Está en la página 1de 29

NOTICE INVITING TENDER BSNL

(A Govt. of India Enterprise)

TENDER DOCUMENT
FOR

THE WORK OF

Name of Work: Special Repairs to 1-No. T-V Staff Quarter due to change of
occupancy in T. E. Campus Babupara, Ambikapur.
Top of Form

NIT No:- 24/2009-2010 Dated- 25.08.2009

Name of Contractor ……………………………………………

BSNL CIVIL SUB DIVISION


AMBIKAPUR
1
NOTICE INVITING TENDER BSNL

INDEX

Name of work: - Special Repairs to 1-No. T-V Staff Quarter due to change of
occupancy in T. E. Campus Babupara, Ambikapur.
Top of Form

Sl. Pages
Details
No. From To
1 Cover Page. 1 1
2 Index. 2 2
3 Application For Participation In Tender. 3 3
4 Notice Inviting Tender. 4 6
5 Instructions for downloading from web site and
submission of tender document. 7 7
6 BSNL W – 6. 8 13
7 BSNL W – 8 . 14 16
8 Proforma of Schedules (Abridged version). 19 21
9 Additional Condition of Contract. 22 24
10 Declaration of near Relatives. 25 25
11 Certificate regarding EPF & service tax details 26 26
12 Schedule of Quantity. 27 28
13 BSNL-8 General Conditions of Contract for Civil Refer Web sites
Works 2006 amended up to 31.10.2007 including www.chhattisgarh.bsnl.co.in
correction slip 1, 2 & 3. (Contains 139 printed pages &
excluding cover pages and correction slips ) www.civil.bsnl.co.in

Sub Divisional Officer(C),


BSNL Civil Sub Division,
AMBIKAPUR

2
NOTICE INVITING TENDER BSNL

APPLICATION FOR PARTICIPATION IN TENDER.


To
The Sub Divisional Officer(C),
BSNL Civil Sub Division
AMBIKAPUR.

Sub: Submission of Documents for the work of :-- Special


Repairs to 1-No. T-V Staff
Quarter due to change of occupancy in T. E. Campus Babupara, Ambikapur.

Sir,

1. I am / We are registered with BSNL as Class . . . . . . . Contractor (s) and our registration
number is …………… . . . . . . .. It is certified that the said registration is valid upto...

OR
I am/ we are registered with ………………………. Department (Non – BSNL) and our
registration number is ………………………… It is certified that as on date the said
registration is valid

2. Copy of Form ‘A’ and Partnership deed (in case of Partnership Firm only) is submitted
herewith.

3. Copy of PAN card in respect of the Firm / Individual is submitted herewith.

4 Copy of valid EPF Registration is submitted herewith.

5. I / We ______________________________________________________ do hereby
solemnly declare that I shall abide by all the rules / condition / provisions of EPF and
Miscellaneous Provision Act 1952. In case of default by the undersigned, the sole
responsibility shall be mine / us”.

6. I/We will produce the original documents of all the copies of credentials submitted herewith
when ever required by the BSNL.
Yours faithfully,

(CONTRACTOR)

(Contractor’s signature along with seal)


NAME: …………………………….
ADDRESS: ………………………
PHONE NOS. WITH STD CODE.: . . . . . . . . . .
MOBILE NOS………………………
E-MAIL: …………………………………….

3
NOTE:- Please strike off which is not applicable.

BHARAT SANCHAR NIGAM LIMITED


(A GOVERNMENT OF INDIA ENTERPRISE)
NOTICE INVITING TENDERS
Tender Notice No. 24 / 2009-10 / CD/ Bilaspur / dated 25. 08. 2009
The Sub Divisional Officer (Civil), BSNL Civil Sub Division, New Telephone Exchange
Compound, Behind Jail, Babupara, AMBIKAPUR, Pin - 497001 (Telephone No- 07774-220650)
invites on behalf of Bharat Sanchar Nigam Limited, sealed item rate tenders for the work of
“Special Repairs to 1-No. T-V Staff Quarter due to change of occupancy in T. E.
Campus Babupara, Ambikapur.” From contractors registered in the appropriate category in
DOT /BSNL /CPWD/ Railway/ MES/ DOP/ Chhattisgarh state PWD (B & R) eligible to participate
in Chhattisgarh state civil works. NO PRIOR EXPERIENCE IS REQUIRED FOR ANY
CATEGORY OF REGISTERED CONTRACTORS. PRIOR EXPERIENCE REQUIRED FOR
NON BSNL REGISTERED CONTRACTORS.

Sl No Name of work Estimated Cost EMD Time


24/2009- Special Repairs to 1-No. T-V Staff Rs.38,615.00 Rs.772.00 1 ( One
10/CSD/Ambikap Quarter due to change of occupancy Month )
ur in T. E. Campus Babupara,
Ambikapur.

2(a).The conditions and tender document can be had on prescribed application from the O/o the
Sub Divisional Officer(c), BSNL Civil Sub Division, AMBIKAPUR on payment of Rs
150.00 +Rs19.00 Taxes and surcharge per set (non-refundable). Applications for tender
documents will be received up to 4.00 P.M. on all working days up to 08.12.2009 and tenders
sold up to 4.00 P.M. 09.12.2009. The tender fee is payable by cash / Demand Draft /
Banker’s cheque drawn in favour of the Accounts Officer, BSNL Civil Division, Bilaspur.
The receipt obtained to be submitted along with the Tender.

(b)Tender documents along with schedule of quantities can also be downloaded from our
web site www.chhattisgarh.bsnl.co.in. In this case the cost of tender documents (non-refundable)
may be submitted at the time of tender submission along with Earnest Money deposit in the
form of Demand Draft / Banker’s Cheque drawn in favour of the Accounts Officer, BSNL
Civil Division, Bilaspur.

3. Tenders will be received up to 3.00 P.M. on 10.12.2009 and will be opened at 3.30 P.M. on
the same day. The tenderers or their authorized representatives, who wish, can also be present
during opening of tenders.

4. Earnest money shall be in the form of Fixed Deposit Receipt/Demand Draft / Banker’s Cheque/
Deposit at Call Receipt issued by any Scheduled Bank drawn in favour of the Accounts
Officer, BSNL Civil Division, Bilaspur. If the EMD deposited in advance in the Division
office, the receipt for the same may be obtained and submitted along with the tender.

5. The intending tenderers shall submit the copies of following documents as eligibility
credentials.:-

4
(i) The currency of registration of enlistment.
(ii) Form ‘A’ and partnership deed in case of partnership firm.
(iii) Copy of PAN card
(iv) Valid EPF registration.
(v) Experience
4. While submitting the tender bids, the tenderer shall submit tender in THREE sealed
envelops. First sealed envelope marked “1” : EARNEST MONEY PLUS COST OF TENDER
AND ELIGIBILITY CREDENTIALS” shall contain the receipt or proof of depositing the cost
of tender in Division office, Earnest money and the Eligibility credentials as per Para 2(a), 4
and 5 respectively. The Tenderers who down loaded the tender documents from web site, shall
submit the first envelop marked as above containing cost of Tender documents, Earnest money
and the eligibility credentials as per Para 2(b), 4 & 5 respectively. The Second sealed envelop
marked as “2”: TENDER will contain the Tender documents and shall be applicable for both
the cases. Both the sealed envelops marked “1” & “2” shall be placed in another sealed
envelop marked-“3”. All the Three envelops shall be super scripted with following data on it.
(i) Name of work:
(ii) Name of tenderer:
(iii) Last date of receipt of tender:
While opening the tenders by the Sub Divisional Officer or his authorized representative,
envelope marked “3” shall be opened first. Envelope marked “1” shall be opened next. In
case Cost of Tender Documents or Earnest Money or the eligibility credentials are not found
as per the requirement, the envelop marked “2” will not be opened and said tender shall
summarily be rejected.
5. Tenderers, who make any alteration in the work specified in the said form of invitation to
tender, or in the time allowed for carrying out the work or give any other condition of any sort
including conditional rebate shall be summarily rejected. However, tenders with un-conditional
rebates shall be accepted.

6. In case of down loaded tender any correction / addition /alteration / omission in the tender
document shall be treated as non-responsive and shall be rejected. The tenderer shall furnish a
declaration to this effect that no addition / deletion /corrections have been made in the tender
document submitted and it is identical to the tender document appearing on web site. In case,
any discrepancy between the tender document downloaded from the internet and the master
copy available in the Sub Divisional Engineer office, latter shall prevail and will be binding on
the tenderer(s). No claim on this account will be entertained.

The downloaded “Tender Document” in which rates are quoted should be properly bound
and sealed. However, the tenders submitted in the following manner shall be considered as
not properly bound and sealed.
(a) Loose/ Spiral bound tender.
(b) Stapled tenders without wax seal or without PVC tape.
(c) Tender schedule tied with thread / tag without wax seal or without PVC tape.
In all such cases of tender schedules not properly bound and sealed, the rates of the tenderer
shall not be disclosed and following procedure shall be adopted.
Such tenders shall be stapled immediately on all four sides in the presence of contractors
and officers present at the time of opening of tender with certificate on the front page of the
tender schedule as well as in the tender opening register by tender opening officer and by
contractors and other officers present that the rates were not disclosed due to reasons of either
of (a) to (c) in foregoing para and again kept in the envelop.
The above schedule with envelop shall be returned to the contractor after the final decision
on the tender is reached ( by the competent authority).

9. (a) The tenders not submitted in the above manner are liable to be rejected.

5
(b) Every page of downloaded tender shall be signed by tenderer with stamp (Seal).

10. The tenderers can also submit the tenders by post/courier. However, the department is not
responsible for late receipt of the tenders. Tender received after due date and time will not be
entertained at all.

11. The contractor in whose name registration is there to sign the tender document and
participate in the tender. In case of partnership firm , the authorized signatory is to sign &
participate in the tenders. The power of attorney holder’s signature / participation is not
accepted.

12. The Sub divisional Engineer (Civil), BSNL Civil Sub Division , Ambikapur reserves the right
to reject or accept any or all tenders without assigning any reasons thereof.

(B. P. Basak)
SUB DIVISIONAL OFFICER (C)
BSNL CIVIL SUB DIVISION
AMBIKAPUR

NOTICE INVITING TENDER BSNL

6
(TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER
DOCUMENT FROM THE WEB)

It is to certify that

1 I / We have submitted the tenders in the Proforma as downloaded directly from the website.

2. I / We have submitted tender documents which are same / identical as available in the
website.

3. I / We have not made any modification / corrections / additions etc. in the tender
documents downloaded from web by me / us.

4. I / We have checked no page is missing and all pages as per the index are available & that all
pages of tender document submitted by us are clear and legible.

5. I / We have signed (with stamp) all the pages of the tender document before submitting the
same.

6. I / We have sealed the tender documents properly before submitting the same.

7. I / We have submitted the cost of tender along with the EMD and the eligibility credentials
as per NIT.

8. I / We have read carefully and understood the important instructions to the all tenderers & to
tenderers who have downloaded the tenders from the web.

9. In case at any stage later, it is found there is difference in our downloaded tender documents
from the original, BSNL shall have the absolute right to take any action as deemed fit without
any prior intimation to me / us.

10. In case at any stage later, it is found that there is difference in our downloaded tender
documents from the original, the tender / work will be cancelled and Earnest Money /
Security Deposit will be forfeited at any stage whenever it is so noticed. The department will
not pay any damages to me / us on this account.

11. In case at any stage later, it is found that there is difference in our downloaded tender
documents from the original, I / We may also be debarred for further participation in the
tender in the concerned BSNL Civil Zone and would render me / us liable to be removed
from the approved list of contractors of the Department.

Dated………………….. (CONTRACTOR)
(SIGN WITH SEAL)

NOTICE INVITING TENDER BSNL


B.S.N.L. W-6

7
BHARAT SANCHAR NIGAM LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)

NOTICE INVITING TENDER


1.0.The The Sub Divisional Officer(c), BSNL Civil Sub Division, New T.E. compound Babupara
AMBIKAPUR-497001 (Telephone Nos.- 07774-220650 )invites on behalf of Bharat Sanchar
Nigam Limited, sealed item rate tenders for the work of “Special Repairs to 1-No. T-V Staff
Quarter due to change of occupancy in T. E. Campus Babupara, Ambikapur .” from
contractors registered in the appropriate category in DOT /BSNL /CPWD/ Railway/ MES/ DOP/
Chhattisgarh state PWD (B & R) eligible to participate in Chhattisgarh state civil works. NO
PRIOR EXPERIENCE IS REQUIRED FOR ANY CATEGORY OF REGISTERED
CONTRACTORS.
1.1 1.1 The work is estimated to Cost Rs. 38,615 .00 (Rupees Thirty Eight Thousand Six
Hundred Fifteen Only)
1.2. Not applicable.

2.0 Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL
W-8 with correction slip 1,2 & 3, which is available as a BSNL Publication in the office of
the Sub Divisional Officer(c), BSNL Civil Sub Division, T.E. compound Babupara
AMBIKAPUR/ BSNL Web site www.chhattisgarh.bsnl.co.in. Tenderer shall quote his rates as
per various terms and conditions of the said form, (In case “Tender documents” are
downloaded from the BSNL Website in which rates are to be quoted, should be properly
bound and sealed) which will form part of the agreement.

3.0 The time allowed for starting of the work will be 1(One) months from the 10th (Tenth) day
after the date of issue of letter of award of work.

4.0 The site for the work is ready.


5.0 The last date of receipt of applications for issue of tender forms (in prescribed format / can
also be downloaded from BSNL website www.chhattisgarh.bsnl.co.in ) and date of issue of tender
forms will be as follows:
i) Last date of receipt of application 08.12.2009 up to 16.00 hours.

ii) Last date of issue of tender forms 09.12.2009 up to 16.00 hours

6.0 Tender documents, can either be down loaded from the BSNL website
www.chhattisgarh.bsnl.co.in or can be seen in the office of the Sub Divisional Officer(c), BSNL
Civil Sub Division Ambikapur between 11.00 hours & 16.00 hours from 25.11.09 to
09.12.09 everyday except on Sundays and Public Holidays. Tender documents, excluding
standard form W-8 with correction slips 1, 2 & 3, will be issued from SDE(C)’s office,
during the hours specified above on payment of the following:-

(i) Rs.150.00 + 19.00 Sales Tax in Cash/ DD/ Banker’s Cheque as cost of tender (Non
refundable) drawn in favour of Accounts Officer, BSNL Civil Division, Bilaspur.

(ii) Earnest money of Rs 772.00 in the form of deposit at Call receipt of a scheduled
bank / fixed deposit receipt of a scheduled bank / demand draft / Banker’s Cheque of a
scheduled bank issued in favour of Accounts Officer, BSNL Civil Division, Bilaspur.

8
(iii) The tender shall be accompanied by Earnest Money along with cost of tender, if not paid
earlier as in the case of down loaded tender from Website in the form as detailed at sub
Para (i) & (ii) above.

Note: Money due to contractor in any other work or earnest money of the previous
call of the same work shall not be adjusted towards earnest money.

7.0. Tenders, which should always be placed in sealed envelope, in the manner detailed at
para 9 below will be received by the Sub Divisional Officer(c), BSNL Civil Sub
Division, AMBIKAPUR up to 15.00 Hrs. on 10.12.2009 and will be opened by him or
his authorized representative in his office on the same day at 15.30 Hrs. After opening the
main envelope ‘3’, the envelope ‘1’ containing the Earnest Money along with the cost of
the tender as applicable and eligibility credentials shall be opened first. The envelope ‘2’
containing tender shall be opened only for those tenderers whose Earnest Money, cost of
tender and eligibility is found in order. The unopened tenders shall be returned to the
tenderers after the final decision on the tender is reached.
4. The description of the work is as follows:- “Special Repairs to 1-No. T-V Staff Quarter
due to change of occupancy in T. E. Campus Babupara, Ambikapur”

9.0 Submission of tender:-

Tender shall be submitted in following manner:


9.1 In case the tender document is down loaded from BSNL website:

9.1.1 “Earnest money plus cost of tender and eligibility credentials” shall be placed in sealed
envelope-‘1’ marked “Earnest money plus cost of Tender and eligibility credentials”.

9.1.2 The “Tender” shall be placed in sealed envelope- ‘2’ and will be superscripted as “Tender”.

9.1.3 The sealed envelope no. ‘1’ & ‘2’ as above containing “Earnest money plus cost of
Tender, Eligibility Credentials”, and the “Tender” shall be placed in another sealed
envelope-‘3’.
9.1.4 All the three envelopes shall be superscripted with following data on it.
(i) Name of work
(ii) Name of tenderer
(iii) Last date of receipt of tender

9.2 In case tender document is purchased from Division office:

9.2.1 Proof / receipt of paying the cost of tender documents, proof of payment of EMD and copies
of documents showing eligibility credentials to be placed in sealed envelope no. ‘1’.

9.2.2 Envelope no. ‘2’ will be as per Para 9.1.2.

9.2.3 The sealed envelopes ‘1’ & ‘2’ shall be placed in another sealed envelope no. ‘3’.

9.2.4 All the three envelopes shall be superscripted with following data on it.
(i) Name of work.
(ii) Name of tenderer.
(iii) Last date of receipt of tender.

9
Note:- In case the eligibility credentials are not found in order at any stage i.e. before
award of work or during execution of the work or after completion of the work,
the contractor will be debarred from tendering in BSNL for three years
including any other action under the contract or existing law.
9.2.5 The tender in which rates are to be quoted should be properly bound and sealed. In case of
any correction / addition / alteration / omission in tender document vise-a-visa tender
document available on website shall be treated as non-responsive and shall be summarily
rejected.
9.2.6 Copies of other drawings and documents pertaining to the work will be open for inspection
by the tenderers at the office of the The The Sub Divisional Officer(c), BSNL Civil Sub
Division, New T.E. compound Babupara AMBIKAPUR.
10. Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders 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 tender. A tenderer shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charges
consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access
facilities for workers and on all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of tender by a tenderer 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 plants,
etc. will be issued to him by the BSNL and local conditions and other factors having a bearing on the
execution of the work.

11. The competent authority on behalf of Bharat Sanchar Nigam Limited does not bind himself
to accept the lowest or any other tender, and reserves to himself the authority to reject any or
all of the tenders received without the assignment of a reason. All tenders, in which any of
the prescribed conditions is not fulfilled or any condition including that of conditional rebate
is put forth by the tenderer, shall be summarily rejected.

12. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited
and the tenders submitted by the contractors who resort to canvassing will be liable to
rejection.
13. The competent authority on behalf of the Bharat Sanchar Nigam Limited reserves with
himself the right of accepting the whole or any part of the tender and the tenderer shall be
bound to perform the same at the rate quoted.
14. The company or firm or any other person shall not be permitted to tender for work in BSNL
Civil Zone in which his near relative(s) (directly recruited or on deputation in BSNL) is/are
posted in any capacity either non-executive or executive employee. Near relative(s) for this
purpose is/are defined as:-
(i) Member of Hindu Undivided family (HUF).
(ii) They are Husband and Wife.
(iii) The one is related to other in the manner as Father, Mother, Son(s), & Son’s wife
(daughter-in-law), Daughter(s), Daughter’s husband (son-in-law) Brother(s),
Brother’s wife, Sister(s), Sister’s husband (brother-in-law).

10
The contractor shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relative to any executive
employee / gazetted officer in the BSNL or Department of Telecom or in the Ministry of
Communications.
All the intending tenderers will have to give a certificate that none of his / her such near
relative(s) as defined above is/are working in the concerned BSNL Civil Zone where he is
going to apply for tender / work. The format of the certificate is as under :-

“I………………………………………s/o Shri ……….………………………………….


resident of ……………………………………………… hereby certify that none of my
relative(s) as defined above is/are employed in concerned BSNL Civil Zone. In case at any
stage, it is found that the information given by me is false / incorrect, BSNL shall have the
absolute right to take any action as deemed fit without any prior intimation to me.”
The certificate in case of Proprietorship Firm shall be given by the proprietor, for Partnership
Firm certificate shall be given by all partners and in case of Limited Company, by all
Directors of the company. However, Government of India / Financial Institutions nominees
and independent non-official part-time Directors appointed by Govt. of India or the Governor
of the State are excluded from the purview of submission of this certificate while submitting
tenders by Limited Companies.
Any breach of these conditions by the Company or Firm or any other person, the Tender /
work will be cancelled and Earnest Money / Security Deposit will be forfeited at any stage,
whenever it is so noticed. BSNL will not pay any damages to the Company or Firm or the
concerned person but damages arising on account of such cancellation to be born by the
contractor. The Company or Firm or the person will also be debarred for further participation
in the tender in the concerned BSNL Civil Zone. Further, any breach of this condition by the
tenderer would also render him liable to be removed from the approved list of contractors of
BSNL.

If however the contractor is registered in any other Department he shall also be debarred from
tendering in BSNL for any breach of this condition.

15. No Engineer of Gazetted/ Executive rank or other Gazetted/Executive Officer employed in


Engineering or administrative duties in an Engineering Department of the Government of
India/State Government or BSNL is allowed to work as a contractor for a period of two years
after his retirement from Govt. service, without previous permission of the Govt. of India or
BSNL in writing. This contract is liable to be cancelled if either the contractor or any of his
employee is found any time to be such a person who had not obtained the permission of the
Govt. of India/ State Government or BSNL as aforesaid before submission of the tender or
engagement in the contractor’s service.

16. The tender for the work shall remain open for acceptance for a period of 30 ( Thirty ) days
from the date of opening of the tenders. If any tenderer withdraws his tender before the said
period or issue of letter of acceptance/intent, whichever is earlier, or, makes any
modifications in the terms and conditions of the tender which are not acceptable to the BSNL,
then the BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit
50% of the said earnest money as aforesaid.

17. Not Applicable.

18. This Notice Inviting Tender (BSNL W-6) shall form a part of the Contract Document. On
issue of letter of award, the successful Tenderer / Contractor shall, with in 30 days from such
date, formally sign the agreement consisting of :-
11
a) The Notice Inviting Tender, all the documents including additional conditions, specifications
and drawings, if any, forming part of the tender, and, as issued at the time of invitation of
tender and acceptance thereof together with any correspondence leading thereto.

b) Standard BSNL W-8 with correction slip 1, 2 & 3 as on website www.chhattisgarh.bsnl.co.in


as well as available in the Divisional office, can be read/ understood by the tenderers before
quoting for the works.

c) Agreement signed on non-judicial stamp paper as per Performa annexed to the tender
document.

19. Payment to the contractors shall be made through e-payment system like ECS & EFT as
detailed below:-

(a) In cities / areas where ECS / EFT facility is provided by Banks, the tenderer must
have Account in such ECS / EFT facility providing Bank and that Bank A/C No shall
be quoted in the tender by the tenderer.

(b) The cost of ECS / EFT will be born by BSNL in all cases where the payment to
contractor is made in a local branch i.e. tenderer is having bank account in the same
place from where the payment is made by BSNL unit.

(c) In case payment is made to outside branch i.e. tenderer is having bank account not in
the same place from where the payment is made by BSNL unit, the crediting cost will
have to be borne by the tenderer only.

(d) The payments to contractors are made through ECS / EFT.

(e) The payment can also be made by cheque if so desired.

20. First running account bill shall be paid only after

(a) Signing of the Agreement / Contract by both the parties, and

(b) Progress chart has been prepared as required under Clause 5 and approved by the
competent authority.

21. If a contractor after purchasing the tender does not quote consecutively on three
occasions, the contractor may be debarred for further purchase of tenders for a period
of six months.

22. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED with
correction slips 1, 2 & 3 are available on website www.chhattisgarh.bsnl.co.in as well as in
the Divisional office.

23. The tenderer shall furnish a declaration to this effect (In case of downloaded tender) that no
addition / deletion / correction have been made in the tender document submitted and it is
identical to the tender document appearing on website. Every page of downloaded tender
shall be signed by the tenderer with stamp (seal) of his firm / organization.

12
(B. P. Basak)
Sub Divisional Officer (C)
BSNL Civil Sub Division,
AMBIKAPUR
For & on behalf of the
Bharat Sanchar Nigam Limited

TENDER AND CONTRACT BSNL


BSNL W-8
BHARAT SANCHAR NIGAM LIMITED
13
(A Govt. of India Enterprise)
STATE CHHATTISGARH CIRCLE RAIPUR
DIVISION BILASPUR
ZONE CHHATTISGARH SUB-DIVISION- RAIGARH

Item Rate Tender & Contract for Works


Tender for the work of :- Special Repairs to 1-No. T-V Staff Quarter due to change of
occupancy in T. E. Campus Babupara, Ambikapur .”

To be submitted by 15-00 hours on 10.12.2009 to the Sub Divisional Officer(c), BSNL Civil
Sub Division, AMBIKAPUR

(i) To be opened in presence of tenderers who may be present at 15-30 hours on


10.12.2009 in the office of the Sub Divisional Officer(c), BSNL Civil Sub Division,
AMBIKAPUR

(ii) Issued to: ………………………………………………… (Contractor)


Signature of officer issuing the documents ……………………………
Designation …………………………………………………………….
Date of issue ……………………………………………………………

TENDER
I / We have read and examined the notice inviting Tender, Schedule, A, B, C, D, E & F,
Specifications applicable, Drawings & Design, General Rules and Directions, Conditions of
Contract, Clauses of Contract, Special Conditions, Schedule of Rate & 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 Bharat Sanchar Nigam Limited
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 the contract and with such
materials as are provided for, by and in respect in accordance with, such conditions so far as
applicable.
I / We agree to keep the tender open for 30 (Thirty) Days from the due date of submission thereof
and not to make any modifications in its terms and conditions. If I / we withdraw my / our tender
before the said period or issue of letter of acceptance / intent, whichever is earlier, or makes any
modifications in the terms and conditions of the tender which are not acceptable to the BSNL, then
the BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
said earnest money as aforesaid.

A sum of Rs……………………………………………..(Rupees……………………………………
……………………………………………………….. only) has been deposited in prescribed manner
as earnest money. If I / We fail to commence the work specified I /We agree that the said Bharat
14
Sanchar Nigam Limited shall without prejudice to any other right or remedy, be at liberty to forfeit
the said earnest money absolutely otherwise the said earnest money shall be retained by competent
authority on behalf of the Bharat Sanchar Nigam Limited towards Security Deposit to execute all the
works referred to in the tender documents upon the terms and conditions contained or referred to
therein and carry out such deviations as may be ordered, upto maximum of the percentage mentioned
in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the
provision contained in Clause 12.2 and 12.3 of the tender form.

I / We hereby intimate that for receiving payments I / We have an account in ……………………


……………………..Bank with account No. ……………………... where the ECS / EFT facility of
e-payment is available.

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 there-from to any person other than a person to whom I am / We are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the State.

I / We agree that should I / We fail to commence the work specified in the above memorandum, an
amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall
be absolutely forfeited to the BSNL and the same may at the option of the competent authority on
behalf of the BSNL be recovered without prejudice to any right or remedy available in law out of the
deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out
of any other money due to me / us under this contract or otherwise.

“I/We agree that this contract is subject to jurisdiction of court at AMBIKAPUR only.”

Dated ……………………. ……………………………


Signature of Contractor
Witness:
Postal Address
Address:

Occupation:

15
ACCEPTANCE

The above tender (as modified by you (Contractor) and as provided in the letters mentioned
hereunder) is accepted by me for and on behalf of the Bharat Sanchar Nigam Limited for a sum of
Rs…… ……/-(Rupees ………… ……………………………………………. only).

The letters referred to below shall form part of this Contract Agreement.

(a)
(b)

For & on behalf of


Bharat Sanchar Nigam Limited

Signature ……………………………….

Dated ……………… Name and designation ………………….

16
PROFORMA OF SCHEDULE S BSNL

PROFORMA OF SCHEDULES
SCHEDULE ‘A’ As enclosed.

Schedule of quantities. Enclosed (From page No.28 to 33 )

SCHEDULE ‘B’
Schedule of Materials to be issued to the Contractor.

Contractor shall have to make own arrangements for Steel reinforcement & Cement.

SCHEDULE ‘C’
Tools and Plants to be hired by the Contractor.

Contractor shall have to make own arrangements of all Tools and Plants required for the work.

SCHEDULE ‘D’ As enclosed Page Nos.

Extra schedule for specific requirements / (1) Application for Participation for 3
documents for work, if any. Tender.

(2) Undertaking for Tenderer who 7


have down loaded the Tender
Documents from Web Site.

(3) Additional Conditions of Contract. 22 to 24

(4) Certificate regarding declaration of 25


near relative working in BSNL.

(5) Certificate regarding EPF and Service


tax details 26

SCHEDULE ‘E’

17
CLAUSE 10
Star prices to be considered for escalation and recoveries.

Sl.No. Materials Star price (Rate in Figure & Words)


1. For Cement (OPC 43 Grade) conforming to Rs 5,500.00/ MT (Rupees Five
IS 8112 : 1989 Thousand Five Hundred Per MT only)
2. For TMT Bars(SAIL, TISCO & RINL) of Rs 36,708.00/MT (Rupees Thirty Six
Main Producer conforming to BIS 1786: 1985 Thousand Seven Hundred Eight per
(Fe 415/500 grade) MT only).

Note: 1. Cement:

Normally 43 grade O.P.C. shall be used in the work. However, if not available,
the Engineer-in-charge can allow other grade & type of Cement . If the market rate of other
grade and type of cement is less than 43 grade OPC, the difference of cost will be deducted
from running bill/ final bills. In case, the market rate of other grade and type of cement is more
than 43 grade OPC, nothing extra will be paid. Criteria for testing of Cement shall be as per
the BIS codes and the guide lines given for procurement etc. in standard BSNL W-8 with up to
date correction slips for cement to be followed.

2. Reinforcement Steel:
Steel reinforcement of grade Fe 415 of main producers (TISCO, SAIL & RINL)
shall be used. However, High strength deformed steel bars produced by the Thermo-
Mechanical treatment process of grade Fe 500 & Fe 550 and conforming to other requirements
of IS 1786 : 1985 produced by the main producer may also be used for the reinforcement.
Nothing extra will be paid for using higher grade steel.

3. Structural steel :- The structural steel like angles , flats, MS pipes etc. shall be
conforming to IS specifications produced by secondary producers.

SCHEDULE ‘F’
Reference to General Condition of Contract
Name of Work: - “Special Repairs to 1-No. T-V Staff Quarter due to change of occupancy in
T. E. Campus Babupara, Ambikapur.”

Estimated cost of Work Rs.38,615/- (Rupees Thirty Eight Thousand Six Hundred
Fifteen Only

Earnest Money Rs.772/-(Rupees Seven Hundred Seventy Two Only )

Performance Guarantee Not applicable in this work

* To be filled up by the Executive Engineer at the time of award.

Security Deposit
Security deposit shall be recovered
18
@ 10 % (Ten Percent) of gross amount of
each running bill till the sum
along with the sum already deposited
as earnest money will amount to security
deposit of 2 % of the
estimated value of the work. Rs …*……../- (Rupees……………*……………)
(10 % of tendered value)

GENERAL RULES AND DIRECTIONS

Officer inviting tender The The Sub Divisional Officer(c), BSNL Civil
Division, AMBIKAPUR
Maximum percentage for quantity of
items of work to be executed beyond
which rates are to be determined in
accordance with Clause 12.2 & 12.3 50% (Fifty percent)

Definitions:
2(v) Engineer-in-charge Sub Divisional Officer(c), BSNL Civil Sub
Division, AMBIKAPUR
2(viii) Accepting Authority Sub Divisional Officer(c), BSNL Civil Sub
Division, AMBIKAPUR
2(x) Percentage on cost of materials and
labour to cover all overheads and
profit. 10%

2(xi) Standard Schedule of Rates Based on Delhi Schedule of Rates 2002 with
up to date correction slips.

9(ii) Standard BSNL Contract Form BSNL W-8 form as modified and
corrected up to date.
Clause 2
Authority for fixing compensation
under Clause 2. Executive Engineer©, BSNL Civil Division
Bilaspur
Clause 2 A
Whether Clause 2 A shall be applicable. Not Applicable

Clause 5
i) Time allowed for execution of work. Three month
ii) Authority to give fair and reasonable Executive Engineer©, BSNL Civil Division,
extension of time for completion of work. Bilaspur

* To be filled up by the Executive Engineer at the time of award.

Clause 7
Gross value of work to be done together
with net payment / adjustment of advance
19
for materials collected, if any, since the
last such payment for being eligible to
interim payment. Rs. 0.20 Lakhs (Rupees Zero decimal Two
Lakh).
Clause 10 CA Not Applicable

Clause 11

Specification to be followed for execution


Of work.
CPWD Specifications 1996 Volume I to VI and
revised Specifications 2002 for Mortar, Cement
Concrete and R.C.C.

These Specifications can be seen from the O/o Sub Divisional Officer(c), BSNL Civil Sub Division,
AMBIKAPUR or can be had from M/s Jain Book depot, New Delhi or any Govt authorized book
depot.

Clause 12

12.1.2 Schedule of rates for determining DSR-2002 with up to date correction slips.
(ii) the rates for additional, altered or
substituted items that cannot be
determined under 12.1.2(i).

12.1.2 Plus / minus the % over the rate


(ii) entered in the schedule of rates To be filled as per the award letter.

12.2 & Deviation limit for value of any item of any


12.3 individual trade beyond which sub
clauses12.1.2 (i) to (ii) shall not apply and
clauses 12.2 & 12.3 shall apply. 50% (Fifty percent).

Clause 16
Competent authority for deciding
reduce rate. Superintending Engineer , BSNL Civil
Circle, Raipur, upto 5% of contract value.
Chief Engineer, BSNL, Chhattisgarh Civil Zone,
Raipur beyond 5% of contract value.

Clause 25
Competent authority for conciliation. Superintending Engineer, BSNL, Civil Circle
Bhopal.

Clause 36(i)

(a) Minimum qualification and experience of


20
Principal Technical Representative for Civil
works with estimated cost put to tender.

i) Upto 5 Lakhs Nil

b) Recovery to be affected from the contractor Nil


in the event of not fulfilling the provisions of.
Clause 36 (i)

Clause 42

i) (a) Schedule/ statement for determining theoretical quantities


of cement on the basis of Delhi Schedule of rates 2002 printed by CPWD.

ii) Variation permissible on theoretical quantities.


a) Cement for works with estimated costs put to tender-

i) Not more than Rs. 5.00 lakhs. 3 % minus

b) Steel reinforcement and structural steel sections for 2 % minus.


each diameter, section and category.

Star prices to be considered for Escalation and recoveries.

Sl.No. Materials Star price (Rate in Figure & Words)


1. For Cement (OPC 43 Grade) conforming to Rs 5,500.00/MT ( Rupees Five
IS 8112 : 1989. Thousand Five Hundred per MT only)
2. For TMT Bars(SAIL, TISCO & RINL) of Rs 36,708.00/MT (Rupees Thirty Six
Main Producer conforming to BIS 1786: 1985 Thousand Seven Hundred Eight per
(Fe 415/500 grade) MT only).

“ ADDITIONAL CONDITIONS OF CONTRACT”

The following “Additional conditions” shall be added to the standard conditions to take into account
the special requirement of the work.

1. The intending tenderers shall note that the work is of urgent nature and is to be completed
within the stipulated period.
21
2. The tenderers shall take into consideration the Drawings and Specifications and quote the rates
accordingly. The quoted rates shall be inclusive of all charges such as Insurance, transportation,
taxes fixed by the Central/State Government etc. Nothing extra shall be payable over the quoted
rates on this account.” The rates are not inclusive of service tax but are inclusive of 1%(One
percent)tax to be deducted on gross value of work done as per Chhattisgarh Buildings and other
worker’s Cess Act 2008 and construction worker’s Cess Act 1996 for the welfare of workers”.

3. The completed work shall be inspected for approval by the “Acceptance Testing Unit of the
Telecom. Circle”. It shall be the responsibility of the contractor to offer the completed work for
inspection and approval of the A/T in co-ordination with and as per the directions of the
Engineer-in-charge and nothing extra shall be payable on this account. If the completed work is
not found satisfactory as per the prescribed specifications, corrective measures ordered by the
Engineer-in-charge shall be carried out immediately by the contractor without any additional
expenditure liability to the BSNL.

4. All materials which are used in the work shall be procured well in advance so that enough
time is available for testing and approval of these materials by the Engineer-in-charge.

5. All the IS codes mentioned shall mean latest version of the relevant IS code.

6. The rate of item for reinforcement in R.C.C. work includes all operations including
straightening cutting, bending, binding with annealed steel wire (including it cost) and
placing in position at all the floors with all leads and lifts complete.

7. All scaffolding, centering and shuttering shall be with properly designed system which shall
be got approved from Engineer-in-Charge. Centering and shuttering required for RCC work
will be brought to the site by the contractor well in advance. The centering and shuttering of
steel shall normally be used. In case of non availability and considering the local Engineering
practice; the following centering / shuttering can also be used with the approved of the
Engineer-in-Charge.

1. Steel shuttering with iron posts.


2. Steel shuttering with wooden or bamboo posts.
3. Ply wood shuttering with iron, wooden or bamboo posts.
4. Wooden planks with iron, wooden or bamboo posts.

However, all the centering/ scaffolding shall be strong enough so that the shuttering does not
settle during concreting due to weight of concrete, equipment and men working etc. No gapes
shall be there in shuttering thereby no cement slurry goes out.

8. All Plain Cement Concrete work and Reinforced Cement work in nominal mix concrete shall
conform to IS : 456-2000 and the Revised CPWD Specifications 2002 ( With up-to-date
correction slips).
9. TESTS:-

9.1. The Engineer in-Charge of work shall check the test results and satisfy himself before
allowing any payment in the running / final bills.

9.2. The contractor shall provide at his own cost suitable weighing and measuring arrangements at
site for checking the weight / dimensions as may be necessary for ensuring quality and execution
of the work.

9.3.With a view to avoid controversy about quality of cement concrete as revealed by the test results
of 7 days cubes falling short of prescribed standard by over 10% to 20% and pending testing of
22
balance 3 cubes for 28 days as final confirmatory acceptance test, crushed samples of cement
concrete from the failed 7 days cubes shall be preserved in a sealed bag.

9.4.In case Portland Pozollana cement is used, in addition to the 7 days cube test at least 25% of the
tests shall be carried out after 28 days for satisfactory test results. In such cases the strength of
the concrete as per 28 days tests shall be taken as final for taking action under different clauses of
the agreement.

9.5.All materials brought to the site by the contractor for use in the work shall be got checked by the
Engineer-in-Charge or his authorized representative on receipt of the same at the site and before
they are actually used in the work.

10. Secured advance shall not be paid for cement under any circumstances.

11. The rate for all items of work, wherein cement is used, is inclusive of charges for curing.

12. The work shall be carried out in the manner complying in all respect with the requirements of
relevant by-laws of the local body under the jurisdiction of which the work is to be executed or as
directed by Engineer-in-Charge and nothing extra shall be paid on this account.

13. Any damage done by the contractor to any existing work or structure or appliances during the
course of execution of the work awarded to him shall be made good by him at his own cost.

14. The contractor shall maintain good surrounding condition during execution till completion of
entire work allotted to him.

15. The contractor shall cause the site to be cleared thoroughly of rubbish, scaffolding materials etc.
before the actual date of completion of the work as well as from time to time as per directions of
the Engineer-in-Charge of the work.

16. The structural and architectural drawings shall at all times be properly correlated before
executing any work. However, in case of any discrepancy in the item given in schedule of
quantities appended with the tender and architectural drawings relating to relevant item, the
former shall prevail unless and otherwise given in writing by the Engineer-in-Charge.

17. The contractor shall make his own arrangement for obtaining electrical connection, if required
and make necessary payments directly to the department concerned.

18. The contractor shall extend necessary facilities to other agencies carrying out works like
electrification, external services, other building work , horticulture work etc. in this project
simultaneously. The contractor shall leave necessary holes, openings etc. for laying/ burying
pipes, cables, conduits, clamps, boxes and hooks etc. as may be required for the electrical and
sanitary works etc. Nothing extra over the agreement rates shall be paid for the above.

19. Any cement slurry added over the base surface (or) for continuation of concreting for better bond
is deemed to have in-built in the items ( unless otherwise explicitly stated) and nothing extra shall
be payable ( or) extra cement considered in consumption on this account.

20. The contractor shall responsible to arrange at his own cost all necessary tools and plants required
for execution of the work.

21. For the purpose of recording measurement for preparing running account bills, the abbreviated
nomenclature indicated in the standard schedule of rates relevant to the contract may be adopted.
The abbreviated nomenclature shall be taken to cover all the materials and preparations as per the
complete nomenclature of the relevant items in the agreement and specifications.
23
22. In case of items for which abbreviated nomenclature is not available in the standard relevant
schedule of rates and also in the case of extra and substituted items of work for which
abbreviated nomenclature is not provided in the agreement, the full nomenclature of items shall
be reproduced in the measurement books and bill forms for running account bills.

23. Whenever any reference to any Indian standard code occurs in the documents relating to this
contract the same shall be inclusive of all amendments issued thereto if any, up to date of receipt
of the tender.

24. Articles manufactured by reputed firms and approved by the Engineer-in-Charge shall only be
used. Only articles classified, as “first quality” by the manufacturers shall be used unless
otherwise specified. Articles , which bear ISI certification, shall only be used. In case articles
bearing ISI certification marks are not available, the quality of sample brought by the contractor
shall be judged by the standards laid down in the relevant CPWD specifications.

25. The contractor shall take prior instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place in the work compound. No excavated earth or building
materials shall be stacked on the areas where other buildings, roads, services or compound walls
are to be constructed. These shall not be stored near any existing structures so as to endanger
their safety.
26. The site of work should be seen by the tenderer before quoting his rates with respect to
approaches to the site and conditions of the same. If any approach road from main road is
required at the site or existing approach is to be improved and maintained, for cartage of
materials by the contractor, the same shall be provided, improved and maintained by the
contractor at his own cost.

27. If as per municipal rules, the huts for labours are not to be erected at the site of work, the
contractor is required to provide such accommodation as is acceptable to local bodies and
nothing extra shall be paid on this account.

28. This is an item rate tender. The rates for each item shall be reasonable and as per prevailing local
trend. In case the unit rate of any item / items appear unrealistic and the tenderer is unable to
provide satisfactory explanation, the item/ items can be deleted. Similarly any item not felt
necessary by the department later can be deleted before acceptance/ award of work without
assigning any reason. The tenderer will not have any claim whatsoever on above account.

CERTIFICATE

I……………………………………………s/o ………….………………

………………………………Resident of .………………………………

hereby certify that none of my relative(s) as defined in para 14 of


24
BSNL W-6 is / are employed in Chhattisgarh BSNL Civil Zone. In
case at any stage, it is found that the information given by me
is false / incorrect, BSNL shall have the absolute right to take
any action as deemed fit without any prior intimation to me.

Station: Signature:

Date: Name:

CERTIFICATE TO BE GIVEN BY THE CONTRACTORS REGARDINGS EPF.

I/We will abide by the terms & conditions towards fulfillment/compliance of the provision of EPF &
Misc provisions Act.-1952 & Employees Provident fund Scheme-1952.

I/We will produce the following documents with my /our each work Bill for affecting payments:-
i) Attendance sheet showing the details of laborers/employees engaged.
25
ii) The extract of register of wages paid to such labourers/employees for the

duration in question.

iii) Amount of EPF contributions (both employer’s & employees contribution) for

the duration of engagement in question paid to the EPF Authorities with copy of

challan as a proof.

iv) Extract of register of deductions.

v) Extract of register of overtimes.

vi) Extract of register of fines.

vii) Extract of register of advances.

viii) Wage slip of labourers / employees employed.

ix) A declaration regarding compliance of the conditions of EPF Act. 1952.

SERVICE TAX: -Quoted rates shall be inclusive of all taxes except service tax. The contractor

should submit his invoice/bill before 14th of the month in which the service is rendered. The

invoice/bill should contain PAN based service tax registration number, value of invoice as per

contract, service tax applicable and gross claim. If these conditions are not fulfilled service tax will

not be paid.

Contractor

// Shedule of Quantity//

Name of work:-- Special Repairs to 1-No. T-V Staff Quarter due to change of occupancy in T. E.
Campus
Babupara, Ambikapur.

S.N Particulars of Item Quant Unit Rate Amou


26
o. ity nt
Distempering with oil bound washable distemper of approved
1 brand and
manufacture to give an even shade
(a) New work (two or more coats) over and including
priming 400.00 Sqm
coat with cement primer.
Removing white or colour wash by scrapping and sand
2 papering and
preparing the surface smooth including necessary repairs to
scratches
etc. complete 400.00 Sqm
Painting with synthetic enamel paint of approved brand
3 and
manufacture of required colour to give an even shade :
( a)One or more coats on old work. 80.00 Sqm
Finishing walls with water proofing cement paint of required
4 shade :
Old work (one or more coats applied @ 2.20 kg/10 sqm)
over priming coat of primer applied @ 0.80 litrs/10 sqm
complete including cost of Priming coat. 100.00 Sqm
Providing and placing on terrace (at all floor levels)
5 polyethylene
water storage tank ISI : 12701 marked with cover and suitable
locking
arrangement and making necessary holes for inlet, outlet
and
overflow pipes but without fittings and the base support for 1000.0
tank 0 Liter
Providing and fixing aluminium work for doors, windows,
6 ventilators
and partitions with extruded built up standard tubular
sections/
appropriate Z sections and other sections of approved
make
conforming to IS: 733 and IS : 1285, fixed with rawl plugs and
screws
or with fixing clips, or with expansion hold fasteners
including
necessary filling up of gaps at junctions, at top, bottom and
sides with
required PVC/neoprene felt etc. Aluminium sections shall be
smooth,
rust free, straight, mitred and jointed mechanically wherever
required
including cleat angle, Aluminium snap beading for glazing /
paneling,
C.P. brass / stainless steel screws, all complete as per
architectural
drawings and the directions of Engineer-in-charge.
(Glazing and
paneling to be paid for separately) :
(a) For fixed portion 10.00 Kg
Providing and fixing aluminium work for doors, windows,
7 ventilators
and partitions with extruded built up standard tubular
sections/
appropriate Z sections and other sections of approved
make
27
conforming to IS: 733 and IS : 1285, fixed with rawl plugs and
screws
or with fixing clips, or with expansion hold fasteners
including
necessary filling up of gaps at junctions, at top, bottom and
sides with
required PVC/neoprene felt etc. Aluminium sections shall be
smooth,
rust free, straight, mitred and jointed mechanically wherever
required
including cleat angle, Aluminium snap beading for glazing /
paneling,
C.P. brass / stainless steel screws, all complete as per
architectural
drawings and the directions of Engineer-in-charge.
(Glazing and
paneling to be paid for separately) :
(a) For fixed portion.( Note:-- Material to be supplied by the
department.) 40.00 Kg
Providing and fixing 12mm thick prelaminated particle
8 board flat
pressed three layer or graded wood particle board conforming
to IS:
12823 Grade l Type ll, in panelling fixed in aluminum doors,
windows
shutters and partition frames with C.P. brass / stainless steel
screws
etc. complete as per architectural drawings and directions
of
engineer-in-charge.
(a) Pre-laminated particle board with decorative lamination on
one side and balancing lamination on other side. 2.00 Sqm
Providing and fixing glazing in aluminium door, window,
9 ventilator
shutters and partitions etc. with PVC/ neoprene gasket etc.
complete
as per the architectural drawings and the directions of
engineer-in-
charge . (Cost of aluminium snap beading shall be paid in
basic item):
(a) With float glass panes of 5.50 mm thickness. 1.00 Sqm
Providing and fixing nickle plated M.S. pipe curtain rod with
10 nickle plated
brackets :-(a) 25 mm dia. (heavy type ) 30.00 Meter
Providing and fixing bright finished brass handles with serews
11 etc complete.
(a) 100 mm . 3.00 Each
Removing glass panes with puttyand nails whenever
12 necessary:-
(a) With glass panes of 4.00 mm thickness. 4.00 Sqm
Removing glass panes with wooden plates whenever
13 necessary:-
(a) With glass panes of 4.00 mm thickness. 4.00 Sqm
Structural steel work riveted, bolted or welded in built up
14 sections,
trusses and framed work, including cutting, hoisting, fixing in
position
and applying a priming coat of approved steel primer all
complete: 5.00 Kg

28
15 Brick work with modular bricks of class designation 35 in
foundation and plinth in:
Cement mortar 1:6 (1 cement : 6 coarse sand) 0.50 Cum
16 12 mm cement plaster of mix :
(a) 1:6 (1 cement: 6 coarse sand) 5.00 Sqm
Shifting of iron grill by cutting it from original from original
17 plcae and fixing at
new place by concreting etc at ground level all complete as
per direction of
engineer-in-charge. 15.00 Meter
Making opening in brickwall for the purpose of fixing of AC i/c
18 plastering
of wall surface all complete as per direction of Engineer-in-
charge. 3.00 Each
P/f PVC coated fancy socket of the curtain end all complete as
19 per direction of
Engineer-in-charge. 30.00 Each

Contractor Sub Divisional Officer(C)


BSNL Civil Sub Division, AMBIKAPUR

29

También podría gustarte