charge. Contractor shall be bound to provide the materials, fittings etc strictly as<br />

per approved samples. Such approved samples shall be fully preserved by the contractor at<br />

his own cost under double lock system. Contractor shall also be fully responsible for all<br />

delays in the work due to late submission of samples for such approval and also due to<br />

rejection of samples of materials etc not conforming to the specifications or schedule of<br />

quantities of items of work. No extension of time shall be granted on this account.<br />

1.4.1. Samples of all materials, fittings & fixtures such as doors, windows, terrazzo tiles, sanitary,<br />

water supply drainage fittings, and fixtures shall be tested well in advance and got approved<br />

from the Engineer-in-charge of work in writing before placing orders for their bulk quantity<br />

needed for the work. The contractor shall obtain the approval from the Engineer in Charge of<br />

such firms/ manufacturers prior to procurement of such factory made items/materials.<br />

The Engineer in charge may, at any stage, inspect such factories/ manufacturing units.<br />

The contractor shall have no claim if the factory made materials brought to the site are<br />

Contractor 31<br />

Executive Engineer


ejected by the Engineer in charge in part or in full due to bad workmanship/ quality etc. even<br />

after the inspection of the manufacturing units.<br />

1.4.2. The manufactured materials brought at site of work shall, in general, conform to the relevant<br />

specifications. The source for supply of the manufactured materials shall be approved by the<br />

Engineer in charge. The contractor shall have no claim if the manufactured materials brought<br />

to the site are rejected by the Engineer in charge in part or in full due to bad workmanship/<br />

quality etc.<br />

1.4.3. The preference amongst the various alternative materials available shall be as follows:<br />

(a) The materials shall be as per the Brand specified in the items of work.<br />

(b) If the material of specified Brand is not available then the material shall be ISI marked.<br />

However contractor shall have to satisfy the engineer in charge by producing conclusive<br />

evidence to prove that the particular brand as stipulated in the schedule of items is not<br />

available.<br />

(c) If ISI marked item is not available then it should be from ISO certified Company.<br />

(d) If the ISI marked or ISO certified items are not available then the best available items in<br />

the market to be procured. However the Engineer in charge shall be the final authority to<br />

accept or reject such items / materials.<br />

1.4.4. Wherever any specific reference to brand name or make or manufacturer about any product<br />

or article or material is made in the schedule of quantities of items of work, only article/<br />

product/ material so specified shall be provided and used by the contractor. For providing and<br />

using the equivalent of such article/ product/ material, the contractor shall be bound to obtain<br />

the prior written approval from the Engineer-in-charge prior to any such use. Engineer-incharge<br />

shall have full powers in the matter to decide duly considering the technical and<br />

financial aspects whether a particular brand of a product as claimed by the contractor is<br />

actually and really equivalent to that specified in the schedule of quantities for which the<br />

contractor has contracted the rates or not. Nevertheless, in case the prevailing price of such<br />

equivalent article/ product/ material including its cost of transportation to worksite is less<br />

than the prevailing price of the brands specified in the schedule of quantities of items, then<br />

necessary recoveries / deductions shall be made from the contractor’s bills and the contractor<br />

shall have no claim whatsoever in this matter.<br />

1.4.5 For Proprietary items / articles / materials required and specified in the work, the contractor<br />

shall make all efforts and place the procurement order, well in advance of the actual<br />

requirement of such materials / articles etc, to the relevant manufacturers / suppliers under<br />

intimation to the Engineer-in-charge so as to get timely supply of such materials. In case of<br />

delay on the part of the contractor in placing the proper purchase order or delay in<br />

procurement of such items / materials / articles by the contractor, the contractor shall not be<br />

entitled for EXTENSION OF TIME for such delay unless it is conclusively proved by the<br />

contractor to the satisfaction of engineer in charge that such delay is not attributable to the<br />

contractor.<br />

1.5 The agreement-rates shall be inclusive of the quantity or number of materials / articles<br />

required for mandatory testing as per frequency specified in the specifications and the<br />

contractor shall be bound to make all the arrangements required on his part to ensure that all<br />

the mandatory tests are carried out as and when required during progress of the work as per<br />

the frequency of testing specified in the specifications. The Engineer-in-charge reserves the<br />

right of not allowing any payment to the contractor in respect of those quantities of items of<br />

work for which the condition of mandatory testing of materials is not fulfilled satisfactorily<br />

by the contractor.<br />

1.6 Engineer-in-charge shall have the right to demand from the contractor the submission of<br />

certified copies of original cash-memos, invoices, bills, challans etc in connection with the<br />

materials procured by the contractor for bonafide use in the work and the contractor shall be<br />

bound to produce all such documents at his own cost as are required by the Engineer-in<br />

charge. Nothing shall be paid to contractor on this account.<br />

Contractor 32<br />

Executive Engineer


2. The following modifications to the specifications applicable to the contract as mentioned<br />

under Schedule F of Part I of the tender document shall, however, apply:<br />

2.1. Earth Work<br />

2.1.1. During excavation and trenching work etc., the contractors shall ensure compliance to the<br />

guidelines in such matters laid down by the local body / bodies to ensure that there is<br />

minimum hazard to the operating personnel and users, minimum inconvenience to the users,<br />

minimized damage to the underground plant/ services of other utilities in a coordinated way,<br />

in the interest of public convenience and overall safety of the adjoining structures etc.<br />

2.1.2. Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be<br />

commenced by the contractor only when all men, machinery’s and materials have been fully<br />

arranged and closing of the trench(s) thereafter shall be ensured within the least possible<br />

time.<br />

2.1.3. Surplus excavated earth which is beyond the requirement of the B.S.N.L. shall have to be<br />

disposed of by the contractor at his own cost beyond the municipal limits or at places<br />

identified by the local bodies or as directed by the Engineer in Charge after obtaining written<br />

permission of the Engineer in Charge and no payment will be made by the Department for<br />

such disposal of this surplus excavated earth. In case contractor for his convenience wishes to<br />

store the excavated earth away from the construction site then he shall obtain prior<br />

permission in writing from the engineer in charge. However in such cases entire cost of<br />

transportation and storage shall have to be borne by contractor and nothing extra shall be<br />

payable to the contractor.<br />

2.1.4. The contractor shall, at his own expense and without extra charges, make provision for all<br />

shoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of<br />

water. The foundation trenches shall always be kept free from water by continuous pumping<br />

out of water by contractor at his own cost while all the works below Ground Level are in<br />

progress, without any extra payment.<br />

2.2. Reinforced Cement Concrete Work & Plain Cement Concrete<br />

2.2.1. Stone Aggregate. All Stone aggregate and stone ballast shall be of hard stone variety to be<br />

obtained from approved quarries or from any other source which shall be got approved in<br />

writing by the contractor from the Engineer-in-charge before commencement of the work.<br />

Nothing extra on this account shall be payable to the contractor. However all such Stone<br />

aggregate to be used in the work shall conform to the relevant provisions in the CPWD<br />

Specifications.<br />

2.2.2. Fine Sand / Coarse Sand: Fine sand / Coarse sand to be used in the work shall be obtained<br />

from sources approved by Engineer In Charge and shall conform to the relevant provisions in<br />

the CPWD Specifications.<br />

2.2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work<br />

to achieve the required particle size distribution as per CPWD Specifications in order to<br />

obtain smooth surface and nothing extra shall be paid to the contractor on this account.<br />

2.2.2.2 In case Engineer in charge demands the washing of sand before use in the plaster work then<br />

the contractor shall be bound to wash such sand with clean potable water before using it in<br />

plaster work. Nothing extra shall be payable on this account.<br />

2.2.3 Water: It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification<br />

2.3. R. C. C. work (Design Mix Concrete) Wherever the RCC work is specified to be done with<br />

Design Mix Concrete, the particular specifications, as applicable, shall apply.<br />

2.4. R.C.C.Work (Nominal mix concrete) Water Cement Ratio: For RCC Works, wherever<br />

nominal mix of concrete is stipulated in the items for work, for maintaining proper quality<br />

and durability requirements of the structure, maximum water cement ratio shall be restricted<br />

to 0.50 unless otherwise stipulated in the item. If in normal course of work, the required<br />

workability is not achieved suitable plasticizers/ admixtures shall be used by contractor for<br />

improving the workability of concrete upto desired level with the approval of Engineer in<br />

Charge for which nothing extra shall be paid to the contractor. The quantity and brand of<br />

Contractor 33<br />

Executive Engineer


such plasticizer/ admixture shall be only and strictly as approved in writing by the engineer in<br />

charge.<br />

2.5. Nondestructive Testing for Concrete/ R.C.C Work: The Engineer in charge shall, at his<br />

discretion, get the nondestructive testing (Such as Ultrasonic Pulse Velocity Test etc.) done<br />

and the Contractor shall make all necessary arrangements for getting such tests done and<br />

make good the same after the test, for which nothing extra shall be paid. The results of such<br />

tests shall be binding on the Contractor. In case of nonconformity of the test to the standards,<br />

the contractor shall be liable to redo the concrete work at his own cost including the cost of<br />

test, subject however, to the acceptability of the work as laid down in the mandatory test<br />

defined in the relevant CPWD specifications.<br />

2.6. Cement slurry, if any, added over base surface (or) for continuation of concreting for better<br />

bond is deemed to have been in built in the items (Unless other wise explicitly stated) and<br />

nothing extra shall be payable (or) extra cement considered in consumption on this account.<br />

2.7. Centring and Shuttering For R.C.C Work: The concrete surface shall be free from honey<br />

combing, offsets, superfluous mortar, cement slurry and foreign matter. The formwork shall<br />

be assembled in such a way as to facilitate removal of their parts in proper sequence without<br />

any damage to the exposed cement concrete surfaces and corners etc. The contractor shall<br />

keep skilled staff for special care and supervision to check the formwork and concreting so<br />

that every member is made true to its size, shape, level and alignment so that it does not result<br />

in any deformation, snug, bulges etc. The contractor shall also take suitable precautionary<br />

measures to prevent breaking and chipping of corners and edges of completed work until the<br />

building is handed over. The size of shuttering plates for slabs shall not be less than 0.6 m x<br />

0.9 m in general. However, contractor has to provide tape or wooden fillets or rubber gaskets<br />

to seal the joints properly to get smooth and even surface. Shuttering shall be of such quality<br />

that there are no undulations and surfaces will be fairly even and no extra thick ceiling plaster<br />

shall be permitted to make the surface even. Any honeycombed or poorly formed concrete<br />

shall be repaired with polymer concrete of any suitable design by the Contractor at his own<br />

cost, in accordance with the specifications laid down in hand book of Repairs and<br />

Rehabilitation of RCC Buildings by CPWD. Nothing extra shall be payable to the contractor<br />

on this account.<br />

2.8. BRICK WORK: Bricks used in the work shall be F.P.S. to be obtained from kilns approved<br />

by Engineer In Charge. In all other respects they shall conform to the provisions in CPWD<br />

pecifications.<br />

2.9. STONE WORK: Stone used for stone masonry work shall be hard granite/ basalt/ quartz<br />

stone/sand stone to be obtained from quarries approved by Engineer In Charge and shall<br />

conform to the relevant provision in the CPWD specifications.<br />

2.10. All above materials like stone aggregates, coarse sand, fine sand, Bricks, Surkhi, Stone etc.<br />

confirming to the CPWD specifications to be brought from the sources approved by Engineer<br />

In Charge.<br />

In case, at any stage during execution of work, the material from the approved source<br />

being not available or otherwise, and, is required to be arranged from other sources<br />

conforming to relevant CPWD specifications and duly approved of Engineer in charge,<br />

involving extra lead etc. nothing extra shall be paid on this account.<br />

2.11. WOOD WORK: Timber required for manufacture of chowkhats and shutters for doors,<br />

windows, ventilators, and partitions etc. in the work shall be seasoned. The wood used in the<br />

work shall conform to the provisions in the CPWD Specifications for works.<br />

2.12. FACTORY MADE SHUTTERS etc.: The shutters for doors, windows & ventilators, and,<br />

chowkhats etc. shall be factory made and obtained from suppliers approved by the Engineer<br />

in charge.<br />

2.13. STEEL WORK: All steel doors, steel windows, steel ventilators, wire gauge, steel glazing,<br />

steel grill shall be according to the detailed working drawings and factory made and shall be<br />

obtained from approved suppliers after getting the samples approved from the engineer in<br />

charge well in advance.<br />

Contractor 34<br />

Executive Engineer


2.13.1 In the case of composite steel windows the rates shall include the cost of coupling mullion<br />

and transom etc. Where windows with inside openable shutters are fixed along with windows<br />

with shutters openable outside, such inside openable windows shall be fitted with suitable<br />

friction hinges and openable outside with box type hinges, lever handles or otherwise as<br />

approved by the Engineer in Charge of the work. For such windows, cement concrete blocks<br />

of size 15cmx 10cmx 10cm shall be provided. Nothing extra shall be paid on this account.<br />

2.13.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rolling<br />

shutters, grills etc. an approved quality priming coat of zinc chromate shall be applied over<br />

and above shop coat of primer. Nothing extra shall be payable for providing shopcoat primer.<br />

2.14. Sanitary and Water supply installations<br />

The contractor shall engage licensed plumber for sanitary, water supply, drainage work and<br />

shall be carried out in a manner complying in all respects with the requirement of relevant by<br />

laws of the local municipal authority. The Contractor shall give a guarantee to the effect that<br />

the work shall remain structurally stable and shall guarantee against faulty workmanship,<br />

finishing, manufacturing defects of materials and leakages etc. The Contractor shall furnish a<br />

Guarantee Bond, as per prescribed format. The Guarantee Period shall be valid for 10(Ten)<br />

years.<br />

2.15 Ten percent of the cost of items of sanitary and water supply installations would be retained<br />

as guarantee money to watch the performance of the work done. However half of the amount<br />

so withheld would be released after five years, if the performance of the work done is<br />

satisfactory. If any defect is noticed during the guarantee period of 10 years, it shall have to<br />

be rectified by the contractor at contractor’s cost within seven days, and if not attended to so<br />

by contractor, the same will be got done by the engineer in charge from another agency<br />

entirely at the risk and cost of the contractor. However this security money can be released in<br />

full, if a bank guarantee from nationalized Bank of equivalent amount for TEN years after<br />

completion of maintenance period is produced and deposited by contractor with the BSNL<br />

2.16. FLOOR TEST FOR TELEPHONE EXCHANGE BUILDINGS: The floor of Technical<br />

rooms in the T.E. buildings shall be laid in such a way that the limits in floor levels would not<br />

be exceeded as follows.<br />

i) The levels at any places when checked over a distance of one metre in any direction would<br />

not show variation in floor levels in excess of 3mm.<br />

ii) The levels if checked over a distance of 4 metre in any direction shall not to exceed 5mm.<br />

iii) The maximum permissible variation in the levels at any two points more than 4 meters<br />

away in any direction in the same room shall not be more than 8mm.<br />

iv) Floor levels shall be taken at every metre and recorded in a “Level chart” for flooring in<br />

all technical room. This shall be checked, prepared and Certified by the Assistant Engineer in<br />

Charge of the work and contractor. This level chart shall be checked by the Engineer in<br />

Charge of work to satisfy himself that levels in the floors of technical rooms are with in the<br />

variation limits laid down at I) to iii) above.<br />

2.16.1 No payment of flooring in Technical room shall be allowed till “Level Chart” is prepared and<br />

meets the requirements of levels mentioned above.<br />

2.17. TEST RESULTS & RELATED ASPECTS<br />

2.17.1 Normally, part rate payment shall be allowed entirely at the discretion of the engineer in<br />

charge in the running account bills only if the materials conforming to the CPWD<br />

specifications for works as mentioned in the work are tested and test results are found to be<br />

satisfactory by the Engineer in Charge.<br />

2.17.2 The Engineer in Charge of work shall check the test results and satisfy himself before<br />

allowing any payment in the bill.<br />

2.18. WATER PROOFING:<br />

2.18.1 Treatment for roof surfaces: For the item of the cement based water proofing treatment of<br />

Roof Surfaces with integral waterproofing compound the particular specifications given as<br />

under shall be applicable.<br />

Contractor 35<br />

Executive Engineer


2.18.2 The Contractor shall associate himself with the specialized firm, to be approved by the<br />

Engineer in charge, for execution of the item of water proofing treatment. The contractor<br />

shall furnish a Guarantee Bond, as per prescribed format, from the specialized firm and duly<br />

countersigned by the contractor as a token of overall responsibility. The Guarantee Period<br />

shall be for 10(Ten) years.<br />

2.18.3 Ten percent of the cost of items of water proofing treatment for sunken floors and for roof<br />

terraces would be retained as guarantee money to watch the performance of the work done.<br />

However half of the amount so withheld would be released after five years, if the<br />

performance of the work done is satisfactory. If any defect is noticed during the guarantee<br />

period of 10 years, it shall have to be rectified by the contractor at contractor’s cost within<br />

seven days, and if not attended to so by contractor, the same will be got done by the engineer<br />

in charge from another agency entirely at the risk and cost of the contractor. However this<br />

security money can be released in full, if a bank guarantee from nationalized Bank of<br />

equivalent amount for TEN years after completion of maintenance period is produced and<br />

deposited by contractor with the BSNL.<br />

3.0 For works having contract amount more than Rs. TWENTY Lakh the contractor shall be<br />

bound to arrange and provide within 10 days of the commencement of work the following<br />

testing equipments in the working condition at the work site and shall keep them well<br />

maintained in the proper working condition till completion of the work for use by BSNL<br />

officers or the Engineer-in-charge. Nothing extra on this account shall be payable to the<br />

contractor :<br />

1. One Weighing Balance of capacity not less than 10 Kg and capable of weighing up to<br />

a least count of One Gram, with full set of approved weights .<br />

2. Two Measuring Tapes One of 3 Meters and the other of 20 Metre length.<br />

3. One set of Vernier Calipers with a least count of 0.05mm.<br />

4. One set of Micrometer Screw Gauge with a least count of 0.01mm.<br />

5. One Spirit Level of not less than 30 cm long and capable of checking both horizontal<br />

and vertical surfaces.<br />

6. Magnifying Glass of about 75mm dia.<br />

7. One Graduated cylinder of Glass for silt content test<br />

8. One Concrete Rebound Test Hammer duly calibrated for RCC items only.<br />

9. Ball and Pin Hammer weighing about 400 gram.<br />

10. Six nos. of concrete cube moulds 15 cm x 15cm x 15cm<br />

11. Concrete Slump Cone Test apparatus for RCC items only.<br />

12. Plumb bob with thread.<br />

13. Steel Chisel and steel Knife.<br />

14. All other apparatus / equipment required for field testing of materials / items as per<br />

directions of engineer in charge.<br />

In case the contractor fails to fulfill this condition or fails to provide any of the items<br />

mentioned above, he shall be liable to pay a compensation of Rupees Five Hundred Per Day<br />

of default or part thereof to the Engineer-in-charge and the decision of the Engineer-in-charge<br />

in this regard shall be final and binding upon the contractor. The Engineer-in-Charge shall<br />

have power to procure and arrange such equipment at the risk and cost of the contractor.<br />

Nothing extra shall be paid to the contractor on this account.<br />

Contractor 36<br />

Executive Engineer


PARTICULAR SPECIFICATIONS<br />

1.2. Treatment for roof surfaces: For water proofing treatment of Roof Surfaces with integral<br />

cement based compound (Brick bat coba), following specifications shall be applicable. This<br />

item shall be got executed from specialized agency to be got approved from Engineer in<br />

charge:<br />

1.2.1.1 The bricks bats shall be from over burnt bricks. The proprietary waterproofing compound<br />

shall bear I.S.I. mark and shall conform to IS: 2645. Before execution of work water<br />

proofing compound shall have to be brought at site and a certificate of its conforming to BIS<br />

shall be produced. The proprietary waterproofing compound shall be added at the rate<br />

recommended by the specialist firm but not exceeding 3 percent by weight of cement. The<br />

Engineer in charge reserves the right to collect the random sample from material brought at<br />

site and get it tested from laboratory of his choice. The material which does not conform to<br />

the specifications shall have to be removed forthwith by the contractor.<br />

1.2.1.2 The finished surface after water proofing treatment shall have slope not flatter than 1 in 80.<br />

At no point shall the thickness of water proofing treatment when measured vertically be less<br />

than 65mm anywhere.<br />

1.2.1.3 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes have<br />

been fixed and mouths at the entrance have been eased and rounded off properly for easy<br />

flow of water.<br />

1.2.1.4 The surface where the water proofing is to be done shall be thoroughly cleaned with wire<br />

brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface<br />

shall be treated with neat cement slurry admixed with proprietary water proof compound to<br />

penetrate into crevices and fill up all the pores in the surface. The cement slurry shall be<br />

applied at the junction of parapet and terrace slab including the vertical face of the parapet.<br />

1.2.1.5 After the slurry coat is laid, layer of over burnt brick bats shall be laid in cement mortar of<br />

mix as specified by specialist firm but not leaner than 1:5(1cement: 5coarse sand) admixed<br />

with proprietary water proofing compound to required gradient and joints filled to half the<br />

depth. The bricks bat layer shall be rounded at the junctions with the parapet and tapered<br />

towards top for a height of 300mm curing of this layer be done for 2 days.<br />

1.2.1.6 After curing the surfaces shall be applied with a coat of cement slurry admixed with<br />

proprietary water proofing compound.<br />

1.2.1.7 Joints of bricks bat layer shall be filled fully with cement mortar of mix as specified by the<br />

specialist firm but not leaner than 1:5 (1cement:5 coarse sand) admixed with proprietary<br />

water proofing compound and finally top finished with average 20mm thick layers of cement<br />

mortar:1 :4(1cement:4 coarse sand) and finished smooth with cement slurry mixed with<br />

proprietary water proofing compound. The finished surface shall have marking of 300 x<br />

300mm false squares to give the appearance of tiles.<br />

1.2.1.8 Curing of water proofing treatment shall be done for a minimum period of TWO weeks by<br />

flooding the water by making kiaries etc.<br />

1.2.2 MEASUREMENTS: The measurement shall be taken for plan area of terrace only. Length<br />

and breadth shall be measured correct to 1cm. And area shall be worked out to nearest<br />

0.01sqm. No deduction in measurement shall be made for either opening or recesses for<br />

chimney, stacks roof lights and the like of area up to 0.01sqm not anything extra shall be paid<br />

for forming such openings. For similar areas exceeding 0.10 sqm, deduction will be made in<br />

measurements for full openings and nothing extra shall be paid for making such opening.<br />

1.2.3 Rates: The rate shall include the cost of all labour and materials involved the all operations<br />

described above.<br />

Contractor 37<br />

Executive Engineer


1.3 WATER PROOFING TREATMENT FOR SUNKEN FLOORS OF W.C.S ETC.:-<br />

The contractor as per the prescribed proforma shall guarantee all the items for water<br />

proofing treatment. However the water proofing treatment work shall be got done through an<br />

approved specialised agency. All the materials used in the work shall be of first quality. The<br />

proprietary waterproofing compound shall conform to I.S. 2645 – 1975. The finished surface<br />

after water proofing treatment shall have required slope. While treatment of sunken floors is<br />

done, it shall be ensured that the ‘S’ or ‘P’ traps as the case may be have been fixed / eased<br />

and rounded off properly. The surface where the waterproofing is to, be done shall be<br />

thoroughly cleaned with wire brushes. All loose scales shall be removed and dusted off and<br />

applied with a coat of neat cement slurry admixed with proprietary water proofing compound,<br />

to penetrate into crevices and fill up all the porosities in the surface. Curing of water proofing<br />

treatment shall be done for a minimum period of ten days. Measurement:- Clear<br />

measurements from wall to wall only shall be measured for payment. No deduction in<br />

measurements shall be made for either openings or recess for ‘P’ or ‘S’ traps and the likes for<br />

areas up to 0.40 Sq. m. nor anything shall be paid for forming such openings. For similar<br />

areas exceeding 0.40 Sq. m. deductions shall be made in measurements for full opening and<br />

nothing extra shall be paid for making such openings. Length and breadth shall be measured<br />

correct to a cm and its areas shall be calculated in square metre correct to two places of<br />

decimal. The measurement for finished water proofing treatment for sidewalls shall be<br />

measured beyond the initial height of 100mm for the payment. Rate:- The rate shall include<br />

the cost of all labour and materials involved in all the operations described above.<br />

Guarantee:-The above water proofing treatment shall be guaranteed for the period specified<br />

in the contract against any leakage etc. in the prescribed proforma.<br />

Contractor 38<br />

Executive Engineer


Contractor 39<br />

Executive Engineer


GUARANTEE BOND-I<br />

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS<br />

AFTER COMPLETION IN RESPCT OF WATER PROOFING WORKS.<br />

( FOR BASEMENT SLAB WALLS ETC.)<br />

This agreement made this ----------------------------------- day ------------------ of --------------<br />

Two thousand --------------------------- and -------------------------------- between -------------------------son<br />

of ---------------------- of ---------------------------- ( herein after call the Guarantor of the one part )<br />

and the <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong>( herein after called the B.S.N.L of the other part).<br />

WHEREAS THIS AGREEMENT is supplementary to a contract ( herein after called the<br />

contract ) dated ----------------------- and made between the GUARANTOR OF THE ONE part and<br />

the B.S.N.L.of the other part, where by the contractor inter alin, underlook to render the buildings<br />

and structures including basement by the said contract recited completely water and leak proof.<br />

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said<br />

structure including the basement structure will remain water and leak proof for ten years for<br />

basement slab & walls etc. from the date of giving water proofing treatment.<br />

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render<br />

the structures completely leak proof and the minimum life of such water proofing treatment shall be ten<br />

years to be reckoned from the date after the maintenance period prescribed in the contract.<br />

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural<br />

defects or misuse of basement slab/walls etc or alteration and for such purpose.<br />

a). Misuse of basement slab/walls etc shall means any operation which will damage water proofing<br />

treatment like chopping of the wood things of the same nature which might cause damage to the<br />

basement slab/walls etc.<br />

b). The decision of the Engineer In-charge with regard to cause of leakage shall be final.<br />

During this period of guarantee the Guarantor shall make good all defects and in case of any<br />

defects being found render the building water proof to the satisfaction of the Engineer In-charge at<br />

his cost and shall commence the work for such rectification within seven days from the date of issue<br />

of the notice from the Engineer In-charge calling upon him to rectify the defects failing which the<br />

work shall be got done by the department by some other contractor at the GUARANTOR’s cost and<br />

risk. The decision of the Engineer In-charge as to the cost, payable by the Guarantor shall be final<br />

and binding.<br />

That if guarantor fails to execute the water proofing or commits branch there under the then<br />

the Guarantor will indemnify the Principal and his successors against all loss, damage, cost expense<br />

or otherwise which may be insured by him by reason of any default on the part of the GUARANTOR<br />

in performance and observance of the supplementary agreement. As to the amount of loss and / or<br />

damage and /or cost incurred by the B.S.N.L. the decision of the Engineer In-charge will be final and<br />

binding on the parties.<br />

IN WITNESS WHERE OF those presents have been executed by the obligor ----------------------<br />

and by ------------------------------- and for and on behalf of the <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong><br />

<strong>LIMITED</strong> on the day, month and year first above written.<br />

Signed,sealed and delivered by OBLIGOR in the presence of<br />

1. __________________________________________________<br />

2. __________________________________________________<br />

SIGNED FOR AND ON BEHALF OF THE <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong> BY<br />

_____________________________________________________ in the presence of<br />

Contractor 40<br />

Executive Engineer


GUARANTEED BOND - II<br />

(FOR ROOF SURFACE AND SUNKEN FLOORS )<br />

The agreement under this ________________________ day of _________________two<br />

thousand and _________________ between ____________________ sum of ____________<br />

thereinafter called the Guarantor of the one part ) and the <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

( herein after called the B.S.N.L. of the other part.)<br />

WHEREAS THIS agreement is supplementary to a contract ( hereinafter called the contract )<br />

dated and made between the GUARANTOR OF THE ONE PART and B.S.N.L on<br />

the other part, whereby the contractor interalia, undertook to render the buildings and structures. In<br />

the said contract recited completely water and leak proof.<br />

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said<br />

structure will remain water and leak proof “ for five years for roof slab” sunken floors from the date<br />

of giving of water proofing treatment.<br />

NOW THE GUARANTOR here by guarantees that water proofing treatment given by him will<br />

under the structures completely leak proof and the minimum life of such water proofing treatment<br />

shall be five year for roof slabs. Sunken floors to be reckoned from the date after the maintenance<br />

period prescribed in the contract.<br />

Provided that the Guarantor will not be responsible for leakage cause by earthquake or structural<br />

defects or misuse of roof of alteration and for such purpose.<br />

a) Misuse of roof shall mean any operation which will damage water proofing treatment<br />

like chopping of fire wood and things of the same nature which might cause damage to the room.<br />

b) Alteration shall mean construction of an additional storey or a part of the roof or<br />

constructions adjoining to existing roof whereby water proofing treatment is removed in parts.<br />

c) The decision of the Engineer In-Charge with regard to cause of leakage shall be final.<br />

During the period of guarantees the Guarantor shall make good all defects and in case of any<br />

defect being found render the building water proof to the satisfaction of the Engineer In-Charge at<br />

his cost and shall commence the works for such rectification within seven days from the date of<br />

issue of the notice from the Engineer In-Charge calling upon him to rectify the defects failing which<br />

the work shall be got done by the Department by some other contractor at the GUARANTORS cost<br />

and risk. The decision of the Engineer In-Charge as to the cost payable by the Guarantor shall be<br />

final and binding.<br />

That if guarantor fails to execute the water proofing or commits breach there under then the<br />

Guarantor will indemnify the Principal and his successors against all loss, damage, cost expense or<br />

otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR<br />

in performance and observance of this supplementary agreement. As to the amount of loss and /or<br />

damage and/ or cost incurred by the B.S.N.L. the decision of the Engineer In-Charge will be final<br />

and binding on the parties.<br />

IN WITNESS WHEREOF those presents have been executed by the obligor ___________ and by<br />

___________________ and for and on behalf of the <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong> on<br />

the day, month and year first above written.<br />

SIGNED, Sealed and Delivered by OBLIGOR in the presence of<br />

1.<br />

2.<br />

SIGNED FOR AND ON BEHALF OF THE <strong>BHARAT</strong> <strong>SANCHAR</strong> <strong>NIGAM</strong> <strong>LIMITED</strong><br />

BY ………………………….<br />

in the presence of.<br />

Contractor 41<br />

Executive Engineer


Sl.No. Clause of para<br />

1. Clause 10CA If after submission of the tender, the price of cement and/or reinforcement steel bars and/or<br />

Galvanized Steel (not being material supplied from the Engineer-in-Charges Stores in<br />

accordance with Clauses 10 thereof) Increase(s)/decrease(s) beyond the price(s) prevailing<br />

at the time of the last stipulated date of receipt of tenders (including extensions, if any) for<br />

the work then the amount of the contract shall accordingly be varied and the provided<br />

further that any such variation shall be effected for stipulated period of contract including<br />

the justified period extended under the provision of clause 5 of the contract without any<br />

action under clause 2 subject to the condition that no such compensation shall be payable<br />

for the work for which the stipulated period of completion is 03(Three) months or less.<br />

However, in case of Tower works, compensation under part (a), (b), (c) of this clause shall<br />

be payable of recoverable to/ from the agency for all contracts for which stipulated period<br />

of completion is even less than 03 (Three) months.<br />

The increase/decrease in prices shall be determined by the All India wholesale indices for<br />

cement & steel (bars & Rods, Galvanized steel, Angles, channels and Section etc.) as<br />

published by the Economic Advisor to Government of India, Ministry of Industry &<br />

Commerce and Star price for cement and/or steel reinforcement bars and/or Galvanized<br />

Steel as issued under authority of concerned C.E. © as valid on the last stipulated date of<br />

receipt of tender including extension if any and for the period under consideration.<br />

The amount of contract shall accordingly be varied for cement and/or reinforcement steel<br />

and/or Galvanized Steel and shall will be worked out as per the formula given below for<br />

individual material.<br />

a)Adjustment for component of cement…..<br />

b)Adjustment for component of reinforcement steel…..<br />

b)Adjustment for component of Galvanized steel…..<br />

Vt = Qt * Spt *(0.85/ TI-TIo)<br />

/TIo) + 0.15((ZI-ZIo)/ZIo))<br />

Vt : Variation in Galvanized steel cost i.e. increase or decrease in the amount in Rupees. to<br />

be paid or recovered.<br />

Qt : Quantity of Galvanized Steel brought at site or used in works since previous bill<br />

(whichever is earlier)<br />

SPt : Star price of Galvanized steel as mentioned in Schedule – F (to be fixed by<br />

concerned CE ©.<br />

TI: All India wholesale index for Tower Steel material (Angles, channels & Sections) for<br />

the period under consideration as published by the Economic Advisor to Government of<br />

India, Ministry of Industry & Commerce.<br />

However, the price Index shall be minimum of the following:<br />

i)Index for the month when the last consignment of Galvanized Steel for the work is<br />

procured or<br />

ii)Index for the month in which half of the stipulated contract period is over.<br />

iii)Index for the period under consideration.<br />

For the period extended under the provisions of clause 5 of the contract without any action<br />

under Clause 2, the same principles as for the period within stipulated period of<br />

completion, will apply.<br />

TIo: All India wholesale index for Tower steel material (Angles,channels & sections) as<br />

published by the Economic Advisor to Government of India, Ministry of Industry and<br />

Commerce and that valid on the last stipulated date of receipt of tender including extension<br />

if any.<br />

ZI: All India wholesale Index for Zinc for the period under consideration as published by<br />

the Economic Advisor to Government of India, Ministry of Industry & Commerce.<br />

However, the price Index shall be minimum of the following:<br />

i)Index for the month when the last consignment of Galvanized Steel for the work is<br />

procured or<br />

ii)Index for the month in which half of the stipulated contract period is over or<br />

iii)Index for the period under consideration.<br />

For the period extended under the provisions of clause 5 of the contract without any action<br />

under Clause 2, the same principle as for the period within stipulated period of completion,<br />

will apply.<br />

ZIo: All India wholesale Index for Zinc as published by the Economic Advisor to<br />

Government of India, Ministry of Industry & Commerce and as valid on the last stipulated<br />

date of receipt of tender including extension if any.<br />

Contractor 42<br />

Executive Engineer


PROFORMA OF SCHEDULES<br />

( Operative Schedules to be supplied separately to each of the intending tenderer)<br />

Tender document<br />

For the work: House keeping of Telephone Bhavan, CSC Bldg., PRO office, Inspection<br />

Quarters, Garden maintenance & Campus cleaning at Sangli for the year<br />

2010-2011.<br />

SCHEDULE `A` SCHEDULE OF QUANTITIES<br />

Schedule of Items of Work Annexed herewith as<br />

the Schedule A (Please refer to the Enclosed sheets)<br />

Contractor shall fill up the rates of each item in words and in figures both legibly and also amount in<br />

figure only in the specified area against each item and not anywhere else.<br />

SCHEDULE `B` SCHEDULE OF MATERIALS TO BE ISSUED TO CONTRACTOR<br />

BY BSNL<br />

i) Cement, Steel reinforcement or any other material<br />

SHALL NOT BE ISSUED/supplied by BSNL to the Contractor unless otherwise specifically<br />

mentioned in the schedule of items of work..<br />

ii) Cement and Steel reinforcement and all other materials conforming to relevant specifications shall<br />

have to be arranged and procured by the Contractor at his own cost as per conditions of NIT.<br />

iii) Cement and Steel reinforcement as per following specifications shall be arranged and procured<br />

by contractor at his own cost as per conditions applicable:<br />

Cement : 43 Grade Ordinary Portland Cement conforming to IS:8112-1989<br />

Steel Reinforcement: Thermo Mechanically Treated Steel<br />

Reinforcement bars of Grade Fe 415 conforming to IS:1786 -1985<br />

manufactured by Secondary producer.<br />

SCHEDULE `C` T&P<br />

All tools and plants required for execution of the work shall have to be arranged by the Contractor at<br />

his own risk and cost.<br />

SCHEDULE `D`<br />

Extra schedule for specific requirements / documents for the work, if any:<br />

Please refer to the Additional and Special Conditions of Contract and<br />

Additional Specifications enclosed herewith in Part ONE.<br />

SCHEDULE `E`<br />

Schedule of component of Materials, Labour etc for escalation under<br />

Clause 10 C of the Clauses of Contract :<br />

CLAUSE 10, 10A,10B, 10C &10D SHALL NOT BE APPLICABLE FOR THIS WORK<br />

SCHEDULE `F`<br />

Name of Work As per NIT form<br />

Estimated Cost of Work As per NIT form<br />

Earnest Money As Per NIT form<br />

Contractor 43<br />

Executive Engineer


Performance Guarantee 5% of the Tendered Amount of the work to be<br />

(for works costing above submitted within 15 days of the issue of acceptance/<br />

Rs.15 lakh.) award of tender. This Can be submitted in the form<br />

of Bank Guarantee on the prescribed format from<br />

any Scheduled Bank.<br />

Security Deposit 5% of the Tendered amount of the work to be<br />

(for works costing above deducted from the bills @ 10% of the gross amount<br />

Rs.15 Lakhs.) of the bill.<br />

( For works costing upto 10% of the tendered amount of work to be deducted from the<br />

Rs.15 Lakhs.) bills.<br />

The Sum Total of Earnest Money + Performance Guarantee + Security Deposit shall not be<br />

less than 10% of the Tendered amount of work.<br />

Officer Inviting Tender As per NIT form<br />

Maximum percentage for quantity As per percentage<br />

of items of work to be executed specified below<br />

beyond which rates are to be<br />

determined in accordance with Clause 12.2 For items of work:<br />

& 12.3 Minus one hundred percent, plus one<br />

hundred percent over the corresponding<br />

value of such item as mentioned in the<br />

Schedule of Quantities of items of work<br />

of the contract Agreement.<br />

Variables / Factors with reference to Standard Form No. BSNL W-7/8 referred to and forming<br />

part of the Tender document.<br />

Clause Section Reference Details / Value<br />

No.<br />

2. v) Conditions of<br />

contract Engineer-in-Charge of the work Executive Engineer (Civil),<br />

inviting the tender Or his<br />

successor officer in charge as per<br />

BSNL rules.<br />

2. viii) Accepting Authority Superintending Engineer<br />

(Civil), BSNL Kolhapur or the<br />

successor officer in charge as per<br />

rules of BSNL<br />

2. x) Percentage on the cost of Ten Percent<br />

materials and labour at worksite<br />

to cover all overheads and profits<br />

2. xi) Standard Schedule of Rates Delhi Schedule of Rates<br />

2007 published by Central Public<br />

Works Department including<br />

correction slips issued by CPWD<br />

till the date of receipt of tenders.<br />

9. ii) Standard BSNL Contract Form<br />

Standard Form No. BSNL W-8,<br />

comprising of General Rules and<br />

directions, Conditions of<br />

Contract, Clauses of Contract,<br />

Contractor 44<br />

Executive Engineer


Safety Code, Model Rules for the<br />

protection of health and sanitary<br />

arrangements for workers<br />

employed by the Bharat Sanchar<br />

Nigam Ltd.or its contractors,<br />

Contractor’s Labour Regulations,<br />

Various Proformas and<br />

Appendices etc including<br />

corrigendum / correction slips<br />

applicable for the above work<br />

and duly approved by the<br />

competent authority for the above<br />

work,<br />

hereinafter referred to as<br />

“Standard Form No. BSNL W-8”<br />

.It shall also deemed to be<br />

inclusive of all the Standard<br />

Publications, Rules, Acts, Laws,<br />

Notifications, Specifications,<br />

Schedule of rates, Standards etc<br />

referred to in the said Standard<br />

Form No. BSNL W-8 with<br />

correction slip2&3and in PART<br />

ONE of the Tender document.<br />

Clause 2 Clauses of Contract<br />

The authority competent for<br />

fixing the amount of compensation Superintending Engineer (Civil),<br />

BSNL Civil Kolhapur or its successor<br />

officer in charge or other competent<br />

officer as per rules of BSNL.<br />

Clause 5<br />

i) Time allowed for As specified in the Notice Inviting<br />

execution of work Tenders/ Tender Conditions<br />

Clause 5<br />

ii) Authority competent to give a Executive Engineer (Civil) in charge<br />

fair and reasonable extension of time of work or its successor officer in<br />

for completion of work charge as per rules of BSNL.<br />

Clause 7 Gross value of work Equivalent to the value of 35% of<br />

to be done together tendered amount or Rs. TWO<br />

with net payment/ Lakh whichever is less.<br />

adjustment of advances<br />

for materials collected,<br />

if any, since the last such<br />

payment for being eligible<br />

to interim payment.<br />

Clause 11. Specifications to be (a) CPWD Specifications 1996<br />

Contractor 45<br />

Executive Engineer


followed for execution Volume I to VII and<br />

of work revised Volume II 2002 for CM &<br />

RCC work (with correction slips issued<br />

by CPWD upto the date of<br />

receipt of Tenders.<br />

(b) Corrections to the CPWD<br />

Specifications as applicable.<br />

(c) Additional Specifications as<br />

annexed<br />

Should there be any difference between the<br />

specifications mentioned above and the<br />

specifications given in the schedule of quantities,<br />

the later shall prevail.<br />

Clause<br />

12.1.2 iii) Schedule of rates for CPWD DELHI SCHEDULE OF RATES 2007<br />

determining the rates for SHALL BE APPLICABLE FOR<br />

additional, altered or EXTRA / SUBSTITUTED ITEMS<br />

substituted items that<br />

cannot be determined under<br />

12.1.2(i) and (ii).<br />

Clause<br />

FOR CONTRACTS.<br />

12.1.2 iii) Plus/ minus the %<br />

over the rate<br />

entered in the<br />

schedule of rates.<br />

Clause<br />

As applicable to the contract<br />

12.2 & 12.3 Limit for value of For items of work<br />

any item of any : Minus ONE HUNDRED PERCENT<br />

individual trade Plus ONE HUNDRED PERCENT<br />

beyond which over the corresponding value of such<br />

sub clauses (i) to (iv) item as mentioned in the schedule<br />

shall not apply and of quantities of items of works of the<br />

Clauses 12.2 and<br />

12.3 shall apply<br />

contract-agreement.<br />

Clause 16. Competent authority For total value of items at<br />

For deciding the reduced agreement rates not exceeding 5%<br />

rates for items of of the Contract Value--Superintending<br />

substandard work Engineer (Civil), BSNL Civil Circle<br />

Kolhapur or its successor in<br />

charge as per rules of BSNL.<br />

Beyond this value -- Chief Engineer<br />

(Civil), BSNL Civil Mumbai or its<br />

successor in charge as per rules of BSNL.<br />

Clause 25. Competent authority for Superintending Engineer (Civil )<br />

Conciliation Civil Circle PUNE or its successor<br />

officer as per rules of BSNL<br />

Clause 36 i) Minimum Qualifications and Qualification:<br />

Experience of Principal Technical (a) Graduate Civil Engineer<br />

representative in charge of the possessing degree in Civil<br />

work on behalf of the contractor Engineering from a University<br />

recognised by University Grants<br />

Contractor 46<br />

Executive Engineer


Commission or its equivalent<br />

degree. OR<br />

(b) Diploma in Civil Engineering<br />

from a recognized Board.<br />

Experience:<br />

(For works costing above Rs.5 lakh.)<br />

(a) At least Two Years experience of<br />

supervision of similar nature or of<br />

building works for Degree Holders<br />

OR<br />

(b) At least Five Years experience<br />

of supervision of similar nature or<br />

of building works for Diploma<br />

Holders.<br />

Note: Such Principal Technical<br />

representative shall be Full Time<br />

and shall also be supported by the<br />

requisite organization<br />

Clause 36. i) Recovery to be effected 1.Rs. 4000/- per month for<br />

from the contractor in the Graduate Engineer.<br />

event of not fulfilling the 2.Rs.2000/- per month for<br />

provisions of Clause 36 i) by Diploma holder.<br />

contractor<br />

Clause 42. i) a) Schedule of rates Delhi Schedule of Rates 2007<br />

for determining consumption for consumption published by Central<br />

of cement and bitumen with Public Works Department including<br />

reference to Standard Constants correction slips issued by CPWD till the date of<br />

opening of Tenders<br />

Clause 42. ii) Permissible variation over the Materials Cement :<br />

Theoretical quantities of MINUS TWO PERCENT<br />

Reinforcement & Structural Steel:<br />

MINUS TWO PERCENT<br />

individually for each diameter, section &<br />

category.<br />

Executive Engineer ©<br />

BSNL Civil Division,<br />

Kolhapur.<br />

Contractor 47<br />

Executive Engineer


Name of work:- House keeping of Telephone Bhavan, CSC Bldg., PRO office,<br />

Inspection Quarters, Garden maintenance & Campus cleaning at Sangli for the year 2010-2011<br />

S.No. Description of items Qty. Rate Unit Amount<br />

1 Sweeping, cleaning of floors of offices, chambers,<br />

conference hall, Internal lobby etc (Excluding Office furniture<br />

,partitions and Equipments etc) and collecting office trash<br />

material and removal of spider nests periodically of all<br />

buildings in campus except staff quarters and disposal of<br />

same to Municipal dust bin daily. In addition, the mopping<br />

of floor area once a week for Admn portion and once daily<br />

for Technical portion respectively. (The above rate deemed<br />

to be included cost of necessary implements, mild<br />

detergents and cost of transportation of trash material to<br />

Municipal dust bins.)<br />

a) For Admn. Portion 11.00 Per<br />

Per<br />

Month Month<br />

b) For Technical / CSC (G/F) portion 11.00 Per<br />

Per<br />

Month Month<br />

2 Cleaning of toilets in all floors of all buildings in campus 11.00<br />

Per<br />

Per<br />

except Staff Quarters once daily including Providing of all<br />

washing material like Acid, phenyls naphthalene balls in<br />

wash basins & urinals this is inclusive of removal of any<br />

choke up in the pipe line complete as per the direction of<br />

Engineer in charge<br />

Month<br />

month<br />

3 Sweeping, Cleaning and mopping building staircase and 11.00<br />

Per<br />

Per<br />

lobby corridors at all floors of all buildings in campus including<br />

Staff Quarters and Basement Cable Chamber monthly and<br />

daily collecting bldg rubbish, garbage from all floors and<br />

disposal to Municipal waste bin.( The rate deemed to be<br />

include cost of brooms, acids,napthalene balls phenol<br />

required for cleaning work.)<br />

Month<br />

month<br />

4 Sweeping of external premises, open, spaces daily 11.00<br />

Per<br />

Per<br />

including removing grass shrubs and unwanted rubbish form<br />

open spaces, cleaning of open surface water drains weekly<br />

and collecting garbage from campus disposal to municipal<br />

dust bins etc. complete as per the direction of Engineer in<br />

charge ( The agency has to arrange necessary tools &<br />

equipment required for cleaning work)<br />

Month<br />

month<br />

Contractor 48<br />

Executive Engineer


5 Maintenance of garden having specified vegetation area ( 1000.00 Per<br />

area of lawn, hedging, flower beds, shrubs and tall plants X11 Sqm<br />

etc. inclusive of following operations Months<br />

1) Cleaning of garden by collecting leaves rubbish stems,<br />

rubble pebble etc. and disposal of same within 50m lead<br />

outside garden area.<br />

2) Watering of entire area of garden with flexible rubber pipe<br />

(water shall be supplied by the Department)<br />

3) Trimming of hedging and flower beds to regular shapes<br />

as directed by Engineer in charge, mowing of lawn using<br />

moving machine once in a month making good any<br />

depression in lawn removing and replacing dead plants in<br />

flower bed hedging and tall plantation, trees etc. wherever<br />

required at the rate of 1.00 Cum per 3000 Sqm.<br />

4)Supplying and applying a dose of dump manure and<br />

chemical fertilizers @ 25Kg. Per 3000 Sqm every fifteen<br />

days spreading pesticides as and when required to control<br />

pest attack ( Rate quoted shall be one month period only<br />

exclusive of water charges).<br />

6 Sweeping, cleaning & mopping of floors daily and staircase 11.00<br />

Per<br />

Per<br />

weekly of Inspection Quarters except Servant quarters and<br />

Internal lobbies etc (Excluding furnitures ,partitions and<br />

Equipments etc) and collecting rubbish material and<br />

removal of spider nests periodically of I Q and cleaning of<br />

Toilets daily of I Q as per the Item No. 1 above and disposal<br />

of same to Municipal dustbin daily. (The above rates<br />

deemed to be included cost of necessary implements, mild<br />

detergents acids, phenyls and naphthalene balls and cost<br />

of transportation of rubbish material.)<br />

Month<br />

month<br />

Total<br />

Executive Engineer (C),<br />

BSNL Civil Division,<br />

Kolhapur<br />

Contractor 49<br />

Executive Engineer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!