tdr no 155-08-2nd floor on 3-br qr. at township

22
Tender no-155-CC dt. 25.09.08 Page 1 of 22 TDR No. NINL/CC/2008/CIVIL/TDR-155 Date: 25.09.2008 TENDER To M/s .................................. ......................................... ......................................... Sub: INVITATION TO TENDER (ITT) FOR EXTENSION OF ONE ADDITIONAL FLOOR (2 ND ) ON EXISTING 3-BR QUARTER AT NEELACHAL TOWNSHIP, DUBURI, JAJPUR, ORISSA. Dear Sir, Please find herewith a set of Tender document for the subject work consisting of following: 1 Bill of quantities - Annex. - I 2. General Information pertaining to tender - Annex. –II 3. General Condition of Contract - Annex. - III You are requested to submit your completed tender so as to reach undersigned at following Address: Sr. Manager (WCC) Works Contract Cell, Neelachal Ispat Nigam Ltd., At / PO. Duburi, Dist: Jajpur, Orissa, PIN: 755 026. Please acknowledge the receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Swain) Sr. Manager (WCC)

Upload: others

Post on 21-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 1 of 22

TDR No. NINL/CC/2008/CIVIL/TDR-155 Date: 25.09.2008

TENDER

To M/s .................................. ......................................... ......................................... Sub: INVITATION TO TENDER (ITT) FOR EXTENSION OF ONE ADDITIONAL

FLOOR (2ND) ON EXISTING 3-BR QUARTER AT NEELACHAL TOWNSHIP, DUBURI, JAJPUR, ORISSA.

Dear Sir, Please find herewith a set of Tender document for the subject work consisting of following: 1 Bill of quantities - Annex. - I

2. General Information pertaining to tender - Annex. –II

3. General Condition of Contract - Annex. - III

You are requested to submit your completed tender so as to reach undersigned at following Address: Sr. Manager (WCC) Works Contract Cell,

Neelachal Ispat Nigam Ltd., At / PO. Duburi, Dist: Jajpur, Orissa, PIN: 755 026. Please acknowledge the receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Swain) Sr. Manager (WCC)

Page 2: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 2 of 22

Annexure - I

2ND FLOOR OVER 3-BR FLATS INSIDE NINL TOWNSHIP BILL OF QUANTITY

Sl. No.

Scope of Work Unit Qty. Rate (Rs.)

Amount (Rs.)

PART - A (CIVIL WORKS) 1 Supplying and laying plain cement concrete of Grade M-10

with stone aggregate of 20 mm and down size (including formwork if required), in all levelling courses, in foundations, footings, pipelines, pits, sumps, manholes, basements, tunnels, drains, culverts, chambers, channels, retaining walls, including mass concrete etc at all heights & depths with all byeworks complete as per drawing, specification and instruction of the engineer.

M3 30.00

2 Supplying and laying plain cement concrete of Grade M-15 with stone aggregate of 20 mm and down size (including formwork if required), in all levelling courses, in foundations, footings, pipelines, pits, sumps, manholes, basements, tunnels, drains, culverts, chambers, channels, retaining walls, including mass concrete etc at all heights & depths with all byeworks complete as per drawing, specification and instruction of the engineer.

M3 90.00

3 Supplying and laying of reinforced cement concrete of grade M-20 with stone aggregate 20 mm and down (excluding formwork and reinforcement) in all types of foundations, footings, retaining walls, equipment foundations, tunnels, slabs, beams, rafts, walls, steps, cantilevers, columns, ducts, tanks, bunkers, hoppers, pipes (cast in situ), staircases, drains, pits and any other similar structure at all depths and heights with all byeworks complete as per drawings, specifications and instruction of the Engineer.

M3 450.00

Height greater than (above terace level) 0.5 m upto 10 m level

4 Providing and fixing all types and shapes of shuttering, centering, strutting and propping firmly with screws, bolts, separators, tension devices, true to line and level including stripping off the same from positions for RCC works at all depths and heights with all byeworks complete as per drawing, specification and instruction of the engineer.

M2 4,350.00

In all types of foundations, footings, retaining walls, equipment foundations, rafts, walls, basements, tunnels, floors, columns, buttresses, ducts, lintels, trenches, tanks, cantilevers, beams, brackets, slabs, staircases, drains, manholes, coffered / Grid Slabs and any other similar type of works both underground and in superstructure upto 10 m level.

5 Fabricating and fixing in position steel reinforcement at all levels and positions including transportation from purchaser's store, straightening cranking, binding, welding with slice plate / angle (splice plate / Angle to be supplied by the Contractor) as per drawings and specifications, including cost of binding wire labour etc., all complete, for reinforced concrete and reinforced brick work and any other place as specified. (Payment will be made on the basis of standard weight per metre length of the bar.)

MT 45.00

High yield strength deformed steel bars

Page 3: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 3 of 22

Sl. No.

Scope of Work Unit Qty. Rate (Rs.)

Amount (Rs.)

6 Providing brickwork in cement mortar of following proportions in superstructure in all types of walls, pillars, abutments, bands, projections, parapets, ornamental cornices, and reinforced brickwork (excluding the cost of the reinforcement items) and at any other locations of circular, curved or any shape including moulding and cutwork at all leads and heights, curing, scaffolding complete with all byeworks as per drawing, specification and instructions of the engineer, with bricks of approved quality and of class designation 5.

M3 294.00

With 1:6 cement mortar ( 1 cement : 6 sand) 7 Providing brickwork of half-brick thickness in cement mortar of

following proportion in all types of foundations, walls, pillars, abutments, ducts, manholes, drains (vertical and inclined sides), projections, railings, parapets, fins, bands, copings, oversailing course, facias, ornamental cornices, string course etc. and at any other location, of circular, curved or any shape, at all leads, depths and heights including mouldings, cutworks and reinforced brickwork (excluding the cost of the reinforcement which shall be paid separately under reinforcement item), curing, scaffolding complete with all byeworks as per drawing, specification and instructions of the engineer, with bricks of approved quality and class designation 5.

M2 1,470.00

with 1:4 cement mortar (1 cement : 4 sand) 8 15 mm thick cement plaster in one layer on faces of walls,

pillars, projection, bands, cornices, fins, sills etc. including raking out joints, if any left out, necessary dabbing, curing, scaffolding complete at all heights and depths as per specification and drawings:

M2 3,270.00

With 1:6 Cement Mortar (1 Cement : 6 Sand) 9 12 mm thick cement plaster in one layer on faces of walls,

pillars, projection, bands, cornices, fins, sills etc. including raking out joints, if any left out, necessary dabbing, curing, scaffolding complete at all heights and depths as per specification and drawings:

M2 4,440.00

With 1:6 Cement Mortar (1 Cement : 6 Sand) 10 6 mm thick cement plaster to ceiling of slab, chajja, bands,

sills, beams, columns, channels, loft slabs, staircases, fins, parapets and any other location with drip course wherever required with all bye-works, dabbing, curing, scaffolding complete at all heights and depths as per drawing and specification.

M2 1,710.00

With 1:4 Cement Mortar (1 Cement : 4 Sand) 11 Providing and applying water proof cement paint "Snowcem

plus" of approved shade, three coats over surfaces, at all heights and locations with all byeworks complete as per manufacturer's specification and direction of the engineer

M2 3,270.00

Page 4: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 4 of 22

12 Providing and applying two coats of synthetic washable distemper of approved quality and shade at all locations over and including a coat of approved cement primer over wall surface, ceiling etc. including preparation of base complete with all byeworks as per standard practice, specification and direction of the engineer

M2 4,650.00

13 Providing and laying 25 mm thick machine cut and polished kota stone flooring of approved size, shape and quality in floors, steps and at other places as shown in the drawing at all levels and locations over and including curing, final polishing and all byeworks complete as per specification and direction of the engineer.

M2 60.00

Over cement mortar bed 1:4 ( 1 cement, 4 sand) joints filled and finished with cement putty without or with pigment of matching colour.

14 Providing 5 mm thick white glazed tiles of first quality and approved size on flooring, skirting, dado and other places at all levels and locations as shown in drawings laid over and including 12 mm thick cement mortar bed or back coat of cement mortar 1:3 (1 cement : 3 sand) with joints filled with white cement, complete with white cement, complete with all byeworks as per direction of the engineer, specification and drawing. (The tiles of Johnson / Somany make to be used)

M2 405.00

15 Providing 20 mm thick approved quality marble slab in flooring, steps and other horizontal surfaces at all locations and levels, laying over and including 20 mm thick lime mortar 1:1:1 (1 lime putty : 1 surkhi and 1 coarse sand) bed as specified, joints filled with white cement pigment mix and marble dust in 1:1, laying in pattern, cutting, grinding, rubbing and polishing etc. complete with all byeworks as per specification and direction of the engineer. The marble slab shall be approved with texture, shade and quality as per following:

M2 60.00

White or white and grey or Pink Makrana approx. Size 300X300

16 Providing and laying 7.5 mm thick "SPARTEK"/ Johnson / Regency or equivalent matt finish ceramic tiles of approved quality, shade and design at all levels and heights as shown in drawing, laid over and including 12 mm thick mortar bed or back coat sand) with joints filled with white cement and pigment mixed in proportion to match the shade of the tiles including curing, complete with all byeworks as per manufacturers specification and direction of the engineer.

M2 1,380.00

17 Supplying and fixing 35 mm thick both faces commercial finish solid core flush door shutters bonded with Phenol formaldehyde, hot pressed, conforming to IS:2202-1983 and from approved manufacturer, of standard / non-standard sizes, single or double hung, for doors, wardrobes and cupboard etc. with all byeworks complete as per specification and instruction of Engineer, at all locations with necessary anodised aluminium fittings as per schedule of fittings in preamble and painting two coats with approved synthetic / polyurethane enamel paint overand including a coat of approved primer.

M2 186.00

Page 5: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 5 of 22

18 Supplying, fitting and fixing fully glazed steel windows, doors and ventilators of approved manufacturer in single or composite units, both openable and fixed type as per IS:1038 - 1983 and IS:1361 - 1978 with all joints flash butt welded including coupling bars, providing mullions, transons, friction hinges, mastic cement, glass panes of plain / frosted sheet glass, fixing with aluminium beads as per IS:1038-1983 with 2 coats of synthetic enamel paint of approved colour and quality over and including a primer coat to steel frames complete including all other standard C.P. Iron fixture like handles, peg stays, locking arrangements etc complete withall byeworks as per specification, drawing & direction of the engineer.

M2 180.00

For Windows, Ventilators as per IS: 1038-1983 with glazing bars

19 Supplying and fixing in position including grouting, welding, steel ventilators consisting of inclined steel plate louvers fixed to the frame with flats welded or bolted, necessary fixtures including painting with two coats of approved colour and quality of synthetic enamel paint over and including a primer coat etc, complete with all byeworks as per drawings, specification and direction of the engineer.

Kg. 240.00

20 Supplying and fixing pressed steel frames manufactured from commercial steel sheet 1.25 mm thick and electrically flash butt welded at the corners, for doors including hinges, lock jambs beads, brace ties adjustable lugs, jammed in PCC 1:2:4 to each jamb, mortar guards, lock strike plate, shock absorbers including shop primer coat, all fixtures and fittings in position with grout fill of cement mortar 1:6 (1 Cement : 6 sand) all complete as per IS:4351-1976, specification and instruction of the Engineer.

RM 435.00

For 125 mm profile - B 21 Supply, fitting and fixing white glazed vitreous china wash

basin of superior quality, size 55cm x 40cm, (HSW No. 10.001) or approved equivalent make of nearest size, with provision of having single or double holes, 32 mm CP brass waste fittings, 15 mm CP brass pillar tap, CP brass chain and plug, 15 mm PVC connection pipe with CP brass coupling, painted metallic brackets and 15 mm PVC connection pipe with CP brass stop cock all of approved quality complete with all byeworks as per specification and instruction of the engineer.

Each 36.00

22 Providing and fixing white glazed vitreous china pedestal type water closest (EWC) of superior quality size 40 cm, high (HSW No. 20.007) or approved equivalent make of nearest size, double trap syphonic pattern, with integral with "P" or "S" trap, cistern with cover (HSW No. 21.004) or approved equivalent make capacity with superior quality ceramic syphon (HSW No. 21.005) and internal fittings complete No. 22.002 or equivalent approved make, white solid plastic cover and lid of superior and approved quality, CP brass bar hinges, screws, bolts, rubber and stainless steel washers, rubber buffers, 15 mm dia CP inlet water pipe connection, with concealed, 15 mm dia CP brass stop cock, as per GEM Cat. No. 1022 or approved equivalent make fixing EWC to floor with all byeworks all complete as per specification and direction of the engineer.

Each 12.00

Page 6: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 6 of 22

23 Providing and fixing 5.5 mm thick polished glass (with bevelled edge) mirror "Atul/Golden Fish" or approved equivalent make, with 6 mm thick asbestos sheet backing including fixing to wall by means of wooden plug with CP brass screws, washers over rubber washers complete with all byeworks as per specification and direction of the engineer.

Each 36.00

600 x 450 mm size 24 Providing and fixing 5 mm thick glass shelf with CP brass

brackets and hinged guard rail of approved quality fixed to wooden plugs with CP brass screw, all byeworks complete as per specification and direction of the engineer.

Each 36.00

600 x 120 mm 25 Providing and fixing CP brass tilting type liquid soap

contasiner of approved quality fixed on wooden plugs with CP brass screw complete with all byeworks complete as per specifications and direction of the Engineer.

Each 24.00

26 Providing and fixing recessed toilet paper holder of white glazed vitreous China of superior quality (HSW No. 40.051) or approved equivalent of nearest size with all byeworks complete as per specification and directions of the Engineer.

Each 24.00

27 Providing and fixing sand cast iron fittings and accessories for soil and waste pipe comforming to IS:1729 - 1979 including lead caulked joint 25 mm deep, painting 2 coats over and including a priming coat on exposed surfaces, internally coated with anti-corrosive paint complete as per specification and direction of the engineer.

Each 36.00

Floor trap (Bell Mouth) trap (100 mm x 75 mm) with CP iron grating and extension piece upto 30 mm.

28 Providing and fixing and / or laying sand cast iron spigot and socket soil, waste and ventilating pipes with necessary fittings and accessories e.g. bends, single and / or double, equal / unequal branches of required degrees with or without oval access door, offsets of required projection, heel rest bend, inverted branch of required degree, traps (P or S), wire ballons (galvanised steel) etc. all conforming to IS: 1729 - 1979 and bearing I.S. mark, fixing with CI holder bats, embedded in and including cement concrete block 100 x 100 x 100 mm of 1:2:4 (1 cement, 2 coarse sand, 4 stone chips 12 mm and down) including cost of cutting holes and making good the walls including lead jointing 25 mm deep, two coats of anti-corrosive paint to inside surfaces, exposed faces painting with

RM 120.00

two coats over and including a coat of priming coat of approved quality and shade, necessary excavation wherever required and back filling including concealing in walls / floors where required with cutting holes / making necessary recesses in walls and making good the same complete with all byeworks as per drawings and specifications.

100 mm dia 29 Supplying, fitting & fixing superior quality bearing ISI mark

brass gun metal wheel valve (full way) with all byeworks complete as per specification and direction of the engineer.

Each 6.00

50 mm dia nominal bore 30 Same as Sl. No. 29 but 32 mm dia nominal bore Each 6.00

Page 7: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 7 of 22

31 Same as Sl. No.29 but 25 mm dia nominal bore Each 36.00

32 Providing and fixing 15 mm dia sand cast C.P. brass bib cock of superior quality (weighing minimum 400 gms) polished bright with screwed male / female ends respectively conforming to IS with all byeworks complete as per specification and direction of the engineer

Each 60.00

33 Providing and fixing 15 mm dia sand cast C.P. brass stop cock of superior quality (weighing minimum 400 gms) polished bright withscrewed male / female ends respectively.

Each 72.00

34 Providing and fixing 15 x 80 mm CP shower with revolving joint (ESSCO make Model ES-540) or approved equivalent make complete with all byeworks as per specifications and instructions of the Engineer.

Each 24.00

35 Providing, fitting and fixing and / or laying GI Waste pipe of medium quality (* B class) conforming to IS: 1239 (Part-I) - 1990 of approved make bearing IS mark with all necessary fittings, clamps etc. conforming to IS : 1239 (Part-II) - 1992 including concealing in walls / floors where required, connection to CP waste tail or CP bottle trap of wash basin / sink / washing trap and urinal range, cutting holes / chases in walls and making good the same, painting two coats over and including a coat of primer of approved colour, and shade synthetic enamel / anti-corrosive paint complete as per specifications and direction of the engineer.

RM 120.00

15 mm dia 36 Same as Sl. No. 35 but 20 mm dia RM 120.00 37 Same as Sl. No. 35 but 25 mm dia RM 150.00

38 Same as Sl. No. 35 but 32 mm dia RM 90.00

39 Providing and fixing vitreous China white glazed Orissa pattern squating Pan indian type water closet of superior quality, size 580 x 430 mm with integral footrests suitable for sinking into floor, manufactured byE.I.D. Parry (I) Ltd., (Code No. 30301) or approved equivalent make of nearest size with "P" or "S" trap (Code No. 60102 or 60104) or approved equivalent make, with or without vent horn, with low level PVC/FRC cistern of approved make 10 litres capacitywith I.S. mark, PVC flush pipe 32/40 mm dia and 15 mm dia PVC 15 mm CP brass stopcock complete with all byeworks as per specification & instruction of the engineer.

Each 12.00

40 Providing and fixing 800x16 mm anodised aluminium solid type towel rail with brackets of approved quality fixed on wooden plugs with CP brass screws with all byeworks complete as per specifications and direction of the Engineer.

Each 36.00

41 Providing and laying building paper of approved quality at all locations (but not covered in the respective items) with all byeworks complete as per specification and direction of the engineer.

M2 1,740.00

42 Dismantling / demolishing concrete / brick work / stone masonry or other structures including disposal of the unserviceable materials within a lead of 2 Km. Including transportation cost, labour and all other byeworks complete as per specification and direction of the Engineer.

M3 120.00

RCC works including cutting of steel reinforcement as directed

Page 8: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 8 of 22

43 Same as Sl. No. 42 but Brick work in cement / lime mortar with / without plastering including stacking of serviceable bricks as directed.

M3 135.00

44 Providing and fixing PVC rain water pipe including rain water receiving recess with PVC plug bend, necessary fittings such as offsets shoes including fixing the pipes on wall with clips filling joint with solvent cement including necessary running scaffolding etc. complete as per specification and instruction of the Engineer.

RM 180.00

110 mm dia 45 Supplying, fitting and fixing of PVC door shutters in bathroom

of approved quality (duroplast, sintex or equivelant - Dimension - 30 x 60, 100 x 25 & thickness general) and specification etc. complete as per direction of Engineer.

M2 63.00

46 Supplying, fitting and fixing of PVC door frame in bathroom of approved quality (duroplast, sintex or equivelant) Dimension-50x 60mm of 2mm thick etc. complete as per direction of Engineer.

RM 180.00

47 Proviing & applying of one coat of synthetic washable distemper ( without primer coat)of approved quality & shade at all locations over old wall surfaces, old ceiling etc., to give an even shape with all bye works etc. complete as per specification & direction of the engieer in charge

M2 3,300.00

48 Providing & applying one coat of painting (without primer coat) on old steel/ wood works at all locations with synthetic enamel paint of approved quality & shade with all bye works complete as per specification & direction of the engineer in charge

M2 420.00

49 Concrete post for staircase and balcony No 480.00

50 Dismantling of existing GI pipeline and refixing in one block. LS

TOTAL (PART - A) PART - B (ELECTRICAL WORKS) 1 40 watt tube light fitting with tube make-bajaj,cromption,

philips. Set 132

2 15 watt, 230V CFL, make- Bajaj, Osram, philips Nos 108 3 100 watt, 230V, ordinary clear bulb, make-Philips, Bajaj,

Utkal. Nos 12

4 10 watt, 230V, night lamp, make-Philips, Bajaj, Utkal. Nos 48

5 56" size, 230V AC ceiling fan with regulator. make-bajaj,polar khaitann.

No 60

6 12'' size, 230 V AC, exhaust fan. make-bajaj,polar khaitann. No 36

7 230 V AC, 6 amp 5pin socket, make-anchor. No 144

8 230 V AC, 6 amp piano type switch, make-anchor. No 516

9 230V, 6/16A, 5 pin combined switch, make-anchor. No 72

10 230V, 20A, double pole switch, make-anchor No 36

11 230 V AC, ceiling rose, make-anchor No 240

12 230 V AC, 2-way switch, make-anchor No 24

13 3pin, telephone socket with plug No 36

Page 9: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 9 of 22

14 230V grade angle holder, make- anchor No 180

15 230V, ding-dung calling bell No 12

16 GI board with hylam cover & screw

a) 12"x 10" size No 12

b) 10"x 8" size No 72

c) 8''x 6'' size No 60

d) 6"x 4" size No 72

e) 4"x 4" size No 240

f) 3"x 3" size No 60

g) Round box, 25 mm size(with fan hook) No 60

h) Round box, 25 mm size (PVC) No 180

17 6.0 sqmm PVC insulated singlecore cupper wire (make-finolex, havells, anchor)

Coil 12

18 4.0 sqmm PVC insulated singlecore cupper wire (make-finolex, havells, anchor)

Coil 12

19 2.5 sqmm PVC insulated singlecore cupper wire (make-finolex, havells, anchor)

Coil 36

20 1.5 sqmm PVC insulated singlecore cupper wire (make-finolex, havells, anchor)

Coil 36

21 Running bare cupper wire for earthing (20 swg) kg 24

22 25 mm dia PVC conduit feet 2400

23 25 mm dia PVC bend Nos 240

24 19 mm dia. PVC conduit. feet 1200

25 19 mm dia PVC bend Nos 180

26 25 mm dia polypipe Kg. 36

27 Earth pit with earth electrode, salt, charcoal with all other required materials.

No. 6

28 Distribution board with sheet steel enclosure, cosisting of 4 x 63A SPMCB & 4 x 1phase energy meter, ON indication for each MCB, with comlete wiring. Make- Havels, Anchor, L&T, MDS.

No 3

29 32 A TPN switch with enclosoure. Make- Havels, Anchor, L&T, MDS

Nos 12

30 20A SPMCB. Make- Havels, Anchor, L&T, MDS Nos 48 31 10A SPMCB. Make- Havels, Anchor, L&T, MDS Nos 60 32 10 way MCB enclosure (to accommodate 3x20A SPMCB &

5x10A SPMCB & two dummy plug) No 12

33 Supply of misc. items with concil wiring & Errection charges of the above items etc. complete in all respect.

LS 12

TOTAL (PART - B) GRAND TOTAL (PART A+B)

(Rupees …………………………………………………………………………………………………………………..only)

Page 10: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 10 of 22

Annexure - II

GENERAL INFORMATION PERTAINING TO TENDER 1 Tender No. & Date NINL/CC/2008/CIVIL/TDR-155

Date: 25.09.2008

2 Scope of Work Extension of one additional floor (2nd) on existing 3-BR quarter at Neelachal Township, Duburi, Jajpur, Orissa.

3 Completion Period Within 08 (eight) months from the Letter of Award / Work Order.

4 Date & time of issue of Tender paper

28.10.2008 at 16.00 Hrs.(4.00PM)

5 Date & time of Closing & Receipt of Tender

29.10.2008 at 15.00Hrs.(3.00PM)

6. Date, Time and Place of Opening the Tender

29.10.2008 at 15.00 Hrs. (3.00PM) at Works Contract Cell, NINL, Kalinga Nagar Industrial Complex, At-Duburi, Dist-Jajpur

7. Validity of Tender The validity of the tender must be for a period of 60 (sixty) days from the due date of opening of Tender.

8 EMD particulars (earnest Money deposit)

Rs. 75,000/- (Rupees seventy five thousand only) shall be submitted in the form of DD/BC in favour of Neelachal Ispat Nigam Ltd payable at Jajpur Road / Kalinga Nagar at Duburi / Bhubaneswar

Tenderer shall be prepared and submitted in (3) three separate sealed envelopes which shall be super scribed as stated under: (In three part systems i.e. Part-I, Part-II & Part-III) PART-I: EARNEST MONEY DOCUMENTS Containing DD/BC of Rs.75,000/-(Rupees seventy five thousand only) as specified above. PART-II: TECHNO-COMMERCIAL: Containing un priced tender consisting of technical and commercial terms and conditions i.e.‘ valid contractor's license, financial status, Sales tax and Income tax

Page 11: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 11 of 22

clearance certificate, PF particulars etc. registration certificates with SAIL, other Govt. Departments as well as with Public Sector and reputed Private Sector organizations.. The list of works executed during last three years supported by copies of work orders / LOIs for similar types of works, certificates / credentials etc.

PART-III: PRICE BID Containing details of price particulars as per annexure-I. The above three sealed envelops should be kept in one envelope duly sealed super scribing “ Tender no & Due date. “ The price part of the tender shall also remain valid initially for two months (60 days) from the due date for submission of price. Any suo-moto reduction offered by the tenderer after opening of the price bids may render the whole tender liable for rejection. NINL shall not be responsible for postal delay or any other delay whatsoever. The Tender received after due date and time of submission of tender shall be rejected. The contractor has to sign in each pages of Tender Documents as a token of acceptance to the Terms & Condition of Tender If the date of receipt opening of the bids happens to be a holiday, then the process of receipt and opening of the bids may be shifted to the next working day. The priced bids shall be opened in the presence of the tenderers who may be present. The time date and venue for opening of the priced bids shall be intimated to the techno-commercially acceptable tenderers. Please note that incomplete or late tenders or tenders not accompanied with EMD or not complying with the provisions of the invitations to tender are liable for rejection. N.B.1. The Techno-commercial bids shall be opened after the opening of

sealed envelope having valid EMD. 2. The Price bids shall be opened only after the offers are techno –

commercially acceptable. 3 The tenderer should mention the offered price in words also.

However in case any discrepancy the rates mentioned in words shall be taken as final.

4. All the Labour related payments i.e. PF, ESI, Bonus etc. and any other statutory payments including taxes and duties shall be borne by the agency and the contractors are requested to quote accordingly.

NINL reserves the right of rejecting any or all tenders in whole or part, increase or decrease the quantity without assigning any reason thereof and can impose such other conditions as deemed proper at any stage before finalisation of tender.

Page 12: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 12 of 22

The intending bidders must visit inside NINL premises and discuss with DGM (Civil) regarding above works. In case of any dispute, the decision of Jt. MD/ MD (NINL) will be treated as final and binding on the contractors / bidders. For further details and clarifications of doubts, please contact undersigned at following address: Sr. Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: Jajpur, ORISSA, PIN - 755 026. Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Limited. (S. Swain) Sr. Manager (WCC)

Page 13: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 13 of 22

A n n e x u r e - I I I G C C

GENERAL CONDITIONS OF CONTRACT / TENDER

SCHEDULE – I

1.1.0 DEFINITION

The following words and expressions as used hereinafter/defined, shall have the meaning hereof assigned to them except where the contract otherwise requires:

1.1.1 ‘NINL’ mean Neelachal Ispat Nigam Limited and its different functionaries entrusted with the

responsibilities in relation to the contract in respect of the area of responsibilities of such functionaries.

1.1.2 “Contractor” shall mean the Tenderer whose tender has been accepted by the Company (NINL) and on whom the contract /work order is placed by NINL and shall include his heirs, legal representatives, successors and permitted assignees.

1.1.3 “Contract” shall mean and include the contract/Work order between the NINL and the contractor duly signed by the parties thereto, for the execution of the works together with all documents annexed/attached therewith.

SCHEDULE – 2 2.1.0 SCOPE OF WORK :

2.1.1 The scope of work shall be extension of one additional floor (2nd) on existing 3-BR quarter at Neelachal Township, Duburi, Jajpur, Orissa.

2.1.2 The agency shall contact DGM (Civil) regarding execution of works and certification of bill etc.

2.1.3 The agency should have executed similar type of work for last 03 (three) years.

2.1.4 The agency should have executed minimum single value work of building construction valued Rs. 25 (twenty five) lakh within a span of last 03 (three) years.

2.1.5 The work shall be executed strictly as per BOQ and written / oral instruction of the Engineer.

2.1.6 The work shall be executed strictly in accordance with the specifications, Bill of items/ quantities/ rates/sketches/drawings and written and oral instruction (to be subsequently confirmed in writing) of NINL

2.1.7 In the event of any discrepancy between drawings and specifications, drawings will supersede the specifications. Description of relevant items of the schedule of quantities and rates will supersede the drawings, specifications and any other details.

2.2 FACILITIES TO BE PROVIDED BY THE PURCHASER

2.2.1 Required steel and cement as applicable will be supplied free of cost by the purchaser at his store within the plant premises. However the transportation of the same shall be arranged by agency at their cost.

2.2.2 No specific arrangement shall be made by the purchaser for supply of electricity for this work. However, contractor can tap electricity from any near by available supply source with due permission of the purchaser.

2.2.3 No specific arrangement shall be made by the purchaser for supply of water for this work. However, contractor can tap water from any near by available supply source with due permission of the purchaser.

2.2.4 Only layout / design drawings as applicable shall be issued by the purchaser. Contractor shall develop total working drawings as applicable for execution of this contract.

Page 14: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 14 of 22

2.3 OBLIGATION OF THE CONTRACTOR:

2.3.1 The contractor will supply all materials except free issue material required for execution of this work.

2.3.2 The contractor shall make arrangements for all the equipments, machineries, batching/mixing plants, welding machines, gas cutting sets, and all other tools and tackles, cranes etc. required for satisfactory completion of the work.

2.3.3 The contractor shall prepare material indents, working drawings, as built drawings etc as per purchaser’s requirements.

2.3.4 The contractor shall make own arrangements for transportation of free issue materials from purchaser’s store to the place of work.

2.3.5 The contractor shall be fully responsible for custody of all free issue materials & shall use the materials economically, return the excess /scrap materials at purchaser’s store & maintain stock register for the same.

2.3.6 The contractor shall depute experienced personnel for supervising the work.

2.3.7 The contractor shall take utmost care in protecting / safe-guarding the existing facilities of the purchaser.

2.3.8 The contractor shall follow all the statutory obligations and safety rules as applicable.

2.3.9 The contractor shall defend / indemnity / keep NINL harmless of /from all claims of liabilities caused due to negligence of contractor during work.

2.3.10 The executing agency shall make necessary arrangements to test the materials & submit the test reports to purchaser, as per purchaser’s requirements without any extra cost to the purchaser.

2.3.11 The contractor shall execute the work strictly as per specification, drawings, IS CODES, other standards issued by the purchaser.

2.3.12 The contractor shall make own arrangements for approach roads / access etc. to the fabrication / erection sites.

2.3.13 The contractor shall handover the site in a neat and tidy condition as acceptable to the purchaser.

2.4 TECHNICAL SPECIFICATION:

2.4.1 Technical specification for civil works prepared by NINL for this work shall be followed and binding by the contractor.

2.4.2 Executing agency shall carry out all the works strictly as per the specification & instruction of the site Engineer.

2.5 BILL OF QUANTITIES

2.5.1 AS PER ANNEXURE – I SCHEDULE – 3

3.0 CONTRACT PRICE

3.1 BASIS OF CONTRACT PRICE

The contract price to be paid in consideration of the work and services to be executed/made/performed by the CONTRACTOR as per Bill of quantities and in accordance with all terms, conditions, stipulations, specifications and any other obligations to be met by the CONTRACTOR under the Contract will be arrived at based on the estimated quantities and rate as stated in Bill of Quantities and rates of this contract.

3.2 FIRM RATES

Page 15: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 15 of 22

Unit rate of all the items shall remain firm, fixed and binding on the CONTRACTOR till the completion of entire scope of work and shall not be subjected to any variation except for the statutory variations in the taxes and duties as specified in schedules. Unit rates shall also remain firm irrespective of any variation in quantities stated therein.

3.3 RATES FOR EXTRA ITEMS

Should it be found necessary to execute any item of work which is not included in the schedule of items and as such no contract rate is available, the rates for such items of work shall be fixed as per the following procedure.

i) Where the extra works are of similar nature as to any item of work appearing in “Bill of Quantities and Rates” then the rates for such extra items shall be derived from contract rates of similar / closest item of work.

ii) Where the nature of extra item is such that the rate for the same cannot be derived as per (i) above, then the rates for extra item of work shall be derived by rate analysis based on the market rates.

iii) Where rates for extra item of work can not be established by methods (i) or (ii) above, then the rate for such item shall be estimated and fixed by the ENGINEER based on the market rates & assessment for labour, materials & other factors.

SCHEDULE – 4

4.0 TIME SCHEDULE

4.1 TIME SCHEDULE / COMPLETION MILESTONE

4.1.1. The work shall be completed in all respects and handed over to NINL according to the stipulated time schedule.

4.2. EXTENSION OF TIME

4.2.1. The CONTRACTOR shall not be allowed any extension, of time for completion except in the following cases :

i) Force majeure – As per details stated in the clause 8.2.

ii) Major changes or substantial addition to work ordered by the NINL adversely affecting the completion time.

iii) Any other circumstance of kind whatsoever which may occur making the CONTRACTOR entitled to an extension of time which, however, shall be in the absolute discretion of the NINL.

4.2.2. The CONTRACTOR upon happening of any such event as stated above shall immediately give notice but nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the NINL to proceed with the work.

4.2.3. Request for extension of time shall be submitted by the CONTRACTOR in writing and NINL, based on the merit, shall consider the request and convey his decision to the CONTRACTOR in writing within a reasonable time.

4.2.4. The CONTRACTOR shall not be eligible for any extension of time on account of any delay in procurement of materials/equipments stipulated in scope of the contractor

4.3 COMPLETION.

The work shall be deemed to be completed when upon notice by the CONTRACTOR, NINL has inspected the works and satisfied himself that the works have been fully completed in

Page 16: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 16 of 22

accordance with the contract and necessary completion certificate have been issued to the CONTRACTOR subject to the provision made in clause 8.4.

4.4 PART OCCUPATION

NINL shall have the right to taken back any completed or partially completed part of the motor at any time. Such possession or use shall not be deemed to be completion or acceptance of any work not done in accordance with the contract subject to the provision made in clause 8.4.

4.5. LIQUIDATED DAMAGES FOR DELAY.

4.5.1. If the CONTRACTOR fails to complete the works/items of works in all respect and hand over the same to the purchaser within the time stipulated in 4.1 or approved extended time, the CONTRACTOR shall pay to the Purchaser liquidated damages for such default and not as penalty at the rate of 0.5% of the contract price for every week of delay or part thereof.

4.5.2. The liquidated damages will also apply to items or group of items for which separate period of completion has been specified.

4.5.3. The total amount of liquidated damages shall be limited to 5% of the contract price.

4.5.4. NINL may without prejudice to any other method of recovery deduct the amount of liquidated damages from any money due in his hands or will become due to the CONTRACTOR.

4.5.5. The payment or deduction of such liquidated damages shall not relieve the CONTRACTOR from his obligation to complete the works or from any other obligations and liabilities under the contract.

SCHEDULE - 5

5.0 SECURITY DEPOSIT

5.1 10% of contract price shall be deposited by the successful tenderer/contractor towards security deposit within 10 days after acceptance of work order in the form of Bank Guarantee (in NINL’s format) for time bound, due and faithful performance of the contract.

The EMD submitted by unsuccessful tenderer shall be returned within 30 days after issue of the work order in favor of successful tenderer. If the successful contractor fails to do the job, their EMD will be forfeited and NINL right to do the job at his risk and cost by alternative arrangement.

5.2 The Purchaser (NINL) will not be liable for payment of any interest on Security Deposit.

5.3 The Security Deposit shall be released on application by the contractor, supported by COMPLETION CERTIFICATE, after completion and acceptance of the contract works.

SCHEDULE - 6

6.0 TERMS OF PAYMENT

6.1 90% of contract price shall be released on monthly on pro-rata basis against submission of RUNNING ACCOUNT Bills duly certified by authorized Engineer / Manager of NINL.[Reporting & certifying officer: DGM(Civil)].

6.2 Balance 10% of contract price shall be paid after expiry of the maintenance and guarantee period along with completion certificate.

6.3 The payments to Contractor shall be made by Account Payee Cheques and all Bank charges shall be borne by the contractor.

Page 17: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 17 of 22

SCHEDULE – 7

7.0 TAXES AND DUTIES

7.1. GENERAL

All taxes including Work Contract tax, duties, levies, fees or other charges legally leviable on the CONTRACTOR in connection with the contract shall be borne and paid by the CONTRACTOR.

7.2. Purchaser shall bear no liability in respect of any taxes, duties and levies, whatsoever.

7.3. INCOME TAX / Works contract Tax (sales tax) which the Purchaser may be required to deduct by law/statute, shall be deducted at source and shall be paid to the Income Tax / Sales Tax authorities on account of the contractor. Purchaser shall provide the contractor a certificate for such deduction and deposit thereof .

7.4 ROYALTIES

Royalties for construction materials wherever applicable may be deducted by the purchaser from Contractor’s bills for depositing with the concerned State Government authorities unless receipt in support of payment made to the concerned state Government authorities is provided by the CONTRACTOR.

7.5 The contractor shall produce necessary documentary evidence as may be called for by Purchaser in respect of the taxes, duties and levies paid by the CONTRACTOR.

SCHEDULE – 8

8.0 GENERAL TERMS AND CONDITIONS OF CONTRACT

8.1 TERMINATION AND SUSPENSION AND FORECLOSURE

8.1.1 The purchaser may at any time on breach of this Contract by the CONTRACTOR give him, a written notice of such breach. If the CONTRACTOR does not remedy this breach within a period of 7 days after receiving the notice, then the purchaser may terminate the contract at any time thereafter. The CONTRACTOR shall be liable to refund any money which he is obliged to do so under the Contract.

8.1.2 The CONTRACTOR shall stop the performance of the Contract from the effective date of termination and hand over all the drawings, documents, plant, equipments, supplied materials etc. including transfer of all the rights of work to the Purchaser. No consequential damages shall be payable by the Purchaser to the CONTRACTOR in the event of termination.

8.1.3 The purchaser may suspend the work in whole or in part at any time by giving CONTRACTOR a notice in writing of such effect stating the nature, the date and the anticipated duration of such suspension.

8.1.4 On receiving the notice of suspension as per Clause 8.1.3 from the Purchaser, the contractor will suspend the work desired to be suspended, with immediate effect. The CONTRACTOR shall continue to perform other work in terms of the Contract, which the purchaser has not suspended. CONTRACTOR shall protect and secure the suspended work as considered necessary in the opinion of the ENGINEER.

8.1.5 The Purchaser may at any time cancel the suspension notice for all or any of suspended work by giving written notice to the CONTRACTOR specifying the part of work to be resumed and the effective date of withdrawal of suspension. The CONTRACTOR shall resume the suspended work as expeditiously as possible after receipt of such notice of suspension-withdrawal.

Page 18: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 18 of 22

8.1.6 In the event of suspension of work, the Purchaser will not be liable to pay to the CONTRACTOR for any damage or loss for idle labour caused by such period of suspension of work. The purchaser shall not be liable to Contractor for any payment towards watch and ward and other expenditures.

8.1.7 The contract shall be terminated if due to any unforeseen circumstances which may lead to the foreclosure of the works for reasons such as resource crunch, non-availability of funds, and for other administrative reasons etc.

8.1.8 Contractor will be compensated only for the quantum of work/services he has rendered till effective date of foreclosure. Any other claims like compensation for loss in profit, compensation for loss of reputation etc. or any other consequential damages claimed by the Contractor will not be given by the Purchaser.

8.2.0. FORCE MAJEURE

8.2.1. Time being essence of the contract, if at any time during the continuance of the Contract, the performance in whole or in part by either party, or any obligations under the contract shall be prevented or delayed by reason of any war, hostilities, acts of public, enemy, civil commotion, sabotages, fire, floods, explosions, epidemics, quarantine restrictions, or other Acts of God, strikes and legal lockouts (hereinafter referred to as “Eventualities”) then provided notice to the happening of any such eventualities is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such eventualities be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such performance or delay in performance and deliveries under this contract shall be resumed as soon as practicable after such eventualities has come to an end or ceased to exist and the decision of the Purchaser as to whether the deliveries / services have been so resumed shall be final and conclusive. Contractor shall himself handle all labour unrest situations and illegal strikes but lockouts arising from such situations shall not come under the purview of this clause.

8.2.2. Should one or both the parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of at least three months, the two parties should consult each other provided always that if no mutually satisfactory arrangement is arrived at within a period of a month, from the expiry of three months referred above, the above mentioned expiry of the contract will imply that both the parties have obligation to reach an agreement regarding the winding up and final settlement of the Contract.

8.3.0 ARBITRATION

8.3.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the construction, meaning and operation or effect of this contract or breach there of shall be settled amicably. If, however, the parties are not able to resolve them amicably, the decision of MD (NINL) will be treated as final and binding on the contractors.

8.4.0 COMPLETION CERTIFICATE

8.4.1. After completion of the total work duly certified by the NINL Engineer Within 10 days (ten) of the completion of the work, the CONTRACTOR shall give notice of such completion to the Purchaser and the Purchaser shall inspect the work and after satisfying himself with tests that may be prescribed in the contract, if there is no defect, imperfection or short fall in the work, shall issue a completion certificate to the CONTRACTOR.

8.4.2. No completion certificate or provisional completion certificate shall be issued nor shall the work be considered to be complete until the CONTRACTOR shall have removed from the site all scaffolding, surplus materials, rubbish, etc. and all temporary works and cleaned off the dirt from wood work, doors, windows, walls, floors, or other parts of the work.

8.5.0 MAINTENANCE AND GUARANTEE

8.5.1. The CONRACTOR guarantees that within six months from the date of issue of completion certificate in accordance with clause under “completion certificate” or in the event of more

Page 19: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 19 of 22

than one certificate having been issued by the Purchaser under the clause, from the respective dates so certified, the contract work shall not show any sign of defects, cracks, settlement, disfigurations, shrinkage, leakage, dampness or any other faults.

8.5.2. The CONTRACTOR shall maintain and satisfactorily execute at his own cost all such works of repair amendment, reconstruction, rectification, replacement and any other work to make good the faulty work as stated under “completion certificate” for a period of six months from the date of issue of the completion certificate.

8.5.3. The CONTRACTOR shall, if required by the Purchaser, search for the causes of any defects, imperfection or fault under the direction of the purchaser. The cost of such work shall be borne by the Contractor.

8.5.4. At intervals specified by the Purchaser, the CONTRACTOR along with the Purchaser shall inspect the contract work to satisfy himself that no defects have cropped up in the contract work. Should there be any signs of defects, the CONTRACTOR shall take immediate steps to rectify the same.

8.5.5. At the end of the maintenance guarantee period, the CONTRACTOR along with the Purchaser shall carry out final inspection of the contract work to prove that no defects had appeared in the contract work or that all defects which appeared in the contract work have or that all defects which appeared in the contract work have been rectified to the entire satisfaction of the Purchaser. If during the final inspection it is found that the defects still remain in the contract work, the period of maintenance guarantee shall be extended at the discretion of the purchaser and the CONTRACTOR shall be liable to make good the defects and be responsible for the maintenance of the work till the defect have been fully removed.

8.5.6. Until the end of the guarantee period, the CONTRACTOR shall have the right of entry at his own risk and expense, by himself or his duly authorised representative whose name shall previously have been communicated in writing to the Purchaser at all reasonable working hours, upon all necessary parts of the works for the purpose of inspection and taking notes there from and, if he desires, at his own expense, making any tests subject to the approval of the Purchaser, which shall not be unreasonably withheld.

8.5.7. The issue of the Purchaser’s certificate shall in no way exempt the CONTRACTOR from the provisions of the clause.

8.5.8. To the intent that the works shall or as soon as practicable after the expiration of guarantee period be handed over to the Purchaser in perfect condition to the satisfaction of the purchaser. All such repair works as stated herein above, shall be undertaken by the contractor at his own cost.

8.5.9. If the CONTRACTOR fails to commence rectification or such defects within 14 days from the date of Notice by the Purchaser or does not complete the said rectification with diligence and within mutually agreed time period, the Purchaser shall be entitled to carry out such work by his own workmen or by other CONTRACTORS and if such work is done which the CONTRACTOR should have carried out at the CONTRACTORS own cost, the Purchaser shall be entitled to recover from the cost there of or may deduct the same from any money due or that become due to the CONTRACTOR.

8.5.10. Upon successful completion of maintenance guarantee period the Purchaser shall issue final acceptance certificate to the CONTRACTOR.

8.6.0. RIGHTS OF PURCHASER TO VARY OR CANCEL THE CONTRACT.

8.6.1. The purchaser shall have the right, during the performance of the contract, to make any addition to, alteration in and omission from the works or any alterations in the kind or quality of the materials to be used therein or change the levels, lines, position and dimension of any part of the work and shall give notice thereof in writing to the CONTRACTOR. The CONTRACTOR on receipt of such instruction in writing shall carry out the changes as desired. Such variations shall in no way vitiate or invalidate the contract.

Page 20: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 20 of 22

8.6.2. The CONTRACTOR shall not change any works to be made pursuant to the contract except as may become obligations under the contract, provided however that such changes shall be subject to prior written approval of the Purchaser.

8.6.3. The CONTRACTOR shall proceed with the changes as requested, as per Clause 8.6.1 pending settlement of rates for extra items, if such changes require execution of any items of work not included in the schedule of items.

8.6.4. The Purchaser shall have further power to cancel the Contract if the CONTRACTOR fails to duly perform and complete the contract and if it appears for valid reasons that he will fail to fulfill his obligations under the Contract for reasons other than those reliving of his responsibility under any other provision of the Contract.

8.7.0. COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS.

8.7.1. The CONTRACTOR shall throughout the performance of the Contract comply with all the laws, rules, regulations and statutory requirements/obligations of Government of India / State Government of Orissa and other statutory bodies applicable at site for the contract work and the Purchaser shall not be liable for any action of the statute applicable due to non-fulfillment of the statutory obligations by the CONTRACTOR.

8.7.2. All contracts or terms thereof entered between the Purchaser and the Contractor shall be governed and regulated by the relevant laws in force in the territory of India relating to contracts.

8.7.3. Explosives shall not be used on the work by the CONTRACTOR without the permission in writing of the Purchaser. Where explosives are used, the same shall be stored in a special magazine to be provided by and at the cost of the CONTRACTOR, who shall be liable for all damages, loss or injury to any person or property and shall be responsible for complying with all statutory obligations in these respects.

8.7.4. The CONTRACTOR shall give all notices and pay all fee required to be given or paid under any Central or State statue, ordinance or other law or any regulation or bylaw of any local or other duly constituted authority in relation to the execution of the Contract work.

8.7.5. The CONTRACTOR shall conform in all respects with the provisions of any statute, ordinance or laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted authority which may be applicable to the works or to any temporary works and with such rules and works or to any temporary works and with such rules and regulations of Public bodies as aforesaid and shall keep the Purchaser indemnified against all penalties and liabilities of every kind for breach of any such statute, ordinance, law, rule, regulation or by-law.

8.7.6. All operations necessary for the execution of the works and for construction of any temporary works shall be undertaken in such a way that same do not interfere unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and footpaths or properties whether in the possession of the Purchaser or any other person and the CONTRACTOR shall save harmless and indemnify the Purchaser in respect of all claims, demands, proceedings, damages, costs, charges and expenses, whatsoever arising out of or in relation to any such matters.

8.7.7. The CONTRACTOR shall use every reasonable means to prevent any of the roads and bridges communicating with or on the routes to the SITE from being damaged or injured by any traffic of the CONTRACTOR or any of his Sub-Contractor. For any damage caused by the breach hereof, the CONTRACTOR shall be solely responsible.

8.7.8. The CONTRACTOR must take sufficient care in moving his construction plants and equipments from one place to another so that those may not cause any damage to the property of the Purchaser, particularly to the overhead and underground services and in the event of his failure to do so, the cost of such damages including eventual loss of working hours in any plant/site as estimated by the Purchaser is to be born by the CONTRACTOR.

Page 21: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 21 of 22

8.7.9. The CONTRACTOR shall get himself registered with the concerned authorities as provided under various applicable Acts and shall be directly responsible to such authorities for compliance with the provisions thereof.

8.7.10. By way of illustration of various Acts as stated in the contract, the following Acts or any amendment therof shall be complied with by the CONTRACTOR.

i) Employee Provident Fund Act. 1952 ii) Contract Labour Act (Regulation and abolition Act., 1970) iii) Minimum wages Act, 1948 iv) Payment of wages Act, 1936 v) ESI Act, 1948 vi) Factories Act., 1948 vii) Apprenticeship Act., 1961. viii) Employees Provident Fund and family pension Act., 1952. ix) All other statutory provisions related to contract labour.

8.7.11. The CONTRACTOR’s establishment shall be subjected to inspection, investigation etc., by the purchaser for ensuring proper and faithful compliance of the provisions of this contract by the CONTRACTOR with regard to labour laws and matters stated in the contract.

8.7.12. The CONTRACTOR shall provide at his cost to all staff and workers directly or indirectly employed in the works, all amenities for securing proper working and living conditions at the site and at the labour camp. The CONTRACTOR shall also provide medical facilities at the site as per rules in force in relation to strength of their staff and workmen deployed at site.

8.8.0. SAFETY AND SECURITY:

8.8.1 The contractors shall take all safety precautions and provide adequate supervision in order to do the job safely and without damage to equipment.

8.8.2 The contractor is not permitted to start the job without reporting to the Safety Engineering & obtaining safety clearance.

8.8.3 The execution department would take necessary shut-downs wherever there are hazards of gases, electricity, moving machinery etc. The contractor shall ensure that the shut-down I clearance are taken before sending workers to such locations.

8.8.4 In case of accidents occurred and injury to the persons, the contractor shall first take the injured person to Plant Medical Unit with the I.O.W Forms and the contractor should inform it to the Engineer-in-charge of the shop immediately.

8.8.5 The contractor shall abide by the provisions of Factories Act, Orissa Factories Rules.

8.8.6 Whenever work at height is involved, contractor must obtain height passes from Safety Engineering Dept. for those persons required to do work at height.

8.8.7 The concerned officer of the department awarding the contract or the Safety Engg. Department upon his satisfaction that the stoppage of work and require the contractor to remedy the defects or supply the commissions as the case may be. The contractor shall not proceed with the work until he has complied with such directions to the satisfactions of such head of the department.

8.8.8 The contractor shall be fully responsible for accidents caused due to his or his agent's or workmen1s negligence or carelessness In regard to the observance of the safety requirements and shall be liable to pay compensation for Injuries.

8.8.9 Without prejudice to the right conferred by the clause 8.8.7 above for stoppages of work for violating of. safety requirements, the contractor shall be liable for a penalty up to Rs. 500/-(Rupees five hundred only) for the first. violation up to Rs.10,000/-(Rupees ten thousand only) for the second violation. For the 3rd violation, he shall be liable to be debarred from further contracts. The penalty amount shall be recoverable from any bill and/ or EMD I SD or the contractor without any further reference to him. The CONTRACTOR shall adopt adequate

Page 22: TDR No 155-08-2nd floor on 3-BR qr. at township

Tender no-155-CC dt. 25.09.08 Page 22 of 22

safety measures and ensure use of protective clothing by all the workmen at site whether or not engaged in actual execution of work or supervision thereof as per requirement.

8.8.10 The CONTRACTOR shall ensure that the workmen at work use safety belts, gloves, helmets, masks, etc. necessary for their safety. The CONTRACTOR shall be responsible for safety arrangements of all equipments used in connection with execution of the work and shall ensure employment of only trained operators to man the equipments. Only tested equipments, tools, wires, ropes, etc. shall be used and shall periodically be tested to the satisfaction of the Company. All test certificate shall be made available to the Company at site as and when required by him.

8.8.11 The CONTRACTOR shall, in connection with the execution of the work, ensure provision and maintenance at his own cost all lights, guards, fencing with gates and watching when and where necessary or required by the client or by any duly constituted authority for the protection of work and/or for the safety and convenience of the public or others.

8.8.12 The CONTRACTOR shall take adequate safety precautions for prevention of accidents at site. The CONTRACTOR shall also ensure that their employees / workmen observe the statutory safety rules and regulations as also those laid down by the Company from time to time.

8.8.13 The CONTRACTOR shall provide at his cost necessary watch and ward force as may be approved by the company to ensure security and safety of all buildings, structures, equipments and materials under their custody at the site of work.

8.8.14 The CONTRACTOR shall abide by all security regulations at site promulgated by the Company from time to time. If required the CONTRACTOR shall provide identity badges to their personnel and workmen which must be properly displayed by them at site.

8.8.15 In order to facilitate issue of gate passes by the Purchaser for materials and equipments either during execution or the maintenance period, the CONTRACTOR shall submit to the Company list of construction / erection equipments etc. and / or other materials that shall be taken inside the site from time to time. Such movement of materials, equipment, tools, tackles, etc. shall be subject to permission of the company.

8.8.16 The CONTRACTOR and his personnel and workmen shall be subjected to security check by Company’s own security force for the over-all protection of the site.

8.8.17 If the contractor fails to provide necessary safety items to their workmen, NINL may provide the safety items to the workmen and deduct the actual expenses from the contractor’s bill.