0% found this document useful (0 votes)
53 views92 pages

DNIeT Ayush

This document outlines details for the construction project of an Integrated Ayush Hospital in Paschim Jalefa, South Tripura. It includes 8 sections that provide information on dates, instructions to bidders, contract conditions, specifications, drawings, security forms, and the bill of quantities. The project is estimated to cost 5.75 crore rupees and have a completion time of 12 months. Bids for the work must be submitted online by June 11, 2021.

Uploaded by

arindam sarkar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
53 views92 pages

DNIeT Ayush

This document outlines details for the construction project of an Integrated Ayush Hospital in Paschim Jalefa, South Tripura. It includes 8 sections that provide information on dates, instructions to bidders, contract conditions, specifications, drawings, security forms, and the bill of quantities. The project is estimated to cost 5.75 crore rupees and have a completion time of 12 months. Bids for the work must be submitted online by June 11, 2021.

Uploaded by

arindam sarkar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 92

Standard Single Bid Document for PWD, Tripura Page - 1 -

Government of Tripura
Public Works Department

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.

SL No. SECTION PARTICULARS PAGE No.

1. Section - I List of Dates, Press Notice, NIT 3 – 10


2. Section - II Instruction to Bidders 11 - 21
3. Section - III Forms of Bids and Qualification information 22 - 28
4. Section - IV Condition of Contract 29 - 61
5. Section - V Technical Specification 62 - 64
6. Section - VI Drawings 65 - 66
7. Section - VII Forms of Security 67 - 69
8. Section - VIII Bill of Quantity 70 - 92

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”.

Assistant Engineer Executive Engineer Superintending Engineer


Project Unit, PWD(Buildings) Project Unit, PWD(Buildings) Project Unit, PWD(Buildings)
Agartala, West Tripura. Agartala, West Tripura. Agartala, West Tripura.

Addl. Chief Engineer


Project Unit, PWD(Buildings)
Agartala, West Tripura.

DRAFT NIT No : CE(Buildings)/PWD/DNIT/ACE/Project Unit/03/2021-22

Draft Notice Inviting e-Tender for an amount of `5,75,80,490.00


(Rupees five crore seventy five lakh eighty thousand four hundred ninety)
only is hereby APPROVED.

Chief Engineer
PWD(Buildings), Tripura.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 2 -

VOLUME – I

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 3 -

SECTION- I

LIST OF IMPORTANT DATES

PRESS NOTICE

NOTICE INVITING TENDERS

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 4 -

SECTION- 1

LIST OF IMPORTANT DATES IN CONNECTION WITH THE BID FOR THE WORK.

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.

1. Completion period for the work: 12 (twelve) months.

2. Date of Publishing of Bid Date 13 Month 5 Year 2021

3. Period of downloading of Bidding From:


Documents at Date 13 Month 5 Year 2021
https://tripuratenders.gov.in
To:
Date 11 Month 6 Year 2021

4. Deadline for online Bidding: Date 11 Month 6 Year 2021


Time 15.00 Hours.
5. Time and Date of Opening Bid/Bids: Date 14 Month 6 Year 2021
Time 15.00 Hours.
6. Place of Opening Bids: Office of the Executive Engineer,
Sabroom Division, PWD(R&B), Sabroom, South
Tripura.
7. Last date of Bid Validity: Date 10 Month 12 Year 2021
8. Officer inviting Bids: Office of the Executive Engineer,
Sabroom Division, PWD(R&B), Sabroom, South
Tripura

Notes:- All the above mentioned time are as per clock time of e-procurement website
https://tripuratenders.gov.in

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 5 -

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

Construction of Single storied

Up to15.00 Hrs on 11/06/2021

https://tripuratenders.gov.in
Integrated Ayush Hospital at

At 15.00 Hrs on14/06/2021


12 (twelve) months
Paschim Jalefa under
`5,75,80,490.00

Appropriate Class
`5,75,805.00

Sabroom Sub-division, South


Tripura /S.H. Building portion
1
including internal water
supply, Sanitary installation,
Sewage and Drainage works.

DNIT No. CE(Buildings)/PWD/DNIT


/ACE/Project Unit/03/2021-22.
Eligible bidders shall participate in bidding only in online through website
https://tripuratenders.gov.in. 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. Submission of bids physically is not permitted.
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.
Bid(s) shall be opened through online by respective Bid openers on behalf of the Executive
Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura and the same shall be accessible by
intending Bidder through website https://tripuratenders.gov.in. However, intending bidders and other
Bidders may like to be present at the Bid opening. For any enquiry, please contact by e-mail to
[email protected] .

Note:
*NO NEGOTIATION WILL BE CONDUCTED WITH THE LOWEST BIDDER*

Executive Engineer
Sabroom Division, PWD(R&B),
Sabroom, South Tripura

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 6 -

FORMAT – B
(For publication in the National Dailies)

The Executive Engineer, Sabroom Division, PWD(R&B), Sabroom South Tripura


invites e-
tender against press NIT No ……………………*…………………. Dated…………….
*…………….

For 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.

With Estimated Cost: `5,75,80,490.00, Earnest Money: `5,75,805.00


Time of Completion – 12 (twelve) months. Last Date of bidding for bids -
……………………*upto 15.00Hrs.

For more details kindly visit: https://tripuratenders.gov.in

Note:
*NO NEGOTIATION WILL BE CONDUCTED WITH THE LOWEST BIDDER*

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 7 -
Memo No……………*…………………. dated…………*……………

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 8 -

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

Up to15.00 Hrs on 11/06/2021

https://tripuratenders.gov.in
Construction of Single

At 15.00 Hrs on14/06/2021


12 (twelve) months
storied Integrated Ayush
`5,75,80,490.00

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 9 -
5. No Engineer of Gazetted rank or other official employed in the Engineering or Administrative
duties in an Engineering Department of the State Government is allowed to work as a bidder for a
period of two years after his retirement from government services, without Government permission.
This contract is liable to be cancelled if either the bidder or any of his employees is found any time to
be such a person who has not obtained the permission of the Government as stated above before
submission of the bid or engagement in the bidder‟s service.
6. If the percentage quoted in the pre-defined BOQ by a bidder is found to be either
abnormally high or due to unethical practices adopted at the time of bidding process, such bids shall
be rejected.
7. Each Bidder shall submit only one bid for the work. A bidder who submits more than one bid
will cause disqualification of all the bids submitted by the bidder.
8. The bidder, at the bidders 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.
9. A) The bid for the work shall remain valid for acceptance for a period 180 (one hundred
eighty) days from the last date of submission of the bid.
B) If any bidder withdraws his bid within the validity period then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit the earnest money
@50%.
C) In case the bidder fails to commence the work specified in the biding documents on
15th day or such time period as mentioned in letter of award after the date on which the
Engineer-In-Charge issues written orders to commence the work, or from the date of handing
over of the site, whichever is later, the Government shall, without prejudice to any other right
or remedy, be at liberty to forfeit whole of the earnest money absolutely.
10. Rate Quotation:
(i) Bidder shall quote rate in percentage below / above /at par in figures only in the Bill of
Quantity (BOQ) which is in MS-Excel (macro enabled) and should be downloaded from
the e-procurement application https://tripuratenders.gov.in and the same BOQ should
be filled up properly and uploaded as a part of bid with digital signing.
(ii) Name of bidder must be written in the appropriate field of Bill of Quantity (BOQ) by
bidder.
11. 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.
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
bidder i.e. L1, the bidder is to deposit a “Bank Guarantee” of equivalent amount of the Earnest
Money from any Nationalized Bank having branch at Agartala in the format as prescribed by the
Tender Inviting Authority (TIA) and to be deposited within 15(fifteen) days from the date of letter
communicating to deposit the amount in favour of the concerned Executive Engineer by the bidder.
On receipt of “Bank Guarantee” from the L1 Bidder, the concerned Executive Engineer shall
scrutinized its authenticity, validity and amount as per bid document.
12. The security deposit will be collected by deductions from the running bills of the Bidders at
the rate mentioned below and the earnest money will be treated as part of security deposit.
Performance security only for bids with quoted rate less than the 15% of the estimated cost of work
put to bid) may be accepted as Bank Guarantee of Scheduled Banks : -
A sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the
Bidder till the sum along with the earnest money equal to amount of 10% of the bided value of the
work subject to following limit.
a. Bided value upto Rs.100.00 lakh Security Deposit @ 10% subject to maximum of Rs.5.0
lakh.
b. Bided value above Rs.100.00 lakh upto Rs.200.00 lakh Security Deposit @10% subject to
maximum of Rs.15.0 lakh.
c. Bided value above Rs.200.00 lakh Security Deposit @10% subject to maximum of Rs.25.0
lakh.
In addition, the Bidder shall be required to deposit an amount equal to maximum 5% of the
bided value of the contract as Performance Security (only for bids with quoted rate less than the (-)

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 10 -
15% of the estimated cost of work put to bid) within the period prescribed for commencement of
work in the letter of award issued to him as per condition given in the NIT for single bid system.
For Bids up to 15% less than the estimated contract value of work, no additional security
deposit is required. But for bid less than 15% of the Estimated Contract Value of work, the difference
between the bided amount and 85% of the estimated contract value, shall be paid by the successful
bidder at the time of concluding agreement as an additional security to fulfill the contract through a
Bank Guarantee or Demand Draft on a Nationalized Bank / Scheduled bank in the prescribed format
valid till completion of the work in all respects.
13. 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.
14. The percentage rate quoted by the Bidder shall be deemed to be inclusive of the sales and
other levies, duties, royalties, cess, toll taxes of Central and State Governments, local bodies and
authorities that the Bidder will have to pay for the performance of this contract. The employer will
perform such duties about the deduction of such taxes at source as per applicable law.
15. Other details can be seen in the bid documents and for any enquiry, please contact by
e-mail to [email protected] .

(SIGNATURE)

Executive Engineer
Sabroom Division, PWD(R&B)
Sabroom, South Tripura

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 11 -

SECTION - II

INSTRUCTIONS TO BIDDERS

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 12 -

TABLE OF CONTENTS
INSTRUCTIONS TO BIDDERS

CLAUSE ITEM

A. GENERAL

1 General

2 Firms Eligible to Bid

3 Pre-Qualification data of the Bidders

4 Number of Bid per Bidder

5 Cost of Biding

6 Site Visit

B. BID DOCUMENT

7 Contents of Bid document

8 Clarification on Bid Documents

9 Amendment to Bid Documents

C. PREPARATION OF BIDS.

10 Language of the Bid

11 Documents comprising of the Bid

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

E. Bid OPENING AND EVALUATION


19 Bid opening
20 Bid Evaluation and Comparison of Bids.
21 Discrepancy in Bid percentage quoted
22 Process to be Confidential

F. AWARD OF CONTRACT
23 Award Criteria

24 Notification of Award and Signing of Agreement

25 Corrupt or Fraudulent Practices

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 13 -

INSTRUCTIONS TO BIDDERS
A. GENERAL

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.

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:

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 14 -
i) A retired officer of the Govt. of Tripura or Govt. of India executing works is disqualified
from bidding for a period of two years from the date of retirement without the prior
permission of the Government.
ii) The Bidder who has employed any retired officer as mentioned above shall be
considered as an ineligible bidder.
iii) The Bidder himself or any of his employees is found to be Gazetted Officer who
retired from Government Service and had not obtained permission from the
Government for accepting the Bidder‟s employment within a period of 2 years from
the date of his retirement.
iv) The Bidder or any of his employees is found at any time after award of contract, to
be such a person who had not obtained the permission of the Government as
aforesaid before submission of the bid or engagement in the Bidder‟s service.
v) Bidder shall not be eligible to bid for works in the Division/Circle where any of his near
relatives are employed in the rank of Assistant Engineer and above on the
Engineering side and Divisional Accounts Officer and above on the Administrative
side. The Bidder shall intimate the names of persons who are working with him in any
capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-
Gazetted, State Government Employees related to him. Failure to furnish such
information bidder is liable to be removed from the list of approved Bidders and his
contract is liable for cancellation.
Note: Near relatives include
a) Sons, step sons, daughters, and step daughters.
b) Son-in-law, and daughter-in-law.
c) Brother-in-law, and sister-in-law.
d) Brothers and sisters.
e) Father and mother.
f) Wife and Husband.
g) Father-in-law and Mother- in- law.
h) Nephews, nieces, uncle and aunties.
i) Cousins and
j) Any person residing with or department on the Bidder.

3. Pre-Qualification data of the Bidders


3.1 The bidder should satisfy the pre-qualification criteria as fixed here under and in case any
bidder is not found satisfying any of such criteria as fixed, his/her bid will be summarily
rejected. The bidder shall furnish the following particulars in the PDF of 100 dpi resolution.
a) Copies of documents relating to the (i) Registration of the firm/Registration as Civil
Bidder/Partnership deed/Articles of Association, (ii) Professional Tax clearance certificate,
(iii) GST registration certificate, (iv) Valid license regarding engagement of workers in the
contract works from Labour Department, Government of Tripura, etc.

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.

b) Availability of Key & critical construction / quality control equipment (Statement-I);


c) Availability of key personnel for administration / site management and execution viz.,
technical personnel required for the work (Statement -II);
d) Information regarding any litigation, with Government during the last 5(five) years, in
which the Bidder is involved in (Statement-III);
e) The particulars of quality control testing Lab owned, OR tie up with established quality
control testing laboratories (Statement-IV).
3.2 Bids from Joint Ventures are not acceptable unless specifically stated otherwise.

3.3 QUALIFICATION CRITERIA.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 15 -
A) Each bidder should further demonstrate.

a) Availability (either owned or leased or to be procured against mobilization advance


of the following key and critical equipment for this work.).

Sl. Minimum No.


Equipment Type and Characteristics
No. required.

1. Three wheel Static Roller – 8T-10T


2. Concrete Mixer – 0.28/0.4 Cum
3. Needle Vibrator
4. Paver Finisher
5. Tipper 5.5 cum/ 10T
6. Hydraulic Excavator 0.90 cum
7. Vibratory Roller – 8T-10T
8. Bitumen Boiler Oil Fired 1000 Liter
9. Bitumen Emulsion Pressure Distributor
10. Dozer D 50
11. Air Compressor 210 Cft
12. Water Tank 6 KL Capacity (Truck mounted)
13. Plate Compactor
14. Hydraulic Broom with Tractor
15. Generator- 125 KVA
16. Emulsion Sprayer with Tractor
17. Mini Spot Bitumen Mix
18. ----------
19. ----------
20. ----------
21. ----------

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.

b) Availability of the Key personnel


i. Graduate Engineer (for work costing above Rs.3.00 crores) ...1(one) No.
ii. Diploma Holders (for work costing Rs.1.00 crore to Rs.3.00 crores) ...1(one) No.

c) Solvency certificate to be produced by the bidder / agency for an amount equal to


@ 25% of the estimated cost put to bid.

3.4 Even though the bidders meet the above qualifying criteria, they are liable to be disqualified
/ debarred / suspended / blacklisted if they have.

 Furnished false / fabricated particulars in the forms, statements and / annexures


submitted in proof of the qualification requirements and/or
 Not turned up for entering into agreement, when called upon.
 Record of poor progress such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc. and/or
 Participated in the previous biding for the same work and had quoted unreasonably high
bid percentage and
 Even while execution of the work, if found that the work was awarded to the Bidder
based on false / fake certificates of experience, the Bidder will be blacklisted and
necessary action will be taken as per rules.
3.5 For bids up to 15% less than the estimated contract value of work, no additional security
deposit is required. But for bids less than 15% of the Estimated Contract Value (ECV) of work,

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 16 -
the difference between the bided amount and 85% of the Estimated Contract Value, shall be
paid by the successful bidder at the time of concluding agreement as an additional security
to fulfill the contract through a Bank Guarantee or Demand Draft on a Nationalized Bank /
Scheduled bank in the prescribed format valid till completion of the work in all respects.
a) If the percentage quoted by a bidder is found to be either abnormally high or it is found
that unethical practices is adopted at the time of bidding process, such bids shall be
rejected.
b) A bidder submitting a bid which the bid accepting authority considers excessive and or
indicative of insufficient knowledge of current prices or definite attempt of profiteering will
render himself liable to be debarred permanently from biding or for such period as the bid
accepting authority may decide. The bidder overall percentage should be based on the
controlled prices for the materials, if any, fixed by the Government or the reasonable prices
permissible for the bidder to charge a private purchaser under the provisions of clause-6 of
the hoarding and profiteering prevention ordinance of 1943 as amended from time to time
and on similar principle in regard to labour supervision on the construction.
4. Number of Bid per Bidder:
4.1 Each Bidder shall submit only one Bid for the work. A bidder who submits more than one bid
will cause disqualification of all the bids submitted by the bidder.

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 17 -

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 18 -
bidder i.e. L1, the bidder is to submit a “Bank Guarantee” in favour of the concerned
Executive Engineer, of equivalent amount of the Earnest Money from any Nationalized Bank
having branch at Agartala in the format as prescribed by the Tender Inviting Authority (TIA)
and to be deposited within 15(fifteen) days from the date of letter communicating to the
bidder.
On receipt of “Bank Guarantee” from the L1 Bidder, the concerned Executive Engineer shall
scrutinized its authenticity, validity and amount as per bid document.
14.5 Once the process of AOC is completed, Refund of Earnest Money for all cases including L1
will take place in the system to credit the same amount to the respective bank account of all
the bidders participated in the bid.
14.6 In case of failure to submit the “Bank Guarantee” by the L1 within the prescribed time, the
earnest money so deposited in the portal during the bid, will be automatically treated as
forfeited to the Government account.
14.7 Earnest Money so deposited by the bidders will not carry any interest and it will be dealt with
as provided in the condition stipulated in the bid.
14.8 The Earnest Money shall also be forfeited.
(a) In 50%, if the Bidder withdraws the Bid during the validity period of Bid. In such case, the
bidder is to deposit that amount i.e. 50% of the Earnest Money separately either in the
form of De-Call or Demand Draft to the government to facilitate the Tender Inviting
Authority (TIA) to release the entire amount of Earnest Money through on-line. Failure to
deposit the said 50% of the Earnest Money within prescribed time as per letter of TIA, will
attract forfeiture of entire (100%) Earnest Money.
(a) In full (100%), in case the Bidder fails to commence the work specified in the bid
documents on 15th (fifteenth) day or such time period as mentioned in letter of award
after the date on which the Engineer-in-Charge issues written orders to commence the
work or from the date of handing over the site, whichever is later. In this case, mode of
earnest money will be in the form of “Bank Guarantee”.
15. Alteration
15.1 No alteration which is made by the bidder in the contract form, the conditions of the
contract, the drawings, specifications or statements / formats or quantities accompanying
the same will be recognized; and, if any such alterations are made the bid will be void.
D. SUBMISSION OF BIDS
16 Submission of Bids:
16.1 The Bidders, who are desirous of participating in bid, shall submit their Pre-Qualification and
other details etc., in the Standard formats prescribed in the bid documents through the
application https://tripuratenders.gov.in
16.2 List of documents to be scanned and uploaded:
A. Documents to be kept in “My Document” folder of Bidder: The following documents, as
per standard format detailed in bid document, or as per standard dictated by Regulatory/
Statutory bodies, shall be scanned and uploaded along with the bid document as per
requirements.
For ease of biding, the bidders shall scan the following documents at 100 dpi resolution
and upload them as per the folder structure provided in his/her “My Document”, which is
provided free of cost to all bidders, post his/her registration in the application
https://tripuratenders.gov.in. This operation is expected to be completed, before
commencement of actual biding by the bidder.

Sl. Folder Name Documents to be uploaded


1. BIS/ Mfg Copies of documents relating to the
lic/ i) Registration of the firm/Registration as Civil Bidder/Partnership
Dealership deed/ Articles of Association,
ii) Valid license regarding engagement of workers in the contract
works from Labour Department, Government of Tripura, etc.
2. DNIT iii) Downloaded DNIT as a proof of acceptance of all terms and
Document conditions in the DNIT.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 19 -

3. Financial iv) Bank Solvency (Annexure-IV, Forms of security, section-VII)


Details
4. Machinery v) Availability of Key & critical construction / quality control
Details equipment (Statement-I);
vi) The particulars of quality control testing Lab owned, OR tie up with
established quality control testing laboratories (Statement-IV).
5. Misc. vii) Information regarding any litigation, with Government during the
document last 5(five) years, in which the Bidder is involved in (Statement-III);
6. Technical viii) Availability of key personnel for administration / site management
details and execution viz., technical personnel required for the work
(Statement -II);
7. Tax related Copies of documents relating to the
document ix) Professional Tax Clearance certificate,
x) GST registration certificate,

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.

E. BID OPENING AND EVALUATION


19 Bid Opening
19.1 The bids will be opened online by the Bid openers on behalf of the Executive Engineer,
Sabroom Division, PWD(R&B), Sabroom, South Tripura at the time, date and venue as specified
in the bid documents. Bids shall be scrutinized in accordance with the conditions stipulated in
the Bid document. In case of any discrepancy of non-adherence Conditions, the Bid
accepting authority shall communicate the same which will be binding both on the bid
Opening authority and the Bidder. In case of any ambiguity, the decision taken by the Bid
Accepting Authority on bids shall be final.
20 Bid Evaluation and Comparison of Bids.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 20 -
20.1 All the statement, documents, certificates, bank guarantee, BOQ (bill of quantity) etc., shall be
submitted/uploaded by the bidder will be verified, for evaluation of bids. The clarifications,
particulars, if any, required from the bidders, will be obtained by addressing the bidders. Bids
will be evaluated against the specified parameters / criteria same as in the case of
conventional bids and the qualified bidders will be identified. The result of bids evaluation can
be seen in the e-procurement application https://tripuratenders.gov.in by all the bidders who
participated in the Bid.
20.2 The „BOQ Comparative Chart‟ generated & displayed by system through the e-procurement
portal, after the opening of Bid, will show the amount calculated based on percentage rate
quoted by the bidders. The bidder shown as lowest (L1) in the bid rank of the „BOQ Summary
Details‟, may not be the lowest always. The prescribed authority (i.e. Technical/Financial Bid
Evaluation Committee) in the Department will prepare a „Comparative Statement‟ considering
all parameters as per conditions given in the bid document. This „Comparative Statement‟,
declaring lowest bidder (L1), will be displayed in the e-procurement portal subsequently.
20.3 NO NEGOTIATION WILL BE CONDUCTED WITH THE LOWEST BIDDER.
20.4 Details of „Technical/Financial Bid Evaluation Committee‟ shall be uploaded in the
e-procurement portal https://tripuratenders.gov.in and all the bidders can access the same.

21 Discrepancy in Bid percentage quoted.


21.1 Bids shall be scrutinized in accordance with the conditions stipulated in the Bid document.
Bidder shall quote rate in percentage in figures only. BOQ (in MS-Excel format) shall be open
with Macro Enabled for automatic conversion from figures to words. In case of any ambiguity,
the decision taken by the Bid Accepting Authority on Bidders shall be final
22 Process to be Confidential.
22.1 Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to the Bidders or any
other persons not officially concerned with such process until the award to the successful
Bidder has been announced by the bid accepting authority. Any effort by a Bidder to
influence the processing of Bids or award decisions may result in the rejection of his Bid.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 21 -
way of “Demand Draft” or “Deposit at Call” obtained from a Nationalized / Scheduled Bank
with required validity period and sign an agreement in the form prescribed by the department
for the due fulfillment of the contract. Failure to attend the Executive/ Superintending Engineer‟s
office on the date fixed, in the written intimation, to enter into the required agreement shall
entail forfeiture of the Earnest Money deposited. The written agreement to be entered into
between the Bidder and the Government shall be the foundation of the rights and obligations of
both the parties and the contract shall not be deemed to be complete until the agreement has
first been signed by the Bidder and then by the proper officer authorized to enter into contract
on behalf of the Government.
24.3 The successful bidder has to sign an agreement within a period of 15 days from the date of
receipt of communication of acceptance of his bid. On failure to do so his bid will be cancelled
duly forfeiting the Earnest Money, paid by him without issuing any further notice and action will
be initiated for black listing the bidder.
25 Corrupt or Fraudulent Practices
25.1 The Government require that the bidders / suppliers / Bidders under Government financed
contracts, observe the highest standard of ethics during the procurement and execution of
such contracts. In pursuance of this policy, the Government
(a) Define for the purposes of the provision, the terms set forth below as follows:
(i) “Corrupt practices” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a Government official in procurement process or in
contract execution: and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Government and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish in Bid prices at artificial non-competitive levels and
to deprive the Government of the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
(c) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at any
time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing a Government Contract.
(d) Furthermore, Bidders shall be aware of the provisions stated in the General Conditions of
Contract.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 22 -

SECTION - III

FORMS OF BID

QUALIFICATION INFORMATION

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 23 -

QUALIFICATION INFORMATION

Annexure – I
CHECKLIST TO ACOMPANY THE BID

SL. Description Submitted


No.
1 2 3
1 Copies of documents relating to the Registration of the firm, Yes / No
Registration as Civil Bidder, Partnership deed, Articles of Association
2 Copy of Professional Tax clearance certificate Yes / No
3 Copy of GST registration certificate Yes / No

4 Copy of valid license regarding engagement of workers in the Yes / No


contract works from Labour Department, Government of Tripura
5 Downloaded DNIT as a proof of acceptance of all terms conditions in Yes / No
the DNIT.
6 Availability of critical equipment in Statement –I Yes / No

7 Availability of Key personnel in Statement-II Yes / No

8 Litigation history in Statement –III Yes / No

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

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 24 -

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.

I / we hereby declare that, I / We have not been blacklisted / debarred /


Suspended / demoted in any department in Tripura or in any State of India due to any
reasons.

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 25 -
STATEMENT – I
Availability of Critical Equipment
The bidder should furnish the information required below, regarding the availability
of the equipment, required for construction / quality control.

Sl. Number Number


Details of Equipment
No. required Owned Leased To be procured
1 2 3 4 5 6

Signature of the Bidder


A declaration regarding the equipment owned shall be produced by the Bidder on a non-
judicial stamp paper of Rs.50/- as below;

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.

Sl. Details of each Year of Reg. Any other Is it in working


Capacity
No. Equipment purchase Number data. condition
1 2 3 4 5 6 7

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 26 -
STATEMENT – II
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed for execution of the
Contract.

Sl. Total Working with the


Name Designation Qualification
No Experience Bidder since.
1 2 3 4 5 6

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 27 -
STATEMENT – III

Information on litigation history in which Bidder is the Petitioner.

Sl. Case No. / Court where Subject Matter / Respondents i.e.,


Present Stage.
No Year filed. Prayer in the case. SE / CE
1 2 3 4 5 6

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 28 -
STATEMENT – IV

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

Signature of the Bidder

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 29 -

SECTION- IV

CONDITIONS OF CONTRACT

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 30 -

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 31 -

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.

BIDDERS / BIDDER‟S CERTIFICATE.

(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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 32 -

(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.

UNDERTAKING OF THE BIDDER.

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.

Address of the Bidder :

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.

SIGNATURE OF THE BIDDER

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 33 -
CONDITIONS OF CONTRACT
TABLE OF CONTENT
CLAUSE ITEM CLAUSE ITEM
A. GENERAL 49 Securities
1 Interpretation 50 Cost of Repairs
2 Engineer-in-Charge’s Decisions E. FINISHING THE CONTRACT
3 Delegation 51 Completion
4 Communications 52 Taking Over
5 Other Bidders 53 Final Account
6 Personnel 54 Termination
7 Bidder’s Risks 55 Payment upon Termination
8 Insurance 56 Property
9 Site Inspections 57 Release from Performance
10 Bidder to Construct the Works F. SPECIAL CONDITIONS
11 Diversion of streams / Drains 58 Water Supply
12 Power Supply 59 Electrical Power
13 Temporary Diversions 60 Land
14 Ramps 61 Roads
15 Monsoon Damages 62 Payment for Camp Construction
16 Completion of work by the Completion Date 63 Explosive And Fuel Storage Tanks
17 Safety 64 Labour
18 Discoveries 65 Safety Measures
19 Possession of the Site 66 Fair Wage Clause
20 Access to the Site 67 Indemnity Bond
21 Instructions 68 Compliance With Labour Regulations
22 Settlement of disputes 69 Salient features of some major labour laws
B. TIME FOR COMPLETION 70 Liabilities of the Bidder
23 Program 71 Bidder’s Staff, Representatives and Labour
24 Construction Programme 72 Accommodation and food
25 Speed of Work 73 Relationship
26 Suspension of works by the Bidder 74 Protection of adjoining premises
27 Extension of the Intended completion date 75 Work during night or on Sundays and holidays
28 Delays Ordered by the Engineer-in- 76 Layout of materials stacks
29 Early Warning 77 Use of blasting materials
C. QUALITY CONTROL 78 Plant and Equipment
30 Identifying Defects 79 Inconvenience to public
31 Tests 80 Conflict of interest
32 Correction of Defects 81 Contract documents and materials to be treated as
33 Uncorrected Defects 82 General obligations of Bidder
confidential
34 Quality Control 83 Security measures
D. COST CONTROL 84 Firefighting measures
35 Bill of Quantities 85 Sanitation
36 Changes in the Quantities 86 Ecological balance
37 Extra Items 87 Preservation of existing vegetation
38 Payment Certificates 88 Possession prior to completion
39 Payments 89 Difference of Payment upon termination & interest
40 Interest on Money 90 Access to the Bidder’s books
41 Certificate of Completion of works 91 Drawing to be kept at site
42 Taxes included in the bid 92 Site Order Book
43 Payment Schedule 93 Variations by way of modification, omissions or additions
44 Price Adjustment 94 Care and diversion of river/stream
45 Retention 95 Income tax
46 Liquidated Damages 96 Sales tax
47 Incentives 97 Supply of construction materials
48 Mobilization Advance 98 Stores Supplied by Government

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 34 -

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 35 -
8. Insurance:
8.1 The Bidder shall provide, in the joint names of the Department and the Bidder, insurance
cover from the Start Date to the end of the Defects Liability Period i.e., 12(twelve) months
after completion for the following events which are due to the Bidder‟s risks.
a) Loss of or damage to the Works, Plant and Materials;
b) Loss of or damage to the Equipment;
c) Loss of or damage of property in connection with the Contract; and
d) Personal injury or death of persons employed for construction.

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 36 -
12. Power Supply.
12.1 The Bidder shall make his own arrangements for obtaining power from the Electricity
department at his own cost. The Bidder will pay the bills of Electricity Department for the cost
of power consumed by him.
12.2 The Bidder shall satisfy all the conditions and rules required as per Indian Electricity Act 1910
and under Rule-45(I) of the Indian Electricity Rules, 1956 as amended from time to time and
other pertinent rules.
12.3 The power shall be used for bonafide Departmental work only.
13. Temporary Diversions (Works on roads)
13.1 The Bidder shall at all times carryout work on the roads in a manner creating least
interference to the flow of traffic while consistent with the satisfactory execution of the same.
For all works involving improvements to the existing roads, the Bidder shall in accordance with
the directions of the Engineer-In-charge provide and maintain during the execution of the
work a passage for traffic, either along a part of the existing carriage way under
improvement or along a temporary diversion constructed close to the roads.
13.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on part width of
the carriage-way for any reason, a temporary diversion close to the road shall be
constructed as directed. It shall be paved with the materials such as hard moorum, gravel
and stone, metal to the specified thickness as directed by the Engineer-In-Charge. In all
cases, the alignment, gradients and surface type of the diversion including its junctions, shall
be approved by the Engineer-In-charge before the highway is closed to traffic.
13.3 The Bidder shall take all necessary measures for the safety of traffic during construction and
provide erect and maintain such barricades, including signs, markings, flags lights and
information and protection of traffic approaching or passing through the section of the
highway under improvement. Before taking up any construction, an agreed phased
programme for the diversion of traffic on the highway shall be drawn up in consultation with
the Engineer-In-charge.
13.4 The barricades erected on either side of the carriage way portion of the carriage way closed
to traffic, shall be of strong design to resist violation and painted with alternative black and
white stripe. Warnings lights shall be mounted on the barricades at night and kept lit
throughout from sunset to sunrise.
14. Ramps:
Ramps required during execution may be formed wherever necessary and same are to be
removed after completion of the work. No separate payment will be made for this purpose.
15. Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made good by the
Bidder till the work is handed over to the Department. The responsibility of de-silting and
making good the damages due to rain or flood rests with the Bidder. No extra payment is
payable for such operations and the Bidder shall therefore, have to take all necessary
precautions to protect the work done during the construction period.
16. The works to be Completed by the Intended Completion Date:
16.1 The Bidder may commence execution of the Works on the Start Date and shall carry out the
Works in accordance with the programme submitted by the Bidder, as updated with the
approval of the Engineer-In-Charge, and complete the work by the Intended Completion
Date.
17. Safety:
17.1 The Bidder shall be responsible for the safety of all activities on the Site.
18. Discoveries:
18.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site is the property of the Government. The Bidder is to notify the Engineer-In-charge of such
discoveries and carry out the Engineer-In-Charge‟s instructions for dealing with them.
19. Possession of the Site.
19.1 The Department shall give possession of the site to the Bidder. If possession of a part site is
given, the Department will ensure that the part site so handed over is amenable to carry out
the work at site by the Bidder.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 37 -
20. Access to the Site:
20.1 The Bidder shall provide the Engineer-In-Charge and any person authorized by the Engineer-
In-Charge, access to the site and to any place where work in connection with the Contract is
being carried out or is intended to be carried out.
21. Instructions:
21.1 The Bidder shall carry out all instructions of the Engineer-In-charge and comply with all the
applicable local laws where the Site is located.
22. Settlement of disputes:
22.1 If any dispute or difference of any kind whatsoever arises between the department and the
Bidder in connection with, or arising out of the Contract at stage, whether during the progress
of the works or after their completion and whether before or after the termination,
abandonment or breach of the Contract, it shall in the first place, be referred to and settled
by the Engineer-in-charge who shall, within a period of twenty days after being requested by
the Bidder to do so, give written notice of his decision to the Bidder. Upon receipt of the
written notice of the decision of the Engineer-In-Charge the Bidder shall promptly proceed
without delay to comply with such notice of decision.

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.

B. TIME FOR COMPLETION


23. Program:
23.1 The total period of completion is 12 (twelve) months from the date of entering with
agreement to proceed including rainy season. Keeping in view, the schedule for handing
over of site, the work should be programmed such as to achieve the mile-stones as in “Rate
of progress statement” enclosed.

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 38 -
23.3 After signing the agreement, the Bidder shall forthwith begin the work, shall regularly and
continuously proceed with them.
23.4 Rate of progress :
i) Work programme of achieving the milestones (Statement).
ii) Site Schedule of program of handing over Site to the Bidder. (Statement).

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 39 -
Bidder shall submit sufficiently in advance the revised program incorporating necessary
modifications and get the same approved by the Engineer-In-Charge. No revised program
shall be operative without approval of Engineer-In-Charge.
24.2 The Superintending Engineer shall have all times the right, without any way violating this
contract, or forming grounds for any claim, to alter the order of progress of the works or any
part thereof and the Bidder shall after receiving such directions proceed in the order
directed. The Bidder shall also report the progress to the Superintending Engineer within 7
days of the Executive Engineer‟s direction to alter the order of progress of works.
24.3 The Bidder shall give written notice to the Engineer-In-Charge whenever planning or progress
of the works is likely to be delayed or disrupted unless any further drawings or order including
a direction, instruction or approval is issued by the Engineer-In-Charge within a reasonable
time. The notice shall include details of the drawing or order required and of why and by
when it is required and of any delay or disruption likely to be suffered if it is late.
25. Speed of Work:
25.1 The Bidder shall at all times maintain the progress of work to conform to the latest operative
progress schedule approved by the Engineer-In-Charge. The Bidder should furnish progress
report indicating the programme and progress once in a month. The Engineer-In-Charge
may at any time in writing direct the Bidder to slow down any part or whole of the work for
any reason (which shall not be questioned) whatsoever, and the Bidder shall comply with
such orders of the Engineer-In-Charge. The compliance of such orders shall not entitle the
Bidder to any claim of compensation. Such orders of the Engineer-In-Charge for slowing
down the work will however be duly taken into account while granting extension of time if
asked by the Bidder for which no extra payment will be entertained.
25.2 Delays in Commencement or progress or neglect of work and forfeiture of earnest money,
Security deposit and withheld amounts:
If, at any time, the Engineer-In-Charge shall be of the opinion that the Bidder is delaying
Commencement of the work or violating any of the provisions of the Bidder is neglecting or
delaying the progress of the work as defined by the tabular statement. “Rate of progress” in
the Articles of Agreement”, he shall so advise the Bidders in writing and at the same time
demand compliance in accordance with conditions of Bid notice. If the Bidder neglects to
comply with such demand within seven days after receipt of such notice, it shall then or at
any time thereafter, be lawful for the Engineer-In-Charge to take suitable action in
accordance with Clause of contract.
26. Suspension of works by the Bidder:
26.1 If the Bidder shall suspend the works, or sublet the work without sanction of the Engineer-In-
Charge, or in the opinion of the Engineer-In-Charge shall neglect or fail to proceed with due
diligence in the performance of his part of the Contract as laid down in the Schedule rate of
progress, or if he shall continue to default or repeat such default in the respects mentioned in
relevant clause of contract , Engineer-In-Charge shall take action in accordance with
Clause(s).
26.2 If the Bidder stops work for 28 days and the Stoppage has not been authorized by the
Engineer-In-Charge the Contract will be terminated under relevant Clause.

26.3 If the Bidder has delayed the completion of works, the Contract will be terminated as per
clause applicable to the contract.

27. Extension of the Intended Completion Date:


27.1 The Engineer-In-Charge shall extend or recommend for extension, in accordance with the
Government orders in force, the Intended Completion Date if a Variation is issued which
makes it impossible for Completion to be achieved by the Intended Completion Date.
27.2 The Engineer-In-Charge shall decide whether and by how much to extend the Intended
Completion Date within 21 days of the Bidder asking the Engineer for a decision upon the
effect of a Variation and submitting full supporting information. If the Bidder has failed to give
early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion Date.
28. Delays Ordered by the Engineer-In-Charge:
28.1 The Engineer-In-Charge may instruct the Bidder to delay the start or progress of any activity
within the Work.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 40 -
29. Early Warning:
29.1 The Bidder is to warn the Engineer-In-Charge at the earliest opportunity of specific likely future
events or circumstances that may adversely affect the Execution of Works.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 41 -
similar items in the agreement worked out with reference to the Tripura Schedule of Rates or
any other rate (s) adopted in the sanctioned estimate with which the bids are accepted plus
or minus over all bid percentage.
36.2.2 (a) Similar items but the rates of which cannot be directly deduced from the original
agreement.
(b) Purely new items, which do not correspond to any item in the agreement.
36.2.3 The rates of all such items shall be Estimated Rates plus or minus overall Bid premium.
37. Extra Items:
37.1 Extra items of work shall not vitiate the contract. The Bidder shall be bound to execute extra
items of work as directed by the Engineer-In-Charge. The rates for extra items shall be worked
out by the Executive Engineer as per the conditions of the Contract and the same are
binding on the Bidder.
37.2 The Bidder shall before the 15th day of each month, submit in writing to the Executive
Engineer a statement of extra items if any that they have executed during the preceding
month failing which the Bidder shall not be entitled to claim any.
37.3 Entrustment of additional items:
37.3.1 Where ever additional items not contingent on the main work and outside the scope of
original agreement are to be entrusted to the original Bidder dispensing with bids and if the
value of such items exceeds the limits up to which the officer is empowered to entrust works
initially to Bidder without calling for bids, approval of next higher authority shall be obtained.
Entrustment of such items on nomination shall be at rates not exceeding the estimated rates.
37.3.2 Entrustment of the additional items contingent on the main work will be authorized by the
officers up to the monetary limits up to which they themselves are competent to accept
items in the original agreement so long as the total amounts up to which they are competent
to accept in an original agreement rates for such items shall be worked out in accordance
with the procedure (I) For all items of work in excess of the quantities shown in the Bill of
Quantities of the Bids, the rate payable for such items shall be estimate rates for the items (+)
or (-) over all bid percentage accepted by the competent authority.
37.3.3 Entrustment of either the additional or the supplemental items shall be subject to the
provisions of the agreement entered into by a Competent Authority after the bid is
accepted. The Chief Engineer being the authority next higher to the Superintending Engineer,
who entered into the agreement, approves the rate for the items / variation in quantity in the
current agreement. An officer on his own responsibility shall not order the items if the revised
estimate or deviation statement providing for the same requires the sanction of higher
authority.
Note: It may be noted that the term Estimate Rate used above means the rate in the sanctioned
estimate with which the bids are accepted, or if no such rates is available in the estimate, the
rate derived will be with reference to the Standard Schedule of Rates adopted in the
sanctioned estimate with which bids are accepted.
38. Payment Certificates:
38.1 The Bidder shall submit to the Engineer-In-Charge monthly statements of the estimated value
of the work completed less the cumulative amount certified previously.
38.2 The Engineer-In-Charge shall check the Bidder‟s monthly statement within 14 days.
38.3 The value of work executed shall be determined by the Engineer-In-Charge.
38.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed.
38.5 The Engineer-In-charge may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later information.
39. Payments:
39.1 Payment for the work done by the Bidder will be made for the finished work based on the
measurements recorded in measurement books by any officer of the department not lower
in rank than a Junior Engineer and check measured by any officer not lower in rank than an
Assistant Engineer. The measurement shall be recorded at various stages of the work done
and after work is completed. The Bidder shall be present at the time of recording of each set
of measurement and their check measurement and accept them then and there so as to

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 42 -
avoid disputes at a later stage. If the Bidder is not available at the work spot at the time of
recording measurements or check measurements the particulars of measurements shall be
signed by the authorized agent of Bidder based on which the Bidder shall accept the set of
measurements without any further dispute. If for any reason the Bidder‟s authorized agent is
also not available at site when the department decides to suspend the work recording of
measurements in the absence of the Bidder or his authorized representative the department
shall not entertain any claim from the Bidder for any loss incurred by him on this account. The
Bidder shall however note that the Department cannot indefinitely wait for recording the
measurement due to the absence of the Bidder and his authorized agent and check
measure them even in the absence of the Bidder.
39.2 The actual volume of stone and jhama brick aggregates shall be computed after deducting
the percentages of void as specified in the respective specifications to be followed for the
work, from the volume computed by stack measurements.
39.3 Payments and Certificates:
39.3.1 Payments shall be adjusted for recovery of advance payments, liquidated damages in terms
of bid conditions and security deposit for the due fulfillment of the contract. Payment will be
made to the Bidder under the certificate to be issued at reasonably frequent intervals by the
Engineer-In-Charge, and intermediate payment will be the sum equal to 90 % of the value of
work done as so certified and balance of 10 % will be withheld and retained as security for
the due fulfillment of the contract under the certificate to be issued by the Engineer-In-
Charge. On completion of the entire works the Bidder will receive the final payment of all the
moneys due or payable to him under or by virtue of the contract except earnest money
retained as security and a sum equal to 4.00 % of the total value of the work done. The
amount withheld from the final bill will be retained under deposits and paid to the Bidder
together with the earnest money retained as security after a period of 12(twelve) months as
all defects shall have been made good according to the true intent and meaning thereof.
39.3.2 In case of over payments or wrong payment if any made to the Bidder due to wrong
interpretation of the provisions of the contract, Contract conditions etc., such unauthorized
payment will be deducted in the subsequent bills or final bill for the work or from the bills
under any other contracts with the Government or at any time thereafter from the deposits
available with the Government.
39.3.3 Any recovery or recoveries advised by the Government Department either state or central,
due to non-fulfillment of any contract entered into with them by the Bidder shall be
recovered from any bill or deposits of the Bidder.
39.3.4 No claim shall be entertained, if the same is not represented in writing to the Engineer-In-
Charge within 15 days of its occurrence.
39.3.5 The Bidder is not eligible for any compensation for inevitable delay in handing over the site or
for any other reason. In such case, suitable extensions of time will be granted after
considering the merits of the case.
39.4 Intermediate Payments:
39.4.1 For intermediate Stage of work, only part rates as fixed by the Engineer-In-Charge will be
paid.
39.4.2 Part rates shall be worked out for the work done portion based on the actual operations
involved keeping in view the value of the balance work to be done, to avoid unintended
benefit to the Bidder in initial Stage.
39.4.3 Full rate shall be paid when the work is completed to the full profile as noted in the drawings.
39.4.4 For earthwork in cutting, 10% of the quantity will be with-held for intermediate payments and
the same will be released after completing the work to the profiles as per drawings and
disposal of the spoil material at the specified places and handing over the balance useful
stone. For this purpose a length of 50 metre or as specified in the agreement, will be taken as
a Unit.
39.4.5 For earthwork, embankment formation work, 10% of the quantity will be withheld for
intermediate payments and the same will be released after completing the bund to the
profiles as per drawings including trimming of side slopes and all other works contingent to the
bund profile. For this purpose, 50 metre (or as specified in the agreement) of length will be
taken as a Unit.
39.4.6 For the structure works either with masonry or concrete where the height of structure is more
than three meters, the quantities executed in the lower level will be withheld at the rate of

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 43 -
one percent for every three meters height, if the balance height of the structure work is more
than three meters in being over the executed level and the same will be released only after
the entire work is completed as certified by the Engineer-In-Charge.
39.4.7 For C.D. works and for lining works, spread over more than 2 Km. In length 5 percent of the
concrete and Masonry quantities will be withheld and the same will be released after
completion of all C.D. works and lining for the entire length certified by the Engineer-In-
Charge.
39.4.8 Where payment is intended for aggregates by Bill of Quantities item based on stack
measurements, 10% of the quantity measured will be withheld. No payment or advance will
be made for unfixed materials when the rates are for finished work in site.
40. Interest on Money due to the Bidder:
40.1 No omission by the Executive Engineer or the Sub-Divisional officer to pay the amount due
upon certificates shall vitiate or make void the contract, nor shall the Bidder be entitled to
interest upon any guarantee fund or payments in arrears, nor upon any balance which may,
on the final settlement of his accounts, found to be due to him.
41. Certificate of Completion of works:
41.1 Certificate of Completion of works:
41.1.1 When the whole of the work has been completed and has satisfactory passed any final test
that may be prescribed by the Contract, the Bidder may give a notice to that effect to the
Engineer-In-Charge accompanied by an undertaking to carry out any rectification work
during the period of maintenance, such notice and undertaking shall be in writing and shall
be deemed to be request by the Bidder for the Engineer-In-Charge to issue a Certificate of
completion in respect of the Works. The Engineer-In-Charge shall, within twenty one days of
the date of delivery of such notice either issue to the Bidder, a certificate of completion
stating the date on which, in his opinion, the works were completed in accordance with the
Contract or give instructions in writing to the Bidder specifying all the Works which, in the
Engineer-In-Charge'‟ opinion, required to be done by the Bidder before the issue of such
Certificate. The Engineer-In-Charge shall also notify the Bidder of any defects in the Works
affecting completion that may appear after such instructions and before completion of the
Works specified there in. The Bidder shall be entitled to receive such Certificate of the
Completion within twenty-one days of completion to the satisfaction of the Engineer-In-
Charge of the Works so specified and making good of any defects so notified.
41.1.2 Similarly, the Bidder may request and the Engineer-In-Charge shall issue a Certificate of
Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works, which has been both completed to the
satisfaction of the Engineer-In-Charge and occupied or used by the Department.
41.1.3 If any part of the Permanent Works shall have been completed and shall have satisfactorily
passed any final test that may be prescribed by the Contract, the Engineer-in-Charge may
issue such certificate, and the Bidder shall be deemed to have undertaken to complete any
outstanding work in that part of the Works during the period of Maintenance.
42. Taxes included in the Bid:
The percentage/ rate quoted by the Bidder shall be deemed to be inclusive of the
sales and other levies, duties, royalties, cess, toll taxes of Central and State Governments,
local bodies and authorities that the Bidder will have to pay for the performance of this
contract. The employer will perform such duties in regard to the deduction of such taxes at
source as per applicable law.
In addition to deduction of Income Tax/GST & other such levies, duties, royalties,
cess, toll tax at source, GST shall also be deducted at source from the bills of the Bidder(s) at
the rates as notified by the Government, from time to time.
Compulsory deduction for all works – 1(one)% cess on the gross payable amount of
running/ final bill as per “Building and other construction workers welfare Cess Act, 1996.
42.1 Any Central or State sales and other taxes including GST on completed items of works of this
contract as may be levied and paid by the Bidder shall be reimbursed by the department to
the Bidder on proof of payment to the extent indicated in Part-II of Schedule-A.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 44 -
43. Schedule of payment:
a. For work costing upto Rs. 1.00 Lakhs ----- First & Final bill.
b. For work costing Rs. 1.00 Lakhs to Rs. 10.00 Lakhs – Running Account payment bill shall not
be less than Rs. 1.00 Lakhs per Bill.
c. For work costing Rs. 10.00 Lakhs to Rs. 1 crore – Running Account payment bill shall not be
less than Rs. 2 lakhs.
d. For costing Rs. 1 crore to 3 crore – Running Account payment bill shall not be less than Rs.
20 lakhs.
e. For work costing above Rs. 3 crore – Running Account payment bill shall not be less than
Rs. 50 lakhs.
44. Price Adjustment: (Not applicable for works for which estimated cost put to bid is less than
Rs. 1.00 Crore & stipulated time for completion is less than or equal to twenty-four months.)
44.1 Price adjustment shall be granted where administered prices are enforced and that too for
works estimated at more than Rs.1.00 Crore and having completion period of more than
24(twenty four) months. This should be applicable within the original contract period or
extended period owing to departmental delays. This will not apply to cases attributed to
Bidders fault.
a) The cost of materials and electrical energy supplied by the Department if any at
fixed prices shall be excluded from the scope of price adjustment.
b) The price adjustment shall apply for the work done from the Start date to end of the
intended completion date or extensions granted by the Engineer-In-Charge and shall
not apply to the work carried out beyond the stipulated time for reasons attributable
to the Bidder.
If the prices of material (not being materials supplied or services rendered at fixed prices
by the department) and / or wages of labour required for execution of work increases, the Bidder
shall be compensated for such increases, as per provisions detailed below, and the amount of
the contract shall accordingly be varied, subject to the condition that compensation for
escalation in prices shall be available only for the works done within the stipulated period of
completion as per contract and for works done beyond the stipulated period of completion as
per contract the compensation for escalation in prices should be restricted to the escalation
occurred up to the stipulated date of completion and also the compensation for escalation in
prices shall be available for works for which the stipulated period of completion is more than
24(Twenty four) months. No compensation for escalation will be allowed for works where
stipulated time for completion is 24 (Twenty four) months or less even if the completion of works is
extended beyond stipulated date of completion for any reason.
Such compensation for escalation in the prices of materials and labour, when due, shall
be worked out-based on the following provisions
(1) The base date for working out such escalation shall be the last date on which bids were
stipulated to be received.
(2) The cost of work in which escalation will be payable shall be reckoned as 85% of the cost of
work as per the bills running or final and from this amount, value of materials supplied under
clause 97 of this contract or services rendered at fixed charges if any for this contract, and
proposed to be recovered in the particular bill, shall be deducted before the amount of
compensation for escalation is worked out. In the case of materials, brought to site for which any
secured advance is included in the bill, the full value of such materials as assessed by the
Engineer - In – Charge (and not the reduced amount for which secured advance has been paid)
shall be included in the cost of work done for operation of this clause. Similarly, when such
materials are incorporated in the work and the secured advance is deducted from the bill the full-
assessed value of the materials originally considered for operation of this clause should be
deducted from cost of the works shown in the bill running or final. Further, the cost of works shall
not include any work for which payment is made under clause 36 or clause 37 prevailing market
rates.
(3) Components of materials, labour, POL etc. shall be pre-determined for every work and
incorporated in the conditions of contract attached to the bid papers and the decision of the
Engineer-In-Charge in working out such percentages shall be binding on the Bidder.
(4) The compensation for escalation for materials, labour and POL shall be worked out as per the
formula given below:
i)
Vm = W x X x Ml - Mlo

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 45 -
100 Mlo
Vm = Variation in material cost i.e. increase or decrease in
the amount in the rupees to be paid or recovered.
W = Cost of work done worked out as indicated in sub para
2 above.
X = Component of materials expressed as percent of the
total value of work.
MI & MIo = All India whole Sale Price Index for all commodities for
the period under reckoning as published by the
Economic Advisor to Government of India, Ministry of
Industry and Commerce, for period under
consideration and that valid at the time of receipt of
bids, respectively.
ii)
Vl = W x Y x L I – L Io
100 L Io
Vl = Variation in Labour cost i.e. increase or decrease in the
amount in the rupees to be paid or recovered.
W = Value of work done worked out as indicated in sub
para 2 above
Y = Component of labour expressed as percent of the
total value of work.

L I – L Io = Consumer Price Index for industrial labour (all India)


declared by labour Bureau Government of India as
applicable for the period under consideration, and
that valid at the time of receipt of bid respectively.
iii)
VF = W x Z x F I – F Io
100 F Io
VF = Variation of cost of fuel, oil and Lubricant, increase or
decrease in rupees to be paid or recovered.
W = Value of work done, worked out, as indicated in sub
Para 2 above.
Z = Component of POL expressed as percent of the total
value of work as indicated under the special
conditions of contract.
F I – F Io = Average index number of wholesale price for group
(fuel, power, light and lubricants) – as published
weekly by the Economic Advisor to Government of
India, Ministry of Industry for the period under
reckoning, and that valid at the time of receipt of bids,
respectively,

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 46 -
ii)
The Engineer-In-Charge shall otherwise be entitled to lay down the principles on
which the provisions of this sub-clause shall be implemented from time to time and
the decision of the Engineer in charge in this behalf shall be the final and binding.
7) The components of materials, labour & POL as indicated in para-3 of sub-clause 44 have
predetermined as below: -
A) For buildings work B) For road & Bridge works
a) Material = 75 Percent. a) Material = 65 Percent.
b) Labour = 25 Percent. b) Labour = 25 Percent.
c) POL = 0 Percent. c) POL = 10 Percent.
Total = 100 Percent Total = 100 Percent
45 Retention:
45.1 The department shall retain from each payment due to the Bidder @ the rate of 10.00 % of bill
amount until completion of the whole of the Works.
45.2 On completion of the whole of the Works half the total amount retained is re-paid to the Bidder
and half when the Defects Liability Period has passed and the Engineer-In-Charge has certified
that all the Defects notified by the Engineer-In-Charge to the Bidder before the end of this
period have been corrected.
45.3 On completion of the whole works, the Bidder may substitute retention money with an “on
demand” Bank Guarantee.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 47 -
Bidder. In no case the total respective value of the incentive should exceed 2% of the total value
of works as per milestone.
48 Mobilization Advance:
48.1 The Bidders for works exceeding more than Rs.1.00 Crore of estimated contract value are
permitted to avail the facility of mobilization advance in two installments equivalent to 10% of the
contract amount (5% for labour mobilization and 5% for machinery and equipment) named in the
letter of acceptance payable as per above. Payment of the loan will be done under separate
certification by the Executive Engineer after (I) Execution of the form of agreement by the parties
there to (ii) Provisions by the Bidder of the further security in accordance with relevant condition
and (iii) provision by the Bidder of a Bank Guarantee from scheduled Bank acceptable to the
Executive Engineer for an amount equal to 12% (which includes 2% for the interest charges) of a
contract amount as indicated in the letter of acceptance towards the first installment of the
advance mobilization loan, such bank guarantee to remain effective until the said advance loan
has been completely repaid by the Bidder out of the current earnings under the contract and
certified accordingly by the Executive Engineer The „Advance mobilization loan‟ will be paid in
30 days after fulfilling the above – i, ii, and iii items. Advance mobilization loan will be paid only in
case of contracts with estimated contract value exceeding Rs.100 lakhs. The rate of mobilization
charge for works costing above Rs. 500.00 lakhs will be paid at 10% contract amount up to Rs.500
lakhs and for the rest amount at 5% of Estimated cost.
48.2 A form of Bank Guarantee acceptable to Executive Engineer is indicated (under formats of
Securities). The advance mobilization loan shall be used by the Bidder exclusively for mobilization
expenditures, including the acquisition of constructional plant, in connection with the works.
Payment of the second installment of advance mobilization loan equivalent to 5 percent of the
contract amount will be due within a period of 9(nine) months for local purchase of machinery
and equipment and within one year in case the machinery and equipment has to be imported
under separate certification by the Engineer-in-Charge after (I) The value of the machinery and
equipment procured, and brought to site and/or ordered (satisfactory evidence to be produced)
by the Bidder assessed at 100% for new machinery and 50% for old machinery brought to site and
in working condition is equivalent to 5 percent of the contract amount already paid as first
advance loan and (ii) Furnishing by the Bidder of a bank guarantee for an amount equal to 6
percent (one percent towards interest) of the contract value.
48.3 Should the Bidder misappropriate any portion of the advance loan, it shall become due to the
Executive Engineer and payable immediately in one lump by the Bidder and no further loan will
be considered thereafter.
48.4 The above advance shall bear an interest of 15% per annum. The interest on the amounts paid as
advance is chargeable from the date the amount is paid. However if completion is delayed by
circumstances beyond control of the Bidder for which an extension has been granted by the
Executive Engineer / Superintending Engineer the interest charges on such advances shall be
waived for the period of extension.
48.5 The value of Bank Guarantee for the advance payment given to the Bidder can be progressively
reduced by the amount repaid by the Bidder as certified by the Executive Engineer.
48.6 Recovery of advances :
48.6.1 The advance loan together with interest at the rate of 15% as specified in the above shall be
repaid within percentages deductions from the intermediate payments under the contract.
Deduction shall commence in the next interim payment following that in which the total of all
such payments to the Bidder have reached 10 percent of the contract amount and shall be
made at the rate of 20 percent of amount of all interim payments in which the loan was
made together with interest payable up to that date, until such time as the loan together
with interest at the rate specified in paragraph above shall be completely repaid prior to the
expiry of the original time for completion.
49 Securities:
49.1 The Earnest Money and Additional Security (only for bids with quoted rate less than the 15.00%
of the estimated cost of work put to bid) shall be provided to the Department not later than the
date specified in the Letter of Acceptance and shall be issued in an amount and form and by a
bank acceptable to the Department. The Earnest Money shall be valid until a date 28 days from
the date of expiry of Defects Liability Period and the additional security shall be valid until a date
28 days from the date of issue of the certificate of completion.
50 Cost of Repairs:
50.1 Loss or damage to the Works or materials to the Works between the Start Date and the end of
the Defects Correction Periods shall be remedied by the Bidder at the Bidder‟s cost if the loss or
damage arises from the Bidder‟s acts or omissions.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 48 -

E. FINISHING THE CONTRACT


51 Completion:
51.1 The Bidder shall request the Engineer-In-Charge to issue a Certificate of completion of the Works
and the Engineer-In-Charge will do so upon deciding that the work is completed.
52 Taking Over:
52.1 The Department shall takes over the Site and the Works within seven days of the Engineer-In-
Charge issuing a certificate of Completion.
53 Final Account:
53.1 The Bidder shall supply to the Engineer-In-Charge a detailed account of the total amount that
the Bidder considers payable under the Contract before the end of the Defects Liability Period.
The Engineer-In-Charge shall issue a Defects Liability Certificate and certify any final payment
that is due to the Bidder within 56 days of receiving the Bidder‟s account if it is correct and
complete. If it is not, the Engineer-In-Charge shall issue within 56 days a schedule that states the
scope of the corrections or additions that are necessary. If the final Account is still unsatisfactory
after it has been resubmitted, the Engineer-In-Charge shall decide on the amount payable to
the Bidder and issue a payment certificate within 56 days of receiving the Bidder‟s revised
account.
54 Termination:
54.1 The Department may terminate the Contract if the Bidder causes a fundamental breach of the
Contract.
54.2 Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Bidder stops work for 28 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer-In-Charge.
b) The Bidder is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation.
c) The Engineer-In-Charge gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Bidder fails to correct it within a reasonable
period of time determined by the Engineer-In-Charge; and
d) The Bidder does not maintain a security which is required and
e) The Bidder has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined.
f) If the Bidder, in the judgment of the Department has engaged in corrupt or fraudulent
practices in competing for or in the executing the contract.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 49 -
final and conclusive) against the Bidder and crediting him with the value of the work done in
all respects in the same manner and at the same rates as if it had been carried out by the
Bidder under the terms of his contract. The certificate of the Divisional Officer as to the value
of the work done shall be final and conclusive against the Bidder provided always that action
under the sub-clause shall only be taken after giving notice in writing to the Bidder. Provided
also that if the expenses incurred by the department are less than the amount payable to the
Bidder at his agreement rates, the difference shall not be paid to the Bidder.
(c) After giving notice to Bidder to measure up the work of the Bidder and to take such whole, or
the balance or part thereof as shall be un-executed out of his hands and to give it to another
Bidder to complete in which case any expenses which may be incurred in excess of the sum
which would have been paid to the original Bidder if the whole work had been executed by
him (of the amount of which excess the certificate in writing of the Engineer- in-Charge shall
be final and conclusive) shall be borne and paid by the original Bidder and may be
deducted from any money due to him by Government under his contract or on any other
account whatsoever or from his security deposit or the proceeds of sales thereof or a
sufficient part thereof as the case may be. If the expenses incurred by the department are
less than the amount payable to the Bidder at his agreement rates, the difference shall not
be paid to the Bidder.
In the event of anyone or more of the above courses being adopted by the Engineer-in-
Charge the Bidder shall have no claim to compensation for any loss sustained by him by reasons of his
having purchased or procured any materials or entered into any engagements or made any
advances on account or with a view to the execution of the work or the performance of the
contract. And in case action is taken under any of the provision aforesaid the Bidder shall not be
entitled to recover or be paid any sum for any work thereof or actually performed under this contract
unless and until the Engineer-in-Charge has certified in writing the performance of such work and the
value payable in respect thereof and he shall only be entitled to be paid the value so certified:
Provided further that if any of the recoveries to be made, while taking action as per (b)
and/or (c) above, are in excess of the security deposit forfeited, these shall be limited to the amount
by which the excess cost incurred by the Department exceeds the security deposit so forfeited.
55 Payment upon Termination:
55.1 If the Contract is terminated because of a fundamental breach of Contract by the Bidder, the
Engineer-In-Charge shall issue a certificate for the value of the work done less advance
payments received upon the date of the issue of the certificate, less other recoveries due in
terms of the Contract, less taxes due to be deducted at source as per applicable law and less
the percentage to apply to the work not completed. Additional Liquidated Damages shall not
apply. If the total amount due to the Department exceeds any payment due to the Bidder, the
difference shall be a debt payable to the Department.
56 Property:
56.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the
property of the Department if the Contract is terminated because of Bidder‟s default.
57 Release from Performance:
57.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the
control of either the Department or the Bidder the Engineer-In-Charge shall certify that the
contract has been frustrated. The Bidder shall make the site safe and stop work as quickly as
possible after receiving this certificate and shall be paid for all works carried out before
receiving it and for any work carried out after wards to which commitment was made.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 50 -
arranged by the Department, necessary Tariff rates shall have to be paid based on the
prevailing rates.
The Bidder will pay the bills of Electricity Board for the cost of power consumed by him.
The power shall be used for bonafide Departmental works only.
59.1 Electric Power for Domestic Supply:
a) The Bidder has to make his own arrangements for the supply of electric power for
domestic purposes and the charges for this purpose have to be paid by him at the rates
as fixed by the Power Supply authority from time to time.
b) The Bidder will have to make his own arrangements to lay and maintain the necessary
distribution lines and wiring for the camp at his own cost. The layout and the methods of
laying the lines and wiring shall have the prior approval of the Engineer-In-Charge. All
camp area shall be properly electrified. All lines, streets, approaches for the camp etc.,
shall be sufficiently lighted for the safety of staff and labour of the Bidder, at the cost of
the Bidder and it will be subject to the approval of the Engineer-In-Charge.
60 Land:
60.1 Land for Bidder‟s use:
The Bidder will be permitted to use Government land for execution of work. The Bidder shall
have to make his own arrangements for acquiring and clearing the site, leveling, providing
drainage and other facilities for labour staff colonies, site office, work-shop or stores and for
related activities. The Bidder shall apply to the Department within a reasonable time after the
award of the contract and at least 30 days in advance of its use, the details of land required
by him for the work at site and the land required for his camp and should any private land
which has not been acquired, be required by the Bidder for his use. The same may be
acquired by the Bidder at his own cost by private negotiations and no claim shall be
admissible to him on this account.
The Engineer-In-Charge reserves the right to refuse permission for use of any government
land for which no claim or compensation shall be admissible to the Bidder. The Bidder shall,
however, not be required to pay cost or any rent for the Government land given to him.
60.2 Surrender of Occupied Land:
a) The Government land as here in before mentioned shall be surrendered to the Engineer-In-
Charge within seven days, after issue of completion certificate. Also no land shall be held by
the Bidder longer than the Engineer-In-Charge shall deem necessary and the Bidder shall on
the receipt of due notice from the Engineer-In-Charge, vacate and surrender the land which
the Engineer-In-Charge may certify as no longer required by the Bidder for the purpose of the
work.
b) The Bidder shall make good to the satisfaction of the Engineer-In-Charge any damage to
areas, which he has to return or to other property or land handed over to him for purpose of
this work. Temporary structures may be erected by the Bidder for storage sheds, offices,
residences etc., for non-commercial use, with the permission of the Executive Engineer on the
land handed over to him at his own cost. At the completion of the work these structures shall
be dismantled site cleared and handed over to the Executive Engineer. The land required for
providing amenities will be given free of cost from Government lands if available otherwise
the Bidder shall have to make his own arrangements.
60.3 BIDDER not to dispose off Spoil etc. :-
The Bidder shall not dispose-off or remove except for the purpose of fulfillment of this
contract, sand, stone, clay ballast, earth, trees and shrubs or other materials obtained in the
excavation made or lying on the site of the work, and all such materials and produce shall
remain property of the Government. The Department may upon request from the Bidder, or if
so stipulated in the conditions of the contract allow the Bidder to use any of the above
materials for the works either free of cost or after payment as may be specifically mentioned
or considered necessary during the execution of the work.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 51 -
maintenance etc. of the roads shall be subject to the approval of the Engineer-In-Charge.
The Bidder shall permit the use of these roads by the Government free of charge.
It is possible that work at, or in the vicinity of the work site will be performed by the
Government or by other Bidders engaged in work for the Government during the contract
period. The Bidder shall without charge permit the Government and such other Bidder and
other workmen to use the access facilities including roads and other facilities, constructed
and acquired by the Bidder for use in the performance of the works.
The Bidder‟s heavy construction traffic or tracked equipment shall not traverse any public
roads or bridges unless the Bidder has made arrangement with the authority concerned. In
case Bidder‟s heavy construction traffic or tracked equipment is not allowed to traverse any
public roads or bridges and the Bidder is required to make some alternative arrangements,
no claim on this account shall be entertained.
The Bidder is cautioned to take necessary precautions in transportation of construction
materials to avoid accidents.
62 Payment for Camp Construction:
No payment will be made to the Bidder for construction, operation and maintenance of
camp and other camp facilities and the entire cost of such work shall be deemed to have
been included in the bided rate for the various items of work in the schedule of quantities
and bids.
63 Explosive And Fuel Storage Tanks:
No explosive shall be stored within ½ (half) KM of the limit of the camp sites. The storage of
gasoline and other fuel oils or of Butane, Propane and other liquefied petroleum gases, shall
confirm to the regulations of Government of Tripura and Government of India. The tanks,
above ground and having capacity in excess of 2000 liters, shall not be located within the
camp area, nor within 200m, of any building.
64 Labour:
The Bidder shall, make his own arrangements for the engagement of all staff and labour,
local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and Bidder‟s staff shall be to the Bidder‟s
account. His quoted percentage shall include the expenditure towards importation of labour
amenities to labour and staff;
The Bidder shall, if required by the Engineer-In-Charge, deliver to the Engineer-In-Charge a
written in detail, is such form and at such intervals as the Engineer-In-Charge may prescribe,
showing the staff and the numbers of the several classes of labour from time to time
employed by the Bidder on the Site and such information respecting Bidder‟s Equipment as
the Engineer-In-Charge may require.
64.1 Transportation of Labour:
The Bidder shall make his own arrangement for the daily transportation of the labour and staff
from labour camps colonies to the work spot and no labour or staff of the Bidder shall stay at
the work spot. No extra payment will be made to the Bidder for the above transportation of
the labour and his quoted percentage to the work shall include the transportation charges of
labour from colonies to work spot and back.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 52 -
and augment these precautions on his own initiative where necessary and shall comply with
directions issued by the Executive Engineer or on his behalf from time to time and at all times.

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

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 53 -
including internal water supply, Sanitary installation, Sewage and Drainage
works.

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 54 -
g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of
equal nature to male and female workers and for not making discrimination against female
employees in the matters of transfers, training and promotions etc.
i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed
minimum (say, 20) or more workmen. The Act provides for payments of annual bonus within the
prescribed range of percentage of wages to employees drawing up to the prescribed amount of
wages, calculated in the prescribed manner. The Act does not apply to certain establishments.
The newly set-up establishments are exempted for five years in certain circumstances. States may
have different number of employment size.
j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution
of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments
employing prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing
the conditions of employment by the Employer on matters provided in the Act and gets these
certified by the designated Authority.
l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of
workmen and Employers. The Trade Unions registered under the Act have been given certain
immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulations of
employment of children in all other occupations and processes. Employment of child labour is
prohibited in building and construction industry.
n) Inter-State Migrant Workmen‟s (Regulation of Employment & Conditions of Service) Act 1979: -
The Act is applicable to an establishment which employs prescribed minimum (say, five) or more
inter-state migrant workmen through an intermediary (who has recruited workmen in one state for
employment in the establishment situated in another state). The Inter-State migrant workmen, in
an establishment to which this Act becomes applicable, are required to be provided certain
facilities such as Housing, Medical-Aid, Travelling expenses from home up to the establishment
and back etc.
o) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996: - All the establishments who carry on any building or
other construction work and employs the prescribed minimum (say, 10) or more workers are
covered under this Act. All such establishments are required to pay cess at the rate not
exceeding 2% of the cost of construction as may be modified by the Government. The Employer
of the establishment is required to provide safety measures at the building or construction work
and other welfare measures, such as canteens, first-aid facilities, ambulance, housing
accommodations for workers near the work place etc. The Employer to whom the Act applies
has to obtain a registration certificate from the Registering Officer appointed by the Government.
p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up
a factory, health and safety provisions, welfare provisions, working hours, annual earned leave
and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing the prescribed minimum (say, 10) persons or
more with aid of power or another prescribed minimum (say, 20) or more persons without the aid
of power engaged in manufacturing process.
70 Liabilities of the Bidder:
70.1 Accident Relief and workmen compensation:
The Bidder should make all necessary arrangements for the safety of workmen on the
occurrence of the accident, which results in the injury or death of any of the workmen
employed by the Bidder, the Bidder shall within 24 hours of the happenings of the accident and
such accidents should intimate in writing to the concerned Asst. Engineer / Executive Engineer
of the Department the act of such accident. The Bidder shall indemnify Government against all
loss or damage sustained by the Government resulting directly or indirectly from his failure to
give intimation in the manner aforesaid including the penalties or fines if any payable by
Government as a consequence of Government failure to give notice under workmen‟s

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 55 -
compensation Act or otherwise conform to the provisions of the said Act. In regard to such
accident.
70.2 In the event of an accident in respect of which compensation may become payable under the
workmen‟s compensation Act VIII 23 whether by the Bidder, by the Government it shall be lawful
for the Executive Engineer to retain such sum of money which may in the opinion of the
Executive Engineer be sufficient to meet such liability. The opinion of the Executive Engineer
shall be final concerning all matters arising under this clause.
70.3 The Bidder shall at all times indemnify the Govt. of Tripura against all claims which may be made
under the workmen‟s compensation act or any statutory modification thereafter or rules there
under or otherwise consequent of any damage or compensation payable in consequent of any
accident or injuries sustained or death of any workmen engaged in the performance of the
business relating to the Bidder.
71 Bidder‟s Staff, Representatives and Labour:
(a) The Bidder shall, at all times, maintain on the works, staff of qualified Engineers, and
Supervisors of sufficient experience of similar other jobs to assure that the quality of work
turned out shall be as intended in the specifications. The Bidder shall also maintain at the
works, a Work Manager or sufficient status, experience and office and duly authorize him to
deal with all aspects of the day-today work. All communications to any commitments by the
Work Manager shall be considered as binding on the Bidder.
(b) The Bidder shall at all times submit details of skilled and unskilled labour and equipment
employed to the Engineer-In-Charge in prescribed proforma as he may require to assess and
ensure the proper progress of work.
(c) If the contractor / agency do not employ the technical person within 30 days from the date of
issue of work order, agency / contractor shall be liable to pay as per notification of PWD as
enforce during the time applicable for the Graduate Engineers and Diploma Engineers.
72 Accommodation and food:
The Bidder should arrange accommodation he needs, at his own cost. The Bidder shall make
his own arrangements for supply of food grains, fuel and other provision to his staff and
laborers including controlled commodities.
73 Relationship :
Bidder shall have to furnish information along with bid, about the relationship he is having with
any officer of the Department, Government of Tripura of the rank Assistant Engineer and
above engaged in the work and any officer of the Divisional Accounts officer and above of
the Department of Government of Tripura.
74 Protection of adjoining premises:
The Bidder shall protect adjoining sites against structural, decorative and other damages that
could be caused by the execution of these works and make good at his cost any such
damages.
75 Work during night or on Sundays and holidays:
The works can be allowed to be carried out during night, Sundays or authorized holidays in
order to enable him to meet the schedule targets and the work shall require almost round the
clock working keeping in view:
(i) The provisions of relevant labour laws being adhered to:
(ii) Adequate lighting, supervision and safety measures are established to the satisfaction
of the Engineer-In-Charge and
(iii) The construction programme given by the Bidder and agreed upon by the Engineer-In-
Charge envisages such night working or working during Sundays or authorized holidays.
76 Layout of materials stacks:
The Bidder shall deposit materials for the purpose of the work on such parts only of the ground
as may be approved by the Engineer-In-Charge before starting work. A detailed survey,
clearly indicating position and areas where materials shall be stacked and sheds built is to be
conducted by the Bidder at his own cost and only after obtaining necessary approval of the
plan for use of sites by the Engineer-In-Charge, the Bidder can use the sites accordingly.

77 Use of blasting materials:

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 56 -
Procurement of blasting materials and its storage is the responsibility of the Bidder. The Bidder
shall engage licensed blaster for blasting operation. The Bidder is to act in accordance with
Indian Explosive Act and other rules prevailing, during the execution of work. It is the
responsibility of the Bidder to see, that works by other agencies in the vicinity are not hampered,
in such cases if any claim is made by other agencies that should be borne by the Bidder.
Carriage of blasting materials, from the magazine to the work site, is the responsibility of the
Bidder.
78 Plant and Equipment:
78.1 The Bidder shall have sufficient plant, equipment and labour and shall work such hours and shifts
as may be necessary to maintain the progress on the work as per the approval progress
schedule. The working and shifts hours shall comply with the Govt. Regulations in force.
78.2 It is to expressly and clearly understood that Bidder shall make his own arrangements to equip
himself with all machinery and special tools and plant for the speedy and proper execution of
the work and the department does not undertake responsibility towards their supply.

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:

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 57 -
a) Security requirements for the work shall be in accordance with the Government‟s general
requirements including provisions of this clause and the Bidder shall conform to such
requirements and shall be held responsible for the actions of all his staff, employees and the
staff and employees.
b) All Bidders‟ employees, representatives shall wear identifications badges provided by the
Bidder. Badges shall identify the Bidder, showing and employee‟s number and shall be worn
at all times while at the site. Individual labour will not be required to wear identification
badges.
c) All vehicles used by the Bidder shall be clearly marked with Bidder‟s name.
d) The Bidder shall be responsible for the security of the works for the duration of the contract
and shall provide and maintain continuously adequate security personnel to fulfill these
obligations. The requirements of security measures shall include, but not limited to
maintenance of order on the site, provision of all lighting, fencing, guard flagmen and all
other measures necessary for the protection of the works within the colonies, camps and
elsewhere on the site, all materials delivered to the site, all persons employed in connection
with the works continuously throughout working and non-working period including nights,
Sundays and holidays for duration of the contract.
e) Other Bidders working on the site concurrently with the Bidder will provide security for their
own plant and materials. However, their security provisions shall in no way relieve the Bidder
of his responsibilities in this respect
f) Separate payment will not be made for provision of security services.
84 Firefighting measures:
a) The Bidder shall provide and maintain adequate firefighting equipment and take adequate
fire precaution measures for the safety of all personnel and temporary and permanent works
and shall take action to prevent damage to destruction by fire of trees shrubs and grasses.
b) Separate payment will not be made for the provision of fire prevention measures.
85 Sanitation:
The Bidder shall implement the sanitary and watch and ward rules and regulations for all
forces employed under this contract and if the Bidder fails to enforce these rules, the
Engineer-In-Charge may enforce them at the expenses of the Bidder.
86 Ecological balance:
a) The Bidder shall maintain ecological balance by preventing de-forestation, water pollution
and defacing of natural landscape. The Bidder shall so conduct his construction operation as
to prevent any unnecessary destruction, scarring, or defacing of the natural surroundings in
the vicinity of the work. In respect of the ecological balance, Bidder shall observe the
following instructions.
i) Where unnecessary destruction, scarring, damage or defacing may occur, as result of the
operation, the same shall be repaired replanted or otherwise corrected at the Bidder‟s
expense. The Bidder shall adopt precautions when using explosives, which will prevent
scattering of rocks or other debris outside the work area. All work area including borrow
areas shall be smoothened and graded in a manner to conform to the natural appearances
of the landscape as directed by the Engineer-In-Charge.
ii) All trees and shrubbery which are not specifically required to be cleared or removed for
construction purposes shall be preserved and shall be protected from any damage that may
be caused by the Bidder‟s construction operation and equipment. The removal of trees and
shrubs will be permitted only after prior approval by the Engineer-In-Charge. Special care
shall be exercised where trees or shrubs are exposed to injuries by construction equipment,
blasting, excavating, dumping, chemical damage or other operation and the Bidder shall
adequately protect such trees by use of protective barriers or other methods approval by the
Engineer-In-Charge. Trees shall not be used for anchorages. The Bidder shall be responsible
for injuries to trees and shrubs caused by his operations. The term “injury” shall include,
without limitation bruising, scarring, tearing and breaking of roots, trunks or branches. All
injured trees and shrubs be restored as nearly as practicable without delay to their original
condition at the Bidder‟s expense.
(iii) The Bidder‟s construction activities shall be performed by methods that will present entrance or
accidental spillage of solid matter contaminants, debris and other objectionable pollutants
and wastage into river. Such pollutant and waste include earth and earth products,
garbage, cement concrete, sewage effluent, industrial wastes, radio-active substances,

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 58 -
mercury, oil and other petroleum products, aggregate processing, mineral salts and thermal
pollution. Pollutants and wastes shall be disposed off in a manner and at sites approved by
the Engineer-In-Charge.
(iv) In conduct of construction activities and operation of equipment, the Bidder shall utilize such
practicable methods and devices as are reasonably available to control, prevent and
otherwise minimize the air pollution. The excessive omission of dust in to the atmosphere will
not be permitted during the manufacture, handling and storage of concrete aggregates
and the Bidder shall use such methods and equipment as a necessary for collection and
disposal or prevention of dust during these operations. The Bidder‟s methods of storing and
handling cement shall also include means of eliminating atmospheric discharges of dust,
equipment and vehicles that give objectionable omission of exhaust gases shall not be
operated. Burning of materials resulting from clearing of trees, bushes, combustible
construction materials and rubbish may be permitted only when atmospheric conditions for
burning are considered favorable.
b) Separate payment will not be made for complying with the provisions of this clause and all
cost shall be deemed to have been included in the unit rates and prices included in the
contract if any provision is not complied with within a reasonable time even after issue of a
notice in this respect, the necessary operations would be carried out by the Engineer-in-
Charge at the cost of the Bidder, Orders of the Engineer-In-Charge in this respect would be
final and binding on the Bidder.
87 Preservation of existing vegetation:
a) It will be obligatory for the Bidder to produce forest clearance certificate from the DFO having
jurisdiction over the area in respect of extraction of any forest produces for utilization in works
under this contract before final payment and / or refund of security deposit. If the Bidder fails
to do so, a sum of money towards royalty remaining unpaid by the Bidder, if any, as may be
specified by the concerned Divisional Forest Officer, will be set-off from any sum of money
including security deposit due and payable to Bidder under this contract.
b) The Bidder will preserve and protect all existing vegetation such as trees, on or adjacent to
the site which do not unreasonably interfere with the construction as may be determined by
the Engineer-In-Charge. The Bidder will be held responsible for all unauthorized cutting or
damage of trees, including damage due to careless operation of equipment, stockpiling of
materials or trekking of grass areas by equipment. Care shall be taken by the Bidder in felling
trees authorized for removal to avoid any unnecessary damages to vegetation and tress that
are to remain in place and to structures under construction or in existence and to workmen.
c) All the produce from such cutting of trees by the Bidder shall remain the property of
Government and shall be properly stacked at site, approved by the Engineer-In-Charge. No
payment whatsoever, shall be made for such cutting and its stacking by the Bidder. If any
produce from such cutting is not handed over to the Government by the Bidder, he shall be
charged for the same at the rates to be decided by the Engineer-In-Charge. The recovery of
this amount shall be made in full from the intermediate bill that follows.
d) The Bidder shall also make arrangements of fuel deposits for supply of required fuel for the
laborer to be employed for cooking purpose at his own cost in order to prevent destruction of
vegetation growth in the surrounding area of the work site.
88 Possession prior to completion:
The Engineer-In-charge shall have the right to take possession of or use any completed part
of work or works or any part thereof under construction either temporarily or permanently.
Such possession or use shall not be deemed as an acceptance of any work either completed
or not completed in accordance with the contract with in the interest of Clause of contract
except where expressly otherwise specified by the Engineer-In-charge.
89 Payment upon termination:
If the contract is terminated because of a fundamental breach of contract by the Bidder, the
Engineer-In-Charge shall issue a certificate for the value of the work done less advance
payment received upon the date of the issue of the certificate and less the percentage to
apply to the work not completed as indicated in the contract data. Additional liquidated
damages shall not apply. If the total amount due to the Department exceeds any payment
due to the Bidder the difference shall be a debt payable to the Department. In case of
default for payment within 28 days from the date of issue of notice to the above effect, the
Bidder shall be liable to pay interest at 12% per annum for the period of delay.
90 Access to the Bidder‟s books:

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 59 -
Whenever it is considered necessary by the Engineer-In-Charge to ascertain the actual cost
of execution of any particular extra item of work or supply of the plant or material on which
advance is to be made or of extra items or claims, he shall direct the Bidder to produce the
relevant documents such as payrolls, records of personnel, invoices of materials and any or all
data relevant to the item or necessary to determine its cost etc. and the Bidder shall when so
required furnish all information pertaining to the aforesaid items in the mode and manner that
may be specified by the Engineer-In-Charge.
91 Drawing to be kept at site:
One copy of the drawings furnished to the Bidder shall be kept by the Bidder on the site and
the same shall at all reasonable time be available for inspection and use by the Engineer-In-
Charge and the Engineer-In-Charge‟s representative and by any other persons authorized by
the Engineer-In-Charge in writing.
92 Site Order Book:
An order book shall be kept at the site of the work. As far as possible, all orders regarding the
work are to be entered in this book. All entries shall be signed and dated by the Department
Officer in direct charge of the work and by the Bidder or by his representative. In important
cases, the Executive Engineer or the Superintending Engineer will countersign the entries,
which have been made. The order book shall not be removed from the work, except with
the written permission of the Executive Engineer.
93 Variations by way of modification, omissions or additions:
For all modifications, omissions from or additions to the drawings and specifications, the
Executive Engineer will issue revised plans, or written instructions, or both and no modification,
omission or addition shall be made unless so authorized and directed by the Executive
Engineer in writing.
The Executive Engineer shall have the privilege of ordering modifications, omission or
additions at any time before the completion of the work and such orders shall not operate to
annual those portions of the specifications with which said changes do not conflict.
Engineer-in-Charge‟s Decision:
It shall be accepted as in separable part of the contract that in matters regarding materials,
workmanship, removal of improper work, interpretation of the contract drawings and
contract specification, mode of the procedure and the carrying out o the work, the decision
of the Engineer-In-Charge, which shall be given in writing shall be binding on the Bidder.
94 Care and diversion of river/stream:
The Bidder shall submit details regarding the diversion and care of river or stream during
construction of the work along with a separate printout of the timetable showing earliest and
latest start and finish dates of various activities. He should submit a detailed layout plan with
drawings for the diversion and care of river during construction of work. The above
arrangements shall be at Bidder‟s cost.
95 Income tax:
a) During the currency of the contract deduction of income tax at 2.00 % shall be made from
the gross value of each bill of the contract and procedure stipulated under section 194-C(4)
of Income Tax Act, 1961 shall be followed.
b) Income Tax clearance certificate should be furnished before the payment of final bill.
c) The Bidder‟s staff, personnel and labour will be liable to pay personnel income taxes in
respect of their salaries and wages as are chargeable under the laws and regulations for the
time being in force, and the Bidder shall perform such duties in regard to such deductions
thereof as may be imposed on him by such laws and regulations.
96 Sales tax:
96.1 Sales Tax during the currency of the contract deduction towards Tripura sales Tax Act has to be
deducted at source, while making payments to the Bidder.
96.2 The Bidder should produce a valid Sales Tax Clearance Certificate before the payment of the
final bill, otherwise payment to the Bidder will be withheld.
97 Supply of construction materials:
i) The Bidder has to make his own arrangements for procurements, supply and use of
construction materials except as mentioned in clause 98d below.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 60 -
ii) All materials so procured should confirm to the relevant specifications indicated in the biding
documents.
iii) The Bidder shall follow all regulations of the Department/Government of India in respect of
import licenses etc., of the procurement of the materials and he shall be responsible for the
payment of applicable duties and taxes, port clearances, inland transportation etc.
iv) The Bidder shall make his own arrangements for adequate storage of the materials.
98 Stores Supplied By Government
a. If the specifications or schedule of items provides for the use of any special of materials to be
supplied from Engineer-In-Charge 's stores or if it is required that the Bidder shall use certain stores to
be provided by the Engineer-In-Charge as shown in the schedule of materials hereto annexed the
Bidder shall be bound to procure and shall be supplied such materials and stores as are from time to
time required to be used by him for the purposes of the contract only and the value of the full
quantity of materials and stores so supplied at the rates specified in the said schedule of materials
may be set off or deducted from any sums then due or thereafter to become due to the Bidder under
the contract or otherwise or against or from the security deposit or the proceeds of sale thereof if the
same is held in Government securities the same or a sufficient portion thereof being in this case sold
for the purpose. All materials so supplied to the Bidder shall remain the absolute property of
Government, shall not be removed on any account from the site of the work and shall be at all times
open to inspection by the Engineer-In-Charge. Any such materials remaining unused and. in perfectly
good condition at the time of the completion or determination of the contract shall be returned to
the Engineer-In-Charge at a place directed by him if by a notice in writing under his hand he shall so
require; but the Bidder shall not be entitled to return any such materials unless with such consent and
shall have no claim for compensation on account of any such materials so supplied to him as
aforesaid not being used by him or for any wastage in or damage to any such materials. Provided
that the Bidder shall in no case be entitled to any compensation or damages on an account of any
delay in supply or non-supply thereof all or any such materials and stores. Provided further that the
Bidder shall be bound to execute the entire work if the materials are supplied by the Government
within the scheduled time for completion of the work plus 50 per cent thereof (scheduled time plus
6(six) months if the time of completion of the work exceeds 12(twelve) months but if a part only of the
materials has been supplied within the aforesaid period then the Bidder shall be bound to do so much
of the work as may be possible with the materials and stores supplied in the aforesaid period. For the
completion of the rest of the work the Bidder shall be entitled to such extension of time as may be
determined by the Engineer-In-Charge whose decision in this regard shall be final.
b. The Bidder on signing an indenture in the form to be specified by the Engineer-in-Charge shall
be entitled to be paid during the progress of the execution of the work 75 % of the estimated value of
stipulated materials as per the opinion of the Engineer-in-Charge and are in accordance with the
contract and which have been brought on the site in connection therewith and are adequately
stored and/or protected against damage by weather or other causes.
c. The Bidder shall see that only the required quantities of materials are got issued. Any such
material remaining unused and in perfectly good condition at the time of completion or
determination of the contract shall be returned to the Engineer-In-Charge at a place where
directed by him, if by a notice in writing under his hand, he shall so require. Credit for such material
will be given at the prevailing market rate not exceeding the amount charged from him, excluding
the storage charges levied at the time of issue of materials to him. The Bidder shall also not be
entitled to cartage and incidental charges for returning the surplus materials from and to the stores
wherefrom they were issued.
d. SCHEDULE SHOWING (APPROXIMATELY) MATERIALS TO BE SUPPLIED BY THE PWD FOR
EXECUTION OF THE WORK AND THE RATES AT WHICH THEY ARE TO BE CHARGED FOR, ARE AS
BELOW :

RATE AT WHICH THE


QUANTITY MATERIALS WILL BE PLACE OF
SL. NO. PARTICULARS
(APPROXIMATE) CHARGED FOR DELIVERY
Unit Rs. P.

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 61 -
The difference in the quantity of steel reinforcement or structural steel sections actually issued to
the Bidder and the theoretical quantity including authorized variations, if not returned by the Bidder
shall be recovered at twice the issue rate including storage charges, without prejudice to the
provision of the relevant conditions regarding return of materials governing the contract. In the
event of it being discovered that the quantity of cement used is less than the quantity ascertained
as hereinbefore provided (allowing variations on the minus side as stipulated above), the cost of the
quantity of steel reinforcement or structural steel not so used shall be recovered from the Bidder on
the basis of stipulated issue rate including storage charges and cartage to site.
(ii) After the completion of the work the actual quantity of cables (other than underground
cables) wires, conduits/G.I. pipes, G.I./M.S. sheets used in the various items of work shall be
calculated on the basis of the measurements recorded in the Measurement Books for purposes of
payment and for assessing the consumption of materials used in works. Over this quantity a variation
of 5% plus shall be allowed for wastage of materials during execution in case of cables (other than
underground cables), wires, conduit pipes/G.I. pipes and 10% plus in case of G.I/M.S. sheets. The
difference in quantity of material actually issued to the Bidder and the quantity recorded in the
Measurement Book including authorized variation as stated above, if not returned by the Bidder shall
be recovered at twice the issue rate including storage charges and cartage to site without
prejudice to the provisions of the relevant conditions regarding return of materials governing the
contract.

(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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 62 -

SECTION- V

TECHNICAL SPECIFICATIONS

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 63 -

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 64 -

SPECIAL CLAUSE FOR DISMANTLING OF STRUCTURE

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 65 -

SECTION- VI

DRAWINGS

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 66 -

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.

3.0 SECRECY CLAUSE:


The drawings and specifications made available to the bidder shall exclusively be used on
the work and they are retained from passing on each plan to any unauthorized hand either in
parts or in full under the provisions of Section-3 and 5 of the official secrets Act 1923. Any
violation in this regard will entail suitable action under appropriate clause or official secret Act
1923.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 67 -

SECTION- VII

FORMS OF SECURITY

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 68 -

Annexure-IV

FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 69 -

Annexure-V
PERFORMANCE BANK GUARANTEE

To

………………………………………………..(Name of the Employer)

…………………………………………………(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.

Signature and Seal of the Guarantor……………………………………………………………………..

Name of the Bank…………………………………………………………………………………………….

Address…………………………………………………………………………………………………………

Date………………………………………..

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 70 -

VOLUME – II

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 71 -

SECTION- VIII

BILL OF QUANTITIES

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 72 -

Annexure-VI

Date_______________
To,
The Executive Engineer,
Sabroom Division, PWD(R&B),
Sabroom, South Tripura.

Authorized address for communication:-


Telephone nos:-
Mobile Nos:-
Fax no:-
Email ID:-

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.

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

a. Item rate Contract Rs………………………*(NOT APPLICABLE HERE).


b. For percentage Rate Contract, I / We undertake to execute the work at the same rate as
filled up /quoted online by me/us in Bill of Quantity (in downloaded macro enabled MS-Excel
Sheet) of the same bid as referred to Clause -12 (in Section-II, Instruction to Bidders). In
addition, the total amount as computed in macro enabled MS-Excel Sheet through online
would be the quoted offered amount by me/us for the same bid as referred above.

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_____________________

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 73 -

NOTES ON BILL OF QUANTITIES

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.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 74 -

SPECIAL CONDITION

1. Un-used construction materials, debris‟s and loose earth etc. should


be removed from the respective work site after completion of the
project/ work by the agency at his own cost and risk.
In case of non-implementation a penalty (Cost of removal of
construction materials debris‟s and loose earth etc) may be imposed
upon the Agency suitable.

2. Profile measurement will be the basic method for payment of


earthwork in filling/ cutting.

3. Final bill should be released on completion of work in all respect as


per specification & clause of agreement and after obtaining a
clearance certificate from the respective authority about removal of
wastages/ debris‟s etc. from the working site.

4. Payment will be made when fund will be available.

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 75 -

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bid Document for PWD, Tripura Page - 76 -

Abstract of Cost
for

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.
SL.
SUB-HEAD OF WORKS AMOUNT
NO.
I. CIVIL WORKS
A EARTH WORK ` 2666212.93
B CEMENT CONCRETE WORK ` 3189374.84
C REINFORCED CEMENT CONCRETE WORK ` 35211626.39
D BRICK WORK ` 5937686.16
E WOOD & PVC WORK ` 1574674.09
F STEEL WORK ` 423861.06
G FLOORING AND SKIRTING WORK ` 2966096.79
H ROOFING AND CEILING WORK ` 167273.93
I FINISHING WORK ` 1936073.72
J ALUMINIUM WORK ` 1129809.47
K WATER PROOFING WORK ` 882111.68
SUB-TOTAL (I) ` 56084801.04
II. PLUMBING WORKS
L SANITARY INSTALLATIONS ` 358564.58
M WATER SUPPLY ` 610011.50
N SEWAGE AND DRAINAGE WORK ` 527112.60
SUB-TOTAL (II) ` 1495688.68
TOTAL OF SUB-TOTAL (I+II) ` 57580489.72
ROUND UP ` 5,75,80,490.00

BIDDER/CONTRACTOR EXECUTIVE ENGINEER


Standard Single Bids Document for PWD, Tripura Page- 77-

Validate Print Help Percentage BoQ


Tender Inviting Authority : Executive Engineer, Sabroom Division, PWD(R&B), Sabroom, South Tripura.

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.

Contract No : CE(Buildings)/PWD/DNIT/ACE/Project Unit/03/2021-22

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 )

NUMB TEXT # NUMBER # TEXT # NUMBE NUMBER # TEXT #


ER
Sl.# Item Description Quantity Units R
Estimate TOTAL AMOUNT TOTAL AMOUNT
No. d Rate In Words

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.

1.60 Supplying chemical emulsion in sealed


containers including delivery as specified.

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-

3.00 SUB-HEAD : RCC WORK

3.10 Providing and laying in position specified


grade of reinforced cement concrete
excluding the cost of centring, shuttering,
finishing and reinforcement-
-All work upto plinth level:

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-

3.70 Providing precast cement concrete Jali


1:2:4 (1 cement: 2 coarse sand : 4 graded
stone aggregate 6mm nominal size)
reinforced with 1.6 mm dia mild steel wire
including centring and shuttering,
roughening cleaning, fixing and finishing in
cement mortar 1:3(1cement : 3 fine sand)
etc. complete, excluding the plastering of
jambs, sills and soffits

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).

3.90 Centering shuttering including struttings,


propping etc. and removal of form work for:

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

4.10 First class brick work in foundation and


plinth including cost of all materials as
required complete.
4.11 (i) In cement mortar 1:4 ( 1 cement : 4 fine 76.40 Cum 8888.40 679073.7600 INR Six Lakh Seventy Nine
sand ). Thousand &Seventy Three
and Paise Seventy Six Only
4.12 (ii) In cement mortar 1:6 ( 1 cement : 6 fine 130.92 Cum 8624.10 1129067.1720 INR Eleven Lakh Twenty Nine
sand ). Thousand &Sixty Seven and
Paise Seventeen Only
Standard Single Bids Document for PWD, Tripura Page- 81-

4.20 First class brick work in superstructure


above plinth level & upto floor-five level
including cost of all materials as required
complete.

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

5.10 Providing wood work in frames of doors,


windows, clerestory windows and other
frames, wrought framed and fixed in
position :
5.11 (i) Local Teak Wood 3.17 Cum 87719.70 278071.4490 INR Two Lakh Seventy Eight
Thousand &Seventy One
and Paise Forty Five Only
5.20 Providing and fixing ISI marked flush door
shutters conforming to IS: 2202 (Part I) non-
decorative type, core of block board
construction with frame of 1st class hard
wood and well matched commercial 3 ply
veneering with vertical grains or cross
bands and face veeners on both faces of
shutters.
5.21 (i) 35 mm thick including ISI marked 77.76 Sqm. 1786.60 138926.0160 INR One Lakh Thirty Eight
Stainless Steel butt hinges with necessary Thousand Nine Hundred &
screws. Twenty Six and Paise Two
5.30 Providing and fixing M.S. grills of required Only
pattern in frames of windows etc. with M.S.
flats, square or round bars etc. all
complete.
5.31 (i) Fixed to openings /wooden frames with 7030.80 Kg. 126.40 888693.1200 INR Eight Lakh Eighty Eight
rawl plugs screws etc. Thousand Six Hundred &
Ninety Three and Paise
5.40 Providing 40 × 5 mm flat iron hold fast 40 174.00 No. 162.40 28257.6000 Twelve Only Eight Thousand
INR Twenty
cm long including fixing to frame with 10 Two Hundred & Fifty Seven
mm diameter bolts, nuts and wooden plugs and Paise Sixty Only
and embedding in cement concrete block
30 × 10 × 15 cm 1:3:6 mix (1 cement : 3
fine sand : 6 graded stone aggregate 20mm
nominal size)

5.50 Providing and fixing aluminium sliding door


bolts ISI marked anodised (anodic coating
not less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade with nuts and screws etc. complete :

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-

5.60 Providing and fixing aluminium tower bolts


ISI marked anodised (anodic coating not
less than grade AC 10 as per IS : 1868 )
transparent or dyed to required colour or
shade with necessary screws etc. complete
:
5.61 (i) 300 x 10 mm 10.00 No. 128.20 1282.0000 INR One Thousand Two
Hundred & Eighty Two Only
5.62 (ii) 250 x 10 mm 3.00 No. 104.90 314.7000 INR Three Hundred &
Fourteen and Paise Seventy
5.70 Providing and fixing aluminium handles ISI Only
marked anodised (anodic coating not less
than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade with necessary screws etc. complete
:
5.71 (i) 125 mm 58.00 No. 64.70 3752.6000 INR Three Thousand Seven
Hundred & Fifty Two and
5.80 Providing and fixing aluminium hanging Paise Sixty Only
floor door stopper ISI marked anodised
(anodic coating not less than grade AC 10
as per IS : 1868) transparent or dyed to
required colour and shade with necessary
screws etc. complete.

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.

7.00 SUB-HEAD : STEEL WORK


Standard Single Bids Document for PWD, Tripura Page- 83-

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.

7.30 Providing and fixing hand rail using


structural steel etc. of approved size by
welding etc. to steel ladder railing, balcony
railing and staircase railing etc. including
cutting, hoisting, fixing in position and
applying a priming coat of approved steel
primer complete as required:-

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-

8.10 Providing and fixing Marble 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 white cement mixed with of matching
shade, including rubbing and polishing
complete.

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.

8.50 Providing and laying vitrified floor tiles in


different sizes (thickness to be specified by
the manufacturer) with water absorption
less than 0.08% and conforming to IS:
15622 - 2017, of approved make, in all
colours and shades, laid over 20mm thick
cement mortar 1:4 (1 cement : 4 fine sand),
jointing with grey cement slurry @ 3.3 kg/
sqm including grouting the joints with white
cement and matching pigments etc.,
complete.
8.51 (i) Double charged Stainfree vitrified tiles 894.27 Sqm 1118.20 999969.9185 INR Nine Lakh Ninety Nine
- Size of tile 60x60 cm Thousand Nine Hundred &
Sixty Nine and Paise Ninety
8.60 Providing and laying Vitrified tiles in
different sizes (thickness to be specified by
manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622 -
2017, of approved make, in all colours &
shade, in skirting, riser of steps, over 12
mm thick bed of cement mortar 1:3 (1
cement: 3 fine sand), jointing with grey
cement slurry @ 3.3 kg/ sqm including
grouting the joint with white cement &
matching pigments etc. 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-

8.70 Providing and laying cement concrete 1:2:4


(1 cement: 2 fine sand : 4 graded stone
aggregate 20 mm nominal size) flooring
finished with a floating coat of neat cement
including cement slurry, rounding of edges
and strips and cost of glass strips etc.
complete.

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.

9.00 SUB-HEAD : ROOFING AND CEILING


WORK
9.10 Providing and fixing on wall face
unplasticised Rigid PVC rain water pipes
(working pressure 4 kg/cm2) conforming
to IS : 13592 Type A including jointing
with seal ring conforming to IS : 5382
leaving 10 mm gap for thermal
expansion:
9.11 (i) Single socketed pipe - 110 mm OD 194.25 Metre 268.50 52156.1250 INR Fifty Two Thousand One
Hundred & Fifty Six and Paise
Twelve Only
9.20 Providing and fixing on wall face
unplasticised - PVC moulded fittings/
accessories for unplasticised Rigid PVC
rain water pipes conforming to IS : 13592
Type A including jointing with seal ring
conforming to IS : 5382 leaving 10 mm
gap for thermal expansion:

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

9.30 Providing and fixing unplasticised -PVC


pipe clips of approved design to
unplasticised - PVC rain water pipes by
means of 50x50x50mm hard wood plugs,
screwed with M.S. screws of required
length including cutting brick work and
fixing with cement mortar 1 : 4 (1cement : 4
fine sand) making good the wall etc.
complete.
9.31 (i) 110mm 430.00 Each 190.50 81915.0000 INR Eighty One Thousand
Nine Hundred & Fifteen Only
9.40 Providing and fixing to the inlet mouth of
rain water pipe PTMT grating with
thickness of 8mm and weighing not less
than 100gm. complete.
Standard Single Bids Document for PWD, Tripura Page- 86-

9.41 (i) 100mm 35.00 Each 97.20 3402.0000 INR Three Thousand Four
Hundred & Two Only
10.00 SUB-HEAD : FINISHING WORK

10.10 12 mm cement plaster of mix

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

10.70 Applying priming coat [Payment shall be


made after submission of Test Certificate
issued by the Manufacturer] :

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-

11.10 Providing and fixing aluminium work for


doors, windows, ventilators and partitions
with extruded built up standard tubular
sections/ appropriate Z sections and
other sections of approved make
conforming to IS: 733 and IS : 1285, fixing
with dash fasteners of required dia and
size, including necessary filling up of gaps
at junctions, i.e. at top, bottom and sides
with required EPDM rubber/neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and
jointed mechanically wherever required
including cleat angle, aluminium snap
beading for glazing / paneling, C.P. brass /
stainless steel screws, all complete as per
architectural drawing and the direction of
Engineer-in-charge. (Glazing and paneling
and dash fasteners to be paid for
separately) :-
11.11 (i) For fixed portion of approved quality:- 1042.02 Kg. 400.20 417016.4040 INR Four Lakh Seventeen
- Anodised aluminium (anodised Thousand &Sixteen and
transparent or dyed to required shade Paise Forty Only
according to IS: 1868, Minimum anodic
coating of grade AC 15).

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

11.30 Providing and fixing stainless steel ( SS


304 grade ) adjustable friction window stay
of approved quality with necessary
stainless steel screws etc. to the side hung
windows etc. complete as per direction of
Engineer-in-charge:-

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-

12.00 SUB-HEAD:WATER PROOFING WORK

12.10 Grading roof for water proofing treatment


complete as required as per direction of the
Engineer-in-charge with :

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

13.10 Providing and fixing water closet squatting


pan (Indian type W.C. pan ) with 100mm
sand cast Iron P or S trap, 10 litre low level
white P.V.C. flushing cistern with
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete including cutting and
making good the walls and floors wherever
required :
13.11 (i) White Vitreous china Orrisa pattern W.C. 14.00 Each 4634.90 64888.6000 INR Sixty Four Thousand
pan of size 580x440 mm with integral type Eight Hundred & Eighty Eight
foot rests. and Paise Sixty Only

13.20 Providing and fixing white vitreous china


pedestal type water closet (European
type W.C. pan) with seat and lid, 10
litre low level white P.V.C. flushing
cistern with manually controlled device
(handle lever), conforming to IS : 7231,
with all fittings and fixtures complete
including cutting and making good the walls
and floors wherever required :

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

13.50 Providing and fixing white vitreous china


wash basin including making all
connections but excluding the cost of
fittings:
13.51 (i) Flat back wash basin of size 15.00 Each 1139.90 17098.5000 INR Seventeen Thousand
550x400mm. &Ninety Eight and Paise Fifty
13.60 Providing and fixing P.V.C. waste pipe for Only
sink or wash basin including P.V.C. waste
fittings complete.

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.

14.20 Cutting chases in brick masonry walls for


following diameter sand cast
iron/centrifugally cast (spun) iron pipes and
making good the same with cement
concrete 1:3:6 ( 1 cement : 3 coarse sand
:6 graded stone aggregate 12.5 mm
nominal size ) including necessary plaster
and pointing in cement mortar 1:4(1cement:
4 coarse sand):
14.21 (i) 100 mm dia. 6.25 Metre 337.90 2111.8750 INR Two Thousand One
Hundred & Eleven and Paise
14.30 Providing and fixing on wall face Eighty Eight Only
unplasticised Rigid PVC rain water, soil,
waste & vent pipes (working pressure 6 kg /
cm2) conforming to IS : 13592 Type A
including jointing with seal ring conforming
to IS : 5382 leaving 10 mm gap for
thermal expansion:

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

14.50 Providing and fixing unplasticised -PVC


pipe clips of approved design to
unplasticised - PVC rain water, soil,
waste & vent pipes by means of
50x50x50mm hard wood plugs, screwed
with M.S. screws of required length
including cutting brick work and fixing with
cement mortar 1 : 4 (1cement : 4 fine sand)
making good the wall etc. complete.
14.51 (i) 110mm 450.00 Each 190.50 85725.0000 INR Eighty Five Thousand
Seven Hundred & Twenty Five
15.00 SUB-HEAD : WATER SUPPLY Only

15.10 Providing and fixing Chlorinated


Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water supply
including all CPVC plain & brass threaded
fittings i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of
pipes & fittings with one step CPVC solvent
cement and the cost of cutting chases
and making good the same including
testing of joints complete as per direction of
Engineer in Charge.
- Concealed work including cutting chases
and making good the walls etc.
15.11 (i) 15 mm nominal outer dia pipes 100.00 Metre 370.40 37040.0000 INR Thirty Seven Thousand
&Forty Only
15.12 (ii) 20 mm nominal outer dia pipes 100.00 Metre 422.60 42260.0000 INR Forty Two Thousand Two
Hundred & Sixty 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.

15.80 Constructing masonry Chamber 30x30x50


cm, inside , in brick work in cement mortar
1:4 (1 cement :4 fine sand) for stop cock,
with C. I. surface box 100x100 x75 mm
(inside) with hinged cover fixed in
cement concrete slab 1:2:4 mix (1
cement :2 coarse sand : 4 graded stone
aggregate 20 mm nominal size )
necessary excavation foundation concrete
1:5:10 ( 1 cement :5 fine sand:10 graded
stone aggregate 40mm nominal size )
and inside plastering with cement mortar
1:3 (1 cement :3 coarse sand) 12mm thick
finished with a floating coat of neat
cement complete as per standard design
:
15.81 (i) With Second Class bricks 60.00 Each 2172.40 130344.0000 INR One Lakh Thirty
Thousand Three Hundred &
Forty Four Only
15.90 Providing and fixing C.P. brass shower
rose with 15 or 20 mm inlet:

15.91 (i) 100 mm diameter 5.00 Each 111.30 556.5000 INR Five Hundred & Fifty Six
and Paise Fifty Only

16.00 SUB HEAD : SEWAGE AND DRAINAGE


WORKS
16.10 Providing, laying and jointing glazed
stoneware pipes grade ‘A’ with stiff mixture
of cement mortar in the of 1:1 (1 cement: 1
fine sand) including testing of joints etc.
complete :

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.

16.40 Constructing brick masonry chamber for


underground C.I. inspection chamber and
bends with 1st class bricks in cement
mortar 1:4 (1 cement : 4 fine sand) C.I.
cover with frame (light duty) 455x610 mm
internal dimensions, total weight of cover
with frame to be not less than 38 kg (weight
of cover 23 kg and weight of frame 15 kg)
R.C.C. top slab with 1:2:4 mix (1 cement :2
fine sand : 4 graded stone aggregate 20
mm nominal size) foundation concrete
1:5:10 (1 cement: 5 fine sand : 10 graded
stone aggregate 40 mm nominal size),
inside plastering 12 mm thick with cement
mortar 1:3 (1 cement: 3 fine sand) finished
smooth with a floating coat of neat cement
on walls and bed concrete etc. 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

Quoted Rate in Figures 0.0000 INR Zero Only

Select

Quoted Rate in Words INR Zero Only

You might also like