damodar valley corporation - rites€¦ · damodar valley corporation notice inviting tender no:...

103
Page 1 of 103 Signature of the tenderer under seal of the firm DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC- MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document for Repair and Renovation of RITES Office Building at Inplant of MTPS of DVC in connection with doubling the existing Railway Line from Raniganj to MTPS, Mejia, Dist. Bankura, West Bengal. PART – 1 TECHNICAL BID CONTENTS Section-1: Notice Inviting Tender and Instructions to Tenderers Section-2: Tender and Contract Form Section-3: Special Conditions of Contract Section-4: Schedule A to F Section-5: Technical Specifications Section-6: Drawings PART- 2 FINANCIAL BID CONTENTS Schedule (Bill) of Quantities (Percentage Rate Tender) Issued to (Name of Tenderer):________________________________________ Address of tenderer:_________________________________________________ Signature of officer issuing the documents___________________ Designation _______________________________ Date of Issue___________________ (A Govt. of India Enterprise) Regional Project Office, KOLKATA 56 C R Avenue, 2 nd floor, Kolkata – 700 012 e.mail : [email protected] Phone No: (033) 22367118/7146/7162/7143(Fax)

Upload: hoangkhanh

Post on 21-Apr-2018

232 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 1 of 103 Signature of the tenderer under seal of the firm

DAMODAR VALLEY CORPORATION

NOTICE INVITING TENDER NO: 72/OT/DVC-

MTPS/Office Building/2015 Dated 23.11.2015.

Tender and Contract document for Repair and Renovation of

RITES Office Building at Inplant of MTPS of DVC in

connection with doubling the existing Railway Line from

Raniganj to MTPS, Mejia, Dist. Bankura, West Bengal.

PART – 1

TECHNICAL BID

CONTENTS

Section-1: Notice Inviting Tender and Instructions to Tenderers

Section-2: Tender and Contract Form

Section-3: Special Conditions of Contract

Section-4: Schedule A to F

Section-5: Technical Specifications

Section-6: Drawings

PART- 2

FINANCIAL BID

CONTENTS

Schedule (Bill) of Quantities

(Percentage Rate Tender) Issued to (Name of Tenderer):________________________________________

Address of tenderer:_________________________________________________

Signature of officer issuing the documents___________________

Designation _______________________________

Date of Issue___________________

(A Govt. of India Enterprise)

Regional Project Office, KOLKATA

56 C R Avenue, 2nd floor, Kolkata – 700 012

e.mail : [email protected]

Phone No: (033) 22367118/7146/7162/7143(Fax)

Page 2: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 2 of 103 Signature of the tenderer under seal of the firm

RITES LTD

(A Govt. of India Enterprise)

REGIONAL PROJECT OFFICE, 56, C.R. Ave. (2nd floor), Kolkata-12

Phone No. 033-2236 7118/46/62 FAX-033 2236 7143

NOTICE INVITING TENDER

NIT NO.72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015

GGM (P), RITES Ltd, Kolkata on behalf of DVC invites sealed tenders from

contractors who fulfill qualifying criteria stipulated in Tender Documents for

the following work:

Name of work: Repair and Renovation of RITES Office Building at Inplant

of MTPS of DVC in connection with doubling the existing Railway Line

from Raniganj to MTPS, Mejia, Dist. Bankura, West Bengal.

Estimated Cost: Rs.34.83 Lakh (Approx), EMD: Rs.35,000/-, Completion

period: 05 (Five) months. Sale of Tender Documents: 23.11.2015 to

02.12.2015. Last date of Submission of Tender: 04.12.2015 up to 14.00

Hrs. Complete Tender Documents including Qualifying criteria can be

purchased from the above address at a cost of Rs.2,000/- or downloaded

from websites (www.rites.com) or (www.tendervalue.in) or contact this

office. Addendum/corrigendum, if any, would be hoisted on the websites

only.

Page 3: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 3 of 103 Signature of the tenderer under seal of the firm

PART - 1

TECHNICAL BID

Page 4: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 4 of 103 Signature of the tenderer under seal of the firm

Section – 1

NOTICE INVITING TENDER &

INSTRUCTIONS TO TENDERERS

Page 5: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 5 of 103 Signature of the tenderer under seal of the firm

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

NIT No.72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015.

1.0 GENERAL

1.1 Tender Notice

Tenders are invited in Single Packet system by RITES Ltd., a Public Sector Enterprise under

the Ministry of Railways, acting for and on behalf of Damodar Valley Corporation (DVC),

(Employer) as an Agent/Power of Attorney Holder, from working contractors (including

contractors who have executed works within the last seven years reckoned from the

scheduled date of opening of tender) for the work of Repair and Renovation of RITES Office

Building at Inplant of MTPS of DVC in connection with doubling the existing Railway Line

from Raniganj to MTPS, Mejia, Dist. Bankura, West Bengal.

(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their

derivatives are synonymous).

1.2 Estimated Cost of Work

The work is estimated to cost Rs.34.83 Lakh (Approx.). This Estimate, however, is given

merely as a rough guide.

1.3 Time for Completion

The time allowed for completion will be 05 (Five) months from the date of start which is

defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 Brief Scope of Work

i) Renovation & Construction of RITES site office building with all contractors material and

labours.

ii) Internal Electrification work.

1.5 Availability of Site

The site for the work is available.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 Annual Financial Turnover

The bidder should have achieved a minimum average annual turnover (MAT) of

Rs. 10.45 Lakh. (i.e 30% of Estimated Cost).

Page 6: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 6 of 103 Signature of the tenderer under seal of the firm

Notes:

- Average annual turnover is to be determined taking into consideration turnover during

last 3 financial years. Other income shall not be considered for arriving at annual

turnover.

- However, in case where audited results for the preceding financial year are not

available, certification of financial statements from a practicing Chartered Accountant

shall also be considered acceptable.

- A tolerance limit @ 5% (Five Percent) on the quantum of QR may be provided to take

care of margins shortfall.

2.2 Work Experience

a) Similar Works Experience

The Bidder should have satisfactorily completed in his own capacity at least

one similar work of minimum value of Rs. 24.38 Lakh OR at least two similar

works each of minimum value of Rs. 13.93 Lakh OR at least three similar

works each of minimum value of Rs. 10.45 Lakh during the last 7 (seven)

years ending last day of month previous to the one in which the offer has been

invited. Works completed prior to the cutoff date shall not be considered.

Similar Works

Similar Works shall mean the work of Building construction or renovation

works carried out in India.

Notes :

Completed work means the executed/completed portion of work order/AMC/RC,

Payment receipt documents with ref.to WO No. and date or execution certificates with

executed value and referred order no. be also considered as a proof of execution even

if the work has not been completed in totality (subject to furnishing proof of executed

value of work in the form of certified copies of RA bills) or any relevant documents,

which is sufficient to proof the works completed or to be completed.

- A tolerance limit @ 5% (Five Percent) on the quantum of QR may be provided to take

care of margins shortfall.

2.3 Working Capital : Not Applicable

2.4 Net Worth : Not Applicable

2.5 A Certificate issued by the Auditor substantiating Net Worth of the Bidder should be

submitted along with the bid.

2.6 In this Tender Joint Venture is not allowed.

Page 7: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 7 of 103 Signature of the tenderer under seal of the firm

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA

3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A

enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the Documents listed below

and addenda issued in accordance with para 7 :

PART – 1 :- Technical Bid Packet (Read with upto date Correction Slip)

Section 1 Notice Inviting Tender and Instructions to Tenderers.

Section 2 Tender and Contract Form.

Section 3 Special Conditions.

Section 4 Schedules A to F

Section 5 Technical Specifications

Section 6 Drawings

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

PART – 3:- General Conditions of Contract (read with upto date correction Slip)

Section 7 Conditions of Contract

Section 8 Clauses of Contract

Section 9 RITES Safety Code

Section 10 RITES Model Rules for protection of Health and Sanitary

Arrangements for Workers

Section 11 RITES Contractor’s Labour Regulations

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date

correction slips is also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT

5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para

4.1 above can be seen in the office of the Group General Manager (Projects),RITES

Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 between hours

of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public

Holidays.

Page 8: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 8 of 103 Signature of the tenderer under seal of the firm

5.2 One set of Tender Document may be purchased from the office of Group General

Manager (Projects), RITES Ltd, Regional Project Office, 56, C.R. Avenue, 2nd floor,

Kolkata 700012 from 23.11.2015 to 02.12.2015 for a non refundable fee per set of

Rs.2,000/- (Rupees two thousand only) in the form of Demand Draft/ Pay Order/

Banker’s cheque drawn on any Scheduled Bank payable at Kolkata in favour of

RITES Ltd., Kolkata on submission of an application. Tender document may be

issued free of cost to such applicants as are exempted from payment of cost of tender

document as a matter of Government Policy.

5.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) or (www.tendervalue.in) and in such a case, the Tenderer shall

deposit the cost of tender documents (unless he is exempted from such payment as a

matter of Government Policy) along with submission of tender, failing which his

tender shall not be opened. The cost of tender documents shall be deposited in the

form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the

envelope containing the Earnest Money Deposit. In case the Tenderer is exempted

from such payment, the onus of proving such exemption shall rest with the tenderer

and proof of the same shall be placed in the envelope meant for Earnest Money. The

amendments / clarifications to the Tender documents will also be available on the

above website.

5.4 Tender Documents downloaded from RITES website shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender

document, if any modification / correction etc. is noticed as compared to the original

documents posted on the website, the bid submitted by such a Tenderer is liable to be

rejected. In case the bid of a Tenderer who has downloaded the document from

website is accepted the contract shall be executed in the original / manual tender

document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may

notify Sri T.K. Biswas, Sr. DGM (Civil) (The official nominated for this purpose) in

writing or by telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail

address: Group General Manager (Project),RITES Ltd, Regional Project Office,

56,C.R.Avenue, 2nd floor, Kolkata 700012, Fax no: 033-22367143/E- mail no:

pokolkata@ rites.com

In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications

including request for Extension of Time for submission of Bid, if any, must be

received not later than 10 (ten) days prior to the deadline for submission of tenders.

Details of such questions raised and clarifications furnished will be uploaded in

RITES website without identifying the names of the Bidders who had raised the

questions. Any modification of the Tender Document arising out of such

clarifications will also be uploaded on RITES website only.

In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below

may be referred to.

Page 9: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 9 of 103 Signature of the tenderer under seal of the firm

6.0 PRE-BID MEETING: Not Applicable

7.0 AMENDMENT OF TENDER DOCUMENT

7.1 Before the deadline for submission of tenders, the Tender Document may be modified

by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will

however be stopped 7 days prior to the deadline for submission of tenders as finally

stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a

part of the tender document. All Tenderers are advised to see the website for

addendum/ corrigendum to the tender document which may be uploaded upto 7 days

prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/

corrigenda into account in preparing their tenders, extension of the deadline for

submission of tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY

8.1 The Tender shall be valid for a period of 90 days from the due date for submission of

Tender or any extended date as indicated in sub para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to

the expiry of the original time limit for Tender Validity, the Employer may request

that the Tenderers may extend the period of validity for a specified additional period.

The request and the tenderer’s response shall be made in writing. A Tenderer may

refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the

request will not be permitted to modify his Financial Bid to a higher amount but will

be required to extend the validity of the Earnest Money for the period of the

extension.

9.0 EARNEST MONEY

9.1 The Tender should be accompanied by Earnest Money of Rs. 35,000/- (Rupees thirty

five thousand only) in any of the forms given below:-

Banker’s Cheque / Pay Order/ Demand Draft payable at Kolkata, drawn in favour of

RITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be

rejected by the Employer as non-responsive unless the tenderer is exempted from

payment of Earnest Money as a matter of Government Policy. The onus of proving

such exemption shall rest with the Tenderer and such proof shall be placed in the

envelope meant for Earnest Money.

Page 10: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 10 of 103 Signature of the tenderer under seal of the firm

9.3 Refund of Earnest Money

a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable

will be returned without interest soon after scrutiny of Technical Bid has been

completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money

of the Tenderers whose Technical Bid is found acceptable but Financial Bid is

rejected will be returned without interest within 28 days of the end of Tender Validity

Period subject to provisions of Para 9.4 (b).

b) Single Packet System

After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers

will be returned without interest within 28 days of the end of Tender Validity Period

subject to provisions of Para 9.4 (b).

c) The Earnest Money shall be refunded only through Electronic Fund Transfer. The

tenderer shall submit RTGS/NEFT Mandate Form as per proforma given in Annexure

IX, duly filled in.

d) In case of both Two Packet and Single Packet System, the Earnest Money of the

successful Tenderer, without any interest, will be adjusted as a part of the Security

Deposit payable in terms of provisions in the General Conditions of Contract (Clause

1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of

Acceptance, whichever is earlier, any Tenderer

i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender

which are not acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is

found to be incorrect or false.

c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified

under Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as

specified in Schedule F after the date of issue of Letter of Acceptance

or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be

allowed to participate in the retendering process of the work.

Page 11: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 11 of 103 Signature of the tenderer under seal of the firm

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the

Tender Document as amended from time to time as indicated in Para 7.0 above.

Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER

11.1 Two Packet System and Single Packet System

(a) Two Packet System : Not Applicable

The tenderer shall submit the Tender in original in two packets as under:-

PACKET A:- TECHNICAL BID

Envelope 1 Earnest Money alongwith Mandate Form as per

Annexure-IX duly filled in & Cost of Tender Document

if the bid is submitted on the document downloaded

from RITES website, unless exempted from both

payments as a matter of Government Policy. If

exempted, the document, the documents substantiating

such exemption must be placed in this envelope.

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable)

and Qualification Information along with all enclosures

/ documents as per Letter of Transmittal/ Checklist

given in Annexure IIA/IIB(L)/IIB(N). As regards

“Authority to Sign” Para 11.2 below may be referred to.

As regards ‘Integrity Pact’, para 11.7 below may be

referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1)

including signature on Tender Form (Section 2) duly

witnessed after filling up blanks therein.

Each page of the above documents including all

Drawings should bear the dated initials of the Tenderer

along with the seal of the Company, in token of

confirmation of having understood the Contents.

PACKET B:- FINANCIAL BID

Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the

Tenderer along with the seal of the company. In the last page of Financial Bid, at the

end, the Tenderer should sign in full with the name of the Company, Seal of the

Company and Date.

Page 12: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 12 of 103 Signature of the tenderer under seal of the firm

All rates and amounts, whether in figures and words, must be written in indelible ink.

Each Correction, Cutting, Addition and overwriting should be initialed by the

Tenderer.

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees

by ignoring fifty paise and less and considering more than fifty paise as rupee one. If

the same item figures in more than one section/part of Schedule of Quantities, the

Tenderer should quote the same rate for that item in all sections/parts. If different

rates are quoted for the same item, the least of the different rates quoted only shall be

considered for evaluation of that item in all sections/parts of the Schedule of

Quantities.

Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b)

on “Percentage rate tender” may be carefully studied and complied with.

b) Single Packet System : Both Technical Bid (including signature on Tender Form in

Section 2 duly witnessed) and Financial Bid Documents will be submitted in one

Packet. Precautions as described above for Two Packet System shall be observed by

the tenderers.

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written

name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full

type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all

the partners of the firm above their full type written names and current

addresses. Alternatively the Documents should be signed by the person

holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall

be signed by a duly authorized person holding Power of Attorney for signing

the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead

Member holding Power of Attorney for signing the Document in the Format at

Annexure V. The signatory on behalf of such Lead Partner shall be the one

holding the Power of Attorney in the Format at Annexure IV.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following

should be kept in mind:

i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any,

made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in

the Financial offer will however be accepted.

Page 13: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 13 of 103 Signature of the tenderer under seal of the firm

iii) The Employer reserves the right to accept or reject any conditional

rebate/discounts. While evaluating the Bid Price, the conditional

rebates/discounts which are in excess of the requirements of the bidding

documents or otherwise result in accrual of unsolicited benefits to the

Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders

11.4.1 Two Packet System : Not Applicable

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately

superscribing “Technical Bid” with Envelope Number, Name of the work and

Name of the tenderer. In addition, the following should also be superscribed on the

respective envelopes.

Envelope 1 i) Earnest Money alongwith Mandate Form as per

Annexure – IX.

ii) Cost of Tender Document if the Bid is

submitted on the document downloaded from

RITES website.

iii) If the Bidder is exempted from payment

of Earnest Money and Cost of Tender

Document, he should superscribe “Documents

Substantiating Exemption from Payment of

Earnest Money and Cost of Tender Documents’.

Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when

applicable as per para 11.7 below) and

Qualification Information/ documents as per

checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The following

should be superscribed on the packet:

i) Packet A – Technical Bid

ii) Name of the Work

iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The

following should be superscribed on the packet.

i) Packet B - Financial Bid

ii) Name of the work

iii) Name of the tenderer

Page 14: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 14 of 103 Signature of the tenderer under seal of the firm

(c) Both packets A and B should be put inside an outer envelope and sealed. This

envelope should be superscribed with the following details:

i) Tender for (Name of work)

ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- (RITES Officer inviting the Tender)

11.4.2 Single Packet System: Applicable

Two envelopes of Technical Bid and one of Financial Bid shall be made out as

stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of

the Tenderer superscribed on each of the envelopes. All the three envelopes shall be

put in a Single Packet which shall be superscribed in the same manner as given in

Para 11.4.1 (c) above.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras

11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the

misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender

11.5.1 Tenders must be received by the Employer at the following address not later than

14.00 Hrs. on 04.12.2015. In the event of the specified date for the submission of the

Tender being declared a holiday due to Strike/Bandh or on any account by the

Employer, the Tenders will be received up to the appointed time on the next working

day.

Address for submission of Tender: Office of Group General Manager (Projects),

RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an

amendment in writing in accordance with Para 7.3 in which case all rights and

obligations of the Employer and the Tenderer previously subject to the original

deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of

Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the

Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as

Annexure VIII will be signed by RITES for and on behalf of Employer as its

Agent/Power of Attorney Holder at the time of execution of Agreement with

the successful Bidder. While submitting the Bid, the Integrity Pact shall be

signed by the duly authorized signatory of the Bidder/Lead Member of JV. In

case of failure to submit the Integrity Pact duly signed and witnessed, along

with the Bid, the Bid is likely to be rejected.

Page 15: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 15 of 103 Signature of the tenderer under seal of the firm

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail.

Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also

stipulate the name and address of the Independent External Monitor as well as

the Name, designation and address of the official nominated by the Employer

to act as the Liaison Officer between the Independent External Monitor and

the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable No.

11.8 Modification and Withdrawal of Bids

11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids.

11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and

delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes

additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be

submitted in separate sealed envelopes and marked as ‘Modifications of Technical

Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated

below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid

after the deadline for submission of Bids, such offer will not be considered for

Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on

his original offer without considering the suo moto offer, the rebate / discount offered

will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after

the deadline for submission of Bids shall result in forfeiture of the Earnest Money.

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF

APPLICATIONS

12.1 The Employer will open all the Tenders received (except those received late or

delayed) as described in para 12.2/12.3 below, in the presence of the Tenderers or

their representatives who choose to attend at 14.30 Hrs. on 04.12.2015 in the office of

Group General Manager (Project), RITES Ltd, Regional Project Office,

56,C.R.Avenue, 2nd floor, Kolkata 700012. In the event of the specified date of the

opening being declared a holiday by the Employer, the Tenders will be opened at the

appointed time and location on the next working day.

Page 16: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 16 of 103 Signature of the tenderer under seal of the firm

12.2 Two Packet System : Not Applicable

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and

Cost of Tender Document (where Bid is submitted in the document downloaded

from RITES website) of all the Tenderers will be opened first and checked. If the

Earnest Money furnished is not for the stipulated amount or is not in an

acceptable form (unless exempted) and where applicable, the cost of Tender

Document has not been enclosed for the correct amount and in an acceptable form

(unless exempted), the Envelope 2 of PACKET A (TECHNICAL BID) and

PACKET B will be returned to the Tenderer concerned unopened at the time of

opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL

BID) of other Tenderers who have furnished Earnest Money of correct amount in

acceptable form (unless exempted) and where applicable the cost of Tender

Document for the correct amount and in an acceptable form (unless exempted)

will then be opened. The Tenderer’s name, the presence of Earnest Money and

Authority to sign and such other details as the Employer may consider appropriate

will be announced by the Employer at the time of opening of Packet A. PACKET

B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted

for evaluation will be checked to see if the seals are intact. All such PACKETS B

will be put in an envelope and sealed. The Employer’s official opening the

Tender will sign on this envelope and will also take the signatures of preferably

atleast two Tenderers or their representatives present. This envelope will be kept

in safe custody by the Employer.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine

whether each Tenderer

(i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact

(where applicable) duly signed and witnessed as per para 11.7 above;

(ii) meets the Qualification Criteria stipulated in Para 2.0; and

(iii) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions.

(c) If required, the Employer may ask any such Tenderer for clarifications on his

Technical Bid. The request for clarification and the response from the Tenderer will

be in writing. If a Tenderer does not submit the clarification/document requested, by

the date and time set in the Employer’s request for clarification, the bid of such

Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found

acceptable will be advised of the same and their Earnest Money and PACKET B

(FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are

found acceptable will be advised accordingly and will also be intimated in writing of

the time and date and place where and when the PACKET B (Financial Bid) will be

opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their

representatives who choose to be present, the Employer will open the envelopes

containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender

amount quoted and such other details as the Employer may consider appropriate will

be announced by the Employer.

Page 17: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 17 of 103 Signature of the tenderer under seal of the firm

12.3 Single Packet System: Applicable

(a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money

furnished is not for the stipulated amount or is not in an acceptable form (unless

exempted) and where applicable the Cost of Tender Document has not been furnished

for the correct amount and in an acceptable form (unless exempted), the remaining

envelopes will be returned to the tenderer concerned unopened at the time of opening

of the Tender itself. The Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid

of other Tenderers who have furnished Earnest Money and where applicable the Cost

of Tender Document, in acceptable form (unless exempted) will then be opened. The

Tenderer’s name, the presence of Earnest Money, the Authority to Sign the Tender,

amount quoted and such other details as the Employer may consider appropriate will

be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their Tenders, as to the nature of the ground and sub-

soil (as far as is practicable), the form and nature of the site, the means of access to

the site, the accommodation they may require and in general shall themselves obtain

all necessary information as to risks, contingencies and other circumstances which

may influence or affect their Tender. A Tenderer shall be deemed to have full

knowledge of the site whether he inspects it or not and no extra charges consequent

on any misunderstanding or otherwise shall be allowed. The Tenderer shall be

responsible for arranging and maintaining at his own cost all materials, tools & plants,

water, electricity, access, facilities for workers and all other services required for

executing the work unless otherwise specifically provided for in the contract

documents. Submission of a tender by a Tenderer implies that he has read this notice

and all other contract documents and has made himself aware of the scope and

specifications of the work to be done and of conditions and rates at which stores, tools

and plant etc. will be issued to him by the Employer and local conditions and other

factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If

the Tenderer does not submit the clarification by the date and time set in the

Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to

accept the lowest or any other Tender and reserves to himself the authority to

reject any or all the Tenders received without the assignment of any reason. All

Tenders in which any of the prescribed conditions is not fulfilled or any condition

is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly

prohibited and the tenders submitted by the Contractors who resort to canvassing will

be liable to rejection.

Page 18: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 18 of 103 Signature of the tenderer under seal of the firm

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of

accepting the whole or any part of the tender and the Tenderer shall be bound to

perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted

as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the

concerned SBU Unit of RITES or as an officer in any capacity between the grades of

GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He

shall also intimate the names of persons who are working with him in any capacity or

are subsequently employed by him and who are near relatives to any Gazetted officer

in the organization of the Employer. Any breach of this condition by the Tenderer

would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or

Administrative duties in an Engineering Department of the Organisation of the

Employer is allowed to work as a contractor for a period of one year after his

retirement from the Employer’s service without the previous permission of the

Employer in writing. The contract is liable to be cancelled if either the Contractor or

any of his employees is found any time to be such a person who had not obtained the

permission of the Employer as aforesaid before submission of the tender or

engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials

Secret Act 1923, for maintaining secrecy of the tender documents drawings or other

records connected with the work given to them. The unsuccessful Tenderers shall

return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is

liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender

containing percentage below/above the rates quoted is liable to be rejected. Rates

quoted by the Tenderer in item rate tender in figures and words shall be accurately

filled in so that there is no discrepancy in the rates written in figures and words.

However, if a discrepancy is found, the rates which correspond with the amount

worked out by the Tenderer shall unless otherwise proved be taken as correct. If the

amount of an item is not worked out by the Tenderer or it does not correspond with

the rates written either in figures or in words then the rates quoted by the Tenderer in

words shall be taken as correct. Where the rates quoted by the Tenderer in figures

and in words tally but the amount is not worked out correctly, the rates quoted by the

Tenderer will, unless otherwise provided, be taken as correct and not the amount. In

the event that no rate has been quoted for any item(s), leaving space both in figure (s)

or word(s) and the amount blank, it will be presumed that the Tenderer has included

the cost of this/ these item (s) in other items and rate for such item (s) will be

considered as zero and work will be required to be executed accordingly.

Page 19: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 19 of 103 Signature of the tenderer under seal of the firm

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any

tender containing item rates is liable to be rejected. Percentage quoted by the

Tenderer in percentage rate tender shall be accurately filled in figures and words so

that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount

has been indicated by the Tenderer and if discrepancy is noticed in the percentages

quoted in words and figures, then the percentage which corresponds with the total

amount, shall, unless otherwise proved be taken as correct. If the total amount is not

worked out or if worked out, it does not correspond with the percentages written

either in figures or in words, then the percentage quoted by Tenderer in words shall be

taken as correct. When the percentages quoted by the Tenderer in figures and in

words tally but the total amount is not worked out correctly, the percentage quoted by

the Tenderes shall be taken as correct, unless proved otherwise and the total amount

worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appears

unrealistic, such tender will be considered as unbalanced and in case the Tenderer is

unable to provide satisfactory explanation, such a tender is liable to be disqualified

and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for

each item should be worked out and requisite totals given. Special care should be

taken to write the rates in figures as well as in words and the amount in figures only,

in such a way that interpolation is not possible. The total amount in each Schedule

should be written both in figures and in words. In case of figures, the word ‘Rs.’

should be written before the figure of rupees and word ‘P’ after the decimal figures,

e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word

‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed

by the word ‘only’ it should invariably be up to two decimal places. While quoting the

rate in schedule of quantities, the word ‘only’ should be written closely following the

amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in

figures as well as in words) at which he will be willing to execute the work. He shall

also work out the total amount of his offer and the same should be written in figures

as well as in words in such a way that no interpolation is possible. In case of figures,

the word “Rs” should be written before the figure rupees and word ‘P’ after the

decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should

precede and the word “Paisa” should be written at the end.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess

on material, labour and Works in respect of this Contract shall be payable by the

Contractor and the Employer will not entertain any claim whatsoever in respect of the

same. However, in respect of Service Tax, same shall be paid by the Contractor to the

concerned department on demand and it will be reimbursed to him by the Engineer-

in-Charge after satisfying that it has been actually and genuinely paid by the

Contractor.

Page 20: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 20 of 103 Signature of the tenderer under seal of the firm

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited

Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has

submitted a Bid for a work, shall not be a witness for any other Bidder for the same

work. Failure to observe the above stipulations would render all such Tenders

submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the

Performance of the Contract and shall, at his own expense, comply with all laws/ acts/

enactments/ orders/ regulations/ obligations whatsoever of the Government of India,

State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity

period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he

should return promptly, duly signed and stamped. The Letter of Acceptance will be a

binding Contract between the Employer and the Contractor till the formal Contract

Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue

of Letter of Acceptance, the successful Tenderer shall deliver to the Employer,

Performance Guarantee and Additional Performance Guarantee (where applicable) in

the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp

papers of appropriate value as per the provisions of Indian Stamp Act within 15 days

of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has

been accepted, the Employer will direct him to attend the Employer’s office within 28

days of issue of Letter of Acceptance for signing the Agreement in the proforma at

Annexure VII. The Agreement will however be signed only after the Contractor

furnishes Performance Guarantee and Additional Performance Guarantee (where

applicable) and hence, where justified, the period of 28 days stipulated above will be

extended suitably.

Page 21: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 21 of 103 Signature of the tenderer under seal of the firm

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover

The bidder should have achieved a minimum average annual turnover (MAT) of

Rs. 10.45 Lakh. (i.e 30% of Estimated Cost)

Notes:

- Average annual turnover is to be determined taking into consideration turnover during

last 3 financial years. Other income shall not be considered for arriving at annual

turnover.

- However, in case where audited results for the preceding financial year are not

available, certification of financial statements from a practicing Chartered Accountant

shall also be considered acceptable.

- A tolerance limit @ 5% (Five Percent) on the quantum of QR may be provided to take

care of marginal shortfall.

2. WORK EXPERIENCE

a) Similar Works Experience

The Bidder should have satisfactorily completed in his own capacity at least

one similar work of minimum value of Rs. 24.38 Lakh OR at least two similar

works each of minimum value of Rs. 13.93 Lakh OR at least three similar

works each of minimum value of Rs. 10.45 Lakh during the last 7 (seven)

years ending last day of month previous to the one in which the offer has been

invited. Works completed prior to the cutoff date shall not be considered.

Similar Works

Similar Works shall mean the work of Building construction and internal

Electrification works carried out in India.

Notes :

- Completed work means the executed/completed portion of work order/AMC/RC,

Payment receipt documents with ref.to WO No. and date or execution certificate with

executed value and referred order no. be also considered as a proof of execution even

if the work has not been completed in totality( subject to furnishing proof of executed

value of work in the form of certified copies of RA bills) or any relevant documents ,

which is sufficient to proof the works completed or to be completed.

- A tolerance limit @ 5% (Five Percent) on the quantum of QR may be provided to take

care of marginal shortfall.

Page 22: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 22 of 103 Signature of the tenderer under seal of the firm

3. POSITION OF WORKING CAPITAL:

Not Applicable.

4. NET WORTH:

Not Applicable.

5. DISQUALIFICATION ON CERTAIN GROUNDS

Even though the Bidders may meet the above qualifying criteria, they are subject to

be disqualified if they have

a) Made misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements. In such a case, besides

Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the

Tenderer is liable to face the penalty of banning of business dealings with him

by RITES.

b) Records of any contract awarded to them, having been determined during the

past three years prior to the deadline for submission of bids.

c) Their business banned or suspended by any Central/State Government

Department/ Public Undertaking or Enterprise of Central/State Government

and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant

details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/-

duly attested by Notary/Magistrate should be submitted as per format given in

Proforma 3 enclosed.

Page 23: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 23 of 103 Signature of the tenderer under seal of the firm

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION

COMPLETED DURING THE LAST 7 YEARS

S.

No.

Client's

Name

and

Address

Name of

the Work &

Location

Scope of

work

carried

out by

the

Bidder

Agreement

/ Letter of

Award No.

and date

Contract Value Date of start Date of Completion Reasons for

delay in

completion

if any

Ref. of

document

(with page

no.) in support

of meeting

Qualification

Criterion

Awarded Actual on

completion

As per

LOA/

Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note :

1. In support of having completed above works, attach self attested copies of the

completion certificate or executed/completed portion of work order, even if the work

has not been completed in totality (subject to furnishing proof of executed value of the

work in the form of certified copies of RA bills) from the owner/client or Executing

Agency / Consultant appointed by owner / Client indicating the name of work, the

description of work done by the Bidder, date of start, date of completion (contractual

& actual) and contract value as awarded and as executed by the Bidder . “Contract

Value” shall mean gross value of the completed work including cost of materials

supplied by the owner/client but excluding those supplied free of cost, as the case may

be.

2. Such Credential certificates issued by Organizations, the work executed under whom,

shall only be accepted for assessing the eligibility of a Tenderer.

3. Information must be furnished for works carried out by the Bidder in his own name or

proportionate share as member of a Joint Venture. In the latter case details of contract

value including extent of financial participation by partners in that work should be

furnished.

Page 24: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 24 of 103 Signature of the tenderer under seal of the firm

4. Use a separate sheet for each partner in case of a Joint Venture.

5. Only similar works executed/completed portion of work order, even if the work has

not been completed in totality (subject to furnishing proof of executed value of the

work in the form of certified copies of RA bills) during the last 7 years ending last

day of month previous to the one the offer has been invited, which meet the

Qualification Criterion need be included in this list.

Page 25: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 25 of 103 Signature of the tenderer under seal of the firm

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED

OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s

____________________, having their registered office at _____________, a customer of our

Bank, is a reputed company with a good financial standing and can be treated as solvent to

the extent of Rs. ___________. This certificate is issued without any guarantee or risk and

responsibility on the Bank or any of its officers.

Signature with date

Senior Bank Manager (Name of Officer issuing the

Certificate)

Name, address & Seal of the Bank/ Branch

Note:

Banker’s Certificate should be on letter head of the Bank.

Page 26: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 26 of 103 Signature of the tenderer under seal of the firm

Proforma 3

DECLARATION BYTHE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/-duly attested by Notary/ Magistrate)

This is to certify that We, M/s. ,in submission of this

offer confirm that:-

i) We have visited the site of work and seen the working conditions, approach

road/path, availability of water, electricity, construction labour, construction

materials and other relevant requirements connected with the work.

ii) We have neither concealed any information/document which may result in our

disqualification nor made any misleading or false representation in the forms,

statements and attachments in proof of the qualification requirements;

iii) During the past three years prior to the deadline for submission of bids, no contract

awarded to us has been determined.

iv) As on date, no Central/State Government Department/Public Sector Undertaking or

Enterprise of Central / State Government has banned/suspended business dealings

with us.

v) We have submitted all the supporting documents and furnished the relevant details

as per prescribed format.

vi) List of Similar Works satisfying Qualification Criterion indicated in Proforma1 does

not include any work which has been carried out by us through a Sub-contractor on

a back to back basis.

vii) The information and documents submitted with the Tender and those to be

submitted subsequently by way of clarifications, if any, are/will be correct and we

are fully responsible for the correctness of the information and documents submitted

by us.

viii) We have not failed to service the principal amount or interest or both of a loan

account/credit limit from any Bank or Financial Institution during a period of one

year prior to the deadline for submission of bids.

ix) We understand that in case any information/document which may result in our

disqualification is concealed by us or any statement/information/document

furnished by us or to be furnished by us in connection with this offer, or issued by

Bank/Agency/Third Party is subsequently found to be false or fraudulent or

repudiated by the said Bank/Agency/Third Party, our EMD in full will be forfeited

and business dealings will be banned.

SEAL, SIGNATURE&NAME OFTHE BIDDER

Signing this document

Page 27: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 27 of 103 Signature of the tenderer under seal of the firm

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED

1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 3 Financial Years in

tabular form.

- Self attested copies of Auditor’s Report along with the Balance Sheet

and Profit and Loss Statement for the relevant Financial Years in

which the minimum criterion is met (Refer Notes under Para 1 of

Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of

1, 2 or 3 works as the case may be, which satisfy requisite qualification

criterion with self attested copies of supporting document (Refer Para

2a of Annexure I).

iii) Working Capital

Documents substantiating Net Working Capital or Access to Credit Facilities

as indicated in QR.

iv) Net Worth

Documents substantiating Net Worth as indicated in QR.

Declaration by Bidder

Proforma 3 (Refer Para 5 of Annexure I)

vi) Integrity Pact (where applicable): duly signed and witnessed in the format at

Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)

Page 28: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 28 of 103 Signature of the tenderer under seal of the firm

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(on letter head of the Applicant)

From To

_____________ RITES Ltd._________

(AuthorityInviting

Tender)

Sir,

Sub: Submission of Qualification information /documents as per Checklist.

1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:-

a) Self attested copy of a certificate, confirming that the applicant is a working

contractor or has executed any work within the last seven years reckoned from the

date of opening of Tender, issued by a Government Organization/Semi

Government Organization of Central or State Government; or by Public Sector

Undertaking/Autonomous Body of Central or State government; or by a Public

Ltd. Company listed in Stock Exchange in India or Abroad.

b) Annual Financial Turnover

(i) Annual financial turnover for each of the last 3 Financial Years in a tabular

form.

(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and

Profit and Loss Statement and Schedules for the relevant Financial Year in

which the minimum criterion is met, with calculations in support of the same.

c) Work Experience

i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3

works as applicable and self attested copies of supporting documents

as mentioned therein.

ii) Construction experience in key activities / specialised components:

Tabular Statement giving contract wise quantities executed in last 7

years with documentary proof.

d) Working Capital

e) Net Worth

2. In addition the following supporting documents are also enclosed.

a) Self attested copy of Partnership Deed/Memorandum and Articles of

Association of the Firm.

b) Self attested copies of PAN/TAN issued by the Income Tax Department.

c) Declaration – Proforma 3

Page 29: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 29 of 103 Signature of the tenderer under seal of the firm

d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc.

f) Self attested copy of ISO 9000 Certificate (if any)

g) Integrity Pact (where applicable): duly signed and witnessed.

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,

whether mentioned in the enclosed documents or not, to verify our competence and

general reputation.

4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of

the Tenderer.

Yours faithfully,

Encl: As in Paras 1, 2 & 4

Signature of Applicant

with Name _________________

Date with seal

Page 30: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 30 of 103 Signature of the tenderer under seal of the firm

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

– LETTER OF TRANSMITTAL BY JOINT VENTURE

NOT APPLICABLE IN THIS TENDER

Page 31: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 31 of 103 Signature of the tenderer under seal of the firm

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

- LETTER OF TRANSMITTAL BY JOINT VENTURE

NOT APPLICABLE IN THIS TENDER

Page 32: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 32 of 103 Signature of the tenderer under seal of the firm

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING

EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

NOT APPLICABLE IN THIS TENDER

Page 33: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 33 of 103 Signature of the tenderer under seal of the firm

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with

relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing

the Power of Attorney).

We, M/s.______ (name of the firm/company with address of the registered office) hereby

constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is

presently employed with us and holding the position of ______ and whose signature is given

below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things

necessary or incidental to our bid for the work _____ (name of work), including signing

and submission of application / proposal, participating in the meetings, responding to

queries, submission of information / documents and generally to represent us in all the

dealings with RITES or any other Government Agency or any person, in connection with the

works until culmination of the process of bidding, till the Contract Agreement is entered into

with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney

pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid

Attorney shall always be deemed to have been done by us.

(Add in the case of a Consortium/Joint Venture)

Our firm is a Member/Lead Member of the Consortium of ___________, _________ and

___________.

Dated this the _____ day of ______ 20

(Signature and name of authorized signatory being given Power of Attorney)

___________

(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory

for the Company)

(* Strike out whichever is not applicable)

Seal of firm/ Company

Witness 1: Witness 2:

Name: Name:

Address: Address:

Occupation: Occupation:

Notes:

- In case the Firm / Company is a Member of a Consortium/ JV, the authorized

signatory has to be the one employed by the Lead Member.

- The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required the same should be under common seal affixed

in accordance with the required procedure.

Page 34: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 34 of 103 Signature of the tenderer under seal of the firm

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /

JOINT VENTURE

NOT APPLICABLE IN THIS TENDER

Page 35: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 35 of 103 Signature of the tenderer under seal of the firm

ANNEXURE VI

Blank

Page 36: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 36 of 103 Signature of the tenderer under seal of the firm

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between

RITES Ltd. a Government of India Enterprise and a Company registered under Companies

Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its

Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana)

representing through ____________, RITES LIMITED acting for and on behalf of and as an

Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which

expression shall, wherever the context so demands or requires, include their successors in

office and assigns) on one part and M/s.______ hereinafter called the Contractor (which

expression shall wherever the context so demands or requires, include his/ their successors

and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed

viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____

accepted a tender submitted by the Contractor for the execution, completion, remedying of

any defects therein and maintenance of such works at a total Contract Price of Rs. ______

(Rupees ______________ only)

NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender

Documents shall be deemed to form and be read and construed as part of this

agreement viz.

The Letter of Acceptance dated______.

Priced Schedule (Bill) of Quantities

Notice Inviting Tender and Instructions to Tenderers.

RITES Tender and Contract Form

Special Conditions

Schedules A to F.

Technical Specifications

Drawings

Amendments to Tender Documents (List enclosed)

General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract

(ii) Clauses of Contract

(iii) RITES Safety Code

(iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers

(v) RITES – Contractor's Labour Regulations.

Page 37: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 37 of 103 Signature of the tenderer under seal of the firm

3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,

complete, remedy defects therein and maintain the works in conformity in all respects

with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the

execution, completion, remedying of any defects therein and maintenance of the

works, the contract price or such other sum as may become payable under the

provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be

hereinto affixed (or have herewith set their respective hands and seals) the day and year first

above written.

SIGNED, SEALED AND DELIVERED BY

____________________________

In the capacity of _____

On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

______________________________

representing RITES LIMITED

In the capacity of Agent / Power of

Attorney Holder

For and on behalf of _________

(The Employer)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

Page 38: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 38 of 103 Signature of the tenderer under seal of the firm

ANNEXURE VIII

INTEGRITY PACT

Not Applicable for this tender

Page 39: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 39 of 103 Signature of the tenderer under seal of the firm

ANNEXURE IX

Mandate Form

To

RITES Ltd.,

----------------

Dear Sir,

Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)

We hereby authorized RITES Ltd. To make all our payments, including refund of Earnest

Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating

the payments are given below:-

(TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A)TELEPHONE NO WITH STD

CODE

(B) MOBILE NO.

4 BANK PARTICULARS

A BANK NAME

B BANK TELEPHONE WITH STD

CODE

C BRANCH ADDRESS WITH PIN

CODE

D BANK FAX NO WITH STD CODE

E 11 CHARACTER IFSC CODE OF THE

BANK (EITHER ENCLOSE A

CANCELLED CHEQUE OR OBTAIN

BANK CERTIFICATE AS

APPENDED)

F BANK ACCOUNT NUMBER AS

APPEARING ON THE CHEQUE

BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVINGS/ CURRENT/ LOAN/

CASH CREDIT/ OTHERS

H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER

(PAN)

6 E-MAIL ADDRESS

I/We hereby declare that the particulars given above are correct and complete. If the

transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect

information. I/We would not hold RITES Ltd. responsible. Bank charges for such transfer

will be borne by us.

Date____________ SIGNATURE

AUTHORISED SIGNATORY

Name________________________

Page 40: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 40 of 103 Signature of the tenderer under seal of the firm

BANK CERTIFICATION

It is certified that above mentioned beneficiary hold bank account

No.______________________ with our branch and the Bank particulars mentioned above

are correct.

SIGNATURE

Date___________

AUTHORISED SIGNATORY

Name______________________

OFFICIAL STAMP

Page 41: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 41 of 103 Signature of the tenderer under seal of the firm

ANNEX-A

Guidelines on Banning of Business Dealings

1. Introduction

1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12

of Constitution of India, has to ensure preservation of rights enshrined in Chapter III

of the Constitution. RITES has also to safeguard its commercial interests. It is not in

the interest of RITES to deal with Agencies who commit deception, fraud or other

misconduct in the execution of contracts awarded / orders issued to them. In order to

ensure compliance with the constitutional mandate, it is incumbent on RITES to

observe principles of natural justice before banning the business dealings with any

Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency

concerned, it is incumbent that adequate opportunity of hearing is provided and the

explanation, if tendered, is considered before passing any order in this regard keeping

in view the facts and circumstances of the case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies,

has been laid down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management

not to entertain any particular Agency due to its poor / inadequate performance or for

any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings.

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated

as ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose of

these guidelines. CMD, RITES shall be the ‘Appellate Authority’ in

respect of such cases.

b) CMD, RITES shall have overall power to take suo-moto action on any

information available or received by him and pass such order(s) as he

may think appropriate, including modifying the order(s) passed by any

authority under these guidelines.

iv) ‘Investigating Department’ shall mean any Department, Division or Unit

investigating into the conduct of the Agency and shall include the Vigilance

Department, Central Bureau of Investigation, the State Police or any other

department set up by the Central or State Government having powers to

investigate.

Page 42: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 42 of 103 Signature of the tenderer under seal of the firm

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be

initiated by the department/ unit having business dealings with them after noticing the

irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any

department, the Competent Authority may consider whether the allegations under

investigation are of a serious nature and whether pending investigation, it would be

advisable to continue business dealing with the Agency. If the Competent Authority,

after consideration of the matter including the recommendation of the Investigating

Department/Unit, if any, decides that it would not be in the interest to continue

business dealings pending investigation, it may suspend business dealings with the

Agency. The order to this effect may indicate a brief of the charges under

investigation. The order of such suspension would operate for a period not more than

six months and may be communicated to the Agency as also to the Investigating

Department.

The Investigating Department/Unit may ensure that their investigation is completed

and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless

the Competent Authority, having regard to the circumstances of the case, decides

otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into

correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency

before issuing the order of suspension. However, if investigations are not complete in

six months time, the Competent Authority may extend the period of suspension by

another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated

6.1 If the security consideration, including questions of loyalty of the Agency to the State,

so warrants;

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted

by a Court of Law for offences involving moral turpitude in relation to its business

dealings with the Government or any other public sector enterprises or RITES, during

the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,

owner of the Agency have been guilty of malpractices such as bribery, corruption,

fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence;

Page 43: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 43 of 103 Signature of the tenderer under seal of the firm

6.5 If business dealings with the Agency have been banned by the Govt. or any other

public sector enterprise;

6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts;

6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the

contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in

complying with contractual stipulations;

6.9 Based on the findings of the investigation report of CBI / Police against the Agency

for malafide / unlawful acts or improper conduct on his part in matters relating to the

Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit;

6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The

Competent Authority may decide to ban business dealing for any good and sufficient

reason).

7. Banning of Business Dealings

7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company.

7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the

Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is

called for, a show-cause notice has to be issued to the Agency. Statement containing

the imputation of misconduct or mis-behaviour may be appended to the show-cause

notice and the Agency should be asked to submit within 30 days a written statement

in its defense. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of

RITES, necessary facility for inspection of documents may be provided.

8.3 After considering the reply of the Agency and other circumstances and facts of the

case, a final decision for Company-wide banning shall be taken by the Competent

Authority. The Competent Authority may consider and pass an appropriate speaking

order:

a) For exonerating the Agency if the charges are not established;

b) For banning the business dealing with the Agency.

Page 44: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 44 of 103 Signature of the tenderer under seal of the firm

8.4 The decision should be communicated to the Agency concerned along with a reasoned

order. If it decided to ban business dealings, the period for which the ban would be

operative may be mentioned.

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall

be preferred within one month from the date of receipt of the order banning business

dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall

be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning

order passed originally by Competent Authority under the existing guidelines either

before or after filing of appeal before the Appellate Authority or after disposal of

appeal by the Appellate Authority, the review petition can be decided by the

Competent Authority upon disclosure of new facts /circumstances or subsequent

development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been

banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of

RITES may circulate the names of Agency with whom business dealings have been

banned, to the Ministry of Railways and PSUs of Railways, for such action as they

deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy

of the report of Inquiring Authority together with a copy of the order of the

Competent Authority/ Appellate Authority may be supplied.

12. Restoration

12.1 The validity of the banning order shall be for a specific time & on expiry of the same,

the banning order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the ban

order, depending upon merits of each case, the Competent Authority which had

passed the original banning orders may consider revocation of order of suspension of

business/lifting the ban on business dealings at an appropriate time. Copies of the

restoration orders shall be sent to all those offices where copies of Ban Orders had

been sent.

Page 45: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 45 of 103 Signature of the tenderer under seal of the firm

Section – 2

TENDER AND CONTRACT FORM

Page 46: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 46 of 103 Signature of the tenderer under seal of the firm

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To

__________________________

Tender Accepting Authority/RITES

[Refer Schedule F (Conditions of Contract)]

Name, Designation / Address

Sub: TENDER FOR THE WORK OF ___________ ______________

(TENDER No. ______________________ ISSUED BY ____________)

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to

Tenderers, Special Conditions, Schedules A to F, Technical Specifications,

Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as

other documents and rules referred to in GCC and all the details contained in the

Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any

defects therein, specified in the Schedule of Quantities within the time specified in

Schedule “F”, and in accordance in all respects with the specifications, designs,

drawings and instructions in writing referred to in Notice Inviting Tender and

Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such

materials as are provided for, by, and in respects in accordance with, such conditions

so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date

for submission of bid or extended date as stipulated and not to make any

modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded in the form

of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd.,

payable at _________ as the Earnest Money. Mandate Form authorizing RITES Ltd.

To make all payments through RTGS/NEFT as per Annexure-IX duly filled in, is

enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance which ever is earlier or make modifications in the Terms and

Conditions of the Tender which are not acceptable to the Employer, then the

Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit

entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional

Performance Guarantee (if applicable) within prescribed period, I/We agree that the

said Employer shall, without prejudice to any other right or remedy, be at liberty to

forfeit the said Earnest Money absolutely.

Page 47: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 47 of 103 Signature of the tenderer under seal of the firm

7. If, I/We fail to commence the work within the specified period, I/We agree that the

Employer shall, without prejudice to any other right or remedy available in law, be at

liberty to forfeit the Earnest Money and Performance Guarantee and Additional

Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest

Money & Performance Guarantee and Additional Performance Guarantee (if

applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in

re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest

Money shall be retained by the Employer towards Security Deposit, to execute all the

works referred to in the Tender document upon the Terms and Conditions contained

or referred to therein and to carry out such deviations as may be ordered, upto

maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant

Clauses of contract and those in excess of that limit at the rates to be determined in

accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer

within 28 days from the date of issue of Letter of Acceptance. In case of any delay,

I/We agree that we shall not submit any Bill for Payment till the Contract Agreement

is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other

records connected with the work as secret/confidential documents and shall not

communicate information derived there from to any person other than a person to

whom I/We am/are authorized to communicate the same or use the information in any

manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any

content of Technical Bid and/or Financial Bid. I/We agree that in case any condition

is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may

be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he

may receive. I/We also understand that the Employer reserves the right to accept the

whole or any part of the tender and I/We shall be bound to perform the same at the

rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and RITES.

15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to

sign on behalf of my/our company/as one holding the Power of Attorney issued in my

favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s

Date

Name/s & Title of Signatory

Name of Tenderer

Postal Address

Seal

Witness

Signature

Name

Postal Address

Occupation

Page 48: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 48 of 103 Signature of the tenderer under seal of the firm

Section - 3

SPECIAL CONDITIONS

Page 49: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 49 of 103 Signature of the tenderer under seal of the firm

Section - 3

SPECIAL CONDITIONS OF CONTRACT

The salient terms and conditions besides the General conditions of contract and Instruction to

Tenderers are given below: -

Tenderers may please note-

(i) Client of RITES Ltd is “Damodar Valley Corporation”.

(ii) It should also be stated that the Client is the Principal as well as

Employers for work.

(iii) In case of any dispute between RITES Ltd. and contractor, being RITES

Ltd. merely an agent, client should be made first respondent and should be

liable for all monetary losses.

(iv) RITES Ltd. is only agent/consultant acting on behalf of the client/employer

and in case of arbitration the client shall be the first respondent.

The tender is being invited on behalf of “Mejia Thermal Power Station (MTPS)”

under M/s. Damodar Valley Corporation(DVC), payment will be made within 10

(ten) days from the date of receipt of fund from M/s. DVC.

Tender(s) should quote his/their rates against each item of Schedule of Quantities

neatly in figure as well as in words. Tenders containing erasures and alternation of the

tender documents are liable to be rejected. Any correction made by the Tenderer(s) in

his/their entries must be attested by him/them, failing which the Tender is liable to be

rejected at the discretion of RITES Ltd.

The quoted rates should be inclusive of Inspection Charges and all taxes and duties of

Central, State, Local bodies including Loading, transportation, unloading and stacking

at site store near/within the premises of MTPS siding as per the direction of In-Charge

of Works of RITES Ltd. at MTPS Site, Dist. Bankura, W.B. The quoted rate shall

remain firm during the currency of the Contract.

5. Period of Maintenance/Defect Liability period: As per cluase 17 of clauses of contract

in GCC applicable to this work, the period of maintenance/defect liability period for this

work shall be 06 (Six) months from the date of issue of final completion certificate.

6. The Contractor has to work along with other agencies in and around the area allotted for

his works. He should execute all his works in complete co-ordination and co-operation

with all such agencies and provide access to other agencies so that at no time either his

work or the work of other agencies is stopped or delayed. In case of any dispute in this

regard, the decision of Engineer-in-charge or his representative will be final and binding

on the Contractor. No claim for idle labour, plant and machinery under any circumstances

will be entertained by the DVC/RITES.

Page 50: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 50 of 103 Signature of the tenderer under seal of the firm

7. SERVICE ROAD: - Contractor will provide service road/roads for movement of

materials as per direction of Engineer-in-charge. Contractor will also maintain these

service roads in safe and fit condition at his own cost. He will however have no authority

to prevent use of such roads by DVC/RITES and other bonafide contractors working at

site. DVC/RITES will, however, have the authority to disallow any movement on the

road, which in their opinion is not in the interest of work. If the contractor fails to provide

service road to the satisfaction of the Engineer-in-charge it will be provided by the

Engineer-in-charge at Contractor’s cost. However in case any such road is not required

for the purpose of the work, nothing shall be deducted from contractor’s payments on this

account.

8. The contractor shall, after completion of work, clear the site of all debris and left over

materials, at his own expense to the entire satisfaction of Engineer In charge.

9. Contractor should be registered with the concerned department of Employees Provident

Fund Organisation (EPFO). No payment shall be released to the contractor until and

unless the contractor submits the registration certificate and upto date deposit

receipt of provident fund due to be deposited by him.

10. At the time of submission of RA/Final bill a certificate shall be submitted by the

contractor regarding upto date clearance of payment to his/their sub contractors, vendors,

suppliers, labour contractor etc. if any

11. The Schedule of items of work to be carried out, provided in the SCHEDULE OF

QUANTITIES” gives only brief description of each of the items. Execution of these

items will be governed by the Technical specifications. For detailed specifications

reference may be made to Section 5 “Technical Specifications” in general and in

particular to the various Guidelines and Specifications listed in Para 1.0 “Preamble

to Technical Specification” of Section 5. RITES' representative at site will be fully

empowered to provide guidance in the matter of execution of the works and his

instructions will be final and binding in this regard.

12. The Contractor will bear all medical expenses and make immediate arrangement for

medical attention to his labourer, if inhered on duty. He will provide “Medical Aid” Box

at site at his cost.

13. No material, equipment or machinery will be supplied by RITES/Client. You have to

arrange all labour, materials or machinery for loading, transportation, unloading and

stacking at site at your own cost.

14. On submission of bills to Site-In-Charge, RITES at site office, it will be recorded in

RITES Measurement Book at site which are to be countersigned by a person of suppliers

having Power of Attorney to sign the bills & M.Bs.

15. No payment will be made unless copy of the current & valid S.T.C.C. or exemption

certification are submitted prior to or along with the bills and no payment will be

made without obtaining insurance policies for the work such as Contractor’s all risk

policy, workmen compensation policy, plant & equipment policy etc.

Page 51: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 51 of 103 Signature of the tenderer under seal of the firm

16. At the time of submission of RA/Final bill a certificate shall be submitted by the

contractor regarding upto date clearance of payment to his/their sub contractors, vendors,

suppliers, labour contractor etc. if any.

17. Contractor shall submit to RITES/DVC the entry challan of incoming materials like

cement, steel, Admixture, , welding materials etc. for verification of Stores and record.

18. Contractor should maintain the daily cement consumption & steel consumption register.

Engineer - in - charge or his representative may check the registers and the challans at any

time.

19. NIGHT WORK:- The contractor would be required to carry out the work even at night,

without conferring any right on the contractor for claiming for extra payment for

introducing night working. The decision of the Engineer-in-charge in this regard will be

final and binding on the contractor. Contractor shall make his own arrangement for

sufficient illumination at site. Nothing extra will be paid for doing works at night.

20. FIRST AID:-The contractor shall maintain in a readily accessible place first aid

appliance including an adequate supply of sterilized dressing and sterilized cotton wool.

The appliances shall be placed under the charge of responsible person who shall be

readily available during working hours.

21. The contractor shall also provide, fix & be responsible for the maintenance of all stakes,

templates profiles, levels marks, points etc. and must take all necessary precautions to

prevent these being removed altered or disturbed and will be held responsible for the

consequences of such removal, alteration or disturbances should the same take place and

for their efficient reinstatement.

22. HANDING OVER OF SITE :-

Efforts will be made by the Employer to hand over the site to the Contractor free of

encumbrance. However, in case of any delay in handing over of the site to the Contractor,

the Employer shall only consider suitable extension of time for the execution of the work.

It should be clearly understood that the Employer shall not consider any other

compensation whatsoever viz. towards idleness of contractor’s labour equipment etc.

23. The Employer reserves the right to hand over the site in parts progressively to the

Contractor. The Contractor will be required to do the work on such released-fronts in

parts without any reservation whatsoever.

24. The access roads near, to the work site may not be available at the time of Mobilisation

by the Contractor. The Contractor shall plan his work within the plant area as per

available roads at site. All drainage of works area and all other weather truckable/haulage

roads as required by the Contractor shall be constructed and maintained during the

construction period by the Contractor at his own cost.

Page 52: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 52 of 103 Signature of the tenderer under seal of the firm

25. The Schedule of items of work to be carried out, provided in the SCHEDULE OF

QUANTITIES” gives only brief description of each of the items. Execution of these

items will be governed by the Technical specifications. For detailed specifications

reference may be made to Section 5 “Technical Specifications” in general and in

particular to the various Guidelines and Specifications listed in Para 1.0 “Preamble

to Technical Specification” of Section 5. RITES' representative at site will be fully

empowered to provide guidance in the matter of execution of the works and his

instructions will be final and binding in this regard.

26. Completion Drawing:

Completion drawings for the works executed shall be prepared by the contractor at his

cost on tracing paper. The contractor will supply five copies of ammonia print of

completion drawing duly signed along with original tracing plan with the final bill.

27. The contract will be governed by the following: -

i) Notice Inviting Tender and Instruction to Tenderers.

ii) Special condition of contract.

iii) Technical Specification.

iv) RITES General Conditions of Contract,

v) Salient terms & conditions,

vi) Schedule of Quantities.

Page 53: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 53 of 103 Signature of the tenderer under seal of the firm

Section - 4

SCHEDULES A TO F

Page 54: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 54 of 103 Signature of the tenderer under seal of the firm

SECTION 4

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending Tenderer)

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

S.No Description of

items

Quantity Rates in Figures & words at

which the material will be

charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

S.No Description Hire charges per day Place of Issue

1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

SCHEDULE ‘E’ –

Schedule of components of Cement, Steel, other materials, POL,

Labour etc .for price escalation. (Refer Clause 10CC of Clauses

of Contract).

(To be worked out and filled by NIT approving authority. The

Components and their percentages may be modified depending on

the nature of work)

CLAUSE 10 CC : Not Applicable

Component of Cement (Xc)

expressed as percent of total value of work 00%

Component of steel (X5)

expressed as percent of total value of work 00%

Component of other materials (XM) (except cement & steel)

Page 55: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 55 of 103 Signature of the tenderer under seal of the firm

expressed as per cent of total value of work 00%

Component of labour (Y)

expressed as percent of total value of work 00%

Component of P.O.L (Z)

expressed as percent of total value of work 00%

______________

Total 000 %_

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work : Repair and Renovation of RITES Office Building at Inplant of MTPS of

DVC in connection with doubling the existing Railway Line from Raniganj to MTPS, Mejia,

Dist. Bankura, West Bengal.

Estimated cost of work: Rs. 34,82,966.91

Earnest money : Rs. 35,000/-

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers

Officer inviting tender : Group General Manager (P),

RITES Ltd, 2nd

Floor,

56 C. R. Avenue, Kolkata- 700 012

CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer Damodar Valley Corporation (DVC)

2(v) Engineer-in-Charge Group General Manager (Projects),

RITES Ltd, Kolkata Project Office or his

authorized representative

2(vii) Accepting Authority Group General Manager (Projects),

RITES Ltd Kolkata Project Office.

2(ix) Percentage on cost of materials

and labour to cover all 15%

overheads and profits.

2(x) Standard Schedule of Rates RITES LAR

2(xiii) Date of commencement of work: 15 days from the date of issue of LOA or the

first date of handing over of site whichever

is later.

Page 56: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 56 of 103 Signature of the tenderer under seal of the firm

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract

July 2011 Edition as modified & corrected

upto date Correction Slip.

CLAUSES OF CONTRACT

Clause 1

1 (i) Time allowed for submission of

P.G. from the date of issue of

Letter of Acceptance subject 15 days.

to maximum of 15 days

Maximum allowable extension

beyond the period provided in

(i) above subject to a maximum of 7 days.

7 days

Clause 2

Authority for fixing compensation under

Clause 2 Group General Manager (P),

RITES Ltd (SBU Head)

Clause 2A

Whether Clause 2A shall be applicable NO

Clause 5

5.1 (a) Time allowed for execution of work 05 months from the date of start

Date of start 15 days from the date of issue of

Letter of Acceptance or the first date

of handing over of site whichever is

later

5.1 (b) TABLE OF MILESTONE(S) : Not applicable

S.No Description of Milestone

(Physical)

Time allowed in days

(from date of start)

Amount to be withheld in

case of non achievement

of milestone

1

2

3

4

Clause 5 A Shifting of stipulated date of completion

Competent authority Accepting Authority as

Specified in Clause 2(vii) of

Conditions of Contract above.

Page 57: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 57 of 103 Signature of the tenderer under seal of the firm

Clause 6 A Whether Clause 6 or 6A applicable 6

Clause 7

Gross work to be done together with net

payment/ adjustment of advances for

material collected, if any, since the last such ………

payment for being eligible to interim payment

Clause 10A

i) Whether Material Testing Laboratory is to

be provided at site. NO

ii) If “YES” list of equipments to be provided a) As per RDSO specification,

b) As per IS Codes.

Clause 10 B

Whether Clause 10 B(ii) to (v) applicable NO

Clause 10 CC

Whether Clause 10CC applicable NO

Clause 11

Specifications to be followed for execution a) RDSO/Railway specifications.

b) CORE specifications.

c) RITES Technical Specifications. d) Technical Specifications under

Section No. 5.

Clause 12

Clause 12.2 Deviation Limit beyond which i) For Non-foundation items.

12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall Plus 25%

apply Minus - No limit

ii) For Foundation Items

Plus 100%

Minus -No limit

Note: For Earthwork, individual

Classification quantity can vary to any

extent but overall Deviation Limits will

be as above.

12.5 Definition of Foundation item if

other than that described in

Clause 12.5 -----------------------

(If not applicable write accordingly)

Page 58: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 58 of 103 Signature of the tenderer under seal of the firm

Clause 16 Competent Authority for GGM(P)/RITES-KOL

deciding reduced rates

(Authority Competent to accept Tender)

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor

at site:-

As requires to execute the work.

Clause 25

25 (i) Appellate Authority ED (RP)

Appointing Authority ED (RP)

Clause 36 (i) & (iii)

Minimum Qualifications & Experience required and Discipline to which should

belong

Designation Minimum

Qualification

Minimum

working

experience

Discipline to

which should

belong

Number

Technical Representative ITI or diploma holder. 1 year Civil 1

36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy

Technical Representative

Designation Rate of Recovery per month (in Rs.) for non-

deployment Technical Representative 10000/-

Clause 42

i)(a) Schedule/statement for determining DSR 2014.

theoretical quantity of cement &

bitumen on the basis of Delhi

Schedule of Rates printed by CPWD

ii) Variations permissible on theoretical

quantities

a) Cement

- for works with estimated cost 3% plus / minus

put to tender not more than Rs.5 lakhs

- for works with estimated cost put to 2% plus / minus

tender more than Rs.5 lakhs

b) Bitumen for All Works 2.5% plus only & nil on minus

side

c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter,

section and category

d) All other materials Nil

Page 59: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 59 of 103 Signature of the tenderer under seal of the firm

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl.

No.

Description of

Item

Rates in figures and words at which recovery shall be made

from the Contractor

Excess beyond permissible

variation

Less use beyond the

permissible variation

1 Cement

NOT APPLICABLE

2 Steel

reinforcement

3 Structural Sections

4 Bitumen issued

free

5 Bitumen issued at

stipulated fixed

price

Clause 46

Clause 46.10

Details of temporary accommodation

including number of rooms and their

sizes as well as furniture to be made

available by the Contractor Not applicable

(If not applicable indicate accordingly)

Whether Clause 46.11.1A applicable NO

Whether Clause 46.13A applicable NO

Clause 46.17

City of Jurisdiction of Court Kolkata

Clause 47.2.1

Sum for which Third Party Rs. 50,000/- per occurrence

Insurance to be obtained. with the number of occurrences limited to four.

Clause 55

Whether clause 55 shall NO

be applicable.

If yes, time allowed for completion _______________ months from

of sample floor/unit. Date of start of work

Page 60: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 60 of 103 Signature of the tenderer under seal of the firm

Section – 5

TECHNICAL SPECIFICATIONS

Page 61: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 61 of 103 Signature of the tenderer under seal of the firm

SECTION 5.

TECHNICAL SPECIFICATIONS

Abstract specification for renovation & construction of office building at MTPS of

DVC, Mejia, Dist. Bankura, West Bengal.

• Work should be executed as per drawing and specification . CPWD or BS

specification would be followed unless otherwise specified.

• RCC framed structure shall be provided with M-25 Grade Concrete.

• Earthwork in cutting or filling will be done manually or mechanically.Where it is

necessary, shoring should be provided.

• Bricks to be used with class designation 75

• Cement to be used of 43 Grade & above of Prime Manufacturers with test certificate.

• All reinforcement Bars to confirm Fe-415 (Tor) –IS 1786

• Brickwork in foundation & superstructure with 1:6 ( 1cement:6 sand) mortar,

excluding half brick work

• Half brick with 1:4( 1cement:4 sand) mortar. 2 No 6mm dia MC Bars shall be

provided at every fourth layer for half brick work.

• All Internal plaster shall be of 12mm thick with 1:6 (1Cement: 6 fine Sand) mortar

• All External plaster shall be of 15mm thick with 1:6 (1Cement: 6 coarse Sand)

mortar. The water proof compound (ISI Make) shall be added to plaster as per

manufacturers specification.

• Ceiling plaster to be of 6mm thick with 1:3 (1Cement: 3 fine Sand) mortar

• Internal wall with colour wash in two or more coats over a coat of white wash.

• External wall with water proofing cement paint in two or more coats over one coat of

cement primer (Snowcem or equivalent)

• Two coats of synthetic enamel paint over one coat of red oxide primer on all steel

works

• Two coats of synthetic enamel paint over one coat of wood primer on all wood works

• Flooring in battery room particularly to be of Acid proof tiles. All other floors will be

of Granolithic flooring/IPS (25mm thick with neat cement finish)

• All PCC works to be with mix proportion of 1:2:4( 1 cement:2 sand:4 coarse

aggregate)

• Steel glazed windows/ ventilators with 4mm thick transparent plastic panes should be

provided with all necessary fittings & fixtures ie tower bolt, handles & stays etc as

per direction of Engineer

• Door/Windows limited beams shall be of M-25 Grade.

• 35mm thick flush door shutters ,non-decorative type, core of block board construction

with frame of 1st class hard wood & well matched commercial 3ply veneering with

vertical grains or cross bands and face veneers on both faces of shutters with all

fittings & fixtures ie Tower bolt , handles, Aldrops , hinges (heavy duty) etc as per

direction of Engineer

• Indian type water closet of size 580mmx440mm with integral type footrest of

approved standard brand with all fittings & fixtures

• White Vitreous China flat back urinal basin of 430x260x350mm size of approved

brand with necessary fixture & fittings .

• Average 50mm thick PCC (1:1.5:3)(1cement;1.5sand:3 Coarse aggregate) as a

wearing coat over roof slab with water proofing compound for roof treatment.

Page 62: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 62 of 103 Signature of the tenderer under seal of the firm

• Brick Parapet of 1000mm height with CC coping of 1:2:4 of average thickness

75mm

• Fan Hooks , electrical PVC conduits etc as per requirement to be provided before

concreting of roof slab

• 450mm wide plinth protection with 75mm thick PCC1:2:4( 1 cement:2 sand:4 coarse

aggregate)

and with neat cement punning over a layer of brick flat soiling

• 40mm thick PCC1:2:4( 1 cement:2 sand:4 coarse aggregate) in damp proof Course at

plinth level with a coat of bitumen

• All sewerage line and rain water pipe should of ISI marked PVC pipe of standard

brand of dia 75mm to 150mm

• Necessary brick drain over 100mm thick PCC 1:2:4 ( 1 cement:2 sand:4 coarse

aggregate) with cement plaster and neat cement punning to be provided as per

direction of Engineer

Page 63: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 63 of 103 Signature of the tenderer under seal of the firm

TECHNICAL SPECIFICATIONS FOR BRICK WORK & PLASTERING.

BRICK WORK.

1. GENERAL.

(a) This Section covers the requirement for brick work in walls and partitions.

(b) IS: 2212 ‘Code of Practice for Brickwork’ shall apply in so far as it Is

acceptable. The provisions of the following Indian Standard Specifications shall

form a part of this specification to the extent they have been referred to or are

applicable with the specification.

IS: 269 ‘Specification for ordinary, rapid hardening low heat Portland cement.

IS: 2116 ‘Specification for sand for masonry mortar’.

IS: 1077 ‘Specification for common burnt clay building bricks’.

IS: 3455 ‘Specification for masonry cement’.

IS: 2250 ‘Code of practice for preparation and use Masonry Mortars’.

2. MATERIALS.

a) Bricks:

Bricks shall be first class table moulded bricks (unless otherwise specified)

uniform in colour and size and shall generally conform to IS: 1077, they shall be of

uniform shape and colour and shall be well brunt but not over brunt. They shall

give a ringing metallic sound when struck with a mallet. When soaked in water

for 24 hours, the bricks shall not absorb water more than 20% of its weigh when dry.

Bricks shall be soaked in water for at least 6 hrs before use. Broken bats shall not be used

except in closer.

c) Mortar.

ii) The mortar for brick masonry shall be composed of one part of cement and 6 or 8 parts

of dry sand as specified or cement lime mortar in the proportion 1:2:9 as specified,

proportioned by volume. The mortar for half brick wall shall be of 1:4 proportion.

iii) The unit measurement shall be a standard bag of cement (50Kgs) assumed to be 35 litres

(0.035 Cum). Sand shall be measured in boxes of suitable size. In case of damp sand, its

quantity may be corrected for bulkage.

iv) Mortar shall preferably be mixed in mechanical mixers. However where hand mixing is

permitted by the Engineer-in-charge, cement and sand shall be mixed together

thoroughly on a clean dry platform until the mixture is of uniform colour. Water shall

then be added to mortar of consistency of a stiff paste, care being taken to add just

sufficient water for the purpose. In the case of cement-lime mortar, cement shall be

added to lime mortar previously prepared.

Page 64: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 64 of 103 Signature of the tenderer under seal of the firm

v) Only that quantity of mortar shall be mixed as can be placed in the work within one hour

of its mixing. Mortar unused for more than one hour from the time of mixing shall be

rejected and removed from the site.

3. WORKMANSHIP.

a) Only skilled and experienced persons shall be employed for laying masonry or brick

work.

b) All bricks shall be thoroughly soaked in water for at least six (6) hours before they

are placed in the work. At the time of laying the surface shall be just moist but not

too wet to cause dripping of water.

c) No bars or cut bricks shall be used in the work unless it is absolutely necessary

around irregular openings or for adjusting the dimensions of different course and for

closures, in which case, full bricks shall be laid at the corners the bar being placed

in the middle courses.

d) The bricks shall be laid in mortar to line, levels and shapes as shown in the

drawings, slightly pressed and thoroughly bedded in mortar and all joints shall be

properly flushed and completely packed with mortar so that no hollows are left.

Edges of bricks shall not be damaged during handling. Vertical joints shall not come

one over the other in the adjust courses and shall not normally be nearer the one

quarter of the brick length.

e) Fixture, plugs, frames for doors ad windows etc. shall be placed in positions shown

in the plan while laying the courses and not later by removal of bricks already laid.

f) Verticality of the walls and the horizontality of the courses shall be checked

frequently by means of plumb-bobs and spirit levels respectively.

4. BOND :

Unless otherwise specified in the plans or order by the Engineer-in-charge,

English bond shall be used.

5. JOINTS

Joints shall not exceed 10mm in thickness. All joints shall be struck flush with the

face when placing, for all the walls requiring plastered finish. Joints of brick work

show3n to be exposed in the drawing shall be raked out not less than 10mm deep,

when the mortar is green to receive subsequent pointing treatment.

6. RATE OF RAISING:

The brick masonry shall not be raised more than 60 cms per day and courses shall

be raised in uniform height as far as possible. Where this is not possible, the bricks

shall be stepped so as for enable the later courses of masonry to bond with the

former. The brickwork shall be done in stages as directed by the Engineer-in-charge

to ensure that the load transmitted to the structure dose not exceed that for which it

hs been designed.

Page 65: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 65 of 103 Signature of the tenderer under seal of the firm

7. SCAFFOLDING:

This may be double or single as warranted by the working conditions. Scaffolding

may be of timber ballies, bamboo or tubular steel sections. All scaffolding shall be

built of adequate strength to support all conceivable loads likely to come on them.

Put log holes shall be made good by brick to match the face work and holes behind

shall be made good by filling solidly with 1:4:8 cement concrete.

8. WATERING:

All brocks work when laid shall be initially protected against hot sun, and drying

winds, if necessary, by covering with wet sacking or similar other absorbent

materials. The brickwork shall be kept wet for a period of at least 15 days after

lying. At no time shall the mortar be allowed to dry.

9. BAD WORK.

Should the mortar perish, i.e become dry or powdery through neglect of watering or

the masonry be hollow or the work done not according to plans and specifications,

the work shall be pulled down and rebuilt, all at the Contractor’s cost.

10. TOLERENCE.

The maximum permissible tolerance in masonry should be as specified in IS:1905-

1969.

11. HALF BRICK WALLS:

a) Half brick wall shall be constructed wherever shown in the drawing. These shall be

all of stretchers only and half bricks shall not be used. The mortar to be used shall

be cement sand mortar 1:4 and as per specification mentioned elsewhere. The work

shall be carried out as per IS: 2212.

b) Reinforcement consisting of 2 bars of 6mm shall be provided after every fourth

course. The M.S bars shall be well anchored at the ends of the partition, these bars

shall be fully embedded in mortar and overlaps if any shall be minimum 30cms.

And shall conform to specifications mentioned under Steel Reinforcement.

c) Whenever the height of the walls is more than 2.0M an RCC runner shall be

provided if so instructed by the Engineer-in-charge, at the rate of one runner for

every 1.5 M height. The R.C.C runner and reinforcement in that shall be paid

separately. But the reinforcement in the brick work shall be included in the rate for

the brick masonry.

d) Care shall be taken to see that the wall is not disturbed till it is fully set. All

scaffolding, shuttering and framework for RCC work connected to the newly built

wall shall be constructed with utmost care, so that the stability of the wall is fully

secured. While making the shuttering for the RCC runner, nailing planks to the

wall shall not be permitted. While curing, the water is to be sprinkled by a nose to

the wall and not by throwing and splashing across the wall.

Page 66: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 66 of 103 Signature of the tenderer under seal of the firm

12. MESUREMENT AND PAYMENT:

a) For walls less than one brick thick is quoted rate shall be per sqm of brick masonry

in place, the thickness being specified. For brick work, one brick thick and above

and mass brick masonry work, the quoted rate shall be per Cum. In place.

Measurement shall be based on actual quantities at site, limited however by the

drawings and as directed by the Engineer-in-charge.

b) The quoted rate shall cover the supply of all materials, labour, tools, tackle, plant

and equipment, scaffolding and temporary works and all other incidental works

required to complete the work in accordance with the above specifications. No

deductions shall be made for opening less than 0.1 Sqm. In area and for fixtures up

to 0.10 Sqm. in cross section.

PLASTERING.

General :

This specification refers to the finishing of materials and plastering the surface

of concrete, brick, hollow block masonry etc.

Materials :

a) Sand, cement, lime and water shall be as specified in the general specifications for

the respective item. Neeru shall conform to specification give below. Cement, line

and sand shall be in the proportion mentioned in the items.

b) Neeru:

Neeru shall be prepared out of Class ‘C’ lime (i.e pure fat lime) as mentioned

picked cut before slaking. The lime shall be slaked not less than one week and not

more than two weeks before use. Lime shall be slaked and mixed with sufficient

water in IS: 712. All impurities, ashes or improperly burnt pieces shall be

screened or to form a thick paste, it shall then be reduced to a fine paste by

grinding. The neeru shall be kept moist.

WORKMANSHIP – NEERU FINISH.

Surface Preparation:

All joints in the face work that is to be plastered shall be rakd out to a depth equal

to not less than the width of the joints or as directed by the Engineer. The raking

shall be done taking care not to allow and chipping of masonry. In new work the

raking out shall be done when the mortar in the joints is steel green. Smooth

surfaces of concrete, old plaster etc. must be suitably roughened to provide

necessary bond for the plaster. All dirt, soot, oil paint or any other material that

might interfere with satisfactory bond shall be removed. In the case of stone

masonry, bushing on the walls to receive the plaster shall not be more than 12mm

(about ½”). The surface to be plastered shall be cleaned and scrubbed with fresh

water and kept wet for 6 hours prior to plastering. It shall be kept damp during the

progress of the work. The plastering shall not be commenced unless the Architect

passes the preparatory work in writing.

Page 67: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 67 of 103 Signature of the tenderer under seal of the firm

Plastering Operation:

Patches of plaster 15 cms x 15 cms (about 6” x 6” ) shall be put on about 3m

about 10’ ) apart as gauges to ensure even plastering in one plane. In all plaster

work the mortar, shall be firmly applied with somewhat more than the required

thickness and well pressed into the joints and on the surfaces and rubbed and

leveled with a flat wooden role to give required thickness. Long straight edges

shall be freely used to ensure a perfectly plane and even surface. All corners must

be finished to plains or curved surface as shown on plan or directed by the

Engineer-in charge and shall present a neat appearance. The mortar shall adhere

to the masonry surface immediately when set and there should be no hollow

sound when struck. Plastering shall be done from top downward. In any

continuous face of a wall finishing treatment of any type should be carried out

continuously and days to day breaks made to coincide with Architectural breaks

in order to avoid unsightly junctions. All exposed angles and junctions with door

frames etc. shall be carefully finished. Crevices shall be beaded if ordered.

(b) Neeru shall be applied to the prepared and partially set but somewhat plastic

surface with steel trowel to a thickness slightly exceeding 1.5 mm ( about 1/16”)

thickness and polished to a perfectly smooth and even finish,working from top to

bootom. While trowelling is going on ,soap stone powder contained in thin

muslin bags shall be dusted over the surfaces and worked in.©Moistening shall be

commenced soon as the plaster has hardened sufficiently and is not susceptible

to injury. Soaking of wall shall be avoided and only much water as can be readily

absorbed shall be used.

(d) All plaster work shall be kept damp continuously for a period of 14 days,

to prevent excessive evaporation, on the sunny or windward side of the building,

in hot, dry weather, matting or gunny bags may be hung over on the outside of the

plaster in the beginning and kept moist. Should the mortar of the plaster perish

through neglect of watering or for any other default and if the work is not done as

specified above, the plaster shall be removed and redone at the Contractor”s

expense.

Precautions:

The standard workmanship, shall be of the VERY BEST quality and the whole of

plastering is to be carried out in the best possible manner to the entire satisfaction

of the Architect. Tools and accessories used in plaster work shall conform to IS :

1630. metal tools shall be cleaned after each operation.All tools shall be

examined to see that they are thoroughly cleaned before plastering is begun. The

programming of other building operations, before, during and after

plastering,shall be according to the instructions contained in IS : 1661. All general

precautions s specified in IS : 1661 Clause No. 9, shall be taken and preparation

of the background shall be done as laid down in Clause No. 13 of IS : 1661. Care

shall be taken to see that other parts of the work or adjacent works are not

damaged while plastering. Scaffolding shall be as specified for the item of

masonry.

Page 68: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 68 of 103 Signature of the tenderer under seal of the firm

Mode of Measurement and Payment:

All work shall measured in Sqm and as specified in IS : 1200.If the average

thickness provided by the Contractor is more that what is specified for any reason

whatsoever no extra payment will be made.

The quoted rate shall include:

(a) Erecting dismantling and removing the scaffolding,

(b) Preparing the surface to receive the plaster,

© Providing cement finish,neeru finish, or sand finish as specified of the

minimum specified thickness,

(d) All labour, materials, tools and equipment to complete the plaster as per

specification,

(e) Curing for 14 days.

(f) Any grooves, bands, drip moulds etc., if shown on the drawings or as directed by

the Engineer-In-charge.

(g) All lifts and leads.

SAND FACED PLASTER:

General

The preparation of the surface, programming of work, general precautions and other

miscellaneous details shall be detailed under “Neeru Finish”

Base Coat:

The base coat shall be of cment mortar as specified and shall have a minimum

thickness as specified.

Final Coat:

The finishing coat shall be of cement mortar 1:4 and 6mm (1/4”) thick.The mortar

shall contain sand with slightly larger proportion of coarse material and shall be

approved by the Engineer-in-charge. After application, the surface shall be finished

with wooden flot to the concrete plane. Then it shall be treated with wetted sponge

rubber by which sand particles stand out and given an even finish as approved by the

Engineer-in-charge a sample over a considerable area shall be first made in

consultation with the Engineer-in-Charge and shall be got approved before starting

the work. Curing shall be perfect and to be continued for atleast 14 days.

Mode of Measurement:

Same as that for neeru plaster.

Page 69: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 69 of 103 Signature of the tenderer under seal of the firm

ROUGH PLASTER

General:

The specification for sand faced plaster shall also apply to rough cast plaster,

subject to the following:

Base coat:

The first coat of plaster shall be on cement mortar 1:4 mixed and applied according to

the relevant provisions of IS:1661.

The finished thickness shall be 12 mm for brick masonry . The plaster shall be laid by

throwing the mortar by using a strong whipping action and pressing to form a good

bond. The surface shall be roughened.

Second coat:

The second coat shall be the rough cast mixture consisting of aggregate which may

vary in size from 5 mm to 8 mm and may consists of specially graded mixture mixed

with fine sand and cement. The proportion of cement to sand aggregate shall be

1:1.1/2:3. It shall flung upon the first coat with large trowels to form an over

protective coat. The second coat must be applied while the first coat still soft and

plastic. The work shall generally confirm to requirements IS:1661. The thickness of

the coat shall be about 12 mm.

Item to include:

Rate for this item to include relevant portion of specification for Neeru plaster. It

shall also include the base coat and finishing coat of rough plaster. Measurement shall

be specified in IS:1200.

Page 70: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 70 of 103 Signature of the tenderer under seal of the firm

TECHNICAL SPECIFICATION OF CONCRETE WORKS.

SCOPE

This specification covers the general requirements for concrete, using on site production

facilities including requirements in regard to the quality, handling storage of in gradients,

proportioning batching, mixing, transporting, laying, curing, protecting repairing finishing and

testing of concrete, formwork requirements in regard to the quality, storage, bending and

fixing of reinforcement as well as mode of measurement and payment for completed works.

It shall be very clearly understood that the specifications given herein are brief and do not

cover minute details. However, all works shall have to be carried out in accordance with the

relevant standards & codes of practices or in their absence, in accordance with the relevant

standards & codes of practices or in their absence, in accordance with the best accepted current

engineering practice or as directed by Engineer-in-Charge time to time. The decision of

Engineer-in-Charge or his authorized representative as regards the specification to be adopted

& their interpretation and the mode of the execution of the work shall be final and binding on

contractor & no claim what so ever will be entertained on this account.

APPLICABLE CODES AND SPECIFICATIONS

The following Specification standards & codes including all official amendments/revisions &

other specifications & codes referred to therwein, should be considered a part of this

specification. In all cases the latest issue/edition/revision shall apply .In case of discrepancy

between the specification & those referred to herein below or other specification forming a

part of this bid document, this specification shall govern.

MATERIALS

IS : 8112 - Specification for 43 grade OPC.

IS : 455 - Specification for Portland slag cement

IS : 383 - Specification for coarse & Fine aggregate.

IS : 1786 - Specification for high strength deformed steel

bars & wire for concrete reinforcement.

IS : 9103 - Specification for admixtures for concrete.

IS : 4990 - Specification for plywood for concrete shuttering work.

MATERIALS TESTING

IS : 4031 (Part 1 to Part 13) - Methods of Physical tests for hy draulic cement.

IS : 4032 - Method of chemical analysis of hydraulic cement.

IS : 650 - Specification for standard sand for testing of cement.

IS : 2430 - Methods for sampling of aggregates for concrete.

IS : 2386 (Part 1 to 8) - Methods of test for aggregates for concrete.

IS : 3025 - Methods of sampling & test (Physical & Chemical) water used in industry.

MATERIAL STORAGE

IS : 4082 - Recommendations on stacking & storing of construction material at site.

Page 71: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 71 of 103 Signature of the tenderer under seal of the firm

CONCRETE MIX DESIGN

Recommendation guidelines for concrete Mix Design IS : 10262

Sp : 23 (S & T) - Hand book on concrete Mixes.

CONCRETE TESTING

IS : 1199 - Method of sampling & analysis of concrete.

IS : 516 - Methods for test for strength of concrete.

EQUIPMENT

IS : 2438 - Specification for roller pan mixer

IS : 5892 - Specification for concrete transit mixer & agitator.

IS : 2506 - General requirement for concrete vibrators, immersion type.

CODE OF PRACTICE

IS : 456-2000-Code of practice for plain & reinforced concrete.

IS : 2502 - Code of practice for bending & fixing of bars for concrete reinforcement.

IS : 7861 - Code of Practice for extreme weather concreting.

Part - 1 - Recommended practice for hot weather concreting

Part - II - Recommended Practice for cold weather concreting.

MEASUREMENTS

IS : 1200 (Part 2, 5 & 23) - Method of measurement of building & engineering works.

GENERAL

Engineer-In-Charge or his authorized representative shall have the Right at all times to inspect

all operations including the source of materials, procurement, layout, & storage of materials,

the concrete batching & mixing equipment, & the quality control system, Such an inspection

shall be arranged & RITES representatives approval obtained, prior to starting the concrete

work. This shall however, not relieve contractor f any of his responsibilities. All materials,

which do not conform to this specification, shall be rejected.

Materials should be selected so that they can satisfy the design requirement of strength,

serviceability, safety, durability & finish with due regards to the functional requirements and

the environmental conditions to which the structure will be subjected. Materials complying

with codes/standards shall generally be used. Other materials may be used after approval of the

RITES representative and after establishing their performance suitability based on previous

data, experience or tests.

Page 72: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 72 of 103 Signature of the tenderer under seal of the firm

MATERIALS

CEMENT

Unless other wise specified or called for by RITES representative, cement shall be ordinary

Portland cement conforming to IS : 8112, IS: 455, IS: 12269. However, in case slag cement are

used,prior approval shall be taken from the Engineer-in-Charge.

Where Slag cement are used, it shall be ensured that consistency of quality is maintained, there

will be no adverse interactions between the materials & the finish specified is not marred.

Only one type of cement shall be used in any one mix. The source of supply of type or brand

of cement within the same structure or portion thereof shall not be changed without approval

from Engineer-in-charge or his authorized representative.

Cement which is not used within 90days from the days from the date olf manufacture shall be

tested at a laboratory approved by RITES & Until the result of such tests are found

satisfactory, it shall not be used in any work.

AGGREGATES (GENERAL)

Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel & sand.

They shall be chemically inert, strong, hard, clean, durable against weathering, of limited

porosity, free from dust/silt/organic impurities/deleterious materials & conform to IS: 383.

Aggregate shall be washed and screened before use where necessary or if directed by the

Engineer-In-Charge of RITES or his authorized representative.

Aggregates containing reactive materials shall be used only after tests conclusively prove that

there will be no adverse effect on strength, durability & finish, including long term effects, on

the concrete. However, in general such aggregates containing reactive material shall not be

used.

The maximum size of coarse aggregate shall be as stated on the drawings but in no case

greater than 1/4 of minimum thickness of member.

Plums 160mm & above of a reasonable size may be used where directed. Plums shall not

constitute more than 20% by volume of the concrete.

WATER

Water used for both mixing & curing shall conform to IS-456-2000. Potable water are

generally satisfactory. Water containing any excess of acid, alkali, sugar or salt shall not be

used.

REINFORCEMENT

Reinforcement bars shall conform IS:1786 as shown or specified on the drawing.

All reinforcement shall be clean, free from pitting, oil, grease, paint, loose mill scales, rust,

dirty, dust or any other substance that will destroy or reduce bong.

Page 73: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 73 of 103 Signature of the tenderer under seal of the firm

If permitted by Engineer-In-Charge of RITES, welding of reinforcement shall be done in

accordance with IS: 2751 or IS:9417.

SAMPLES & TESTING

All materials used for the works shall be tested before use in accordance with RITES Quality

assurance Plan which will be given before execution of the work.

Manufactures test certificate shall be furnished for each batch of cement, steel and when

directed by Engineer-In-Charge samples shall also be got tested by the contractor in a

laboratory approved by state/central government at no extra cost to RITES.

Sampling & Testing shall be as per RITES Quality Assurance Plan under the supervision of

Engineer-In-Charge of his authorized representative. The cost of all test sampling etc. shall be

borne by the contractor.

Water to be used shall be tested to comply with reinforcements of IS: 456-2000

STORING OF MATERIALS

All materials shall be stored in a manner so as to prevent its deterioration and contamination,

which would prevent its use in the works. Requirements of IS: 4082 shall be complied with.

Contractor will have to make his own arrangement for the storage of adequate quantity of

cement. If such cement is not stored properly & his, deteriorated, the material shall be rejected.

Cement bags shall be stored in dry weather proof shed with a raised floor, well away from the

outer wall & insulated from the floor to avoid moisture from ground. Not more than 15 bags

shall be stacked in any tier. Engineer-In-Charge or his authorized representative shall approve

storage arrangement. Storage under tarpaulins shall not be permitted. Each consignment of

cement shall be stored separately & consumed in its order of receipt.

Each size of coarse & fine aggregate shall be stacked separately and shall be protected from

leaves & contamination with foreign materials. The stacks shall be on hard clean, free draining

away from the concrete mixing area.

Contractor shall make his own arrangement for storing water at site in tanks to prevent

contamination.

The reinforcement shall be stacked on top of timber sleepers to avoid contact with

ground/water. Each type & size shall be stacked separately.

DESIGN MIX CONCRETE

MIX DESIGN TESING

For Design Mix Concrete, the mix shall be designed according to IS: 10262 & SP:23 to

provide the grade of concrete having the required workability & characteristic strength not less

than appropriate value given in IS:456-2000. The design mix shall in addition be such that it is

cohesive & does not segregate & should result in a dense & durable concrete & also capable of

giving the finish as specified. For liquid retaining structures the mix shall also result in

watertight concrete. The contractor shall exercise great care while designing the concrete mix

& executing the works to achieve the desired result.

Page 74: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 74 of 103 Signature of the tenderer under seal of the firm

Unless otherwise specifically mentioned the minimum cement for design mix concrete

shall be as per IS: 456-2000 (Table No.5)

GRADE OF CONCRETE MINIMUM CEMENT CONTENT IN

KG/CU.M OF CONCRETE

M20 300

M25 300

The minimum cement content stipulated above shall be adopted irrespective of whether the

contractor achieves the desired strength with less quantity of cement. The contractor’s quoted

rates for concrete shall provide for the above eventuality & nothing extra shall become payable

to the contractor in this account. Even in the case where the quantity of cement required is

higher than that specified above to achieve desired strength based on an approved mix design,

nothing extra shall become payable to the contractor.

It shall be contractors sole responsibility to carry out the mix design at his own cost. He shall

furnish to Engineer-In-Charge at least 30 days before concreting operation, a statement of

proportions to be used for the various concrete mixes & the strength results obtained. The

strength requirements of the concrete mixes ascertained on 150mm cubes as per IS: 516 shall

comply with IS:456-2000.

GRADE OF CONCRETE MINIMUM

COMPRESSIVE

STRENGTH

(N/SQMM)AT 7DAYS

SPECIFIED

CHARACTERISTIC

COMPRESSIVE STRENGTH

(N/SQMM) AT 28 DAYS

M 20 13.5 20

M 25 17 25

A range of slumps which shall generally be used for various types of construction unless

otherwise instructed by the Engineer-In-Charge.

STRUCTURE/MEMBER SLUMP IN MINIMUM

MAXIMUM MINIMUM

Reinforced foundation walls & Footings 75 25

Plain Footings, caissons & substructure walls 75 25

D.G & Massive compressor foundations 50 25

Slabs, beams & reinforced Walls 100 25

Pump & miscellaneous equipment

Foundations

75 25

Building Columns 100 25

BATCHING & MIXING OF CONCRETE

Proportions of aggregate & cement, as decided by the concrete mix design shall be by

volume. These proportions shall be maintained during subsequent concrete batching.

Page 75: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 75 of 103 Signature of the tenderer under seal of the firm

Amount of water added shall be such as to produce dense concrete of required onsistency,

specified strength & satisfactory workability & shall be so adjusted to account for moisture

content in the aggregates. Water – cement ratio specified for use by Engineer-In-Charge

shall be maintained. Each time the work stops, the mixer shall be cleaned out, and while

recommending, the batch shall have 10% additional cement to allow for sticking in the drum.

Arrangement should be made by the contractor to have the cubes tested in an approved

laboratory or laboratory set up by contractor at site. Sampling & testing of strength &

workability of concrete shall be as per IS: 1199, IS:516 & IS:456-2000.

NOMINAL MIX CONCRETE

MIX DESIGN & TESTING

Mix design & Preliminary test are bot necessary for nominal mix concrete. However

works tests shall be carried out qas per IS: 456-2000. However it will be Contractor’s sole

responsibility to adopt appropriate nominal mix proportions to yield the specified strength.

BATCHING & MIXING OF CONCRETE

Based on the adopted nominal mixes aggregates shall be measured by volume. However

cement shall be by weight only.

If nominal mix concrete made in accordance with the proportions given for a particular

grade does not yield the specified strength, such concrete shall be classified as belonging to

the appropriate lower grade. Nominal mix concrete proportioned for a given grade in

accordance with IS: 456-2000, shall not however, be placed in higher grade on the ground

that the test strengths are higher than the minimum specified.

FORM WORK

Form work shall be inclusive & shall consist of but not limited to shores, bracings, sides

of footings, walls, beams & columns, bottom of slabs etc. Including ties, anchors, hangers,

inserts, false work, wedges etc.

The design & engineering of the form work as well as its construction shall be the

responsibility of the contractor. However, if so desired by the Engineer-In-Charge the

drawings & calculations for the design of the formwork shall be submitted to Engineer-In-

Charge.

Form work shall be designed to fulfill the following requirements:

a) Sufficiently rigid & tight to prevent loss of grout or mortar from the concrete

at all stages & appropriate to the methods of placing & compacting.

Made of suitable materials.

b) Capacity of providing concrete of the correct shape & surface finish within the

specified tolerance limits.

c) Self weight, reinforcement & concrete weight, all loads & dynamic effects

arising from construction & compacting activities, wind & weather forces.

d) Capable of easily striking without shock, disturbance damage to the concrete.

e) Soffit forms capable of imparting a camber if required.

Page 76: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 76 of 103 Signature of the tenderer under seal of the firm

f) Soffit forms & supports capable of being left in position, if required.

g) Capable of being cleaned &/or coated immediately prior to casting the concrete;

design temporary where necessary for these purpose & to facilitate the preparation

of construction joints.

The formwork may be steel of Plywood depending upon type of finish specified. Joints

between formwork & formwork & between formwork & structure shall be sufficiently tight to

prevent loss of slurry from concrete, using seals if necessary.

The faces of formwork coming in contact with concrete ehall be cleaned & two coats of

approved mould oil applied before fixing reinforcement. All rubbish, particularly chipping,

shavings, sawdust, wire pieces dust etc. shall be removed from the interior of the forms before

the concreter is placed. Where directed, cleaning of forms shall be done by blasting with a jet

of compressed air at no extra cost.

Forms intended to refuse shall be treated with care. Forms that have deteriorated shall not be

used. Before refuse, all forms shall be thoroughly scrapped, cleaned, nails removed, holes

suitably plugged, joints repaired & warped lumber replaced to the specification of Engineer-

In-Charge. Contractor shall equip himself with enough shuttering to allow for wastage so as to

complete the job in time.

Permanent formwork shall be checked for its durability & compatibility with adjoining

concrete before it is used in the structure. It shall be properly anchored in the concrete.

Wire ties passing through beams, columns & walls shall not be allowed. In their place bolts

passing through sleeves shall be used. Formwork spacers left in situ shall not impair the

desired appearance or durability of the structure by causing spelling, rust staining or allowing

the passage of moisture.

Formwork showing excessive distortion, during any stage of construction, shall be

repositioned & strengthened. Placed concrete affected by faulty formwork, shall be entirely

removed & formwork corrected prior to new concrete at Contractor’s cost.

The striking time for formwork shall be determined based on the following

requirements :

a) Development of adequate concrete strength.

b) Permissible deflection at time of striking formwork.

c) Curing procedure employed – Its efficiency & effectiveness.

d) Subsequent surface treatment to be done.

e) Prevention of thermal cracking at re-entrant angles.

f) Ambient temperatures.

g) Aggressiveness of the environment (Unless immediate adequate steps are taken

to prevent damage to the concrete).

Under normal circumstances (generally where temperatures are above 20 C Forms may be

struck after expiry of the time period given In IS: 456-2000 unless directed otherwise by

Engineer-In-Charge. For Portland Slag Cement the stripping time shall be suitably

modified as directed by the Engineer-In-Charge. It is the contractors responsibility to

ensure that forms are not struck until the concrete has developed sufficient strength to

support itself, does not undergo excessive deformation & resist surface damage & any

stresses arising during the constructional period.

Page 77: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 77 of 103 Signature of the tenderer under seal of the firm

FINISHES

GENERAL.

The formwork for concrete works shall be such as to give the finish as specified. The

contractor shall make good as directed any unavoidable defect consistent with the type of

concrete & finish specified; defects due to bad workman ship (e.g. damaged or misaligned

forms, defective or poor compacted concrete) will not be accepted. Contractor shall

construct the formwork using the concrete materials & to meet the requirements of the

design & to produce finished concrete to required dimensions, plumbs, planes & finishes.

SURFACE FINISH TYPE – FI

This type of finish shall be non exposed concrete surface against which back fill or concrete

is to be placed. The main requirement is that of dense, well compacted concrete. No

treatment is required except repair of defective areas, filling all form holes & cleaning up of

loose or adhering debries. For surfaces below grade, which will receive waterproofing

treatment, the concrete shall be free of surface irregularities, which would interfere with

proper & effective application of waterproofing material specified for use.

SURFACE FINISH TYPE – F2

This type of finish shall for all concrete work, which will be exposed to view upon

completion of the job. The appearance shall be that of smooth dense, wll compacted

concrete showing the slight marks of well fitted shuttering joints. The Contractor shall make

good any blemishes.

REINFORCEMENT WORKMANSHIP

Reinforcing bars bent or in coils shall be straightened cold without damage at

no extra cost. No bending shall be done when ambient temperature is below 5 C Local

warming maybe permitted if steel is kept below 100 C.

All bars shall be accurately bent gradually & according to the sizes & shapes shown on the

drawings/schedules or as directed by Engineer.

Re-bending or straightening incorrectly bent bars shall not done without approval of engineer.

Reinforcement shall be accurately fixed & maintained firmly in the correct position by the use

of blocks, spacers, chairs, binding wire etc. to prevent displacement during placing &

compaction of concrete. The tied in place reinforcement shall be approved by the Engineer-In-

Charge prior to concrete placement. Spacers shall be of such materials & designs as will be

durable not lead to corrosion of the reinforcement & not cause spelling of the concrete c0ver.

The concrete cover shall be constructed at the same proportion of original concrete.

Binding Wire shall be 16 gauge soft annealed wire. Ends of the binding wire shall be bent

away from the concrete surface & in no case encroach into the concrete cover.

Page 78: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 78 of 103 Signature of the tenderer under seal of the firm

Substitution of reinforcement, laps/splices not shown on the drawing shall be subject to

Engineer-In=Charge’s approval.

TOLERANCE

Tolerance for form work & concrete dimensions shall be as per IS: 456-2000 unless specified

otherwise.

PREPARATION PRIOR TO CONCRETE PLACEMENT.

Before concrete is actually placed in position, the inside of the form work shall be cleaned &

mould oil applied, inserts & reinforcement shall be correctly positioned & security held,

necessary openings, pockets etc provided.

All arrangement, formwork, equipment & proposed procedure, shall be approved by Engineer-

In-Charge. Contractor shall maintain separate pour card for each pour as per the format

supplied by RITES.

TRANSPORTING, PLACING & COMPACTING CONCRETE.

Concrete shall be transported from the mixing plant to the form work with minimum time

lapse by methods that maintain the required workability & will prevent segregation, loss of

any ingredients or ingress of foreign matter of water.

In all cases concrete shall be deposited as nearly as practicable directly in its final position.

Concrete shall not be rehandled or caused to flow to avoid segregation. For locations where

directplacementis not possible & in narrow forms Contractor shall provide suitable drops &

‘Elephant Trunks’. Concrete shall not be dropped from a height of more than 1.0m.

Concrete shall not be placed in flowing water. Under water, concrete shall be placed in

position by tremies or by pipe line from the mixer & shall never be allowed to fall freely

through the water.

While placing concrete the contractor shall proceed as specified below & also ensure the

following:

a. Continuously between construction joints.

b. Without disturbance to forms or reinforcement.

c. Without disturbance to pipes, ducts, fixing & like to be cast in; ensure that such items are

securely fixed. Ensure that concrete cannot enter open ends of pipes & conduits.

d. Without dropping in a manner that could cause segregation or shock.

e. In deep pours only when the concrete & formwork designed for this purpose & by using

suitable chutes or pipes.

f. Do not place if the workability is such that full compaction can not be achieved.

g. Without disturbing the unsupported sides of excavations; prevent contamination of concrete

with earth. Provide sheeting if necessary. In supported excavation withdraw the linings

progressively as concrete is placed.

h. If placed directly into hardcore or any other porous material, dampen the surface to reduce

the lose of water from the concrete.

Page 79: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 79 of 103 Signature of the tenderer under seal of the firm

I, Recolrd the time & placing olf structual concrete.

Concrete shall normally be compacted in its final position within thirty minutes of leaving the

mixer. Concrete shall be compacted during placing with approved vibrating equipment without

causing segregation until it forms a solid mass free from voids thoroughly worked around

reinforcement & embedded fixtures & into all concern of formwork. Immersion vibrator shall

be inserted vertically at points not more than 450 mm apart withdrawn slowly till air bubbles

ceases to come to the surface, leaving no voids. When placing concrete in layers advancing

horizontally, care shall be taken to ensure adequate vibration, blending & moulding of the

concrete between successive layers. Vibrators shall not be allowed to come in contact with

reinforcement, formwork & finished surface after start of initial set. Over vibration shall be

avoided.

Except when placing with slip form, each okacement of concrete in multiple lift work, shall be

allowed to set for at least 24 hours after the final set of concrete before the start of subsequent

placement. Placing shall stop when concrete reaches the top of the opening in walls of bottom

surface of slab, in slab & beam construction, and it shall be resumed before concrete takes

initial set but not until it has time to settle as determined by Engineer-In-Charge. Concrete

shall be protected against damage until final acceptance.

CURING

Curing and protection shall start immediately after the completion of the concrete to protect it

from:

a. Premature drying out, particularly by solar radiation & wing.

b. Leaching out by rain & flowing water.

c. Rapid cooling during the first few days after placing.

d. High internal thermal gradients;

e. Low temperature or frost;

f. Vibration & impact which may disrupt the concrete & interfere with its bond to the

reinforcement.

All concrete, unless directed otherwise by Engineer-in-charge, shall be cured by use of

continuous sprays or ponded water or continuously saturated coverings of sacking, canvas,

hessian, or other absorbent material for the period of complete hydration with a minimum of

Ten days. The quality of curing water shall be the same as that used for mixing.

Where a curing membrance is directed to be used by the Engineer-in-charge, the same shall be

of non-wax base & shall not impair the concrete finish in any member. The curing compound

to be used shall be got approved from Engineer-in-charge before use & shall be applied with

spraying equipment capable of a smooth, even textured coat.

Covering the surface with an impermeable material such as polyethylene, which shall be well

scaled & fastened, may also do curing.

Extra precautions shall be exercised in curing concrete during cold & hot weather.

Page 80: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 80 of 103 Signature of the tenderer under seal of the firm

CONSTRUCTION JOINTS & KEYS

Construction joints will be as shown on the drawing or as approved by Engineer-in-charge.

Concrete shall be placed without interruption until Completion of work between construction

joints. If stopping of concreting becomes unavoidable anywhere, a properly formed

construction joint shall be made with the approval of Engineer-in-charge.

When concrete is to be resumed of a surface, which has not fully hardened, all laitance shall

be removed by wire brushing, the surface wetted, free water removed and a cost of cement

slurry applied. On this a layer of concrete not exceeding 150mm thickness shall be placed &

well rammed against the old work. There after work shall proceed in the normal way.

REPAIR & REPLACEMENT OF UNSATISFACTORY CONCRETE.

Immediately after the shuttering is removed, all the defective areas such as honeycombed

surfaces, rough patches, holes left by form bolts etc. Shall be brought to the notice of the

Engineer-in-charge who may permit patching of the defective areas or reject the concrete

work.

All through holes for shuttering shall be filled for full depth & neatly Plugged flush with

surface.

Rejected concrete shall be removed & replaced by contractor at no additional cost to RITES.

For pitching of defective areas all loose materials shall be removed and the surface shall be

prepared as directed by the Engineer-in-charge.

Bonding between hardened & fresh concrete shall be done either by placing cement mortar or

by epoxy. The decision of the Engineer-in-charge as to the method of repairs to be adopted

shall be final & binding on the contractor & no extra claim shall be entertained on this account.

The surface shall be saturated with water for 24 hours before patching is done with 1:5 cement

sand mortar. The use of epoxy for bonding fresh concrete shall be carried out as directed by

Engineer-in-charge.

HOT WEATHER REINFORCEMENT

Concreting during hot weather shall be carried out as per IS: 7861(Part-I).

Adequate provisions shall be made to lower concrete temperature, which shall not exceed 40

C at the time of placement of fresh concrete.

Where directed by Engineer-in-charge, Contractor shall spray non-wax based curing

compound on unformed concrete surface at no extra cost.

COLD WEATHER REQUIREMENT

Concreting during cold weather shall be carried out as per IS:7861 (Part-II).

The ambient temperature during placement & up tp final set saahall not fall below 5 C.

Approved antifreeze/accelerating additives shall be used where directed.

For major & large scale concreting works the temperature of concrete at times of mixing &

placing, the thermal conductivity of the formwork and its insulation and stripping period shall

be closely monitored.

Page 81: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 81 of 103 Signature of the tenderer under seal of the firm

Curing

Unless otherwise specified, all concrete shall be moist, cured by keeping all exposed

surfaces, edges and corners continuously moist for at least seven days after being placed

by spraying, ponding or covering with waterproof paper or moisture retaining fabric.

Materials

Ordinary Portland cement shall conform to "Specification for Ordinary, Rapid Hardening and

Low Heat Portland Cement" IS : 269 (latest edition).

Concrete aggregates shall conform to "Specification for Coarse and Fine Aggregate from

Natural Sources for Concrete" IS : 383 (Latest Edition).

Water used in mixing concrete shall be clean and free from injurious amounts of oils, acids,

alkalies, organic materials, or other deleterious substances.

Reinforcement shall conform to IS: 1786 - 1985 (latest edition) for high Tensile deformed

bars. All reinforcement shall be clean and free from loose, mild scales, dust, loose rust and

coats of paint, oil or other coatings, which may destroy or reduce bond.

Reinforcement accessories shall be furnished by the contractor. Binding wire shall be

annealed from wire quality not less than No. 16 S.W. gauge (1.65 mm dia). Bar supports,

chairs and bolsters (as approved by the Engineer- in-Charge) shall be sufficiently strong to

support the steel properly

Concrete Mix

The compression strength as measured by works test at 28 days, shall be as indicated on the

drawings for the different areas and types of construction or as indicated in IRS-Concrete

Bridge Code.

Where controlled concrete is used. the minimum cement content will be as per IS 456-2000.

Concrete grade upto M-20 will be Nominal Mix Concrete with proportions of materials as per

Clause-9.3 and Table-9 of I.S. 456 : 2000. Concrete grade above M-20 will be as per mix

design conforming to Code IS-10262:1982(SP-23:1982, P-122). Such mix design will be

carried out jointly by the Contractor and the Site Engineer of RITES and cement consumption

thereon will be decided on the basis of mix design. No extra payment will be made for this

mix design of any grade.

Sampling and Testing in the Field

Samples of concrete shall be taken at the direction of Engineer-in-Charge in the field in

accordance with IS : 1199 "Methods of sampling and analysis of concrete".

These samples shall be tested for strength and consistency at testing laboratory set up at the

Project site or at any other Government Laboratory, approved by the Engineer-in-Charge, in

accordance with IS : 516. The moulds labour and material for cubes shall be supplied by the

contractor who shall also arrange to transport the cubes to laboratory at his cost. Actual cost

of the testing shall be borne by the contractor.

Page 82: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 82 of 103 Signature of the tenderer under seal of the firm

The acceptance criteria for concrete shall be as given in subsequent paras. Only the slumps

indicated in the approved design mix shall be adopted. However, larger slumps than those

indicated in the approved design mix of concrete of a specified grade (strength) may be

necessary to get a workable consistency for concrete in the case of beams, walls columns

and other heavily reinforced members. No extra payment shall be made for extra cement

that may have to be added in such cases to get the concrete of the same specified grade

(strength) with larger slumps. The decision of Engineer-in-Charge regarding the degree of

consistency or the amount of slump shall be final.

Samples shall be cured under laboratory conditions, except when in the opinion of the

Engineer-in-Charge extreme weather condition may prevail at which time the Engineer-in-

Charge may require curing under job conditions.

If the 'test strength' of the laboratory controlled cubes for any portion of the concrete work

falls below the compressive strength specified, the Engineer-in-Charge shall have the right

to order a change in the proportions or the water content for the remaining portion of the

structure.

If the 'test strength' of the job cubes falls below the specified strength, the Engineer-in-

Charge shall have the right to require provisions for temperature and moisture control

during the period of curing as necessary to secure the required strength, and may require re-

tests in accordance with "standard method of securing, preparing and testing specimens

for hardened concrete for compressive and flexural strengths".

When the cubes tested reveal a strength lower than those specified, the acceptance criteria

for such concrete shall be decided as stipulated in subsequent paras. The Engineer-in-Charge

shall also reserve the right to reject whole or any part of the work. In case of acceptance of

such works the standard deviations shall be worked out, and examined by the Engineer-in-

Charge and if he is satisfied only then such works can be accepted at the accepted or at the

reduced rate.

For the purposes of statistical analysis any cube result, which in the opinion of Engineer-in-

Charge is due to improper sampling, moulding or testing shall be discarded and a dummy

result shall be substituted. The value of dummy result shall be equivalent to the average

value of the cubes from the same grade of concrete tested immediately before and after the

discarded value.

General Storage

All materials shall be stored by the contractor in a manner affording convenient access for

identification and inspection at all times. The storage facilities arrangements shall be

subject to the approval of the Engineer-in-Charge.

Cement shall be stored by the contractor in silos or suitable weather-proof buildings with dry

floors, to be provided by the contractor, in a manner to prevent deterioration.

Aggregate shall be stored by the contractor in areas floored with tightly laid wooden planks

or other approved hard, smooth and clean surface, in a manner precluding intrusion of any

foreign material. Aggregates of different classes shall be stored in separate piles sufficiently

Page 83: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 83 of 103 Signature of the tenderer under seal of the firm

removed from each other to prevent the material at edges of the piles from getting

intermixed.

Reinforcement shall be stored off the ground in a manner to prevent objectionable changes in

original surface characteristics in separate piles or racks above grade.

TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS

1 GENERAL

1.1 SCOPE

These specifications establish and define the material and constructional requirements

for external electrification work in brief.

1.2 EQUIVALENCY OF STANDARDS AND CODES, MEASUREMENTS &

MATERIALS

1.2.1 The Contractor should have valid electrical contractor’s license. Alternatively sub

contractor engaged by the main contractor for the electrical work should have valid

electrical contractor’s license. Preference will be given who has done similar type of

work in Govt./Semi Govt./Govt. undertaking.

1.2.2 Wherever reference is made in the contract to specific standards and codes to be met

by the goods and materials to be furnished, and work performed or tested, the

provisions of the latest current edition or revision of the relevant standards and codes

in effect shall apply, unless otherwise expressly stated in the contract. In case no

reference is made for any particular work, relevant IS/BIS Codes will be followed.

1.2.3 Providing and operating necessary measuring and testing devices and materials

including all consumables are included in the Scope of Work. No separate

measurement or payment for testing the work shall be made but rates quoted for

various items shall be deemed to include the cost of such tests, which are required to

ensure achievement of specified quality.

1.2.4 All materials shall be of standard quality, manufactured by renowned concerns,

conforming to Indian Standards and shall have certification work from Bureau of

Indian Standards as far as possible, unless otherwise approved by Engineer. The

contractor shall get all materials approved by Engineer prior to procurement and use.

The contractor shall furnish manufacturer’s certificates, for the materials supplied by

him when asked for. Further to that he shall get the materials tested from an approved

Test House, if asked for by the Engineer. The cost for all the tests and test certificates

shall be borne by the contractor. No separate payment shall be made for the testing.

The Engineer shall have the right to determine whether all or any of the materials are

suitable. Any materials procured or brought to site and no conforming to

specifications and satisfaction of the Engineer shall be rejected and the contractor

shall have to remove the same immediately from site at his own expense and without

any claim for compensation due to such rejection.

Page 84: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 84 of 103 Signature of the tenderer under seal of the firm

1.2.5 All goods and materials to be incorporated in the works shall be new, unused, of the

most recent or current models and incorporate all recent improvements in design and

materials unless provided otherwise in the contract.

1.2.6 Wherever referred to in this tender document, only the latest revision which shall be

in force till the completion of work of specifications, Codes of Practice and other

publications of the Indian Standards Institution shall be applicable.

1.3 WORK SPECIFICAITONS

The works will be executed as indicated in the nomenclature of each items of Bill of

Quantities, Drawings, Specification and Terms and Conditions read in conjunction

with those given in this Contract. In the absence of any definite provision in the

specifications contained herein reference may be made particularly to:

a) For materials the relevant IS code and should be approved manufacturer.

b) External and internal electrification work as per the specification given in CPWD

specification with upto date amendment.

1.3.1 The list is not exhaustive. The relevant, IS codes will be followed where the

Rly./CPWD specification not covers any item of work.

1.3.2 Wherever referred specifications are silent, the construction and completion of the

works shall conform to relevant I.S. Code of practice and in case of any dispute

arising out of the interpretation of the above, the decision of Engineer shall be final

and binding on the contractor.

1.3.3 Copies of Rly Standard/CPWD Specifications can be obtained from Chief Engineer,

Railway/CPWD, on payment of cost. ISI and other codes may be purchased from

Manager, Government of India Publication Branch, Patiala House, New Delhi and

Director ISI Manak Bhawan, Bahadur Shah Zafar Marg, New Delhi.

1.4 The excavation in foundation /cable trenching will include all shoring and protection

works that may be required for ensuring safety during execution. Nothing extra will

be paid for wet excavation or bailing out water. The contractor will have to make his

own arrangement for bailing out water including pumping.

1.5 All exposed RCC surface shall be finished with 6 mm thick cement plaster (1:3).

Nothing extra will be paid except the cost of cement.

2.1 SITE CLEARANCE:

Before the earthwork is started, the area coming under cutting and filling shall be

cleared of shrubs, rank vegetation, grass, brushwood, trees and sapling of girth upto

30 cm measured at a height of one metre above ground level and rubbish removed

outside Railway boundary. The roots of trees and saplings shall be removed to a depth

of 60 cm below ground level or 30 cm below formation level or 15 cm below sub-

grade level whichever is lower and the holes or hollows filled up with the earth,

rammed or leveled. The work of this nature shall be covered in initial rate of

earthwork and no separate payment shall be made for site clearance.

Page 85: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 85 of 103 Signature of the tenderer under seal of the firm

2.2 PAINT

Standard brands of paints and primers as per relevant ISI all labour and materials,

cleaning materials, ladder scaffolding, tools plant and equipment’s including brushes

of approved/pattern of contractor expenses.

3.1 Specification for laying of cable as per CPWD external specification

3.2 Brick work

Bricks used shall have compressive strength not less than 75 Kg/Sqm. Other

specifications shall be as per E/R//CPWD Specifications.

4.0 All earthing should be carried out as per Code of practice and as per standard earthing

system.

Earth electrode should of 40 mm dia G.I. earth pipe of minimum 3.0m long. Earthing

system should be carried out as per IS 3043-1987 Code of Practice for earthing and

the Electricity Rules, 2005.

The connection to the earth electrode shall be made through 8 SWG G.I. wire

(double) by bolted joint to enable isolation of the electrode for testing purpose.

If the value of earth resistance according to the specific value could not be achieved

with a reasonable number of electrodes connected in parallel thus only earth

surrounding the electrode shall be chemically treated.

5.0 GUARANTEE

The tenderer shall guarantee the equipments offered for satisfactory performance for a

period of 12 months from the date of commissioning and handling over the

installation to the employer against defects arising out of faulty design, material &

workmanship. The tenderer should make good all the defects fee of costs during the

guarantee period and replace or repair the defective equipments/parts fee of cost

promptly and satisfactorily. The equipment’s/parts so replaced by contractor shall be

further guaranteed for a period of 06 months for satisfactory service from the date of

such replacement.

6.0 INSPECTION & TESTING

The purchase representative shall be free of visit the manufacturers works at all

reasonable times to witness and inspect the testing equipments. It is the duty of the

tenderer to see all the equipments supplied are tested as per relevant IS/BS

specification. The contractor shall furnish three copies of manufacturer test certificate

for the routing and type test conducted on the equipments offered. If necessary the

contractors shall arrange to conduct all the routine tests at the manufacturers premises

in presence of RITES representative. On receipt of the equipment/materials at site the

tenderer shall offer equipments/materials for inspection of electrical engineer and get

approval before installation. Such approval will be given on visual inspection as also

relevant certificates produced for genuineness of the material.

Page 86: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 86 of 103 Signature of the tenderer under seal of the firm

7.0 PRE-COMMISSIONING TESTS OF EQUIPMENT

The HT switchgear, transformer, HT/LT switchgear & LT cables shall be subjected to

the pre-commissioning tests as per approved performa by employer. The pre-

commissioning test report shall be sent to the consultant for approval for electrical

installation/license for release sanctioned load.

8.0 INSURANCE AND SAFETY

The contractor shall take adequate insurance cover, preferably contractors. All risk

policy, for the entire value of this work and also cover for any accident on death

during execution and during the defects liability period of this work.

The contractor shall provide all kind of facilities for inspection of the works by the

employer of the RITES.

LIST OF APPROVED MAKES FOR ELECTRICAL ITEMS

Sl. No. Description Approved Makes

1 FRLS WIRES POLYCAB/HAVELLS/RR

CABLE/FINOLEX

2 ALUMINIUM ARMOURED XLPE

CABLE

HAVELLS/NATIONAL/GLOSTER/NICCO

3 MODULAR SWITCHES, SOCKETS &

FAN REGULATORS (ISI MARKED)

ANCHOR/CRABTEE/CLIPSAL/ESSKAY/

MK/NORTH WEST

4 STEEL CONDUIT (ISI MARKED) BEC/AKG/NIC

5 RISING MAIN, TAP-OFF BOX, FEED-

IN-BOX

CONTROL & SWITCHGEAR/L&T/

GE(POWER CONTROL)/ SHNEIDER

6 CUBICAL PANEL CONTROL & SWITCHGEAR/L&T/

GE(POWER CONTROL)/ SHNEIDER

7 PRE-WIRED MCB DB/MCB LEGRAND/SIEMENS/HAVELLS/

STANDARD/INDO-TUFF/ADHUNIK/

MDS/L&T/CROMPTON GREAVES

8 MCCB ABB/SIEMENS/L&T/LEGRAND/

SHNEIDER/HAVELLS/STRANDED/

CROMPTON GREAVES

9 AC CEILING FAN CROMPTON GREAVES/USHA/

HAVELLS/KHAITAN/GEC

MINIMUM *** (3-star) MARKED

10 PVC/POLYETHYLENE INSULATED

AND PVC SHEATHED STANDARD

ALUMINIUM CONDUCTOR WIRE

ALIND/NICCO/RAJNIGHANDHA/

NATIONAL/RAJDHANI

11 PVC INSULATED STANDARD COPPER

CONDUCTOR WIRE

NATIONAL/FINOLEX/KDK-

EVERSHINE/

RAJNIGHANDA/RAJNIGHANDA

12 TELEPHONE CABLE DELTON/FINOLEX/TELELINK MICCO/

KALINGA

13 RIGID PVC CONDUIT/ POLYTHENE

CONDIUT/ FLEXIBLE PVC CONDUIT

PLASTRAIN/KALINGA/ICI/BERLIA/

FINOLEX/WAVIN/GARDWARE

PLASTICS/DALDA

14 STEEL WIRE REINFORSED VINYL

FLEXIBLE CONDUIT

FINOLEX

15 SIREN KHERAJ

16 ALARM BELL GETCO/NATIONAL/KHERAJ

17 BUZZER BELL BAJAJ/ANCHOR/GETCO

18 FLUORESCENT LIGHT FITTING PHILLIPS/ BAJAJ/ HAVELLS/C&G

19 LAMP HOLDER (PENDENT, BRACKET ANCHOR/KAY/KHOSLA

Page 87: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 87 of 103 Signature of the tenderer under seal of the firm

OR BATTEN)

20 EXHAUST FAN EPC/GEC/KHAITAN

21 GI STEEL PIPE TATA IRON & STEEL CO./INDIAN

METALS & FERRO ALLOY

LTD./JINDAL

22 GI PIPE TATA/JINDAL/BANSAL/RK

23 GI FITTINGS UNIK/R BRAND/KS/ZOLOTO-M

NOTE: Any other Make can also be used with prior approval of Engineer-in-charge

S.N

O.

TYPE OF

LIGHTING

FIXTURES

PHILIPS CAT

NO.

DECO

N CAT

NO.

BAJAJ

CAT NO.

C & G

CAT NO.

WIPRO CAT

NO.

HAVEL's

CAT NO.

1 Surface mounted

Flurescent Fittings 1 x

28 W T5

TMS 122 / 128

HF …. BTIA 128

T5 LL 28

EB

WRF 80128

EBQ

LH1 TO -

1128032

2 Surface mounted

Flurescent Fittings 2 x

28 W T5

TMS 122 / 228

HF …. BTIA 228 ….

WVF 93228

APF

LH1 TO -

122053

3 Surface mounted

Mirror Optic

Florescent Fitting 2 x

28 W - T5

(Decorative)

TBS - 398 /

228 HF …. BTSM - 228

T5C x

11228 EB ….

LHCT -

71228433

4 Mirror light fittings

with 1 x 18 W CFL FMS 208 / 218 …. …. …. ….

5 Surface mounted 1 x

18 W CFL Lamp

Fitting

FCS 100 / 118 …. BJDS 118

CWEB …. ….

LHOC -

14118420

6 Surface mounted 2 x

11 W CFL Lamp

Fitting (For Corridors)

FCS 518 / 211 …. BJSM 211 TLE 211 WVP 41218 LHCCN -

2211417

7 Task light wall

mounted with 1 x 11

W CFL Lamps

FTG 11 / 109 67 HL …. …. ….

8 Fancy wall bracket

with 1 x 9 W CFL FL 738 / 114 05 AJ …. …. ….

HDC 09

LHKL

02160099

9 Surface down light

with 2 x 18 W CFL

FCS 350 / 236

MIHF 03NB

BLSM 218

CFL …. ….

LHD

15218420

10 CFL fitting with 2 x 36

W CFL FBS 570 ….

BLWS 236

CFL …. ….

LHCCN

2236411

11 Bulk head luminaire 1

x 9 W CFL FXC 101 …. BJBE 19 …. ….

LHKL

01160099

12 Decorative CFL

Highway luminaire

with polycarbonate

reflector suitable for

CFL lamp

HPK 205 …. …. …. …. LHIC

02126099

NOTE: Any other Make can also be used with prior approval of Engineer-in-Charge

Page 88: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 88 of 103 Signature of the tenderer under seal of the firm

SECTION - 6

DRAWINGS

NIL

Page 89: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 89 of 103 Signature of the tenderer under seal of the firm

SECTION - 7 to 11

GENERAL CONDITIONS OF CONTRACT

(READ UPTO DATE CORRECTION SLIP)

Page 90: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 90 of 103 Signature of the tenderer under seal of the firm

SECTION - 7 to 11

GENERAL CONDITIONS OF CONTRACT

(READ UPTO DATE CORRECTION SLIP)

Contents

Section - 7 Conditions of Contract

Section - 8 Clauses of Contract

Section - 9 RITES Safety Code

Section - 10 RITES Model Rules for protection of health & sanitary arrangements

for workers

Section - 11 RITES Contractor’s labour regulation

Available in the form of a Booklet namely "GENERAL CONDITIONS OF CONTRACT FOR

WORKS, July 2011" on payment basis. Not required to submit along with the offer.

However, the GCC along with corrigendum is available in RITES website (www.rites.com)

which may kindly be seen, if desired by the tenderer before submission of the tender. GCC read

with corrigendum is to be signed under seal of the firm at the time of making Agreement.

(GCC are to be signed by the contractors and the accepting authority for making of agreement

of the contract.)

Page 91: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 91 of 103 Signature of the tenderer under seal of the firm

PART- 2

FINANCIAL BID

SCHEDULE (BILL) OF QUANTITIES

Page 92: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 92 of 103 Signature of the tenderer under seal of the firm

PART 2

SCHEDULE (BILL) OF QUANTITIES

(PERCENTAGE RATE TENDER)

ABSTRACT OF BID

(PERCENTAGE TO BE QUOTED BY THE BIDDER)

SCHEDULE-

A

DESCRIPTION ESTIMATED COST (RUPESS)

1 Civil works Rs. 27,49,401.91

2 Internal Electrification

works.

Rs. 7,33,565.00

Total Estimated cost of Schedule – 1 to

Schedule – 2

Rs.34,82,966.91

(Rupees thirty four lakh eighty two thousand nine

hundred sixty six & paise ninety one only)

PERCENTAGE ABOVE (+) OR

BELOW (-) ON SCH –1 to SCH -2 AS

QUOTED

PERCENTAGE

IN FIGURES

* (+) or (-)

PERCENTAGE

IN WORDS

* (PLUS) or (MINUS)

Total Quoted cost of Schedules (1) to (2)

(Rupees)

Amount in

figure (Rupees)

Total Quoted cost of Schedules (1) to (2)

( Rupees)

Amount in

word (Rupees)

Rebate if any

Percentage in

figure

Percentage in

word

Net Quoted Cost of Schedules – (1) to

(2) (Rupees)

AMOUNT IN

FIGURES

(RUPEES)

AMOUNT IN

WORDS

(RUPEES)

* Strike out which is not applicable

i) SIGNATURE OF AUTHORISED

SIGNATORY OF TENDERER

ii) NAME OF SIGNATORY

iii) NAME AND SEAL OF TENDERER

iv) DATE

v) PLACE

Page 93: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 93 of 103 Signature of the tenderer under seal of the firm

Schedule (Bill) of Quantities

NIT NO.72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015

Name of work: Repair and Renovation of RITES Office Building at Inplant of MTPS of DVC in connection with doubling the existing Railway Line from Raniganj to MTPS, Mejia, Dist. Bankura, West Bengal.

Schedule:-'1' (Civil work)

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

1 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge.

Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix)

cum. 5.00 955.72 4778.60

2 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of Engineer - in- charge.

cum. 5.00 1394.24 6971.20

3 Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge.

In cement mortar cum. 42.00 807.34 33908.28

4 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 metres lead :

(a)Of area 3 sq. metres and below each 4.00 151.22 604.88

(b)Of area beyond 3 sq. metres each 1.00 207.54 207.54

5 Dismantling steel work manually/ by mechanical means in built up sections without dismembering and stacking within 50 metres lead as per direction of Engineer-in-charge.

kg. 263.00 1.55 407.65

6 Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 metres lead.

For thickness of tiles above 25 mm and up to 40 mm sqm. 11.00 47.05 517.55

7 Dismantling wooden boardings in lining of walls and partitions, excluding supporting members but including stacking within 50 metres lead :

Thickness above 10 mm up to 25 mm sqm. 21.00 31.85 668.85

8 Dismantling roofing including ridges, hips, valleys and gutters etc., and stacking the material within 50 metres lead of :

Asbestos sheet sqm. 79.00 31.58 2494.82

9 Dismantling precast concrete or stone slabs in walls, partition walls etc. including stacking within 50 metres lead :

Thickness above 40 mm up to 75 mm sqm. 5.00 172.47 862.35

Page 94: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 94 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

10 Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead.

sqm. 53.00 21.47 1137.91

11 Disposal of building rubbish / malba / similar unserviceable,dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including all lifts involved.

cum. 63.00 132.43 8343.09

12 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. meters and under, including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the dumping ground within 50 metres lead :

With cement mortar 1:4 (1cement: 4 coarse sand) sqm. 16.00 277.45 4439.20

13 Making the opening in brick masonry including dismantling in floor or walls by cutting masonry and making good the damages to walls, flooring and jambs complete, to match existing surface i/c disposal of mulba/ rubbish to the nearest municipal/ DVC dumping ground.

For door/ window/ clerestory window sqm. 11.00 528.93 5818.23

14 Renewing glass panes, with putty and nails wherever necessary including racking out the old putty:

Float glass panes of thickness 4 mm sqm. 13.00 739.46 9612.98

15 Providing and fixing bright finished brass double acting spring hinges with necessary brass screws etc. complete :

150 mm each 2.00 699.16 1398.32

16 Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

sqm. 53.00 10.60 561.80

17 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

Old work (one or more coats) sqm. 1418.00 34.26 48580.68

18 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade :

One or more coats on old work sqm. 47.00 51.92 2440.24

19 Floor polishing on masonry or concrete floors/Mosaic floor with wax polish of approved brand and manufacture.

sqm. 1050.00 42.40 44520.00

Page 95: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 95 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

20 Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m.

All kinds of soil 100 sqm

39.00 1333.70 52014.30

21 Earthwork in excavation by mechanical means ( Hydraulic excavator )/ manual means in foundation trenches or drains (not 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 backfilling and disposal of surplus excavated soils directed,within a lead of 50 m.

All kinds of soil cum. 53.00 168.62 8936.86

22 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work upto plinth level:

1:2:4( 1cement:2 coarse sand :4 graded stone aggregate 20 mm nominal size)

cum. 30.00 5852.22 175566.60

23 Centering and Shuttering including Strutting, Propping etc. and removal of form work for:

(a)Suspended floors, roofs, landings, balconies and access platform.

sqm 5.00 430.01 2150.05

(b)Lintels, beams, plinth beams, girders, bressumers and cantilevers.

sqm 16.00 355.60 5689.60

(c)Columns, Pillars , piers, abutments , posts and struts.

sqm 200.00 485.36 97072.00

24 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level.

Thermo-Mechanically-Treated bars kilogram 989.00 72.91 72107.99

25 Providing and laying in position machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge.

All works above plinth level upto floor V level. cum. 8.00 7509.78 60078.24

26 Brick work with F.P.S bricks of class designation 7.5 in super structures above plinth level upto floor V level in all shapes and sizes in

Cement mortar 1:6 ( 1 cement :6 coarse sand ) Cum. 3.00 5809.24 17427.72

27 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundations and plinth in.

Cement mortar 1:4 ( 1 cement :4 coarse sand ) Sqm 65.00 626.03 40691.95

Page 96: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 96 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

28 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level.

Cement mortar 1:4 ( 1 cement :4 coarse sand ) Sqm 84.00 712.81 59876.04

29 12 mm thick cement plaster of mix :

1 : 6 (1 cement : 6 fine sand ) sqm 168.00 160.00 26880.00

30 15 mm cement plaster on the rough side of single or half brick wall of mix:

1 : 6 ( 1 cement : 6 coarse sand ) sqm 189.00 185.00 34965.00

31 6 mm cement plaster of mix

1:3 ( 1 cement : 3 fine sand ) sqm 21.00 144.21 3028.41

32 Distempering with oil bound washable distemper of approved brand and manufacturing to give an even shade :

New work (two or more coats) over and including priming coat with cement primer.

sqm 210.00 96.03 20166.30

33 Neat Cement punning sqm 16.00 44.32 709.12

34 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade:

Two or more coats on new work . sqm 578.00 79.65 46037.70

35 French sprit polishing:

Two or more coats on new works including a coat of wood filter.

sqm 121.00 207.64 25124.44

36 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately).

Sal wood cum 0.06 80893.04 4853.58

37 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 comercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters:

35 mm thick including ISI marked Stainless steel hinges with necessary screws.

sqm 3.00 2044.36 6133.08

38 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 necessary screws etc. complete

250 X 16 mm each 10.00 202.34 2023.40

39 Providing and fixing aluminium tower bolts 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

300 x 10 mm each 15.00 120.01 1800.15

Page 97: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 97 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

40 Providing and fixing aluminium handle 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:

100 mm each 10.00 58.99 589.90

41 Providing and fixing aluminium hanging floor door stopper 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

Twin rubber stopper each 15.00 89.88 1348.20

42 Providing and fixing aluminium casement stays 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.

each 15.00 80.24 1203.60

43 Providing and fixing bright finished brass 100 mm mortice latch and lock with six levers and a pair of anodised (anodic coating not less than grade AC 10 as per IS : 1868) aluminium lever handles with necessary screws etc. complete (Best make of approved quality)

each 15.00 873.02 13095.30

44 Steel work welded in built up sections/framed work including cutting , hoisting,fixing in position and applying a priming coat of approved steel primer using structural steel etc.as required.

In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works.

Kg 8505.00 96.46 820392.30

45 Providing and fixing G.I. chain link fabric fencing of required width in mesh size 50x50 mm including strengthening with 2 mm dia wire or nuts, bolts and washers as required complete as per the direction of Engineer-in-charge.

Made of G.I. wire of dia. 4 mm, PVC coated to achieve outer dia not less than 5 mm in required colour and shade

sqm 651.00 617.79 402181.29

46 Providing and fixing factory made ISI marked steel glazed doors, windows and ventilators side /top /centre hung with beading and all members such as F7D, F4B, K11 B and K12 B etc. complete of standard rolled steel sections, joints mitred and flash butt welded and sash bars tenoned and riveted, including providing and fixing of hinges, pivots, including priming coat of approved steel primer , but excluding the cost of other fittings, complete all as per approved design (sectional weight of only steel members shall be measured for payment).

Fixing with 15x3 mm lugs 10 cm. long embedded in cement concrete block 15x10x10 cm of C.C. 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size).

Kg 53.00 122.21 6477.13

47 Float glass panes

4 mm thick glass pane sqm 4.00 1265.13 5060.52

Page 98: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 98 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

48 Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2 mm and braced with flat iron diagonals 20x5 mm size with top and bottom rail of T-iron 40x40x6 mm with 40 mm dia, steel pulleys complete with bolts ,nuts, locking arrangements, stoppers, handles including applying a primary coat of approved steel primar.

sqm 8.00 5664.87 45318.96

49 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement, including cement slurry, but excluding the cost of nosing of steps etc. complete.

40 mm thick with 20 mm nominal size stone aggregate

sqm 5.00 378.30 1891.50

50 Cement plaster skirting up to any height, with cement mortar 1:3 (1cement : 3 coarse sand), finished with a floating coat of neat cement.

18 mm thick sqm 16.00 361.06 5776.96

51 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make,in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete

sqm 53.00 895.72 47473.16

52 Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigment etc., complete.

sqm 37.00 840.85 31111.45

53 Providing and fixing on wall face 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.(i) Single socketed pipes.

110 mm diameter metre 12.00 248.00 2976.00

54 Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush pipe, 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 :

White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests

each 1.00 3632.33 3632.33

Page 99: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 99 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

55 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, including flush pipe, 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 :

W.C. pan with ISI marked white solid plastic seat and lid

each 4.00 3551.50 14206.00

56 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350 mm and 340x410x265 mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I. clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required:

One urinal basin with 5 litre white P.V.C. automatic flushing cistern

each 2.00 3560.92 7121.84

57 Providing and fixing wash basin with C.I brackets, 15mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required:

White vitreous china flat back wash basin size 550x 400 mm with single 15 mm C.P brass pillar tap.

each 3.00 1934.68 5804.04

58 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS : 13983 with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required :

Kitchen sink with drain board

510x1040 mm bowl depth 200 mm each 1.00 6387.36 6387.36

59 Providing and fixing P.V.C waste pipe for sink or wash basin including P.V.C waste fittings complete.

Flexible pipe

32 mm dia each 5.00 79.71 398.55

60 Providing and fixing mirror of superior glass (of approved quality ) and of required shape and size with plastic moulded frame of approved make and shade with 6mm thick hard board backing:

Rectangular shape 453 x 357mm each 5.00 779.29 3896.45

61 Providing and fixing 600X120X5mm glass shelf with edges round of supported on anodised aluminium angle frame with C.P brass brackets and guard rail complete fixed with 40mm long screws, rawl plugs etc. complete.

each 4.00 582.19 2328.76

62 Providing and fixing soil, waste and vent pipes:

100 mm dia

Sand cast iron S&S pipe as per IS: 1729 metre 5.00 919.65 4598.25

Page 100: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 100 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

63 Providing and fixing M.S stays and clamps for sand cast iron/centrifugally cast ( span ) iron pipes of diameter:

For 100 mm dia pipe each 10.00 73.44 734.40

64 Providing and fixing bend of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete.

100 mm

Sand cast iron S&S pipe as per IS: 1729 each 3.00 365.66 1096.98

65 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with C.P brass screws with concealed fitting arrangement of approved quality and colour,

450 mm long Towel rail with total of length 495 mm, 78 mm wide and effective height of 88 mm, weighing not less than 170 gm.

each 6.00 517.58 3105.48

66 Providing and fixing PTMT liquid container 109 mm wide, 125 mm high and 112 mm distance from wall of standard shape with brackets of the same materials with snap fitting of approved quality and colour, weighing not less than 105 gms.

each 6.00 245.01 1470.06

67 Providing lead caulked joints to sand cast iron/centrifugally cast(spun) iron pipes and fittings of diametre:

100mm each 6.00 260.96 1565.76

68 Providing and fixing G.I pipes complete with G.I fittings and clamps, including cutting and making good the walls etc.

Internal work-Exposed on wall

(a)15 mm dia nominal bore metre 10.00 230.29 2302.90

(b)20 mm dia nominal bore metre 8.00 266.90 2135.20

69 Providing and fixing G.I pipes complete with G.I fittings including trenching and refilling etc. (external work)

40 mm dia nominal bore metre 5.00 357.74 1788.70

70 Providing and fixing brass stop cock of approved quality :

15 mm nominal bore each 5.00 279.00 1395.00

71 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end)

40 mm nominal bore each 2.00 626.84 1253.68

72 Providing and fixing C.P brass bib cock of approved quality conforming to IS:8931

15 mm nominal bore each 5.00 491.94 2459.70

Page 101: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 101 of 103 Signature of the tenderer under seal of the firm

Sl No

Description of items Unit Qty. Rate (Rs.)

Amount (Rs.)

73 Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I.wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound , jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with :

12.5 mm thick tapered edge gypsum moisture resistant board

sqm 225.00 1134.30 255217.50

74 Any other unforseen items which are not covered by the items of work(sl no.1 to 73 above) will be operated as per CPWD/DSR 2013 Basic cost:1,00,000/-

LS LS At Par 100000.00

TOTAL of Schedule 1 : 27,49,401.91

Page 102: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 102 of 103 Signature of the tenderer under seal of the firm

Schedule-"2" (Internal Electrification.):-

Sl No Description of Items Unit Qty Rate Amount

1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc as required.

Point 56 712.00 39872.00

2 Supply, fixing & commissioning of 1 X 36W T-8 type FL fittings

No 21 842.00 17682.00

3 Supply, fixing & commissioning of 2 X 36W T-8 type FL fittings

No 13 1473.00 19149.00

4 Supply & erection of CFL 18 W bracket light fitting. No 7 149.00 1043.00

5 Supply & erection of AC Ceiling Fan 1400 mm sweep No 9 2777.00 24993.00

6 Supply & erection of Electronic Fan Regulator No 9 210.00 1890.00

7 Supply & erection of exhaust fan 300 mm (metal body). Mtr 6 1310.00 7860.00

8 Supply and fixing of 15A piano type switch No 16 73.00 1168.00

9 Supply and fixing of 15A piano type plug socket No 16 73.00 1168.00

10 Supply and fixing of 5A piano type switch No 13 18.00 234.00

11 Supply and fixing of 5A piano type plug socket No 13 32.00 416.00

12 Supplying and fixing metal box of following sizes (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including painting etc as required.

(i) 180 mm X 100 mm X 60 mm deep No 16 134.00 2144.00

(ii) 150 mm X 75 mm X 60 mm deep No 13 117.00 1521.00

13 Supply, testing, erection & commissioning of 1.5 Ton Split type room air conditioner 3 star rated.

No 5 55919.00 279595.00

14 Supply, erection, testing and commissioning of 5kVA single phase voltage stabiliser with working voltage 150 to 290 V having low voltage cut off above 300 Volt

No 5 7834.00 39170.00

15 Supply, erection, testing and commissioning of 4 module cover plate , 20A starter, 25A socket, 25A Plug for AC

(i) Supply No 5 1643.00 8215.00

(ii) Erection, Testing and Commissioning No 5 430.00 2150.00

16 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

(i) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire Mtr 450 138.00 62100.00

(ii) 2 X 4 sq. mm + 1 X 4 sq. mm earth wire Mtr 175 171.00 29925.00

(iii) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire Mtr 150 233.00 34950.00

Page 103: DAMODAR VALLEY CORPORATION - Rites€¦ · DAMODAR VALLEY CORPORATION NOTICE INVITING TENDER NO: 72/OT/DVC-MTPS/Office Building/2015 Dated 23.11.2015. Tender and Contract document

Page 103 of 103 Signature of the tenderer under seal of the firm

Sl No Description of Items Unit Qty Rate Amount

17 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB / RCCB/Isolator) 8 way (4 + 24), Double door

Each 1 3323.00 3323.00

18 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, “C” curve, miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

(i) Four Pole 40A MCB 'C' curve 10 kA as incommer Each 3 1773.00 5319.00

(ii) Single pole( 6 no- 25A;5 no- 20A; 13 no-16A) as out going Each 24 178.00 4272.00

19 Supply and Laying of 3.5Core x 95Sqmm LT XLPE Cable direct on ground or shaddleing or recessed.

Mtr 100 785.00 78500.00

20 Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of 3.5Cx95 SQMM size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

Mtr 70 213.00 14910.00

21 Laying and fixing of one number PVC insulated and PVC sheathed/XLPE power cable of 1.1 KV grade of following size on wall surface as required. Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)

Mtr 30 74.00 2220.00

22 Supply and Laying of 90 mm dia HDPE pipe for cable protection purpose

Mtr 100 332.00 33200.00

23 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal/ coke and salt as required.

Set 4 4144.00 16576.00

Total of Schedule 2 : (Rs.) 7,33,565.00

Total of Schedule 1 :(Rs.) 27,49,401.91

Grand Total of Schedule 1 & 2 : 34,82,966.91