Food Corporation of India Regional Office West Bengal

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 25

File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No.

163873)
DFA/935183

े ीयकायालय भारतीयखा िनगम FOOD REGIONAL


CORPORATION OFFICE
प मबंगाल OF INDIA WEST
BENGAL

जी .बी लॉक, सा टलेकिसट , से टर-III, कोलकाता - 700097


G.B Block, Salt Lake City, Sector-III, Kolkata-700097
Website: WWW.fci.gov.in E-mail: gmwb.fci@gov.in

Name of Work: Supplying & fixing/installation of Modular furniture


for work stations, cabins with required accessories and other
furniture for FCI’s Regional Office (WB) at GB Block, Salt Lake
City, Sector-III, Kolkata-97

NOTICE INVITING TENDER(NIT)


Sealed Item Rate tender in Two Bid system are invitedfrom the experienced
technically & financially sound Manufacturers/Authorized dealers/Agencies dealing
in the modular furniture & office furniture on item rate contract for Supplying & fixing /
installation of Modular furniture for work stations, cabins with required accessories
and other furniture for FCI’s Regional Office (West Bengal) : Kolkata at GB Block,
Salt Lake City, Sector-III, Kolkata- 700097. Tenders/ bids will be valid for 30 days
from the date of opening the tenders and its validity shall be further extendable for
another 30 days at the discretion of FCI. The Cubicle Specification and required
items are as below, however the volume of work cannot be guaranteed:

Sl.
Item Description Qty
No.
Rectangular Modular Workstation with the
following details:
Front Partition Thickness - 52 mm
Side Partition Thickness - 23 mm
Partition Height - 1200 mm
Worktop - 25 mm Pre laminated with particle
board[1200 L x 600 D] mm
1 196
Leg Size Section – 40 mm x
40 mm
Intermediate Block 1 -Decorative Laminate
Intermediate Block –2 Decorative Laminate
Top Tile - Fabric/ Laminate/ Metal
Bottom Tile - Plain Metal
Metal Freestanding Pedestals with
2 Casters [646 H x 390 W x 435 D] 196

1
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

mm
3 Key Board Pull Out Tray 196

4 CPU Trolley (as per requirement) 196

A) ELIGIBILITYCONDITIONS

Manufacturer/Authorized dealers/Agencies who will be able to meet the following


criteria are only eligible to apply.
a. Manufacturer/Authorized Dealers/ Agencies should have at least five
years’ experience in manufacturing/ dealing in supplying and fixing/
installing of Modular furniture(completed supply orders should be
enclosed).
b. Manufactures/ Authorized Dealers/ Agencies should have average
annual gross turnover of Rupees One crore per annum in last three
completed financial years in the field of supply of Modular office
furniture.
c. Tenderers/Bidders should have carried out and completed the
works of supply of Modular office furniture work during last 5
years ending 31st March, 2023 at least Rs 20 Lakh in one single
contract in one financial year or Rs 30 Lakh in multiple contracts
in one financial year or 40 Lakh in single or multiple contracts
irrespective of financial year. At least one/ two completed works
should have been carried out in Government/ semi Government/
Autonomous organization / PSUs /Private sector organizations and
authenticated by concerned executing authority. Private sector
experience/ work done certificates can be supported with a copy
of TDS certificate.
d. Manufacturers/ Authorized Dealers/ Agencies will give undertaking for
comprehensive warranty for supplied/ installed items for three years
after satisfactory completion of work.
e. The tenderer shall clearly specify whether the tender is submitted on his
own or on behalf of partnership concern. In later case, the certified
copies of registered partnership deed along with Firm registration
certificate be submitted with Technical bid.
f. Supply of material & erection thereof shall be completed within 60 days
from the date of placing the order by FCI office. The bidder must note
that the successful bidder should give a security deposit in the
account of Food Corporation of India payable at Kolkata Account
No. 10945133806, IFSC : SBIN0007502, Branch : State Bank of
India, Commercial Branch, Park Street, Kolkata amounting to 13%
(thirteen) of quoted rate. The security should be furnished within a period
of seven days after acceptance of rate, and shall be released after
satisfactory completion of work.
g. The manufacturer should be a member of BIFMA & IGBC (Indian Green
Building Council) & should have AIOTA, GRIHA V.2019:Criterion 30 and SVA
GRIHA:Criterion 14, Green Pro, IAQ and Green Guard Certification (from UL).

2
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

The bidder has to submit a bid specific authorization certificate from the OEM.

h. Successful bidder shall be required to make layout plan of office as per


architectural plan and would be required to supply the material as per the
plan.

B.The technical bid must accompany the following mandatory


requirements/documents:

a. The rates quoted must be accompanied by earnest money of Rs. 1,00,000/-/-


(Rupees One Lakh only) only deposited in the account of Food
Corporation of India payable at Kolkata Account No. 10945133806, IFSC
: SBIN0007502, Branch : State Bank of India, Commercial Branch, Park
Street, Kolkata. The bidders are required to upload the proof of payment of
the EMD deposition in the GeM Portal. Without uploading proof of payment,
the bidders will be technically disqualified. The EMD so deposited will be
refunded to the unsuccessful bidders and will be converted into Security
Deposit in respect of successful bidder. EMD will be exempted for MSME
bidders.
b. Documents giving evidence of execution of work and turnover as mentioned
above in eligibility condition.
c. Registration certificate under the relevant Act, in the case of manufactures or
Dealership certificate in case of Authorized Dealers/ Agencies.
d. Submitted Income Tax return for the last three years.
e. Copy of PAN card.
f. Copy of registration of GSTIN.
g. Experience Certificate issued by any Govt. Department / Public Sector undertaking / Private
limited Company for successful completion of similar nature Contract for 05 (five) years
h. Trade License documents.
i. Other required documents and certifications stated in the entire tender document
j. Signed Copy of Tender Document
k. Copy of Registered partnership deed (in case of partnership firm) / memorandum and
articles of association / by laws / certificate of registration etc. as applicable
l. Duly signed Undertaking of bidder for non-blacklisting / debarred for last five years
m. Power of attorney of person signing the tender (if applicable)
n. Certification towards membership of BIFMA & IGBC (Indian Green Building Council),
AIOTA, GRIHA V.2019:Criterion 30 and SVA GRIHA:Criterion 14, Green Pro, IAQ and
Green Guard Certification (from UL).

Signature with stamp of Bidder

D. Validity Period:

3
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

Tenders/bids shall remain valid and open for a period of 30 days from the date
of opening of technical bid and if required further extendable for another 30
days at the discretion of FCI. The rights to reject any item or entire
tenders/bids at any stage or to cancel the tender in process shall be reserved
with the Food Corporation of India without assigning any reasons thereof.

FOOD CORPORATION OF
INDIA
REGIONAL OFFICE(WEST
BENGAL):KOLKATA

ACCEPTANCELETTER
(TOBESUBMITTEDINCOVERNO.1)

To,
The General Manager(R)
Food Corporation of India,
Regional Office (West Bengal),
Kolkata-97
Sir,
Sub.: Acceptance of FCI tender conditions.

A. I/We have read and examined all the following documents relating to the
work as indicated in this tender document.
B. In consideration of I/we being invited to tender and promise by FCI to
consider the award of work if I/We are found to be the lowest responsive
bidder as stipulated in the conditions of contract, I/We agree to keep the
tender open for acceptance for ninety days from the due date of submission
thereof and not make any modifications in its terms and conditions. If the
work is awarded the item rates will remain valid for one year from the date of
award by FCI.
C. A sum of Rs. 1,00,000/-/- (Rupees One Lakh) only is hereby submitted
through electronic transfer in favour of FOOD CORPORATION OF INDIA,
payable at Kolkata towards EMD (Earnest Money Deposit). If, I/We fail to
keep the tender open as aforesaid or make any modifications in the terms
and conditions of the tender, I/We agree that FCI shall without prejudice to
any other right or remedy, be at liberty to forfeit the said earnest money
absolutely and I /We shall not be considered as unsuccessful tenderer for the
purpose of return of earnest money as provided in the Notice Inviting Tender
should this tender be accepted. I/We hereby agree to abide all the terms,
conditions and provisions of the aforesaid documents.

If, after the tender accepted. I/We fail to commence the execution of the
works as provided in the conditions. I/We agree the FCI shall without prejudice to
any other right or remedy, be at Liberty to forfeit the said earnest money absolutely
and take suitable actions against me/us as deemed fit under the terms and
conditions of the contract.

4
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

I/We agree that should FCI decide to forfeit earnest money as aforesaid
unless a sum equal to the earnest money mentioned above is paid by me/us
forthwith, FCI may at its option recover it out of the deposit and in the event of
deficiency, from any other moneys due to me/us or otherwise.
If the tender is accepted, I/We agree that the earnest money deposited at the
time of tender shall be treated as part of security deposit and the balance security
deposit shall be paid by me/us or FCI shall collect the same by deductions from
my/our running bills as per conditions of contract.

D. I/We hereby unconditionally accept the tender conditions of FCI tender documents in its entirety
for the above work .

Yours faithfully,

(Signature of the tenderer


with rubber stamp) Address
with stamp

Date: Telephone
No.

Witness:

Date

Address

INSTRUCTIONS

1. References information and certificates from the respective clients certifying suitability,
technical know-how or capability of the applicant should be signed by the concerned executing
authority.
2. The applicant may furnish any additional information, which he thinks is necessary to establish
his capabilities to successfully complete the envisaged work. He is however, advised not to
furnish superfluous information.Noinformationshallbeentertainedaftersubmissionoftender
documents unless it is called for by the FCI.
3. The technical bid document in prescribed form duly completed and signed should be submitted
as prescribed in NIT.
4. The rate quoted shall be firm throughout the contract period without any change.

5. The staff to be engaged on this work shall have full knowledge and experience of the work in
which they are engaged and to be adhered with all safety / security measures. The electrical /
foreman shall have valid licenses for corresponding trades.

5
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

6. If any incomplete / ambiguous details submitted such tender are liable to be rejected without
seeking any further clarification.
7. Any variation in the terms and conditions of the general / special conditions for payment,
security deposit, penalty (for not providing the staff) is not acceptable by FCI.
8. Tenders/bids shall remain valid and open for a period of 30 days from the
date of opening of technical bid and if required further extendable for another
30 days.
9. FCI reserves the right to award the work in full or part as per the decision of the competent
authority.
10. The contractor has to inform contact Telephone No., and the person to be contacted in case of
contingency / emergency.
11. No additional documents will be entertained after opening of bid.

GENERALCONDITIONS

1. Singular & Plural : Where the context so requires, words importing the singular only also
include the plural and vice-versa. Headings & marginal notes to these General conditions shall
not be deemed to form part thereof or be taken into consideration in the interpretation or
construing thereof or of the contract.
2. Sufficiency of Tender : The contractor shall be deemed to have satisfied himself before
tendering as to the correctness and sufficiency of his tender for the works and of the rates and
prices quoted in the schedule of quantities which rates and prices shall, except or otherwise
provide, cover all his obligations under the contract and all matters and things necessary for the
proper completion and maintenance of the works.
a. The several documents forming the contract are to be taken as mutually explanatory of
one another, detailed drawing being followed in preference to small-scale drawing and
figures dimensions in preference to scale and special conditions in preference to
General Conditions.
b. In the case of discrepancies between schedule of quantities, the specifications and / or
the drawings, the following order of preference shall be observed.
a. Description in schedule of quantities.
b. Particular specification and special conditions if any
c. Drawings
d. General Specifications.
c. If there are varying or conflicting provisions made in any one document forming part of
the contract, the accepting authority shall be deciding authority with regard to the
intention of the document.
d. Any error in description, quantity or rate in schedule of quantities or any omission thereof
shall not vitiate the contract or release the contractor from the execution of the whole or
any part of the works comprised there in according to drawings and specifications or
from any of his obligations under the contract.
e. If on check there are found to be differences between the rates given by the contractor in
words and figures or in the amount worked out by him in the schedule of quantities and
general summary, the same shall be adjusted in accordance with the following rules.
3. In the event of a discrepancy between description in words and figures quoted by a tenderer,
under rate column, the lowest rate among the two shall prevail.
4. In the event of an error occurring in the amount column of schedule of quantities as a result of
wrong extension of the unit rate and quantity the unit rate shall be regarded, as firm and

6
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

extension shall be amended on the basis of the unit rate.


5. All errors in totaling in the amount column and in carrying forward totals shall be corrected.
6. The total of various sections of schedule of quantities amended shall be carried over to the
General summary and the tendered sum amended accordingly. The tendered sum so altered
shall, for the purpose of the tenderer, be substituted for the sum originally tendered and
considered for acceptance instead of the original sum quoted by the tenderer. Any rounding off
of quantities or in sections of schedule of quantities or in General Summary, by the tenderer,
shall be ignored.
7. The manufacturer should be a member of BIFMA & IGBC (Indian Green Building Council) &
should have AIOTA, GRIHA V.2019:Criterion 30 and SVA GRIHA:Criterion 14, Green Pro, IAQ
and Green Guard Certification (from UL).
8. The bidder has to submit a bid specific authorization certificate from the OEM.

SCOPEOFWORK

3. The work of supplying and fixing of Modular furniture of work stations, cabins with accessories
and standard furniture for Regional Office, new Building at Salt Lake, Sector-III.
4. Salient details of the work for which tenders are invited.
S. Name of work Period of completion
No.
A. Supplying, fixing / installation of 60 days from the date of placing the
Modular furniture for work order along with provision of
station, cabin with required warranty for comprehensive
accessories and other furniture maintenance for three year period
for FCI, RO(WB),Kolkata at GB
Block, Salt Lake City, Sector-III, from the date of satisfactory
Kolkata- 700097 completion of work.

5. The scope of work involves provision of Modular furniture and other furniture items. The
tenderer has to provide their three layout plans while supply orders are placed. The plans
should have seating variant 10% Additional layout, if called, will be in the set of three options.
6. The item rates offered should include GST, octroi, transportation charges or any other
APPLICABLE taxes to the RO (West Bengal) building at Salt Lake City, Kolkata-97, with
installing / erecting/fixing at appropriate places/locations as per the approved drawings.
7. Site Location : The furniture is to be provided in a newly constructed Office Building at GB
Block, Salt Lake City, Sector-III, Kolkata- 700097.The office will try to provide vacant space as
far as possible and in the event of not providing vacant working space, the contractor should
prepare to work after office hours and on Saturdays, Sundays & holidays.
DEFINITIONS:

8. In this document the following words and expressions have the meaning here by
assigned to them.
a. Corporation: Means the Food Corporation of India.
b. Applicant: Means the individual proprietary firm, firm in partnership, limited
company,
c. Year“Means’, “Financial Year”, unless stated otherwise.
d. “similar work” means work of Modular furniture in commercial, corporate, and
hotel, bank, Institutional and other buildings.
e. “Main Tenderer” means the person / firm specializing in executing the work of
component bearing the highest estimated cost in respect to other components in
the group and who shall sign the single agreements considering all components
in the group.

9. METHOD OF APPLICATION
a. If the applicant is an individual, the application shall be signed by him above his full
typewritten name and current address.

7
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

b. If the applicant is proprietary firm, the application shall be signed by the proprietor above
his full typewritten name and the full name of his firm with its current address.
c. If the applicant is a firm in partnership, the application shall be signed by all the partners
of the firm above their full typewritten name and current addresses or alternatively by a
partner holding Power of Attorney for the firm. In the later case a certified copy of the
Power of Attorney should accompany the application. In both cases a certified copy of
the partnership deed and current address of all the partners of the firm should
accompany the application.

d. If the applicant is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy
of the power of attorney. The applicant should also furnish a copy of the memorandum and
Articles of Association duly attested by a Public Notary / Gazetted Officer.

10. FINANCIAL DECISION-MAKING AUTHORITY:

The Corporation reserves the right to accept or reject any application and to
annul the tender process and reject all applications at any time, without
assigning any reasons or incurring any liability to the applicants.
11. SITE VISIT

The applicant is advised to visit the site of work, at his own cost, and
examine it and its surrounding to collect all information that they consider
necessary for proper assessment of the prospective assignment.
12. CRITERIA FOR ELIGIBLITY FOR TECHNICAL BID

The criteria of eligibility of experience, technically and financially sound,


reputed manufacturers / dealers of modular / standard office furniture, shall
be as under :
A. The applicant should have experience of having successfully completed similar nature of works
during the last five years ending last day of the month previous to the one in which applications
are invited (supply orders be enclosed).

Tenderers/Bidders should have carried out and completed the works


of supply of Modular office furniture work during last 5 years ending
31st March, 2023 at least Rs 20 Lakh in one single contract in one
financial year or Rs 30 Lakh in multiple contracts in one financial year
or 40 Lakh in single or multiple contracts irrespective of financial year.
At least one/ two completed works should have been carried out in
Government/ semi Government/ Autonomous organization / PSUs
/Private sector organizations and authenticated by concerned
executing authority. Private sector experience/ work done certificates
can be supported with a copy of TDS certificate.
For this purpose, ‘cost of work’ shall mean gross value of the completed
work including the cost of materials supplied to the Govt.,/client, but
excluding those supplied free of cost. Concerned executing Authority should
certify this.
B. The applicant should have average annual financial turnover (gross) of Rupees one crores per
annum during the last three financial years in the field of supply & fixing the Modular Office
furniture.
C. The applicant should have sufficient number of technical and administrative employees for the

8
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

proper execution of the contract. The applicant should submit a list of these employees stating
clearly how they would be involved in this work. The company profile is to be submitted along
with the bid documents.

D. The applicant’s performance for each work completed in the last 5 years and in hand should be
certified by concerned executing authority / relevant TDS certificate.
E. The applicant shall clearly specify whether the bid is submitted on his own or on behalf of
partnership concern. In later case, the certified copies of partnership deed executed under
Indian Partnership ACT be submitted along with bid.
F. The applicant will give undertaking for comprehensive warranty for supplied & fixed items for
one year after satisfactory completion of work.
G. Supply of material including its installation will be within 60 days from the date of placing the
order by Food Corporation of India. The bidder must note that successful bidder should give a
security deposit through electronic transfer in favour of Food Corporation of India payable at
Kolkata amounting to 1 3% (thirteen) of quoted Rate to be deposited in the account
of Food Corporation of India payable at Kolkata Account No.
10945133806, IFSC : SBIN0007502, Branch : State Bank of India,
Commercial Branch, Park Street, Kolkata. The security deposit should be
furnished within 7 days after order for supply is placed and shall be released after satisfactory
completion of work.

13. EVALUATION CRITERIA FOR TECHNICAL BID

1. All mandatory requirements as stated in this document must to qualify in Technical Bid. The
Corporation reserves the right, without being liable for any damages or obligation to inform the
applicant to;
a. Amend the scope and value of contract.
b. Reject any or all the applications without assigning any reasons.
2. Any efforts on the part of applicant or his agent to exercise influence or to pressurize the
employer would result in rejection of his application. Canvassing of any kind is prohibited.
3. Even though an applicant may satisfy the above requirements, he would be liable for
disqualification if he has;
a. Made misleading or false representation or deliberately suppressed the information in
the forms, statements and enclosures required in the pre-qualification document.
b. Record of poor performance such as abandoning work, not properly completing the
contract, or financial failures / weaknesses etc.

14. EXPERIENCE IN SIMILAR WORKS:

A. Applicant should furnish the following:


a. List of all works of similar class successfully completed during the last five years (form
enclosed in document)

b. List of the works under execution or awarded (form enclosed in document )

Particulars of completed works and performance of the applicant duly authenticated / certified
by an officer not below the rank of Executive or equivalent TDS Certificates should be
furnished separately for each work completed or in progress (form enclosed in document)

17. The contractor shall have to maintain desired progress of work as planned from time to time. In
the event of his failure to maintain the required progress of work, the General Manager (West)
or an Officer authorised by him in his behalf shall have the right to cancel his contract and / or
engage a parallel agency for completion of work at the risk and cost of the contractor as

9
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

deemed fit.
18. All tools and plants, machinery and fuel etc., required for execution of work will be arranged by
the contractor at his own cost. Nothing extra would be payable for service tax, sales tax,
transport, octroi, entry tax, local tax etc.
19. The contractor shall not sublet any portion of the work without prior written permission of the
competent authority. The contractor shall provide a set of three alternate proposals required for
execution of work like architectural, and other detailed drawings for its approval from the
appropriate authorities of FCI.
20. Contractor shall submit the complete programme of execution along with BAR chart proposed
to be followed for completion of work within 7 days of award of work.

21 SECURITY DEPOSIT

Security deposit amounting to 13% (thirteen) of quoted rate shall be


admissible and the tenderer will be liable to pay the same the Food
Corporation of India Account payable at Kolkata Account No.
10945133806, IFSC : SBIN0007502, Branch : State Bank of India,
Commercial Branch, Park Street, Kolkata through electronic transfer
as per account details stated in the tender document within 07 (seven)
days from the date of acceptance of quoted rate failing which the bid will
be rejected.

22 TAXATION:
Recovery on account of Income Tax, GST & any other tax thereon, shall
be made as per provisions of the rules in force.
23 LIQUIDITY DAMAGES:

If the contractor fails to maintain the required speed and the work is not
completed during the stipulated time period, Food Corporation of India
shall recover liquidated damages at the rate of 0.25% (point twenty five
percent) of the total cost of the work per day of delay subject to maximum
of10% (ten percent) of the total cost of work, or per day such smaller
amount as may be fixed by the competent authority.

24. After the completion of work the contractor shall hand over the work after proper site clearance
as directed by the General Manager (West Bengal) or an officer authorized by him on his
behalf.

25 MAINTENANCE PERIOD:

The contractor shall be fully responsible for the quality, workmanship and
structural safety of the items proposed to be executed by them.
Contractor shall be fully responsible for liability of defects in the work
executed by him for a period of ONE year from the successful handing
over of the work to Food Corporation of India. The contractor at his cost
and expenses shall rectify all defects noticed during the defects liability
period. In the event of failure on the part of the contractor to rectify the
defects the same way, without prejudice to any other right available to it
in law, will be rectified by FCI for and on behalf of contractor. Food
Corporation of India shall have the right to deductor set off the expenses
incurred by it in rectifying the defects as aforesaid from / against any
amount due and payable or becoming due and payable by Food

10
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

Corporation of India to the contractor under this agreement or any other


contract whatsoever.
26. The contractor will be responsible for obtaining “Contractor all risk policy” toward entire cost of
the work and will obtain workmen compensation policy at his own cost.
27. The decision of the Food Corporation of India, regarding the quantum of reduction as well as
justification thereof in respect of rates for sub-standard work which may be decided to be
accepted will be final and would not be open to arbitration.
28. The work may be inspected by Central Vigilance Commission and any deductions
/compensation proposed by CVC or FCI in regard to defective work or not confirming to
specification, loss of time, amount shall be deducted from their bill or by sale of their properties
at site.
29. The contractor shall have to make his own arrangements for the space required for storing &
stacking of the Material, T&P etc., at site.
30. The contractor shall employ the specialized agency who has experience in the relevant fields to
carry out the works. However, approval of the General Manager (West Bengal) or any other
officer authorized by him in this behalf shall be obtained before finalization / employing the
Agencies.

31 TIME & EXTENSION FOR DELAY:

The time allowed for execution of the works as specified in accordance


with the conditions shall be the essence of the contract. The execution of
the works shall commence within 5 days after the date on which the
General Manager (West Bengal) or any other officer authorized by him on
his behalf issues written orders to commence the work. If the contractor
commits default in commencing the execution of the work as aforesaid,
FCI shall without prejudice to any other right or remedy be at liberty to
forfeit the earnest money absolutely.

32 INSPECTION

Department officers concerned with the contract shall have powers at any
time to inspect and
examineanypartoftheworksandthecontractorshallgivesuchfacilitiesasmaybe
requiredfor such inspection and examination.

33 REMOVAL OF WORKMEN:

The contractor shall employ in and about the execution of the works only
such persons who are skilled and experienced in their several trades and the
GM(West Bengal) or any other officer authorized by him on his behalf shall
be at liberty to object to and order the contractor to remove from the works
any person employed by the contractor in or about the execution of the works
who in the opinion of the GM(West Bengal) or any other officer authorized by
him on his behalf misconducts himself or in competent or negligent in the
proper performance of his duties and such person shall not be again
employed upon the works without permission of the GM (West Bengal) or any
other officer authorized by him on his behalf.
34 COMPLETION CERTIFICATE:

As soon as the work is completed, the contractor shall give notice of such
completion to the GM(West Bengal) or any other officer authorized by him on
his behalf and within three days of receipt of such notice the GM (West

11
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

Bengal) or any other officer authorized by him on his behalf shall inspect the
work and shall furnish the contractor with a certificate of completion indicating
(a) the date of completion, (b) defects to be rectified by the contractor and / or
(c) items for which payment shall be made at reduced rates. When separate
periods of completion have been specified for items or group of items, the
GM (West Bengal) or any other officer authorized by him on his behalf shall
issue separate completion certificate for such item or groups of item. No
certificate of completion shall be issued, nor shall the work be considered to
be complete till the contractor shall have removed from the premises on
which the work has been executed all scaffolding, sheds and surplus
materials, except such as are required for rectification of defects, rubbish and
all huts and sanitary arrangements required for his workmen on the site in
connection with the execution of the work, as shall have been erected by the
contractor or the workmen and cleared all dirt from the parts of buildings in
upon or about which the work has been executed or of which he may have
had possession for the purpose of the execution thereof and cleaned floors,
gutters and drains, eased doors and sashes, oiled locks and fastening
labeled keys clearly and handed them over to the GM(West Bengal) or any
other officer authorized by him on his behalf or his representative and made
the whole premises fit for immediate occupation or use to the satisfaction of
the GM (West Bengal) or any other officer authorized by him on his behalf.

37. CONTRACTOR'S LIABILITY AND INSURANCE:


The contractor shall engage necessary workmen as his own employees and
Corporation shall not be liable for any act, omission, negligence, accident etc.
if any caused by such engagement. The contractor shall be responsible for
compliance of all laws, rules and regulations for employment of his workmen
and for due performance of the contract from commencement to completion
of the works, the contractor shall take full responsibility for the case thereof
and for taking precautions to prevent loss or damage and shall be liable for
any damage or loss that may happen to the works or any part thereof and all
FCI T&P from any cause whatsoever shall at his own cost repair and make
good the same so that at completion, the works and all FCI T&P shall be in
good order and condition and in conformity in every respect with the
requirements of the contract and instructions of the General Manager (West
Bengal) or any other officer authorized by him on his behalf.

38. NOTICES TO LOCAL BODIES:

The contractor shall comply with and give all notices required under any
Government authority, instrument, rule for order made under any Act of
Parliament, State Laws or any regulation or bye- laws of any local authority
relating to the works.
The contractor shall pay and indemnify Food Corporation of India against
any liability in respect of any fees or changes payable under any Act of
Parliament, State Laws or any Government instrument, rule or order and any
regulations or bye laws of any local authority in respect of the works.

SUBCONTRACTS:

12
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

The contractor shall not sublet any contract without the prior written approval
of the Accepting Authority.
39 FORECLOSURE OF CONTRACT IN FULL OR IN PART DUE TO
ABANDONMENT OR REDUCTION INSCOPE OF WORK.
If at any time after acceptance of the tender Food Corporation of India shall
decide to abandon or reduce the scope of the works for any reason
whatsoever and hence not require the whole or any part of the works to be
carried out, the General Manager (R) or any other officer authorized by him
on his behalf shall give notice in writing to that effect to the contractor and the
contractor shall have no claim to any payment of compensation or otherwise
whatsoever, on account of any profit or advantage which he might have
derived from the execution of the works in full but which he did not derive in
consequence of the foreclosure of the whole or part of the works.
41. TERMINATION OF CONTRACT ON DEATH:

If the contractor is an individual or a proprietary concern and the


individual or the proprietor dies and if the contractor is a partnership
concern and one of the partners dies then unless the Accepting authority
is satisfied that the legal representative of the individual contractor or of
the proprietor of the proprietary concern and in the case of partnership,
the surviving partners are not capable for and completing the contract,
the accepting authority shall be entitled to cancel the contract as to its
uncompleted part without FCI being in any way liable to payment of any
compensation to the estate of the deceased contractor and /or to the
surviving partners of the contractor's firm on account of the cancellation
of the contract. The decision of the accepting authority that the legal
representatives of the deceased contractor of the surviving partners of
the contractor's firm cannot carryout and complete the contract shall be
final and binding on the parties. In the event of such cancellation FCI shall
hold the estate of the deceased contractor and / or the surviving partners
of the contractor's firm liable in damages for not completing the contract
andthe General Manager(West Bengal) or an Officer authorized by him in
his behalf shall have the right to engage the other agency for completion
of work at therisk and cost of the contractor.

42. CANCELLATION OF CONTRACT IN FULL OR IN PART:

If the contractor:

a. At any time makes default in proceeding with the works with due diligence and continues to do
so after a notice in writing of 7 days from the General Manager(R) or any other officer
authorized by him on his behalf.
b. Commits default in complying with any of the terms and conditions ofthe contract and doesnot
remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to
him in that behalf by the General Manager(R) or any other officer authorized by him on his
behalf.
c. Fails to complete the works or items of work with individual dates of completion, on or before
that dates(s) of completion and does not complete the works within period of specified notice
given in writing in that behalf by the General Manager(R)or any other officer authorized by him
on his behalf.
d. Shall offer or give or agree to give to any person in FCI service or to any other person on his

13
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

behalf any gift or consideration of any kind as a inducement or reward for doing or forbearing to
do or for having done or forborne to do any act in relation to the obtaining or execution of this or
any other contra for FCI.

43.LIABILITY FOR DAMAGE,DEFECTS OR IMPERFECTIONS AND


RECTIFICATION THEREOF:

If the contractor or his workman or employees shall injure or destroy any part
of the building in which he may be working or any building, road, fence etc.
contiguous to the premises on which the work or any part of it isbeing
executed, or if any damage shall happen to them while in progress the
contractor shall upon receipt of a notice in writing in that behalf make the
same good at his own expense. It shall appear to the General Manager(R) or
any other officer authorized by him on his behalf at any time during supply
and installation or prior to the expiration of the defects liability period, that any
work had been executed with unsound, imperfect or unskilled workmanship
or that any material or articles provided by the contractor for execution of the
work are unsound or of a quality inferior to that contract for, or otherwise not
of defective or improper materials or workmanship the contractor shall , upon
receipt of a notice in writing in that behalf from the General Manager(R) or
any other officer authorized by him on his behalf, forth with rectify or remove
and reconstruct the work so specified in whole or in part, as the case may
require or as the case may be, and / or remove the materials or articles and
provide other proper and suitable materials or articles at his own expense,
notwithstanding that the same may have been inadvertently passed, certified
in his notice aforesaid, the General Manager (R) or any other officer
authorized and replace with others the materials or articles complained or as
the case may be, by other means at the risk and expense of the contractor.

44. In case of repairs and maintenance works, splashes and droppings from painting etc. shall be
removed and surfaces cleaned simultaneously with completion of these items of work in
individual rooms, cabins or premises etc., where the work is done, without waiting for
completion of all other items of work in the contract. In case the contractor fails to comply with
requirements of this condition, the General Manager(R) or any other officer authorized by him
on his behalf shall have the right to get the work done by other means at the cost of contractor.
Before taking such action, however, the General Manager(R) or any other officer authorized by
him on his behalf shall inform in writing to the contractor.

45. URGENT WORKS:

If any work (in respect whereof the decision of the General Manager(R) or
any other officer authorized by him on his behalf shall be final and binding)
becomes necessary and the contractor is unable or unwilling at once to carry
it out, the General Manager(R) or any other officer authorized by him on his
behalf may by his own or other work people carry it out as he may consider
necessary. If the urgent work shall be such as the contractor is liable under
the contract to carry out at his expense, all expense incurred on it by FCI shall
be recoverable from the contractor and be adjusted or set off against any sum
payable to him.
46. CHANGE IN CONSTITUTION:

Where the contractor is a partnership firm, prior approval in writing of the


accepting authority shall be obtained before any change is made in the
constitution of the firm where the contractor is an individual o ra Hindu
undivided family business concern such approval as aforesaid shall likewise

14
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

be obtained before the contractor enters into any partnership agreement


where under the partnership firm would have the right to carry out the work
hereby undertaken by the contractor. If prior approval as aforesaid is not
obtained, the contractor shall be deemed to have been assigned
contravention of provisions of contract and the same action may be taken
and the same consequences shall ensue.
47. TRAINING OF APPRENTICES:

The contractor shall employ with the provisions of the Apprentices Act 1961
and the rules and orders issued there under from time to time. The contractor
shall be liable for any pecuniary liability arising on account of any violation by
him of the provisions of this act.
48. CONTRACT OR REPRESENTATIVES, AGENT AND WORKMEN:

The contractor shall employ only Indian nationals and verify their antecedents
and loyalty before
employingthemonthework.Heshallensurethatnopersonofdoubtfulantecedentand
nationality is in any way associated with the work.
49. VALUATION AND PAYMENT

A)PAYMENT ON ACCOUNT:

The contractor shall submit interim bills at intervals as per the following
payment schedule fixed by the General Manager(R) for the work executed.
The General Manager(R) or any other officer authorized by him on his behalf
shall then manage to have the bill verified by taking or causing to be taken,
wherever necessary the requisite measurements of the work. Payment on
account admissible shall be made by the General Manager(R) or any other
officer authorized by him on his behalf certifying the sum to which the
contractor is considered entitled by way of interim payment as per the
payment schedule, for all work executed after deducting there from the
amounts already paid, the security deposit and such other amounts as may
be deductible or recoverable in terms of the contract the amount admissible
for interim bills shall be normally paid within a week from the date of receipt of
the bill by the General Manager(R)or any other officer authorized by him on
certifying the bills by the person authorized by General Manager(R) to
inspect and after such verification as is considered necessary.
B.TIME LIMIT FOR PAYMENT OF FINAL BILL:

The contractor shall submit the final bill within three months of physical
completion of the works. No further claims shall be made by the contractor
after submission of the final bill and these shall be deemed to have been
waived and extinguished. Payment of the items of the bill in respect of which
there is no dispute and of items in dispute, for quantities and at rates as
approved by the General Manager(R)or any other officer authorized by him
on his behalf, shall be made within the period being reckoned from the date
of receipt of the bill by the General Manager(R)or any other officer authorized
by him on his behalf.

After payment of the amount of the final bill payable as aforesaid has been
made, the contractor, if he so desired, reconsider his position in respect of
the disputed portion of the final bill and if he fails to do within 50 days, his

15
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

disputed claim shall be dealt with as provided in the contract.

C..INCOME TAX RECOVERY (TDS):

Before releasing payment to the contractor, tax recovery shall made from the
contractor's bill at the rate as applicable during that time.
D.OVERPAYMENTS AND UNDER PAYMENTS:

a. Wherever any claim for the payment of a sum of money to FCI arises or of under this contract
against the contractor the same may be deducted by FCI from any sum then due or which at
any time thereafter may become due to the contractor under contract and falling that under any
other contract with FCI from any other sum due to the contractor from FCI may be available
with FCI or from his security deposit or he shall pay the claim on demand.
b. FCI reserves the right to carry out post payment audit a technical examination of the final bill
including all support vouchers, abstracts, etc. FCI further reserve the right to enforce recovery
of any other when detected notwithstanding the fact that the amount of the final bill may be
included by one of the part as an item of dispute before an arbitrator appointed, of this contract
and notwithstanding the fact that the amount of the final bill figures in the arbitration award.
c. If as a result of such audit and technical examination any overpayment is discovered in respect
of any work done by the contractor or alleged to have been done by him under the contract, it
shall be recovered by FCI from the contractor by any or all of the methods prescribed above or
if any under payment is discovered the amount shall be duly paid to the contractor by FCI.
d. Provided that the aforesaid right of FCI to adjust overpayment against amount due to the
contractor under any other contract with FCI shall not extend beyond the period of ONE year
from the date of payment of the final bill or in case the final bill is a MINUS bill, from the date the
amount payable by the contractor under the MINUS final bill is communicated to the contractor.
e. Any amount due to the contractor under this contract for under payment may be adjusted
against any amount then due or which may at any time thereafter become due before payment
is made to the contractor, from him to FCI on any other contract account whatsoever.

50. LAWS GOVERNING THE CONTRACT & DISPUTERES OLUTION:

a. The contract will be governed by the laws of India for the time being in force.
b. In case of any dispute arising out of and touching upon the contract, the same will be first
referred to the dispute / Grievance Redressal Committee constituted and functioning at the
Zonal Office of the Corporation, with a view to settle the disputes. If any disputes remain
thereafter, the same will be settled in the court of law having competent jurisdiction.

51. SAFETYCODE:
1.
a. All precautionary steps shall be taken to prevent danger to person employed, from risk or
with debris or materials as to render it unsafe.
b. Noelectriccableorapparatuswhichis“liabletobeasourceofdangeroveracableor apparatus
used by operator shall remain electrically charged.
2. .All necessary personal safety equipment as considered adequate by the General Manager(R)
or any other officer authorized by him on his behalf shall be available for use of person
employed on the site and maintained in a condition suitable for immediate use and the
contractor shall take adequate steps to ensure proper use of equipment by those concerned.

a. Those engaged in welding works shall be provided with welders protective eye shield.
b. The contractor shall not employ, men below the age of 18 and women on the work of painting
with products containing lead in any form. Whenever men above the age of 18 are employed on
the work of lead painting, the following precautions shall be taken.
c. No paint containing lead or lead products shall be used except the form of paste or readymade
paint.
d. Suitable facemasks shall be supplied for use by workers when paint is applied in the form of
spray or a surface having lead paint dry rubbed and scrapped.

16
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

3. When work is done near any place where there is risk or drown in all necessary equipment
shall be provided and kept ready for use and necessary steps taken for prompt rescue of any
person in danger and adequate provision made for prompt first aid treatment of all injuries likely
to be sustained during the course of the work.
4. Use of hoisting machines and tackle including their attachment anchorage and supports shall
be of good mechanical construction, sound materials, adequate strength & in good working
condition.
5. All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in a safe condition and no scaffold, ladders or equipment shall be altered, or
removed while it is in use. Adequate washing facilities shall be provided at or near places of
work.
6. These safety provisions shall be bought to the notice of all concerned by display on a notice
board at a prominent place at the work spot. Persons responsible for ensuring compliance with
the safety core shall be named therein by the Contractor.
7. To ensure effective enforcement of the rules and regulations relating to safety precautions,
arrangements made by the contractor shall be open to inspection by the General Manager(R) or
any other officer authorized by him on his behalf and the inspecting officers as defined in the
contractors labour regulations.
8. Notwithstanding the above conditions, the contractor is not exempted from the operation of any
other Act or Rule in force.

SPECIAL CONDITIONS

1. GENERAL

1.1. Special conditions of contract shall be read in conjunction with


General Conditions of Contract, Technical Specifications, Drawings, and any
other documents forming part of this contract wherever the context so
requires.
1.2. Notwithstanding the sub-division of the documents into these
separate sections and volume, every part of each shall be deemed to be
supplementary to and complementary of every other part and shall be read
with and into the CONTRACT so far as it may be practicable to do so.
1.3. Where any portion of the General condition of contract is repugnant
to or at variance with any provisions of the special conditions of contract,
unless a different intention appears, the provisions of the special conditions
of contract shall be deemed to override the provisions of the General
conditions of contract and shall to the extent of such repugnance, or
variations, prevail.
1.4. The rates for different items of works shall be for all heights and
depths except where otherwise specified in the items of work. Rates are also
inclusive of precautionary and safety measures for workmen and staff to work
under said circumstances.

1.5 Any test certificates for the material used in manufacturing the items
proposed to be installed in the work will be produced by the contractor, if
asked for.

2. RESTRICTED WORKING HOURS:

In case normal working hours are reduced due to operational/security


requirement etc., nothing extra shall be payable by FCI on account of
restricted working, period and in restricted working condition.

17
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

3. DRAWINGS AND DOCUMENTS:

The drawing accompanying the Tender Document are of indicative nature


and issued for Tendering purpose with the purpose to enable the Tenderer
to make an offer in lines with the requirements of the FCI. However, no extra
claim whatsoever shall be entertained for variation, if any during actual
execution of work.

4. TEMPORARYWORKS:

All temporary and ancillary works including enabling works connected with
the work shall be responsibility of the contractor and the price quoted by
them shall be deemed to have included the cost of such works which shall be
removed by the contractor at his cost, immediately after completion of the
work.

5. REGULATIONS

7.1 All men and vehicles will observe the regulations in force in the building
complex and will do nothing to pose any danger to the smooth operations of
the building / complex.
7.2 All men and vehicles shall be permitted to the building premises only on
possession and verification of Identity card issued, by the contractor. The
contractor shall apply in writing in advance of the commencement of work for
issue of security passes and shall submit a list of personnel concerned with
their addresses and photograph. General Manager(R) or any other officer
authorized by him on his behalf who shall, at, his discretion, have the right to
recommend the issue of passes to control the admission of contractor, his
agents, his staff and workmen. The contractor shall ensure that his men will
work in areas/zones allotted to him. Passes shall be deposited with. The
General Manager(R) or any other officer authorized by him on his behalf on
demand and in any case immediately after completion of work. The
contractor, his staff/ workmen shall observe all the rules promulgated, from
time to time by the concerned authorities. Any person found violating the
security rules laid down by the Authority will be expelled from the area
without assigning any reason whatsoever and contractor shall have no claim
on this account. Nothing extra shall be payable by FCI on account of working
in restricted working conditions.
7.3 In case normal working, hours are reduced due to operational, security
requirements, etc., no extra payment shall be admissible to the contractor but
suitable extension of time shall be granted subject to verification of proper
records of such restricted working hours maintained at site.

6. INSPECTION OF SITE AND TESTING:

8.1 General Manager(R) or any other officer authorized by him on his behalf
shall have full power to inspect any portion of the work examine the materials
and workmanship at the contractor’s works or at any other place from where
the material is obtained. Acceptance of any material shall in no way relieve
the contractor of his responsibility for meeting the requirement of the
specifications.

18
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

8.2 All tests as directed by the General Manager(R) or any other officer
authorized by him on his behalf shall be done at the approved laboratory or
manufactures lab as decided by General Manager(R) or any other officer
authorized by him on his behalf. Testing charges if any shall be borne by the
contractor. All other expenditure required to be incurred for taking the
samples (inclusive of cost of samples), conveyance, packing etc.. shall also
be borne by the contractor. Authorized representative of contractor or
contractor himself should be present during sampling and testing.
8.3 The contractor should make arrangement for factory inspection of the
product brought to the sites before delivery at site if desired by General
Manager(R) or any other officer authorized by him on his behalf.

7. SITE FOR STACKING OF MATERIALS:

The Contractor shall stack materials at the site of work strictly as per
instructions of General Manager(R) or any other officer authorized by him on
his behalf keeping in view the requirements of the FCI. Nothing extra shall be
payable for any extra lead, involved in stacking the material at a reasonable
distance away from the work place.

8. SITE PRECAUTIONS:

i. Any materials or T&P etc., found lying outside the sites approved by the General Manager(R)or
any other officer authorized by him on his behalf shall be removed by the General Manager(R)
or any other officer authorized by him on his behalf at the risk and cost of the contractor.
ii. With regard to fixing / installation safety measures the contractor shall adhere to various Indian
Standard Codes of Practice, requirements of provincial Government and local Municipal
Authority wherever the provisions of the latter two agencies shall be more stringent than the
provisions of the former. When these codes do not exist, the contractor shall adhere to such
safety measures as directed by the General Manager (R) or any other officer authorized by him
on his behalf.
iii. The Contractor shall be responsible for any damage, resulting from his operations, either to
buildings, structures, fixtures such as underground cable, contact lights, hard surface areas,
water mains, other operations Installation, roads, etc., The contractor shall restore, replace or
repair any such damage to the complete satisfaction of the General Manager(R) or any other
officer authorized by him on his behalf and in default General Manager(R) or any other officer
authorized by him on his behalf may cause the same to be made good by any other means and
deduct the expenses from any sums due to contractor.

No payment will be made to the contractor for damage caused by rains or


other natural calamities or any person during the execution of the works and
no such claim on this account will be entertained.

AFFIDAVIT
(On Non-judicial stamp paper of Rs.100.00 in case the individual
who is the sole proprietor of the firm)

I,

19
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

……………………………………………………………….S/o………
…………………………………………………………
Age...................................... years, occupation business.
T/o
…………………………………………………………………………………
…………………………………………….

…............................................. do hereby state on oath as under.

That I am residing in......................................................... locality of

District…………………………………………….since
last................................ years.

That I am the sole proprietor of a proprietary concern name and style


as".............................................................................................................
"

Having its office


at…………………………….District……………………………..dealing in
business of Government, Civil contracts and ancillary works attached
therefore.
Hence, this affidavit.

DEPONENT

Note: This Affidavit should be notarized


SIGNATUREOFTENDERER

FORM
WORKDETAILS

DETAILS OF ALL WORKS OF SIMILAR TYPE OF WORKS COMPLETED


DURING THE LAST FIVE YEARS ENDING LAST DAY OF THE MONTH
MARCH 2023.

(Separate proforma to be filled for each work)


Rs.InLacs
1. 2. 3. 4. 5. 6. 7. 8. 9.
S. Name Name Cost Date of Stipulated Actual Litigation/ Name &
of of address/

20
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

No. of organi work commen Date of dateof Arbitration Telephone


No. of
work/ zation cement comple comple pending/ Officer to
whom
project asper tion tion in Reference
may be
and contract progress made
location with
details
**

**Indicate gross amount claimed and amount awarded by the Arbitrator.

SIGNATUREOFTENDERER(S)

FORM
WORKDETAILS

PROJECT UNDER EXECUTION OR AWARDED (Separate proforma to be filled for


each work)

Rs.InLacs
1. 2. 3. 4. 5. 6. 7. 8. 9.
S. Name Name of Cost Date of Stipulated Upto Slow Name
No. of organization of commen dateof date progress and
work/ work cement completion percen ifany & address/
project asper tage reason telephone
and contract progress thereof No. of
location ofwork officerto
whom
reference
maybe
made

**Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of TENDERER(s)

21
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

22
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

23
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

24
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM
File No. RO WB-33.0046.0/9/2023-HK Div RO WEST BENGAL (Computer No. 163873)
DFA/935183

25
Generated from eOffice by PRAMIT RAY, AG1(PR) - House Keeping- RO WB, ASSISTANT GRADE-1, RO WEST BENGAL on 21/12/2023 05:41 PM

You might also like