28
INVITATION TO TENDER (MHA, Govt. Of India) WEST BENGAL SECTOR HQR. CRPF, CENTRAL RESERVE POLICE FORCE, HC-BLOCK, SECTOR-III, SALT LAKE, P.O:- IB MARKET, KOLKATA-700106 (W.B). ( ACCOUNTS BRANCH, WORKS SECTION ) e-Mail id [email protected] Tele / Fax No. : 033-23340449 ………………………………………………………………………………..………………………………………………………… e-Tender Enquiry No. : B.IV-1/2017-18-WBS-Works Dated, the May, 2017. To, ………………………………. ………………………………. ………………………………. ………………………………. Dear Sir, On behalf of the President of India, I invite you to tender online bid under two bid system for “(i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at Sector-III, Salt Lake, Kolkata-106 (W.B). Details of repair and renovation works of aforesaid residential and non-residential buildings is shown in B.O.Q. of Tender”. 02. If you are in a position to quote for carrying out proposed works in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be properly filled in, signed and submitted through e-procurement site http://eprocure.gov.in/eprocure/app . You must also furnish with your tender all the information called for, attached list of questionnaire should also be answered and submit along with documents through e-procurement site http://eprocure.gov.in/eprocure/app ., failing which your tender will liable to be rejected and not be considered. 03. This tender is not transferable. Thanking you, Yours faithfully, ( Raj Kumar ) DIGP(Prov.&Accts.), WBS Hqr. CRPF for and on behalf of the President of India.

INVITATION TO TENDER

Embed Size (px)

Citation preview

INVITATION TO TENDER

(MHA, Govt. Of India) WEST BENGAL SECTOR HQR. CRPF, CENTRAL RESERVE POLICE FORCE, HC-BLOCK, SECTOR-III, SALT LAKE, P.O:- IB MARKET, KOLKATA-700106 (W.B).

( ACCOUNTS BRANCH, WORKS SECTION ) e-Mail id – [email protected] Tele / Fax No. : 033-23340449

………………………………………………………………………………..………………………………………………………… e-Tender Enquiry No. : B.IV-1/2017-18-WBS-Works Dated, the May, 2017.

To, ………………………………. ………………………………. ………………………………. ………………………………. Dear Sir,

On behalf of the President of India, I invite you to tender online bid under two bid system for “(i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair &

renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at Sector-III, Salt Lake, Kolkata-106 (W.B). Details of repair and renovation works of aforesaid residential and non-residential buildings is shown in B.O.Q. of Tender”.

02. If you are in a position to quote for carrying out proposed works in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be properly filled in, signed and submitted through e-procurement site http://eprocure.gov.in/eprocure/app. You must also furnish with your tender all the information called for, attached list of questionnaire should also be answered and submit along with documents through e-procurement site http://eprocure.gov.in/eprocure/app., failing which your tender will liable to be rejected and not be considered. 03. This tender is not transferable. Thanking you, Yours faithfully, ( Raj Kumar ) DIGP(Prov.&Accts.), WBS Hqr. CRPF for and on behalf of the President of India.

//01// SCHEDULE TO TENDER (OPEN TENDER)

(Government of India, Ministry of Home Affairs) WEST BENGAL SECTOR HQR. CRPF, CENTRAL RESERVE POLICE FORCE, HC-BLOCK, SECTOR-III, SALT LAKE, P.O:- IB MARKET, KOLKATA-700106 (W.B).

( ACCOUNTS BRANCH, WORKS SECTION ) e-Mail id – [email protected] Tele / Fax No. : 033-23340449

………………………………………………………………………………..………………………………………………………… e-Tender Enquiry No. : B.IV-1/2017-18-WBS-Works Dated, the May, 2017.

Tender Cost: Rs. 500/- (Rupees Five Hundred) only

TENDER SET IS NOT TRANSFERABLE

Tender Enquiry No. ::

B.IV-1/2017-18-WBS-Works dated 24/05/2017.

Time and date of submission/receipt of tender ::

By 1600 Hrs on 13/06/2017

Time and date for opening of tender ::

At 1600 Hrs on 14/06/2017

01. The intending tenderers must read the terms and condition carefully and submit their tender if they consider themselves eligible and are in possession of all the required documents, through online tender (e-procurement web site in CPP Portal) before due date & time i.e. by 1600 Hrs on 13/06/2017. Tenderers are also advised to go through the Earnest Money, Payment terms and other clauses, terms and conditions of this Tender Enquiry carefully before filling the Tender Application.

Tender No with date

Name of work with its description and location

Category of service required/Quantity/

Work Timing/ Periodicity/

Period

Estimated cost put to tenderer

Earnest Money Deposit @2-5% Cost of tender

documents [Non refundable]

Critical date

B.V-1/2017-18-WBS-

Works dated 24/06/2017

(i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2

As per attached Appendix-‘B’

of “Schedule to tender”

Rs. 28,49,108/- (Rupees twenty eight lakh forty nine thousand one hundred eight) only.

Rs. 57,000/- (Rupees fifty seven thousand only) [Note: - EMD Should be valid for 90 days from the date of opening of tender. If there after validity of the E.M.D require extension, the firm will be responsible to extend the same suitably till the validity of the bid]

Rs. 500.00 (Rupees five hundred only) Original Demand Draft for cost of tender shall be deposited in the office of the IGP, WBS Hqr. CRPF at Sector-III, Salt Lake, Kolkata on one day before the due date of submission / receipt of tender bids (i.e. on 12/06/2017) up to 1600 Hrs.

Time & date of submission /

receipt of tender –

By 1600 Hrs on 13/06/2017

Time & date of opening of

tender - At 1600 Hrs on

14/06/2017

02. Tenders will be opened online in presence of tenderers/their representatives on the given date & time i.e. 1600 Hrs on 14/06/2017 at WBS Hqr. CRPF, Sector-III, Salt lake, Kolkata-106 (W.B).

03. Tenderers are requested to submit their bid/tender documents online through e-procurement in CPP Portal and original are to be submitted manually in tender box well before date of opening to avoid last minute rush. In case date of opening of tender happens to be a closed holiday, the tenders will be opened on next working day at the stipulated time. Late/Delayed/Non submission of original documents would result in rejection of bid during online bid opening.

04. All Tender documents attached with this invitation to tender including the specifications are sacrosanct for considering any offer as complete offer. It is therefore important that Tender Acceptance Letter which is a written undertaking that all the terms and conditions of the tender are understood and accepted should be signed and submitted along with all documents as required through e-Procurement site http://eprocure.gov.in/eprocure/app.

05. All firms who are not specifically registered for carrying out required works as mentioned in the tender enquiry either with DGS &D or with NSIC, are required to submit earnest money as mentioned above along with their offer. Registration with any other organization will not exempt them from depositing earnest money. As per Government Policy, PSUs are not exempted from depositing Earnest Money deposit.

06. All bidders are required to submit their offer in two bid system. 07. The enlistment of the contractor should be valid on the last date of evaluation of the bid. In case only the last date of evaluation of bid is extended, the enlistment of contractor should be valid on the original date of evaluation of bid.

SIGNATURE OF THE TENDERER //2//

08. Details required to be furnished by all bidders in the bid (Composite i.e. Technical & Price or financial Bid together) are as under. The bid should contain the following:-

i) Documents to be submitted online in scanned copy on CPPP:-

1. All Pages of the tender documents duly completed and signed by the authorized signatory of the firm under seal.

2. Tender acceptance letter (In firm’s letter head)

3. D.D towards cost of tender documents (participant contractor should deposit tender cost Rs. 500/- to the department and receipt copy by the department towards tender cost be uploaded in CPP).

4. Earnest Money deposit (As per schedule to tender failing which offers will be summarily rejected).

5. Pre-receipt challan for refund of Earnest Money.

6. Copy of valid Trade licence.

7. Copy of VAT/TIN, Service Tax registration certificate & PAN Card.

8. Copy of registration of the firm/contractor with Railways, CRPF, BSF, NSG, MES, BSNL, NBCC and state PWD of West Bengal, Govt. Organizations/ PSU etc. on related works.

9. Copy of registration of certificate registration for EPFO and certificate of registration for ESIC (failing to submit the certificates offers will be summarily rejected)

10. The offered rates (Price Bid) in the B.O.Q format provided in CPP Portal.

11. Past performance of last three years/experience if any on similar works in the format enclosed with the tender along with copy of work orders. Priority will be given to those with previous experience of similar works. Last annual turnover should be minimum 30 lakh.

12. Latest ITR (ITR-V) & VAT Return of the firm.

13. Last 3 years Annual Turnover statement. Turnover amount per year should be minimum 30 lakh. (Only audited balance sheet to be submitted).

14. Partnership Agreement of the firm if the firm is a partnership firm. (If no papers submitted with the bid it will be assumed that the firm is a Single/Sole Proprietary and will be fully responsible if found false in later stage )

15. Check list as per Appendix-‘B’ after compliance.

16. Certificate of Graduate / diploma Engineer (civil) having experience of minimum 3 years of similar type works as technical representative along with undertaking certificate should be uploaded.

17. Any other relevant documents which the firms wish to submit as a part of offer.

ii) Documents to be submitted in original manually and to be dropped in tender box at WBS Hqr. CRPF, Sector-III, Salt Lake, Kolkata-106 (W.B):-

1. Tender acceptance letter (In firms letter head)

2. DD towards cost of tender set (As per schedule to tender)

3. Earnest Money deposit (As per schedule to tender if applicable)

4. Pre-receipt challan for refund of Earnest Money

09. Following should be noted and kept in mind while submission of rate in price bid format of C.P.P Portal-

i) Price should only be quoted as per price bid format / B.O.Q along with tender documents at e-procurement site http://eprocure.gov.in/eprocure/app.

ii) The price bid in B.O.Q format / template should not be modified and replaced by the bidder and the same should be uploaded after

filling the relevant columns, else the bidder is liable to be rejected for the tender. Bidders are allowed to enter the Bidder Name and Values only.

10. Bidder should deposit earnest money with required validity along with their Tender. Earnest Money should be in form of Account payee Demand Draft, Fixed Deposit Receipt. Banker’s Cheque or Bank Guarantee from any of the commercial banks in an acceptable form in favour of THE DIGP(PROV.&ACCTS.), WBS HQR. CRPF AT HC-BLOCK, SECTOR-III, SALT LAKE, KOLKATA-106 (W.B) [Bankers: SBI, payable at SBI Bikash Bhaban, Kolkata. 11. The tender documents is consisting of specification, schedule of quantities of works to be provided and terms and conditions of this contract to be complied with other necessary documents.

SIGNATURE OF THE TENDERER

( Raj Kumar ) DIGP(Prov.&Accts.), WBS Hqr. CRPF for and on behalf of the President of India.

//3//

Appendix-‘A’ TENDER ACCEPTANCE LETTER

(To be given on Firm’s/Company’s Letter Head) Date: To, ______________________ ______________________ Subject: Acceptance of Terms & Conditions of Tender. Tender Reference No: ________________________ Name of Tender / Work: - ______________________________________________________________________________ ______________________________________________________________________________ Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely.…………………………………………………………. as per your advertisement, given in the above mentioned website(s) or by registered post from O/O. The IGP, West Bengal Sector Hqr. CRPF at Sector-III, Salt Lake, Kolkata-106 (W.B).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc.) which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organizations too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality/entirety.

5. In case any provisions of this tender are found violated , then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal) SIGNATURE OF TENDERER

//4//

Appendix-“B”

Check list for tenderer

(Tenderers should check following requirements for compliance before submission of the tender documents)

S/N Requirements to be checked by the tenderer before submission of the tender

Compliance (To be indicated With

“YES” after Compliance of the

requirements)

1. Whether Tenderers has submitted required Earnest Money Deposit with their bid as specified? (As per schedule to tender failing which offers will be summarily rejected).

2. Whether Tenderers has submitted required B.D/D.D towards tender cost with their bid as specified?

3. Whether rates have been quoted only as per price bid format / B.O.Q along with tender documents?

4. Whether rates have been quoted inclusive of all taxes & other charges including service taxes and the ESI and EPF contributions on the part of employer in respect of this contract shall be paid by the contractor (These contributions on the part of the employer paid by the contractor shall be reimbursed by the department to the contractor on actual basis with site of work at O/O IGP, West Bengal Sector Hqr. CRPF at Sector-III, Salt Lake, Kolkata-106.)?

5. Whether copy of valid Trade licence submitted?

6. Whether copy of VAT/TIN, Service Tax registration certificate & PAN Card submitted ?

7. Whether copy of registration of the firm/contractor with Railways, CRPF, BSF, NSG, MES, BSNL, NBCC and state PWD of West Bengal, Govt. Organizations/ PSU etc. on related works submitted?

8. Whether copy of registration of certificate registration for EPFO and certificate of registration for ESIC submitted? (Failing to submit the certificates offers will be summarily rejected).

9. Whether agree to the Tolerance Clause of the Tender Enquiry?

10. Whether past performance of last three years/experience for similar works in Govt. department? [If yes, Tenderers should give the copy of works orders. Priority will be given to those with previous experience of similar works. Last annual turnover should be minimum 30 lakh.]

11. Whether agree to the Arbitration clause of the Tender Enquiry?

12. Whether latest ITR (ITR-V) & VAT Return of the firm submitted ?

13. Whether last 3 years Annual Turnover statement submitted. [Turnover amount per year should be minimum 30 lakh and only audited balance sheet to be submitted].

14. Tenderers should mention that Business dealing with their firms has not been banned by any Govt. / private agencies.

15. Tenderer should ensure to sign each page of the Tender documents with name, designation of the authorized signatory under his seal.

16. If the tenderer want to mention any specific condition, it should be mentioned on the covering/forwarding letter in letter head only which will be placed on the first page of the bid. Such condition mentioned in any other document shall not be given any consideration.

17. Tenderers should mention their address for communication with Telephone/Fax Number and e-mail address.

18. Whether all the Points under heading “Terms & Conditions”, “Additional Conditions” and instructions are fully abided by the contractor or not?

19. Whether all the requisite documents as asked in tender Schedule of inviting tender notice have been submitted by the tenderer?

20. Whether the firm has enclosed valid documents if the firm is a partnership proprietary in nature? (If no papers submitted with the bid it will be assumed that the firm is Single/Sole Proprietary)

21. Whether any other relevant documents which the firms wish to submit as a part of offer ?

22. Tender acceptance letter (In firm’s letter head)

23. Whether pass certificate of Graduate / diploma Engineer for requirement of technical representative along with undertaking certificate submitted?

SIGNATURE OF THE TENDERER

1

CPWD-6 FOR e-TENDERING

The IGP West Bengal Sector Hqr. CRPF, Sector-III, Salt Lake, Kolkata-106 invites online item rate bids for & on behalf of the President of India from approved and eligible qualified Civil contractors of CPWD and those of appropriate list of Railways, CRPF, BSF, NSG, MES, BSNL, NBCC and state PWD of West Bengal for the following work of (i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at HC-Block, Sector-III, Salt Lake, Kolkata-106.

1. The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date of submission of tender is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 28,49,108.00 This estimate however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or other Standard Form as mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 04 (Four) months from the date of start as defined in schedule “F‟ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. The site for the work is available.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen from CPP Portal (htpp://eprocure.gov.in/epublish/app) & CRPF official website (http://crpf.gov.in) free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. Bidder should deposit earnest money with required validity along with their Tender. Earnest Money should be in form of Account payee Demand Draft, Fixed Deposit Receipt. Banker’s Cheque or Bank Guarantee from any of the commercial banks in an acceptable form in favour of THE DIGP(PROV.&ACCTS.), WBS HQR. CRPF AT HC-BLOCK, SECTOR-III, SALT LAKE, KOLKATA-106 (W.B) [Bankers: SBI, payable at SBI Bikash Bhaban, Kolkata. The Earnest Money shall be scanned and uploaded to the e-Tendering website within the period of bid submission. The physical EMD of the scanned copy of EMD uploaded shall be deposited in original failing which the tender shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The physical EMD shall be deposited by me/us with THE DIGP(PROV.&ACCTS.), WBS HQR. CRPF AT HC-BLOCK, SECTOR-III, SALT LAKE, KOLKATA-106 calling the tender, in case I/We become the lowest tenderer within a week of the opening of the financial bid otherwise department may reject the tender and also take action to withdraw my/our enlistment.” Interested contractor who wish to participate in the bid has to make following payments in the form of Demand Draft / Pay order or Banker‟s Cheque of any Scheduled Bank to the e-Tendering website within the period of bid submission:

(i) Copy of Enlistment Order and other documents as specified in the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid submission. Cost of tenders Rs. 500/- in the form of Demand Draft (drawn in favour of THE DIGP(PROV.&ACCTS.), WBS HQR. CRPF AT HC-BLOCK, SECTOR-III, SALT LAKE, KOLKATA-106) shall be placed through a forwarding letter Tender cost with Name of work, date & time of opening of bids and to be submitted in the office of IGP WBS Hqr. CRPF at HC-Block, Sector-III, Salt Lake, Kolkata-106 on one day before the due date of submission / receipt of tender bids (i.e. on 12/06/2017) up to 1600 Hrs.

(ii) The bid/tender submitted shall be opened after 1600 hours on 14.06.2017.

9. The bid/tender submitted shall become invalid and cost of bid shall not be refunded if:-

I. The bidders are found ineligible.

II. The bidders does not upload all the documents (including VAT registration/ Sales Tax registration, Trade licence, Service Tax registration, EPFO & ESIC registration, PAN card ) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

III. If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically in the office of tender opening authority.

10. The contractor whose tender is accepted will be required to deposit PERFORMANCE SECURITY for an amount of five to ten percent of the value of the contract within 15 (Fifteen) days. Performance Security may be furnished in the form of an Fixed Deposit Receipt or Bank Guarantee from a commercial bank in an acceptable form. Performance Security should remain valid for a period of 60 (Sixty) days beyond the date of completion of all contractual obligation of the supplier including warranty obligations if any. In case the contractor fails to deposit the performance security within the stipulated period including extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

2

The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or Proof of applying for obtaining labour licenses and registration with EPFO & ESIC within the period specified in Schedule F. Failing to submit the above certificates / documents, offers will be summarily rejected.

11. The reimbursement of EPF & ESI contributions paid by the contractor on the part of employer is to be made on submission of documentary proof of payment provided the same is in order. Similarly, the reimbursement of service tax paid by the contractor on behalf of employer is to be made on submission of documentary proof of payment provided same is in order.

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the bid or before submission of the bid or engagement in the contractor‟s service.

17. The bid for the works shall remain open for acceptance for a period of forty five (45)days from the date of opening of bids, if any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the re-bidding process of the work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106 (For and on behalf of the President of India)

3

CPWD FORM NO. 8

GOVERNMENT OF INDIA CENTRAL RESERVE POLICE FORCE

STATE: West Bengal CIRCLE: West Bengal Sector Hqr. CRPF City :- Kolkata.

BRANCH: Account Branch: Works Section

ITEM RATE TENDER & CONTRACT FOR WORKS

Tender for the work of – (i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at HC-Block, Sector-III, Salt Lake, Kolkata-106.

(i) To be submitted online by 1600 Hours. on 24.05.2017 through website htpp://eprocure.gov.in/epublish/app & CRPG official website http://crpf.gov.in

(ii) To be opened in online after 1600 Hours on 14.06.2017 in the office of IGP, WBS Hqr. CRPF at HC-Block, Sector-III,

Salt Lake, Kolkata-106 (W.B).

T E N D E R

I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule “F‟,

viz. Schedule of Quantities and in accordance in all respects with the Specifications, Designs, Drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Forty five (45) days from the date of opening of tender and not to make any modifications

in its terms and conditions.

A sum of Rs. 57,000.00 is hereby forwarded in Bank Draft/ FDR of a Scheduled Bank as earnest money. If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I/we agree that the said President of India or his successor in office shall without prejudice to any other right or remedy be at liberty to forfeit the said Earnest Money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the said Performance Guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works ref erred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 & 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CRPF in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the IGP WBS Hqr. shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected with the work as Secret / Confidential documents and shall not communicate information / derived therefrom to any person other than a person to whom I/we am/are may authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated .......................XX Signature of Contractor....................................

Witness: - .................XX. Postal Address: - ...............................................

Address: - .................XX.

Occupation: - ...........XX.

Telephone No. Fax:- E-Mail:-

4

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India

for a sum of Rs.......................... (Rupees.....................................................................................

The letters referred to below shall form part of this contract agreement. For & on behalf of the President of India. i) ……………… XXX Signature ................................................ ii) ……………… XXX iii) ……………… XXX iv) ……………… XXX Dated: - .................................

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106 (For and on behalf of the President of India)

XXX:- To be filled by the SC(Civil), XX :- To be filled by the Contractor

5

SCHEDULES (A TO F)

SCHEDULE “A‟

Schedule of quantities - As per Page –…. To…..

SCHEDULE “B‟

Schedule of materials to be issued to the contractor. _____________________________________________________________________________________________ S.No. Description of item. Quantity. Rate in figures & words Place of

at which the material will issue be charged to the contractor

_____________________________________________________________________________________________ (1) (2) (3) (4) (5) _____________________________________________________________________________________________

----------------------------- NIL --------------------------------- _____________________________________________________________________________________________

SCHEDULE “C‟

Tools and plants to be hired to the contractor _____________________________________________________________________________________________ S.NO. DESCRIPTION. HIRE CHARGES PLACE OF ISSUE

PER DAY _____________________________________________________________________________________________

----------------------------- NIL ---------------------------------

_____________________________________________________________________________________________

SCHEDULE “D‟

Extra schedule for specific requirements/ documents for the work, if any - NIL

SCHEDULE “E‟

Reference to General Conditions of Contract:- General Conditions of Contract for CPWD Works 2014 with

upto-date amendments.

1.1 Name of Work: (i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv) repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at HC-Block, Sector-III, Salt Lake, Kolkata-106.

1.2 Estimated Cost of work: - Rs. 28,49,108.00 1.3 Earnest Money: - Rs. 57,000. 00 (To be returned after

receiving performance guarantee)

1.4 Performance Guarantee 5% to 10% of tendered value. 1.5 Security Deposit (It shall be valid upto the stipulated dated of completion Plus 60 days beyond that.)

SCHEDULE “F‟:- General Rules & Directions:-

Officer Inviting Tender: - DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 see below

Definitions :- 2(v) Engineer-In-Charge

DIGP (Prov. & Accts.) WBS Hqr. CRPF, Kolkata-106

2(viii) Accepting Authority IGP ,WBS HQr.

CRPF, Kolkata-106

6

2(x) Percentage on cost of Materials and labour to Cover all overheads and Profits 15% 2(xi) Standard Schedule of Rates DSR 2(xii) Department MHA/CRPF/IGP West Bengal Sector HQr, CRPF Kolkata. 9(ii) Standard CPWD contract Form CPWD form 8 & General Conditions of Contract for CPWD

Works-2014 with upto-date correction slips. Clause-1 :- (i) Time allowed for submission of Performance guarantee Programme Chart 15 days (Time & Progress) and applicable labour licenses, Registration with EPFO, ESIC and BOCW welfare Board or proof of applying thereof from the date

of issue of letter of acceptance.

(ii) Maximum allowable extension Beyond the period as provided in (i) above 07 days. Clause-2 :- I Authority for fixing compensation Under clause-2. Not applicable. Clause-2A:- I Whether clause-2A shall be Not applicable. Applicable Clause-5:- Number of days from the date of issue 15 days. of letter of acceptable for reckoning date of start. Time allowed for execution of work 04 months Authority to decide i. Extension of time

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106 (For and on behalf of the President of India)

ii. Shifting of Date of Start in Case of delay in handing over of site.

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106 (For and on behalf of the President of India)

Clause-6 :- Clause applicable- (6) :- Applicable Clause-6A :- Computerized Measurement Book Applicable Clause-7 :- Gross work to be done together with net payment / adjustment of advances for material collected, Not applicable for being eligible to interim payment Clause-7A :- Whether Clause 7A shall be applicable Yes. Clause-8A :- Contractor to keep Site Clean Applicable.

7

Clause-10A:- List of testing equipment to be provided by the contractor at site lab Not applicable.

Clause-10-B (ii):- Whether clause 10-B (ii) shall be applicable Not applicable.

Clause-10C:- Component of labour expressed as percent of total value of work. Not applicable.

Clause-10 CA:- Not applicable.

Clause-10-CC:- Not applicable

Clause-11:- Specifications to be followed for C.P.W.D. Specifications 2009 Vo. I & II execution of work with upto date correction slips.

Clause-12:-

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply Not applicable. or Building work. (There will be no deviation and extra item in B.O.Q and in original scope of Works)

12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply Not applicable. for foundation works

Clause-16:- Competent Authority for deciding reduced rates. IGP, WBS Hqr. CRPF

Salt Lake, Kolkata-106. Clause-18:- Not applicable

Clause-19 :- Labour Laws to be complied Applicable. by the contractor

Clause-19A :- No labour below the age of fourteen Applicable. years shall be employed on the work”.

Clause-19C :- Applicable.

Clause -19D :- Applicable.

Clause-19L :- Contribution of EPF & ESI Applicable.

Clause-20 :- Minimum wages act to Applicable. be complied with.

Clause-36 (i) Requirement of technical representative(s) and recovery rate

Sl. No.

Minimum qualification of technical representative

Discipline Designation (Principal technical / technical representative)

Minimum experience

Nos. Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of Clause 36(i)

Figure Words

1. Graduate / diploma Engineer

Civil Principal technical representative

3 years 01 No.

Rs. 10,000/- per month

Rupees ten thousand per month

Assistant Engineers retired from Govt. Services who are holding Diploma will be treated at par with Graduate Engineers.

Clause-39 :- Termination of contract on Applicable. death of contractor

Clause-42:- Not applicable

Note :- All clauses are as per CPWD General Condition of Contract 2014.

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106 (For and on behalf of the President of India)

8

LIST OF APPROVED MAKES FOR CIVIL WORKS

1.

Ordinary Port land cement :- ACC, GRASIM, Gujrat, Ambuja, Birla(Vikram) Ultra-tech.

2.

Reinforcement Bars :- Tata steel, SAIL, RINL, Secondary producer RATHI and BARNALA make.

3.

Synthetic Enamel Paints :- Burger (Luxol gold), Asian(Apcolite), ICI Dulux (Gloss), Nerolac.

4.

Cement Paint, paint, distemper, primer :- ICI India Ltd., Berger paint ltd., Good Loss Nerolac Paint, Asian Paint Ltd., Jenson and Necholson India Ltd., Shalimar Paint Ltd., Snowcem India Ltd.

5. Admixture for concrete :- Cico, Sika, Pidilite, Asian, FOSROC & MBT

6. Epoxy Paint :- Nerolac or equivalent

7. Terrazo tiles (precast) :- NITCO, GEM, MODERN, HINDUSTAN, JONSON, ORIENT, KAJARIA.

8. Chequred tiles :- NITCO, GEM, MODERN, HINDUSTAN, JONSON, ORIENT, KAJARIA.

9.

Water proofing compound : CICO, By structural water proofing Co. FOSROC BY Fosroc Ltd., IMPERMO by Snocem India, Cheseal by Overseas water proofing compound, PIDILITE

10.

Paving Tiles/Paver Block : Nitco Prefab, Ultra KK, TERRAFIRMA, UNISTONE.

11. CC kerb stone : Nitco Prefab, K.K. Manhole, TERRAFIRMA, UNISTONE.

12. White cement : Birla White, J.K. White or equivalent

13. Structural Steel : SAIL, TATA, RINL, ISCO, SRMB

14. Mild Steel Tubes :- TATA, SAIL, ISCO, SRMB

15. Welding Electrodes :- ESAB, Advani-orlikon, Weld Alloy

16. RMC :- RMC, ACC, BIRLA, L&T and other manufacturer of RMC subjected to approval of Engineer-in-Charge. The contractor shall submit the RMC plant list for approval. Contractor own plant of RMC with minimum capacity of 30 cum per hour.

17. TMT Fe 415/500 :- TISCON, ISCON, RINL, SAIL, SRMB / SAI

18. Stainless Steel :- Prism Engineers, JINDAL OR EQUIVALENT.

Note : If any other make is to be used, the same shall be got approved from the NIT approving authority.

LIST OF APPROVED MAKES FOR ALUMINIUM WORKS 1. Aluminium : Indal / Hindalco / Jindal, Alom or equivalent.

2. Masking Tapes : Suncontrol/ Wonder Polymer

3. Stainless Steel Screws for fabrication and fixing of windows

: Kundan/ Puja/ Atul or equivalent.

4. Proposed Treatment on MS Brackets : Galvanised brackets as per IS: 4759-1996, 610 gms/ sqm (Microns) 80-90

5. Stainless Steel Bolts/ Washers and Nuts : Kundan/ Puja/ Atul or equivalent.

6. Stainless Steel Pressure Plate Screws : Kundan/ Puja/ Atul or equivalent.

7. Stainless Steel Friction Stay : Earl Behari, Anand or equivalent.

8. EPDM Gaskets : Roop/ Anand or equivalent.

9. 6mm thick clear Float Glass : Modi, St. Gobain, Gujrat Guardian Ltd, Float Glass of India.

10. Weather silicon make and Grade : Dow Corning / Wacker/ GE or equivalent.

11. PVC Continuous fillet for periphery packing of Glazing / Curtain wall

: Roop/ Anand/ Forex Plastic or equivalent.

12. Powder coating material pure polyester : Berger/ Goolless Nerolac or equivalent.

13. Laminated reflective Glass : Glaverbek (Belgium) St. Gobain or equivalent.

Note : If any other make is to be used, the same shall be got approved from the NIT approving authority.

9

LIST OF APPROVED MAKES OF MATERIALS FOR SANITARY INSTALLATION AND WATER SUPPLY, DRAINAGE

Sl. No. Item Approved Make

1

Sanitary wares Parryware, Hindustan Sanitary ware, CERA, Neycer, Seabird, Johnson CERA.

2 Bevelled edge mirror with PVC Atul, Jolly, Modi Guard or equivalent.

3 GI Pipes/ M.S. Pipes Tata, GST, Jindal Hissar or equivalent.

4

Brass /CP Brass fittings Esco, kingston, Gem, Techno, Parko, Marc, Jaquar or equivalent.

5

Stainless Steel sink AMC, Neelkanth, Kingston, made of salem stainless steel or equivalent.

6

Automatic Flushing Cistern Parryware, Hindustan Sanitary ware, CERA, Neycer, Seabird, Johnson CERA, Utech – Toshi.

7 Surgeon Mixers Vijay, Jaquar

8

GI Fittings Unik, , KS, RM, Tata, GST, Jindal Hissar or equivalent.

9

Plastic WC seat cover Commander, Diplomat, Bestolite, Century, Parryware, Hindustan Sanitary ware, CERA, Neycer, Seabird, Johnson CERA.

10 Flush Valves Jaquar, AKOI or equivalent.

11

C.P. Accessories Esco, ESS ESS, Dripless Delta, Lotis, AKOI or equivalent.

12

Gunmetal Valves (Fullway Check and Globe Valves)

Leader, Sant, Zoloto or equivalent.

13 Stoneware pipes & Gully trap Perfect, Burn, Parry or equivalent.

14 C.I. Double flanged sluice valves Kirloskar, IVC, Burn or equivalent.

15

C.I. Doubled flanged non return valves Kirloskar or equivalent.

16 C.I. Manholes B.C., R.I.F., NECO or equivalent.

17 Ball Valves Zoloto, IBP, ARCO or equivalent.

18 Butterfly Valve AUDCO or equivalent.

19 Water Tank Sintex, Polycon, Electroplast, Star, Lotus or equivalent.

20 Water pumps Kirloskar, KSB, Harrison or equivalent.

21 Float Volves IVC, leader or equivalent or equivalent.

22 RCC pipes IHP or equivalent

23

Centrifugal cast iron pipes 150mm/ 100mm dia and its accessories/ fittings

NECO, RIF, HIF, HEPCO or equivalent.

24

Stainless Steel Wash-basin & WCs Jayna, Neelkanth, Prayag or equivalent

Note : If any other make is to be used, the same shall be got approved from the NIT approving Authority.

10 GUARANTEE BOND TO

BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION

IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK.

The agreement made this.................... day of ................. (Two Thousand ………… only).............. between ....................................S/o ...............................................(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated .................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable, workmanship, powder coating, anodizing, colouring and sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for two years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for two years to be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the guarantor‟s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator ...................... .......................................................and ................................................. by ........................................... for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY................... in the presence of:-.............................................. 2. ....................................

11

TERMS & CONDITIONS

1. Terms of price:- 1.1. Price should be quoted only as per price bid format/B.O.Q along with tender documents at e-procurement site http://eprocure.gov.in/eprocure/app.

1.2. The price bid in B.O.Q format / template should not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for the tender. Bidders are allowed to enter the Bidder Name and Values only.

1.3. The lowest bidder will be decided on overall rate for the entire work instead of item wise. Rates quoted must be inclusive of all taxes & other charges including service taxes. As per Clause-19L of General Conditions of Contract of the tender “The ESI and EPF contributions on the part of employer in respect of this contract shall be paid by the contractor. These contributions on the part of the employer paid by the contractor shall be reimbursed by the department to the contractor on actual basis with site of work at O/O IGP, West Bengal Sector Hqr. CRPF at Sector-III, Salt Lake, Kolkata-106.

2. Payment terms :- 2.1 Works/Services are to be executed/provided on credit basis and E.C.S payment will only be made through RPAO CRPF, Kolkata (W.B) on running account bill (R.A Bill) basis as per requirement, on production of bill in triplicate with ESIC (ECR, ESI contribution payment challan), PF (ECR, ESI contribution payment challan), bank mandate form & cancelled cheque. No interest will be payable on delayed payment. 2.2 Computerized measurement book with R.A. bill will submit by the contractor and same will be verified by the SI/Civil and certified by executing officer of concerned work for payment action. 2.3 Payment cannot be made in advance or immediately.

3. Earnest Money Deposit :- 3.1 All the contractors are required to deposit earnest money as specified in invitation/schedule to tender along with

the quotation, failing which their offers will be summarily rejected. 3.2 The earnest money can be deposited through any of the following alternative forms:

a) Demand draft/banker Cheque/ Fixed deposit receipt drawn in favour of DIGP (Prov.&Accts.), WBS, HQr. CRPF, Payable at SBI Bikash Bhaban, Kolkata.

3.3 The earnest money shall remain valid and be deposited to the purchaser / department for a period of 90 days from the date of tender opening. If the validity of the tender is extended, the validity of the BG/or any other alternate documents submitted in lieu of earnest money will also be suitably extended by the tenderer, failing which their tender after the expiry of the aforesaid period shall not be considered by the purchaser.

3.4 No interest shall be payable on the earnest money deposited by the tenderer.

3.5 The earnest money of the successful tenderer shall be returned after security deposit as required in terms of the

contract is furnished by the tenderer. 3.7 If the successful tenderer fails to furnish the security deposit as required in the contract within the stipulated

period, the earnest money shall be treated as performance security deposit for all practical purposes.

3.8 Earnest money deposits of all the unsuccessful tenderers will be returned as early as possible after the expiry of bid’s validity, but not later than 30 days after placement of contract. Tenderers are advised to send a pre receipt challan along with their bids so that refund of earnest money can be done in time.

3.9 Any tender, where the tenderer is required to deposit earnest money in terms of conditions mentioned in

proceeding paras, not accompanied with earnest money in any one of the approved forms acceptable to the competent authority, shall be summarily rejected.

4. Two bid system :-

Bids are to be submitted in two bid system consisting of all the details along with commercial terms and conditions as mentioned in the tender enquiry, offered rate in B.O.Q format provided at CPP Portal, required documents as mentioned above of schedule to tender.

ADDITIONAL TERMS AND CONDITIONS

1. The work is required to be executed in restricted area and the contractor shall abide by the security instructions/written directions of CRPF officials regarding working hours and entry in the building/area. No claim shall be entertained on this account.

2. Rates are inclusive of all leads, lifts including head lead. Before quoting rates, sites of works may be seen. Nothing extra shall

be payable on this account.

3. If Engineer-in-charge feels so, sample of cement and reinforcement can be sent for required test. In case sample of cement and steel does not confirm prescribed specification, the same shall be removed from site of work within three days from the date of order of Engineer-in-charge to remove materials.

12 4. In case of testing of materials, contractor shall arrange sample of materials and its cartage to the test laboratory. Initially test

charges shall be borne by the contractor and the test results confirm to prescribed specifications, charges shall be reimbursed to the contractor by the department.

5. High Strength deformed steel bars confirming to IS : 1786 shall be used in RCC work.

6. Quantities of items indicated in schedule of work may vary either side. Before bringing materials at site, contractor may verify quantity as per actual requirement.

7. The pre-coated sheet shall be of ISPAT Industries Ltd / Interarch/Bhushan/Tata or equivalent make.

8. The pre-coated sheet shall have minimum coating or 120 gm/sqm zinc galvanized.

9. The contractor shall have to submit the list of workers and engineers to the department before execution of work for issuing the entry permission etc. being it is a security force campus.

10. All materials are required to be got approved from the Engineer in charge before execution of the work by the contractor.

11. All extra / substituted items shall be paid on the rates calculated on the basis of clause 12, subjected maximum of current market rates.

12. Statutory Requirements: All the statutory obligations with respect to taxes etc. should be borne by the intending agency and the department shall remain indemnified.

13. General Conditions: Contractor / agency shall nominate sufficient eligible candidate of required profile against each workmen required. They will be screened for best candidate by Engineer – In – Charge before they are actually engaged at work. However, the firm shall be responsible for suitability of all workers engaged each category.

14. Non Payment of Wages: In case of any complaint by any worker against the contractor / agency is received by Engineer – In – Charge, the proportionate payment due to the contractor / agency shall be withheld from his bill and the case shall be referred to the concerned authority.

15. Periodical Meeting: A periodical review meeting of the contractor’s / agency’s representative with the Engineer – In – Charge after every fortnight (As per convenience of the Engineer – In – Charge) shall be held.

16. Safety of CRPF Assets: Any loss caused to CRPF or its asset in any manner as result of carelessness / lack of skill / unwanted behavior or due to any other reason in any other form shall be recoverable from the agency. The decision of the Engineer – In – Charge with regard to quantum of loss and the penalty to be imposed shall be final and binding.

17. T & P: All the skilled workers should with equipped with personal tool kit on work as per site requirements. First – Aid box shall also be arranged by the contractor / agency at site of work. No extra payments will be made on those accounts by the department.

18. Antecedents: The contractor / agency shall employ only such persons whose antecedents are satisfactory. The contractor / agency have to certify that the persons engaged bear a good moral character. The bio – data of the staff engaged shall also be submitted to the Engineer – In – Charge before actually engaging them on work.

19. Accidents: Department shall not be responsible for any injury partial or permanent or death of any worker at site due to accident or malfunctioning of the equipments by negligence of the staff. The contractor shall absolve the department of any obligation on the above account.

20. Termination of Contract: The department shall be at liberty to discontinue contract / agreement by giving two week’s notice without assigning reason thereof. Decision of Engineer – In – Charge shall be final and binding on the contractor for which, no claim on any account will be entertained by the department.

21. Wages: It shall be responsibility of the contractor to pay minimum wages to his workers as approved by the Government.

22. Conduct: The contractor / agency shall be responsible for the conduct and behavior of his employees. If any employee of the contractor / agency is found misbehaving with the supervisory staff or any other staff member, the contractor / agency shall terminate the services of such employee within 24 hours at their own risk and responsibility.

23. Area: The work is required to be executed in restricted area and the contractor / agency shall abide by all instructions / written directive of CRPF official and follow all security norms.

24. Experience: Staff provided by duty shall be professionally competent and experienced in respective fields as described in these documents elsewhere.

25. Loss & Damage: Any loss or damage to the listed inventory of all services by way of theft, sabotage or mal operation of equipment or any other machinery / switch gear shall be made good by the contractor / agency at his own cost.

26. Deviation of works :- There will be no deviation in original scope of works without prior approval of the competent authority.

27 Services: The contractor / agency should visit site before quoting and see himself the services for which he has to provide suitable necessary staff for its operation / maintenance.

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106

13

Instructions for online Bid submission

Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e- Procurement at https://eprocure.gov.in/eprocure/app 1) Possession of valid Digital Signature Certificate (DSC) and enrollment/ registration of the contractors/bidders on the eprocurement

/etender portal is a prerequisite for etendering. 2) Bidder should do the enrollment in the eProcurement site using the “Click to Enroll” option available on the home page. Portal

enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided.

3) Bidder need to login to the site thro‟ their user ID / password chosen during enrollment / registration. 4) Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by

SIFY/TCS/nCode/ eMudra or any Certifying Authority recognized by CCA India on eToken/ Smart Card, should be registered. 5) The DSC that is registered only should be used by the bidder and should ensure safety of the same. 6) Contractor/Bidder may go through the tenders published on the site and download the required tender

documents/ schedules for the tenders he/she is interested. 7) After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the

documents as asked, otherwise bid will be rejected. 8) If there are any clarifications, this may be obtained online thro‟ the tender site, or thro‟ the contact details. Bidder should take into

account the corrigendum published before submitting the bids online. 9) Bidder then logs in to the site through the secured log in by giving the user id/password chosen during

enrolment/registration and then by giving the password of the eToken/Smart Card to access DSC. 10) Bidder selects the tender which he/she is interested in by using the search option & then moves it to the „my tenders‟ folder. 11) From my tender folder, he selects the tender to view all the details indicated. 12) It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the

tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected. 13) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/ schedule and

generally, they can be in PDF/xls/rar/zip formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with12 black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast.

14) If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids.

15) The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

16) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be Posted / couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.

17) While submitting the bids online, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets.

18) The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as applicable and enter details of the instruments.

19) The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable.

20) The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

21) The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected.

22) Tenderers should submit price bid in format available Annexure in CPP Portal http://eprocure.gov.in/eprocure/app and don’t change the name of downloaded Annexure. Only fill the area which is available to fill and validate by the given button in Annexure, save the file and upload the file on portal.

23) The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.

24) After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system

should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

25) The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid

submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

26) All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.

27) Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key.

Further this key is subjected to asymmetric encryption using buyers/bid openers‟ public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

Raj Kumar DIGP (Prov. & Accts.)

WBS Hqr. CRPF, Kolkata-106

Name of the

Bidder/

Bidding Firm /

Company :

NUMBER # TEXT # NUMBER # TEXT # NUMBER NUMBER # NUMBER # TEXT #

Sl.

No.

Item Description

Quantity Units

Estimated

Rate

BASIC RATE In

Figures To be

entered by the

Bidder

Rs. P TOTAL AMOUNT

Without Taxes

TOTAL AMOUNT

In Words

1 2 4 5 6 13 53 55

Providing and laying in position cement concrete of specified

grade excluding the cost of centering and shuttering - All

work up to plinth level :

1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate

20 mm nominal size) 9 Cum

Brick work with common burnt clay machine moulded

perforated bricks of class designation 12.5 conforming to IS:

2222 in superstructure above plinth level up to floor five level

in cement mortar 1:6 (1 cement : 6 coarse sand) :

With F.P.S.(non modular) bricks 3.5 Cum

Half brick masonry with common burnt clay F.P.S. (non

modular) bricks of class designation 7.5 in superstructure

above plinth level up to floor V level.

Cement mortar 1:4 (1 cement :4 coarse sand) 8 Sqm

Providing and fixing 18 mm thick gang saw cut, mirror

polished, premoulded and prepolished, machine cut for

kitchen platforms, vanity counters, window sills, facias and

similar locations of required size, approved shade, colour

and texture laid over 20 mm thick base cement mortar 1:4 (1

cement : 4 coarse sand), joints treated with white cement,

mixed with matching pigment, epoxy touch ups, including

rubbing, curing, moulding and polishing to edges to give high

gloss finish etc. complete at all levels.

PRICE SCHEDULE

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are

allowed to enter the Bidder Name and Values only )

Item Rate BoQ

Tender Inviting Authority: DIGP(Prov.&Accts), West Bengal Sector Hqr. CRPF, Sector-III, Salt Lake, Kolkata-700106 (W.B)

Name of Work: (i) repair works in power house, (ii) repair & improvement works of IGP office chamber in Adm building, (iii) Repair and renovation works in & out side of PF toilets & bathrooms, (iv)

repair & renovation works in Type-VI family quarter No. 1 and (v) repair & renovation works in Type-VI family quarter No. 2 of WBS Hqr. CRPF at HC-Block, Sector-III, Salt Lake, Kolkata-106.

Contract No: 033-23340449

1

2

3

4

Validate Print Help

Raj Nagar Plain white marble/ Udaipur green marble/ Zebra

black marble

Area of slab over 0.50 sqm 20 Sqm

Providing wood work in frames of doors, windows, clerestory

windows and other frames, wrought framed and fixed in

position with hold fast lugs or with dash fasteners of required

dia & length (hold fast lugs or dash fastener shall be paid for

separately).

Second class teak wood 0.40 Cum

Providing and fixing ISI marked flush door shutters

conforming to IS : 2202 (Part I) decorative type, core of

block board construction with frame of 1st class hard wood

and well matched teak 3 ply veneering with vertical grains or

cross bands and face veneers on both faces of shutters.

35 mm thick including ISI marked Stainless Steel butt hinges

with necessary screws 7.5 Sqm

7 Extra for providing lipping with 2nd class teak wood battens

25 mm minimum depth on all edges of flush door shutters

(over all area of door shutter to be measured).7.5 Sqm

8 Providing and fixing 4mm thick coir veneer board, ISI

marked IS : 14842, plain lining with necessary screws,

priming coat on unexposed surface etc., complete. 70 Sqm

Providing and fixing wooden moulded beading to door and

window frames with iron screws, plugs and priming coat on

unexposed surface etc. complete :

2nd class teak wood

50x12 mm 300 Mtrs.

Providing and fixing M.S. grills of required pattern in frames

of windows etc. with M.S. flats, square or round bars etc.

including priming coat with approved steel primer all

complete.

Fixed to steel windows by welding 1450 Kgs

11 Providing and fixing factory made P.V.C. door frame of size

50x47 mm with a wall thickness of 5 mm, made out of

extruded 5mm rigid PVC foam sheet, mitred at corners and

joined with 2 Nos of 150 mm long brackets of 15x15 mm

M.S. square tube, the vertical door frame profiles to be

reinforced with 19x19 mm M.S. square tube of 19 gauge,

EPDM rubber gasket weather seal to be provided through

out the frame. The door frame to be fixed to the wall using

M.S. screws of 65/100 mm size, complete as per

manufacturer’s specification and direction of Engineer- in-

Charge. 30.30 Sqm

4

5

6

9

10

Providing and fixing factory made panel PVC door shutter

consisting of frame made out of M.S. tubes of 19 gauge

thickness and size of 19 mm x 19 mm for styles and 15x15

mm for top & bottom rails. M.S. frame shall have a coat of

steel primers of approved make and manufacture. M.S.

frame covered with 5 mm thick heat moulded PVC 'C'

channel of size 30 mm thickness, 70 mm width out of which

50 mm shall be flat and 20 mm shall be tapered in 45 degree

angle on both side forming styles and 5 mm thick, 95 mm

wide PVC sheet out of which 75 mm shall be flat and 20 mm

shall be tapered in 45 degree on the inner side to form top

and bottom rail and 115 mm wide PVC sheet out of which 75

mm shall be flat and 20 mm shall be tapered on both sides

to form lock rail. Top, bottom and lock rails shall be provided

both side of the panel. 10 mm (5 mm x 2 ) thick, 20 mm wide

cross PVC sheet be provided as gap insert for top rail &

bottom rail, paneling of 5 mm thick both side PVC sheet to

be fitted in the M.S. frame welded/ sealed to the styles &

rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC

sheet beading on inner side, and joined together with solvent

cement adhesive. An additional 5 mm thick PVC strip of 20

mm width is to be stuck on the interior side of the 'C'

Channel using PVC solvent adhesive etc. complete as per

direction of Engineer-in-charge, manufacturer's specification

& drawing.

30 mm thick plain PVC door shutters 9.45 Sqm

Providing and fixing plain lining with necessary screws/nuts &

bolts/ nails, including a coat of approved primer on one face,

and fixed on wooden /steel frame work, complete as per

direction of Engineer-in- charge (Frame work shall be paid

for separately).

12mm thick commercial ply conforming to IS : 1328 BWR

type 70 Sqm

Steel work in built up tubular (round, square or rectangular

hollow tubes etc.) trusses etc., including cutting, hoisting,

fixing in position and applying a priming coat of approved

steel primer, including welding and bolted with special

shaped washers etc. complete.

Hot finished welded type tubes 450 Kgs

15 Kota stone slabs 20 mm thick in risers of steps, skirting,

dado and pillars laid on 12 mm (average) thick cement

mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey

cement slurry mixed with pigment to match the shade of the

slabs, including rubbing and polishing complete.7 Sqm

16 Providing and fixing Ist quality ceramic glazed wall tiles

conforming to IS: 15622 (thickness to be specified by the

manufacturer), of approved make, in all colours, shades

except burgundy, bottle green, black of any size as approved

by Engineer-in-Charge, in skirting, risers of steps and dados,

over 12 mm thick bed of cement mortar 1:3 (1 cement : 3

coarse sand) and jointing with grey cement slurry @ 3.3kg

per sqm, including pointing in white cement mixed with

pigment of matching shade complete.178.50 Sqm

12

13

14

17 Providing and laying rectified Glazed Ceramic floor tiles of

size 300x300 mm or more (thickness to be specified by the

manufacturer), of 1st quality conforming to IS : 15622, of

approved make, in colours White, Ivory, Grey, Fume Red

Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement: 4

Coarse sand), including grouting the joints with white cement

and matching pigments etc., complete.9 Sqm

Providing and laying vitrified floor tiles in different sizes

(thickness to be specified by the manufacturer) with water

absorption less than 0.08% and conforming to IS: 15622, of

approved make, in all colours and shades, laid on 20mm

thick cement mortar 1:4 (1 cement : 4 coarse sand),

including grouting the joints with white cement and matching

pigments etc., complete.

Size of Tile 600x600 mm 38 Sqm

19 Fixing glazed/ Ceramic/ Vitrified floor tiles with cement based

high polymer modified quick-set tile adhesive (Water based)

conforming to IS: 15477, in average 3mm thickness.188 Sqm

Providing and laying Vitrified tiles in different sizes (thickness

to be specified by manufacturer), with water absorption less

than 0.08 % and conforming to I.S. 15622, of approved

make, in all colours & shade, in skirting, riser of steps, over

12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse

sand), including grouting the joint with white cement &

matching pigments etc. complete.

Size of Tile 600x600 mm 150 Sqm

21 Providing and fixing precoated galvanised iron profile sheets

(size, shape and pitch of corrugation as approved by

Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated

thickness with zinc coating 120 grams per sqm as per IS:

277, in 240 mpa steel grade, 5-7 microns epoxy primer on

both side of the sheet and polyester top coat 15-18 microns.

Sheet should have protective guard film of 25 microns

minimum to avoid scratches during transportation and should

be supplied in single length upto 12 metre or as desired by

Engineer-in-charge. The sheet shall be fixed using self

drilling /self tapping screws of size (5.5x 55 mm) with EPDM

seal, complete upto any pitch in horizontal/ vertical or curved

surfaces, excluding the cost of purlins, rafters and trusses

and including cutting to size and shape wherever required.

30 Sqm

18

20

22 Providing and Fixing 15 mm thick densified tegular edged

eco friendly light weight calcium silicate false ceiling tiles of

approved texture spintone/ cosmos / Hexa or equivalent of

size 595 x 595 mm in true horizontal level, suspended on

inter locking metal grid of hot dipped galvanised steel

sections (galvanising @ 120 grams per sqm including both

side) consisting of main ‘T’ runner suitably spaced at joints to

get required length and of size 24x38 mm made from 0.33

mm thick (minimum) sheet, spaced 1200 mm centre to

centre, and cross “T” of size 24x28 mm made out of 0.33

mm (Minimum) sheet, 1200 mm long spaced between

main’T’ at 600 mm centre to centre to form a grid of

1200x600 mm and secondary cross ‘T’ of length 600 mm

and size 24 x28 mm made of 0.33 mm thick (Minimum)

sheet to be inter locked at middle of the 1200x 600 mm

panel to from grid of size 600x600 mm, resting on periphery

walls /partitions on a Perimeter wall angle pre-coated steel of

size(24x24X3000 mm made of 0.40 mm thick (minimum)

sheet witho the styles & rails with 7 mm (5 mm+2 mm) thick

x 15 mm wide PVC sheet beading on inner side, and joined

together with solvent cement adhesive. An additional 5 mm 35 Sqm

15 mm cement plaster on the rough side of single or half

brick wall of mix :

1:4 (1 cement: 4 fine sand) 120 Sqm

French spirit polishing :

Two or more coats on new works including a coat of wood

filler 200 Sqm

25 Providing and applying white cement based putty of average

thickness 1 mm, of approved brand and manufacturer, over

the plastered wall surface to prepare the surface even and

smooth complete. 200 Sqm

Wall painting with acrylic emulsion paint, having VOC

(Volatile Organic Compound ) content less than 50 grams/

litre, of approved brand and manufacture, including applying

additional coats wherever required, to achieve even shade

and colour.

Two coats 85 Sqm

27 Repairs to plaster of thickness 12 mm to 20 mm in patches

of area 2.5 sq. meters and under, including cutting the patch

in proper shape, raking out joints and preparing and

plastering the surface of the walls complete, including

disposal of rubbish to the dumping ground within 50 metres

lead :

With cement mortar 1:4 (1cement: 4 coarse sand) 640 Sqm

Demolishing cement concrete manually/ by mechanical

means including disposal of material within 50 metres lead

as per direction of Engineer - in - charge.

Nominal concrete 1:3:6 or richer mix (i/c equivalent design

mix) 4 Cum

Demolishing brick work manually/ by mechanical means

including stacking of serviceable material and disposal of

unserviceable material within 50 metres lead as per direction

of Engineer-in-charge.

In cement mortar 20 Cum

23

24

26

28

29

Dismantling doors, windows and clerestory windows (steel or

wood) shutter including chowkhats, architrave, holdfasts etc.

complete and stacking within 50 metres lead :

Of area 3 sq. metres and below 45 Each

Dismantling doors, windows and clerestory windows (steel or

wood) shutter including chowkhats, architrave, holdfasts etc.

complete and stacking within 50 metres lead :

Of area beyond 3 sq. metres 9 Each

Dismantling tile work in floors and roofs laid in cement

mortar including stacking material within 50 metres lead.

For thickness of tiles 10 mm to 25 mm 303 Sqm

Dismantling wooden boardings in lining of walls and

partitions, excluding supporting members but including

stacking within 50 metres lead :

Thickness above 25 mm up to 40 mm 75 Sqm

34 Dismantling cement asbestos or other hard board ceiling or partition walls including stacking of serviceable materials and disposal of unserviceable materials within 50 metres lead.70 Sqm

35 Dismantling of flushing cistern of all types (C.I./PVC/Vitrious China) including stacking of useful materials near the site and disposal of unserviceable materials within 50 metres lead.8 Each

36 Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead.640 Sqm

37 Dismantling aluminium/ Gypsum partitions, doors, windows,

fixed glazing and false ceiling including disposal of

unserviceable surplus material and stacking of serviceable

material with in 50 meters lead as directed by Engineer-in-

charge. 70 Sqm

38 Disposal of building rubbish / malba / similar unserviceable,

dismantled or waste materials by mechanical means,

including loading, transporting, unloading to approved

municipal dumping ground or as approved by Engineer-in-

charge, beyond 50 m initial lead, for all leads including all lifts

involved. 30 Cum

39 Providing and laying 60mm thick factory made cement

concrete interlocking paver block of M -30 grade made by

block making machine with strong vibratory compaction, of

approved size, design & shape, laid in required colour and

pattern over and including 50mm thick compacted bed of

coarse sand, filling the joints with line sand etc. all complete

as per the direction of Engineer-in-charge. 96 Sqm

40 Providing and laying matt finished vitrified tile of size

300x300x9.8mm having with water absorption less than

0.5% and conforming to IS: 15622 of approved make in all

colours and shades in for outdoor floors such as footpath,

court yard, multi modals location etc., laid on 20mm thick

base of cement mortar 1:4 (1 cement : 4 coarse sand) in all

shapes & patterns including grouting the joints with white

cement mixed with matching pigments etc. complete as per

direction of Engineer-in-Charge.11 Sqm

Providing and fixing water closet squatting pan (Indian type

W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre

low level white P.V.C. flushing cistern, including flush pipe,

with manually controlled device (handle lever) conforming to

IS : 7231, with all fittings and fixtures complete, including

cutting and making good the walls and floors wherever

required:

32

30

31

33

41

White Vitreous china Orissa pattern W.C. pan of size

580x440 mm with integral type foot rests 4 Each

42 Providing and fixing white vitreous china pedestal type water

closet (European type W.C. pan) with seat and lid, 10 litre

low level white P.V.C. flushing cistern, including flush pipe,

with manually controlled device (handle lever), conforming to

IS : 7231, with all fittings and fixtures complete, including

cutting and making good the walls and floors wherever

required :

W.C. pan with ISI marked white solid plastic seat and lid4 Each

Providing and fixing white vitreous china pedestal type water

closet (European type) with seat and lid, 10 litre low level

white vitreous china flushing cistern & C.P. flush bend with

fittings & C.I. brackets, 40 mm flush bend, overflow

arrangement with specials of standard make and mosquito

proof coupling of approved municipal design complete,

including painting of fittings and brackets, cutting and making

good the walls and floors wherever required :

W.C. pan with ISI marked white solid plastic seat and lid 1 Each

Providing and fixing wash basin with C.I. brackets, 15 mm

C.P. brass pillar taps, 32 mm C.P. brass waste of standard

pattern, including painting of fittings and brackets, cutting

and making good the walls wherever require:

White Vitreous China Surgeon type wash basin of size

660x460 mm with a pair of 15 mm C.P. brass pillar taps with

elbow including operated levers 1 Each

Providing and fixing P.V.C. waste pipe for sink or wash basin

including P.V.C. waste fittings complete.

Flexible pipe

32 mm dia 8 Each

46 Providing and fixing 600x450 mm beveled edge mirror of

superior glass (of approved quality) complete with 6 mm

thick hard board ground fixed to wooden cleats with C.P.

brass screws and washers complete. 6 Each

47 Providing and fixing 600x120x5 mm glass shelf with edges

round off, supported on anodised aluminium angle frame with

C.P. brass brackets and guard rail complete fixed with 40

mm long screws, rawl plugs etc., complete. 8 Each

Providing and fixing toilet paper holder :

C.P. brass 8 Each

49 Providing and fixing PTMT liquid soap container 109 mm

wide, 125 mm high and 112 mm distance from wall of

standard shape with bracket of the same materials with snap

fittings of approved quality and colour, weighing not less than

105 gms. 8 Each

50 Providing and fixing PTMT towel ring trapezoidal shape 215

mm long, 200 mm wide with minimum distances of 37 mm

from wall face with concealed fittings arrangement of

approved quality and colour, weighing not less than 88 gms.8 Each

Providing and fixing PTMT towel rail complete with brackets

fixed to wooden cleats with CP brass screws with concealed

fittings arrangement of approved quality and colour.

41

43

44

45

48

51

600 mm long towel rail with total length of 645 mm, width 78

mm and effective height of 88 mm, weighing not less than

190 gms. 8 Each

Providing and fixing uplasticised PVC connection pipe with

brass unions :

45 cm length

15 mm nominal bore 22 Each

Providing and fixing C.P. brass stop cock (concealed) of

standard design and of approved make conforming to

IS:8931.

15 mm nominal bore 24 Each

Providing and fixing C.P. brass angle valve for basin mixer

and geyser points of approved quality conforming to IS:8931

a) 15 mm nominal bore

15mm nominal bore 8 Each

Providing and fixing aluminium casement windows fastener

of required length for aluminium windows with necessary

screws etc. complete.

Powder coated minimum thickness 50 micron aluminium 100 Each

Grading roof for water proofing treatment with

Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded

stone aggregate 20 mm nominal size) 9 Cum

Providing and laying APP (Atactic Polypropylene Polymer)

modified prefabricated five layer 3 mm thick water proofing

membrane, black finished reinforced with non-woven

polyester matt consisting of a coat of bitumen primer for

bitumen membrane @ 0.40 litre/sqm by the same

membrane manufacture of density at 25°C, 0.87-0.89 kg/

litre and viscocity 70-160 cps. Over the primer coat the layer

of membrane shall be laid using Butane Torch and sealing all

joints etc, and preparing the surface complete. The vital

physical and chemical parameters of the membrane shall be

as under : Joint strength in longitudinal and transverse

direction at 23°C as 650/ 450N/5cm. Tear strength in

longitudinal and transverse direction as 300/250N. Softening

point of membrane not less than 150°C. Cold flexibility shall

be upto -2°C when tested in accordance with ASTM, D -

5147. The laying of membrane shall be got done through the

authorised applicator of the manufacturer of membrane :

3 mm thick 160 Sqm

57

( Kingshuk Singh ) ( Raj Kumar )

SI/Civil, WBS Hqr. CRPF, Kol-106. DIGP(Prov. & Accts.)

WBS, Hq1r. CRPF, Kolkata-106.

51

52

53

54

55

56