25
Sd/-13.07.2017 Sd/-13.07.2017 Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder DISTRICT PROJECT OFFICE, SSA, KEONJHAR,ODISHA Ph. No-06766-254103, Fax-256420, Pin-758001, e-mail id: [email protected] TENDER CALL NOTICE FOR CONSTRUCTION OF 70 NO’S SCHOOL BUILDING AT DIFFERENT BLOCK & ONE URBAN DEPRIVED HOSTEL BUILDING AT SADAR BLOCK No.__2736 __/ CIVIL/Date. _13/07/2017 __ Sealed Tenders on percentage rate, tenders inconformity with detailed to be eventually drawn in PWD P1 form is invited from the intending and eligible contractors of class mentioned in the table below, registered with the state PHED / RWSS / PWD / Irrigation / RD / Minor Irrigation / NH / CPWD / MES / Railways. The bid documents of the contractors who have registered in other State may be accepted, subject to condition that the successful bidders will have to register under the State PWD, Odisha before signing the agreement. Tender application form along with terms & conditions can be obtained from OPEPA web site www.opepa.in & www.kendujhar.nic.in. The last date and time for submission of sealed tender is dtd.28.07.2017 up to 12 Noon.The authority reserves the right to cancel all or any /part of the tender without assigning any reason thereof. Sd/-13.07.2017 District Project Co-ordinator, RTE-SSA, Keonjhar

DISTRICT PROJECT OFFICE, SSA, …ordistportalcontent.nic.in/storeddata/tenders/ORIKJR...Sd/-13.07.2017 Sd/-13.07.2017 Sr.Technical Consultant Dist.Project Co-ordinator Signature of

Embed Size (px)

Citation preview

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

DISTRICT PROJECT OFFICE, SSA, KEONJHAR,ODISHA Ph. No-06766-254103, Fax-256420, Pin-758001,

e-mail id: [email protected]

TENDER CALL NOTICE FOR CONSTRUCTION OF 70 NO’S SCHOOL BUILDING AT DIFFERENT

BLOCK & ONE URBAN DEPRIVED HOSTEL BUILDING AT SADAR BLOCK

No.__2736__/ CIVIL/Date. _13/07/2017__

Sealed Tenders on percentage rate, tenders inconformity with detailed to be eventually

drawn in PWD P1 form is invited from the intending and eligible contractors of class mentioned

in the table below, registered with the state PHED / RWSS / PWD / Irrigation / RD / Minor

Irrigation / NH / CPWD / MES / Railways. The bid documents of the contractors who have

registered in other State may be accepted, subject to condition that the successful bidders will

have to register under the State PWD, Odisha before signing the agreement.

Tender application form along with terms & conditions can be obtained from OPEPA web

site www.opepa.in & www.kendujhar.nic.in. The last date and time for submission of

sealed tender is dtd.28.07.2017 up to 12 Noon.The authority reserves the right to cancel all

or any /part of the tender without assigning any reason thereof.

Sd/-13.07.2017

District Project Co-ordinator, RTE-SSA, Keonjhar

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

SCHEDULE-“A”

Sl.No. Name of

the Block Name of G.P

Name of the Work:-

Construction of

Additional Class

Room and Hostel

Building

Value of

Works(Approx)

(Rs. In Lakh)

E.M.D @

1% of E.C

(Rs.)

Cost of

documents

+ VAT 5%

Period of

Completion

Class of

Contractor

1 2 3 4 5 6 7 8 9

1 SADAR KJR.MPLTY. ATOPUR NODAL UPS 25.00 25,000.00

6000 + GST

as

applicable

8 Months B & C

2 JHUMPURA BASANTAPUR SEKRADIHI P.S 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

3 JHUMPURA MALDA ANDHARIKHAMAN

P.S 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

4 JHUMPURA MALDA SANA KALIMATI P.S 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

5 JHUMPURA KUTUGAON CHIPINDA P.S 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

6 JHUMPURA KUTUGAON HATIDARI P.S 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

7 JHUMPURA NISCHINTAPUR KANKANA UGUPS 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

8 JHUMPURA NISCHINTAPUR HARIDAJODI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

9 JHUMPURA BASANTAPUR PENTHEISAHI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

10 JHUMPURA MALDA KASIA UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

11 HATADIIHI PADHIARYPALLY MALLIPOSI UGUPS 5.50 5,500.00

4000 + GST

as

applicable

6 months C & D

12 HATADIIHI PADHIARYPALLY PADHIARPALLY

NODAL UPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

13 HATADIIHI K.BALIPAL RAIGHATI UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

14 HATADIIHI BANGORE BANGORE NODAL

UPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

15 HATADIIHI HADAGARH HADAGARH

GOVT.NODAL UPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

16 HATADIIHI BALIBAREI SARUKONA P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

17 HATADIIHI AMBO BIKAL CHARAN

UPS,ANATIRA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

18 HATADIIHI SULANA B.P UPS,BIRIDI 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

19 HATADIIHI DANAR BRUNDABANPUR

UPS 11.00 11,000.00

6000 + 5%

VAT 6 months C & D

20 HATADIIHI HABALESWAR M.S UPS ,JABINPUR 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

21 HATADIIHI HABALESWAR S.M. UPS,SALABANI 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

22 HATADIIHI HADAGARH MAA KULI UPS ,

MADHUBANA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

23 HATADIIHI MAREIGAON PARBATI UPS

,BETIRA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

24 HATADIIHI PANCHUGOCHIA BATESWAR

UPS,BARESWAR 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

25 HATADIIHI BADARAMPAS NUARAMPAS UPS 11.00 11,000.00 6000 + 5%

VAT 6 months C & D

26 HATADIIHI BADARAMPAS LAXMIPRIYA UP(ME)

S, TUKUNA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

27 HATADIIHI DHENKA BANADURGA UPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

28 HATADIIHI DHENKA KAJALAI UPMES,

TENTULIPADI 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

29 HATADIIHI SADHA ANNAPURNA UPS ,

NAHA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

30 HATADIIHI SADHA SANATAN

UPS,PADARUKHA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

31 HATADIIHI SADHA K.C.UPS,R.N

PUR,JANTALAPADI 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

32 HATADIIHI SALANIA MAA MANGALA UPS

BISHNUPUR 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

33 HATADIIHI SAMANA N.N.UPS,DUDUGAON 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

34 HATADIIHI SAMANA B.J.UPS,TEMALA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

35 HATADIIHI SAMANA ANCHALIKA UPMES ,

BARANGA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

36 HATADIIHI SAMANA GRAMADEBATI MES,

BAHARIPUR 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

37 HATADIIHI SOSO BELAMALA

BHANARPUR UPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

38 HATADIIHI SULANA MAA KUNDALAI

UPMES, ABULUPURA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

39 HATADIIHI AKARUA SMME

UPS,BHATAKARUA 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

40 JODA ANSEIKALA ANSEIKALA NUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

41 JODA KALIMATI MALANGTOLI UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

42 JODA BALADA BALADA S/S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

43 JODA DEOJHAR DEOJHAR NUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

44 JODA KANDRA KULHAHUNDULA

UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

45 JODA BALAGODA BALAGODA UG H/S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

46 JODA BOLANI BOLANI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

47 JODA GUALI GUALIS/S UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

48 JODA KANDRA KOLHAROIDA UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

49 JODA JALAHARI JALAHARI UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

50 JODA JALAHARI JURUDI UGMES 16.50 11,000.00

6000 + GST

as

applicable

6 months C & D

51 H.C.PUR BAREIGODA BAREIGODA UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

52 H.C.PUR SUNAPENTHA SUNAPENTH UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

53 H.C.PUR SUNAPENTHA BADASIADIMAL

UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

54 H.C.PUR JANGHIRA PICHULABEDA P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

55 H.C.PUR TENTALAPASI DHANURJAYPUR

UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

56 H.C.PUR JIRANG JIRANG UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

57 H.C.PUR BAREIGODA TALAPADA P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

58 H.C.PUR RASOL RASOL P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

59 H.C.PUR TANGIRIAPAL TANGIRIAPAL UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

60 BANSPAL BANSPAL TOTADIHI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

61 BANSPAL KUMUNDI BELENDA P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

62 BANSPAL KADAKALA TIRBO P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

63 BANSPAL KALANDA PANASUAN P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

64 BANSPAL RAIGODA SANKARAPOSI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

65 BANSPAL SINGPUR DERI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

66 BANSPAL BAYAKUMUTIA KANTHADAS P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

67 BANSPAL NAYAKOTE NAYAKOTE UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

68 BANSPAL KUMUNDI KUMUNDI UGUPS 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

69 BANSPAL NAYAKOTE SAGAPALLI P.S 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

70 BANSPAL JATRA SUKUDOLA UGMES 11.00 11,000.00

6000 + GST

as

applicable

6 months C & D

71 BANSPAL TANA K.GUNDULA P.S 16.50 16,500.00

6000 + GST

as

applicable

8 months C & D

D

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

TERMS AND CONDITIONS OF THE TENDER

PART-“A”

01. Tender Documents: Bid documents consisting of Plans, Specifications, Schedule of

quantities and other necessary documents [hard copy] shall be available at O/o. of the

District Project Coordinator, SSA, Keonjhar -758001, Odisha during the office

hours except Sundays & Public Holidays till last date on sale of Tender Papers on

payment of the cost of bid documents (Non-refundable) in shape of Bank Draft drawn

in any Nationalized Bank in favour of the DPC, SSA, Keonjhar and payable at

Keonjhar.

02. Tender Specification: The Specification, bills of quantities and civil drawings are

attached at bid documents. No deviations from the specifications after opening of

tender will be allowed.

03. Validity of the Tender: Last date for submission of bid documents is up to 12 Noon

on 28.07.2017. Bid documents must be delivered in the tender box at DPO, SSA,

Keonjhar within office hours except Sundays & Public Holidays. Bidding documents will

be requested by e-mail be despatched by speed/registered post on payment of extra

amount of Rs.500/- (Rupees Five Hundred) only over the cost of the documents.

Tender received after due date or time will not be entertained/allowed. The authority is

not responsible for any postal delay on receipt or loss of tender documents.

04. Earnest Money: EMD Amount @01% of the estimated cost will be submitted by the

bidder. The EMD shall be in form of DD / Bankers Cheque from any Nationalized Bank

in favour of DPC, SSA, Keonjhar and payable at Keonjhar. The EMD of the un-

successful bidders shall be refunded soon after the final acceptance of the tenders.

The EMD shall be forfeited in the event of withdrawal of the tender once submitted or in

case of a successful bidder who fails to execute necessary agreement within the time

period specified.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

05. Clarity of the Tender Documents: Preciously the work to be carried out in due

time/period, the location of the work in which executed, the quality of the goods to be

supplied/utilized and completion of the work in due time/period as per agreement. If

any deviation will be found then the work order may be cancelled / rejected by the

Authority.

06. Procedure of Payment: Payment of the works shall be made in three installments as

per terms and conditions of the agreement.

07. Condition of the Contract: Conditional bid documents will not be accepted. Works will

be executed as per agreement.

08. Security Deposit: The amount of performance security @05% of the billing price will

be kept by the Authority at the time of release of each installment and the same shall

be returned after one year of completion of the work. In case any terms & conditions of

the contract are infringed or the bidder fails to complete satisfactorily or incomplete the

work, the Security Deposit will be forfeited.

Additional performance security :

Amendment to Para- 3.5.5(V) of note –II of OPWD code ,VOI-I by modification

Additional performance security shall be obtained from the bidder when the bid amount

is less than the estimated cost put to tender. In such an event, the bidders who have

quoted less bid price/rates than the estimated cost put to tender shall have to furnish

the exact amount of differential cost i.e. estimated cost put to tender minus the quoted

amount as additional performance security in shape of Demand Draft in favour of DPC,

RTE-SSA, Keonjhar in the sealed envelope along with the bid documents at the time of

submission of bids.

Retention Money: In contracts for works, if the works not satisfactory in technical point

of view, then the authority may retain the billing amount partly/fully till the end of

defects liability.

09. Liquidation of Damages: For delay in completion of work or failure to complete the

work or works to meet performance requirements would results in extra cost or loss or

revenue or loss of other benefits to the implementing agency, then damageable

amount will be recovered from the contractor.

10. Relaxation: Schedule Caste & Schedule Tribe tenders will be given concession where

their tenders are within 10% of the quoted amount by the lowest tender for any work

with exemption of EMD as per the Govt. norms. Engineering Contractor seeking

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

exemption of EMD in this work are instructed to produce an affidavit regarding her/his

list of works awarded since financial year 2013-14 with exemption of EMD. Experience

in similar nature of work must have executed 30% of the tender amount, put to tender

within last five years in any one financial year and certificate must be obtained from any

Govt./Govt. under taking department.

11. PH Candidates: For PH candidates EMD exemption will be applicable as per the

Government of Odisha Financial norms.

12. Sub-Contract of the Work: The contractor will give on undertaking that she/he will

execute the electrical works through a registered electrical licenses holder contractor

[For construction of Urban Deprived Hostel Building only]. The attested copy of the

registered electrical license and willingness of the electrical contractor who will execute

the work shall be submitted by the contractor before execution of the agreement.

13. Tender Opening: The sale of bid documents shall start from 17.07.2017 up to

28.07.2017 within office hour and tender will be received up to 12 Noon of dtd.

28.07.2017. The tender will be opened in the office of the undersigned on 28.07.2017

at 12.30 P.M. in presence in the tenderer or their authorized representatives who wish

to attend.

14. Examination of the Tender: The implementing agency shall ascertain whether the

tenders meet the eligibility requirement specified, have been properly signed, are

accompany all require documents, etc. If a bid is not substantially responsive, it shall

not be considered further. The bidder shall not be permitted to correct or withdraw

material deviations or reservations once tenders have been opened.

15. Tender Evaluation: Evaluation of tenders will be made strictly in terms of the

provisions in the tender documents to ensure commercial and technical aspects. Any

conditional discounts offered by the bidder shall not be taken into account for

evaluation.

16. Tender Price: The unit cost of the work mentioned at Schedule- A is fixed, excess

tender premium is not allowed.

17. Award of Contract: Implementing agency shall award the contract, within the period of

the validity of tenders, to the bidder who meets the appropriate standard of capacity

and resources.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

APPLICATION FORM

TENDER CALL NOTICE FOR CONSTRUCTION OF 70 NO’S SCHOOL BUILDING AT DIFFERENT BLOCKS & ONE URBAN DEPRIVED HOSTEL BUILDING AT SADAR BLOCK

1. Name of Bidder:-

2. Name of Firm:-

3. Address:-

4. Mobile No.:-

5. PAN No :-

6. VAT Clearance Certificate No. with date:-

7. Civil Contract License No & Detail :-

8. Class of Contractor : ________ (i.e.- A/B/C/D)

9. Electrical Contractor Name/ License No & Detail:- [For construction of Urban Deprived Hostel Building only]

10. Contractor Bank Account Detail ;

Bank________________________/Branch_________________________/

Account No. _______________________/ IFSC Code. ___________________

11. Cost of Tender paper in details:-

DD.No__________/Bank______________/amount___________/date_____________

OR DPO, SSA Money Receipt No __________________, Date __________________

12. EMD amount in details:-

DD.No___________/Bank______________/amount___________/date____________

13. Additional Performance Security:-

DD.No____________/Bank______________/amount____________/date___________

Signature of the Bidder with Date

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

14. Works Schedule

Sl No.

Name of the Block

Name of the GP

Name of the Unit where construction works to be execute

Value of the work

Percentage of Less tender price

Remarks

I hereby declare that the above statements are true and correct to the best of my knowledge and belief.

Seal & Signature of the bidder with Date

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

DOCUMENTS TO BE PROVIDED WITH THE TENDER PAPER

1. Application Form duly full signature of the bidder on each rate of tender

documents.

2. Self attested copy of PAN Card & VAT Certificate

3. Certified document Civil Contractor Licenses

4. Certified documents of Electrical Contractor Licenses, Affidavit & Undertaking [ For construction of Urban Deprived Hostel Building only ]

5. Cost of the Tender paper/ MR Copy

6. EMD in shape of DD.

7. Additional Performance Security

8. Copy of the Relaxation certificate

9. Self Affidavit – original copy

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

P A R T - B

01. The tenderers whose tender is selected for acceptance and who has no fixed deposit with the District Project Coordinator, Sarva Shiksha Abhiyan, , Keonjhar shall within a period of seven days upon written intimation being given to him of acceptance of the tender make an initial security deposit of 1% of the tendered amount over and above the earnest money 1% as shown in clause (3) above so that the earnest money and initial security deposits will be 2% of the tendered amount and sign the agreement in the P.W.D. Form F2 Schedule XLV. No. 61 for the fulfillment of the contract in the office of the District Project Coordinator, Sarva Shiksha Abhiyan, Keonjhar. The security deposit together with the earnest money and the amount withheld according to the provision of F2 agreement shall be retained as security deposit for the due fulfillment of this contract. Failure to enter into the required agreement and to make the security deposit as above, shall entitle forfeiture of the earnest money. No tender shall be finally accepted until the required amount of the security money is deposited. The written agreement to be entered into between the contractor and the Government shall be the foundation of the right of both the parties and the contract shall be deemed to be incomplete until the agreement has first been signed by the contractor and then by proper officer authorized to enter into the contract on behalf of the Government. The Department will accept the security deposit in the form of National Savings certificate, N.D.C. State Government Loan Bonds, Postal saving Pass Books duly pledged to the “District Project Coordinator, Sarva Shiksha Abhiyan. , Keonjhar .” and in no other form. In case the tenderers who have fixed deposit action will be taken to degrade them if they decline to sign the agreement within the period as in above case.

02. If the contractor removes any material or stock so supplied to him from the site of work with a view to disposing off the same dishonestly, he should in addition to any other liabilities Civil or Criminal arising out of the contract be liable to pay a penalty equivalent to five times the price of the materials or stock according to stipulated rates fixed by the Department and the penalty so imposed shall be recovered from any sum that may then or at any time thereafter become due to the contractor or from his security.

03. The contractor should be fully liable to indemnify the Department for payment of any compensation under Workmen's compensation Act - VIII of 1923 on account of the workmen being employed by him and the full amount of compensation paid will be recovered from the contractor.

04. Every Tenderers must examine the detailed specification of Orissa PWD Code before submitting his tender. The right reserved without impairing the contract to make such increase or decrease in the quantities or items of work mentioned in the schedule attached to the tender notice as may be considered necessary to complete the work fully as satisfactorily. Such increase / decrease shall in no case invalidate the contractor's rate it shall be definitely understood that the Government does not accept any responsibility for correctness or completeness of the quantities shown in the schedule. The schedule is liable to alternation by omission or addition deductions and such omissions or deduction shall in no case invalidate the contract and no extra monetary compensation will be entertained.

05. No building materials such as Cement, HYSD bar. Paint etc will be supplied by the department to the contractor.

06. The building materials will be under custody of the contractor and the contractor will be responsible for its safety and storage.

07. Empty cement bags and empty paint drums are to be returned in good and serviceable condition, failing which Rs.3/- and as applicable will be recovered per bag and per drum respectively from the contractor.

08. All reinforced cement concrete work should conform to Orissa Detailed specifications and should be of proportion 1:2:4 or 1:1 ½:3 having a minimum compressive strength (in work test) 150 Kg. /200 Kg. per Cm

2. in 15 Cm cubes at 28 days and test conducted in accordance with IS 456 & IS 516 using 12

mm size black hard crusher broken granite chips (20 mm not to exceed 25%) 09. Steel shuttering and centering shall be used, the inside of which shall be lined with suitable sheeting

and make leak proof and water tight.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

10. The contractor shall make all arrangements for proper storage of materials and pay of watchman etc.

will be borne by the contractor. The Department is not responsible for considering the theft of materials at site. It is contractor's risk. Under any such plea if the contractor stops the work, he shall have to pay the full penalty as per clause of the F2 contract.

11. For the purpose of the jurisdiction of the event of dispute if any, contract should be deemed to have entered into within the State of Orissa and it is agreed that neither party to the contract nor the Agreement, will be competent to bring a suit in regard to the matters covered by this contract at any place outside the State of Orissa.

12. After the work is finished all surplus & debris’s are to be removed by the contractor and preliminary works such as vats, mixings platforms etc. are to be dismantled and all the materials are to be removed from the site. The ground upto 15 M (50"- 0") wide from the building should be cleared and dressed. No extra payment will be made to contractor in this account. The rates quoted must be inclusive of all these items.

13. The contractor shall not interfere with the execution of water supply or Electrical fittings arrangement and any other works entrusted to any other agency by the Department at any time during the progress of the work.

14. The contractor has to arrange for water supply for all works and make sanitary arrangements at his own cost for his labour camps. Contractor has to arrange adequate lighting arrangement for night works, whenever necessary at his own cost.

15. Bailing out of water from the foundation either rain water or sub soil water if necessary would be borne by the contractor. No payment will be made for such marks, level, pillars, profiles and benching and leveling the ground where ever required. The rates quoted, should be the finished items of work inclusive of these incidental items of work.

16. All quantities mentioned in the scheduled are combined for ground floor and multi floors in case of multi-storey building and the rates should be through for the same.

17. Cement concrete in roof slab, beams etc, whenever prescribed by the Engineer-in-Charge will be machine mixed and vibrated. The contractor should arrange his own concrete mixers vibrators, pumps etc. for this purpose.

18. It should be understood clearly that no claims whatsoever will be entertained. 19. The tenderer shall have to abide by the C.P.W.D. safety codes as introduced by the Government of

India Ministry of Work. Housing and Supply in their standing order No. 44 of 50 dated 25.11.57. 20. The contractor will abide by the fair wages clauses as introduced by the Government. 21. The Department will have the right to supply, at any time in the interest of work any departmental

materials to be used in the work in addition to those mentioned in clause No.13 and the contractor shall use such materials the cost of which will be at the stock issue rates fixed by the Department inclusive of storage charges or market rates whichever is higher.

22. The contractor will be responsible for the loss or damages of any departmental materials / equipment supplied to him under clause 13 & 18 during execution of the work due to reasons whatsoever and the cost of such materials will be recovered from him at the prevailing stock issue rates plus storage charges or market rates whichever is higher.

23. The contractor should arrange to his own cost necessary tools and plants such as pumps concrete mixture, and vibrator etc. required for the efficient execution of work and the rates quoted should be inclusive of the running charges of such plant and cost of consumables.

24. The contractor will have to submit to the “District Project Coordinator, Sarva Shiksha Abhiyan, Keonjhar” monthly return of labour, both skilled and unskilled employed by him on the work.

25. The tenderers are required to go through each clause of P.W.D. Form No. F2 carefully in addition to the clause mentioned herein before tendering.

26. No part of the contracts shall be sublet without written permission of the District Project Coordinator, Sarva Shiksha Abhiyan. , Keonjhar or transfer be made or power of attorney authorizing others to receive payment on the contractor's behalf.

27. If, further necessary information is required, the District Project Coordinator, Sarva Shiksha Abhiyan. , Keonjhar will furnish such, but it must be clearly under stood that tenders must be received in order according to the instructions.

28. Cement shall be used by bags, and weight of one cubic meter of cement being taken as 14.42 quintal.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

29. In the event of delay in the supply of departmental materials or supply of detailed structural designs for

any unavoidable reasons reasonable extension of time will be granted on the application of the

contractor but no claim for Monetary compensation will be entertained under any circumstances.

30. No contractors will be permitted to furnish their tenders in their own manuscript papers. 31. Every tenderer is expected for quoting his percentage rates after inspection of the site of the proposed

work. He should also inspect the quarries and satisfy himself about the quality, availability of materials, medical aids, labour and food stuff etc and the rates may be inclusive of all these items in every case the materials most comply with the relevant specification.

32. Government will not however after acceptance of contract rate, pay any extra charges for lead of any of the reasons in case the contractor found latter on to have misjudged the materials available in quarries.

33. All fittings for doors and windows if supplied by the contractor should be of best quality and should be got approved by the Engineer-in-Charge before they are used on the work.

34. The tenders containing extraneous condition not covered by the tender call notice are liable for rejection.

35. The contractor shall have to furnish a certificate along with tender to the effect that he is not related to any Officer of SSA, Keonjhar of the rank of Sr. Technical Consultant / DPC, SSA, Keonjhar and above.

36. All tenders received will remain valid for a period of 90 days from the date of receipt of the tenders and validity of tender can also be extended if agreed by the contractor and the department.

37. During construction / after completion of the work, the contractor shall arrange at his own cost all requisite equipments for testing building material in Govt. laboratory /Govt approved laboratories & as per the direction of Engineer-in –charge.

38. Tenderers are required to submit (1) list of works in the hand in the prescribed proforma enclosed herewith, (2) the list of T & P (3) list of works executed along with the tenders.

39. Letters etc. found in the tender box raising or lowering the rates or dealing with any point in connection with the tender will not be considered.

40. All reinforced cement concrete works should be finished smooth, extra charges for plastering if required to any R.C.C. structures like Column, Chajjas etc. shall not be paid.

41. Contractor shall employee one or more Engineering Graduate or Diploma Engineers as apprentices at his own cost for works costing Rs. 30,00,000/- and above. The apprentices will be selected by the Chief Engineer, Works Deptt. Govt of Odisha. The stipend to be paid to the apprentices should not be less than Rs. 7,500/- per month in case of Graduate Engineers and not less than Rs. 5,000/- per month in case of Diploma Engineers. The period of employment will commence within one month after the date of work order & would last till the date when the 90% of the work is completed. The No. of Apprentices will be fixed by the Chief engineer so that the total expenditure does not exceed 1 % of tendered cost vide works Department order No 177331 dated 12.8.66.

42. 02% of the gross amount of the bill will be deducted towards Income Tax from the contractor's bill in case of Partnership firm & 01% in proprietorship case..

43. The Tenderers shall bear cost of various incidental sundries and contingencies necessitated by the work of all within the following or similar category.

a. Rent, Royalties and other charges of materials, Octroi duty, all other taxes including Sale Tax, ferry, tools, conveyance charges and other cost on account of land and buildings including temporary building required by the tenderer for collection of materials, storage, housing of staff or other purpose of the work. No rent will however be payable to Government for temporary occupation of land owned by Government at the site of the work.

b. Labour camps or huts necessary to suitable sole including conservancy and sanitary arrangements there on to the satisfaction of the local health authorities.

c. Suitable water supply including pipe water supply whenever available for the staff and labour as well as for the work.

d. Fee and dues hired by Municipal, Canal & Water Supply authorities should be paid by the contractor. e. Suitable safety equipments and wearing apparatus for the labourers, engaged in the risky operation

should be provided by the contractor to avoid accident during construction work. f. Suitable Fencing barriers and signals including paraffin and electric signals where necessary at works

and approaches in order to protect the public and employees from accidents should be executed by the contractor at his own cost.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

g. Compensation including cost of any suit for injury to persons or property due to neglect of any major precautions, also sums which may become payable due to operation of the workmen compensation Act shall not be consider by the department &to be borne by the contractor.

h. The contractor has to arrange adequate lighting arrangements for night works wherever necessary at

his own cost. i The contractor has to arrange all the building materials including the equipments required for under

reamed pile foundation for starting the work. 44 Under no circumstance interest is chargeable for the dues or additional dues if any payable for the

work. 45 No claim for carriages or water whatsoever will be entertained. 46 The contractor has to arrange the samples of materials required for execution to be got tested and

approved by the department before taking up the work and during course of execution required from time to time. All such samples are to be tested at Government Test house at the cost of the Contractor with no extra cost of the Department.

47 If there is any damages to the work due to the natural calamities like flood or cyclone or any other cause during the course of work or up to 6 months after completion of work if any imperfection becomes apparent to the work within 6 months from the date of final certificate of work the contactor shall make good to all such damages at his own cost with no extra cost of the Department. No claim whatsoever in this regard will be entertained.

48 The K.B. / C.B. Brick should be well burnt and of good qualities. The Bricks should be approved by the Engineer-in-charge before use in the work and should confirm to the minimum strength as per National Building Code.

49 Under Section 12 of contract Regulation and Abolition Act. 1970 the contractor who undertakes execution of work through labour should produce valid license from the licensing authority of labour department.

50 The contractor shall supply sample of all materials fully before procurement for the work for testing and acceptance as may be required by District Project Coordinator, Sarva Shiksha Abhiyan. , Keonjhar.

51 No extra payment will be made for spreading and consolidating salvaged materials. 52 Number of tests as specified in I.R.C. /I.S.I. specification required for the construction Roads / Bridges

/ Buildings or any structural works will be conducted in any Government Test House / Departmental Laboratories, Reputed materials testing laboratory as decided by the Engineer-in-charge. Testing charge, including expenditure for collection / Transportation of Sample Specimen etc will be borne by the contractor. The collection of samples and testing are to be conducted prior to execution and during execution and during execution and during both the accounts, the cost shall be borne by the contractor.

53 Royalties for Moorum, Sand, Chips, Metal and Boulders will be deducted from the contractor's work bill at the rate approved vide O.M.M.C. Rule 1961 (Second Amendment) below:-

Moorum, Sand , Brick earth - Rs. 35.00 Per cum. Chips, Metal & Boulders, stone product - Rs. 130.00 Per cum.

However, on production of receipt from Tahasildar payment of Royalty charge as deduction will be made from the work bill for that quantity for which receipt produced.

54. Labour cess @1% of the amount of estimated cost as per tender notification read with latest corrigendum if any will be proportionately deducted from the contractor bill at the time of making payment of each bill.

55. Stock Materials:- The required materials confirming to ISI specification for this work are to be supplied by the contractor at his own cost and conveyance directly to the work. He has also to bear all incidental charges such as transport, storage and handling and his rates quoted for the work is to be inclusive of all such charges. Payment against the work bill will be made on production of valid voucher from authorized dealer.

56.a) If any bonafide mistake or omission in the wording & description of any clause in this DTCN/ bid documents is left unnoticed & inadvertently & the same is detected after sale of the bid document, then the tender inviting authority i.e the District project co-ordinator reserves every right to correct that and all purchasers will abide by that correction .

b) Similarly, if any bonafied arithmetical error or mistake /omission in wording of any item or unit of item

etc. Is left in the Bill of Quantity(price Bid) un noticed & inadvertently & the same is detected after sale

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

of the bid document, then the tender inviting authority i.e. the District Project Co-ordinator reserves every right to correct that and all purchasers will abide by that correction.

c) In case of doubt /confusion /ambiguity regarding qualification or disqualification of any tenderer for the bid and which is not specifically covered in the above clause of the DTCN then the decision of the authority inviting the tender i.e. the District Project Co-ordinator will be final& binding to all concerned for all purposes.

Similarly, after the drawl of the agreement with the contractor, in case of any controversy during the execution of the work, then the decision by the Engineer-in –Charge i.e. Senior Technical consultant within his limitation/power ,will be final & abiding to the contactor, if not categorically specified in the clauses of the DTCN.

57. Electrical works.

The contractor will give the undertaking that he will execute the electrical works through a registered electrical license holder contractor. The attested copy of the registered electrical license and willingness of the electrical contractor who will execute the work shall be submitted by the contractor before execution of the agreement

Special condition for electrical works.

I. Standard material with I.S. specification &REC construction standard as followed by NESCO will have to be procured by the electrical contractor.

II. The contractor will obtain approval of the materials from NESCO official before commencement of the work at his cost &risk.

III. The approval certificate of materials will be submitted by the contractor to the District project office before commencement of work.

IV. After execution of work the contractor will arrange at his own cost &risk for inspection the work by Electrical Inspector.

V. Any defect if noticed by Electrical Inspector indicating clearance (OK certificate) for energisation of electrical installation is to be submitted to the DPC, SSA, Keonjhar with Bill.

VI. Any defect noticed within twelve months from the date of completion of work shall be rectified at free of cost by the contractor.

VII. The contractor will give the undertaking at the time of submission of tender. TECHNICAL SPECIFICATION OF CIVIL PORTION OF WORK

Materials of following specification are to be used in work. The tenderer are expected to possess and be well conversant with the following IS standard and code of practice.

1 Cement OCL Cement Ltd, ACC & Ultra tech cement ,Lafarge cement of 43grade of cement to be selected by the Engineer-in –Charge of work and complex cube test before commencement of work in each batch)

2 Steel IS.432(PLAN)AND 1785(TOR)(Tata Tiscon, SAIL Steel)

3 Vibrator IS. 7246

4 Aggregate IS.383,IS 515

5 Water for mixing and curing Shall be clean ,free from injurious amount of oil, salt, acid, vegetable materials and other substances and harmful to concrete in conformity to IS 456and I.S 2025

6 Sand & Fine aggregate IS 2116,383

Binding wire I.S 280(galvanized minimum 1mm)

Rain water pipe IS 2527

Construction joint IS3414

Steel windows frame I.S 1038/83

Steel Door frame I.S4351/75

Fitting& Fixing of joinery works Conforming to IS 7452/82 strictly conform to IS specification and as per direction of engineer-in-charge.

In case of any doubt and absence of provision, regarding specification ISI shall be referred (Indian standard code)

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ITEMS OF WORKS

1 Concrete shall be with conformity to IS 456. 2 Foundations hall be with conformity to IS 1080 3 Stone masonary (RR)shall be with conformity to IS1597(Part-i) 4 C.R masonary shall be with conformity to IS 1597 5 Bricks masonry shall be with conformity to IS 2212 6 Cement plastering shall be with conformity to IS 9103&6925 7 Mortar shall be with conformity to IS 2250 8 White & colour washing shall be with conformity to IS 6278 9 CC in foundation shall be with conformity to IS 2571 10 Painting to all surfaces shall be with conformity to IS 2395(Part-I &Part-II) 11 .DPC shall be with conformity to IS 3067 12 Steel painting shall be with conformity to IS 1477(Part-I &Part-II)IS1661 13 Concrete shall be with conformity to IS 456 14 Foundation shall be with conformity to IS 1080 15 Stone masonry shall be with conformity to IS 1597(Part-I) 16 Bricks masonry shall be with conformity to IS 2212 17 Cement plastering shall be with conformity to IS 9103&6925 18 Mortar shall be with conformity to IS 2250

A) BUILDING MATERIALS:

a) Bricks Bricks shall be of locally available best quality clean burnt (KB) bricks shall be well burnt, uniform in size, homogeneous in textures and shall omit a clear metallic sound when struck, bricks shall have a minimum crushing strength 75kg/Cm2 and shall not absorb water more than 20% by weight.

b) Cement mortar; Mortar shall be well mixed to a uniform colour and consisting in the proportion as specified in the items of work. Sand shall be measured on the basis of its dry volume and quantity shall be adjusted for bulking of damp sand. Cement shall be mixed taking 50kg or 0.035 Cum in volume only required quantity that can be consumed within 30minutes of adding water shall be mixed at one time.

c) Cement; Cement should confirm to IS -269/IS-455

d) Sand Locally available best river sand medium size free from clay and vegetation

e) Course aggregates: The course aggregate shall be of hard granite stone and shall generally confirm to IS389. Porous course aggregate shall not be used .The aggregate shall be free from clay films and other adherent coatings. Aggregate containing clay films over stone materials shall be thoroughly washed .The aggregate shall be from approved quarry and crusher broken. Course aggregates shall be composed of particles ranging between the size 2.36 to maximum size as may be specified in the relevant item of works. Within the range, the aggregates shall be well graded so as to produce a dense concrete.

f) Reinforcement; Mild steel round bars, cold twisted and deformed bars of steel of medium tensile strength will be used as reinforcement as per drawing and design and direction of Engineer-in –Charge.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

TECHNICAL SPECIFICATIONS OF PH PORTION OF WORKS.- URBAN DEPRIVED HOSTEL BUILDING B) WATER SUPPLY AND SANITARY INSTALLATIONS:-

Materials of following standard manufacturers are to be used in the works. The contractor shall indicate, in the offer, the brand or make of the materials,

a) Sanitary fixtures;- To be best quality vitreous were of porcelain. i) Indian water closet ii) Foot rests iii) Wash hand basin iv) Kitchen sink Hindustan sanitary/Parry ware/ v) Urinals Neycer ISI Marked vi) Drain board vii) Orissa closet viii) European water closet & low level flushing cisterns

All fixture and fitting shall be reputed and ISI marked branded

A) Sanitary ware & allied fittings:- 1) Sanitary fixture and their allied fittings, should be of first quality, Manufacture by Hindustan

sanitary ware/parry ware/Nicer, These should be approved by the Engineer-in –Charge before use .

2) Squatting pattern W.C(PAN) (OR I see pattern closets):

The water closest shall be of vitreous china of specified size and pattern, with an integral flushing rim. It shall have the flushing in let at the back. The Orissa closet should be of approved quality conforming to ISS-2656(part-III) The squatting type Indian water closet (Orissa closet) shall be sunk in floor slopped towards the pan in a workmen ship like manner. The closet shall be fixed on proper cement concrete base of (1:3:6) proportion, taking care that the cushion is uniform and even, without closet ,to receive the specified thickness of the floor finishing. The joint between the closet and the PVC(SWR) trap shall be made with WC ring and rubber lubricant and shall be leak proof.

3. Flushing cistern:

The flushing of the Indian water closet (Odisha closet) shall be done by C.I or polyaterine high level low level porcelain valve-less symphonic flushing cistern of approved brand and quality I.S.I marked and capacity as specified .The connection between the cistern and water closet shall be made by 32dia O.I flush pipe ,made from G.I pipe(light quality) of 32dia PVC pipe as specified in the tender scheduled .The flush pipe with an offset should be fixed to wall by using C.I holser bat clamps. The capacity of the cistern should be 10Litres as per ISS15litres .In case of low level cistern .The cistern shall be fixed on cast iron or rolled steel cantilever brackets (Bulitin type) .Which shall be firmly embedded in the wall, with cc(1:2:4) .The cistern shall be provided with 20mm dia PVC. Over flow pipe with fitting, which shall terminate in to mosquito proof coupling secured in a manner that will permit it to be readly cleaned or renewed.

The 32mm dia flush pipe shall be connected to the water closet by means of approved type joint. The flush pipe shall be fixed to wall by using C.I holder bat clamp. The bend and offset as required in the flush pipe shall be made cold .The inside of the cistern shall be painted with two coats of approved black bitumen paint with two coats of any synthetic enamel paint of approved shade and make, over a coat of priming.The cost of the rate quoted for the flushing cistern. The inlet connection to the cistern shall be made with 450mm 1cmg 15mmdia PVC heavy type connection pipe.

4. Wash Hand Basin:

The wash hand basin shall be of the white vitrous china of approved quality, make and brand I.S.I marked. It shall be one piece construction with an integral combined overflow. The size of the basin shall be as specified .Each basin shall be provided with one 15mm dia C.R Brass pillar tap,32mm dia CR waste, c.r chain and rubber plug ,union joint ,C.R bottle trap cast complete in all respects of approved quality.

The basin shall be supported on a pair of RSor CI cantilever brackets(built in type) embedded and fixed in wall with cement concrete 1:2:4) .These brackets shall be painted to required shade with two coats of approved synthetic enamel paint over a coat of priming.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

The waste of the basin shall discharge into a floor trap as specified .One 32mm dia CP bottle trap is to be fixed to the waste of the basin& the outlet of the bottle trap is to be connected to the waste pipe to discharge the waste to the pipe, to discharge the waste to the aforesaid flkoor trap. The inlet connection to the basin shall be made with 450mm long 15mm dia heavy type PVC connection pipe.

5. Kitchen Sink. Unless otherwise mentioned the kitchen sink and drain board (if used0 shall be of white

vitrous china or tire clay as specified and approved quality, make a board, conforming to TSS, it shall be of one piece construction with integral combined overflow. The size of the sink and drain board shall be as specified.

Each sink shall be provided with one 15mm dia CP bras bib cock long body, 40mm CP waste with overflow CR Chain & Rubber Plug, Union etc. complete in all respects as specified and approved quality.

Sink shall be supported on pair of MS or CI cantilever Brackets (Built in type) embedded or fixed in position in the wall by cement concrete 1:2:4. The brackets shall be painted to required shade with two coats of approved synthetics enamel paint over a coat of priming. The waste should discharge into a floor trap or channel .The waste pipe should be 40mm dia PVC pipe jointed to the waste of the sink with a brass union nut.

6. Squatting urinal plate: The urinal plate shall be of white glazed vitrous china with integral flushing rim of size

450mmX350mm of approved make brand as specified .there shall be fixed on the wall parallel to floor .For each urinal one 20mm dia G.I branch pipe shall be taken down up to1200mm from floor level just at the centre of each plate, in which one 20mm dia Gate valve s is fixed at350mm above floor level at 1200mm height, the 20mm dia flush shall be divided into two branches shall be taken downward and connected to the inlets of the urinals plate at floor level. By operating the valve as above, the water will rush in to the rims of the urinal plate and flush it.

Whether there are number of urinal fixed in line, each urinal should be separated by a partition plate fixed in the centre of two urinal plates. The centre-to-centre distance of the partition shall be kept 750mm

7. The partition plates shall be of one-piece marble plate, 25mm thick, cut to sizes and font corners rounded. The plates are to be embedded in wall with cement concrete and finished smooth. The bottom of the partition shall be kept flushed to urinal top level and the top level of partition plate shall be kept at 1200mm from the urinal plate top and the projection from the wall shall be 600mm. The width of the plate to be embedded inside the wall should not be less than 100mm. 8) Soil waste pipes and fittings 1. HCI Pipe fittings The cast iron soil waste and design pipes(spigot and socket joints) shall be of make and brand as specified (under specification of materials) conforming to ISS3989-1970 & IS marked with approved clamps are to be used. The pipes and fittings shall be free from cracks, laps, pinholes, and other imperfection and carefully cited. The access door fitting shall be designed and made so as to avoid dead space in which fifth may accumulate and door shall be provided with 3mm thick rubber insertion packing when closed and bolted. 9) PVC (SWR) & PVC (Rigid) PIPES AND FITTINGS The PVC (SWR) &PVC (Rigid), soil waste & vent pipes (spigot &socket &couple joints) shall be of make brand as specified by Engineer-in charge conforming to ISS,BSS&DIN are to be used.

The main specification of PVC soil &waste pipes and fitting are as below. a) materials-un-plasticized poly vinyl-chloride (UPVC) b) colour c) dimension

a. Diameter Fitting 75mm/110mm/63mm b. Pipes 75mm/110mm/on length of 3or6mtrs

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

d) Wall thickness fitting minimum 3.2mm at any port. Pipes As per application For rain water 75mm - 1.8 to 2.2mm, 110mm - 2.5to 3mm Waste and soil 75mm - 1.8 to 2.2mm, 110mm - 2.5 to3mm Under ground drainage with Light/NIL Traffics 100mm-2.5-3mm Light/Nil in heavy Traffic 100mm-3.7-4.3mm

e) Standard conforming to attributes confirms to standard No. a. Fitting& wall BS4514,DIN10531 b. Thickness DIN 19534 I.S7834-pvc(Rigid) c. Pipe wall thickness IS4905 d. Rubber ring IS5382 e. Fitting dimensions DIN-19531-PVC/IS-7834 VC(Rigid) f. Pipe dimensions IS-4985

Laying instruction and jointing procedure 1 Jointing of PVC pipes and fittings

Clean the outside pipes spigot and the inside of the sealing groove of the fitting .Apply the rubber lubricant, to the spigot end, sealing ring and pass the spigot end into the socket, containing sealing ring. Until fully home mark and position of the socket edge with pencil on the pipe, then withdraw the pipe from the socket by approx.10mm towards internal expansion gap.

2 Fixing of the pipes and fitting on wall surface. PVC pipes both (SWR)&Rigid fixed on wall surface are to be supported by PVC pipe clips, specially made for these pipes ,with horizontal runs, the pipe clips should be spaced at interval of one meter to maximum 2meters according to pipe diameter.

Measurement All pipes shall be measured not /length as laid or fixed and shall be measured over all fitting such as bends, junction, traps etc. The length shall be taken along the count line of the pipes and fittings fitting will be counted extra over.

TECHNICAL SPECIFICATION OF INTERNAL ELECTRIFICATION WORKS ONLY FOR URBAN DEPRIVED HOSTEL BUILDING

The details of internal wiring, the position of fittings, fans, switches and plug socket etc are indicated in the lay out drawings. The position of light fittings, fans, switch boards etc, indicated in these drawings are only for the guidance of the supplier and the actual position of these shall be decided between the supplier and the purchaser.

All internal wiring shall be done in conformity to the latest Indian standard specification /rule code of practice adopted by CPWD and other standard practices prevalent in the part of the country .for the purpose of the specification the terminology used shall be as defined in is732and is1356 of the definition of points wiring .The installation shall be carried out in the conformity to all requirements of IEAct,1910 and IE Rule 1956. For conduit wiring

For recessed conduit wiring system the conduit shall be placed in the celling /column etc. before the casting of the slab or column. The conduit pipes shall be properly positioned and fixed so that it will not be displaced at the time of concreting .The junction boxes shall be so arranged that its cover will be flushed with the finished surface of the celling or column.

For placing the conduit in walls, chases of ample dimension shall be made neatly to fix the conduit in desired manner; the conduit pipe shall be fixed by means of staple or saddles not mor than 600mm apart. fixing standard bent or elbows shall be avoids and all curve maintained by bending the conduit itself with a long radius will permit the easy drawing of conductor. Suitable inspection boxes shall be provided to permit periodical inspection and removal or replacement of wires if necessary..There shall be mounted flush with the wall with holes in the cover of the box. All fixture and fitting ISI marked and confirmed to Indian standard specification No-732. The following brand to be used For fixture and fitting, wire etc. Anchor, Cona,/ Fan and other lightening items Havells, Orients,

Khaitans, Phillips/ All other fitting are to be supplied as per the instruction of the Deptt.

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ANNEXURE-I

WORKING EXPERIENCE LIST OF PROJECTS IN PROGRESS

Name of the employer

Name of location and name of the

work

Contract price in Indian

Rupees

Items of works

Date of starting of work as

per Agreement

Stipulated date of

completion of the work

.if any

Revised target date

of completion

of the work if any

Reason for slow progress if any with the updated billing

amount

Signature of the Bidder

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ANNEXURE-II

AFFIDAVIT

1. The under signed do hereby certify that the statement made in the required

attachments including E.MD are true and Correct.

2. The undersigned also hereby certifies that neither I /our firm

M/s______________________________________________ partners have been

abandoned any road/bridge/irrigation /Buildings or other project work in India nor

any contract awarded to us for such works have been rescinded during the last

five years prior to the date of the bid.

3. The undersigned hereby authorized and request (s) any bank, person, firm or

Corporation to furnish statement or regarding my (our) competency and general

reputation.

4. T he undersigned understands and agree that further qualifying information may

be requested and agree to furnish any such information at the request of the

Department.

Signature of the Bidder

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ANNEXURE-III

INFORMATION REGARDFING CURRENT LITIGATION .DEBARRINGEXPELLING OF TENDEREDOR ABANDONMENT OF WORK BY THE TENDERER

1. a) is the tenderer currently involved in Yes/No

any litigation to the works. b) If yes give details:-

2. Has the tenderer or any of its Constituent partners been debarred / Expelled by any agency in india during Yes/No the last 5years.

3. a) Has the tenderer or any of its Constituent partners failed to perform Yes/No on any contract work in india during the last 5years.

b) If yes give details:- Note: - If any information in this schedule is found or concealed, qualification application will be summarily rejected.

Signature of the Bidder

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ANNEXURE-IV

CERTIFICATE OF NO RELATIONSHIP

I/We* here by certify that I/We* am/are* related /not related* to any officer of SSA,

Keonjhar of the rank of Sr.Technical consultant & above and any officer of the rank of

undersecretary and above of the school and mass education department Govt. Odisha

I/We* am/are* aware that, if the fact subsequently proved to be false, my/our* contact will be

rescinded with forfeiture of EMD and security deposit and I/We*shall be liable to make good

the loss or damaged resulting from such cancellation.

I/We*also note that, non-submission of the certificate will render my/our tender liable

for rejection.

(*)- Strike out which is not applicable Signature of the Bidder

Sd/-13.07.2017 Sd/-13.07.2017

Sr.Technical Consultant Dist.Project Co-ordinator Signature of Bidder

ANNEXURE-V

CERTIFICATE OF EMPLOYMENT OF UNEMPLOYED GRADUATE ENGINEER/DIPLOMA HOLDERS (For A and above class contractor only)

I/We hereby certify that at present the following Engineering personnel are working with me/in our firm/company and their bio-data are furnished below.

Sl. No

Name of the Engineering personnel appointed for supervising contractors work with address

Qualification Date of Appointment

Monthly emolument

Whether full time engagement or contractual engagement

If they are super annulated /retired /dismissed or removed personnel from state Govt. /Central Govt. pubic undertaking private companies and s or any one ineligible for government service

1 2 3 4 5 6 7

I/We also note that, non-submission of this certificate will render my/our tender liable for rejection Signature of the Bidder Date:-