special jobs like core cutting, grouting, drilling of … - 0... · 2012. 6. 19. · 70275 – 0...
TRANSCRIPT
FORM ’C’
RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT VISAKHAPATNAM-530031
PHONE NO: (MAX)3026, (P&T) 2518763 & 2758705, TELEFAX NO:0891-2518763
TENDER NO: 70275 - 0
NAME OF WORK: SPECIAL JOBS LIKE CORE CUTTING, GROUTING, DRILLING OF HOLES IN RCC FOUNDATIONS / WALLS ETC. AND FIXING OF HILTI ANCHORS
PERIOD OF CONTRACT : 09 (NINE) MONTHS DEFECT LIABILITY PERIOD : N I L ENGINEER : MANAGER (C) - CED
ISSUED TO SRI / M/s__________________________________________________________________________ No. of Pages of BOQ alone : 08 (EIGHT) PAGES
Note: Tenderer has to fill the data wherever and whatever required in the tender schedule without fail and sign all the pages
Total No. of Pages : 29 (TWENTY NINE) PAGES ___________________________________________________________________________________
(FOR OFFICE USE ONLY)
1. E.M.D. PARTICULARS : 2. Sl.No. : OUT OF TENDERS 3. COVERING LETTER : NO. OF PAGES: 4. REBATE OFFERED : 5. RATE WRITTEN IN WORDS : 6. VALIDITY OF TENDER : 4 MONTHS FROM THE DATE OF OPENING SIGNATURE OF CONTRACT SIGNATURE OF FINANCE DEPTARTMENT REPRESENTATIVE DEPARTMENT REPRESENTATIVE
Page 1 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
RASHTRIYA ISPAT NIGAM LIMITED, VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPT., VISAKHAPATNAM – 530 031 (A.P.) TELEFAX: 0891- 2518763 TEL NO: 0891- 2758705
OPEN TENDER NOTICE NO:VSP/WC/CED/70275- 0/O/2010-2011 DATED 10.06.2010
1. Sealed Tenders along with Earnest Money Deposit (EMD) are invited from Experienced Contractors having permanent P.F. Code and executed similar Works for the following Work :
Tender No: Name of the work
70275 – 0 SPECIAL JOBS LIKE CORE CUTTING, GROUTING, DRILLING OF HOLES IN RCC FOUNDATIONS / WALLS ETC. AND FIXING OF HILTI ANCHORS
NOTE TENDERERS HAVING EXPERIENCE IN EXECUTION OF CORE-CUTTING SHALL ONLY BE CONSIDERED FOR THIS WORK “ The work involves jobs like core-cutting, grouting, drilling of holes in RCC Foundations / Walls etc. and fixing of HILTI Anchors ”.
Cost of Tender Document
(Non-Refundable) Eligibility / Experience Requirements
Tender Number By
Hand (RUPEES)
By Download
(RUPEES)
Value of single similar work
executed (Rs. In Lakhs)
Annual Turnover (Rs. in Lakhs)
Earnest Money Deposit
(Rs.)
70275 - 0 600 600 5.84 3.50 17,500 2. Cost of Tender Document(s) shall be paid in the form of Demand Draft / Pay Order / Banker’s Cheque, obtained
from any Nationalised or Scheduled Commercial Bank in India, drawn in favour of RIN Ltd., payable at Visakhapatnam and shall be valid for a minimum period of one month from the date of opening of Tender i.e. Envelope – 1 (Pre-Qualification Documents). THE COST OF TENDER DOCUMENT(S) RECEIVED ALONGWITH TENDER DOCUMENT WILL NOT BE REFUNDED UNDER ANY CIRCUMSTANCES UPON RECEIPT OF TENDER.
3. The value of single similar work executed shall be during the last 05 (Five) years ending last day of month previous to Tender
Notice Date i.e.. 31.05.2010 and Turnover shall be the average Annual Financial Turnover during the last three years ending 31st March of the previous Financial Year i.e. 31.03.2010. The Tender Document shall be accompanied with copies of (a) Work Order, Bill of Quantities, Completion Certificate with details of value of work executed (b) for Turnover Audited Balance Sheets certified by Practising Chartered Accountant in case the Annual Turn-over is more than Rs.40.00 Lakhs (or) in case of Turn-Over being less than Rs.40.00 Lakhs either Turn-over Certificate in the prescribed Format of VSP duly signed by a practising Chartered Accountant/Cost Accountant or T.D.S. Certificate(s) comprising of the Gross Bill values issued by the Deductor(s) for the work done. (c) PF Registration Certificate. (d) Copy of Registration Letter issued by V.S.P. in case of Registered Agencies and in case of non-Registered Agencies, either a copy of Notarised Sole Proprietorship OR a copy of Partnership Deed OR a copy of Memorandum of Association & Articles of Association, along with Certificate of Registration whichever is applicable. VSP reserves the right to reject the offer in case the above Documents are not enclosed along with the offer. The authorized Representative of the Tenderer shall sign on all the copies of the Documents submitted along with the Tender Document.
4. The Tenderers are requested to note that : 4.1 The offer shall be made in 02 (Two) Envelopes. First Envelope (to be superscribed as Envelope-1 with Name of the Work,
Tender No.) should contain the cost of the Tender Document in case the Tender is down-loaded from the web site (Tender can be purchased from the Office of DGM - WC I/c by paying Tender cost in the form of DD/PO/BC as cited at Para-2 above in which case Tender cost need not be enclosed while submitting the Tender), Earnest Money Deposit (EMD) separately in the form of DD/PO/BC etc (refer to Instructions to Tenderer) and Pre-Qualification Documents (Criteria eligibility/experience and other Documents etc. as cited at Para (03) above) duly signed / attested by the authorized representative of the Company as per para-1 read with Para-3 above. Second Envelope (to be superscribed as Envelope-2 with Name of the Work, Tender No.) should contain Price Bid in its prescribed Format along with the Tender Document.
Page 2 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
4.2 The first cover shall be opened initially and only on satisfying the eligibility criteria, adequacy of cost of Tender Document (in case of downloaded Tender) and EMD etc., placed in it, the second Envelope containing the Price Bid shall be opened. The date and time of opening of the Price Bid along with names of successful Tenderers in pre-qualification will be subsequently displayed in the Notice Board of Works Contracts only and no individual communication to Tenderers will be made.
4.3 The Documents submitted in the first Envelope by the Tenderers in respect of Pre-Qualification criteria are final and no further correspondence / clarifications/submissions in this regard shall be entertained.
4.4 Scope of work, Bill of Quantities (BOQ), Terms & Conditions given in the Tender Documents (placed in the website) are final. On verification, at any time, whether the Tenderer is successful or not, if any of the Documents submitted by the Tenderer including the Documents downloaded from our website / issued are found tampered/altered/incomplete, they are liable for actions like rejection of the Tender, cancellation & termination of the Contract, debarring etc., as per the Rules of the Company.
4.5 It will be presumed that the Tenderers have gone through the General Conditions, Special Conditions & Instructions to Tenderer etc., of the Contract available in the website which shall be binding on him / them.
4.6 The Tenderer shall download the “TENDER SCHEDULE” available on the website in totality and submit the same duly signed on each page along with the Tender Documents.
5. Tenders submitted against the NIT / Tender shall not be returned in case the tender opening date is extended / postponed. Tenderers desirous to modify their offer / terms may submit their revised / supplementary offer(s) within the extended TOD, by clearly stating the extent of updation done to their original offer and the order of prevalence of revised offer vis-à-vis original offer. The employer reserves the right to open the original offer along with revised offer(s).
6 The Tender Documents and other details can be downloaded from our web site: www.vizagsteel.com and the same are to be submitted to the DGM-Works Contracts I/c, Visakhapatnam Steel Plant duly signed on each page by the Tenderer on or before 03.00 PM on 01.07.2010.
7 Non-Transferable Tender Document can also be obtained from the Office of DGM-Works Contracts I/c, VSP on written request on Bidder’s Letter Head on payment of Tender cost in the form of DD/PO/BC during working hours 10.00 AM to 4.30 PM on or before 04.30 PM on 30.06.2010.
8 Tenders will be received in the Office of DGM-Works Contracts I/c up to 03.00 PM on 01.07.2010 and Envelope-1 will be opened immediately thereafter.
9. If it comes to the notice of VSP at any stage right from request for Registration/Tender Document that any of the Certificates/Documents submitted by Applicant for Registration or by Bidders are found to be false/fake/doctored, the Party will be debarred from participation in all VSP Tenders for a period of 05 (FIVE) years including Termination of Contract, if awarded. E.M.D/Security Deposit etc., if any, will be forfeited. The contracting Agency in such cases shall make good to VSP any loss or damage resulting from such Termination. Contracts in operation anywhere in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D./Security Deposit, if any, and recovery of Risk and Cost charges etc., Decision of V.S.P Management will be final and binding.
10. The date of opening of the pre-qualification cover (Envelope-1) shall be the date of Tender opening in respect of both the Single Bid and Two Bid (Techno-Commercial and Price Bid).
11. Successful Tenderer should be in a position to produce, after opening of the Price Bids, the Original Certificates in support of the attested copies of relevant Documents submitted along with Tender Document. Failure to produce the Original Certificates at this stage in support of the attested copies of P.F. Regn./ITCC/Electrical Licence/Experience/Qualification/any other Documents etc. submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP Tenders.
12. Tender Documents will be issued to Tenderers based on their request and on payment of Tender cost or same can be downloaded from our web site by submitting the cost of Tender along with their offer. However, RINL will not be responsible for any delay/loss/any website related problems in downloading the Tender Documents etc. RINL reserve the right to (a) Issue or Refuse Tender Documents without assigning any reason. (b) Split and award the work to more than one Agency, (c) reject any or all the Tenders or to accept any Tender wholly or in part or drop the proposal of receiving Tenders at any time without assigning any reason thereof and without being liable to refund the cost of Tender Documents thereupon.
for Dy General Manager - Works Contracts I/c
Page 3 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
FORM – A
70275 - 0 Ref: Tender No. : Name of the Work SPECIAL JOBS LIKE CORE CUTTING, GROUTING,
DRILLING OF HOLES IN RCC FOUNDATIONS / WALLS ETC. AND FIXING OF HILTI ANCHORS
To The Deputy General Manager I/c, Works Contracts Department, Visakhapatnam Steel Plant, Visakhapatnam-530 031. Sirs, With reference to the Notice Inviting Tender, I/We have gone through the Tender Documents issued to us. I/We have also gone through the General Conditions of Contract of VSP available in the VSP web site and noted the contents therein. I/We hereby confirm that I/We shall abide by Terms and Conditions of General Conditions of the Contract including Form of Tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and satisfied ourselves before submitting this Tender, obtained information about the nature of work, facilities that may be required and obtained necessary information about Working Conditions, risk contingencies etc., which may influence this Tender. We hereby offer to execute & maintain the work during the Defect Liability period in conformity with the Tender Conditions at the respective rates quoted by us. I/We have deposited the EMD, which amount is not to bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any Terms in our Tender during the validity period of the Tender without your written consent and/or if in the event of Visakhapatnam Steel Plant accepting my/our Tender and I/We fail to deposit the required Security Money, execute the Agreement and/start the work within reasonable time (to be determined by the Engineer) after written acceptance of my/our Tender.
• Status of the Firm (mark)
Following Details are to be furnished by the Tenderer compulsorily (neat&legible) while submitting the Tender Schedule Income Tax PAN No. Status/Reason for not having PAN No.
• Proprietary /Partnership/others (Specify)
OFFICIAL ADDRESS Phone No: Cell No : FAX No e-mail Address :
* Authority to Sign: a) Proprietor b) Managing Partner c) Power of Attorney Holder Names of Partners: 1) 2) 3)
Yours faithfully (Signature of Contractor)
Name:…………………………………
Page 4 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
INSTRUCTIONS TO TENDERERS
1.a) Tenders shall be submitted in the office of the Deputy General Manager (Works Contracts),
Visakhapatnam Steel Plant, Visakhapatnam – 530 031. b) Tenders shall be submitted in the prescribed form issued by VSP. The Tender documents
issued are not transferable. Tender documents issued/downloaded shall be submitted wholly without detaching any part.
c) The Tenderer shall agree to VSP’s terms and conditions, specifications/scope of work, etc., and quote their “Total Amount only” accordingly.
d) Tender shall be for the entire scope of work mentioned in the tender documents. e) Tenderer “Shall quote only the Total Amount in figures and in words”. Over writing is not
permitted and corrections are to be essentially initialed. Amount quoted in words shall govern in case of variance between figures and words.
f) The “ Total Amount quoted in figures and words shall be tallied” before submission of the tender and all mistakes corrected and initialed. Quotation shall preferably be type written or written in neat and legible handwriting. All the pages of tender documents shall be signed by the tenderer.
g) If by any reason the tender opening is postponed to any other date, the details will be displayed in the notice board of Works Contract Department. Tenderers shall see the notice board regularly and keep themselves informed in this matter.
h) Before quoting, the tenderer shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by VSP if any, working conditions, shutdown arrangements, Labour deployment requirements, risk contingencies and such other factors which may affect their tender.
i) General Conditions of Contract of VSP for Works Contracts are available in the Office of DGM (Works Contracts) and also in VSP’s web site for reference. The tenderers shall study and understand all the relevant provisions before quoting.
j) Tenders shall be kept open for acceptance for a period 4 (Four) MONTHS from the date of opening of tender i.e.., Envelope-1.
k) After opening of tender, the tenderers may be called for negotiations and the details like date, time etc. will be displayed on the notice board of W.C. Department. The tenderers shall see the notice board regularly and keep themselves informed in this matter and promptly attend negotiations without fail.
l) Purchase Preference will be given to PSU’s where applicable as per DPE guidelines. m) The local Small Scale Industries as approved by VSP and registered with Works Contracts
Department of Visakhapatnam Steel Plant in the category of Industrial Paint Manufactures for supply and application of industrial Paints to various structurals, equipment pipelines etc., are eligible for purchase preference as per the policy of VSP in force from time to time. The local small-scale industries, those who are technically and commercially acceptable shall be considered for extension of Purchase Preference, if the offer is within 15% above L-1 price and upon their matching with L-1 price.
n) The date of opening of pre-qualification envelope-1 shall be the date of tender opening in respect of both the SINGLE BID AND TWO- BID(Techno-commercial and Price bid) tenders.
2) EARNEST MONEY DEPOSIT (EMD)
a) In case of Earnest Money Deposit being less than or equal to Rs.5.00 Lakhs, Earnest Money Deposit shall be in the form of Demand Draft / Pay Order / Banker’s Cheque obtained from any Nationalised or Scheduled Commercial Bank in India, drawn in favour of Rashtriya Ispat Nigam Limited, Visakhapatnam Steel Plant, payable at Visakhapatnam and shall be valid for a minimum period of one month from the Envelope-1 (Pre-Qualification Documents) opening date. No other mode of payment will be accepted. However, in case EMD exceeds Rs.5.00 Lakhs, Tenderers have the option to submit the same in the form of Bank Guarantee (in the format as enclosed to the GCC) from any Scheduled Commercial Bank, encashable at Visakhapatnam. Bank Guarantee shall be valid for a minimum period of 04 (four) months from the date of opening of Envelope-1 (Pre-Qualification Documents). The above shall supercede the Instructions regarding “form of EMD” elsewhere in the Tender Document.
Page 5 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
b) Govt. Departments, Public Sector Units, SSI Units (ONLY PERMANENTLY REGISTERED) etc., are exempted from submitting EMD.
c) Small Scale Industrial units who request for exemption from submission of EMD shall submit a copy of their PERMANENT REGISTRATION in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade/Item for which the tender is relevant will be exempted from submission of EMD.
d) EMDs of unsuccessful tenderers will be refunded after reasonable time without interest.
3) MODE OF SUBMISSION OF TENDER
a) Tender shall be submitted in two separate sealed covers. In case of single bid tender, the first cover shall contain the D.D. / Pay Order / Banker’s Cheque for Earnest Money Deposit / Cost of Tender Document / EMD exemption documents for PSUs & SSI units, other pre-qualification documents etc. and the second cover shall contain the tender.
b) In case of two bid system, the first cover shall contain the techno-commercial bid part of tender, along with the other bank instruments / documents indicated in para 3(a) above, and the second cover shall contain only the price bid part of tender.
c) The two sealed covers as mentioned above shall be stapled / tied together and submitted. The first cover will be opened first and only if the submitted documents / instruments are found to be as per NIT requirement, will the second cover containing the price bid be opened.
d) Tenders not satisfying the requirements as per NIT will not be opened.
SPECIAL CONDITIONS OF CONTRACT (SCC)
1. General: The special conditions of the contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of VSP for works contracts. Scope of work, Bill of Quantities and other documents forming part of the Tender Documents. In case of any conflict of meaning between SCC & GCC, provisions of SCC shall over ride the Provisions of GCC.
2. Visakhapatnam Steel Plant reserves the right to accept or reject the lowest or any other tender without assigning any reason and the work may be awarded to one of the Tenderers or to more than one tenderer.
3. The contract shall be treated as having been entered into from the date of issue of the letter of intent/work order to the successful tenderer, unless otherwise specified.
4. WATER, POWER AND COMPRESSED AIR: Unless otherwise specified to the contrary in the tender schedule, the contractor is entitled to use in the work such supplies of water, power and compressed air (Basing on availability) from VSP’s sources from approved tapping points, free of cost. The contractor shall make his own arrangement for drawing the same to the work spot.
5. Immediately on receipt of work order, the successful tenderer shall obtain and submit the following documents to the Engineer with a copy to ZPE/Manager(Pers)/CLC before start of work. a(i) ESI Registration Certificate with the contractor’s Code no. covering all the workmen under ESI
Scheme, which shall be effective from the date of start of contract and cover for the entire period of contract including extended period/defect liability period, if any.
a(ii) Insurance Policy for payment of Ex-Gratia amount of Rs.5,00,000/- (Rupees Five lakhs only) per head in case of fatal accidents while on duty, to the Contract Labour engaged by him in addition to the coverage under ESI Scheme / Workmen Compensation Insurance Policy whichever is applicable. As and when a fatal accident takes place while on duty along with the benefits under the ESI Scheme / Workmen Compensation, whichever is applicable, the Contractor is required to pay the Ex-Gratia amount within 30 (thirty) days from the date of accident to the Legal Heir of the deceased. In case of any delay in paying the Ex-Gratia amount as above, the Employer has the right to pay such amount directly to the Legal Heir of the deceased and recover the same from the Contractor’s Running / future Bills. This Insurance Policy is to be taken by the Contractor over and above the provisions specified under Clause No.6.13 (Third Party) and 6.14 (ESI Act) of the General Conditions of Contract.
a(III) Copy of the Policy for Third Party Insurance as stipulated in Clause 6.13 of the GCC. b) Labour License obtained from Deputy Commissioner of Labour, Government of Andhra Pradesh,
Visakhapatnam as required. c) PF Registration Certificate issued by P F Authorities d) Safety clearance from Safety Engineering Department of VSP.
Page 6 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
6. The contractor shall submit wage records, work commencement/completion certificate etc. and obtain
necessary clearance from Contract Labour Cell of VSP for bills clearance. 7. The contractor shall ensure strict compliance with provisions of the Employee’s Provident Fund
Act, 1952 and the scheme framed there under in so far as they are applicable to their establishment and agencies engaged by them. The contractor is also required to indemnify the employer against any loss or claim or penalties or damages whatsoever resulting out of non- compliance on the part of the contractor with the provisions of aforesaid act and the schemes framed there under. A copy of the provident fund membership certificate/PF CODE number shall be submitted by the contractor.
8. The contractor shall follow the provisions of Indian Factories Act and all rules made there under from time to time as applicable and shall indemnify the employer against all claims of compensations under the provisions of the act in respect of workmen employed by the contractor in carrying out the work against all costs, expenses and penalties that may be incurred by the employer in connection therewith.
9. a) Total amount quoted shall be inclusive of all taxes, levies, duties, royalties, overheads and the like but excluding service tax prevailing as on the date of submission of bids.
b) During the operation of the contract if any new taxes/duties/levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works, the same shall be reimbursed by VSP on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to agency on account of withdrawal/reduction in any existing taxes and duties shall be passed on to VSP.
C) The benefit offered by the agency (other than Service Tax) will be deducted from each bill on the offered percentage basis. Amount so recovered shall be released, limiting to the percentage of benefit offered on the quoted price, only on receipt of credit by VSP.
d) The Prices are exclusive of Service Tax. RINL-VSP will pay Service Tax as applicable on submission of Invoices in accordance with Rule 4A (1) of Service Tax Rules 1994.
The Contractor will be paid Service Tax by RINL-VSP along with monthly Service Charge Bills for further deposit with Central Excise Authorities. The Contractor will, in turn, submit the Documentary Evidence in support of payment of Service Tax of each month along with subsequent month RA Bills.
10. ADVANCE: No advance of any sort will be given by VSP. 11. PAYMENT TERMS: Payment will be made monthly on recommendations of the Engineer
basing on the quantities executed, at accepted rates. 12. MEASUREMENTS: The contractor shall take measurements jointly with the Engineer or
his representative and keep joint records for the same. Bills shall be prepared and submitted by the contractor basing on agreed measurements.
13. INITIAL SECURITY DEPOSIT (ISD): Initial Security Deposit for the work shall be @ 2% of contract price. Earnest Money Deposited by the successful tenderer shall be adjusted against ISD, and the difference between ISD and EMD shall be deposited in the manner mentioned in the work order/letter of intent.
14. RETENTION MONEY: Retention Money for contracts up to a value of Rs. 100 lakhs, at the rate of 7.5% of the bills for works with defective liability period not NIL and at the rate of 5.0% for works with defective liability period “NIL” will be deducted from each bill until this amount together with the Initial Security Deposit reach the limit of retention which is 7.5% or 5.0% as the case may be for the value of work. The Retention Money shall be released after the satisfactory completion of defect liability period after liquidating the defects. For contracts of value above Rs.100 Lakhs, the limit of retention money shall be Rs.7.5 lakhs plus 5% of the value exceeding Rs.100 lakhs.
15. Recovery of income tax at source will be made from contractor’s bill and deposited with Income Tax Department as per rules. Recovery of sales tax applicable shall be made from the contractor’s bills.
Page 7 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
16 . SAFETY:
a) The contractor and his workers must strictly take all safety precautions and shall supply to his workers dependable safety appliances like hand gloves, safety boots, safety belt, safety helmets, duster cloth, dust mask/nostril filter etc. In addition to this, contractor shall also provide additional safety appliances as per requirement and follow safe working practices like using fully insulated electrode holders etc. He shall also ensure that his workmen intelligently use only dependable safety appliances supplied to them.
b) The contractor shall take adequate safety precaution to prevent accidents at site. The contractor shall also ensure that his employees observe the statutory safety rules and regulations and also those laid down by the employer from time to time and promptly submit report of accident and state the measures taken by him to prevent their recurrence and also keep the employer indemnified of all claims arising out of such accidents.
c) No Workmen shall be engaged on the work without proper safety induction and without using required PPE. Use of safety helmet and shoe is must excepting in painting works where shoe will not be used.
d) All the safety appliances required for safe working as decided by SED/Contract operating deptt. shall be provided by the contractor to his workmen.
e) Clearance to start the job will be obtained by the contractor in form ‘A&B’ before start of work. The forms may be obtained from the dept. concerned.
f) Works at height cannot be started without clearance from Zonal Safety Officer. The workers engaged for work at height shall possess height pass from SED. The names of workmen working at height or in hazardous areas will be written on the body of form “B”.
g) Contravention of any safety regulation of VSP in vogue from time to time will result into work stoppage, levying penalties and ultimately in contract termination.
h) “The contractor shall ensure that the Welders and Gas Cutters wear cotton dress and leather apron. They shall not wear nylon/synthetic dress. This is required to avoid any fire accident. This must be followed strictly”.
17. SHUTDOWNS: A) Necessary shutdowns will be arranged by VSP to the contractor for carrying out the
work based on requirement. No claims on account of delayed/prolonged shutdown will be entertained.
B) The works assigned to the contractor by the Engineer from time to time shall be completed within the time schedule fixed by the Engineer in each case, within the approved shut down period.
18. LABOUR DEPLOYMENT: A) The contractor shall deploy his labour as per requirement and as instructed by the
Engineer. It may be necessary to carryout the work round the clock based on requirement and shutdown provided. The contractor’s rate shall cover such eventualities.
B) Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work, work shall be executed as per specifications to the satisfaction of the Engineer.
19. SECURITY REGULALTIONS: The contractor shall abide by and also observe all security regulations promulgated from time to time by the employer.
20. STORING/STACKING OF MATERIALS: Storing/Stacking/Placing of materials shall be only at the places designated by the engineer.
21. The contractor, his supervisors and workmen shall observe entry and exit timings strictly. 22. After completion of work activity, the site has to be cleared of all debris, construction material
and the like. 23. The successful tenderer shall start the work immediately after obtaining gate passes and safety
induction training and clearance from the Employer. 24. NOTICES: Any notice to be given to the contractor under terms of the contract shall be
considered duly served, if the same has been delivered to, left for or posted by registered post to the contractors principal place of business (or in the event of the contractor being a company, its registered office), at the site or to their last known address.
Page 8 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
25. DEFAULT BY TENDERERS: The successful tenderer may be debarred at the discretion of the
company, from issue of further tender documents, work orders etc., for a specified period to be decided by the employer in case of : “Undue delay in starting and execution of work awarded, poor performance, backing out from the tender, non accepting work order/LOI during the validity of tender or non observance of safety rules and regulations, misappropriation of company’s materials/property, non payment of due wages to labour or such similar defaults”.
26. Successful tenderer should be in a position to produce the Original Certificate in support of the attested copies of relevant documents enclosed along with pre-qualification documents or afterwards, after opening of the Price Bids.
27. Failure to produce the original certificates at this stage in support of the attested copies of PF Registration/ITCC/Electrical License/Experience/Qualification any other documents etc., submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP tenders.
28. If it comes to the notice of VSP at any stage right from request for registration/tender document that any of the certificates/documents submitted by applicant for registration or by bidders are found to be false/fake/doctored, the party will be debarred from participation in all VSP tenders for a period of 05 (FIVE) YEARS including termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D. / Security Deposit, if any, and recovery of risk and cost charges etc. Decision of V.S.P. Management will be final and binding.
29. Failure to execute the work after LOI/WORK ORDER is given, will make the party liable for debarring for a period of 2 (TWO) YEARS.
30. In case it is found before/after award of work to the person/agency through Limited Tender Enquiry (LTE) that the same person/agency is proprietor/proprietress/partner of two or more separate agencies and quoted for the same work, then punitive action to the extent of debarring up to 02 (Two) years from participating in VSP tenders will be taken.
31. Contractor shall note that: i) Time for mobilization after issue of FAX Letter of Intent/detailed Letter of Intent /
Work Order shall be; a. 03 (Three) days for Capital Repairs
b. 15 days for Civil Works c. 60 days for painting works of Structural Engineering Department d. 07 (Seven) days for Annual Mechanical, Electrical and works of technological
assistance/cleaning. ii) Re-starting the work after disruption shall be within 04 (Four) to 06 (Six) hours after the
cause of disruption is removed as decided by the HOD. iii) Notice period for Contract Termination shall be - 03 (Three) hours in the event of breakdowns, 02 (Two) days in Capital Repairs and 10 days in other works. Failure to adhere to above stipulations may result in Termination of contract at risk & cost
and will make the party liable for debarring for a period o 2 (Two) years. 32. SSI units registered with Govt. of AP/NSIC are eligible for exemption from Payment of EMD/SD
as per Clause 13 above including ISD in case of obtaining specific registration for executing works/contracts outside the premises of their factory/work shop. Otherwise the above exemption shall be limited to their line of manufacture/production only. However, in lieu of SD a Performance Guarantee Bond in the prescribed proforma equivalent to the value of SD covering the period of contract + defect liability period + 6 months (Claim period) is to be submitted.
33. Agencies are required to submit Bank Guarantee for the value as decided by the Engineer as a Security while taking out Equipment/Components/materials of VSP to their workshop situated outside the VSP premises for carrying out repairs.
34. Govt. Undertakings are exempted from submission of Earnest money Deposit and Security Deposit as cited at Clause 13 above for executing works in VSP. However, in lieu of the same, a Performance Guarantee Bond in the prescribed proforma equivalent to the value of SD covering the period of contract + defect liability period + 6 months (claim period) is to be submitted.
Page 9 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
35. In case of any statutory revision in the minimum wages payable to contract workmen, by the
Government of Andhra Pradesh, Escalation shall be paid as per the following formula: V = L x W x (X-Xo) Xo WHERE: V= Escalation Payable L= Labour Content as Percentage of the Work is 50% (FIFTY PERCENT) ONLY W= Gross value of work done on the basis of Contract Rates for the period for which
variation is applicable X= Revised Average Wages for Unskilled, Semi-skilled and Skilled Categories of Workers
as notified by Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P.Gazette for the period under consideration.
Xo = Average Wage of Un-skilled, Semi Skilled and Skilled Categories of Workers as notified by Commissioner of labour, Government of Andhra Pradesh, Hyderabad, Published in the A.P. Gazette as on the date of opening of the tender (Single bid)/Technical Bid (Two Bid System) Envelope-1 in both cases.
36. PAYMENT OF MINIMUM WAGES: Wages paid to the workmen by the contractor should not be less than the rates notified by the Commissioner of Labour, Andhra Pradesh, Hyderabad published in the Andhra Pradesh gazette from time to time with regard to the minimum wages applicable to the respective category of workmen plus the ad-hoc amount at the rate of RS.11.54ps per working day per workman per category. Wages with ad-hoc amount to the workmen should be paid on or before the 7th of the subsequent month. if 7th falls on a holiday or weekly off day, the payment should be made one day prior to that. Payment of PF for the month, both the employer’s (in this case contractor) and employee’s (in this case workman employed by the contractor) contributions should be deposited in the bank in the permanent PF code number and challan obtained before the 15th of the subsequent month and forwarded to the Engineer”. In case of failure of the contractor to comply with any of the above, the following action will be taken by VSP.
LAPSE ACTION BY VSP
1. a) Payment of wages at rates less than those notified under the minimum wages.
b) Non-payment of ad-hoc amount 2. Non payment of
wages
a) An amount equivalent to the differential amount between wages to be paid under minimum wages notification of the Govt. applicable for the period less actual wages paid shall be recovered from the bills as certified by the Engineer. b) As amount equivalent to actual payable towards ad-hoc amount to the workmen engaged for relevant period shall be recovered from the bills as certified by the Engineer. An amount equivalent to wages payable by the contractor applicable for the relevant period shall be recovered from the bills as certified by the Engineer.
3. Non Payment of PF Recovery of PF amount and an amount equivalent to maximum penalty
leviable by Regional Provident Fund Commissioner for the delayed period under the provisions of EPF & MP Act and Rules for delayed remittance of PF contributions (both the employee’s and employer’s contribution), shall be recovered from the bills of contractor as certified by Engineer.
4. Delayed Payment of PF An amount equivalent to maximum penalty leviable by Regional provident
Fund Commissioner for the delayed period under the provisions of EPF & MP Act and rules for delayed remittance of PF contributions (both the employee’s and employer’s contribution), shall be recovered from the bills of the contractor as certified by Engineer.
Page 10 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
37. The contract period can be extended at the discretion of V.S.P. up to 04 (Four) months at the existing
Rates, Terms and conditions and the Contractor shall be bound to execute the work accordingly and the offer of the Contractor is deemed to include this aspect.
38. The tenderers shall note that in case of quoting above the Estimated Value of V.S.P. the L-1 party shall furnish logical / satisfactory explanation which V.S.P. may seek if felt necessary for quoting such high rates. If the explanation offered by the L-1 party is not acceptable to V.S.P., the L-1 party may be recommended for disqualification while retendering the work.
39. The contractor should clearly understand and comply with the Factories Act 1948 and relieve the FEMALE WORKERS from their work site within the restricted working hours prescribed therein under section 66(b).
40. The following deductions per workman deployed category-wise shall be made from the bills/amounts due to the contractor as applicable for the work done and such deducted amounts shall be released as mentioned below:
Recovery amount per labour
per every WORKING DAY (in Rs.) (Ro) S.No. Component
UN-SKILLED SEMI-
SKILLED SKILLED
To be released when
01 Notice pay Rs.14.63ps Rs.18.40ps Rs.22.18ps
02 Retrenchment compensation
Rs.7.31ps Rs.9.20ps Rs.11.09ps
03 Leave with
wages Rs.9.00ps Rs.11.33ps Rs.13.65ps
After the Contractor makes payment to the workmen in the presence of Engineer I/c and CLC representatives. A certificate to this effect is to be enclosed with pre-final bill. (to be paid with pre-final bill)
Sub-total Rs.30.94ps Rs.38.93ps Rs.46.92ps
04 Bonus Rs.12.71ps Rs.12.71ps Rs.12.71ps
After the Contractor makes payment to the workmen in the presence of Engineer I/C and CLC representatives. A certificate to this effect is to be enclosed with RA bill / pre-final bill. (to be paid with RA bill / pre-final bill as and when paid by the Contractor)
Grand total Rs.43.65ps Rs.51.64ps Rs.59.63ps Note: a) i) In case of any statutory revision in Minimum Wages payable to Contract Workmen, by the Government of
Andhra Pradesh, the above recovery amounts for above components per workman category-wise, are to be revised as per the following formula;
Revised wage (X)
Revised recovery amount(R 1) = Original Recovery amount (Ro) x ----------------------------- Original wage (Xo)
Where: R1 = Revised recovery amount per working day per worker category Ro= Original recovery amount envisaged in Contract per working day per worker category
X = Revised wage per day per category of workman., ie.,for Unskilled , Semiskilled, and Skilled categories of workers as notified by Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P. Gazette for the period under consideration. Xo=Wage per day per category of workman ie., for Unskilled , Semiskilled, and Skilled categories of workers as
notified by Commissioner of Labour, Government of Andhra Pradesh, Hyderabad, published in the A.P. Gazette as on the date of opening of Envelope-1 on ……………………
ii) Wage per day per workman=(Wage per category per workman per month notified by AP Govt. / 26 ) iii) Payment against the above components has to be made to the workmen based on prevailing wages of last month pay. iv) The above recovery amounts are inclusive of 10% towards profits & overheads. The actual amount payable to each workman shall be arrived at by deducting 10% (towards profits & overheads) from the above recovery amounts
Page 11 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
41. PAYMENT MODE FOR BILL AMOUNTS: 41.1 Following are the options available to the Contractors for availing e-payments. 41.1.1 EFT System: Under this system Banks offer their customers money Transfer service from account of
any bank branch to any other Bank Branch. The EFT system presently covers all the branches of about 77 banks located at 15 centers indicated below, where clearing houses are managed by RBI i.e.,
i) New Delhi ii) Chandigarh iii) Kanpur iv) Jaipur v) Ahmedabad vi) Mumbai vii) Nagpur viii) Hyderabad ix) Bangalore x) Chennai xi) Trivendrum xii) Kolkata xiii) Bhubaneswar xiv) Guwahati xv) Patna.
41.1.2 Direct Credit: Suppliers opting for this system may open Bank accounts with any one of the following
banks. i) State Bank of India - Steel Plant Branch ii) Canara Bank - Steel Plant Branch iii) Bank of Baroda - Steel Plant Branch iv) State Bank of Hyderabad - Steel Plant Township Branch v) Andhra Bank - Steel Plant Township Branch vi) UCO Bank - Steel Plant Township Branch vii) IDBI - Visakhapatnam Branch
41.2 The Successful tenderer shall agree that all the payment due and payable in terms of the contract will be paid direct to his bank account and he shall give the bank account number and the address of the Bank in which the money is to be deposited” as per the format given below:
(1) Party Code : (2) Option : RTGS / EFT (3) Beneficiary Details a) Name of Beneficiary (Max.35 characters) : b) Bank Name (Max. 35 characters) : c) Branch Name (Max. 35 characters) : d) Account Number (Max. 35 characters) : e) Account type (Max. 35 characters) : (Savings / Current / Overdraft) [Mention Code No. also] f) Beneficiary Bank’s IFSC Code (Max. 11 characters): (For RTGS Mode only) g) Beneficiary Bank’s MICR Code (Max.09 characters): (For EFT Mode only) (Signature of the Party / Contractor) Name: Desgn:
CERTIFICATE
Certified that the above particulars are found to be correct and matching with our records in respect of the above beneficiary.
Sd/-…………… (Signature of Branch Manager) Name : Seal of Bank : 41.3 The contractor has to submit their bank account details in VSP format duly certified by Concerned Bank
Manager for the purpose of making electronic payment before submission of First Running Account Bill, failing which the bill will not be processed.
41.4. The Successful tenderer is required to give an undertaking to the Finance Department of VSP that the payment made by RINL/ VSP of any sum due to him by directly remitting the same in his bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same”.
41.5 In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the supplier’s/contractor’s bank account, the supplier/contractor/receiver should intimate discrepancies, if any, within 10 days from the date of dispatch of intimation letter of payment to them to Finance Department of VSP failing which it shall be presumed that the funds have reached to their bank account and that no claims will be entertained after the said 10 days.
Page 12 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
42. CLAUSES CONCERNING CENVAT AGAINST EXCISE DUTY:
a) The tenderer shall specify the percentage of CENVAT Benefit on quoted price for which they shall furnish the duty paying documents.
b) The successful tenderer shall take necessary steps to comply with the rules and provisions of central excise and service tax law facilitating VSP to avail CENVAT credit.
c) The amount of CENVAT benefit declared shall be deducted from the tendered price for the purpose of tender evaluation i.e. the evaluation shall be on the net of CENVAT benefit.
d) The invoice raised by the Contractor should clearly mention VSP as the consignee (Consignee: RINL, VSP, A/c: Name of the contractor). It should be ensured that material has been delivered along with the duplicate for transporter copy of the invoice, based on which CENVAT credit is to be claimed.
e) The duty paying documents shall be submitted as soon as the material is procured by the agency for incorporation in the work. The CENVAT benefit offered by the agency will be deducted from each bill on the offered percentage basis and will be released to the extent CENVAT benefit could be availed by VSP. The contractor shall extend all possible help to facilitate VSP to avail CENVAT benefit. If CENVAT benefit could not be availed by VSP due to reasons attributable to the contractor, such amount will not be released by VSP.
f) In the event the CENVAT benefit realized by VSP (based on documents) is in excess of the CENVAT benefit offered by the agency/contractor, the refund will be restricted to the benefit offered by the agency. The excess amount realized from Excise Authorities will be to the credit of VSP only.
g) Material once received in to the factory would not be allowed to go outside the factory premises for any reason. Excess/Rejected material will be allowed to be taken back after complying with the provisions of CE Act.
**********
Page 13 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
1
2
3
4
Cond No
Time of completion and Period of Contract :
a) Date of Start of Contract :
i) The date of start of the contract will be reckoned from the
date of issue of LOA/WO (Telegram/ Telex/ Fax/ LOA/ WO etc.).
The agency shall obtain ESI Registration,Safety Clearance,
Labour License and required Insurance coverage for its workmen
within 15 days of Issue of LOA. The latest date of obtaining the
ESI Registration/Safety Clearance/Labour License/Insurance
Coverage will be the actual date of start of work.
ii) If the agency cannot obtain the ESI Registration/Safety
Clearance/Labour License/Insurance Coverage within the above
period of 15 days, a penalty of Rs.150/- per day will be levied
for the period after 15 days stated above and the latest date
of obtaining the above. In such case, the date of actual start
will be the latest date of obtaining ESI Registration/Safety
Clearance/ Labour License/ Insurance Coverage.
b) Completion Period : 9 (NINE) Months
c) Period of Contract : 9 (NINE) Months including 15 days
from Written Order to commence work i.e. LOA/WO ( 15 days is for
obtaining the ESI Registration,Safety Clearance Certificate,
Labour LicenseI and Insurance Policy for Payment of an ex-gratia
amount of Rs.5,00,000/- per head in case of fatal accident).
The rates quoted for items shall be complete in all respects
and shall include the cost of scaffolding, lead, lift, tools,
tackles, safety appliances, men and material and wastage, if any.
The tenderer should clearly understand that the work may have
to be carried out in hot places, during shut-down and breakdowns
as necessary. The work may have to be carried out round the
clock. Shoring, strutting, dewatering etc. may have to be done
in order to create front for doing the work. The rates will cover
all the above eventualities and no extra claim will be
entertained on any account.
Agency has to account for VSP supplied materials as per standard
Cond Desc
PROPOSAL NO : 593031040500
Page 14 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
5
6
7
Cond No
procedure of Visakhapatnam Steel Plant.
Defect liability period :
i) ----NIL----Months from the date of Completion as certified
by the Engineer-in-charge.
ii) The contractor shall stand guarantee for materials and
workmanship as per Clause No. 10 of General Conditions of
Contract. During the defect liability period , if any defect is
observed due to workmanship or from any act or omission of the
contractor, the contractor shall execute all such work of
rectification and making good of defects, as may be required of
him by the Engineer, at his own cost and within the time
stipulated by the Engineer. If the contractor shall fail to do
any such work as required by the Engineer, second half of the
Retention money shall be liable to be forfeited and the
contractor shall make himself liable to be blacklisted in addition
to other remedial measures as provided in the General Conditions
of Contract.
iii) The contractor shall indemnify the Employer against any
loss/liability that may be incurred by him on account of any
failure on the part of the contractor for timely rectification of
the defects pointed out within the defect liability period.
All the materials arranged by the contractor used in the works
will be tested in VSP Laboratory or any other approved/
recognised laboratory, if such facility is not available in VSP
laboratory as required. Upon approval of the same only work
will be accepted. The testing charges will be borne by the
agency, if test is done at any other laboratory other than VSP
laboratory. If the material fails, the cost of such tests as per
VSP approved rates and or rectification thereof shall be borne by
the agency even if the materail is tested in the VSP laboratory.
The containers of all materials supplied free by the employer need
not be returned by the contractor. The tendered rates shall
take into account the realisable values.
Cond Desc
PROPOSAL NO : 593031040500
Page 15 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
8
9
10
11
12
13
Cond No
Cement will be issued by the Engineer free of cost at the
Employer's Store(s)/yard. The consumption figures of the cement
(including wastage) for various items will be taken from CPWD norms
(as per latest DSR). Wherever CPWD norms for Cement Consumption are
not available, cement consumption will be worked out based on
actual observation data.
Reinforcement steel and structural steel as mentioned in the item
description will be issued free of cost by the employer at the
Employer's Store(s)/Yard. The quantity will be limited to the total
quantity required as per contract plus permissible wastage of not
more than 2.0 %. The reinforcement bars of lengths below 300 mm
will be treated as scrap. All such scraps and only damaged pieces
will be deemed to have been covered under the permissible wastage.
The penal charges will be levied for any shortage in accounting the
steel materials beyond the above permissible wastage of 2.0 %
The penal charges will be levied for any shortage in accounting the
free issue materials at 150% of market rate as on date of
accounting material or as on date of completion of work whichever
is later.
Agency will deploy at least one Experienced Supervisor ( with
minimum 3 years experience in civil works) or Civil Diploma
holder all the time throughout the currency of contract. He will
give commitment regarding deployment of men and machinery
indicating source of deployment and will further commit that they
will be available at site all the time as per requirement
throughout the currency of the contract.
The contractor shall submit the Running Account Bills (RAB),
Pre and Final bills, along with challans indicating the details
of dispatches, giving the mark numbers along with inspection
certificates, entry certificate at the gate issued by CISF and
such other documents as may be required by the employer.
The Contractor has to submit Royalty Clearance Certificate from
AP State Government for the minor minerals consumed for the work.
If the contractor fails to submit MRC (Mineral Revenue
clearance), VSP shall recover normal Seigniorage fee with
applicable penalty as fixed by the Government fromtime-to-time,
from the bills of the Contractor.
Cond Desc
PROPOSAL NO : 593031040500
Page 16 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
14
15
16
17
Cond No
" In case the test cubes failed in achieving the specified cube
strength and where no remedial measures are considered necessary
and concrete is below specified strength, the payment will be made
as under:
---------------------------------------------------------------
Sl Percentage of achievement Percentage of rebate
No of cube strength applied on the quoted
rate
---------------------------------------------------------------
i) Over 90 % and Upto 99.99 % of the 15 % below the agreed
Specified strength rates for that particular
batch
-----------------------------------------------------------------
ii) Over 80 % and Upto 89.99 % of the 45 % below the agreed
Specified strength rates for that particular
batch
-----------------------------------------------------------------
iii)Over 60 % and Upto 79.99 % of the 70 % below the agreed
Specified strength rates for that particular
batch
-----------------------------------------------------------------
iv)For Below 59.99 % of the Specified To be determined on case to
strength case basis
-------------------------------------------------------------------
Daily Labour Report is to be submitted by the agency.
On the principle that the polluter must pay, if any negligent act
of the contractor results in pollution of the land/ air/ water or
affects any persons health adversely, then the contractor shall
have the obligation to suitably remedy the pollution or health
impairment caused, to acceptable standards, failing which the VSP
management shall effect necessary recovery for the bills of the
contractor and remedy the pollution/ health impairment caused.
The following environment,safety & health points are to be adhered
:
a) The contractor must adhere to all the applicable statutory laws
pertaining to safety, health and environment.
Cond Desc
PROPOSAL NO : 593031040500
Page 17 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
Cond No
b) The contractor must ensure that there is no wastage of water at
the work site The contractor must also ensure that all the water
tapping points are leak proof.
c) All the motor vehicles of the contractor used for transporting
materials/machinery etc. should have pollution control certificates
and the same should be submitted at the time of obtaining gate
passes. A copy of the same must be exhibited/pasted on the vehicle
also.
d) The contractor must ensure dust suppression measures in the work
areas by sprinkling of water, etc. and also ensure that all his
workers use dust masks while working in dusty areas.
e) The contractor must ensure proper house keeping at site by
keeping the work-areas free from unwanted material and greases,
oil to avoid slips & falls.
f) The contractor must ensure that all the debris generated during
the work is transported safely to dump yard such that there is no
spillage of debris on the road during transportation (by covering
with a plastic sheet/tarpaulin.)
g) All the garbage collected from dust bins, etc. should be
transported in covered vehicles.
h) All the material which may be recycled/reused should be
transported to the designated place for reuse/recycling.
i) All the cut jungle growth and trees should be disposed at the
dumping yard without open air burning.
j) Heating/melting of bitumen must be done in boilers only.
Heating/melting of bitumen in open drums/containers is prohibited.
k) The contractor must ensure that there is no spillage of oil or
paints on the floors/grounds etc
l) All representatives/supervisors/workers of contractors must take
safety and environmental induction training and comply with the
instructions given there in.
Cond Desc
PROPOSAL NO : 593031040500
Page 18 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
18
19
20
Cond No
Excavated earth, debris, removed materials from drains, dismantled
materials etc., should not be kept within 15m from edge of
excavation/drain/building. No payment will be released if found
within 15m
SPECIFICATION FOR BASALT FINE GROUTING:-Supplying and providing
cement basalt fine grouting in RCC foundation on sides, at 4-6Kg
/cm2 pressure and as directed at all heights and locations with the
addition of silica fume and superplasticiser of approved make as
per the proportion given in the specification keeping water cement
ratio at about 0.50 to 0.52 suitable for pumping and the flow
characteristic using Marsh Cone test as per ASTM C939-94A, the time
of the flow being in between 20-30 seconds and to attain a minimum
compressive strength of 25 N/mm2 at 28 days including chiseling of
the crack to make a V groove of minimum 6 mm wide and 10 mm depth
for the full length of the crack drilling of 100 mm to 150 mm deep
holes of required size from the concrete surface and fixing of GI
pipes of about 20 mm dia at entr- ports suitable for the nozzles of
grouting machine, etc. at a spacing of 300 to 400 mm as per the
specification and/or as directed by the Engineer for RCC walls on
sides and on the top etc. and cleaning of the interior voids
and cracks if any to remove all the loose particles of the
concrete core with compressed air and water, removal of entrapped
water in the core by compressed air and cleaning the surface to
remove all oil/grease if any, using degreasing agents filling the
cracks in between the ports with the structural grade polymer
modified concrete reinstatement mortar including the cost of all
necessary scaffolding, staging, providing of necessary propping
arrangement as required and/or as directed, tools, plants, tackles,
all materials and labour complete. (Payment shall be made for each
port hole provided including fixing of GI pipes, etc. as mentioned
below and for grouting works the payment shall be based on the
cement basalt fines quantity consumed, OPC, Basalt fines, Silica
Fume, Superplasticiser and Rendroc S-2 polymer modified mortar are
in the contractors scope of supply).
Sales Tax Clause:
The scope of materials supply and consumables supply in the present
proposal are as follows:
a)Materials to be supplied by VSP : Cement, Steel, HILTI
Cond Desc
PROPOSAL NO : 593031040500
Page 19 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
TERMS AND CONDITIONS TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
WORK DESC :
21
22
23
Cond No
bolts & capsules only.
b)Consumables to be supplied by VSP : --Nil--
c)Materials to be supplied by Contractor: All materials required as
per BOQ items except Cement, Steel, HILTI bolts & capsules
d)Consumables to be supplied by Contractor : All consumables
required as per BOQ items.
The deduction of Sales Tax shall be done as per the rules
prevailing from time to time
Any failure on the part of contractor in providing safety
appliances and in complying to the safety procedures, shall be
viewed seriously. In case of such failure, the contractor shall not
be allowed to proceed with the work and a penalty of Rs. 2,000
shall be levied on the contractor for each and every case by the
Engineer whose decision shall be final and binding on the
contractor. In case of frequent violation of safety procedures,
work of contractor will be suspended and balance work will be taken
up at the risk and cost of the agency.
Agency has to deploy machinery wherever required for speedy
completion of the work. No extra payment will be on this account.
Agency should use only 4 wheelers for any requirement at site & 3
wheelers should not be used.
Cond Desc
PROPOSAL NO : 593031040500
Page 20 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
PREAMBLE TO BOQ TENDER NO :
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
Work Desc
1
2
3
4
5
Cond No
Wherever the replacement work exists, the old items are to be
dismantled for fixing the new items. The related connections are to
be made good for proper functioning of new items. The rates quoted
shall cater for this eventuality unless otherwise stated. The
dismantled items are to be Handed over to the Stores.
The rates quoted shall be applicable for all works to be carried out
at all heights and depths above or below plinth level and location
unless otherwise specially stated.
The rates quoted shall be deemed to include completion of an item of
work as per drawings, specification / relevant IS codes and / or
directions of the Engineer. The work may be of intermittent nature. The
rates shall be deemed to cater for stoppages due to shutdown / break
down, non-availability of front including stoppages due to operational /
safety reasons. No additional payment shall be allowed on account of
these.
The basic item in respect of BOQ item No.4 is BOQ item No.1 and the
basic item in respect of BOQ item No.5 is BOQ item No.2
The core cutting/ drilling/grouting are to be carried out for all types
of concrete structures irrespective of whatever mentioned viz., walls,
beams, floors, etc., in the BOQ detailed description.
Cond Desc
Proposal No 593031040500
Page 21 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 1 of 7
Special jobs like Core cutting, Grouting, Drilling of holes in RCC
foundations/walls etc., and fixing of HILTI Anchors
Work Desc :
590101RESP CODE :
1
2
Item
No.
Core cutting of holes
upto 150mm dia in RCC
floor, slab(including
cutting of reinforcement
bars/plates if any) and
grouting of required dia
bolt/ pipe after
inserting in the core
cut hole including all
labour, machinery,
tools, tackles etc and
as directed by engineer
in charge(Bolts/ Pipes
will be supplied by VSP
free of cost)
:- With Polyester resin
grout lockset of FOSROC
make or equivalent as
approved by engineer
(Measured in terms of
Per mm dia per meter
depth)
Drilling of holes upto
25mm dia in RCC
foundation/ walls/ slab
at all heights including
all materials, tools,
tackles and labour etc.,
as directed by the
Engineer-in-Charge.
(Measured in terms of
Per mm dia per meter
depth)
Item Description
METRE
METRE
Unit
Desc.
2500.000
6000.000
Quantity
298.24
42.34
Rate
(Rs.)
Amount
(Rs.)
745600.00
254040.00
DEPT NAME : CED ENGG DIVN : CIVIL ENGINEERING
PROPOSAL NO : 593031040500
Rupees Two hundred ninety-eight and paise
twenty-four Only
Rupees Forty-two and paise thirty-four Only
Page 22 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 2 of 7
3
4
5
Providing and placing of
Conbextra GP II grout at
all levels with heat
resistant basalt
aggregate including
removal of loose
concrete from the RCC
wall surfaces, cleaning
by air & water jet,
supply of Rendroc Plug
for packing of
shuttering gaps,
supplying & applying of
acrylic bonding agent-
Nitobond AR on the wall
surface, mixing of
basalt aggregate to
grout in the ratio of
0.5:1.0 by weight using
a low speed mixer with
requisite RPM and
placing the grout in the
wall including all
materials, tools,
tackles and labour,
etc., and as directed by
the Engineer-in-Charge.
Rebate over basic item
for not grouting with
polyester resin grout
lockset of FOSROC make
or equivalent as
approved by Engineer.
(Measured in terms of
Per mm dia per meter
depth)
Extra over basic item
for Supplying and
grouting with polyester
resin grout Lockset of
FOSROC make or
equivalent as approved
by Engineer. (Measured
in terms of Per mm dia
per meter depth)
KILO
GRAM
METRE
METRE
500.000
500.000
4000.000
23.12
-9.48
1.17
11560.00
- 4740.00
4680.00
Rupees Twenty-three and paise twelve Only
Rupees One and paise seventeen Only
Page 23 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 3 of 7
6
7
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions :-Providing
port holes including
fixing of GI pipes with
suitable epoxy adhesive
at all heights and
locations above ground
level in the sides of
the RCC structure as per
the specifications and
directions of
the Engineer.(Cost of
the GI pipes shall be
paid separately. The
rate quoted shall
include the cost of the
epoxy adhesive used for
fixing of GI ports).
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions :-Making a V
groove of minimum 6 mm
wide and 10 mm deep by
hand chiseling for the
full length of the crack
in the sides and at top
of the RCC structure and
filling the same in the
gaps between the port
holes with Rendroc S a 2
component structural
grade polymer modified
concrete reinstatement
mortar of FOSROC make or
any approved equivalent
having a compressive
strength of 45N/mm2 at
28 days at all heights
and locations above
NUMBER
Running
Meter
100.000
20.000
228.75
92.20
22875.00
1844.00
Rupees Two hundred twenty-eight and paise
seventy-five Only
Rupees Ninety-two and paise twenty Only
Page 24 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 4 of 7
8
9
ground level including
substrate priming,
curing, etc. all as per
the manufacturer's
instructions as per
specifications and
directions of the
Engineer.
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions :-Adding of
OPC grade to grout mix
including grouting of
RCC walls at all heights
and locations above
ground level as per
specifications and
directions of the
Engineer.(Cement shall
be provided by VSP at
their Stores free of
cost).
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions:-Supplying
and adding of graded
basalt fines as per the
specifications to the
grout mix including
grouting of the RCC
structure at all heights
and locations above the
ground level as per the
specifications and
directions of the
Engineer.
KILO
GRAM
KILO
GRAM
100.000
50.000
6.86
23.34
686.00
1167.00
Rupees Six and paise eighty-six Only
Rupees Twenty-three and paise thirty-four
Only
Page 25 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 5 of 7
10
11
12
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions:- Supplying
and adding of Silica
fume of ELKEM make to
the grout mix including
grouting of RCC
structure at all heights
and locations above
ground level as per the
specifications and
directions of the
Engineer.
Supplying and providing
cement basalt fine
grouting as per Clause
no:19 of Terms &
Conditions:-Supplying
and adding of
superplasticiser of
Cereplast of Cerachem
Pvt. Ltd. or equivalent
make to the grout mix
including grouting of
RCC structure at all
heights and locations
above ground level as
per the specifications
and directions of the
Engineer.
Supplying and
fabrication and fixing
of GI pipes in the
sides and at all
necessary locations of
the existing RCC
structure at entry ports
at all heights above
ground level including
all materials staging
scaffolding equipment
and labour etc. complete
all as per the drawings,
KILO
GRAM
KILO
GRAM
KILO
GRAM
10.000
2.000
10.000
110.87
123.70
105.05
1108.70
247.40
1050.50
Rupees One hundred ten and paise eighty-seven
Only
Rupees One hundred twenty-three and paise
seventy Only
Rupees One hundred five and paise five Only
Page 26 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 6 of 7
13
specifications and
directions of the
Engineer.:-
GI pipe of 20 mm dia
(Medium) or of the dia
as specified.
Making of holes of 24 mm
dia and 170 mm deep in
RCC using a COMBIHAMMER
TE-76 of HILTI make
having a i.p.m. of 0-
1960/2700 and r.p.m. of
0-180/255 and imparting
a positive e impact of
upto 8 J of adequate
capacity, including
provision of depth
limitation gauge, i/c
alignment of machine at
site, true to line plumb
and location, i/c fixing
the horizontal boom with
extension in the
horizontal position,
preparatory works like
surface leveling,
marking of the cut holes
as per the grid lines
supplied by the client,
scaffolding, removal of
the dust in the hole
using HILTI HIT KIT
blowout pump cleaning
equipment. (Where
adequate working space
is not available the
same is to be done using
an appropriate angular
Drill Chuck using a
HILTI make machine or
adequate capacity).(If
reinforcement rods are
encountered while making
hole, another hole is to
be made suitably and no
extra cost will be paid
NUMBER 200.000 344.38 68876.00
Rupees Three hundred forty-four and paise
thirty-eight Only
Page 27 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO :Page 7 of 7
14
for the same)
Fixing of HVU-HAS
capsule and bolt of
HILTI make of grade of
M20, into the hole
drilled above taking
proper care to prevent
the pre mixing of the
foil contents with the
inner capsule, placing
the bolt, fixed to the
drilling machine with a
suitable adaptor, to the
tip of the capsule and
applying the designated
torque, while
maintaining the
alignment with a TE-76
HILTI make machine so as
to puncture the foil and
ensure proper mixing of
the contents and also
taking care to prevent
any accidental overrun,
lateral movement and
dislocation of the bolt
within the cure time as
indicated. The capsule &
HVU-HAS M20 bolt
supplied free of cost by
VSP.
NUMBER 200.000 291.86 58372.00
Rupees Two hundred ninety-one and paise
eighty-six Only
1167366.60
Rupees Eleven lakh sixty-seven thousand three
hundred sixty-six and paise sixty Only
Signature of I/C Signature of HOD
Page 28 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER
FORM ’G’ RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT WORKS CONTRACTS DEPARTMENT
BILL OF QUANTITIES (BOQ)
NAME OF THE WORK : SPECIAL JOBS LIKE CORE CUTTING, GROUTING, DRILLING OF HOLES IN RCC FOUNDATIONS / WALLS ETC. AND FIXING OF HILTI ANCHORS
TENDER NO : 70275 - 0
1. The Quantities indicated are approximate and may vary to a wide range. Payment shall be made as per the actual work carried out at corresponding accepted rate.
2. Wherever old items are replaced for fixing new items, all related connections are to be made good for proper functioning of new items. Dismantled / old items are to be handed over to the Stores.
NO. DESCRIPTION UNIT QUANTITY RATE (Rs.)
AMOUNT (Rs.)
AS PER THE DETAILED BILL OF QUANTITIES ENCLOSED IN 07 (SEVEN) PAGES (RUPEES ELEVEN LAKHS SIXTY SEVEN THOUSAND THREE HUNDRED SIXTY SIX AND PAISE SIXTY ONLY)
11,67,366=60
TOTAL AMOUNT QUOTED IN FIGURES : Rs._______________________________________________________________________________ TOTAL AMOUNT QUOTED IN WORDS: Rupees___________________________________________________________________________ ______________________________________________________________________________only. Note:
1. Tenderer shall write their quoted offer both in WORDS and FIGURES. The quoted offer in WORDS shall be in CAPITAL / BLOCK Letters
2. If there is discrepancy between the amount mentioned in FIGURES and the amount mentioned in
WORDS, the amount as mentioned in WORDS only shall be taken as the quotation of the Tenderer.
Page 29 of 29 70275 - 0 T S
SIGNATURE OF THE TENDERER