0% found this document useful (0 votes)
21 views36 pages

Nit For Badminton Court 26-12-18

Badminton court
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
21 views36 pages

Nit For Badminton Court 26-12-18

Badminton court
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 36

1

All India Institute of Medical Sciences


Veerbhadra Marg, Pashulok,
Rishikesh-249203

Tender document for Construction of Badminton Court at AIIMS Rishikesh

Ref. No. : 18/SE/Civil/2018-19


Publishing Date : 22-12-2018 at 9.30 AM
Bid Submission Start Date : 22-12-2018 at 11.00 AM
Last Date of Bid Submission : 07-01-2019 at 03.00 PM
Technical Bid Opening : 07-01-2019 at 03.30 PM
2

INDEX

Name of Work:- Construction of Badminton Court at AIIMS Rishikesh

-----------------------------------------------------------------------------------------------------------------------------------------
Serial No. Contents Page No. Remarks
1. Cover Page 1
2. Index 2
PART - A
2. Notice inviting tender 3
3. Information and instructions for Contractors 4 to 5
4. Notice inviting tender 6 to 8
(CPWD - 6)
5. Integrity Pact 9 to 16
6. Tender and contract (Civil) 17 to 18
7. Schedule “A” to “F” (Civil) 19 to 25
PART - B
8. Particular specification and
Special conditions (Civil) 26 to 33
9. Schedule of Quantities 34 to 36

--------------------------------------------------------------------------------------------------------------------------
Certified that this bid document contains pages 1 to 36 (One to Thirty Six page).

Executive Engineer
AIIMS, Rishikesh

Tender document may be downloaded from CPPP site https://eprocure.gov.in


NIT may be downloaded from institute’s website www.aiimsrishikesh.edu.in
3

AIIMS, Rishikesh

NOTICE INVITING TENDER

The Executive Engineer, AIIMS Rishikesh on behalf of Director, AIIMS Rishikesh invites Item rate e-tenders from
specialized agency experience in constructing synthetic courts for the following work :-
NIT No. : 18/SE/Civil/2018-19.
Name of Work: Construction of Badminton court at AIIMS Rishikesh

Estimated Cost: Rs. 23,58,706.00 Earnest money: Rs. 47,174.00 & period of completion: 03 Months
Last date & time of submission of bids: 07-01-2019 upto 03:00 PM

The tender forms and other details can be seen and downloaded from the website www.aiimsrishikesh.edu.in or
CPPP site https://eprocure.gov.in
4

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING


FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
The Executive Engineer, AIIMS Rishikesh on behalf of Director, AIIMS Rishikesh invites Item rate e-tenders from
specialized agency experience in constructing synthetic courts for the following work:

Name of work & Location Estimated cost Earnest Period of Last date Time &
put to bid Money Completion & time of date of
submission opening
of of bid
bid

Construction of Badminton Rs. 23,58,706.00 Rs. 47,174.00 03 Months 07-01-2019 07-01-2019


court at AIIMS Rishikesh upto 03:00 at 03:30
PM PM

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.aiimsrishikesh.edu.in or https://eprocure.gov.in

4. But the bid can only be submitted after depositing tender fee in favour of AIIMS Rishikesh and uploading the
mandatory scanned documents such as Demand draft or pay order or banker’s cheque or deposit at call receipt
or fixed deposit receipts and bank guarantee of any scheduled bank towards EMD in favour of AIIMS
Rishikesh and other documents as specified.

5. Those contractors not registered on the website mentioned above, are requested to get registered beforehand.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.

8. Contractor can upload documents in the form of PDF format only.

9. Contractor must ensure to quote rate of each item. In addition to this, while selecting any of the cells a warning
appears that if any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no
rate is quoted by the bidder, rate of such items shall be treated as “0” (Zero).

10. The contractor should quote the rate of item including GST as per statutory rules.
5

11. (i) The bidder shall pay the respective amount of Bid Security (EMD) as mentioned in table by Demand
Draft FD/TD/CD in favour of “ AIIMS, Rishikesh” drawn on any Nationalized Bank/ Scheduled Bank and payable at
Rishikesh and must be valid for (6) six month. Bids received without Earnest Money deposit (EMD) shall stand
rejected and thus shall not be considered for evaluation etc at any stage. The original EMD will be submitted
alongwith bid documents.
(ii) Earnest Money deposited with AIIMS, Rishikesh in connection with any other tender enquiry even if for
same/similar material / Stores by the tenderer will not be considered against this tender.
(iii) The EMD will be forfeited if the bidder withdraws or amends its tender or impairs or derogates from the tender in
any respect within the period of validity of its tender or if it comes to the notice that the information/ documents
furnished in its tender is incorrect or false.

12. The bid security (EMD) without interest shall be returned to the unsuccessful bidders after finalization of contract
with successful bidder.

13. The successful bidders has to execute a contract on Indian non judicial stamp paper of Rs.100/- (Rupees one
hundred only) within fifteen (15) days from the date of award of this tender in his favour and also required to furnish
the security deposit @ 5% against performance guarantee of contract value in the form of FD/BG/TD/CD from any
Nationalized/Schedule bank duly pledged in favour of AIIMS, Rishikesh & payable at Rishikesh only. The EMD
deposited by successful bidder may be adjusted towards Security Deposit as demanded above. If the successful bidder
fails to furnish the full security deposit or difference amount between Security Deposit and EMD within 15 (fifteen)
days after the issue of Letter of Award of Work, his bid security (EMD) shall be forfeited and award of tender in
suppliers favour automatically stands terminated at his cost & liability, unless time extension has been granted by
AIIMS, Rishikesh.

14. The bid shall be valid and open for acceptance by the competent authority of AIIMS Rishikesh for a period of 90
(ninety) days from the published date of opening of the tenders and no request for any variation in quoted rates and /
withdrawal of tender on any ground by bidders shall be entertained. The unilateral withdraw at any stage will cause
forfeiture of EMD in addition to any remedy that the purchaser may have under the law. If any bidder withdraws his
bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the
terms and conditions of the bid which are not acceptable to the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the bidders shall not be allowed to participate in the re-bidding process of the work.

15. List of Documents to be scanned and uploaded within the period of bid submission:
I. Treasury Challan /Demand draft/Pay order or Banker’s Cheque/ Deposit at call Receipt/FDR/Bank guarantee
of any scheduled bank against EMD.

II. Enlistment Order of the Contractor/specialized agency certification detail.

III. Certificate of Registration for Sales Tax / VAT/ GST.

IV. Certificate of work experience (As specified in Clause 1.2.1 of CPWD-6)

Note: In case the contractor not uploads the above documents in para 15 will be treated as disqualified.

16. The hard copies of documents uploaded by contractors should also be submitted in the office of engineering
department before the last date/due time of submission of tender. Those who fail to submit hard copies are treated
as disqualified for the further process of tendering.
6

CPWD - 6
Govt. of India
AIIMS, Rishikesh
Notice Inviting e-Tender
Item rate tenders are invited on behalf of Director, AIIMS Rishikesh from Item rate e-tenders from specialized agency
experience in constructing synthetic courts for the following work for the work of “Construction of Badminton court at
AIIMS Rishikesh”. The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.
1.1 The work is estimated to Cost Rs.23,58,706.00, this estimate, however, is given merely as a rough
guide.
1.2 Intending tenderer is eligible to submit the bid provided he has definite proof from the appropriate authority,
which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works
of magnitude specified below:-

Criteria of eligibility for submission of bid documents

1.2.1 Criteria of eligibility


Three similar works each of value not less than Rs.9,43,482.00 or two similar work each of value not less
than Rs. 14,15,423.00.00 or one similar work of value not less than Rs.18,86,964.00 in last 7 years ending
last day of the month previous to the one in which the tenders are invited.
Similar works means Construction of Synthetic badminton/lawn-tennis/volleyball/basketball court.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum; calculated from the date of completion to last date of receipt of tenders.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 which is available as a
Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 03 (Three) month from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents.

4. The site for the work is available. The architectural and structural drawings shall be made available as per
requirement of the same as per approved programme of completion submitted by the contractor after award of
the work.

5 The tender document consisting of plans if any, specifications, the schedule of


quantities of various types of items to be executed and the set of terms and
conditions of the contract to be complied with and other necessary documents except Standard General
Conditions Of Contract Form can be seen from website www.aiimsrishikesh.edu.in or
https://eprocure.gov.in . The cost of tender is Rs.1180 (inclusive GST).Those that downloads the tender
document from website should upload scan copy of DD/Pay Order for Rs.1180.00 (non –refundable) in
favour of “AIIMS, Rishikesh”, payable at Rishikesh.

The bid submitted shall be opened on 07-01-2019 at 03:30 P.M.


7

6. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent)
of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of
any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case guarantee
amount is less than Rs. 1, 00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of
any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor
fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The Earnest Money deposited along with tender shall be returned after
receiving the aforesaid performance guarantee.

7. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and
nature of the site, the means of access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects
it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders
shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read
this notice and all other contract documents and has made himself aware of the scope and specifications of the
work to be done and local conditions and other factors having a bearing on the execution of the work.

8. The competent authority does not bind itself to accept the lowest or any other bid and reserves to itself the
authority to reject any or all the bids received without the assignment of any reason. All bids in which any of
the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the
tenderer shall be summarily rejected.

9. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.

10. The competent authority reserves to himself the right of accepting the whole or any part of the tender and the
tenderer shall be bound to perform the same at the rate quoted.

11. The contractor shall not be permitted to tender for works in AIIMS Rishikesh in which his near relative is
posted as Divisional Accountant or as an officer in any capacity between the grades of Executive Engineer
and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him
in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in
AIIMS Rishikesh. Any breach of this condition by the contractor would render him liable to reject his Bid
submitted by him.
8

12. This notice inviting Bid shall form a part of the contract document. The successful bidders /contractor, on
acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start
of the work, sign the contract consisting of: -
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if
any, forming part of the tender as uploaded at the time of invitation of tender.
b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.

13. Photography and videography must be done by contractor before and after the execution of work at site.
9

INTEGRITY PACT

To,

Sub: 18/SE/Civil/2018-19 Construction of Badminton court at AIIMS Rishikesh

Dear Sir,

It is here by declared that AIIMS Rishikesh is committed to follow the principle of transparency, equity and
competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will
sign the integrity Agreement, which is an integral part of tender / bid documents, failing which the tenderer / bidder
will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be
deemed as acceptance and signing of the Integrity Agreement on behalf of the AIIMS Rishikesh.

Yours faithfully,

Executive Engineer
AIIMS Rishikesh
10

To,

The Executive Engineer,


AIIMS Rishikesh,

Sub: Submission of Tender for the work of Construction of Badminton court at AIIMS Rishikesh

Dear Sir,

I / We acknowledge that AIIMS Rishikesh is committed to follow the principles


thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I / We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID
SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition
of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further
agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract,
which will come into existence when tender/bid is finally accepted by AIIMS Rishikesh. I/We acknowledge
and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the
enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, AIIMS Rishikesh shall have unqualified, absolute and unfettered right to
disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the
tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)


11

To be signed by the bidder and same signatory competent / authorised to


sign the relevant contract on behalf of Director AIIMS Rishikesh.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ...................................... on this ................. day of. ................ 20

BETWEEN

AIIMS Rishikesh represented through Director……………………………………………….


(Name of Division)
AIIMS Rishikesh ............................................................................... , (Hereinafter referred as the
(Address of Division)
'Principal / Owner', which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)

AND

(Name and Address of the Individual/firm/Company)


Through ........................................................................................ (hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)

Preamble

WHEREAS the Principal /Owner has floated the Tender (NIT No.
...................................... ) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for

(Name of work)
Hereinafter referred to as the “Contract”.
AND WHEREAS the Principal / Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral
part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows
and this Pact witnesses as under:
12

Article 1: Commitment of the Principal / Owner

1) The Principal/Owner commits itself to take all measures necessary to


prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members,
will in connection with the Tender, or the execution of the Contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the person is
not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an advantage
in relation to the Tender process or the Contract execution.

(c) The Principal / Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC) / Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal / Owner will
inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.
Article 2: Commitment of the Bidder (s) / Contractor (s)
1) It is required that each Bidder / Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts
of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s) / Contractor(s) commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:

a) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal / Owner's employees involved in the Tender process or execution of
the Contract or to any third person any material or other benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process
or during the execution of the Contract.
13

b) The Bidder(s) / Contractor (s) will not enter with other Bidder (s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Bidder(s) / Contract(s) will not use improperly, (for the purpose of competition or personal
gain), or pass on to others, any information or documents provided by the Principal/Owner as part
of the business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.

d) The Bidder(s)/ Contractor(s) of foreign origin shall disclose the names and addresses of agents /
representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not
be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

d) The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose (with each tender as per
performa enclosed) any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the Contract

3) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

4) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice
means a willful misrepresentation or omission of facts or submission of fake / forged documents in order to
induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and/or to influence the procurement process to the
detriment of the Government interests.

5) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a
person, his / her reputation or property to influence their participation in the tendering process).
14

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract
or its established policies and laid down procedures, the Principal / Owner shall have the following
rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder /
Contractor accepts and undertakes to respect and uphold the Principal / Owner's absolute right:
1) If the Bidder (s) / Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor
shall have powers to disqualify the Bidder(s)/Contractor(s) from the tender process or terminate/determine
the Contract, if already executed or exclude the Bidder/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Principal / Owner. Such exclusion may be forever or for a limited period as decided by
the Principal/Owner.

2) Forfeiture of EMD / Performance Guarantee / Security Deposit:


If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the
Contract or terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may
have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder / Contractor.

3) Criminal Liability:

If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a


representative or an associate of a Bidder or Contractor which constitutes corruption within the
meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for
further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process
or action can be taken for banning of business dealings/ holding listing of the Bidder/Contractor as
deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke
15

the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s) / Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact. The Bidder / Contractor shall be responsible for any violation(s) of the
principles laid down in this agreement/Pact by any of its Sub- contractors/sub-vendors.

2) The Principal / Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.

3) The Principal / Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.
Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor / Vendor 12
months after the completion of work under the contract or till the continuation of defect liability period,
whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite
the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, Director, AIIMS Rishikesh.
Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal / Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one
or more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.

5) It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal
in accordance with this Integrity Agreement/ Pact or interpretation there of shall not be subject to
arbitration.
16

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging
to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to
such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will
have precedence over the Tender / Contract documents with regard any of the provisions covered under this
Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above
mentioned in the presence of following witnesses:

(For and on behalf of Principal/Owner)

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. . ....................................................... (Signature, name and address)

2. . ........................................................ (Signature, name and address)

Place: -

Dated: -
17

fufonk T E N D E R
eSaus@geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlpw h d][k]x]?k] M-] vkSj p] ykxw fofuns’Z k] uD’ks ,oa fMtkbu] lkekU; fu;e ,oa funsZ’k] Bsds ds
mica/k] fof’k"V ’krsZ] nj vuqlp
w h ,oa vU; dkxtkr rFkk Bsds dh ’krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa dks i<+ o
tkap fy;k gSA

I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the
tender document for the work.

eS@ge] ,rr~}kjk vuqlp w h ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V dk;Z] ;Fkk&ek=kvksa dh vuqlp
w h rFkk lHkh lacaf/kr fofuns’Z kks]a fMtkbuksa] uD’kksa ds
vuq:i rFkk lkekU; fu;ekoyh ds fu;e&1 vkSj Bsds dh ’krksZ ds [kaM&11 esa mfYyf[kr fyf[kr vuqn’s kksa ,oa ,slh lkefxz;ksa] tks iz nku dh tkrh gS
vkSj mlds laca/k es]a ,slh ’krsZ tks ykxw gks] ds vuq:i fu"iknu gsrq fufonk nsrk gw@
a nsrs gSa A

I/We hereby tender for the execution of the work specified within the time specified in Schedule ’F’, viz., schedule of
quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such
materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Ninety (90) days from the due date of opening of financial bid and not to make
any modification in its terms and conditions.

47,174.00 dh /kujkf’k] /kjksgj jkf’k ds :Ik esa Vsªtjh pkyku jlhn@vuqlfw pr cSad dh ekax tek jlhn@ vuqlfw pr cSad dh lko/kh tek
jlhn @vuqlfw pr cSad dk fMekaM Mªk¶V@ vuqlfw pr cSad }kjk tkjh cSad xkjaVh ds :Ik esa blds lkFk Hksth tk jgh gSA ;fn eSa @ ge fu/kkZfjr
fu"iknu xkjaVh dks fu/kkZfjr le; vof/k esa izLrqr djus esa vlQy jgrs gSa rks eSa@ ge ;g eatwj djrs gS fd ,El _f’kds”k ds funs”kd ;k muds
dk;kZy; ds mRrjkf/kdkjh fdlh vU; vf/kdkj ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf’k tCr djus ds fy, iw.kZr;k Lora=
gksx
a s A blds vykok] ;fn eSa@ge fofufnZ"V dk;Z izkjaHk djus esa vlQy jgrs gSa rks eSa@ ge ;g eatwj djrs gSa fd fd ,El _f’kds”k ds funs”kd
;k muds dk;kZy; ds mRrkf/kdkjh dkuwu esa miyC/k fdlh vU; vf/kdkj ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf’k] rFkk
fu"iknu xkjaVh tCr djus ds fy, iw.kZr;k Lora= gksx a s vU;Fkk mDr /kjksgj jkf’k fufonk dkxtkr ds vuqlkj mlesa fufgr 'krksaZ o fuca/kuksa ds
vuqlkj dk;kZs ds fu"iknu ,oa vkfn"V fopyuksa dks vuqlp w h ^p* esa of.kZr izfr’kr ls vuf/kd o fufonk izi= ds [k.Mksa 12-2 o 12-3 esa fufgr
izko/kkuksa ds vuqlkj fuf’pr dh tkus okyh njksa ij ml lhek ls vf/kd ds fopyuksa ds djus ds fy, muds }kjk izfrHkwfr&fuis{k ds :Ik esa jksd yh
tk,xhA blds vfrfjDr eSa@ge lger gSa fd c;kuk jkf’k ;k c;kuk jkf’k rFkk mi;ZqDr fu"iknu xkjaVh tCr gks tkus ds ekeys esa eq>s@gesa dk;Z
dh iqu% fufonk izfdz;k esa Hkkx ysus ls jksd fn;k tk,xk A

A sum of 47,174.00 is hereby forwarded in Multiple Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt / Fixed Deposit receipts of a scheduled bank / demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money. If I/We fail to furnish the prescribed performance
guarantee within prescribed period, I/we agree that the said Director of AIIMS Rishikesh or his successors in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further,
if I/We fail to commence work as specified, I/We agree that Director of AIIMS Rishikesh or his successors in office
shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and
the performance guarantee absolutely. The said Performance Gurantee shall be guarantee to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit
at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Futher, I/we agree that in case of forfeiture of earnest money or both earnest money and performance
guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has / have not been got executed through another contractor
on back to back basis. Further that, if such aviolation comes to the notice of AIIMS Rishikesh, then I/We shall be
debarred for tendering in AIIMS Rishikesh in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, The Engineer – in – Charge shall be free to forfeit the entire amount of
Earnest Money Deposit / Performance Guarantee.
18

eSa@ge ,rr~}kjk ?kks"k.kk djrs gS fd eS@ge fufonk dkxtkrks]a uD’kksa vkSj dk;Z ls lacaf/kr vU; vfHkys[kksa dks xqIr@xksiuh; dkxtkr ds :Ik esa
j[ksxs vkSj muls izkIr@yh xbZ tkudkjh fdlh vU; dks] ftUgsa eSa@ge lwfpr djus ds fy, izkf/kd`r gks] ls fHkUu fdlh dks]ugha crk,xsa ;k
tkudkjh dks fdlh ,sls :i esa iz;ksx ugh djsaxs tks jkT; dh lqj{kk ds fy, izfrdwy gksA

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived therefrom to any person other than a
person to whom I/We am/are authorised to communicate the same or use the information in any manner prejudicial to
the safety of the State.

rkjh[k Dated #..................... Bsdsnkj ds gLrk{kj Signature of Contractor#


Mkd dk irk Postal Address#

lk{kh Witness : #
irk Address: #
mithfodk Occupation : # # To be filled in by the contractor/witness as applicable

ACCEPTANCE

The above tender (as modified vide letters mentioned hereunder) is accepted by me for and on behalf of the Director,
AIIMS Rishikesh for a sum of . ____________

(Rupees_____________________________________________________________)

The letters referred to below shall form part of this contract Agreement:-

a)

b)

c)

For & on behalf of Director, AIIMS Rishikesh

Signature....................................

rkjh[k Dated ....... ............... Designation.........................


19

vuqlfw p;ka SCHEDULES


[ FOR MAJOR (CIVIL) COMPONENT]

w h ^d* SCHEDULE ‘A’


vuqlp
ek=kvksa dh vuqlp
w h ¼layXu½

Schedule of quantities (Enclosed) Page No. - 34 to 36

vuqlpw h ^[k* SCHEDULE ‘B’


Bsdsnkj dh fuxZr dh tkus okyh lkefxz;ksa dh vuqlp
w h
Schedule of materials to be issued to the contractor.

__________________________________________________________________________________
Øe- la- en fooj.k ek=k ftl nj ij lkefxz;ka Bsdsnkj dks fuxZr LFkku
S.No. Description of item Quantity izHkkfjr gksxh og nj vadksa ,oa ’kCnksa esa Place of Issue
Rates in figures & words at which the
material will be charged to the contractor
______________________________________________________________________________________________
_________
1 2 3 4 5
______________________________________________________________________________________________
_________

w h ^x* SCHEDULE ‘C’


vuqlp

Bsdsnkj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;=

Tools and plants to be hired to the contractor


__________________________________________________________________________________
Øe la- fooj.k HkkM+k izHkkj izfrfnu fuxZr LFkku
Sl. No. Description Hire charges per day Place of Issue
__________________________________________________________________________________
1 2 3 4
__________________________________________________________________________________

NIL
20

vuqlpw h ‘^?k* SCHEDULE ‘D’


dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost] ;fn dksbZ gks]a dh vfrfjDr vuqlp
w h
Extra schedule for specific requirements/documents for the work, if any. -----Nil-----

w h ¼M½ SCHEDULE ‘E’


vuqlp

Bsds dh lkekU; ’krksZ dk lanHkZ General conditions of contract for CPWD works
1. Reference to General Conditions of contract 2014 as amended upto date.

Name of work: Construction of Badminton court at AIIMS Rishikesh.

dk;Z dh vuqqekfur ykxr Estimated cost of work : 23,58,706.00


(i) /kjksgj jkf’k Earnest money : 47,174.00 (To be returned after receiving
Performance Guarantee)

(ii)fu"iknu xkjaVh Performance guarantee : 5% of tendered value. fufofnr ewY; dk 5 izfr’kr

(iii) izfrHkwfr fu{ksi% Security Deposit: 2.5% of tendered value plus 50% of performance
guarantee for contract, involving maintenance of the
building and services / other work after construction
of same building and services / other work.
w h ^p* SCHEDULE ‘F’
vuqlp
lkekU; fu;e ,oa fn’kkfuns’Z k%
General Rules & Directions:
fufonk vkea=.k djus okyk izkf/kdkjh
Officer inviting tender - Director, AIIMS Rishikesh
dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr’kr ftlls vf/kd
fu"ikfnr enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3 ds fuEukuqlkj
vuqlkj gksxk
Maximum percentage for quantity of items of
work to be executed beyond which rates are to
be determined in accordance with Clauses see below
12.2 & 12.3.

Definitions:
2(v) Hkkjlk/kd bathfu;j
Engineer-in-Charge SE, AIIMS Rishikesh
2(viii) Lohdkj drkZ izkf/kdkjh
Accepting Authority EE, AIIMS Rishikesh
2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds
fy, Je ,oa lkefxz;ksa dh ykxr ij izfr’krrk
Percentage on cost of materials and
labour to cover all overheads and profits. 15% (Fifteen per cent)
2(xi) njksa dh ekud vuqlp w h
Standard schedule of Rates for Civil: - Delhi Schedule of rate 2016(Civil) with correction
slips
Issued upto date of receipt of tender.
2(xii) foHkkx
Department AIIMS Rishikesh

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ CPWD form 8 (Print edition -2016) as modified
Standard CPWD contract Form with up to date correction slip.
21

[k.M Clause 1
(i) Lohd`fr i= tkjh gksus dh rkjh[k ls fu"iknu
xkjaVh ds izLrqrhdj.k ds fy, vuqer le;
Time allowed for submission of performance guarantee from the date of issue of letter of
acceptance : 15 days

(ii) ¼mi;qZDr i½ esa nh xbZ vof/k ds Ik’pkr~ vf/kdre


vuqe;
s ,DlVs’a ku
Maximum allowable extension with late
fee @ 0.10% per day of performance
guarantee amount beyond
the period as provided in (i) above : 1 to 15 days
[k.M Clause 2
[k.M 2 ds rgr izfrdkj fuf’pr djus okyk izkf/kdkjh
Authority for fixing SE, AIIMS Rishikesh
compensation under clause 2
[k.M Clause 2A
D;k [k.M 2 d ykxw gksxk
Whether clause 2A shall be applicable Yes
[k.M Clause 5
dk;Z vkjaHk dh rkjh[k dh x.kuk ds fy, Lohd`fr i= ds tkjh gksus dh
rkjh[k ls fnuksa dh la[;k
No. of days from the date of issue of letter of
acceptance for reckoning date of start 30 days.

y{; uhps nh xbZ lkj.kh ds vuqlkj


Milestone(s): - NA

dk;Z fu"ikfnr djus ds fy, vuqeR; le;


Time allowed for execution of work 03(Three) Months

Authority to decide
(i) Extension of Time SE, AIIMS Rishikesh
(ii) Rescheduling of mile stones SE, AIIMS Rishikesh.
22

(iii) Shifting of date of start in case of EE, AIIMS Rishikesh


delay in handing over of site

[k.M Clause 6, 6A
[kaM ykxw&¼6 ;k 6 d½ Clause applicable 6A
[k.M Clause 7
varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls
Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds
vfxzeksa ds lek;kstu lfgr fd;k tkus okyk dqy dk;Z
Gross work to be done together with net
payment/adjustment of advances for Rs.1.0 Lakhs
material collected, if any since the last
such payment for being eligible to interim
payment
.

[k.M 10 d Clause10A
dk;ZLFky iz;ksx’kkyk esa Bsdns kj }kjk miyC/k djk;s tkus
ijh{k.k midj.k dh lwph
List of testing equipment to be provided by the N.A.
contractor at site lab.

[k.M Clause10B(ii)
D;k [k.M 10 [k (ii) ykxw gksxk
Whether clause 10B (ii) shall be applicable Yes / gka

[k.MClause10C
Component of labour expressed as NA
Percent of value of work

[k.M Clause 10CC - NOT APPLICABLE.


[k.M 10 xx mu lafonkvksa ij ykxw gksxk ftlesa dk;Z
lekiu dh vof/k] vxys dkye esa n’kkZbZ xbZ vof/k ls
vf/kd vuqcaf/kr gSA
Clause 10CC to be applicable in contracts DELETE
with sipulated period of compensation D
exceeding the period shown in next column : ............ Months

[k.M Clause10d Yes

[k.M Clause 11
dk;Z fu"iknu ds fy, vuqikyu For Civil : CPWD specification 2009, Volume-I & II
Specifications to be followed for execution of work with correction slips upto date of receipt of tender.

[k.M Clause 12
Type of Work Original Work
12.2 & 12.3
fopyu lhek ftlds ijs [k.M 12-2 rFkk 12-3 Hkou fuekZ.k
dk;Z ds fy, ykxw gksaxs
Deviation limit beyond which clauses 12.2 & 12.3 30%
shall apply for building work (Other than foundation)

12.5 (i) Deviation limit beyond which clauses 12.2 & 12.3
shall apply for foundation work (except earth work) 30%

(ii) Deviation limit for items in earth work subhead of


DSR or related items 100%

[k.M Clause 16
23

?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh SE, AIIMS Rishikesh
Competent Authority for deciding reduced rates .

[k.M Clause 18
dk;ZLFky ij Bsdsnkj }kjk yxk;s tkus okyh vfuok;Z
e’khujh vkStkj ,oa l;a=ksa dh lwph %&
List of mandatory machines, tools and N.A.
plants to be deployed by the contractor at site.

[k.M Clause 25

Constitution of Dispute Competent Authority to appoint


Redressal Committee (DRC) DRC and Arbitrator

DRC shall constitute one Director, AIIMS Rishikesh


Chairman and two members

[k.M Clause 31
Whether clause 31 shall be applicable Yes

[k.M Clause 36(i)

Cost of work Requirement of technical staff Minimum experience Designation


(Rs in Lacs) Qualification Number (in years)
Graduate or Project
Upto 150 Lacs Diploma 1 05 years Planning/Site/Bi
Engineer lling engineer

[k.M Clause 42
I) d½ lhesUV vkSj fcVqeu dh vuqekuewy
ek=k fu/kkZfjr djus ds fy, [email protected] dsyksfufo }kjk eqfnzr fnYyh nj vuqlwph 2012
ds vk/kkj ij

I) (a) Schedule/statement for determining on the basis of Delhi Schedule of Rates


theoretical quantity of cement & 2016 printed by C.P.W.D. with correction slips
bitumen issued up to date of receipt of tender.

II) vuqekuewyd ek=kvksa esa vuqeR; fopyu


Variations permissible on theoretical quantities. Yes

d½ lhesUV ftu dk;ksZ ds fy, fufonk easa vuqekfur


ewY; :- 5 yk[k ls vf/kd u gks
a) Cement for works with estimated cost put Not Applicable
to tender not more than Rs. 5 lakhs

ftu dk;ksZ ds fy, fufonkesa vuqekfur 2 izfr’kr tek@?kVk


ewY; :- 5 yk[k ls vf/kd gks
for works with estimated cost put to 2 % plus/minus.
tender more than Rs. 5 lakhs
24

[-k½ fcVqeu lHkh dk;ksZ ds fy, 2-5 izfr’kr dsoy tek vkSj ?kVk ds i{k esa ’kwU;
b) Bitumen for all works 2.5% plus only & Nil on minus side .

x½ bLikr izR;sd O;kl] dksV vkSj Js.kh ds fy,


iwuoZyu vkSj lajpukRed bLikr dkV 2 izfr’kr tek@?kVk
c) Steel Reinforcement and structural steel
sections for each diameter, section and 2% plus/minus
category.

?k½ lHkh vU; lkefxz;ka ’kwU;


d) All other materials Nil.

vuqeR; fopyu ls vf/kd dh ek=kvksa ds fy, olwyh nj

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


__________________________________________________________________________________
Øe en fooj.k vadks vkSj ’kCnksa esa og nj ftl ij Bsdsnkj ls
la- olwyh dh tk,xh
Sl Description of item Rates in figures and words at which
No. recovery shall be made from the
Contractor
______________________________
vuqeR; fopyu ls veqeR; fopyu ls
vf/kd vkf/kD; vf/kd mi;ksx ?kVk;k
Excess beyond Less use beyond
permissible variation the permissible variation
__________________________________________________________________________________
1. lhesUV Cement N.A. Rs. 6210/- Per MT
2. bZLikr Steel Reinforcement N.A. Rs. 53099/- Per M.T.
25

FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, contractor .................................... …………… (Name of contractor) (Hereinafter called "the contractor") has
submitted his tender dated ............................. (date) for the construction of (name of work) (hereinafter called "the
Tender")

KNOW ALL PEOPLE by these presents that we ................................................................................... (name of bank) having
our registered office at ...................................................................................................................... (hereinafter called "the
Bank") are bound unto .................................................................................................................. (Name and division
of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. .......................... (Rs. in words )
for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns
by these presents.

SEALED with the Common Seal of the said Bank this ......................................................... day of ........................... 20... .

THE CONDITIONS of this obligation are:


(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including extended
validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with
the provisions of tender document and Instructions to contractor, OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor,
OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security Deposit
after award of contract.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of first written
demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-
Charge will note that the amount claimed by him is due to him owing to the occurrence of one or any of the above conditions,
specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date.* after the deadline for submission of tender as such deadline
is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE SIGNATURE OF THE BANK

WITNESS SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
26

PARTICULAR SPECI FICATIONS


&
SPECIAL CONDITIONS
1. GENERAL
1.1 Wherever any reference to any Indian Standard Specifications of BIS occurs in the documents
relating to this contract, the same shall be inclusive of all amendments issued there-to or
revisions thereof, if any, up to the date of receipt of tenders.
1.2 The contractor shall work according to the programme of work as approved by the Engineer-in-
charge, for which purpose, the contractor shall submit a programme of the work within 15 days
from the stipulated date of start of the work.

1.3 The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site.
No excavated earth or building materials shall be stacked on areas where the buildings, roads,
services or compound walls are to be constructed.

1.5 Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor
shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and
nothing shall be payable to him on this account.
1.6 The working drawings appearing at para 8.1(iii) of conditions of contract in the form CPWD-8,
shall mean to include both architectural and structural drawings respectively. The structural and
architectural drawings shall be properly correlated before executing the work. In case of any
difference noticed between architectural and structural drawings, final decision, in writing of the
Engineer-in-charge shall be obtained by the contractor before proceeding further.

1.7 Some restrictions may be imposed by the security staff etc. on the working and for movement of
labour, materials etc. The contractor shall be bound to follow all such restriction / instructions
including issue of identity cards to all persons authorized by him to do work / visit the work site
and nothing shall be payable on this account.
1.8 The contractor shall make his own arrangements for obtaining electric connections, if required,
and make necessary payments directly to the department concerned.

1.9 The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor (s) or by the Engineer-in-Charge
and shall as far as possible arrange his work and shall place and dispose off the materials being
used or removed, so as not to interfere with the operations of other contractors, or he shall
arrange his work with that of the others in an acceptable and coordinated manner and shall
perform it in proper sequence to the complete satisfaction of Engineer-in-Charge. The
contractor shall be responsible for any damage due to hindrance caused by him.
1.10 All the material related to the work execution shall be approved by Engineer-In-charge.
1.11 Any cement slurry added over base surface for bond or for continuation of concreting, for
protecting reinforcement bars, its cost shall be deemed to have been included in the respective
items, unless specified otherwise and nothing extra shall be payable nor extra cement shall be
considered in the cement consumption on this account.
1.12 Stacking of materials and excavated earth including its disposal shall be done as per the
directions of the Engineer-in-Charge. Double handling of materials or excavated earth if required
at any stage shall have to be done by the contractor at his own cost.
1.13 No claim for idle establishment & labour, machinery & equipments, tools & plants and the like,
for any reason whatsoever, shall be admissible during the execution of work as well as after its
completion.
27

1.14 Only Stainless Steel screws shall be used unless otherwise specified.
1.15 Work shall be carried out in professional manner with finished product serving the
intended purpose with specified strength, durability and aesthetics.
1.16 Work activities shall be executed in well thought out sequences such that consequent activities
not adversely affecting previously done work. Nothing extra shall be payable to protect the
works already done.
1.17 The contractor shall prepare all the needed shop drawings well in advance and get them
approved before placing the order and execution of the item.
1.18 The contractor should get the approval of sample of materials used in execution of woek before
the execution.
1.19 All the quality and testing resgisters should be maintained by contractor and should be jointly
signed by contactor and Engineer-incharge.

2.0 CONDITION FOR CEMENT :-


2.1 The Contractor shall procure 43 grade Ordinary Portland cement (conforming to IS : 8112) or
Portland slag cement (conforming to IS : 455) or Portland Pozzolana Cement (PPC) (Fly ash
based) – conforming to IS : 1489 (Part-I) as required in the work, from reputed manufactures of
cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century
Cement & J.K. Cement or from any other reputed cement Manufacturer having a production
capacity not less than one million tonnes per annum as approved by ADG for that sub region.
The tenderers may also submit a list of names of cement manufacturers which they
propose to use in the work. The tender accepting authority reserves right to accept or
reject name(s) of cement manufacture(s) which the contractor proposes to use in the work.
No change in the tendered rates will be accepted if the tender accepting authority does not
accept the list of cement manufactures, given by the tenderer, fully or partially.
Supply of cement shall be taken in 50 Kg bags bearing manufacture’s name, batch No. & ISI
marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge
and got issue in accordance with provisions of relevant BIS codes. In case test results indicate
that the cement arranged by the Contractor does not conform to the relevant BIS codes, the same
shall stand rejected and shall be removed from the site by the Contractor at his own cost within a
week’s time of written order from the Engineer-in-charge to do so.
If Portland Pozzolana cement or Portland slag cement is used, suitable modification in
deshuttering time etc. shall be done if need be as per specifications and standards and as directed
by Engineer – in – charge and nothing extra shall be payable on this account.
No extra payment / deduction shall be made from the payment to the contractor for using any of
the above type of cement.
2.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by
the Engineer - in - charge.
2.3 For each grade / type, cement bags shall be stored in two separate godowns, one for tested
cement and the other for fresh cement (under testing) constructed by the contractor at site of
work as per sketch shown in General conditions of contract for CPWD works 2010 with weather
proof roofs and walls, for which no extra payment shall be made. The size of the cement
godown is indicated in the sketch for guidance only. The actual size of godown shall be as per
site requirements and as per the direction of the Engineer in charge and nothing extra shall be
paid for the same. The decision of the Engineer-in-charge regarding the capacity required/needed
will be final. However, the capacity of each godown shall not be less than 100 tonnes. Each
godown shall be provided with a single door with two locks. The keys of one lock shall remain
with CPWD Engineer-in-charge or his authorized representative and that of other lock with the
contractor at the site of work so that the cement is issued from godown according to the daily
requirement with the knowledge of both the parties. The account of daily receipt and issue of
28

cement shall be maintained in a register in the prescribed Proforma and signed daily by the
contractor or his authorized agent in token of its correctness.

2.4 The cement shall be got tested by Engineer –in –charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. The cost of tests shall
be borne by the contractor / Department in the manner indicated below :-
(a) By the contractor, if the results show that the cement does not conform to relevant BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.

2.4.1 All other charges of sampling, packing and transportation of sample shall also be borne by the
contractors.

2.5 The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained separately for each type of cement, as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure prescribed in Clause 42
of the contract and shall be governed by conditions laid therein. However, for consumption
lesser beyond permissible theoretical variation recovery shall be made in accordance with
conditions of contract at Schedule A to F (CPWD-8), without prejudice to action for acceptance
of work/item at reduced rate or rejection as the case may be. In case of excess consumption no
adjustment shall be made.

(i) Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without return permission of the Engineer-in-charge.

(ii) Damaged cement shall be removed from the site immediately by the contractor on receipt of
notice in written. In case if he does not do within three days or receipt of same notice, the
Engineer-in-charge shall get removed at the site of the contractor.

2.6 Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.

3.0 CONDITIONS FOR REINFORCEMENT STEEL :-

3.1 The contractor shall procure TMT bars of Fe 415 / Fe 415D / Fe 500/ Fe 500D / Fe 550 / Fe
550D grade from primary producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power
Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD who are using iron ore as
the basic raw material / input and having crude steel capacity of 2.0 Million tonnes per annum
and above.
In case of non-availability of steel from primary producers, use of TMT reinforcement bars
procured from secondary producers will be allowed subject to fulfillment of following
conditions:
a. The grade of the steel such as Fe 415 / Fe 415D / Fe 500 / Fe 500D / Fe 550 / Fe 550D or
other grade to be procured is to be specified as per BIS : 1786 - 2008.

b. The secondary producers must have valid BIS licence to produce HSD bars conforming to IS
1786 : 2008. In addition to BIS licence, the secondary producer must have valid licence from
either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT
Bars.
29

c. The TMT bars procured from primary producers and ISPs shall conform to manufacture’s
specifications.

d. The TMT bars procured from secondary producers shall conforms to the specifications as
laid down by Tempcore, Thermex, Evcon, Turbo and Turboquench as the case may be.

e. TMT bars procured either from primary producers or secondary producers, the specifications
shall meet the provisions of IS 1786 : 2008 pertaining to Fe 415 / Fe 415D / Fe 500 / Fe
500D / Fe 550 / Fe 550D or other grade of steel as specified in the tender.

3.2 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications as defined under para (c) & (d) above, the same
shall stand rejected, and it shall be removed from the site of work by the contractor at his cost
within a week time or written orders from the Engineer-in-Charge to do so.
In case contractor is permitted to use TMT reinforcement bars procured from secondary
producers then:
(i) The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be
reduced by Rs. 6700/- MT. However, for operation of provisions of clause 10CA in such case,
the indices for TMT reinforcement bars of secondary producers will be considered same as for
primary producers.

(ii) The rate of providing & laying TMT reinforcement bars as quoted by the contractor in
the tender shall also be reduced by Rs. 8.00 per kg.

3.3 The steel reinforcement bars shall be brought at site in bulk supply of 25 tonnes or more as
decided by the Engineer in charge.
3.4 The steel reinforcement bars shall be stored by the contractor at site of work in such a way as
to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.

3.5 For checking nominal mass tensile strength bend test re-bend test etc. specimen of sufficient
length shall be cut from each size of the bar at random at frequency not less than that specified
below:

Dia of bar For consignment below For consignment above 100tones


100tones
Under 10 mm One sample for each 25 tonnes One sample for each 40tonnes or
or part thereof part thereof
10 mm to One sample for each 35 tonnes One sample for each 45tonnes or
16mm or part thereof part thereof
Over 16mm One sample for each 45 tonnes One sample for each 50tonnes or
or part thereof part thereof

3.6 The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor.
3.7 All other charges of sampling, packing and transportation of sample shall also be borne by
the Contractor.
3.8 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
30

worked out as per procedure prescribed in clause 42 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variations, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.

3.9 Steel brought to site and remaining unused shall not be removed from site without the written
permission of Engineer-in-Charge.

3.9(i) Reinforcement including authorized spacer bars and lappages shall be measured in length for
different diameters as actually (not more than as specified in the drawings) used in the work nearest
to a centimeter. Wastage and unauthorized overlaps shall not be measured.

(ii) The standard sectional weights referred to shall be as in Table 5.4 in para 5.3.4 in revised
CPWD specifications 2009 Vol. I will be considered for conversion of length of various sizes of
TMT bars in to standard weight.

(iii) Record of actual sectional weights shall also be kept dia wise and lot wise. The average
sectional weight for each diameter shall be arrived at from samples from each lot of steel received
at site. The decision of the Engineer in charge shall be final for the procedure to be followed for
determining the average sectional weight of each lot. Quantity of each diameter of steel received at
site of work each day will constitute one single lot for the purpose. The weight of steel by
conversion of length of various sizes of bars based on the actual weighted average sectional weight
shall be termed as Derived Actual Weight.
(a) If the derived weight as in sub-para (iii) above is less than the standard weight as in sub-para
(ii) above, then the Derived Actual Weight shall be taken for payment.
(b) If the derived actual weight is found more than the standard weight, than standard weight as
worked out in sub para (ii) above shall be taken for payment. Nothing shall be paid extra for the
difference in Derived/ Actual Weight and standard weight.
The contractor have to obtain vouchers and furnish test certificate to the Engineer-in-charge in
respect of all the lots of Steel brought by him from approved suppliers at the site of work.

3.10 Every care should be taken to avoid mixing different types of grades of bars in the same
structural members as main reinforcement to satisfy relevant clause of IS: 456. In case of buildings,
wherever the situation necessitates, the change over shall be permitted only from any one level
onwards. In case of foundations, all foundation elements (footings and grade beams) shall have the
same kind of steel. In the case of columns, all structural elements up to the level of change,
where the change over is taking place should have the same kind of steel as those in columns.

3.11 The reinforcing steel brought to site of work shall be stored on brick / timber platform of 30 / 40
- cm height, nothing extra shall be paid on this account.

4.0 SAFETY MEASURES AT CONSTRUCTION SITE


In order to ensure safe construction, following shall be adhered for strict compliance at the site:-
(i) The work site shall be properly barricaded.

(ii) Adequate singnages indicating ‘Work in Progress – Inconvenience caused is


Regretted’ or Diversion Signs shall be put on the sites conspicuously visible to the
public even during night hours. These are extremely essential where works are
carried out at public places in use by the public.
31

(iii) The construction malba at site shall be regularly removed on daily basis.

(iv) All field officials and the workers must be provided with safety helmets, safety shoes
and safety belts.

(v) Proper MS pipe scaffoldings with work – platforms and easy-access ladders shall be
provided at site to avoid accidents.

Necessary First-Aid kit shall be available at the site.


The above provisions shall be followed in addition to the provisions of General Condition of
Contract.

5.0 SPECIFICATIONS FOR FLY ASH BRICKS - All fly ash bricks as brought to the site shall
conform to the strength & durability parameters as prescribed in the tender and CPWD
specifications.

6.0 The contractor shall submit ‘Method Statement’ for the approval soon after the award of
work. ‘Method Statement’ is a statement by which the construction procedures for important
activities of construction are stated, checked and approved. Method Statement shall have
description of the item with elaborate procedures in steps to implement the same. The
specification of the materials involved their testing and acceptance criteria, equipments to be
used, precautions to be taken, mode of measurements etc.

6.1 Formwork for exposed concrete surfaces:-


6.1.1 Where it is specifically shown on the drawings to have original fair face finish of concrete
surface without any rendering of plastering, formwork shall be carried put by using plywood on steel
plates of approved quality.
6.1.2 The forms shall be constructed so as to produce a uniform and consistent texture and pattern on
the face of the concrete. The formwork shall be placed so that all horizontals are constructed of lumber
and are not paneled and the formwork joints shall be staggered.

6.1.3 To achieve a finish which shall be free of board marks, the formwork shall be faced with
plywood or equivalent material in large sheets. The sheets shall be arranged in an approved pattern.
Whenever possible, joints between sheets shall be arranged to coincide with architectural feature, sills,
window heads or change in direction of surface. All joints between panels shall be vertical or horizontal
unless otherwise directed. Suitable joints shall be approved between sheets. The joints shall be arranged
and fitted so that no blemish or mark is imparted to the finished surfaces.

6.1.4 Forms for exposed concrete surfaces shall be constructed with grade strips (the underside of
which indicate top of pour) at horizontal constructions joints, unless the use of groove strips is specified
on the drawings. The reset forms shall be tightened against the concrete so that the forms will not be
spread and permit abrupt irregularities or loss of mortar. Supplementary form ties shall be used as
necessary to hold the reset forms tight against the concrete.
6.1.5 For fair faced concrete, the position of through bolts will be restricted and generally as indicated
on the drawings.
6.1.6 Plywood and steel plates used in the formwork for obtaining exposed surfaces shall be got
approved from Engineer-in-charge on each use. However no forms will be allowed for reuse if it is
doubtful to produce desired texture of exposed concrete.
32

6.1.7 Cement of only approved shade shall be used preferably of single lot to achieve integrity of
texture.

6.2 Class of Surface Finish:-


6.2.1 For Beams & Slabs :
The finish shall be uniform, dense and smooth. no grout, no grain pattern, no crazing and no
major blemishes shall be permitted. Abrupt irregularities not exceeding 3mm and gradual
irregularities less than 5mm in 2m length only shall be permitted.
6.2.2 For Columns/Wall/Fins :
The finish shall be uniform and smooth leveling the surface of the compacted concrete shall be
done with a screed board with power floating the surface and over that steel trowelling the
surface under firm pressure characteristics of finish shall be brush marks < 3mm gradual
irregularities less than 10mm in 2m.
6.3 Tolerance in Finished Concrete:-
The formwork shall be so made as to produce a finished concrete true to shape, lines, level,
plumb and dimensions as shown in the drawings subject to the following tolerance unless
otherwise specified in this specification or drawings.
6.4 WALL/COLUMN/FINS:

21.4.1 Variation from the plumb ± 6mm Upto 3m height

21.4.2 Variation from the plumb of ± 6mm Upto 6m height


conspicuous liner
21.4.3 Variation in the size of (+)15mm
wall openings (-) 6mm

21.4.4 Variation in parapet wall thickness


(a) Upto 30cm thickness ± 6mm

6.5 SLAB, BEAM & GIRDER FORMS:


21.5.1 Variation from the level or from the specified grid for beam soffit before removal of shores,
(a) In any 3m ± 6mm
(b) In any 6m ± 10mm

All the tolerances mentioned above shall apply to concrete dimensions only, and not to
positioning of vertical steel or dowels. The tolerances given above are specified for local aberration in
the finished concrete surface and should not be taken as tolerance for the entire structure taken as whole
for the setting and alignment of formwork. Any error, within the above tolerance limits, or any other if
noticed in any of the structure after part or portion stripping of forms, shall be corrected in the
subsequent work to bring back the structure to its true line, level and alignment.
33

Annexure - I
(SPECIMEN)
(Ref. para 3.3 of Particular Specifications and Special conditions)
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECT AFTER COMPLETION
IN RESPECT OF WATER PROOFING WORKS

The Agreement made this ………….day of ……………two thousand and ……… between …………son of ………….of
………….(hereinafter called the Guarantor of the one part) and the Director, AIIMS Rishikesh (hereinafter called
Government of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated ……….. and made between
the GUARANTOR of the one part and the Government of the other part, whereby the Contractor, inter alia, undertook to
render the buildings and structures in the said contract recited completely water and leak – proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-
proof for ten years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures
completely leak-proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date
after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or
alteration and for such purpose;

(a) Misuse of roof shall mean any operation which will damage water proofing treatment, like chopping of
firewood and things of the same nature which might cause damage to the roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to
existing roof whereby proofing treatment is removed in parts;

(c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of any defect being found, render the
building water –proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such
rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify
the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S
cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach thereunder then the GUARANTOR will
indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him
by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and / or damage and / or cost incurred by the Government the decision of the Engineer – in – Charge
will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor …………. and by ……….. and for and on
behalf of the Director, AIIMS Rishikesh on the day, month and year above written.

Signed, sealed and delivered by OBLIGOR in the presence of –


1. ……………….
2. ……………….

Signed for and on behalf of Director, AIIMS Rishikesh by ………..in the presence of –
1. ……………….
2. ……………….
34

Name of Work:-Construction of Badminton court at AIIMS Rishikesh


Schedule of Quantity
Rate(inc.
S.No Item Unit Quantity GST) Amount
Providing and laying 9layers synthetic acrylic color
badminton court:
a. 02 layer- Synthetic flooring (re-surfacer)(600 micrometre
each layer)
1 Sqm 360.00
b. 04 layer- Cushion Rubber(600 micrometre each layer)
c. 03 layer- Top Color Coat (400 micrometre each layer)
d. Line marking of the courts to be as per BWF norms.
Approved make:-Ebaco/Vector/Decoturf/hatco/frogg
A typical asphalt base consist of a 200mm pavement which
consists of:
a. Excavation to a depth between 75mm to remove all
weeds and grass from its roots, create a slope of 25mm in
every3300mm in the sub-base on the shorter axis.(without
any grass or weeds). Extreme care would need to be taken
to ensure a correct slope of 25mm in every3300mm.
b. Compactin of the sub-base will be by 8-10 ton roller.
c. Carry out anti termite and weedicide on the total area by
making 225mm deep holes spaced 300mm apart and
injecting the chemical and also spraying.
d. Lay a 1st layer of 75mm compacted water bound
macadam(W.B.M) with good earth as binder.WBM to be
2 sqm 360.00
densely compacted by keying and interlocking the stones
to ensure no settlement takes place.(75mm thick after
compaction)(stone size 63-45mm)
e. Lay a 2nd layer of W.B.M with good earth as
binder(75mm thick) same as above except the stone size
will be smaller. (75mm thick after compaction) (stone size
43mm-20mm)
f. Lay a 30mm compacted thick Hot Mix Asphalt BM
course.
g. Lay a 20mm compacted thick Hot Mix A.C course.
h.Seal coat with stone dust(10mm).
i.Edge wall-laying a 150mm retaining wall by keeping the
top level straight.
3 Badminton pole and net pair 2.00
Supplying & installation, testing and commissioning of
prewired flood light LED fitting of 250 watt,lumen output
<30000,having IP-66 protection ( Philips, havlles, CG or any
other equivalent reputed make ISi marked as approved)
4 Nos 32.00
fixed directly on channel including connections from
junction box to fitting on pole with 2.5 sq. mm PVC
insulated, copper conductor etc. As per the direction of
engineer in charge.
35

Design, supply and erection of 700 x 100 x 3, H(cm) x


Dia. (mm) x thickness of pole (mm) Non-tapered
tubular Steel Poles with silver paint, welded base
with cover, four galvanized anchor bolts, Masonite
mounting template and a pole cap (except Tenon
mount). Each bolt is provided with two washers an
5 Nos 8.00
d two nuts. . Required with square triple tenon on the
top for fixing of 3nos. flood light and complete in all
respect including foundations as per the direction of
Engineer in charge.
Base plate – 10" (254mm) square x 0.750" (19mm)
thick.
junction/Pole Box
Supply installation and testing of junction/Pole box
minimum size-300 x 400x 150 width(mm) x
height(mm) x depth(mm) fabricated out of 14 SWG
CRCA sheet and finished with two coats of red oxide
primer and grey Weatherproof enamel paint mounted
6 on pole with GI calmps, nut and blolts etc. Junction Nos 8.00
box comprises the following-
A) One number incomer 16 AMP TPN, 10Ka, C-Series
(SIEMENS LEGRAND/Havells).
B) Outgoing-4 nos 6 amp , SP, C-series MCB (SIEMENS
LEGRAND/Havells).
C) Aluminium bus bar strip 20mm x 5mm - 4nos.
Feeder piller
Supply installation and testing of Feeder Pillar Box
outdoor type fabricated out of 2mm thick CRCA
sheet, Dust and vermin proof painted with two coats
of silver paint over two coats of red oxide primer,
floor/plinth mounted, front openable with locking
arrangment, providing cable gland etc complete.
Feeder pillar comprises the following-
Incommer :
i) One number incomer 32 AMP TPN, 10Ka, C-Series
(SIEMENS / LEGRAND/Havells).
7 ii) Volt meter digital type 0-500 V wth slecter switch- Each 2.00
01
iii) Aluminium bus bar strip 100 amps capecity
mounted on appoxy insulators 4nos.
iv) LED Indicating Lamp (RYB) -01 Set
Outgoing-
i) MCB TPN 16 amp-03 Nos
ii)MCB SP 16 AMP- 03 Nos
( MCBs should be C -series of SIEMENS /
LEGRAND/Havells.)
Note: All necessary excavation, foundation, brick and
cement work etc to be done by contractor for which
36

no extra payment will be made.

Supply and fixing MCB 40amp TPN in existing feeder


8 piller box including all fixing arrangement as reqired Each 2.00
and directed by engineer - in- Charge
Supplying and laying of following size DWC HDPE pipe ISI
marked along with all accessories like socket, bend,
couplers etc. conforming to IS 14930, Part II complete with
fitting and cutting, jointing etc..direct in ground (75 cm
9
below ground level) including excavation and refilling the
trench but excluding sand cushioning and protective
covering etc., complete as required.(for laying/passing LT
UG cable.
10 63 mm dia (OD-63 mm & ID-51 mm nominal) Meter 300.00
Supplying and laying or passing through in pipes of
11
following size cables .
4Cx16sqmm flexible PVC sheathered, aluminium cable.
12 1.1KV grade. (Havells/Legrand/Polycab/Gemscab/KEI) Meter 230.00

4Cx10sqmm flexible PVC sheathered, aluminium cable.


13 Meter 70.00
1.1KV grade. (Havells/Legrand/Polycab/Gemscab/KEI)
Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm
thick with 4mm dia G.I earth wire as required including
14 accessories, and providing masonry enclosure with cover Set 8.00
plate having locking arrangement and watering pipe of 2.7
meter long etc. with charcoal/ coke and salt as required.
Total

You might also like