Upload
others
View
7
Download
0
Embed Size (px)
Citation preview
1
ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise)
NOTICE INVITING TENDER
Tender No ERO/MMD/STPI/1072 Dated 20.04.2017
TENDER FOR EXECUTION OF INTERIOR DECORATION AND ANCILLARY WORKS FOR THE OFFICE SPACE OF THE SOFTWARE TECHNOLOGY PARK OF INDIA AT SALTLAKE, KOLKATA.
Sealed percentage rate tenders in two bid system (Techno Commercial and Price
bid) are invited by Engineering Projects (India) Ltd. (EPI) on behalf of Software
Technology Park of India (STPI), Saltlake, Kolkata from eligible & experienced Interior decorators /contractor for the following works:
Sl. No
Name of Work Qty
. Estimated Cost
Earnest Money Deposit
Completion Period
1. INTERIOR DECORATION AND ANCILLARY WORKS FOR THE OFFICE SPACE OF THE SOFTWARE TECHNOLOGY PARK OF INDIA AT SALTLAKE, KOLKATA
01 Job
Rs. 93,98,525.00 (Rupees Ninety Three Lakh Ninety Eight Thousand Five Hundred Twenty Five only)
Rs.1,87,970.00 (Rupees One Lakh Eighty Seven Thousand Nine Hundred Seventy Only)
60 (Sixty)
Days
Apart from above, any other services not covered above but required as per direction of EPI are deemed to be included in the scope of work. The work is to be carried out on item rate basis as per bill of quantities and tender conditions.
The detailed scope of work is given in the tender document. Time schedule of tender activities.
i) Last Date & Time for sale of tender documents: 05/05/2017 upto 11:00 Hrs. IST
ii) Last Date & Time of Submission of Tenders : 05/05/2017 upto 15.00 Hrs. IST iii) Date & Time of Opening of Envelope-1 : 05/05/2017 at 15.30 Hrs. IST (Techno-Commercial Bid) In case any unscheduled holiday takes place on the last day of issue of Tender/ submission of tender, the next working day will be treated as scheduled day and time for issue/ submission of tender. 1. Contractors who fulfill the following basic qualifying requirements are eligible to participate in this tender. The joint ventures are not accepted. a) Bidder Should have completed during last 7 (Seven) years from the last date of
submission of the bid the following “similar works”.
2
i) Three similar works each of costing minimum 40% of the estimated cost put to this tender.
OR ii) Two similar works each of costing minimum 50% of the estimated cost put to this
tender. OR
iii) One similar work costing minimum 80% of the estimated cost put to this tender.
- Similar works shall mean “Interior works of official/ commercial space, Auditorium including False Ceiling, Electrical & Fire Fighting works.” - The cost of free issue materials shall not be included in the completion cost of works.
- For evaluation purpose, the completion cost of works mentioned in the completion certificate shall be enhanced by 7% per annum till the end of month prior to date of NIT.
b) Should have had Average Annual Financial Turnover of not less than 30% of the estimated cost of the work in the last three consecutive years ending 31.03.2016 duly certified by a Chartered Accountant. c) Should not have incurred any loss in more than two years during the immediate last five consecutive financial years ending 31.03.2016. Copies of balance sheet / certificate from Chartered Accountant to be submitted. d) Should have a Solvency of 40% of the estimated cost issued by a Bank. The Solvency Certificate should not have been issued earlier than one year of last date of submission of the tender.
e) Should have valid Permanent Account Number of Income Tax and Service Tax Registration number. f) Should have valid PF Registration number.It is desired that bidder should have valid VAT Registration number in the State of West Bengal. In case the bidder do not have valid VAT registration number, the same shall be obtained by the successful bidder within one month from the date of LOI or before release of 1st R/A bill whichever is earlier. g) Should have latest Sales Tax clearance Certificate. Even though an applicant may satisfy the eligibility criteria, EPI reserves the right for not issuing the tender document if the applicant has record of poor performance such as abandoning work, not properly completing the work, delay in completion of work, poor quality of work, financial failure / weakness etc. 2. Tenderers have to submit confirmation letter whether they are registered under MSME Act or not, if yes, then to submit relevent copies of the registration letter (in the form of Memorandum -2 with the concerned DIC) in envelop-1 i.e. Techno-commercial part and the party will be exempted from submission of tender fee and EMD. 3.0 Tender documents comprising of the following are available on the website of EPI: www.epi.gov.in/ CPP Portal A) Volume I :
3
(a) Instruction to Tenderers, & General Conditions of Contract (Available at EPI website) ,(b) Addendum to Instruction to Tenderers, (c)Memorandum, (d)Form of Tender & (e) Letter of Undertaking B) Volume II : (a) Notice Inviting Tender (b) Additional Conditions of Contract (c) Technical Specification & List of Approved Brands (d) Tender Drawings C) Volume III (a) Bill of Quantity & Quoting Sheet 4.0 The complete tender documents can be downloaded by the intending bidders directly from EPI website www.epi.gov.in and cpp portal www.eprocure.gov.in. The tender fees of Rs.1,000.00 (Rupees One Thousand only) (Non-Refundable) by Crossed Demand Draft /Pay Order favouring “Engineering Projects (India) Ltd.”, payable at Kolkata shall be submitted by the bidder alongwith their bid in Envelope- 1. Tender documents can also be obtained from Group General Manager (MMD), Engineering Projects (India) Ltd. 50, Chowringhee Road Kolkata-700071 from 11:00 Hrs to 17:00 Hrs IST on all working days (Monday to Friday) except Public Holidays, on submission of request letter along with tender fees of 1,000.00 (Rupees One Thousand only) (Non-Refundable) by Crossed Demand Draft favouring “Engineering Projects (India) Ltd.”, payable at Kolkata
5.0 The relevant experience certificates and other documents as mentioned above CI.1.0. (a) to 1.0 (g) duly attested by Gazetted Officer not below the rank of Executive Engineer or equivalent or Notary Public fulfilling the qualifying criteria.
6.0 The experience certificates issued by Government Organizations / Semi Government Organizations / State Government Public Works Department / Central Government / Public Sector Undertakings / Autonomous Bodies / Municipal Bodies / Public Limited Companies listed on BSE / NSE and private party shall be accepted for assessing the eligibility of the tenderer. However, the certificates issued by Public Limited Company & Private Party must be supported by TDS certificates in support of value of work done by the tenderer. 7.0 Completion certificates from the client shall be in the name of the company who is submitting the tender. The bidder has to produce original documents for verification at the time of opening of tender or as and when demanded. 8.0 Issuance of Tender Documents to any Tenderer shall, however, not construe that the Tenderer is considered qualified for the tender work and the same may be rejected if on detailed scrutiny the document submitted along with the tender are found to be unsatisfactory. The decision of EPI in this regard shall be final and binding on the Tenderer. 9.0 All Tenders shall be accompanied by Earnest Money Deposit as stated above. This can be in the form of Crossed Demand Draft or Pay Order of any Nationalized Bank / Scheduled Bank for the full amount of EMD payable favouring, “Engineering Projects (India) Ltd.”, payable at Kolkata or in the form of Bank Guarantee of any Nationalized Bank / Scheduled Banks, in accordance with the prescribed format of EPI (given at page no. 100 of GCC, favouring “Engineering Projects (India) Ltd.,”. The EMD shall be valid for a minimum period of 150 days (One Hundred Fifty Days) from the last day of submission of Tender. Tenders submitted without tender fee (in case of downloaded ) and EMD or with inadequate amount of tender fee
4
& EMD shall be rejected. 10.0 The offer shall remain valid for a period of 90 days from the date of opening of price bid. 11.0 The Terms & Conditions contained in the NIT and tender document should be applicable. 12.0 Tender documents shall be issued by and submitted to:
Group General Manager (MMD) Engineering Projects (India) Ltd. 50, Chowringhee road Kolkata-700071 Phone no:-033-22824426 Fax No. 033-22824428 13.0 EPI reserves the right to accept any tender or reject any or all tenders or annul this tendering process or split the tender without any reason and liability whatsoever and to re-invite tender at its sole discretion. 14.0 The corrigendum or addendum, extension, cancellation of this NIT, if any, shall be
hosted on the EPI’s website www.epi.gov.in /CPP portal www.eprocure.gov.in . The bidders
are required to check EPI’s website/CPP Portal regularly for this purpose, to take into account
before submission of tender.
15.0 All corrigendum and addendum shall be part of the tender document and are to be
submitted duly signed and stamped by tenderer. Even if tenderer fails to submit corrigendum
and addendum duly signed by him, it will be deemed that the tenderer have gone through
such corrigendum /addendum, if any, and no claim shall be entertained by EPI on account of
any omission /error on his part.
16.0 The price bid of those bidders whose bid has been technically accepted on the basis of documents submitted shall be opened with prior intimation to them. However, it is made clear that the offer of the L-1 (Lowest) bidders shall be accepted subject to the confirmation of authenticity of the PQ documents/ EMD/Tender fee/BG from the concerned department /bank
17.0 In case of tie-tender, where two firms are biding lowest, EPI reserve the right to split the work among those bidders and / or EPI will reserve the right to award the tender to any one of such bidder.
18.0 The tender documents shall be submitted to: Group General Manager (MMD)
Engineering Projects (India) Ltd. 50, Chowringhee road Kolkata-700071
19.0 Contact details for site related Queries / Visit : Shri. B S Manna, Manager (Tech) Engineering Projects (India) Ltd. 50, Chowringhee road Kolkata-700071
5
Dated: 20.04.2017 Group General Manager (MMD)
Tender No ERO/MMD/STPI/1072 Dated 20.04.2017
TECHNICAL SPECIFICATIONS
1. Timber: First class hardwood locally available and should be well & properly seasoned of
mature growth free from worm holes, large loose or dead knots or other defects and will
not suffer warping, spilling or other defects through improper handling.
2. First class hardwood to be either CP or steam beach and shall be best quality, free from
soft heart, worm & bee holes and other defects.
3. All wrought timber is to be sawn, planned or works to correct sizes and shapes as shown
in the drawings. An allowance of 2mm shall be permitted for each wrought face.
4. All wooden members shall be liberally coated and treated with anti-termite paint before
fixing.
5. Plywood: Plywood shall be of BWR IS-101 of approved commercial type, make, and
brand etc; Thickness of plywood shall be as per details given in the
drawings/specifications.
6. Workmanship for joinery: Timbers is to be cut to require size and length and the joinery
should start immediately after the line out is finalized. It should be framed up (But not
bonded) and stored until required for fixing in position. At this stage it should be bonded
and wedged up. Any portion that warps or develops shakes or other defects shall be
replaced facing wedging up. The whole work is to be framed and finished in a proper line
or level and as detailed in the drawings and fitted with all necessary metal ties, straps
bolts, screws.
7. Twinning bonded joints are to be cross tongued with teak tongues.
8. The contractor shall be responsible for providing and maintaining temporary coverage
required for the protection of dressed, finished or semi-finished works if left unprotected.
He is also to clean out all shavings, cut ends and other wastages from all parts of the
work at his expenses.
9. Laminate sheeting shall be of specified thickness, make and either plain, sued, satin or
with design finish and samples showing the surface texture and pattern are to be
submitted in proper sizes for approval before use.
10. The laminates shall be fixed with proper adhesive of approved grade and brand.
11. The contract surfaces of dowels, Tenos, wedges etc, shall be glued with proper
adhesive. Where ever joiner and carpentry works is likely to come in contact with
moisture the adhesive shall be water proof.
12. Hardware : Shall be of approved make and quality, samples of each and every
hardware item should be submitted and got approved before using. This hardware shall
generally confirm to following:
a. Butt Hinges: Shall be either brass oxidized or power coated aluminium with pins
and washers heavy duty type or as specified.
b. Mort ice Locks: six levers.
c. Tower bolts: Brass oxidized or powder coated aluminium.
d. Glass & Glazing: The glass used for glazing shall be plain, complying with IS:
3548 unless otherwise specified.
The glass shall be free from any defects such as bubbles, undulations, waves and cracks etc.
13. Painting & Polishing: All materials required for this work shall be of specified and
approved manufacturer, delivered to the site in manufacturers containers with seals etc.
unbroken and clearly marked with manufacturers name of trademark with a description
of the contents and colours. All materials to be stored at the site.
14. All brushes, tools, pots, kettles etc, used in carrying out the work shall be clean and free
from foreign matter.
15. Surfaces of the new wood work which are to be painted are to be rubbed, Knotted and
stopped to the approval of EPI.
16. Surfaces of previously painted wood work which are to be repainted shall be cleaned
with soap solution of approved solvent to remove dirt, grease etc. Whilst wet the surface
shall be flatted down with suitable abrasive and then rinsed down and allowed to dry.
Minor area of defective paint shall be removed by scrapping back to a firm edge and the
exposed surface touched in with primer as described and stopped with putty. Where the
wood mark has been previously painted or polished and is to be newly polished, the
same shall be prepared with scrapping, burning off or rubbing down. Surfaces of
previously painted metal surfaces which are to be repainted shall be cleaned, flatted
down and any rust and loose scale shall be removed completely by chipping, scrapping
and wire brushing back to bare metal and touched in with primer as directed by EPI.
17. Aluminium sections: Aluminium services shall be factory extruded out of aluminium
ingots with smooth finish without any defects like pore, roughness‟ etc, and shall be
accurate in size, shape and weight etc.
18. List of INDIAN STANDARDS referred to :
IS 1200:
Latest Methods of Measurements of buildings & civil engineering works
IS 287: 1973 Recommendation for maximum permissible moisture Content of timber
IS 1141: 1993 Code of practice for seasoning of timber.
IS 3845: 1966 Code of practice for joints used in wooden furniture.
IS 3548: 1988 Code of practice for glazing in buildings.
IS 137: 1965 Specification for ready mixed paint, brushing, matt or eggshell flat finishing interior to Indian Standard colour, as required.
IS 113: 1950 Specification for ready mixed paint, brushing, undercoating, interior, to Indian Standard colours
IS 133: 2004 Enamel, Interior: (a) Undercoating (b) Finishing
IS 110: 1983 Ready mixed paint, brushing grey filler, for enamels, for, use over primers.
IS 129: 1950 Ready mixed paint, brushing, finishing exterior, semi-gloss, for general purposes
19. INSPECTION AND TESTING
The EPI/ Consultant shall be entitled at all times at the risk of contractor to inspect and/or
test by itself through an independent agency appointed by the Employer to Inspect,
and/or test all the materials, components, and items of work at the expenses of the
contractor. All such tests shall be done as per ISI guidelines and/or as directed by EPI.
20. LABOUR LAWS AND RULES
The Site Engineer shall ensure that the contractor maintains relevant records and fulfils all conditions and requirements in accordance with a. The payment of Wages Act
b. Employer’s Liability Act
c. Workmen’s Compensation Act
d. Contract Labour (Regulations & Abolition) Act 1970 and Central Rules 1971
e. Apprentices Act 1961
f. Any other Act or enactment relating thereto and rules framed there under from time
to time.
21. RATES
i. Quantities mentioned are approximate and payment shall be made on actual
measurements. The contractor shall become entitled to payment only after EPI has
received the corresponding payment(s) from the Client/ Owner for the work done by the
contractor.
ii. The rate of partitions and wall cladding shall include necessary additional frame work
supports wherever required to suite the site conditions or stability of the frames.
iii. Rate for doors will include provision of Hardware like hinges, locks, handles, tower
bolts, door stoppers etc., of approved design and make
iv. Rates for hardware to include supplying and fixing of necessary matching screws (Brass
or powder coated)
v. The rates for provisions of furniture shall include for placing the required furniture in
position and protecting from damage until handed over to.
vi. The rates for all painting and polishing works shall include all preparation of surfaces,
sand papering or rubbing down before each coat, all brushes and cleaning materials.
vii. After completion of the work the site shall be cleared from all waste, rubble, left over
materials etc., and thoroughly cleaned ensuring that all laminates, floorings, walls,
furniture surfaces and tops etc., are spotless clean.
viii. The aluminium extruded sections shall generally confirm to dimensions given in the
drawings and specifications, correspondingly ensuring the minimum weight structure as
specified in manufactures catalogue.
ix. An allowance of 5% may be allowed for the dimensions of Aluminium sections at
the discretion of the EPI.
LIST OF APPROVED AND NOMINATED MANUFACTURERS/SUPPLIERS OF MATERIALS
INTERIOR FURNISHING
Sl. No.
MATERIALS APPROVED BRANDS
1. False Ceiling & Cornices : India Gypsum/ Gyproc / Diamond
2. Wood skirting /mouldings, Liping /beading and door frame :
Teak wood with steam beach
3. BWP Marin Ply wood (IS: 710) : Archid / Green Ply/Century/Sylvan
4. Laminate : Archid /Formica/Merino
5. Veneer :
Archid /Green ply/Century
6. Flush Door : Archid /Green ply/Century/Sylvan
7. Wood Preservative : STP-Pentaphene pale / Termination Tor(Pidilite)/ equivalent
8. Adhesive : Fevicol SH (Pidilite) / Araldite/SR-998/Century – SH.
9. Door Closer : Godrej /Ozone/Opel
10. Floor Spring : DORMA/ OZONE/ Godgej
11. Door Lock : Godrej Cylindrical pin level / Dorset/ equivalent
12. Drawer Lock :
Godrej Multipurpose/ Hettick/ equivalent
13. Hardware : GKW/ Hettick/ Arises
14. Hinges : CIEF/Ebco/Godgej
15. Screws : GKW/ Nettle fold/ equivalent
16. Carpet : Transasia / Uniproducts/ equivalent
17. Vertical blinds : Vista Levolor/Mac Decor/ Lauflex
18. Sun Control Film : Garware/ 3M/ equivalent
19. Soft Board / Display Board : Jolly board / equivalent
20. Paints (Enamel & Emulsion) : Asian / Berger/ Nerolac
21. Texture paint : Spectrum Type (Asian / Berger/ Nerolac)
22. Ceramic Tiles : Nitco/ Kajaria/ Somani
23. Vitrified tiles : Kajaria / Nitco/ Somani
24. Glass : Modi Guard/ Saintgobain/ Ashahi
Sl. No.
MATERIALS APPROVED BRANDS
25. Handle : Stainless steel finish Neki/ Hassely/ prince polo
26. PVC Floorings : Armstrong/ Krishna Vinyle/ LG
27. Sanitary Fittings : Hindware/ Parryware/ Jaquar
28. Modular Furniture : Spacewood/ Herman Miller/ Steel Case/ Feather Lite
ELECTRICAL, TELEPHONE & BURGLAR ALARM WORKS
Sl. No.
MATERIALS APPROVED BRANDS
1. PVC fittings : AKG / Polypack/ Precision
2. Wires – PVC insulated copper : Finolex / Havells/Anchor/Polycab/Skytone
3. Cables (armoured) : Gloster / Nicco / Havells / Evershine KDK
4. A.C Starter, Plug Socket : Legrand / Crabtree / Northwest
5. Light & Power switch socket : Crabtree/Philips /North West
6. Telephone Socket : RJ-11 Crabtree/Philips/MK
7. DB MCB : Legrand/ Havells/Standard
8. MCB : Legrand / Havells / Hager
9. Telephone cable : Delton/.51 Netco / National
10. Light fitting : PHILIPS/ Havells/ Wipro
11. Fuse Switch : L&T / Havells/ Legrand
12. Telephone Connecter : Corn / De-link / Equivalent
13. Ceiling/ Wall fan : Crompton / Orient / Khaitan
14. Exhaust fan : Crompton / Orient / Khaitan
15. P.V.C tape : Steel Greep/ Anchor/ Havells
16. Call bell : Max/ Bajaj/ Havells
17. Cable Lug : Dowell’s/ connect well/ equivalent
18. Cable gland : Dowels/ Rayehem/ Comet
19. Distribution board : Legrand / Havells/ Legrand
20. MS conduit : (16 SWG) BEC/ Polycab/ Bentec
21. Starter & single phasing preventer: SEIMENS / L&T/ equivalent
22. SPN, TPN, Sheet metal : Havells / Legrand/ equivalent
23. Pipe PVC (Rigid Conduit) : Polypack /Super/AKG / Precision
24. PVC fitting for Rigid : AKG/Bentek/Polycab
25. PVC Roll Pipe : Super Dalda or equivalent heavy gauge
26. Lugs : Dowells / connct well/ equivalent
27. Terminals : Essen / Elmex/ connect well
Sl. No.
MATERIALS APPROVED BRANDS
28.
29.
30.
31.
32.
33.
E-Cat 6 Patch Panel :
P.A System :
CCTV Camera :
CCTV Camera Wiring :
UPS Wiring :
AC :
Schneider Electric / Avaya/ equivalent
Bosch / Ahuja / equivalent
Sony / Bosch / Samsung / Honey well
Crompton / KEI/ Finolex/ Rajdhani
Crompton / KEI/ Fenolex
Blue Star/ Hitachi/ Daikin
NOTE:
1. In case of non availability of any material of specific make or equivalent, the proposed make
of material shall be used only after a written approval of EPI.
2. The contractor shall provide samples of all materials mentioned in the list of makes prior to
start of works and written approval to be obtained by EPI.
Tender No ERO/MMD/STPI/1072 Dated 20.04.2017
ADDITIONAL CONDITIONS OF CONTRACT (ACC)
1.0 The following Additional Conditions of Contract shall be read in
conjunction with General Conditions of Contract. If there are any provisions in these Additional Conditions of Contract, which are at variance with the provisions of General Conditions of Contract, the provisions in these Additional Conditions of Contract shall take precedence.
2.0 Introduction
Software Technology Park of India (STPI), a society set up by the Ministry of Electronics and Information Technology (MeitY), Government of India wants to furnish their Kolkata office at rented office premise owned by WEBEL, STP-II Building , Salt Lake, Kolkata. Now STPI desires to decorate the interior of their office and execute other ancillary work through this tenderer.
3.0 Scope of work The brief scope of work in this tender shall include (but not limited to) Civil, interior decoration, Electrical, lighting , air conditioning, fire detection, false ceiling, furniture & Fixtures, Networking etc. at office space of the Software Technology Park of India at Salt lake, Kolkata.
4.0 Co-Operation /Co-Ordination
The proposed site is functional office of STPI owned by WEBEL. The bidder has to execute the work with proper coordination with the STPI, executing contractor/sub-agencies working with the WEBEL.
However, if due to negligence, non cooperation of the bidder or his associates during execution of the work and STPI/ WEBEL suffers damage, loss etc. if any, the same should be got rectified/made good by the bidder at his own cost failing which EPI may get the said rectification/making good done by other agencies and the cost of the same will be recovered from the bidder. The decision of EPI regarding extend of rectification and cost thereof will be final and binding on the bidder.
5.0 Responsibility of the Contractor:
a) Contractor shall ensure that unless specified otherwise, the work is to be executed as per the latest CPWD specifications including upto date correction slips and within the guideline as laid down by CVC. The routine testing in respects of materials shall be carried out in recognized laboratory/ institution concerned as per CPWD norms in force.
b) Intimating the physical and financial progress regularly at the end of each week. c) Labour Hutment shall not been allowed in the premises. All laborer should leave the site after day’s work. The security, watch ward of site, contractor’s material/ work etc. shall be at his cost only. d) Obtaining approval from the concerned local authorities for the architectural decoration / drawing s and for necessary assistance, where required. e) Contractor shall be responsible for structural stability of the structure and no deviations in the decoration of the structure are to be made without approval of EPI. In case any deviation in the structure from the approved structural decoration noticed by EPI at any point of endangering stability, contractor shall be liable to pay compensation to EPI as per prevalent norms and also to rectify the defects at its own cost. f) On the completion of the work, contractor shall clear and remove all construction plant and machines surplus material, rubbish and temporary works of every kind and leave the site and works, clean and in a workmen like condition of the satisfaction of STPI .
6.0 ARBITRATION :
6.1 Clause no. 76.1 along with note of GCC- Deleted
6.2 Clause no.76.2 of GCC - ARBITRATION BETWEEN CENTRAL PUBLIC
SECTOR ENTERPRISES INTER SE / GOVERNMENT OF INDIA DEPARTMENTS / MINISTRIES
i) In the event of any dispute or difference relating to the interpretation and application of the provisions of the contract, such dispute or difference shall be referred by either party to the arbitration as per the instructions (Office Memorandum / Circulars) issued by Govt. of India from time to time with regard to arbitration between one Government Department and another, one Government Department and a Public Sector Enterprise and Public Sector Enterprise inter se.
ii) Subject to any amendment that may be carried out by the Government of India from time to time, the procedure to be followed in the arbitration shall be as is contained in D.O. No.DPE/4/(10/2001-PMA-GL-1 dated 22.01.2004 of Department of Public Enterprises, Ministry of Heavy Industries and Public Enterprises, Government of India or any modification issued in this regard.
6.3 Clause No.76.3 of GCC, stands modified as under :
JURISDICTION : The courts in Kolkata alone will have jurisdiction to deal with matters arising from the contract, to the exclusion of all matters.
7.0 COMPLETION PERIOD
The completion period for the total work is 60 (Sixty) days from the date of issue of LOI/ Work Order
8.0 TECHNICAL MANPOWER REQUIREMENT
Sl. No.
Description Minimum numbers required
1. Site Engineer (DCE/ DEE) with 5 years of experience
One
2. Safety Officer ( with 5 year Experience) One
Rate of Recovery in case of non compliance of above manpower are as follows:
Sl. No.
Description Minimum numbers required
1. Site Engineer, DCE/ DEE with five years of experience
Rs. 25,000/- per month
2. Safety Officer ( with 5 year Experience) Rs. 15,000/- per month
If the contractor fails to deploy the technical manpower stated above, EPI reserves the right to deploy the technical manpower and the cost of the same shall be recovered from the contractor.
9.0 MOBILIZATION ADVANCE:- Clause 8.0 of General Conditions of Contract stands deleted.
10.0 FACILITES The sub-clause 28.3 of the clause no. 28 of General Conditions of Contract (GCC) Stands deleted.