DNIeT Ayush
DNIeT Ayush
Government of Tripura
Public Works Department
1. Certified that this DNIT contains 92 (ninety-two) pages numbered from 1 to 92.
2. Header of every page is bearing the text “Standard Single Bid Document for PWD,
Tripura”.
Chief Engineer
PWD(Buildings), Tripura.
VOLUME – I
SECTION- I
PRESS NOTICE
SECTION- 1
LIST OF IMPORTANT DATES IN CONNECTION WITH THE BID FOR THE WORK.
Notes:- All the above mentioned time are as per clock time of e-procurement website
https://tripuratenders.gov.in
FORMAT – A
(For publication in the
Local Newspapers and
GOVERNMENT OF TRIPURA Websites)
PUBLIC WORKS DEPARTMENT
PRESS NOTICE INVITING e-TENDER NO: 02/PNIeT/EE/PWD/SBM/DIV/2021-22 Dated-13-05-2021.
The Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura invites on behalf
of the „Governor of Tripura‟ percentage rate e-tender from the Central & State public sector
undertaking / enterprise and eligible Bidders /Firms/Agencies of appropriate class registered with
PWD/TTAADC/MES/CPWD/Railway/Other State PWD up to 3.00 P.M. on 11/06/2021 for the following
work:-
EARNEST MONEY
ESTIMATED COST
DOWNLOADING
DOWNLOADING
OF OPENING OF
AND BIDING AT
TIME AND DATE
LAST DATE AND
AND BIDDING
APPLICATION
COMPLETION
DOCUMENT
DOCUMENT
CLASS OF
TIME FOR
TIME FOR
BIDDER
SL NO
BID
NAME OF THE WORK
https://tripuratenders.gov.in
Integrated Ayush Hospital at
Appropriate Class
`5,75,805.00
Note:
*NO NEGOTIATION WILL BE CONDUCTED WITH THE LOWEST BIDDER*
Executive Engineer
Sabroom Division, PWD(R&B),
Sabroom, South Tripura
FORMAT – B
(For publication in the National Dailies)
Note:
*NO NEGOTIATION WILL BE CONDUCTED WITH THE LOWEST BIDDER*
1. The Director of Information and Cultural Affairs, Government of Tripura, Agartala for
arranging publication of PNIT in 4(four) widely published Local newspapers [Enclo-8(eight)
copies] for bids costing below Rs.25 crore and publication of PNIT in 1(one) widely
published National Newspapers [in addition to 4 (four) Local newspaper] for bids costing
Rs.25 crore and above [Enclo-4(four) copies].
2. The Nodal Officer, I.T Application (PWD), O/O the Chief Engineer, PWD (R & B), Govt. of
Tripura, Agartala, West Tripura.
3. The Superintendent, Printing & Stationary Department, Agartala for arranging publication
in the next issue of Tripura Gazette.
4. The Resident Commissioner, Tripura Bhawan, Kautilya Marg, Chanakyapuri, New Delhi –
21.
5. The Joint Resident Commissioner, Tripura Bhawan, 1, Pretoria Street, Kolkata – 700071.
6. The Joint Resident Commissioner, Tripura Bhawan, Ajanta Path, Baishisthya Road, PO:
Beltala, Guwahati – 781028.
7-12. The Chief Engineer, Tripura, PWD(R&B) / PWD [Buildings] / Water Resource / DWS / NH /
PMGSY Agartala.
13-14. The Addl. Chief Engineer, Planning and Design Unit, PWD(R&B) / Project Unit,
PWD(Buildings).
15-23. The Superintending Engineer, PWD(R&B), First Circle / Second Circle / 3rd Circle / Fourth
Circle / Fifth Circle/ Planning & Design Unit, PWD(R&B) / Project Unit, PWD(Buildings)/ SQC,
PWD(R&B)/ Monitoring Cell.
24-50. The Executive Engineer, Agartala Division No. I /III / V / Research, Investigation & Survey
Division, Agartala / Capital Complex, Agartala / Medical College Division/ Store Division,
Agartala / Santirbazar Division, Santirbazar/ Sonamura Division, Sonamura / Teliamura
Division, Teliamura / Belonia Division, Belonia/ Jirania Division, Jirania / Udaipur Division,
Udaipur/ Bisramganj Division, Bisramganj/ Bishalgarh Division, Bishalgarh/ Dharmanagar
Division, Dharmanagar / Ambassa Division, Ambassa / Amarpur Division, Amarpur
/Sabroom Division, Sabroom/ Khowai Division, Khowai/ Kanchanpur Division, Kanchanpur
/ Kailashahar Division, Kailashahar / Kumarghat Division, Kumarghat / Mechanical
Division, Agartala / Internal Electrification Division, PWD(R&B), Agartala. / Kamalpur
Division, Kamalpur / Mohanpur Division, Mohanpur, Agartala.
51-58. The District Magistrate, West / North / South / Dhalai / Unakoti / Khowai / Sepahijala /
Gomati District, Tripura.
59. The Sub-Divisional Officer.
60. The Sub-Regional Employment Exchange.
61-64. Divisional Accountant / Cashier / Notice Board / Office Copy.
65. The Secretary, All Tripura Contractor(s) Association, Agartala.
66. Contractor‟s Association, ……………….*local name…………...
Executive Engineer,
Sabroom Division, PWD(R&B)
Sabroom, South Tripura
GOVERNMENT OF TRIPURA
PUBLIC WORKS DEPARTMENT
PRESS NOTICE INVITING e-TENDER NO: 02/PNIeT/EE/PWD/SBM/DIV/2021-22 Dated-13-05-2021.
The Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura invites on behalf
of the „Governor of Tripura‟ percentage rate e-tender from the Central & State public sector
undertaking / enterprise and eligible Bidders /Firms/Agencies of appropriate class registered with
PWD/TTAADC/MES/CPWD/Railway /Other State PWD up to 3.00 P.M. on 11/06/2021 for the following
work:-
CLASS OFBIDDER
EARNEST MONEY
ESTIMATED COST
DOWNLOADING
DOWNLOADING
OF OPENING OF
AND BIDING AT
TIME AND DATE
LAST DATE AND
AND BIDDING
APPLICATION
COMPLETION
DOCUMENT
DOCUMENT
TIME FOR
TIME FOR
SL NO
BID
NAME OF THE WORK
https://tripuratenders.gov.in
Construction of Single
Appropriate Class
`5,75,805.00
Hospital at Paschim Jalefa
under Sabroom Sub-
1
division, South Tripura /S.H.
Building portion including
internal water supply,
Sanitary installation, Sewage
and Drainage works.
1. Bid documents consisting of qualification information and eligibility criteria of bidders, plans,
specifications, drawings, the schedule of quantities of the various classes of work to be done and the
set of terms and conditions of the contract to be complied with by the bidder, can be seen in the
website https://tripuratenders.gov.in at free of cost between 13/05/2021 and 11/06/2021.
Bid fee and Earnest Money are to be paid electronically over the online payment facility
provided in the portal any time after start date of bid submission and before bid submission end date
using Net Banking facility by the bidders. The Bid Fee of `5,000.00 (Rupees five thousand) only, to be
paid electronically over the Online Payment facility, is Non-Refundable and to be deposited to the
Government account automatically as revenue.
2. a) Bid shall be uploaded in single-bid system with all Pre-Qualification and other details.
Bidder shall participate in bid online through website https://tripuratenders.gov.in, for which they shall
register/enroll themselves in the same website. Submission of bids physically is not permitted.
b) To participate in bid, the bidder shall have a valid Class 2/Class 3 Digital Signature
Certificate (DSC), obtained from the certifying authorities enlisted by Controller of Certifying
Authorities (CCA) at http://cca.gov.in
c) Bids will be opened online through website https://tripuratenders.gov.in at 15.00 Hrs on
14/06/2021 in the office of the Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South
Tripura. If the office happens to be closed on the date of opening of the bids as specified, the bids will
be opened on the next working day at the same time and venue.
3. If a bidder is enlisted in the PWD as well as in MES, P&T, Railways or State PWDs he shall be
eligible to bid for works up to the amount permitted by virtue of his enlistment in the PWD even if he
may be authorized to bid for bigger works in the CPWD/ MES/P&T and/or Railways.
4. Bids of intending bidders who are near relatives of Divisional Accountant or Superintending
Engineer or Executive Engineer or Assistant Engineer or Junior Engineer of the Circle in which the work
is to be executed, will be rejected.
Note: A near relative includes wife, husband, parents, in-laws, children, brothers, sisters, uncles, aunts
and cousins.
(SIGNATURE)
Executive Engineer
Sabroom Division, PWD(R&B)
Sabroom, South Tripura
SECTION - II
INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
INSTRUCTIONS TO BIDDERS
CLAUSE ITEM
A. GENERAL
1 General
5 Cost of Biding
6 Site Visit
B. BID DOCUMENT
C. PREPARATION OF BIDS.
12 Bid Offer
13 Validity of Bids
14 Earnest Money
15 Alteration
D. SUBMISSION OF BIDS.
16 Submission of Bids
17 Last date / time for Submission of the Bid(s).
18 Late Bids
F. AWARD OF CONTRACT
23 Award Criteria
INSTRUCTIONS TO BIDDERS
A. GENERAL
1. General:
1.1 The Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura invites bid for
the above work during the period, for which dates and time specified in the NIT. Bid will be
opened by the designated bid-opener as selected at time of online tender creation on
behalf of the Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura on the
date and time mentioned in the NIT.
1.2 The bid document shall be available in the prescribed form through e-procurement
application https://tripuratenders.gov.in.
1.3 To participate in the bid, the bidder shall have a valid Class 2/Class 3 Digital Signature
certificate (DSC), obtained from either of the certifying authorities, enlisted by Controller of
Certifying Authorities (CCA) at http://cca.gov.in
1.4 The Bidder shall Enroll himself/herself in the e-procurement portal https://tripuratenders.gov.in
and obtain User ID and Password for bidding.
1.5 On publication of the bid, bidder shall download the DNIT and all the work items from website
as mentioned in the DNIT and minutely go through the instructions/terms and
conditions/critical dates/eligibility criteria of the DNIT.
1.6 Downloaded DNIT document is to be uploaded back and digitally signed as a part of bid,
and as a proof of acceptance of all terms and conditions in the DNIT.
1.7 Bid fee and Earnest Money are to be paid electronically over the online payment facility
provided in the portal any time after start date of bid submission and before bid submission
end date using Net Banking facility by the bidders.
1.8 The Bidders shall have to scan all the required documents mentioned in this DNIT except
„DNIT‟ & „BOQ‟, into PDF format of 100 dpi resolution, for uploading as part of Bid.
1.9 Bill of Quantity (BOQ), which is the percentage Rate quoting sheet in MS-Excel shall be
downloaded, filled up properly and uploaded with the bid after digital signing. The Bidder
shall always open the BOQ sheet with Macro Enabled.
1.10 The dates stipulated in the bid notice are firm and under any circumstances, they will not be
relaxed unless officially extended.
1.11 Bidders are allowed to bid 24x7 until the time of Bid closing, with option for Re-Submission,
wherein only their latest submitted Bid would be considered for evaluation. The e-
Procurement website will not allow any Bidder to attempt bidding, after the scheduled date
and time.
1.12 Bidders shall furnish a declaration (Annexure-II of pre-qualification information) as a part of
bid that they are not been blacklisted by any department in Tripura. Any wrong declaration
in this regard which comes to notice at a later date will disqualify them and the bids so
received will be rejected.
1.13 The successful bidder is expected to complete the work within the time-period specified in
the NIT.
2. Firms Eligible to Bid:
2.1 The Firms who
i) Possess the valid registration in the class and category mentioned in the NIT and
satisfy all the conditions therein.
ii) Are not blacklisted or debarred or suspended by the Government for Whatever the
reason, prohibiting them not to continue in the contracting business
iii) Have complied with the eligibility criteria specified in the NIT are the eligible bidders.
2.2 Firms Ineligible to bid:
Note: The Partnership firms, which are registered as Bidders shall intimate the change in
partnership deed, if any, within one month of such change. Failure to notify the change
to the registration authority in time will entail the firms to forfeit their registration and their
bid will be rejected. The intimation of change of partners if any and the acceptance by
the Registration authority may be enclosed.
Note: The major equipment to attain the completion of works in accordance with the prescribed
construction schedule is to be shown in the above table.
3.4 Even though the bidders meet the above qualifying criteria, they are liable to be disqualified
/ debarred / suspended / blacklisted if they have.
5. Cost of Biding
5.1 The bidder shall bear all costs associated with the preparation and submission of his Bid and
the Bid Inviting Authority will in no case be responsible and liable for those costs.
6. Site Visit.
6.1 The Bidder, at the bidder‟s own responsibility and risk is advised to visit and examine the Site
of Work and its surroundings and obtain all information that may be necessary for preparing
the bid for entering into a contract, for construction of the work. The costs of visiting the site
shall be at the bidder‟s own expense.
B. BID DOCUMENT
7. Contents of Bid document.
7.1 One set of Bid document, comprises of the following:
i. Notice Inviting Bids (NIT).
ii. Instruction to Bidders.
iii. Forms of Bid and qualification data of the bidder.
iv. Conditions of Contract.
v. Specifications.
vi. Drawings.
vii. Forms of Securities, i.e. Earnest Money, Additional Security etc.
viii. Bill of Quantities.
8. Clarification on Bid Documents
8.1 A prospective Bidder requiring any clarification on Bid documents may seek clarification
online through portal. The Bid Inviting Authority will respond to such clarification through
online portal.
However, Bidder may contact the Bid Inviting Authority at the address indicated in the NIT, for
clarification on the bid document.
9. Amendment to Bid Documents
9.1 Before the last date for submission of Bids, the Bid Inviting Authority may modify any of the
Contents of the Bid Notice, Bid documents by issuing amendment/Addendum/ corrigendum.
9.2 Any addendum/amendments/corrigendum issued by the Bid Inviting Authority shall be part
of the bid Document and it shall be published in the e-procurement portal at
https://tripuratenders.gov.in. Registered Bidders shall be notified of the related
Corrigendum(s) by portal auto-generated e-mail. However, Public Works Department, Govt.
of Tripura shall bear no responsibility or liability arising out of non-receipt of the same in time or
otherwise. Bidders are requested to visit the website frequently to check whether there is any
related Corrigendum(s) or not.
9.3 To give prospective Bidders reasonable time to take an addendum / amendments /
corrigendum into account in preparing their bids, the Bid Inviting Authority may extend if
necessary, the last date for submission of bids.
C. PREPARATION OF BIDS
10. Language of the Bid.
10.1 All documents relating to the bid shall be in the English Language only.
11. Documents comprising of the Bid.
11.1 The bid comprise the following.
a. Drawings.
b. Qualification Information and supporting documents of the bidders.
c. Bill of Quantities (BOQ) and the Bid Offer.
12. Bid Offer:
12.1 Bill of Quantities (BOQ) called Schedule “A” and the bid offer accompanies the bid
document as Volume-II. It shall be explicitly understood that the Bid Inviting Authority does
not accept any responsibility for the correctness or completeness of this schedule „A‟ and this
schedule „A‟ is liable to alterations by omissions, deductions or additions at the discretion of
the Executive/Superintending Engineer or as set forth in the conditions of the contract. The
Schedule “A” shall contain the items of work indicated as Part-I. The percentage quoted by
the Bidder shall be applicable only to Part-I. The bidders will have to state clearly their
willingness to execute the work at certain specific percentage of excess or less or at par of
the ECV indicated in Part-I.
12.2 For percentage rate tender, the Bill of Quantities (BOQ) contains the quantities & rates
worked out by the Department and the amount for each item and total value of the
estimated contract. The bidder should workout his own rates keeping in view the work, site
conditions and quote his overall bid percentage (in figures only) in MS Excel BOQ sheet with
which he intends to execute the work. Thus, the total amount (for overall quoted bid
percentage) as computed through Macro Enabled MS Excel BOQ Sheet would be the
quoted offered amount for the work, which will be shown in figures & words automatically.
12.3 The bid offer shall be for the whole work and not for individual items / part of the work.
12.4 All duties, taxes, and other levies payable by the Bidder as per State / Central Government
rules or value added tax (VAT) shall be included in the bid percentage/ rate quoted by the
bidder.
12.5 The bided contract amount as computed based on overall bid percentage is subject to
variation during the performance of the Contract in accordance with variation in quantities
etc.
13. Validity of Bids:
13.1 Bids shall remain valid for a period of not less than 180(one hundred eighty) days from the last
date of bidding specified in NIT.
13.2 During the above-mentioned period, no plea by the bidder for any sort of modification of the
bid based upon or arising out of any alleged misunderstanding of misconceptions or mistake
or for any reason will be entertained.
13.3 In exceptional circumstances, prior to expiry of the original time limit, the Tender Inviting
Authority (TIA) may request the bidders to extend the period of validity for a specified
additional period. Such request to the Bidders shall be made in writing. A Bidder may refuse
the request without forfeiting his Earnest Money. A Bidder agreeing to the request will not be
permitted to modify his Bid, but will be required to extend the validity of his Earnest Money for
a period of the extension.
14. Earnest Money
14.1 The bidders shall pay online, Earnest Money equivalent to 1% (one percent) of estimated cost
put to tender as specified in the NIT.
14.2 Earnest Money is to be paid electronically over the online payment facility provided in the
portal in time with bid submission.
14.3 Earnest Money of those bidders who are disqualified after technical evaluation will
automatically be returned to the respective bidder‟s bank account as used during on line
payment, once the online process of “Award of Contract‟ (AOC) is completed in the e-
procurement portal.
14.4 Earnest Money of all bidders including L1 will automatically be returned to their bank account
once process of “Award of Contract” (AOC) is completed. In case of lowest rate quoting
During actual bidding, the bidder shall select/ check these documents from his/ her My
Document, which will ensure completion of biding within the same session, even if the bidder
is connecting to the application over a slow speed network.
B. Documents required during actual Bidding: In addition to the documents kept in “My
Document” folder, the following documents are also to be uploaded to the e-Procurement
application during actual biding.
i) Checklist as per Annexure-I (Qualification Information, Section-III).
ii) Declaration of the Bidder as per Annexure-II (Qualification Information, Section-III).
iii) Undertaking as per Annexure-III (Condition of Contract, Section-IV).
iv) Bill of Quantity (BOQ).
v) Performance bank guarantee as per Annexure-V (Forms of security, section-VII).
vi) Schedule-A as per Annexure-VI (Bill of Quantities, section-VIII).
Note-1:
Bidder shall take separate printout of the formats of Checklist (Annexure-I), Declaration
(Annexure-II), Undertaking (Annexure-III), Bank solvency (Annexure-IV), Performance Bank
Guarantee (Annexure-V), Schedule-A (Annexure-VI) and Statement- I to IV (as mentioned above).
He / She shall fill the necessary information & put signature (mandatorily with black ink) with
stamp/seal, and then scan them into PDF (in 100 dpi resolution). Finally, those documents should be
uploaded (with digital signing) either in Bidder‟s “My Document” or actual bidding, as the case may
be.
16.3 If any of the certificates/documents furnished by the Bidder, found to be false / fabricated /
bogus, the bidder will be liable to blacklisted and their Earnest Money will be forfeited.
17 Last date / time for Submission of the Bids.
17.1 Bids must be submitted not later than the date and time specified in NIT.
17.2 The Executive Engineer may extend the dates for issue and receipt of Bids by issuing an
amendment in which case all rights and obligations of the Executive Engineer and the bidders
will remain same as previously.
18 Late Bids.
18.1 The e-Procurement application https://tripuratenders.gov.in will not allow any Bidder to attempt
bidding, after the scheduled date and time prescribed in NIT.
22.2 No Bidder shall contact the Superintending Engineer or any authority concerned with
finalization of bids on any matter relating to its Bid from the time of the Bid opening to the time
the Contract is awarded. If the Bidder wishes to bring additional information to the notice of
the Superintending Engineer, it should do so in writing.
22.3 Before recommending / accepting the bid, the bid recommending / accepting authority shall
verify the correctness of certificates submitted to meet the eligibility criteria and specifically
experience. The authenticated agreements of previous works executed by the lowest bidder
may be called for.
F. AWARD OF CONTRACT
23 Award Criteria
23.1 The Executive/ Superintending Engineer / Chief Engineer will award or recommend to the
Competent bid accepting authority for award of the contract to the Bidder who is found
Technically Qualified as per the Bid conditions and whose Offer Rate is lowest.
23.2 The bid accepting authority reserves the right to accept or reject any Bid or all bids and to
cancel the Bidding process, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected
Bidder or Bidders of the reasons for such action.
24 Notification of Award and Signing of Agreement.
24.1 The Bidder whose Bid has been accepted will be notified of the award of the work by the
Executive/ Superintending Engineer or any authorized official, prior to expiration of the Bid
validity period by registered letter. This letter (hereinafter and in the Conditions of Contract
called “Letter of Acceptance”) will indicate the sum that the Government will pay the Bidder in
consideration of the execution, completion, and maintenance of the Works by the Bidder as
prescribed by the Contract (hereinafter and in the Contract called the “Contract Amount”).
24.2 When a bid is to be accepted the concerned bidder shall attend the office of the Executive/
Superintending Engineer concerned on the date fixed in the Letter of acceptance. Upon
intimation being given by the Superintending Engineer/ Executive Engineer of acceptance of his
bid, the bidders shall make payment of the additional security deposit wherever needed by
SECTION - III
FORMS OF BID
QUALIFICATION INFORMATION
QUALIFICATION INFORMATION
Annexure – I
CHECKLIST TO ACOMPANY THE BID
9 The particulars of quality control testing Lab owned, OR tie up with Yes / No
established quality control testing laboratories (Statement-IV)
10 Declaration of the Bidder as per Annexure-II Yes / No
11 Undertaking as per Annexure-III Yes / No
12 Bank solvency as per Annexure-IV Yes / No
13 Performance Bank Guarantee as per Annexure-V Yes / No
14 Schedule-A as per Annexure-VI Yes / No
15 Corrigendum, if any Yes / No
Annexure-II
DECLARATION
I / we ……………………………………………………………………………………………
have gone through carefully all the Bid conditions and solemnly declare that I / we will
abide by any penal action such as disqualification or black listing or termination of contract
or any other action deemed fit, taken by, the Department against us, if it is found that the
statements, documents, certificates produced by us are false / fabricated.
DECLARATION
“I/We ……………………………………………………………………………………….do
hereby solemnly affirm and declare that I /we own the following equipment for using on the
subject work and also declare that I / We will abide by any action such as disqualification
or determination of Contract or blacklisting or any action deemed fit, if the department
detects at any stage that I/we do not possess the equipment listed below.
The particulars of quality control testing Lab owned, OR tie up with established quality control testing
laboratories.
Whether
Sl.
Name of the Lab owned/ Details of Equipment/ Instruments of the Lab
No
tie-up
1 2 3 4
SECTION- IV
CONDITIONS OF CONTRACT
Annexure-lll
Undertaking
Date: ……………
To,
The Executive Engineer,
Sabroom Division, PWD(R&B),
Sabroom, South Tripura.
Sir,
I / We do hereby bid and if this bid be accepted, under take to execute the following
work viz Construction of Single storied Integrated Ayush Hospital at Paschim Jalefa under Sabroom
Sub-division, South Tripura /S.H. Building portion including internal water supply, Sanitary
installation, Sewage and Drainage works.
As shown in the drawings and described in the specifications deposited in the office of the Executive
Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura with such variations by way of
alterations or additions to, and omissions from the said works and method of payment as provided for
in the “conditions of the contract” for the sum of Rupees …………………*
……………………………………………………………………………………To Be Filled In During Signing Of
Agreement)……………………………………………………………….…………………… or such other sum as
may be arrived under the clause of the standard preliminary specifications relating to “Payment on
lump-sum basis or by final measurement at unit rates”
I/WE have also quoted percentage excess/less, at par on E.C.V., in Bill of Quantities
(BOQ) in figures only, for which I/We agree to execute the work when the lump sum payment under
the terms of the agreement is varied by payment on measurement quantities.
I/WE have not tampered with the provided Bill of Quantity (BOQ) and I/WE have
uploaded the same downloaded BOQ after filling in the necessary fields.
I/WE agreed to keep the offer in this bid valid a period of 180(one hundred eighty)
days mentioned in the bid notice and not to modify the whole or any part of it for any reason within
above period. If I/WE withdraw the bid for any reasons whatsoever, the earnest money paid by
me/us will be forfeited to Government.
I/WE hereby distinctly and expressly, declare and acknowledge that, before the
submission of my/our bid I/We have carefully followed the instructions in the bid notice and the
preliminary specifications and that I/We have made such examination of the contract documents
and the plans, specifications and quantities and of the location where the said work is to be done,
and such investigation of the work required to be done, and in regard to the material required to be
furnished as to enable me/us to thoroughly understand the intention of same and the requirements,
covenants, agreements, stipulations and restrictions contained in the contract, and in the said plans
and specifications and distinctly agree that I/We will not hereafter make any claim or demand upon
the Government based upon or arising out of any alleged misunderstanding or misconception /or
mistake on my/or our part of the said requirement, covenants, agreements, stipulations, restrictions
and conditions.
I/WE have paid Bid Fee & Earnest Money electronically over the Online Payment facility
provided in the Portal and this Earnest Money will not to bear any interest.
I/WE shall not assign any Bidder or sublet any portion of the same.
IF MY/OUR bid is not accepted the sum shall be returned to me/us on application when
intimation is sent to me/us of rejection or at the expiration of 180 (one hundred eighty) days from last
date of receipt of this bid, whichever is earlier. If my /our bid is accepted, the earnest money shall be
retained by the Government as security for the due fulfillment of this contract. If upon written
intimation to me/us by the Superintending / Executive Engineer‟s Office, I/We fail to attend the said
office on the date herein fixed or if upon intimation being given to me/us by the Superintending
/Executive Engineer or acceptance of my/our bid, and if I/We fail to make the additional security
deposit or to enter into the required agreement as defined in condition-3 of the bid notice, then I/We
agree the forfeiture of the earnest money. Any notice required to be served on me/us here under
shall be sufficiently served on me/us if delivered to me/us hereunder shall be sufficiently served on
me/us if delivered to me/us personally or forwarded to me/us by post to (registered or ordinary) or left
at my/our address given herein. Such notice shall if sent by post be deemed to have been served on
me/us at the time wherein due course of post it would be delivered at the address to which it is sent.
I/WE fully understand that the written agreement to be entered into between me/us and
Government shall be the foundation of the rights of the both the parties and the contract shall not be
deemed to be complete until the agreement has first been signed by me/us and then by the proper
officer authorized to enter into contract on behalf of Government.
I AM/WE ARE professionally qualified and my/our qualifications are given below:
Name Qualifications
I/WE will deploy the technical staff (as per Statement-II of this Bid document) for supervising
the work and will see that one of them is always at site during working hours, personally checking all
items of works and pay extra attention to such works as required special attention (e.g.) Reinforced
concrete work etc.
I/WE declare that I/WE agree to recover the salaries of the technical staff actually engaged
on the work by the department, from the work bills, if I/We fail to employ technical staff as per the bid
condition.
(1) I/WE hereby declare that I/We have perused in detail and examined closely the Standard
Specifications of Government of Tripura, all clauses of the preliminary specifications with all
amendments and have either examined all the standards specifications or will examine all
the standard specifications for items for which I/We bid, before I/We submit such bid and
agree to be bound and comply with all such specifications for this agreement.
(2) I/WE certify that I/We have inspected the site of the work before quoting my Percentage
excess or less on ECV, I /We have satisfied about the quality, availability and transport
facilities for stones, sand and other materials.
(3) I/WE am/are prepared to furnish detailed data in support of all my quoted rates, when called
upon to do so without any reservations.
(4) I/WE hereby declare that I/We will pay an additional security deposit in terms of conditions,
the difference between 85% of ECV and my/ our bid amount, in case if my / our offer is less
than (-)15%.
(5) I/WE hereby declare that I/We will not claim any price escalation if the estimated cost for the
work is less than Rs. 1.00 Crore & time for completion is less than or equal to 24(twenty four)
months.
(6) a) I/WE declare that I/WE will procure all the required construction materials (except stipulated
materials) including earth and use for the work after approval of the Engineer-in-Charge. The
responsibility for arranging and obtaining the land for borrowing or exploitation in any other
way shall rest with me/us for the materials for construction, I/WE shall ensure smooth and un-
interrupted supply of materials.
b) I/WE declare that the responsibility for arranging and obtaining the land for disposal of
spoil/soil not useful for construction purposes shall rest with me/us.
c) I/WE declare that I/WE shall not claim any compensation or any payment for the land so
arranged for disposal of soil and the land for borrow area. My/our quoted percentage
excess or less ECV., are inclusive of the land so arranged and I/We will hand over the land so
arranged for disposal of soil to; the department after completion of work.
d) I/WE declare that I/WE will not claim any extra amount towards any material used for the
work other than the quoted works for respective schedule „A‟ items.
(7) I/WE declare that I/WE will execute the work as per the mile stone programme, and if I/WE fail to
complete the work as per the mile stone programme, I abide by the condition to recover
liquidated damages as per the bid conditions.
(8) I/WE declare that I/WE will abide for settlement of disputes as per the bid conditions.
1) I/WE have not been black listed in any department in Tripura due to any reasons.
2) I/WE have not been demoted to the next lower category for not filing the bids after buying
the bid schedules in a whole year and my/our registration has not been cancelled for a
similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to
summarily reject my/our bid.
Phone No.:
Note: If an individual makes the bid, it shall be digitally signed by him/her and the undertaking shall
also be signed with his/her full name and his/her address. If a firm makes the bid, a member of the
firm shall digitally sign it and the undertaking shall be signed with the co-partnership name by the
same member of the firm, who shall also sign his/her own name, and the name and address of each
member of the firm shall be given. If the bid is made by a corporation, it shall be digitally signed by a
duly authorized officer and the undertaking shall also be signed by the same duly authorized officer
who shall produce with his/her bid satisfactory evidence of his/her authorization. Such corporation
submitting bids may be required to furnish evidence of its corporate existence, before the contract is
executed.
CONDITIONS OF CONTRACT
A. GENERAL
1. Interpretation:
1.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female, and vice-versa. Headings have no significance. Works have their normal meaning
under the language of the contract unless specifically defined. The Engineers-In-Charge will
provide instructions clarifying queries about the conditions of Contract.
1.2 The documents forming the Contract shall be interpreted in the following order of priority:
1) Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Bidder‟s Bid.
4) Conditions of contract
5) Specifications
6) Drawings
7) Bill of quantities.
8) Any other document listed as forming part of the Contract.
2. Engineer-In-Charge‟s Decisions:
2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the
contractual matters between the Department and the Bidder in the role representing the
Department.
3. Delegation:
3.1 The Engineer-In-Charge may delegate any of his duties and responsibilities to other officers
and may cancel any delegation by an official order issued.
4. Communications:
4.1 Communications between parties, which are referred to in the conditions, are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act)
5. Other Bidders:
5.1 The Bidder shall cooperate and share the Site with other Bidders, Public authorities, utilities,
and the Department. The Bidder shall also provide facilities and services for them as directed
by the Engineer-In-charge.
6. Personnel:
6.1 The Bidder shall employ the required Key Personnel named in the Schedule of Key Personnel
to carry out the functions stated in the Schedule or other personnel approved by the
Engineer-In-Charge. The Engineer-In-charge will approve any proposed replacement of Key
Personnel only if their qualifications, abilities, and relevant experience are substantially equal
to or better than those of the personnel listed in the Schedule.
6.2 Failure to employ the required technical personnel by the Bidder the following amounts will
be recovered from the Bidder over and above the provision made in part two of schedule-A
from the Bidders bills.
6.3 The technical personnel should be on full time and available at site whenever required by
Engineer-In-Charge to take instructions.
6.4 The names of the technical personnel to be employed by the Bidder should be furnished in
the statement enclosed separately.
6.5 In case the Bidder is already having more than one work on hand and has undertaken more
than one work at the same time, he should employ separate technical personnel on each
work.
6.6 If the Bidder fails to employ technical personnel the work will be suspended or department
will engage a technical personnel and recover the cost thereof from the Bidder.
6.7 If the Engineer-In-charge asks the Bidder to remove a person who is a member of Bidder‟s
staff or his work force stating the reasons the Bidder shall ensure that the person leaves the
site forthwith and has no further connection with the work in the contract.
7. Bidder‟s Risks:
7.1 All risks of loss of or damage to physical property and of personnel injury and death, which
arise during and in consequence of the performance of the contract are the responsibility of
the Bidder.
8.2 Policies and certificates of insurance shall be delivered by the Bidder to the Engineer-in-
charge at the time of concluding Agreement. All such insurance shall provide for
compensation to be payable to rectify the loss or damage incurred.
i) The Bidder shall furnish insurance policy in force in accordance with proposal
furnished in the Bid and approved by the Department for concluding the agreement.
ii) The Bidder shall also pay regularly the subsequent insurance premium and produce
necessary receipt to the Engineer-in-Charge, well in advance.
iii) In case of failure to act in the above said manner the department will pay the
premium and the same will be recovered from the Bidders payments.
8.3 Alterations to the terms of insurance shall not be made without the approval of the Engineer-
in-Charge.
9. Site Inspections:
9.1 The Bidder should inspect the site and also proposed quarries of choice for materials source
of water and quote his percentage including quarrying, conveyance and all other charges
etc.
9.2 The responsibility for arranging the land for borrow area rests with the Bidder and no separate
payment will be made for procurement or otherwise. The Bidder‟s quoted percentage will be
inclusive of land cost.
10. Bidder to Construct the Works:
10.1 The Bidder shall construct and Commission the Work in accordance with the specifications
and Drawings.
11. Diversion of streams / Drains.
11.1 The Bidder shall at all times carry out construction of cross drainage works in a manner
creating least interference to the natural flow of water while consistent with the satisfactory
execution of work. A temporary diversion shall be formed by the Bidder at his cost where
necessary. No extra payment shall be made for this work.
11.2 No separate payment for bailing out sub-soils, water drainage or locked up rain water for
diversion, shoring, foundations, bailing of pumping water either from excavation of soils from
foundations or such other incidental will be paid. The percentage to be quoted by the
Bidder are for the finished item of work in situ and including all the incidental charges. The
borrow pits are also to be de-watered by the Bidder himself at his expense, if that should be
found necessary.
11.3 The work of diversion arrangements should be carefully planned and prepared by the Bidder
and forwarded to the Executive Engineer technically substantiating the proposals and
approval of the Executive Engineer obtained for execution.
11.4 The Bidder has to arrange for bailing out water, protection to the work in progress and the
portion of works already completed and safety measures for men and materials and all
necessary arrangements to complete the work.
11.5 All the arrangements so required should be carried out and maintained at the cost of the
Bidder and no separate or additional payments are admissible.
11.6 Coffer Dams.
Necessary cofferdams and ring bunds have to be constructed at the cost of Bidder and
same are to be removed after the completion of the work. The Bidder has to quote his
percentage keeping the above in view.
22.2 If the Engineer-In-Charge fails to give notice of his decision in writing within a period of twenty
days after being requested or if the Bidder is dissatisfied with the notice of the decision of the
Engineer-In-Charge, the Bidder may within fifteen days after receiving the notice of decision
appeal to the concerned Superintending Engineer of Department who shall after affording
opportunity of being heard shall give notice of his decision within a period of thirty days. After
Superintending Engineer has given written notice of his decision to the Bidder and no claim to
arbitration, has been communicated to him by the Bidder within a period of fifteen days from
receipt of such notice the said decision shall remain final and binding on both side. If the
Superintending Engineer fails to give notice of his decision, as aforesaid within a period of
thirty days after being requested as aforesaid, or if the Bidder be dissatisfied with any such
decision, then and in any such case the Bidder within thirty days after the expiration of the first
named period of thirty days as the case may be, require that the matter or matters in dispute
be referred to arbitration as detailed below:-
SETTLEMENT OF CLAIMS:
All disputes or difference arising of or relating to the Contract shall be referred for the
adjudication as follows:
a) Claims up to a value of Rupees 50,000/-
- Superintending Engineer of another circle in the same department.
b) Claims above Rs.50,000/-
- Another Chief Engineer or Arbitrator appointed by the Chief Engineer of the
same department.
The arbitration shall be conducted in accordance with the provisions of Indian Arbitration
and Conciliation Act 1996 or any statutory modification thereof.
The arbitrator shall state his reasons in passing the award.
A reference for adjudication under this clauses shall be made by the Bidder within 180 (one
hundred eighty) days from the date of intimating the Bidder of the preparation of final bill or
his having accepted payment whichever is earlier. Only contracts executed in Tripura shall
have jurisdiction for any suit arising out of this contract. More particularly no suit shall be
instituted or entertained in any court outside the state arising out of contract.
23.2 The attention of the bidder is directed to the contract requirement at the time of beginning
of the work, the rate of progress and the dates for the whole work and its several parts as per
milestones. The following rate of progress and proportionate value of work done from time to
time as will be indicated by the Executive Engineer‟s Certificate for the value of work done
and completion of mile-stones will be required. Date of commencement of their programme
will be the date for concluding agreement.
23.5 The Bidder shall commence the works on site within the period specified under condition after
the receipt by him of a written order to this effect from the Executive/ Superintending
Engineer and shall proceed with the same with due expedition and
without delay, except as may be expressly sanctioned or ordered by the Executive/
Superintending Engineer, or be wholly beyond the Bidder‟s control.
23.6 Same in so far as the Bidder may prescribe, the extent of portions of the site of which the
Bidder is to be given possession from time to time and the order in which such portions shall
be made available to him and, Subject to any requirement in the contract as to the order in
which the works shall be executed, the Superintending Engineer will, with the Executive
Engineer‟s written order to commence the works, give to the Bidder possession of so much of
the site as may be required to enable the Bidder to commence proceed with the execution
of the works in accordance with the programme if any, and otherwise in accordance with
such reasonable proposals of the Bidder as he shall by written notice to the Superintending
Engineer, make and will from time to time as the works proceed, give to the Bidder possession
of such further portions of the site as may be required to enable the Bidder to proceed with
the execution of the works with due dispatch in accordance with the said programme or
proposals as the case maybe ; if the Bidder suffers delay or incurs cost from failure on the part
of the Superintending Engineer to give possession in accordance with the terms of this clause,
the Superintending Engineer shall grant an extension of time for the completion of works.
23.7 The Bidder shall bear all costs and charges for special or temporary way leases required by
him in connection with access to the site. The Bidder shall also provide at his own cost any
additional accommodation outside the site required by him for the purposes of the work.
23.8 Subject to any requirement in the contract as to completion of any section of the works
before completion of the whole of the works shall be completed in accordance with
provisions of clauses in the Schedule within the time stated in the contract calculated from
the last day of the period named in the statement to the bid as that within which the works
are to be commenced or such extended time as may be allowed.
23.9 Delays and extension of time:
No claim for compensation on account of delays or hindrances to the work from any cause
whatever shall lie, except as hereafter defined. Reasonable extension of time will be allowed
by the Executive Engineer or by the office competent to sanction the extension, for
unavoidable delays, such as may result from causes, which in the opinion of the Executive
Engineer, are undoubtedly beyond the control of the Bidder. The Executive Engineer shall
assess the period of delay or hindrance caused by any written instructions issued by him, at
twenty five per cent in excess or the actual working period so lost.
In the event of the Executive Engineer failing to issue necessary instructions and thereby
causing delay and hindrance to the Bidder, the latter shall have the right to claim an
assessment of such delay by the Superintending Engineer of the Circle whose decision will be
final and binding. The Bidder shall lodge in writing with the Superintending Engineer a
statement of claim for any delay or hindrance referred to above, within fourteen days from its
commencement, otherwise no extension of time will be allowed.
Whenever authorized alterations or additions made during the progress of the work are of
such a nature in the opinion of the Executive Engineer as to justify an extension of time in
consequence thereof, such extension will be granted in writing by the Executive Engineer or
other competent authority when ordering such alterations or additions.
24. Construction Programme:
24.1 The Bidder shall furnish within 1(one) month of the order of the work a programme showing
the sequence in which he proposed to carry out the work, monthly progress expected to be
achieved, also indicating date of procurement of materials plant and machinery. The
schedule should be such that it is practicable to achieve completion of the whole work within
the time limit fixed and in keeping with the Mile stone programme specified and shall obtain
the approval of the Engineer-In-Charge. Further rate of the progress as in the program shall
be kept up to date. In case it is subsequently found necessary to alter this program, the
26.3 If the Bidder has delayed the completion of works, the Contract will be terminated as per
clause applicable to the contract.
29.2 The Bidder shall cooperate with the Engineer-In-Charge in making and considering proposals
for how the effect of such an event or circumstance can be avoided or reduced by anyone
involved in the work and in carrying out any resulting instruction of the Engineer-In-Charge.
C. QUALITY CONTROL
30. Identifying Defects:
30.1 The Engineer-In-Charge shall check the Bidder‟s work and notify the Bidder of any Defects
that are found. Such checking shall not affect the Bidder‟s responsibilities. The Engineer-In-
Charge may instruct the Bidder to verify the Defect and to uncover and test any work that
the Engineer considers may be a Defect.
31. Tests:
31.1 If the Engineer-In-Charge instructs the Bidder to carry out a test not specified in the
Specification to check whether any work has a Defect and the Bidder shall pay for the test
and any samples.
32. Correction of Defects:
32.1 The Engineer-In-Charge shall give notice to the Bidder of any Defects before the end of the
Defects Liability Period, which begins on Completion. The defects liability period shall be
extended for as long as defects remain to be corrected by the Bidder.
32.2 Every time notice of a Defect is given, the Bidder shall correct the notified defect within the
length of time specified by the Engineer-In-Charge‟s notice.
33. Uncorrected Defects:
33.1 If the Bidder has not corrected the defect within the time specified in the Engineer-In-
Charge‟s notice, the Engineer-In-Charge will assess the cost of having the defect corrected
and the Bidder will pay this amount.
33.2 The Engineer-In-Charge may also introduce check lists which shall be kept in Bound registers
by the construction supervision staff. The Bidder may be required to fill up these lists in the first
instance and shall be subsequently checked by the Construction / Quality Control Engineers.
34. Quality Control:
In addition to the normal inspection by the regular staff in charge of the Construction of work,
the work will also be inspected by the Executive Engineer /Superintending Engineer or by
Vigilance Cell Unit and any other authorized external Agency if any sub-standard work or
excess payments are noticed with reference to measurement books etc., during inspection,
action will be taken based on their observations and these will be effected by the Engineer-
In-Charge of the execution of the work.
For all works, costing more than Rs.1.00 Crore, the Bidder shall submit quality plan and show
proof of owning quality lab or tie-up with an established quality lab.
D. COST CONTROL
35. Bill of Quantities:
35.1 The Bill of Quantities (BOQ) shall contain items for the construction work to be done by the
Bidder.
35.2 The Bidder is paid for the quantity of the work done at the estimate rate in the Bill of Quantity
(BOQ) for each item plus or minus Bid percentage.
36. Changes in the Quantities:
36.1 The Bidder is bound to execute all supplemental works that are found essential, incidental
and inevitable during execution of main work.
36.2 The payment of rates for such supplemental items of work will be regulated as under;
Supplemental items directly deducible from similar items in the original agreement.
36.2.1 The rates shall be derived by adding to or subtracting from the agreement rate of such similar
item the cost of the difference in the quantity of materials labour between the new items and
5) The following principles shall be followed while working out the indices mentioned in sub Para 4
above: -
a) The index relevant for any month will be the arithmetical average of the indices relevant to
the three calendar months preceding the month in question.
b) The base index will be the one relating to the month in which the bid was stipulated to be
received.
c) The compensation for escalation shall be worked at quarterly intervals and shall be with
respect to the cost of work done during the previous three months. The first such payment will
be made at the end of three months after the months (excluding) in which the bid was
accepted and their after at three months intervals.
6) In the event of the price of materials and/or wages of labour required for execution of the work
decrease(s), there shall be downward adjustment of the cost of the work so that such price of
materials and/or wages of labour shall be deductible from the cost of work under this contract
and this regard the formula herein before stated under the clause 44 shall mutatis apply
provided that:
i) No such adjustment for the decrease in the price of materials and /or wages of
labour aforementioned would be made in case of contract in which the stipulated
period of completion of the work is less than 24(twenty four) months.
46 Liquidated Damages:
46.1 If for any reason, which does not entitle the Bidder to an extension of time, the rate of progress
of works, or any section is at any time, in the opinion of the Superintending Engineer too slow to
ensure completion by the prescribed time or extended time for completion Superintending
Engineer shall so notify the Bidder in writing and the Bidder shall there upon take such steps as
are necessary and the Superintending Engineer may approve to expedite progress so as to
complete the works or such section by the prescribed time or extended time. The Bidder shall
not be entitled to any additional payment for taking such steps. If as a result of any notice given
by the Superintending Engineer under this clause the Bidder shall seek the Superintending
Engineers permission to do any work at night or on Sundays, if locally recognized as days or rest,
or their locally recognized equivalent, such permission shall not be unreasonably refused.
46.2 If the Bidder fails to complete whole of the works or any part thereof or section of the works
within the stipulated periods of individual mile stones (including any bonafide extensions allowed
by the competent authority without levying liquidated damages), the Superintending Engineer
may without prejudice to any other method of recovery will deduct one tenth of one percent of
contract value per week or part of the week for the period of delays subject to a maximum of
10% of the contract value as a penalty from any monies in his hands due or which may become
due to the Bidder. The payment or deductions of such damages shall not relieve the Bidder from
his obligation to complete the works, or from any other of his obligations and liabilities under the
contract.
46.3 The liquidated damages for the whole of the work are
(PERIOD) ( RECOVERY RATE)
For milestone 1 :- 1/8 th *
of the contract value 1/10th of 1.00 % of contract value of
of work in 1/4th of the Stipulated time for work Per week subject to maximum
completion. 10% of 1/8th contract value of work.
For milestone 2 :- 3/8th* of the contract value **1/10th of 1.00 % of contract value of
work Per week subject to maximum
of work in ½ of the Stipulated time for
10% of 2/8th contract value of work.
completion.
For milestone 3 :- Full contract value of work in **1/10th of 1.00 % of contract value of
Stipulated date of completion. work Per week subject to maximum
10% of 5/8th contract value of work.
*To be decided on the measured value of work.
The maximum amount of liquidated damages for the whole of the works is ten percent of
final contract price.
** Note:- Days to be reckoned from the next day of achieving previous milestone.
47 **Incentives (Optional Clause): An incentive to the maximum amount at the rate of ¼ % of the
contract value per week of early completion as per mile stone achieved will be paid to the
For the purpose of this paragraph: “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public official in the procurement
process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a contract to the detriment o the
Government and includes collusive practice among Bidders (prior to or after Bid submission)
designed to establish Bid prices at artificial non-competitive levels and to deprive the
Government of the benefits of free and open competition.
54.3 Notwithstanding the above, the Department may terminate the contract for convenience.
54.4 If the Contract is terminated, the Bidder shall stop work immediately, make the Site safe and
secured leave the Site as soon as reasonably possible.
54.5 When the Bidder has made himself liable for action under any of the cases aforesaid under
clause 54.2 the Engineer-In-Charge on behalf of the Governor of Tripura shall have powers--
(a) To determine or rescind the contract as aforesaid (of which termination or rescission notice in
writing to the Bidder under the hand of the Engineer-in-Charge shall be conclusive evidence).
Upon such determination or rescission the full security deposit recoverable under the contract
shall be liable to be forfeited and shall be absolutely at the disposal of the Government. If
any portion of the Security Deposit has not been paid or received it would be called for and
forfeited.
(b) To employ labour paid by the Department and to supply materials to carry out the work or
any part of the work debiting the Bidder with the cost of the labour and the price of the
materials (of the amount of which cost and price certified by the Engineer-in-Charge shall be
F. SPECIAL CONDITIONS
58 Water Supply:
The Bidder has to make his own arrangements for water required for the work and to the
colonies and work sites, which are to be established by the Bidder.
59 Electrical Power:-
The Bidders will have to make their own arrangements for drawing electric power from the
nearest power line after obtaining permission from the power supply authority at his own cost. In
case of failure of electricity, the Bidder has to make alternative arrangements for supply of
electricity by Diesel Generator sets of suitable capacity at place of work. If the supply is
61 Roads:
In addition to existing public roads and roads constructed by Government, if any, in work
area all additional approach roads inside work area and camp required by the Bidder shall
be constructed and maintained by him at his own cost. The layout design, construction and
The Bidder will at all times duly observe the provisions of employment of children Act XXVI of
1938 and any enactment or modification of the same and will not employ or permit any
person to do any work for the purpose under the provisions of this agreement in
contravention of said Act. The Bidder here by agrees to indemnify the department from and
against all claims, penalties which may be suffered by the department or any person
employed by the department by any default on the part of the Bidder in the observance
and performance of the provisions of the employment of children Act. XXVI of 1938 or any
enactment or modification of the same.
65 Safety Measures:
1. The Bidder shall take necessary precautions for safety of the workers and preserving their
health while working in such jobs, which require special protection and precautions. The
following are some of the measures listed but they are not exhaustive and Bidder shall add to
2. Providing protective footwear to workers situations like mixing and placing of mortar or
concrete sand in quarries and places where the work is done under much wet conditions.
3. Providing protective head gear to workers at places like underground excavations to protect
them against rock falls.
4. Providing masks to workers at granulates or at other locations where too much fine dust is
floating about and sprinkling water at frequent intervals by water hoses on all stone crushing
area and storage bins abate to dust.
5. Getting the workers in such jobs periodically examined for chest trouble due to too much
breathing in to fine dust.
6. Taking such normal precautions like fencing and lightening in excavation of trenches, not
allowing rolls and metal parts of useless timber spread around, making danger areas for
blasting providing whistles etc.
7. Supply workmen with proper belts, ropes etc., when working in precarious slopes etc.
8. Avoiding named electrical wire etc., as they would electrocute the works.
9. Taking necessary steps towards training the workers concerned on the machinery before they
are allowed to handle them independently and taking all necessary precautions in around
the areas where machines hoists and similar units are working.
66 Fair Wage Clause:
The Bidder shall pay not less than fair wages to laborers engaged by him on the work.
“Fair” wages means wages whether for time of piecework notified by the Government from
time in the area in which the work is situated.
The Bidder shall not with-standing the revisions of any contract to the contrary cause to be
paid to the labour, in directly engaged on the work including any labour engaged by the
sub-Bidder in connection with the said work, as if the laborers had been directly employed by
him.
In respect of labour directly or indirectly employed in the works for the purpose of the Bidders
part of the agreement the Bidder shall comply with the rules and regulations on the
maintenance of suitable records prescribed for this purpose from time to time by the
Government. He shall maintain his accounts and vouchers on the payment of wages to the
laborers to the satisfaction of the Executive Engineer.
The Executive Engineer shall have the right to call for such record as required to satisfy himself
on the payment of fair wages to the laborers and shall have the right to deduct from the
contract amount a suitable amount for making good the loss suffered by the worker or
workers by reason of the “fair wages” clause to the workers.
The Bidder shall be primarily liable for all payments to be made and for the observance of the
regulations framed by the Government from time to time without prejudice to his right to
claim indemnity from his sub-Bidders.
As per contract labour (Regulation and abolition) Act. 1970 the Bidder has to produce the
license obtained from the licensing officers of the labour department along with the bid or at
the time of agreement.
Any violation of the conditions above shall be deemed to be a breach of his contract.
Equal wages are to be paid for both men and women if the nature of work is same and
similar.
The Bidder shall arrange for the recruitment of skilled and unskilled labour local and imported
to the extent necessary to complete the work within the agreed period as directed by the
Executive Engineer in writing.
67 Indemnity Bond:
Name of Work: Construction of Single storied Integrated Ayush Hospital at Paschim
Jalefa under Sabroom Sub-division, South Tripura /S.H. Building portion
I,…………………………………………...,Bidder, S/o…………………………………………….aged
……………….Resident of ……..……………………………………..……………………………..…do
hereby bind myself to pay all the claims may come (a) under Workmen‟s Compensation Act.
1933 with any statutory modification thereof and rules there under or otherwise for or in
respect of any damage or compensation payable in connection with any accident or injury
sustained (b) under Minimum wages Act 1948 (c) under payment of wages Act.1936 (d)
under the Bidder labour (Regulation and Abolition) Act. 1970 by workmen engaged for the
performance of the business relating to the above contract i.e., Failing such payment of
claims of workmen engaged in the above work, I abide in accepting for the recovery of such
claims, effected from any of my assets with the departments.
68 Compliance With Labour Regulations:
During continuance of the contract, the Bidder and his sub Bidders shall abide at all times by all
existing labour enactments and rules made there under, regulations, notifications and bye laws of
the State or Central Government or local authority and any other labour law (including rules),
regulations, bye laws that may be passed or notifications that may be issued under any labour
law in future either by the State or the Central Government or the local authority and also
applicable labour regulations, health and sanitary arrangements for workmen, insurance and
other benefits. Salient features of some of the major labour laws that are applicable to
construction industry are given below. The Bidder shall keep the Department indemnified in case
any action is taken against Department by the competent authority on account of contravention
of any of the provisions of any Act or rules made there under, regulations or notifications including
amendments. If the Department is caused to pay or reimburse, such amounts as may be
necessary to cause or observe, or for non-observance of the provision stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Bidder, the Engineer-In-charge /Department shall have the right to deduct any money due to the
Bidder including his amount of performance security. The Department/Engineer-In-Charge shall
also have right to recover from the Bidder any sum required or estimated to be required for
making good the loss or damage suffered by the Department.
The employees of the Bidder and the Sub-Bidder in no case shall be treated as the Department of
the Department at any point of time.
69 Salient features of some major labour laws applicable to establishment engaged in buildings and
other construction work:
a) Workmen Compensation Act 1923: -The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed the prescribed
minimum years (say, five years) of service or more or on death the rate of prescribed minimum
days‟(say, 15 days) wages for every completed year of service. The Act is applicable to all
establishments employing the prescribed minimum number (say, 10) or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly
contributions by the Employer plus workers at the rate prescribed (say, 10% or 8.33%). The benefits
payable under the Act are:
i) Pension or Family pension on retirement or death as the case may be.
ii) Deposit linked insurance on the death in harness of the worker.
iii) Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare
measures to be provided by the Bidder to contract labour and in case the Bidder fails to provide,
the same are required to be provided, by the Principal Employer by Law. The principal Employer is
required to take Certificate of Registration and the Bidder is required to take license from the
designated Officer. The Act is applicable to the establishments or Bidder of Principal Employer if
they employ prescribed minimum (say 20) or more contract labour.
f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled
employment. Constructions of buildings, roads, runways are scheduled employment.
78.3 The department shall supply such of the machinery that may be available on hire basis but their
supply cannot be demanded as matter of right and no delay in progress can be attributed to
such non-supply of the plant by the department and the department cannot be made liable for
any damage to the Bidder. The Bidder shall be responsible for safe custody of the departmental
machinery supplied to him (which will be delivered to Bidder at the machinery yard at site of
work) and he has to make good all damages and losses if any other than fire, wear and tear to
bring it to the conditions that existed at the time of issue to the Bidder before handing over the
same to the department. The hire charges for the machinery handed over to the Bidder will be
recovered at the rate prevalent at the time of supply. The Bidder will have to execute
supplemental agreement with Executive Engineer at the time of supply of the machinery.
78.4 The acceptance of departmental machinery on hire is optional to the Bidder.
79 Inconvenience to public:
The Bidder shall not deposit materials at any site, which will cause inconvenience to public. The
Engineer-In-Charge may direct the Bidder to remove such materials or may undertake the job at
the cost of the Bidder.
80 Conflict of interest:
Any bribe, commission, gift or advantage given, promised or offered by on behalf of Bidder or
his partner, agent or servant or any one on his behalf to any officer, servant, representatives,
agents of Engineer-In-Charge, or any persons on their behalf, in relation to the obtaining or to
execution of this, or any other contract with Engineer-In-Charge shall in addition to any criminal
liability, which it may occur, subject to the cancellation of this or all other contracts and also to
payment of any loss or damage resulting from any such cancellation. Engineer-In-Charge shall
then be entitled to deduct the amount, so payable from any money, otherwise due to the
Bidder under this or any other contract.
81 Contract documents and materials to be treated as confidential:
All documents, correspondences, decisions and orders, concerning the contract shall be
considered as confidential and/or restricted in nature by the Bidder and he shall not divulge or
allow access to them by any unauthorized person.
82 General obligations of Bidder:
82.1 The Bidder shall, subject to the provision of the contract and with due care and diligence,
execute and maintain the works in accordance with specifications and drawings.
82.2 The Bidder shall promptly inform the Department and the Engineer-In-Charge of any error,
omission, fault and tore defect in the design of or specifications for the works, which are
discovered when reviewing the contract documents, or in the process of execution of the works.
82.3 If Bidder believes that a decision taken by the Engineer-in-Charge was either outside the
authority given to the Engineer-In-Charge by the Contract or that the decision was wrongly
taken, the decision shall be referred to the technical expert within 14 days of the notification of
the Engineer-In-Charge‟s decisions.
82.4 Pending finalization of disputes, the Bidder shall proceed with execution of work with all due
diligence.
83 Security measures:
All construction materials including all kind of steel materials of approved quality
will be arranged by the contractor at his own risk & cost.
NOTE:- The Person or Firms submitting the bid should see that the above schedule are filled up by the
Engineer-In-Charge on the issue of the form prior to the submission of bid.
e. (i) After the completion of the work, the theoretical quantity of steel reinforcement or structural
steel sections to be used on works shall be calculated on the basis of quantity required as per design
or as authorized by the Engineer-In-Charge, including, authorized lappagjs, plus 5 % wastage due to
cutting into pieces. Over this theoretical quantity plus 5% and minus 4% shall be allowed as variation
due to wastage being more or less.
(iii) After the completion of the work, theoretical quantity of bitumen to be used on works shall
be calculated on the basis of schedule of quantizes in agreement or standard formula as laid down
by Superintending Engineer of the concerned circle. Over the said theoretical quantity of bitumen,
a variation up to plus (excess) 2.50% shall be allowed.
The agreements which provide for free supply of bitumen the value of price of the difference in
the quantity of bitumen actually issued to the Bidder and the theoretical quantity
including the above mentioned authorized variation, if not returned by the Bidder shall
be recovered at the rate of twice the prevailing issue rate of PWD, Stores without prejudice to the
relevant conditions in the calculated manner aforesaid, there shall be no recovery for loose use of
bitumen.
The agreement which provides for supply of bitumen at a fixed rate, the value of price of the
difference in the quantity of bitumen actually in need to the Bidder and the theoretical quantity
including the above mentioned authorized variation, if not returned by the Bidder, shall be
recovered twice the issue rate of bitumen including storage charges thereof without prejudice to
the relevant conditions in the agreements regarding return of materials governing the contract. In
the event of it being discovered that the quantity of bitumen used by the Bidder is less than the
quantity calculated in the manner aforesaid(no variation on the lower side shall be allowed) the
cost of the quantity of bitumen not so used shall be recovered from the Bidder on the basis of
stipulated issue rate plus cartage thereof up site.
(iv) The provisions made above are without prejudice to the right of the Government to take
action against the Bidder under the conditions of the contract for not doing the work according to
the prescribed specifications.
SECTION- V
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
1. This document shall be read in conjunction with the other bidding Documents.
2. The work shall be carried according to the description of the Item(s) in the Bill of quantities
attached in Part-I. The building work shall generally conform to specifications for works in “The
Tripura PWD Specification 1972 Building Work” where Tripura PWD specifications for building work
is silent, CPWD specifications or provisions contained in “National Building Code” (Latest Edition)
shall be followed.
3. “Specification for Road & Bridge Works (Latest Revision)” published by the Ministry of Shipping,
Road Transport & Highways (MoRTH, Specification for Rural Roads, MoRD) shall be followed, and
where the said specification is silent or items which are not covered, The Tripura PWD
Specification, 1972/ the specification of CPWD/ CPHEEO/CWC/ BIS or relevant IRC Standard
Specifications as amended till date as determined by the Engineer-In-Charge, in that order
should be followed.
SPECIAL CONDITION
1. Specification of cement
a) Cement will be ISI Marked.
b) Cement will be supplied in machine stitched polythene bag of 50(fifty) Kg. weight minimum in
each bag.
c) Cement is to be purchased from the authorized dealer having Tripura Sale Tax Registration.
d) Before use of cement in the work, the original cash memo / voucher is to be produced before the
Assistant Engineer/ SDO(PWD). The Assistant Engineer/ SDO(PWD) should maintain a cement
register separately in respect of procuring cement by the Bidder and get it signed.
2. Specification of steel reinforcements arranged by the Agency shall conform to relevant IS Codes.
3. Necessary Test Certificate for Cement, steel etc. shall have to be produced by the Bidder as and
when asked by the Department.
4. Before submitting the bid, the bidders are to satisfy themselves by actual visit to site, regarding
availability of labour and materials and site conditions and any claim of the bidder submitting
bids shall not be entertained afterwards in respect of non-availability of labour, materials and site
conditions. Any roads and paths, if required for the work will have to be made by the Bidder at his
own cost and nothing extra will be paid.
5. During the period, prior to the handing over of the work complete in all respects to the Engineer-
In-Charge, damages to the work, if any, is to be made good by the Bidder at his own cost and
noting extra will be paid.
6. Traffic on the road should be maintained if required during working period and the Bidder will
have to take precaution for his workers. If necessary, he will have to provide diversion at his own
cost.
7. The Bidder shall be responsible for the true and prefect setting out of the work and correctness of
the position, level, and dimensions of all parts of the work. If at any time during the progress of the
work shall any error arise in the position, level, or dimensions of any part of the work, fitting or fixing
etc. the Bidder shall be liable to rectify or change as directed by the Engineer-In-Charge at his
own cost and risk.
8. The work, which does not conform to specification, must be struck down and rejected materials
removed from the site of works as directed by the Engineer-in-Charge.
Scope
This work shall consist of removing, as hereinafter set forth, all types of existing
structures (if any) as specified by the Engineer, which are in place but may interfere with
the new construction or are not suitable to remain in place, and disposing of the resulting
materials and back filling the resulting trenches and pits.
Existing structures, which are within the specified area and which are designated for
removal shall be removed up to the limits and extent specified in the drawings or as,
indicated by the Engineer.
Dismantling and removal operations shall be carried out with such equipment and
in such a manner as to leave undisturbed, adjacent structures and any other work to be left
in place.
All operations necessary for the removal of any existing structure, which might
endanger new construction in the area, shall be completed prior to the start of new work.
Back-filling
Holes and depressions caused by dismantling operations shall be backfilled- with
excavated or other approved materials and compacted to required density as directed by
the Engineer.
Disposal of Materials
All materials obtained by dismantling operations shall be the property of the bidder
shall be disposed of as directed by the Engineer with all lifts and lead.
Measurements for Payment
The work of dismantling structures shall be measured as a job.
Rate
The rates will be based on approved RESERVE VALUE of the dismantled structure over which
Clause XII of the agreement (if any) or at par, whichever is higher, will be allowed. The
same amount will be recovered from the selected bidder in the form of Demand Draft,
which will be submitted to the Executive Engineer, Sabroom Division, PWD(R&B), Sabroom,
South Tripura.
SECTION- VI
DRAWINGS
1.0 DRAWINGS:
1.1 The plans enclosed with the bid are liable to the altered during execution of work as per
necessity of site conditions. The premium quoted by the Bidder for various items shall hold
good for execution of work even with altered plans.
1.2 One set of drawings, on the basis of which actual execution of the work is to proceed shall be
furnished free of cost to the Bidder by the Superintending Engineer / Executive Engineer
progressively according to the work program submitted by the Bidder and accepted by the
Superintending Engineer / Executive Engineer. Drawings for any particular activity shall be
issued to the Bidder at least 30 days in advance of the scheduled date of the start of the
activity. However, no extra claims by the Bidder toward any delay in issue of drawing or issue
of any revision / change to the drawings issued earlier shall be admissible. The
Superintending Engineer shall intimate the Bidder 7 days in advance regarding any delay to
issue of drawings, for any particular stage of works. If work gets effected due to delay to issue
of drawings, for any particular stage of work the Bidder shall be granted extension of time.
1.3 Signed drawings above shall not be deemed to be an order for work unless they entered in
the agreement or schedule of drawings under proper alterations of the Bidder and Executive
Engineer; or unless the Executive Engineer has sent them to the Bidder with a covering letter
confirming that the drawing in and authority for work in contract.
2.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall apply:-
2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a larger
scale shall take precedence over those on a smaller scale.
2.1.3 Drawings issued as construction drawings from time to time shall supersede bid
drawings and the correspondence drawings previously issued.
Note: The Bidder should not execute any component of work without obtaining the working
drawings. Any work done without drawings shall be at the Bidders responsibility only.
Acceptance for such work will be at the discretion of the Executive Engineer.
SECTION- VII
FORMS OF SECURITY
Annexure-IV
This is to certify that to the best of our knowledge and information Mr./Sri
……………………………………………………………….………………having marginally noted
address, a customer of our bank are/is respectable and can be treated as good for any
engagement up-to a limit of Rs………..…………………………..……………….
(Rupees……………………………………………………………………………………....…….…….….…)
. This certificate is issued without any guarantee or responsibility on the Bank or any of the
officers.
(Signature)
for the Bank
NOTE:- In case of partnership firm, certificate to include names of all partners as recorded
with the Bank.
Annexure-V
PERFORMANCE BANK GUARANTEE
To
…………………………………………………(Address of Employer)
WHEREAS……………………………………………………………………………………………………………………
…………(name and address of Bidder) (Herein after called “the Bidder”) has undertaken, pursuance
of contract
No………………………………………………………………………………..dated……………………….to
execute………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………
…………………(name of contract and brief description of works) herein after “The Contract.”
AND WHEREAS it has been stipulated by you in the said contract that the Bidder shall furnish you with
a bank guarantee by a Nationalized bank for the sum specified therein as security for compliance
with his obligation in accordance with the contract.
AND WHEREAS we have agreed to give the Bidder such bank guarantee.
NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you on behalf of
the Bidder, up to a total of…………………………………………….(amount of
guarantee)……………………………………………………………………….(in words), such sum being
payable in the types and proportions of currencies in which the contract price is payable, and we
undertake to pay you, up on first written demand and without cavil or argument, any sum or sums
within the limits of………………………………………………………(amount of guarantee) as aforesaid
without your needing to prove or to show grounds or reasons for a demand for the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the contract or
of the works to be performed hereunder or of any of the contract documents which may be made
between you and the Bidder shall in any way release us from any liability under this guarantee and
we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until a date 28 days from the date of expiry of Defects Liability Period of
12(twelve) months after intended completion date.
Address…………………………………………………………………………………………………………
Date………………………………………..
VOLUME – II
SECTION- VIII
BILL OF QUANTITIES
Annexure-VI
Date_______________
To,
The Executive Engineer,
Sabroom Division, PWD(R&B),
Sabroom, South Tripura.
1. I/WE offer to execute the work(s) described above and remedy any defects therein with
conditions of the contract, specifications, drawings, Bill of quantities and Addenda for
2. I/ WE undertake to commence the work(s) on receiving the notice to proceed with work in
accordance with the contract documents.
3. This bid and your written acceptance of it shall constitute a binding contract between us. I
understand that you are not bound to accept the lowest or any bid you receive.
I/WE hereby confirm that this bid complies with the bid validity and earnest money
required by the biding documents and specified in NIT.
Authorized Signature_____________________
Name and Title of Signatory_____________________
Name of the Bidder_____________________
Address_____________________
PREAMBLE
1. The Bill of quantity shall be read in conjunction with the NIT instruction to
Bidder, conditions of contract, Specifications and drawings.
2. Bill of Quantity (BOQ), which is the Rate quoting sheet in MS-Excel format
shall be downloaded from e-procurement portal, filled up properly and
uploaded in the bid after digital signing.
3. The Bidder shall always open the BOQ sheet with Macros Enabled.
4. Name of bidder must be written in the appropriate field of rate quoting
sheet by each bidder.
5. For the construction works, the quantities given in the Schedule of quantities
are estimated and given to provide a common basis for bidding. The basis
of payment will be the actual quantities of the work ordered and carried
out, as measured, verified by the Engineer and valued.
a. At the rates bided in the Schedule of quantities in the case of item rate
bids; and
b. At percentage rate above / below / at par of the schedule of rates as
bided by the Bidder.
6. The rates bided in the priced bill of quantity (BOQ) shall, except in so far as it
is otherwise provided under the contract, include all constructional plant,
labour, supervision, materials, erection, maintenance, insurance, profit, taxes
and duties, together with all general risks, liabilities and obligations, etc. set
out in the contract.
7. When percentage rate bids are invited, the Schedule of quantities will show
the rates used for different items.
8. BOQ TAMPERING:
a. The provided BOQ in the Bid is, meant for downloading in the Bidders
machine, for entering the relevant fields meant for rates & bidders
particulars and finally uploading along with the Bid. The BOQ Excel
Sheet is Macro enabled and working with the Sheet requires the Macro
to be allowed /enabled to run.
b. Bidders are hereby warned not to tamper with the MS-Excel Sheet,
make copies and work in a copied Sheet or break through the default
Work-Sheet Security. Such BOQs with stated violations will be treated as
Tampered BOQs and Bids uploaded with Tampered BOQs will be
summarily rejected.
SPECIAL CONDITION
Abstract of Cost
for
Name of Work : Construction of Single storied Integrated Ayush Hospital at Paschim Jalefa under Sabroom Sub-division, South
Tripura/S.H. Building portion including internal water supply, Sanitary installation, Sewage and Drainage works.
Bidder
Name :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,
else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
1 2 4 5 6 53 55
1.00 SUB-HEAD : EARTH WORK
1.10 Earth work in excavation by mechanical 8183.77 Cum 134.90 1103990.0334 INR Eleven Lakh Three
means (Hydraulic excavator) / manual Thousand Nine Hundred &
means over areas (exceeding 30cm in Ninety and Paise Three Only
depth, 1.5m in width as well as 10 sqm on
plan) including disposal of excavated earth,
lead upto 50m and lift upto 1.5m, disposed
earth to be levelled and neatly dressed.
- All kinds of soil
1.20 Earth work in excavation by mechanical 210.00 Cum 169.50 35595.0000 INR Thirty Five Thousand
means (Hydraulic excavator) / manual Five Hundred & Ninety Five
means in foundation trenches or drains (not Only
exceeding 1.5 m in width or 10 sqm on
plan) including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and
disposal of surplus excavated soil as
directed, within a lead of 50 m.
- All kinds of soil
1.30 Filling available excavated earth (excluding 5595.84 Cum 120.30 673179.5520 INR Six Lakh Seventy Three
rock) in trenches, plinth, sides of Thousand One Hundred &
foundations etc. in layers not exceeding Seventy Nine and Paise Fifty
20cm in depth, consolidating each Five Only
deposited layer by ramming and watering,
lead up to 50 m and lift upto 1.5 m.
- All kinds of soil
1.40 Extra for additional lift of 1.5m or part 5595.84 Cum 49.80 278672.8320 INR Two Lakh Seventy Eight
thereof Thousand Six Hundred &
- All kinds of soil Seventy Two and Paise
Eighty Three Only
Standard Single Bids Document for PWD, Tripura Page- 78-
1.50 Supplying and filling in plinth, under floor, 305.39 Cum 887.50 271033.6250 INR Two Lakh Seventy One
foundations etc. with sand (fine) from local Thousand &Thirty Three and
quarry with all lifts including spreading in Paise Sixty Two Only
horizontal layers, watering, grading to
required slope, ramming, consolidating and
compacting each layer by using plate
compactor or by any suitable method
complete.
1.61 (i) Chlorpyriphos/Lindane emulsifiable 667.53 Litre 212.10 141582.0525 INR One Lakh Forty One
concentrate of 20% Thousand Five Hundred &
Eighty Two and Paise Five
1.70 Diluting and injecting chemical emulsion for Only
POST-CONSTRUCTIONAL anti-termite
treatment as per IS: 6313 (Part III)- Latest
revision (excluding the cost of chemical
emulsion):
1.71 (i) Along external wall where the apron is 250.00 Metre 14.10 3525.0000 INR Three Thousand Five
not provided using chemical emulsion @ Hundred & Twenty Five Only
7.5 litres/sqm of the vertical surface of the
substructure to a depth of 300 mm
including excavation channel along the wall
& rodding etc. complete:
- With Chlorpyriphos/Lindane E.C. 20%
with 1% concentration.
1.72 (ii) Treatment of soil under plinth filling 1671.60 Sqm 94.90 158634.8400 INR One Lakh Fifty Eight
using chemical emulsion @ one litre per Thousand Six Hundred &
hole, 300 mm apart including drilling 12 mm Thirty Four and Paise Eighty
diameter holes and plugging with sand Four Only
filling:
- With Chlorpyriphos/Lindane E.C. 20%
with 1% concentration.
2.00 SUB-HEAD : CEMENT CONCRETE
WORK
2.10 Providing and laying in position cement
concrete of specified grade excluding the
cost of centring and shuttering
- All work upto plinth level.
2.11 (i) 1:4:8 ( 1 Cement: 4 fine sand : 8 graded 268.99 Cum 9324.50 2508197.2550 INR Twenty Five Lakh Eight
stone aggregate 40 mm nominal size) Thousand One Hundred &
Ninety Seven and Paise
2.12 (ii) 1:2:4 ( 1 Cement: 2 fine sand : 4 graded 7.81 Cum 10456.60 Twenty
81692.1875 INR FiveOne
Eighty OnlyThousand Six
stone aggregate 20 mm nominal size) Hundred & Ninety Two and
Paise Nineteen Only
2.13 (iii) 1:3:6 ( 1 Cement: 3 fine sand : 6 graded 30.00 Cum 9872.10 296163.0000 INR Two Lakh Ninety Six
stone aggregate 20 mm nominal size) Thousand One Hundred &
Sixty Three Only
2.20 Centering shuttering including struttings, 249.69 Sqm 238.60 59576.0340 INR Fifty Nine Thousand Five
propping etc. and removal of form work for: Hundred & Seventy Six and
(i) Foundations, footings, bases for Paise Three Only
columns.
2.30 Extra for providing and mixing water 668.64 per 50kg of Cement
61.50 41121.3600 INR Forty One Thousand One
proofing material in cement concrete work Hundred & Twenty One and
in doses by weight of cement as per Paise Thirty Six Only
manufacturer's specification
2.40 Making plinth protection 50mm thick of 250.00 Sqm 810.50 202625.0000 INR Two Lakh Two Thousand
cement concrete 1:3:6 (1 cement : 3 fine Six Hundred & Twenty Five
sand : 6 graded well burnt brick aggregate Only
20 mm nominal size) over 75mm bed of dry
brick ballast 40mm nominal size well
rammed and consolidated and grouted with
fine sand including finishing the top
smooth.
Standard Single Bids Document for PWD, Tripura Page- 79-
3.11 (i) 1:1½:3 ( 1 Cement: 1½ fine sand : 3 697.13 Cum 10974.60 7650725.6417 INR Seventy Six Lakh Fifty
graded stone aggregate 20 mm nominal Thousand Seven Hundred &
size) Twenty Five and Paise Sixty
Four Only
3.20 Reinforced cement concrete work in walls
(any thickness), including attached
pilasters, buttresses, plinth and skirting
courses, fillets, columns, pillars, piers,
abutments, posts and struts etc. upto floor
five level excluding cost of centring,
shuttering, finishing and reinforcement-
3.21 (i) 1:1½:3 ( 1 Cement: 1½ fine sand : 3 119.89 Cum 11791.90 1413730.8910 INR Fourteen Lakh Thirteen
graded stone aggregate 20 mm nominal Thousand Seven Hundred &
size) Thirty and Paise Eighty Nine
Only
3.30 Reinforced cement concrete work in
beams, suspended floors, roofs having
slope upto 15° landings, balconies,
shelves, chajjas, lintels, bands, plain
window sills, staircases and spiral stair
cases upto floor five level excluding the
cost of centring, shuttering, finishing and
reinforcement-
3.31 (i) 1:1½:3 ( 1 Cement: 1½ fine sand : 3 455.88 Cum 12104.70 5518290.6360 INR Fifty Five Lakh Eighteen
graded stone aggregate 20 mm nominal Thousand Two Hundred &
size) Ninety and Paise Sixty Four
Only
3.40 Providing and laying upto floor five level
reinforced cement concrete work in vertical
and horizontal fins individually or forming
box louvers facias and eaves boards
excluding the cost of centring, shuttering,
finishing and reinforcement-
3.41 (i) 1:1½:3 ( 1 Cement: 1½ fine sand : 3 4.60 Cum 11909.30 54782.7800 INR Fifty Four Thousand
graded stone aggregate 20 mm nominal Seven Hundred & Eighty Two
size) and Paise Seventy Eight Only
3.50 Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete upto
plinth level.
3.51 (i) Thermo-Mechanically Treated bars of 123231.71 Kg. 78.20 9636719.7220 INR Ninety Six Lakh Thirty Six
grade Fe-500D or more Thousand Seven Hundred &
Nineteen and Paise Seventy
3.60 Reinforcement for R.C.C. work including Two Only
straightening, cutting, bending, placing in
position and binding all complete above
plinth level.
3.61 (i) Thermo-Mechanically Treated bars of 96643.82 Kg. 78.20 7557546.7240 INR Seventy Five Lakh Fifty
grade Fe-500D or more Seven Thousand Five
Hundred & Forty Six and
Standard Single Bids Document for PWD, Tripura Page- 80-
3.71 (i) 50 mm thick 6.48 Sqm. 1134.40 7350.9120 INR Seven Thousand Three
Hundred & Fifty and Paise
3.80 Providing, hoisting and fixing above plinth 1.50 Cum 15164.50 Ninety
22746.7500 INR One Only
Twenty Two Thousand
level up to floor five level precast reinforced Seven Hundred & Forty Six
cement concrete work in string courses, and Paise Seventy Five Only
bands, copings, bed plates, anchor blocks,
plain window sills and the like, including the
cost of required centering, shuttering but ,
excluding cost of reinforcement, with
1:1.5:3 (1 cement : 1.5 fine sand : 3 graded
stone aggregate 20 mm nominal size).
3.91 (i) Foundations, footings, bases for 633.42 Sqm 268.90 170326.6380 INR One Lakh Seventy
columns etc. for mass concrete with timber Thousand Three Hundred &
plank Twenty Six and Paise Sixty
3.92 (ii) Walls (any thickness) including attached 150.15 Sqm 370.00 55555.5000 INR Fifty Five Thousand Five
pilasters, buttresses, plinth and string Hundred & Fifty Five and
courses etc. using shuttering ply Paise Fifty Only
3.93 (iii) Suspended floors, roofs, landings, 1733.73 Sqm 539.00 934480.4700 INR Nine Lakh Thirty Four
balconies and access platform with 12 mm Thousand Four Hundred &
thick shuttering ply Eighty and Paise Forty Seven
Only
3.94 (iv) Lintels, beams, plinth beams, girders, 2925.07 Sqm 385.20 1126736.9640 INR Eleven Lakh Twenty Six
bressumers and cantilevers with shuttering Thousand Seven Hundred &
ply Thirty Six and Paise Ninety
Six Only
3.95 (v) Columns, Pillars, Piers, Abutments, 1841.94 Sqm 483.00 889657.0200 INR Eight Lakh Eighty Nine
Posts and Struts with shuttering ply Thousand Six Hundred & Fifty
Seven and Paise Two Only
3.96 (vi) Stairs (excluding landings) except spiral- 108.35 Sqm 477.80 51767.2410 INR Fifty One Thousand
staircases with wooden plank Seven Hundred & Sixty Seven
and Paise Twenty Four Only
3.97 (vii) Vertical and horizontal fins individually 205.60 Sqm 354.10 72802.9600 INR Seventy Two Thousand
or forming box louvers band, facias and Eight Hundred & Two and
eaves boards. Paise Ninety Six Only
3.98 (viii) Edges of slabs and breaks in floors 248.00 Metre 99.50 24676.0000 INR Twenty Four Thousand
and walls under 20 cm. wide Six Hundred & Seventy Six
Only
3.99 (ix) Weather shade, Chajjas, corbels etc., 56.81 Sqm 417.70 23729.5370 INR Twenty Three Thousand
including edges. Seven Hundred & Twenty
Nine and Paise Fifty Four
4.00 SUB-HEAD : BRICK WORK Only
4.21 (i) In cement mortar 1:6 ( 1 cement : 6 fine 190.66 Cum 9859.70 1879850.4020 INR Eighteen Lakh Seventy
sand ). Nine Thousand Eight Hundred
& Fifty and Paise Forty Only
4.30 Half brick masonry with first class bricks in
superstructure upto floor five level including
cost of all materials as required complete:-
4.31 (i) In cement mortar 1:4 ( 1 cement : 4 fine 1441.65 Sqm. 1363.10 1965113.1150 INR Nineteen Lakh Sixty Five
sand). Thousand One Hundred &
Thirteen and Paise Eleven
4.40 Extra for providing & placing in position 2 Only
nos 6mm dia MS bars at every 4th course
of half brick masonry work including
anchorage in joints of 75mm in each side in
superstructure for all level including cost of
all materials as required complete:-
4.41 (i) In cement mortar 1:4 ( 1 cement : 4 fine 1441.65 Sqm. 197.40 284581.7100 INR Two Lakh Eighty Four
sand ). Thousand Five Hundred &
Eighty One and Paise
5.00 SUB-HEAD : WOOD WORK
5.51 (i) 300 x 16 mm 29.00 No. 259.90 7537.1000 INR Seven Thousand Five
Hundred & Thirty Seven and
5.52 (ii) 250 x 16 mm 3.00 No. 225.70 PaiseSix
677.1000 INR Ten Only & Seventy
Hundred
Seven and Paise Ten Only
Standard Single Bids Document for PWD, Tripura Page- 82-
5.81 (i) Single rubber stopper 10.00 No. 37.20 372.0000 INR Three Hundred &
Seventy Two Only
5.90 Providing and fixing factory made door 150.00 Metre 468.80 70320.0000 INR Seventy Thousand Three
frame (single rebate) made of solid PVC Hundred & Twenty Only
foam profile with homogenous fine cellular
structure having smooth outer integral skin
having 60mm width & 30mm thickness and
shall be fixed to wall as per instructions of
Engineer-In-Charge using 100x8 sheet
metal CSK screws.
6.10 Providing and fixing 28 mm thick door 47.25 Sqm. 3094.40 146210.4000 INR One Lakh Forty Six
shutter made of solid PVC foam profile with Thousand Two Hundred &
homogenous fine cellular structure having Ten and Paise Forty Only
smooth outer integral skin having 71mm
width & 28mm thick as vertical & horizontal
styles. Joints are made using solvent
adhesive and GI ‘C sections (39mm x
19mm x 0.6mm thick) or M S pipe (40mm x
20mm ) stiffener frame insert & telescopic
polymeric ‘L’ corners .The panel shall be
filled with 3mm thick high - pressure
compact laminate as per manufacturer’s
specifications and directions of the
Engineer-in-charge, cover moulding shall
be provided for covering fixing screws and
elegant look.( for W.C. bathroom door
shutter).
6.20 Providing and fixing IS : 3564 marked 10.00 No. 1026.00 10260.0000 INR Ten Thousand Two
Aluminium die cast body tubular type Hundred & Sixty Only
universal hydraulic door closer with
necessary accessories and screws etc.
complete.
7.10 Providing and fixing in position collapsible 41.76 Sqm. 5836.00 243711.3600 INR Two Lakh Forty Three
steel shutters with vertical channels Thousand Seven Hundred &
20x10x2mm at 100 mm centre to centre Eleven and Paise Thirty Six
and braced with flat iron diagonals 20x5mm Only
size with top and bottom rail of T-iron
40x40x6mm with 40mm dia. steel pulleys &
with riveted bolts, nuts, locking
arrangement, stoppers, handles, hold fast
/anchor bolt including embedding in cement
concrete of required grade for fixing in
position, all necessary fittings, including
applying a priming coat of approved steel
primer etc. complete as required.
7.20 Providing and fixing fan clamp type-I of 16 120.00 Each 146.20 17544.0000 INR Seventeen Thousand
mm dia M.S. bar bent to shape with hooked Five Hundred & Forty Four
ends in R.C.C. slabs during laying including Only
painting the exposed portion of loop, all as
per standard design complete.
7.31 (i) M.S. tube 192.00 Kg. 106.00 20352.0000 INR Twenty Thousand Three
Hundred & Fifty Two Only
7.40 Steel work welded in built up
section/framed work including cutting,
hoisting, fixing in position and applying a
priming coat of approved steel primer using
steel etc. complete as required:-
7.41 (i) In stringers, treads, landing etc. of stair 600.00 Kg. 95.40 57240.0000 INR Fifty Seven Thousand
cases including use of chequered plate Two Hundred & Forty Only
wherever required, all complete.
7.50 Providing and fixing M.S. round holding 25.00 Kg. 76.50 1912.5000 INR One Thousand Nine
down bolts with nuts and wahser plates Hundred & Twelve and Paise
complete as per standard design. Fifty Only
7.60 Providing and fixing stainless steel (Grade 156.00 Kg. 532.70 83101.2000 INR Eighty Three Thousand
304) railing made of Hollow tubes, One Hundred & One and
channels, plates etc., including welding, Paise Twenty Only
grinding, buffing, polishing and making
curvature (wherever required) and fitting
the same with necessary stainless steel
nuts and bolts complete, including fixing the
railing with necessary accessories &
stainless steel dash fasteners , stainless
steel bolts etc., of required size, on the top
of the floor or the side of waist slab with
suitable arrangement as per approval of
Engineer-in-charge, (for payment purpose
only weight of stainless steel members
shall be considered excluding fixing
accessories such as nuts, bolts, fasteners
etc.).
8.00 SUB-HEAD : FLOORING AND SKIRTING
WORK
Standard Single Bids Document for PWD, Tripura Page- 84-
8.11 (i) 14 mm thick Marble stone 705.41 Sqm. 1662.40 1172669.4280 INR Eleven Lakh Seventy
- Raj Nagar plain marble Two Thousand Six Hundred &
Sixty Nine and Paise Forty
8.20 Providing and fixing 1st quality ceramic 593.64 Sqm. 792.00 470162.8800 Three OnlyLakh Seventy
INR Four
glazed wall tiles (minimum 200 x 300) Thousand One Hundred &
conforming to IS : 15622 - 2017 (thickness Sixty Two and Paise Eighty
to be specified by the manufacturer) of Eight Only
approved make in all colours, shades of
any size as approved by Engineer-in-
charge in skirting, risers of steps and
dados, laid over 12 mm thick bed of cement
mortar 1 : 3 (1 cement : 3 fine sand) jointed
with ordinary cement slurry including
pointing with white cement mixed with
pigment of matching shade complete.
8.30 Providing and fixing Kota stone in floors
over 20 mm thick bed of cement mortar 1 :
4 ( 1 cement : 4 fine sand ) jointed with
ordinary cement slurry including pointing
with ordinary cement mixed with pigment of
matching shade, including rubbing and
polishing complete.
8.31 (i) Kota stone slab 25mm thick 136.74 Sqm 1551.90 212206.8060 INR Two Lakh Twelve
Thousand Two Hundred & Six
8.40 Kota stone slabs 25 mm thick in risers of 7.50 Sqm 1642.90 and Paise
12321.7500 INR Eighty
Twelve One Only
Thousand Three
steps, skirting, dado and pillars laid on 12 Hundred & Twenty One and
mm (average) thick cement mortar 1 : 3 ( 1 Paise Seventy Five Only
cement : 3 fine sand ) and joined with
ordinary cement slurry mixed with pigment
to match the shade of slabs, including
rubbing and polishing complete.
8.61 (i) Double charged Stainfree vitrified tiles 40.00 Sqm 1178.50 47140.0000 INR Forty Seven Thousand
- Size of tile 60x60 cm One Hundred & Forty Only
Standard Single Bids Document for PWD, Tripura Page- 85-
8.71 (i) 40 mm thick 40.00 Sqm 526.40 21056.0000 INR Twenty One Thousand
&Fifty Six Only
8.80 Providing and fixing precast chequered 53.30 Sqm. 573.60 30570.0120 INR Thirty Thousand Five
cement concrete tiles 18 mm thick, laid in Hundred & Seventy and
footpath & courtyard, on 20 mm thick bed Paise One Only
of cement mortar 1 : 4 ( 1 cement : 4 fine
sand ) jointed with neat cement slurry
including rubbing and cleaning complete as
per direction of the Engineer-in-Charge.
9.21 (i) Coupler 65.00 Each 123.60 8034.0000 INR Eight Thousand &Thirty
- 110mm Four Only
9.22 (ii) Single equal tee without door 35.00 Each 224.40 7854.0000 INR Seven Thousand Eight
- 110 x 110 x 110 mm Hundred & Fifty Four Only
9.23 (iii) Single equal tee with door 35.00 Each 231.20 8092.0000 INR Eight Thousand &Ninety
- 110 x 110 x 110 mm Two Only
9.24 (iv) Bend 87.5 12.00 Each 140.90 1690.8000 INR One Thousand Six
- 110mm Hundred & Ninety and Paise
Eighty Only
9.25 (v) Plain shoe 35.00 Each 118.00 4130.0000 INR Four Thousand One
- 110 mm Hundred & Thirty Only
9.41 (i) 100mm 35.00 Each 97.20 3402.0000 INR Three Thousand Four
Hundred & Two Only
10.00 SUB-HEAD : FINISHING WORK
10.11 (i) In cement mortar 1 : 4 (1 cement : 4 fine 759.98 Sqm. 174.80 132844.5040 INR One Lakh Thirty Two
sand) Thousand Eight Hundred &
Forty Four and Paise Fifty
10.12 (ii) In cement mortar 1 : 6 (1 cement : 6 fine 850.53 Sqm. 159.60 135744.5880 INR One Lakh Thirty Five
sand) Thousand Seven Hundred &
Forty Four and Paise Fifty
10.20 15 mm cement plaster on the rough side of
single or half brick wall of mix.
10.21 (i) In cement mortar 1 : 6 (1 cement : 6 fine 976.56 Sqm. 185.30 180956.5680 INR One Lakh Eighty
sand) Thousand Nine Hundred &
Fifty Six and Paise Fifty
10.30 6 mm cement plaster of mix: Seven Only
10.31 (i) In cement mortar 1 : 3 ( 1 cement : 3 fine 4588.62 Sqm. 144.50 663055.5900 INR Six Lakh Sixty Three
sand ) Thousand &Fifty Five and
Paise Fifty Nine Only
10.40 Neat cement punning. 759.98 Sqm. 45.10 34275.0980 INR Thirty Four Thousand
Two Hundred & Seventy Five
10.50 Distempering with oil bound washable and Paise Ten Only
distemper of approved brand and
manufacture to give an even shade
[Payment shall be made after submission
of Test Certificate issued by the
Manufacturer] :
10.51 (i) New work ( two or more coats) over and 6415.71 Sqm. 95.70 613983.4470 INR Six Lakh Thirteen
including water thinnable priming coat with Thousand Nine Hundred &
cement primer. Eighty Three and Paise Forty
Five Only
10.60 Finishing walls with premium acrylic smooth
exterior paint with Silicon additives of
required shade of approved brand and
manufacture [Payment shall be made after
submission of Test Certificate issued by the
Manufacturer] :
10.61 (i) New work ( two or more coats applied @ 976.56 Sqm. 119.30 116503.6080 INR One Lakh Sixteen
1.43 litre/10 sqm over and including priming Thousand Five Hundred &
coat of exterior primer applied @ 2.20 Three and Paise Sixty One
kg/10 sqm) Only
10.71 (i) With ready mixed Pink or Grey primer of 174.96 Sqm. 37.90 6630.9840 INR Six Thousand Six
approved brand and manufacture on wood Hundred & Thirty and Paise
work ( hard & soft wood ). Ninety Eight Only
10.72 (ii) With ready mixed red oxide zinc 328.32 Sqm. 31.70 10407.7440 INR Ten Thousand Four
chromate primer of approved brand and Hundred & Seven and Paise
manufacture on steel galvanised iron/ steel Seventy Four Only
works
10.80 Painting with synthetic enamel paint of
approved brand and manufacture to give
an even shade [Payment shall be made
after submission of Test Certificate issued
by the Manufacturer]:
10.81 (i) Two or more coats on new work 503.28 Sqm. 82.80 41671.5840 INR Forty One Thousand Six
Hundred & Seventy One and
11.00 SUB-HEAD : ALUMINIUM WORK Paise Fifty Eight Only
Standard Single Bids Document for PWD, Tripura Page- 87-
11.12 (ii) For shutters of doors, windows & 1042.02 Kg. 471.60 491416.6320 INR Four Lakh Ninety One
ventilators including providing and fixing Thousand Four Hundred &
hinges / pivots and making provision for Sixteen and Paise Sixty Three
fixing fittings wherever required including Only
the cost of EPDM rubber / neoprene gasket
required ( Fittings shall be paid for
separately ):-
- Anodised aluminium (anodised
transparent or dyed to required shade
according to IS: 1868, Minimum anodic
coating of grade AC 15).
11.20 Providing and fixing glazing of approved
quality in aluminium doors, windows,
ventilator, shutters and partition etc. with
EPDM rubber / neoprene gasket etc.
complete as per architectural drawing and
the direction of Engineer-in-charge (Cost of
snap beading shall be paid in basic item) :-
11.21 (i) With float glass panes of 4.0 mm 148.86 Sqm. 1058.20 157523.6520 INR One Lakh Fifty Seven
thickness ( weight not less than 10.0 kg / Thousand Five Hundred &
sqm ) Twenty Three and Paise Sixty
11.22 (ii) With float glass panes of 5.5 mm 6.40 Sqm. 1285.20 8225.2800 Five
INR Only
Eight Thousand Two
thickness ( weight not less than 13.50 kg / Hundred & Twenty Five and
sqm ) Paise Twenty Eight Only
11.31 (i) 255 x 19 mm 150.00 Each 330.90 49635.0000 INR Forty Nine Thousand Six
Hundred & Thirty Five Only
11.40 Providing and fixing aluminium round shape
handle of outer dia 100 mm with SS screws
etc. of approved quality complete as per
direction of Engineer-in-charge:-
11.41 (i) Anodised aluminium of grade AC 15 ). 75.00 Each 79.90 5992.5000 INR Five Thousand Nine
Hundred & Ninety Two and
Paise Fifty Only
Standard Single Bids Document for PWD, Tripura Page- 88-
12.11 (i) Cement concrete 1:2:4 (1 cement : 2 fine 83.58 Cum 10554.10 882111.6780 INR Eight Lakh Eighty Two
sand : 4 graded stone aggregate 20 mm Thousand One Hundred &
nominal size) Eleven and Paise Sixty Eight
Only
13.00 SUB-HEAD : SANITARY WORKS
13.21 (i) W.C. pan with ISI marked white solid 5.00 Each 4398.30 21991.5000 INR Twenty One Thousand
plastic seat and lid Nine Hundred & Ninety One
and Paise Fifty Only
13.30 Providing and fixing white vitreous china 6.00 Each 1036.90 6221.4000 INR Six Thousand Two
flat back or wall corner type lipped front Hundred & Twenty One and
urinal basin of 430x260x350mm and Paise Forty Only
340x410x265mm sizes respectively.
13.40 Providing and fixing white vitreous china 6.00 Each 2366.20 14197.2000 INR Fourteen Thousand One
squatting plate urinal with integral rim Hundred & Ninety Seven and
longitudinal flush pipe. Paise Twenty Only
13.61 (i) Semi rigid pipe 15.00 Each 87.00 1305.0000 INR One Thousand Three
- 32 mm dia Hundred & Five Only
13.62 (ii) Flexible pipe 15.00 Each 93.90 1408.5000 INR One Thousand Four
- 32 mm dia Hundred & Eight and Paise
Fifty Only
13.70 Providing and fixing 600x450 mm bevelled 15.00 Each 834.10 12511.5000 INR Twelve Thousand Five
edge mirror of superior glass (of approved Hundred & Eleven and Paise
quality) complete with 6 mm thick hard Fifty Only
board ground fixed to wooden cleats with
C.P. brass screws and washers complete.
Standard Single Bids Document for PWD, Tripura Page- 89-
13.80 Providing and fixing 600x120x5mm glass 15.00 Each 485.00 7275.0000 INR Seven Thousand Two
shelf with edges round of supported on Hundred & Seventy Five Only
anodised aluminium angle frame with C.P.
brass brackets and guard rail complete
fixed with 40 mm long screws, rawl plugs
etc., complete.
13.90 Providing and fixing PTMT liquid soap 15.00 Each 222.40 3336.0000 INR Three Thousand Three
container 109mm wide, 125mm high and Hundred & Thirty Six Only
112mm distance from wall of standard
shape with bracket of the same materials
with snap fittings of approved quality and
colours weighing not less than 105 gms.
14.10 Providing and fixing PTMT towel ring 15.00 Each 261.80 3927.0000 INR Three Thousand Nine
trapezoidal shape 215mm long, 200mm Hundred & Twenty Seven
wide with a minimum distances of 37mm Only
from wall face with concealed fittings
arrangement of approved quality and
colours weighing not less than 80 gms.
14.31 (i) Single socketed pipe - 110 mm OD 197.98 Metre 321.20 63590.0036 INR Sixty Three Thousand
Five Hundred & Ninety Only
14.40 Providing and fixing on wall face
unplasticised - PVC moulded fittings/
accessories for unplasticised Rigid PVC
rain water, soil, waste & vent pipes pipes
conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS :
5382 leaving 10 mm gap for thermal
expansion:
14.41 (i) Coupler 150.00 Each 123.60 18540.0000 INR Eighteen Thousand Five
- 110mm Hundred & Forty Only
14.42 (ii) Single equal tee without door 25.00 Each 224.40 5610.0000 INR Five Thousand Six
- 110 x 110 x 110 mm Hundred & Ten Only
14.43 (iii) Single equal tee with door 25.00 Each 231.20 5780.0000 INR Five Thousand Seven
- 110 x 110 x 110 mm Hundred & Eighty Only
14.44 (iv) Bend 87.5 25.00 Each 140.90 3522.5000 INR Three Thousand Five
- 110mm Hundred & Twenty Two and
Paise Fifty Only
14.45 (v) Double equal junction of required 25.00 Each 204.40 5110.0000 INR Five Thousand One
degree without door Hundred & Ten Only
- 110 mm
Standard Single Bids Document for PWD, Tripura Page- 90-
14.46 (vi) Double equal junction of required 25.00 Each 246.60 6165.0000 INR Six Thousand One
degree with door Hundred & Sixty Five Only
- 110 mm
14.47 (vii) Terminal guard: 25.00 Each 330.00 8250.0000 INR Eight Thousand Two
- 110 mm Hundred & Fifty Only
15.13 (iii) 25 mm nominal outer dia pipes 100.00 Metre 467.10 46710.0000 INR Forty Six Thousand
Seven Hundred & Ten Only
15.14 (iv) 32 mm nominal outer dia pipes 50.00 Metre 570.00 28500.0000 INR Twenty Eight Thousand
Five Hundred Only
15.20 Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water supply
including all CPVC plain & brass threaded
fittings This includes jointing of pipes &
fittings with one step CPVC solvent
cement ,trenching ,refilling & testing of
joints complete as per direction of Engineer
in Charge.
- External wall
15.21 (i) 20 mm nominal outer dia pipes 180.00 Metre 197.60 35568.0000 INR Thirty Five Thousand
Five Hundred & Sixty Eight
Only
15.22 (ii) 25 mm nominal outer dia pipes 180.00 Metre 239.20 43056.0000 INR Forty Three Thousand
&Fifty Six Only
15.23 (iii) 40 mm nominal outer dia pipes 160.00 Metre 311.80 49888.0000 INR Forty Nine Thousand
Eight Hundred & Eighty Eight
Only
15.30 Providing and fixing brass bib cock of
approved quality :
15.31 (i) 15 mm nominal bore 25.00 Each 299.20 7480.0000 INR Seven Thousand Four
Hundred & Eighty Only
15.40 Providing and fixing brass stop cock of
approved quality :
Standard Single Bids Document for PWD, Tripura Page- 91-
15.41 (i) 15 mm dia nominal bore 25.00 Each 299.20 7480.0000 INR Seven Thousand Four
Hundred & Eighty Only
15.50 Providing and fixing gun metal gate valve
with C.I. wheel of approved quality
(screwed end):
15.51 (i) 25 mm nominal bore 30.00 Each 512.20 15366.0000 INR Fifteen Thousand Three
Hundred & Sixty Six Only
15.52 (ii) 40 mm nominal bore 30.00 Each 695.90 20877.0000 INR Twenty Thousand Eight
Hundred & Seventy Seven
Only
15.60 Providing and fixing gun metal non-return
valve of approved quality (screwed end):
15.61 (i) 25 mm nominal bore 30.00 Each 508.00 15240.0000 INR Fifteen Thousand Two
- Vertical Hundred & Forty Only
15.62 (ii) 40 mm nominal bore 30.00 Each 988.20 29646.0000 INR Twenty Nine Thousand
- Vertical Six Hundred & Forty Six Only
15.70 Providing and placing on terrace (at all floor 10000.00 Per Litre 10.00 100000.0000 INR One Lakh Only
levels) 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
tank.
15.91 (i) 100 mm diameter 5.00 Each 111.30 556.5000 INR Five Hundred & Fifty Six
and Paise Fifty Only
16.11 (i) 150 mm diameter 100.00 Metre 417.10 41710.0000 INR Forty One Thousand
Seven Hundred & Ten Only
16.20 Providing and laying cement concrete
1:5:10 (1 cement : 5 fine sand : 10 graded
stone aggregate 40 mm nominal size)
alround S.W. pipes including bed concrete
as per standard design:
Standard Single Bids Document for PWD, Tripura Page- 92-
16.21 (i) 150 mm diameter S.W, pipe 100.00 Metre 1575.50 157550.0000 INR One Lakh Fifty Seven
Thousand Five Hundred &
16.30 Making soak pit 2.5 m diameter 3.0 metre 2.00 Each 60699.80 Fifty One
121399.6000 INR OnlyLakh Twenty One
deep with 45 x 45 cm dry brick honey comb Thousand Three Hundred &
shaft with well burnt 2nd class bricks and Ninety Nine and Paise Sixty
S.W. drain pipe 100 mm diameter, 1.8 m Only
long complete as per standard design.
16.41 (i) Inside dimensions 500x700 mm and 45 20.00 Each 8492.80 169856.0000 INR One Lakh Sixty Nine
cm deep for pipe line with one or two inlets Thousand Eight Hundred &
: Fifty Six Only
16.50 Extra for depth beyond 450 mm of brick
masonry chamber for underground C.I.
inspection chamber with same specification
as mentioned in item no 20.330 complete
as per standard design :
16.51 (i) For 500x700 mm size 5.00 Metre 7319.40 36597.0000 INR Thirty Six Thousand Five
Hundred & Ninety Seven Only
Total in Figures 57580489.72 INR Five Crore Seventy Five
Lakh Eighty Thousand Four
Hundred & Eighty Nine and
Paise Seventy Two Only
Select