damodar valley corporation - rites€¦ · damodar valley corporation notice inviting tender no:...
TRANSCRIPT
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 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 of 103 Signature of the tenderer under seal of the firm
PART - 1
TECHNICAL BID
Page 4 of 103 Signature of the tenderer under seal of the firm
Section – 1
NOTICE INVITING TENDER &
INSTRUCTIONS TO TENDERERS
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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 of 103 Signature of the tenderer under seal of the firm
ANNEXURE VI
Blank
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 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 of 103 Signature of the tenderer under seal of the firm
ANNEXURE VIII
INTEGRITY PACT
Not Applicable for this tender
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 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 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 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 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 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 of 103 Signature of the tenderer under seal of the firm
Section – 2
TENDER AND CONTRACT FORM
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 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 of 103 Signature of the tenderer under seal of the firm
Section - 3
SPECIAL CONDITIONS
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 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 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 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 of 103 Signature of the tenderer under seal of the firm
Section - 4
SCHEDULES A TO F
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 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 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 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 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 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 of 103 Signature of the tenderer under seal of the firm
Section – 5
TECHNICAL SPECIFICATIONS
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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 of 103 Signature of the tenderer under seal of the firm
SECTION - 6
DRAWINGS
NIL
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 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 of 103 Signature of the tenderer under seal of the firm
PART- 2
FINANCIAL BID
SCHEDULE (BILL) OF QUANTITIES
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 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 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 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 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 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 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 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 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 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 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 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