NIT No : 09/17-18 dated

Size: px
Start display at page:

Download "NIT No : 09/17-18 dated"

Transcription

1 NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Government of India PALDI, AHMEDABAD Phone: , Web Site: NIT No : 09/17-18 dated Tender document for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar. (Including labor, materials, tools, plants, scaffolding etc. complete) Client : National Institute of Design Paldi, Ahmedabad India Tele : , Page 1 of 29

2 NATIONAL INSTITUTE OF DESIGN A STATUTORY INSTITUTE UNDER DIPP MINISTRY OF COMMERCE & INDUSTRY GOVERNMENT OF INDIA PALDI, AHMEDABAD PHONE : , Web Site : NOTICE INVITING e - TENDER National Institute of Design (NID) invites on line tenders (through e-tendering) from established & reputed firms / bidders for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar (Including labour, materials, tools, plants, scaffolding etc. complete) Tender Notices & Tender documents are available on Government of India Central Public Procurement Portal and for downloading. Any modification / corrigendum etc. in the tender will be available on these websites. Tender document can be viewed only on / tender. Sr. No. 1 NIT No. Name of work & Location Estima ted cost put to bid in Rs. EMD in Rs. Duration of contracts Last date & time of bid, EMD, e- tender processing fees online submission Time & date of online opening of technical bid /17-18 Empanelment of contractor for Annual maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar Lakh 1,00,000/- 12 months up to hrs. Non refundable e- tender fees Rs. 5000/ at hrs NID reserves the right to accept or reject any or all the offers without assigning any reason. Page 2 of 29

3 NATIONAL INSTITUTE OF DESIGN A STATUTORY INSTITUTE UNDER DIPP MINISTRY OF COMMERCE & INDUSTRY GOVERNMENT OF INDIA PALDI, AHMEDABAD PHONE : , Web Site : Date: NOTICE INVITING e-tender (NIT) NID,Ahmedabad invites online applications for Empanelment of contractors in Two bid System from experienced, reputed and eligible Contractors/ Agencies for Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar. as per schedule as under: Tendering Document No 09/17-08 dated Name of the Work Brief Scope of Work Estimated Cost Duration of Contracts Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar The applicant should have executed Civil works which includes Earthwork, Concrete work, RCC, Brick work, Finishing works, Plumbing works,, Marble & Granite works, Miscellaneous repair/renovation / restoration works etc. Rs. 50,00, (Rupees Fifty Lacs Only) 12 Months (Twelve Months) Earnest Money Deposit Rs. 1,00, (Rupees One Lac Only ) Non-refundable cost of Tender document Last date & time of submission of Online Tender Period during which hard copy in original of EMD, Cost of Tender Rs ( Rs.Five Thousand Only) in the form of DD/PO in favour of NID Payable at Ahmedabad Upto by Hrs before and up to Hrs on in the Page 3 of 29

4 Document, Letter of Acceptance of tender conditions unconditional other document as per NIT shall be submitted. Date & Time of online Opening of technical Tender Date & Time of Opening of Financial Tender Validity of offer Pre-Tender Meeting & Venue office of: Secretary & Head, General Administration, NID, Paldi, Ahmedabad at Hrs. To be intimated later 90 days from the date of opening of financial bid at 15.00Hrs at NID, Paldi, Ahmedabad QUALIFYING REQUIREMENT FOR BIDDER: The bidder who wishes to participate in the bidding shall satisfactory establish that he fulfill the qualifying requirements stipulated here under and Joint ventures are not accepted: Estimated cost put to tender (Rs. in lakh) Lakhs Average Annual Turnover during last 3years ending (Rs. in lakhs) Lakhs Proof of having experience of Miscellaneous civil works as per brief scope of works successfully completed during last 7 years ending previous day of last date of submission of application as detailed below: (bidders should fulfill either of three options) Single work of value (Rs in Lakh) Lakhs Two works, each of at least value of (Rs in Lakh) Lakhs Three work, each of at least value of (Rs in Lakh) Lakhs Bank Solvency value of (Rs in Lakh) 20 Lakhs Similar Works for this purpose means The applicant should have executed Civil works which includes Earthwork, Concrete work, RCC, Brick work, Finishing works, Plumbing works, Marble & Granite works, Miscellaneous repair/renovation / restoration works etc.. Similar works in Institutional area is more preferred. The bidder must fulfill the requirements under sub-head Parameters of bidding also. 1.0 a) The past experience in similar nature of work should be supported by certificates issued by client. In case the bidder has executed the work(s) under a private sector, the value of the work shall be reflected in the TDS of the Corresponding year(s) and shall submit requisite Proof/ TDS certificate for the same as and when required. Page 4 of 29

5 b) The value of free issue of materials shall be taken in to account while evaluating completion cost of project. The value of such materials incorporated in the project should be certified by the Client. c) 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 applications for tenders. d) Should not have incurred any loss during the last three years ending 31st March e) In addition to the above, the applicant has to submit the following documents/information s:- a. Submit valid GST Registration Number b. Submit valid copy of PAN Card. c. Submit EPF Registration Certificate. d. Bank Solvency certificate for the value of at least Rs12.00lakhs. e. Completion certificate from the clients. f. Sufficient manpower and resources to carry out such works. g. Complete Name and mailing address of the applicant along with Telephone numbers, Mobile Numbers and address. h. Information regarding the Constitution of the applicant/firm e.g. Proprietors, Partnership, Private etc. along with proof of the same such as copies of registration with Council of Architecture/ Certificate of Incorporation /Partnership deed etc. i. Details of projects executed supported by copies of completion certificates/agreement/loi etc. j. Details of key Personnel on roll and their qualification and experiences k. Details of Litigations, if any The tender document can be downloaded from website and It can only be viewed on NID website Corrigendum, if any,to this NIT would appear only on above web sites. 2.0 The intending tenderer must read the terms and conditions carefully. He should only submit his tender if he considers himself eligible and he is in possession of all the documents required. 2.0(A) Information and Instructions for Tenderers posted on Website(s) shall form part of Tender Document. Page 5 of 29

6 3.0 The Tender Document as uploaded can be viewed and downloaded free of cost by anyone including intending tenderer. But the tender can only be submitted after uploading the mandatory scanned documents a) Demand Draft / Pay order towards cost of tender document b) Demand Draft/Pay Order against EMD & All other documents shall be as per Notice Inviting e-tender. 4.0 Set of Contract/Tender Documents: The following documents will constitute set of tender documents: a) Notice Inviting e-tender. b) Quoting Sheet for Tenderer / Bill of Quantities c) General Conditions of Contract d) List of Approved Makes / Technical specifications e) Acceptance of Tender Conditions f) Corrigendum, if any. 5.0 The tenderers are required to quote strictly as per terms and conditions, specifications, standards given in the tender documents and not to stipulate any deviations. 6.0 After submission of the tender the tenderer can re-submit revised tender for any number of times but before the last date and time of submission of tender as notified. 7.0 When it is desired by NID to submit revised financial tender then it shall be mandatory to submit revised financial tender. If not submitted then the tender submitted earlier shall become invalid. 8.0 On opening date, the tenderer can login and see the tender opening process. 9.0 Contractor can upload documents in the form of JPG format and PDF format Contractor to upload scanned copies of all the documents including valid GST Registration /EPF registration/pan NO. as stipulated in the tender document If the contractor is found ineligible after opening of tenders, his tender shall become invalid and cost of tender document and processing fee shall not be refunded If any discrepancy is noticed between the documents as uploaded at the time of submission of tender and hard copies as submitted physically by the contractor the tender shall become invalid and cost of tender document and processing fee shall not be refunded Notwithstanding anything stated above, NID reserves the right to assess the capabilities and capacity of the tenderer to perform the contract, in the overall interest of NID. In case, tenderer s capabilities and capacities are not found satisfactory, NID reserves the right to reject the tender Certificate of Financial Turn Over: At the time of submission of tender, the tenderer shall upload Affidavit/Certificate from Chartered Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the tender document and further details if required may be asked from the tenderer after opening of technical tenders. There is no need to upload entire voluminous balance sheet List of Documents to be scanned and uploaded within the period of tender submission: Page 6 of 29

7 a) Demand Draft/Pay Order or Banker s Cheque of any Nationalized / Scheduled Bank against EMD ( In favour of National Institute of Design payable at Ahmedabad) b) Demand Draft/Pay Order or Banker s Cheque of any Scheduled Bank towards cost of Tender Document. c) Letter of Transmittal Section III d) Appendix I Condition of Contracts e) Appendix II Acceptance of Tender conditions f) Form A Financial Information g) Form B Bankers certificate from Bank h) Form C Details of all works of similar works successfully completed works during last during last 7 years ending previous day of last date of submission of application i) Form D Projects Under Execution or Award j) Form E Performance report of works referred to in forms C & D k) Form F - Structure & Organization l) Form G Details of Technical & Administrative personnel to be employed for the work m) Form H Details of Plant Machinery and Equipment likely to be used in carrying out the work n) Form I GST Registration Details o) Power of Attorney of the person having digital signature for signing/submitting the tender. p) All pages of all the Corrigendum (if any) duly signed by the authorized person. q) Valid GST Registration/ EPF registration/pan NO In case of any query, please contact on / / during Office hours. Page 7 of 29

8 To, NATIONAL INSTITUTE OF DESIGN PALDI, AHMEDABAD Subject: Tender for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Ahmedabad and Gandhinagar Dear Sirs, GENERAL CONDITIONS 1) NID takes great pleasure in inviting you to quote for the above mentioned work. The building is located at the premises of NID, Ahmedabad & Gandhinagar 2) The work will be carried out as per Institute s requirement after approval of competent authority. Bidder shall submit / quote their rates accordingly. 3) As per requirement, first of all; the estimates will be worked out with the online quoted rates of all the empanelled agencies & the work will be awarded only to the L1 agency during the contract period. 4) The Tender is for Annual Maintenance Contract and the rates will be valid initially for a period One year. During the period of this one year, no price escalation will be granted for any items of the approved tender. After satisfactory performance of contractors of one year, the AMC contract may be extended further for Two years on the same rates, terms, specifications etc. However, if the rate of any item has been increased, it would be applicable only on actual rate analysis submitted by the bidder. This rate analysis would be checked, verified and certified by the internal technical team and Consulting Architects and will be approved after approval of the competent authority of NID. 5) The draft for the agreement, conditions of Contract, Technical specifications is attached herewith for study and reference. The type of work, finishes and various conditions to be observed while quoting the work are also attached h/w. The site should be seen by the Contractor thoroughly before quoting. It is also desirable for the contractor to visit the site for availability of space for stacking the material etc. 6) The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to collect all information that he considers necessary for proper assessment of the prospective assignment. Page 8 of 29

9 7) The bidders shall have to deposit an Earnest Money Deposit (EMD) along with the submission of tender documents through a pay order of any Nationalized / Scheduled bank in favor of National Institute of Design payable at Ahmedabad. 8) NID reserves the right to reject any or all the tenders without assigning any reason to do so. 9) The bidder shall have experience of carrying out similar works and shall produce attested documents for the same. 10) The bidder shall get done the specialized work given in BOQ through specialized agencies approved by NID. 11) The successful bidder shall be notified of the acceptance of his tender within 30 days of the opening of the tenders. He shall execute the contract within 15 days following such notification. The tender will be valid for a period of 120 days from the date of opening of tenders. 12) The date of commencement of the work shall be within two weeks from the date of letter of intent / work order. 13) The institute reserves the right to award the whole contract to a single bidder or part of the tender items to another short listed bidder on the same approved rates, terms, specification, conditions etc. 14) All the short listed bidders will have to execute the work of any item of the tender as a part of their contract and they cannot deny executing the work, even if the quantity is less. If any of the shortlisted the bidder fails to do so, the same work would be carried out by NID at their risk and cost. 15) The institute may award the item rate tender to be executed in piece work as and when required of even less quantities, the rate will remain same during the contract period. 16) Electricity & Water supply would be provided at one point. Yours faithfully, Secretary & Head, General Administration. Page 9 of 29

10 APPENDIX-I Date of commencement : within 15 (fifteen) days of issue of work order to commence the work. Duration of Contracts : 12 months Defects liability period : 12 (twelve) months from completion of the work and handing over to NID Liquidated Damage for delay completion : Point five percent (0.5%) per week of the contract value or part thereof subject to maximum five percent of the contract value Percentage retention : Ten percent (10%) will be deducted from the gross value of the work done against each RA Bill Period of final settlement : 3 (three) months from the date of submission of final bill. Security Deposit (SD) : Five percent (5%) of the total contract value including EMD Labour Cess : If applicable, would be paid at the applicable rate by the approved bidder and Voucher / challan must be submitted to NID. No separate charges would be paid for labor cess; it should be included in the rate Release of Retention and : On completion of defects liability period of 12 months Security Deposit : from the date of completion of work / handing over to NID whichever is later duly certified by NID Without Interest NID reserves the right to accept or reject any or all the offers without assigning any reason. There must be two separate offers (Technical and Commercial). Both the offers must be submitted at the same time, giving full particulars on website or on or before hours on Please note that identical hardcopy of only technical offer in sealed envelopes must be submitted on or before hours on at NID s address, Offers received after the date and time specified in this tender will not be accepted. Commercial offer must be submitted online either on or only. Commercial offer submitted online will only be considered and if submitted in any other form will be not considered and liable to be rejected. NID reserves the right to accept or reject any or all the offers without assigning any reason. Page 10 of 29

11 SECTION II INFORMATION & INSTRUCTIONS FOR BIDDERS 1.0 General : 1.1 Letter of transmittal and forms for deciding eligibility are given in Section III. 1.2 All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a nil or no such case entry should be made in that column. If any particulars/query is not applicable in case of the bidder, it should be stated as not applicable. The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified. 1.3 The bid should be type-written. The bidder should sign each page of the application. 1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing it, initialling, dating and rewriting. Pages of the eligibility criteria document should be numbered. Additional sheets, if any added by the contractor, should also be numbered by him. They should be submitted as a package with signed letter of transmittal. 1.5 References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent. 1.6 The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to complete the envisaged work successfully. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of eligibility criteria document unless it is called for by the Employer. 1.7 The credentials submitted in respect of pre-qualification of the tender/tender for specialised work by the first lowest bidder after opening of the financial bid shall be verified before award of work. Any information furnished by the bidder found to be incorrect either immediately or at a later date would render him liable to be debarred from tendering/taking up of work in NID. If such bidder happens to be enlisted contractor of any class in NID, his name shall also be removed from the approved list of contractors. 2.0 Definitions: 2.1 In this document the following words and expressions have the meaning hereby assigned to them. 2.2 Employer: Means the competent Authority of NID. 2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public or corporation. 2.4 Year means Financial Year unless stated otherwise. 3.0 Method of application: 3.1 If the bidder is an individual, the application shall be signed by him above his full type written name and current address. 3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor Page 11 of 29

12 above his full typewritten name and the full name of his firm with its current address. 3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application. 3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary. 4.0 Final decision making authority. The employer reserves the right to accept or reject any bid and to annul the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders. 5.0 Particulars provisional The particulars of the work given in Section I are provisional. They are liable to change and must be considered only as advance information to assist the bidder. 6.0 Site visit The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to collect all information that he considers necessary for proper assessment of the prospective assignment. 7.0 Initial criteria for eligibility 7.1 The Bidder should have satisfactorily completed works during the last seven years ending previous day of last date of submission of tenders. For this purpose, cost of work shall mean gross value of the completed work including cost of material supplied by the Government/Client but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent. (i) Three similar works each costing not less than Rs.., or completed two similar works each costing not less than Rs., or completed one similar work costing not less than Rs. and (ii) One work of any nature (either part of (i) above or a separate one) costing not less than Rs. with Central/State Government/Central Autonomous Body/Central Public Sector Undertaking. Similar work shall mean works of The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of seven percent per annum; calculated from the date of completion to last date of receipt of applications for tenders. 7.2 At the time of purchase of tender, the tender shall have to furnish an affidavit as under: 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 a violation comes to the notice of Department, then I/We shall be debarred from tendering in NID Page 12 of 29

13 contracts in future forever. Also, if such a violation comes to the notice of Department before start date of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. 7.3 The bidder should have had average annual financial turn over (gross) of Rs... on Civil/Electrical construction work during the last available three consecutive balance sheets (may range from six to eighteen months) duly audited by Charted Accountant. Year in which no turnover is shown would also be considered for working out the average. 7.4 The bidder should not have incurred any loss in more than two years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant. 7.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula: Bidding Capacity = {[AxNx2]-B} Where, A = Maximum turnover in construction works executed in any one year during the last five years taking into account the completed as well as works in progress. The value of completed works shall be brought to current costing level by enhancing at a simple rate of seven percent per annum (as mentioned in Para 7.1 of Appendix-20). N = Number of years prescribed for completion of work for which bids has been invited. B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited Deleted 7.7 The bidder should own constructions equipment as per list required for the proper and timely execution of the work. Else, he should certify that he would be able to manage the equipment by hiring etc., and submit the list of firms from whom he proposes to hire. 7.8 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder should submit a list of these employees stating clearly how they would be involved in this work. 7.9 The bidder s performance for each work completed in the last seven years and on hand should be certified by an officer not below the rank of Executive Engineer or equivalent and should be obtained in sealed cover. 8.0 The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable. 8.2 Even though any bidder may satisfy the above requirements, he would be liable to disqualification if he has: (a) made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures requireded in the eligibility criteria document, (b) record of poor performance such as abandoning work, not properly completing the contract, or financial failures / weaknesses etc. 9.0 Financial information Page 13 of 29

14 Bidder should furnish the following financial information: Annual financial statement for the last five year in (Form A ) and solvency certificate in (Form B ) 10.0 Experience in works highlighting experience in similar works 10.1 Bidder should furnish the following: (a) List of all works of similar nature successfully completed during the last seven years in (Form C ). (b) List of the projects under execution or awarded in (Form D ) Particulars of completed works and performance of the bidder duly authenticated/certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress in (Form E ) Information in (Form D ) should be complete and no work should be left out Organisation information Bidder is required to submit the information in respect of his organization in Forms F & G 12.0 Construction plant and equipment Bidder should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding to be used in carrying out the work. (in Form H ). Details of any other plant & equipment required for the work not included available with the applicant may also be indicated Letter of transmittal The bidder should submit the letter of transmittal attached with the document Opening of Price bid After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The bid shall remain valid for a period mentioned below: 120 days from the date of 1. For specialized work involving - opening three envelope system of technical bids. 2. Normal works involving two/three - 90 days from the date of opening envelope system of technical bids Award criteria 15.1 The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to: (a) amend the scope and value of contract to the bidder. (b) Reject any or all the applications without assigning any reason Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited. Page 14 of 29

15 SECTION III INFORMATION REGARDING ELIGIBILITY LETTER OF TRANSMITTAL From: To Secretary& Head General Administration NID,Paldi Ahmedabad Subject: Submission of bids for the work of Tender for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Ahmedabad and Gandhinagar NIT No. : 09/17-18 Sir, Having examined the details given Tender documents for the above work, I/we hereby submit the relevant information. 1. I/we hereby certify that all the statement made and information supplied in the enclosed forms A to I and accompanying statement are true and correct. 2. I/we have furnished all information and details necessary for eligibility and have no further pertinent information to supply. 3. I/we submit the requisite certified solvency certificate and authorize the Technical team of NID, Ahmedabad to approach the Bank for issuing the solvency certificate to confirm the correctness thereof. I/we also authorize Technical team, NID, Ahmedabad to approach individuals, employers, firms and corporation to verify our competence and general reputation. 4. I/we submit the following certificates in support of our suitability, technical knowledge and capability for having successfully completed the following works: Name of work Certificate from Enclosures: Seal of bidder Date of submission: Signature(s) of Bidder(s). Page 15 of 29

16 Appendix -II ACCEPTANCE OF TENDER CONDITIONS From: (On the letter head of the company by the authorized officer having power of attorney) To, Secretary & Head, General Administration NID, Paldi, Ahmedabad Sub: Submission of bids for the work of Tender for Empanelment of contractors for Maintenance Contracts for Miscellaneous Civil works at NID Ahmedabad and Gandhinagar. NIT No. : 09/17-18 Sir, i) This has reference to above referred tender. I/We are pleased to submit our tender for the above work after visited the site of work at NID premises and I/We hereby unconditionally accept the tender conditions and tender documents in its entirety for the above work. ii) I/we are eligible to submit the tender for the subject tender and I/We are in possession of all the documents required. iii) I/We have viewed and read the terms and conditions of this GCC carefully. I/We have downloaded all the documents forming part of the tender document: a) Notice Inviting e-tender. b) Quoting Sheet for Tenderer / Bill of Quantities c) Appendix I Condition of Contract d) Appendix II Acceptance of Tender Conditions e) Approved Makes, Technical Specifications f) Corrigendum, if any. iv) I/we have uploaded the mandatory scanned documents such as cost of tender document, EMD and other documents as per Notice Inviting e-tender AND I/We agree to pay the cost of tender document, EMD and other documents in physical form in the form and manner as described in NIT. v) Should this tender be accepted, I/We agree to abide by and fulfill all terms and conditions referred to above and as contained in tender documents elsewhere and in default thereof, to forfeit and pay NID, Ahmedabad, or its successors or its authorized nominees such sums of money as are stipulated in the notice inviting tenders and tender documents. vi) If I/we fail to commence the work within 15 days of the date of issue of Letter of Award and/or I/we fail to sign the agreement as per Clauses of Contract and/or I/we fail to submit security deposit per Clauses of Contract, I/we agree that NID, Ahmedabad shall, without prejudice to any other right or remedy, be at liberty to cancel the Letter of Award Page 16 of 29

17 and to forfeit the said earnest money as specified above. Dated Yours faithfully, (Signature of the tenderer with rubber stamp) Page 17 of 29

18 Contract for Works Tender for the work of: -... Submission of bids for the work of Tender for Empanelment of contractors for Maintenance Contracts for Miscellaneous Civil works at NID Ahmedabad and Gandhinagar TENDER 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. I/We hereby tender for the execution of the work specified for the NID Authority within the time specified., schedule of quantities and in accordance in all respect with the specifications, designs, drawing and instructions of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable. We agree to keep the tender open for thirty/ forty five/ sixty/ ninety (30/45/60/90) days from the due date of its opening in case of single bid system / Ninety(90) days from the date of opening of technical bid in case tenders are invited on 2 bid/envelop system/ One hundred twenty(120) days from the date of opening of technical bid in case bids are invited on 3 bid/envelop system for specialized work (strike out as the case may be) and not to make any modification in its terms and conditions. I/We agree that the said NID Authority 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 NID Authority or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee/security Deposit absolutely. The said Performance Guarantee/Security Deposit shall be a 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 of the tender form. Further, I/We agree that in case of forfeiture of Earnest Money or 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 a violation comes to the notice of Department, then I/We shall be debarred for tendering in NID in future forever. Also, if such a violation comes to the notice of Department before date of start of Page 18 of 29

19 work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated Witness: Address: Occupation: Signature of Contractor Postal Address Page 19 of 29

20 FORM A FINANCIAL INFORMATION I. Financial Statements Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached). Years (i) Gross Annual turnover on construction works. (ii)profit/loss II. Financial arrangements for carrying out the proposed work. III. Solvency Certificate from Bankers of the bidder in the prescribed Form B. Signature of Chartered Accountant with Seal Bidder(s). Signature of Page 20 of 29

21 FORM B FORM OF BANKERS CERTIFICATE FROM BANK This is to certify that to the best of our knowledge and information that M/s./ Sh. having marginally noted address, a customer of our bank are/is respectable and can be treated as good for any engagement Upto a limit of Rs. (Rupees.) This certificate is issued without any guarantee or responsibility on the bank or any of the officers. (Signature) For the Bank NOTE (1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to tendering authority. (2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank. Certified that the above list of works is complete and no work has been left out and that the information given is correct to my knowledge and belief. Signature of Bidder(s) Page 21 of 29

22 FORM 'C' DETAIL OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS ENDING LAST DAY OF THE MONTH Sr.N o. Name of work/projec t and location Owner or sponsoring organizatio n Cost of work Date of commen cement as per contract Stipulated date of completio n Actual date of completi on Litigation/ arbitratio n cases pending/ in progress with details* Name and addres s/ teleph one numbe r of officer to whom referen ce can be made Remark s * Indicate gross amount claimed and amount awarded by the Arbitrator. Signature of Bidder(s) Page 22 of 29

23 FORM D PROJECTS UNDER EXECUTION OR AWARDED Sr. No. Name of work/pr oject and locatio n Owner or sponsoring organization Cost of work Date of comme n cement as per contract Stipulate d date of completi on Upto date percentag e of the progress of work Slow Progres s if any and reasons thereof Name and address/ telephon e number of officer to whom referenc e can be made Remark s Certified that the above list of works is complete and no work has been left out and that the information given is correct to my knowledge and belief. Signature of Bidder(s) Page 23 of 29

24 FORM E PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS C & D 1. Name of work/project & location 2. Agreement no. 3. Estimated cost 4. Tendered cost 5. Date of start 6. Date of completion (i) Stipulated date of completion (ii) Actual date of completion 7. Amount of compensation levied for delayed completion, if any 8. Amount of reduced rate items, if any 9. Performance Report (1) Quality of work Very Good/Good/Fair/Poor (2) Financial soundness Very Good/Good/Fair/Poor (3) Technical Proficiency Very Good/Good/Fair/Poor (4) Resourcefulness Very Good/Good/Fair/Poor (5) General Behavior Very Good/Good/Fair/Poor Dated: Executive Engineer or Equivalent Page 24 of 29

25 FORM F STRUCTURE & ORGANISATION 1. Name & address of the bidder 2. Telephone no./telex no./fax no./ address. 3. Legal status of the bidder (attach copies of original document defining the legal status) (a) An Individual (b) A proprietary firm (c) A firm in partnership (d) A limited company or Corporation 4. Particulars of registration with various Government Bodies (attach attested photocopy) Organization/Place of registration Registration No. with class category, if any Names and titles of Directors & Officers with designation to be concerned with this work. 6. Designation of individuals authorized to act for the organization 7. Was the bidder ever required to suspend construction for a period of more than six months continuously after he commenced the construction? If so, give the name for the project and reasons for suspension of work. 8. Has the bidder, or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment. 9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred/black listed for tendering in any organization at any time? If so, give details 10. Has the bidder, or any constituent partner in case of partnership firm, ever been convicted by the court of law? If so, give details. 11. In which field of Civil Engineering, the bidder has specialization and interest? 12. Any other information considered necessary but not included at above. Signature of Bidder(s) Page 25 of 29

26 FORM G DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK Sr. No. Designation Total Number Name Qualifications Professional How Remarks number available experience He/she for this and details would work of work be carried out involved in this work Signature of Bidder(s) Page 26 of 29

27 FORM H DETAILS OF PLANT MACHINERY AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK S.No. Name of equipment Nos. Capacity Age Condition Ownership status Current or Prese- Leased To be location type ntly purchowned ased Remark s Page 27 of 29

28 FORM I Mandate Form Contractors/Vendors/Suppliers (For Making Payments through RTGS/NEFT) 1 Particulars of Contractors/Vendors/Suppliers : ( a ) Name of Contractors/Vendors/Suppliers ( b ) Address ( c ) Mobile No. ( d ) ID ( e ) PAN No. ( Please attached copy of PAN Card) (f) GST No. 2 Particulars of Bank Account : ( a ) Name of the Bank ( b ) Name of the Branch ( c ) Branch Code ( d ) Address ( e ) City Name with Pin Code ( f ) Telephone No. ( g ) NEFT/IFSC/RTGS Code ( h ) 9 Digit MICR code Appearing on the cheque book ( i ) Category of Account ( j ) Contractors/Vendors/Suppliers Name as per Bank Account ( k ) Type of Account ( l ) Account No. ( m ) Copy of Cancelled Cheque * Changes, if any, in above is to be intimated within seven days. Encl.: 1) Copy of PAN Card, GST Registration Page 28 of 29

29 2) Copy of Cancelled Cheque Date: (Signature) Place: (Authorized Signatory Name & Designation with Seal) Page 29 of 29

30 SCHEDULE OF ITEMS NIT No. : 09/17-18 dated Name of the work: Item Rate Contracts for Miscellaneous works at NID Campus Ahmedabad & Gandhinagar Item No. Description of Item Unit Rate 1 EARTH WORKS Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm on plan) including getting out and disposal of excavated earth, lead up to 50m and lift up to 1.5m,as directed by Engineer-in-Charge. 1a All kinds of soil Cum 2 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth up to 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m : All kinds of soil 2a Pipes, cables etc, not exceeding 80 mm dia. metre 2b Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia metre 2c Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm. metre Filling available excavated earth (excluding rock) in 3 trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited Cum layer by ramming and watering, lead up to 50 m and lift up to 1.5 m. 4 Supplying and filling in plinth with sand under floors, including watering, ramming, consolidating and dressing complete. Cum 5 Surface dressing of the ground including removing vegetation and inequalities not exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift upto1.5 m. 5a All kinds of soil. Sqm CONCRETE WORKS Providing and laying in position cement concrete of 6 specified grade excluding the cost of centering and shuttering - All work up to plinth level : 6a 1:2:4 (1 cement : 2 coarse sand(zone-iii) : 4 graded stone aggregate 20 mm nominal size) Cum 6b 1:3:6 (1 Cement : 3 coarse sand(zone-iii) : 6 graded stone aggregate 20 mm nominal size). Cum 6c 1:4:8 (1 Cement : 4 coarse sand(zone-iii) : 8 graded stone aggregate 40 mm nominal size). Cum 7 Centering and shuttering including strutting, propping etc. and removal of form work for : 7a Foundations, footings, bases for columns. Sqm 7b Columns, piers, abutments, pillars, posts and struts. Sqm 8 Providing and laying cement concrete in kerbs, steps and the like at or near ground level excluding the cost of centering, shuttering and finishing. Page 1 of 14

31 Item No. Description of Item Unit Rate 8a 9 9a 10 1:1½:3 (1 Cement : 1½ coarse sand(zone III) : 3 graded stone aggregate 20 mm nominal size). Providing and fixing at or near ground level precast cement concrete in kerbs, edgings etc. as per approved pattern and setting in position with cement mortar 1:3 (1 Cement : 3 coarse sand), including the cost of required centering, shuttering complete. 1:1½:3 (1 Cement : 1½ coarse sand(zone III) : 3 graded stone aggregate 20 mm nominal size). Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75mm thick bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with fine sand, including necessary excavation leveling and dressing and finishing the top smooth. All works up to plinth level: Cum Cum Sqm RCC WORKS Providing and laying in position specified grade of 11 reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level : 11a 1:1.5:3 (1 cement : 1.5 coarse sand (zone-iii) : 3 graded stone aggregate 20 mm nominal size). Cum 11b 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) Cum 12 Centering and shuttering including strutting, propping etc. and removal of form for all heights: 12a Foundations, footings, bases of columns, etc. for mass concrete. Sqm 12b Walls (any thickness) including attached pilasters, butteresses, plinth and string courses etc. Sqm 12c Suspended floors, roofs, landings, balconies and access platform. Sqm 12d Shelves (Cast in situ). Sqm 12e Lintels, beams, plinth beams, girders, bressumers and cantilevers. Sqm 12f Columns, Pillars, Piers, Abutments, Posts and Struts. Sqm 12g Stairs, (excluding landings) except spiral-staircases. Sqm 12h Small lintels not exceeding 1.5m clear span, moulding as in cornices, window sills, string courses, bands, copings, bed Sqm plates, anchor blocks and the like. 12i Cornices and mouldings Sqm 12j Weather shade, Chajjas, corbels etc., including edges. Sqm 12k Suspended floors, roofs, landings, balconies and access platform. with water proof ply 12mm thick. Sqm 12l Lintels, beams, plinth beams, girders, bressumers and cantilevers. with water proof ply 12mm thick. Sqm 12m Grooves,Chamfers upto 12mm and Tapak upto 25mm metre 13 Extra for additional height in centering, shuttering where ever required with adequate bracing, propping etc. including cost of de-shuttering and decentering at all levels, over a height of 3.5 m, for every additional height of 1 metre or part thereof (Plan area to be measured) 13a Suspended floors, roofs, landing, beams and balconies (Plan area to be measured). Sqm Page 2 of 14

32 Item No. Description of Item Unit Rate Steel reinforcement for R.C.C. work including straightening, 14 cutting, bending, placing in position and binding all complete upto floor V Level 14a Thermo-Mechanically Treated bars of approved brand Kg 15 Smooth finishing of the exposed surface of R.C.C. work with 6 mm thick cement mortar 1:3 (1 Cement : 3 fine sand) Sqm 16 Add for plaster drip course/ groove/ chamfer in plastered surface or moulding to R.C.C. projections. metre 17 Providing and laying in position machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but, excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge. 17a All works up to plinth level. Cum 17b All works above plinth level up to floor V level. Cum BRICK WORKS Brick work with common burnt clay F.P.S. (non modular) 18 bricks in superstructure above plinth level up to floor V level in all shapes and sizes in : (i) Cement mortar 1:4 (1 cement : 4 coarse sand) Cum (ii) Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 19 Half brick masonry with common burnt clay F.P.S. (non modular) bricks in foundations and plinth in. (i) Cement mortar 1:3 (1 cement : 3 coarse sand) Sqm (ii) Cement mortar 1:4 (1 cement : 4 coarse sand) Sqm 20 Extra for providing and placing in position 2 Nos. 6mm dia. M.S. bars at every third course of half brick masonry. Sqm Brick work with common burnt clay modular bricks in 21 exposed brick work including making horizontal and vertical grooves 10mm wide 12 mm deep complete in cement mortar 1:6 (1 cement : 6 coarse sand). 21a From ground level upto plinth level. Cum 21b Above plinth level upto floor V level. Cum Exposed brick work for half brick masonary with common burnt clay upto to floor V level complete in CM (1:4) Exposed brick work for brick on edge / cladding works upto floor V level complete in CM(1:4) Sqm Sqm Page 3 of 14

33 Item No. Description of Item Unit Rate MARBLE AND GRANITE WORKS Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 24 cement : 4 coarse sand) joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels. Raj Nagar Plain white marble/ Udaipur green marble/ Zebra black marble. (Basic Rate : Rs 2500/sqmt) 24a Area of slab upto 0.50 sqm. Sqm 24b Area of slab over 0.50 sqm. Sqm 25 Granite of any colour and shade (Basic Rate : Rs 2500/sqmt) 25a Area of slab upto 0.50 sqm Sqm 25b Area of slab over 0.50 sqm. Sqm 26 Providing edge moulding to 18mm thick marble stone counters, Vanities etc. including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in-Charge. 26a Marble work metre 26b Granite work. metre Extra for providing opening of required size & shape for wash basin/ kitchen sink in kitchen platform, vanity counter and similar location in marble/granite / stone work, including necessary holes for pillar taps etc. including moulding, rubbing and polishing of cut edges etc. complete. Mirror polishing on marble work/granite work/stone work where ever required to give high gloss finish complete Providing & fixing glass panes with putty and glazing clips in steel doors, windows, clerestory windows all complete with : No. Sqm 29a 4.0 mm thick glass panes. Sqm 29b 5.5 mm thick glass panes. Sqm FINISHING WORKS Brick on edge flooring with bricks of class designation on a bed of 12 mm cement mortar, including filling the joints with same mortar, with common burnt clay non modular bricks: 30a 1:4 (1 cement : 4 coarse sand) Sqm 30b 1:6 (1cement : 6 coarse sand) Sqm 31 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement, including cement slurry, but excluding the cost of nosing of steps etc. complete. 31a 40 mm thick with 20 mm nominal size stone aggregate Sqm 32 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : 32a 25 mm thick. Sqm Page 4 of 14

34 Item No. Description of Item Unit Rate Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3coarse sand) and jointing with grey cement 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete Providing and laying Ceramic glazed floor tiles of size 300x300 mm(thickness to be specified by the manufacturer) of 1st quality conforming to IS : of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement :4 Coarse sand), jointing with grey cement 3.3kg/sqm including pointing the joints with white cement and matching pigment etc.,., complete. Providing and fixing 1st quality ceramic glazed floor tiles conforming to IS : (thickness to be specified by the manufacturer ) of approved make in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge in skirting, risers of steps and dados over 12 mm thick bed of cement Mortar 1:3 (1cement: 3 coarse sand) and jointing with grey cement 3.3kgper sqm including pointing in white cement mixed with pigment of matching shade complete. Providing and laying rectified Glazed Ceramic floor tiles of size 300x300mm or more (thickness to be specified by the manufacturer), of 1stquality conforming to IS : 15622, of approved make, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4(1 Cement: 4 Coarse sand), jointing with grey cement 3.3kg/sqm including grouting the joints with white cement and matching pigments etc., complete. Sqm Sqm Sqm Sqm Sqm PLASTER WORKS mm cement plaster of mix : :4 (1 cement: 4 fine sand) Sqm :6 (1 cement: 6 fine sand) Sqm mm cement plaster on the rough side of single or half brick wall of mix : :4 (1 cement: 4 fine sand) Sqm :6 (1 cement: 6 fine sand) Sqm mm cement plaster of mix : :4 (1 cement: 4 fine sand) Sqm :6 (1 cement: 6 fine sand) Sqm mm cement plaster of mix : :4 (1 cement: 4 coarse sand) Sqm :6 (1 cement: 6 coarse sand) Sqm Page 5 of 14

35 Item No. Description of Item Unit Rate mm cement plaster in two coats under layer 12 mm thick cement plaster 1:5 (1 cement: 5 coarse sand) finished with a top layer 6mm thick cement plaster 1:6 (1 cement: 6 fine Sqm sand) mm cement plaster of mix : :3 (1 cement: 3 fine sand) Sqm 44 6 mm cement plaster 1:3 (1 cement: 3 fine sand) finished with a floating coat of neat cement and thick coat of Lime wash on top of walls when dry for bearing of R.C.C. slabs Sqm and beams. 45 Rough cast plaster upto 10 m height above ground level with a mixture of sand and gravel or crushed stone from 6 mm to 10 mm nominal size, dashed over and including the fresh plaster in two layers, under layer 12mm cement plaster 1:4 (1 cement: 4 coarse sand) and top layer 10 mm cement plaster 1:3 (1 cement: 3 fine sand) mixed with 10% Sqm finely grounded hydrated lime by volume of cement. Ordinary cement finish using ordinary cement 46 Pointing on brick work or brick flooring with cement mortar 1:3 (1 cement: 3 fine sand) : 46.1 Flush / Ruled/ Struck or weathered pointing. Sqm 46.2 Raised and cut pointing Sqm 47 Extra for pointing on walls on the outside at height more than 10 m from ground level for every additional height of 3 m or part there of. Sqm Washed stone grit plaster on exterior walls of height upto 10 metre above ground level, in two layers, under layer 12mm cement plaster 1:4 (1cement: 4 coarse sand), furrowing the under layer with scratching tool, applying cement slurry on the under 2 Kg of cement per square metre, top layer 15mm cement plaster 1:1/2:2 (1 cement: 1/2 coarse sand :2 stone chipping 10mm nominal size), in panels with groove all around as per approved pattern, including scrubbing and washing the top layer with brushes and water to expose the stone chippings, complete as per specification and direction of Engineer-in- charge (Payment for providing grooves shall be made separately). Forming groove of uniform size in the top layer of washed stone grit plaster as per approved pattern using wooden battens, nailed to the under layer, including removal of wooden battens, repair to the edges of panels and finishing the groove complete as per specifications and direction of the Engineer-in-charge : Sqm mm wide and 15 mm deep groove Sqm mm wide and 15 mm deep groove Sqm REPAIRS TO BUILDINGS Page 6 of 14

36 Item No. Description of Item Unit Rate Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. meters and under, including cutting the 50 patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the dumping ground within 50 metres lead : 50.1 With cement mortar 1:4 (1 cement : 4 fine sand). Sqm 50.2 With cement mortar 1:4 (1cement: 4 coarse sand). Sqm 51 Fixing chowkhats in existing opening including embedding chowkhats in floors or walls cutting masonry for holdfasts, embedding hold fasts in cement concrete blocks of size 15 x 10 x 10 cm with cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size), painting two coats of approved wood preservative to sides of chowkhats and making good the damages to walls and floors as required complete, including disposal of rubbish to the dumping ground within 50 meters lead : 51.1 Door chowkhats. No Window chowkhats. No Clerestory window chowkhats. No. 52 Fixing chowkhat in existing opening in brick / RCC wall with dash fasteners/chemical fasteners of appropriate size (3 nos on each vertical member of door chowkhat and 2 nos on each vertical member of window chowkhats), including Cost of dash fasteners/ chemical fastener. Making the opening in brick masonry including dismantling in floor or walls by cutting masonry and making good the 53 damages to walls, flooring and jambs complete, to match existing surface i/c disposal of mulba/rubbish to the nearest municipal dumping ground For door/ window/ clerestory window. Sqm 54 Renewing glass panes, with putty and nails wherever necessary including racking out the old putty: 54.1 Float glass panes of thickness 4 mm. Sqm 54.2 Float glass panes of thickness 5.5 mm. Sqm 55 Renewing glass panes, with wooden fillets wherever necessary: 55.1 Float glass panes of thickness 4 mm. Sqm 55.2 Float glass panes of thickness 5.5 mm. Sqm 56 Renewing glass panes and refixing existing wooden fillets: 56.1 Float glass panes of thickness 4 mm. Sqm 56.2 Float glass panes of thickness 5.5 mm. Sqm 56.3 Fixing old glass panes with wooden fillets (excluding cost of fillets). Sqm 57 Providing & fixing glass panes with putty and glazing clips in steel doors, windows, clerestory windows all complete with : mm thick glass panes. Sqm mm thick glass panes. Sqm 58 Providing and fixing 85x42mm chromium plated brass pull bolt lock with necessary chromium plated brass screws, nuts, bolts and washers etc. complete. No. No. Page 7 of 14

37 Item No. Description of Item Unit Rate DEMOLISHING & DISPOSAL WORKS Demolishing lime concrete manually/ by mechanical means and disposal of material out of the Campus as per direction of Engineer in-charge Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge. Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix) Nominal concrete 1:4:8 or leaner mix (i/c equivalent design mix) Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material out of the Campus as per direction of Engineer - in- charge. Demolishing R.B. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material out of the Campus as per direction of Engineer-in- charge. Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material outside NID Campus as per direction of Engineer-in-charge.In cement mortar Disposal of building rubbish / malba / similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-incharge, including all leads & all lifts involved. Cum Cum Cum Cum Cum Cum Cum Taking out existing CC interlocking paver blocks from footpath/ central verge, including removal of rubbish etc., disposal of unserviceable material to the dumping ground, for which payment shall be madeseparately and stacking of serviceable material within 50 metre lead as per direction of Engineer-in-Charge. Laying old cement concrete interlocking paver blocks of any design/ shape laid in required line, level, curvature, colour and pattern over and including 50 mm thick compacted bed of coarse sand, filling thejoints with fine sand etc. all complete as per the direction of Engineer in-charge. (Old CC paver blocks shall be supplied by the department free of cost). Providing and laying factory made chamfered edge Cement Concrete paver blocks In foot path, park & lawns driveway or light & traffic parking etc. of required strength, thickness & size/ shape, made bytable vibratory method using PU mould, laid in required colour & pattern over 50mm thick compacted bed of course sand, compacting and proper embedding/laying of inter locking paver blocks into the sand bedding layer through vibratory compaction by using plate vibrator, filling the joints with sand and cutting of paver blocks as per required size and pattern, finishing and sweeping extra sand, allcomplete as per manufacturer's specifications & direction of Engineer in-charge. Sqm Sqm Page 8 of 14

38 Item No. Description of Item Unit Rate mm thick Cement concrete paver block of M-30 grade with approved colour, design & pattern. Taking out of existing kerb stones of all types from footpaths / central verge, including removal of mortar etc. disposal of unserviceable material to the dumping ground, for which payment shall be made saperately and staking of serviceable material within 50 meter lead as per direction of Engineer- In Charge Laying at or near ground level old kerb stones of all typesin position to the required line, level and cruvature, jointed with cement mortar 1:3 (1 cement : 3 coarse sand ), including making joints with or without grooves (thickness of joints, except at sharp cruve, shall not be more than 5 mm), including making drainage opening wherever required etc. complete as per direction of Engineer-in-charge. (Length of finished kerb edging shall be measured for payment). Providing and Laying at or near ground level new kerb stones of all typesin position to the required line, level and cruvature, jointed with cement mortar 1:3 (1 cement : 3 coarse sand ), including making joints with or without grooves (thickness of joints, except at sharp cruve, shall not be more than 5 mm), including making drainage opening wherever required etc. complete as per direction of Engineer-in-charge. (Length of finished kerb edging shall be measured for payment). PLUMBING ITEMS Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i)single socketed pipes. Sqm metre metre metre 1a 75 mm diameter rmt 1b 110 mm diameter rmt 1c 150 mm diameter rmt 2 Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised Rigid PVC rain water pipes conforming to IS : Type A including jointing with seal ring conforming to IS :5382 leaving 10 mm gap for thermal expansion. 2.1 Coupler mm No mm No. 2.2 Single pushfit Coupler : mm No mm No. 2.3 Single tee with door x75x75 mm No x110x110 mm No. 2.4 Single tee without door x75x75 mm No x110x110 mm No. 2.5 Bend mm bend No mm bend No. 2.6 Shoe (Plain) mm Shoe No mm Shoe No. Page 9 of 14

39 Item No. Description of Item Unit Rate Providing and fixing unplasticised -PVC pipe clips of approved design to unplasticised - PVC rain water pipes by 3 means of 50x50x50mm hardwood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete mm No mm No. 4 Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required 4.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests No. 5 Providing and fixing white vitreous china pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush bend with fittings & C.I. brackets, 40 mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required : 5.1 W.C. pan with ISI marked white solid plastic seat and lid No Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require: White Vitreous China Wash basin size 630x450 mm with a pair of 15 mm C.P. brass pillar taps. White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P. brass pillar tap. White Vitreous China Wash basin size 550x400 mm with a pair of 15 mm C.P. brass pillar taps. White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap. White Vitreous China Flat back wash basin size 450x300 mm with single 15 mm C.P. brass pillar tap. Providing and fixing Stainless Steel A Isis 304 (18/8) kitchen sink as per IS: with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required : Kitchen sink without drain board 610x510 mm bowl depth 200 mm. Providing and fixing white vitreous china pedestal type (European type/ wash down type) water closet pan. Rate for labour charges for fixing of White vitreous china pedestal type (European type/ wash down type) water closet pan. No. No. No. No. No. No. No. No. Page 10 of 14

40 Item No. Description of Item Unit Rate 10 Providing and fixing 8 mm dia C.P. / S.S. Jet with flexible tube upto 1 metre long with S.S. triangular plate to European type W.C. of quality and make as approved by No. Engineer - in - charge. 11 Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete. 11a 10 litre capacity - White No. 12 Providing and fixing G.I. inlet connection for flush pipe connecting with W.C. pan. No. 12a Providing and fixing CP Brass 32mm size Bottle Trap of approved quality & make and as per the direction of Engineer-in-charge. No. 13 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete Semi rigid pipe mm dia No mm dia No Flexible pipe mm dia No mm dia No. 14 Providing and fixing PTMT Waste Coupling for wash basin and sink, of approved quality and colour Waste coupling 30/40 mm No. 15 Providing and fixing PTMT Bottle Trap for Wash basin and sink Bottle trap 31mm single piece moulded with height of 270 mm, effective length of tail pipe 260 mm from the centre of the waste coupling, 77 mm breadth with 25 mm minimum No. water seal, weighing not less than 260 gms 15.2 Bottle trap 38 mm single piece moulded with height of 270 mm, effective length of tail pipe 260 mm from the centre of the waste coupling, 77 mm breadth with 25 mm minimum No. water seal, weighing not less than 263 gms 16 Providing and fixing PTMT liquid soap container 109 mm wide, 125 mm high and 112 mm distance from wall of standard shape with bracket of the same materials with No. snap fittings of approved quality and colour, weighing not less than 105 gms. 17 Providing and fixing white vitreous china battery based infrared sensor operated urinal of approx. size 610 x 390 x 370 mm having pre & post flushing with water (250 ml & 500 ml consumption), having water inlet from back side, including fixing to wall with suitable brackets all as per manufacturers specification and direction of Engineer-incharge. No. 18 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge. : Internal work - Exposed on wall mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre mm nominal outer dia.pipes. metre Page 11 of 14

41 Item No. Description of Item Unit Rate mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre 19 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge. :Concealed work, including cutting chases and making good the walls etc mm nominal outer dia.pipes. metre mm nominal outer dia.pipes. metre mm nominal outer dia.pipes. metre mm nominal outer dia.pipes. metre 20 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling & testing of joints complete as per direction of Engineer in Charge : External work mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre mm nominal outer dia. Pipes. metre mm nominal outer dia.pipes. metre mm nominal outer dia.pipes metre 21 Providing and fixing brass stop cock of approved quality : mm nominal bore No mm nominal bore No. 22 Providing and fixing uplasticised PVC connection pipe with brass unions : cm length mm nominal bore No mm nominal bore No cm length mm nominal bore No mm nominal bore No. 23 Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet : mm diameter No mm diameter No. 24 Constructing masonry Chamber 30x30x50 cm inside, in brick work in cement mortar 1:4 (1 cement :4 coarse sand) for stop cock, with C. I. surface box 100x100 x75 mm (inside) with hinged cover fixed in cement concrete slab 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate 20 mm nominal size), i/c necessary excavation, foundation concrete 1:5:10 ( 1 cement :5 fine sand:10 graded stone aggregate 40mm nominal size ) and inside plastering with cement mortar 1:3 (1 cement :3 coarse sand) 12mm thick finished with a floating coat of neat cement complete as per standard design : Page 12 of 14

42 Item No. Description of Item Unit Rate With common burnt clay F.P.S.(non modular) bricks of class designation 7.5 Constructing masonry Chamber 60x60x75 cm inside, in brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100 mm top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size ), i/c necessary excavation, foundation concrete 1:5:10 (1cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design : With common burnt clay F.P.S.(non modular) bricks of 25.1 class designation 7.5 Constructing masonry Chamber 60x45x50 cm inside, in brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for water meter complete with C.I. double flap surface box 400x200x200 mm (inside) with locking arrangement and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), i/c 26 necessary excavation, foundation concrete 1:5:10 ( 1 cement : 5 fine sand:10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design : With common burnt clay F.P.S.(non modular) bricks of 26.1 class designation Providing and fixing brass bib cock of approved quality : mm nominal bore No mm nominal bore No. 28 Providing and fixing C.P. brass long nose bib cock of approved quality conforming to IS standards and weighing not less than 810 gms mm nominal bore. No. 29 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms mm nominal bore No. 30 Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS: mm nominal bore. No. Providing and fixing C.P. brass angle valve for basin mixer 31 and geyser points of approved quality conforming to IS:8931 a) 15 mm nominal bore mm nominal bore No. 32 Providing & fixing chrome plated brass battery based infrared sensor operated pillar cock, having foam flow technology mm nominal bore. No. No. No. No. Page 13 of 14

43 Item No. Description of Item Unit Rate Waterproofing works in toilet sunk slabs Waterproofing treatment to toilet sunk slabs including its sides using water proof mortar and covering it with one coat of Dischtament DS of MC Bouchemie or SIKKA or Pidilite or Fosroc make. Laying of Light weight cinder concrete in toilet sunk areas in 1:5:10 by using waterproofing compound of Pidilite/Sikka/Fosroc make Core Cutting upto 150mm dia. In RCC OR Brickwork work completed including all material,labour T&P etc. as per instruction of Engineer Incharge. Sqm Sqm No. Page 14 of 14

44 NIT No : 09/17-18 dated Tender for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar. (Including labor, materials, tools, plants, scaffolding etc. complete) SECTION A General Contract TECHNICAL SPECIFICATION The form of contract will be the document issued by the NID. The contractor shall inspect this at the office of the Institute. He shall allow in his price for anything in the terms of contract or in these preliminary which bears no monetary value. Copies of Drawings Three copies of all drawings, the Schedule of Quantities and Specifications will be furnished free of cost to the Contractor for his own use, until the completion of the contract and shall be accessible at all reasonable time the NID or their representative and shall be returned to the NID on completion of the contract. Contractor to include in his rates The contractor shall include in his rates of items in the schedule for all items listed below for which he will not be paid separately. 1 Setting out The contractor shall set out the work so as to conform to clause 12 of the conditions of contract. 2 Benches The contractor is to construct and maintain proper benches at the intersection of all main walls, columns, etc as directed by the Engineer-Incharge / NIDs in order that the lines or levels may be accurately checked at all times. Page 1 of 64

45 These benches will consist of pairs of Sal Wood Posts, minimum 3-inch diameter, driven into ground at suitable distance as directed; the tops shall be half checked and connected with a batten of adequate length to the required level. Into this batten, wire nails shall be driven on Centre lines of columns and walls, inside and outside faces of foundations trenches etc. in order that lines may be stretched between the benches to facilitate the accurate laying out and checking of work. 3 Access to site The contractor shall form and maintain access to site with all temporary roads and gangways required for the works. 4 Access for inspection The Contractor shall provide at all time during the progress of the works and the maintenance period, proper means of access with ladders, gangways, scaffolding, etc. and necessary attendance to move and adopt as directed for the inspection or measurement of the work by the Engineer-Incharge / NID or their representative. 5 Fencing, Scaffolding and Protection The contractor shall provide and maintain at his expense all necessary scaffolding and fencing to the satisfaction of the Engineer-Incharge / NID for the due erection and protection of he work and materials to be used on the work and shall conform to every other conditions set out in the conditions of the contract. 6 Progress chart The contractor on starting the work shall furnish to the Engineer-Incharge / NID a rogramme for carrying out the work stage by stage in the stipulated time. The contractor shall submit the programme chart with critical path method and shall also indicate the schedule of payments to be made to him by the clients review of the programme with revisions with CPWD will be submitted to the Engineer-Incharge / NID every month. This would form the basis of stipulating the penalty for delay or reasons for condoning the delay. He shall submit the `Bar-chart' relating to the CPWD every week to the Engineer-Incharge / NID including its updating. 7 Cleaning the Site The site shown on the plan and all around the building shall be cleared off all obstructions, debris, loose stones and materials, rubbish of all kinds as well as Page 2 of 64

46 brushwood at the beginning of the work and on completion of the building. All holes or hollows, whether originally existing or produced during construction, shall be made good and earth dressed as directed. The contractor on completion of the work shall clean all floors and doors and windows, glass panels, etc. He will leave the entire building neat and clean and ready for immediate occupations. The whole work will be thoroughly inspected by the contractor and all deficiencies and defects put right. On completion of such inspections, the Contractor shall inform the Engineer-Incharge / NIDs in writing that he has finished the work and it is ready for the Engineer-Incharge / NID's inspection. 8 Insurance (CAR policy) The contractor in his rates shall provide for all insurance (CAR/ Contractor s All Risk Policy policy)or other insurances as required as per the condition of contract and / or prevailing Govt. Rules. He shall prior to starting of work take Contractor s All Risk Policy in joint name of National Institute of Design.. 9 Mechanical Plant The Contractor shall provide and maintain in working order mechanical plants, tools and necessary electrical installations, especially a Concrete mixers b Immersion type vibrators of required sizes for consolidating concrete in R.C.C. Beams, Columns, etc. c Surface type vibrators for consolidating concrete in slabs and floors. d Weigh-batcher e Blower f Welding set g Electrical drill h Mechanical Hoist ( Material Lift), Tower Crane, Earth Compactor, JCB i Water pumps 10 Keeping The foundation & works free from water : The contractor will provide and maintain at his own cost mechanical / electrical pump and/or other plant to the satisfaction of the Engineer-Incharge / NID for the above purpose, until the building is handed over to the owners. 11 Contractor's presence at Site Page 3 of 64

47 The contractor shall give all necessary personal superintendence during the execution of the work along there after as the Engineer-Incharge / NIDs may consider necessary until the expiration of the Defects liability period stated in the Conditions of the Contract. The Contractor shall during the construction of the work employ a competent and qualified Engineer approved by the Engineer-Incharge / NID who shall be constantly in attendance at the site while the men are at work. Any directions, explanations, instructions or notices given by the Engineer- Incharge / NIDs to such Engineering shall be held to have given to the Contractor. 12 Dismissal of Workmen. The Contractor shall on the request of the Engineer-Incharge / NID or representative immediately dismiss from the works any person employed thereon by him who may in the opinion of the Engineer-Incharge / NID or his representative be incompetent or misconduct himself. 13 Quantities to form part of Contract The quantities of work as mentioned in the Schedule will form part of the Contract, but the Owner does not undertake to carry out the whole of the work as shown on the plans and taken in the quantities and reserves the right to modify the same or part thereof. Such modification shall be valued at the rate contained in the Contractors original tender and the amount so arrived at to be deducted from or added to the Contract sum without any compensation to the Contractor. 14 Dimensions Figured dimensions in all cases shall be accepted in reference to scaled sizes. Large scale details take precedence over small scale drawings. In case of discrepancy, the contractor is to ask for an explanation before proceeding. 15 Non-tender Items: The rates of the items not included in the Schedule of quantities shall be settled by the Engineer-Incharge / NIDs considering the actual cost of material & labour involved in the execution of the work with reasonable profit of the contractor. 16 Quality Assurance Page 4 of 64

48 The Contractor shall submit his quality assurance plan prior to starting of work he shall produce test results for material to be used in work and get approval of NID. He shall have at site sufficients number of testing equipments, moulds etc for routine testing. 17 Reports The contractor shall submit daily report for the work carried out in the format approved and sugested by Engineer-Incharge / NIDs. Page 5 of 64

49 Section B MATERIALS These specifications provide general requirements regarding quality, tetsting, handling, storing of materials required for construction. The materials shall be tested as per relevant IS codes. All materials or workmanship shall be of the best description and to the entire satisfaction of the Engineer-Incharge / NIDs and the contractor shall immediately remove from the site any materials and/or workmanship which in the opinion of the Engineer-Incharge / NIDs is defective or unsuitable and substitute proper materials and/or workmanship forthwith. The contractor shall submit to the Engineer-Incharge / NIDs immediately on starting of work, the samples of the materials proposed to be used in the work and get them tested as and when desired by the Engineer-Incharge / NIDs and get approval of Engineer-Incharge / NIDs. The Contractor shall allow in his rates for all the wastage in all materials. Storage of materials shall be done by the contractor as described in IS: ) Earth Selected Earth used for filling in plinth shall be free from all rubbish, organics or vegetable growth including roots, weeds etc. All clods shall be broken down. Black cotton soil shall not be used for plinth filling in any case. It shall be got approved by the Engineer-Incharge / NID before taken into use. 2) Cement Cement shall be OPC conforming to IS : 1489, if specified by NID and or fresh portland cement conforming to IS:269,14/89,8112, ur and and shall have the required standard tensile and compressive strength and fineness. If required and approved by the Engineer-Incharge / NIDs, rapid hardening Portland cement conforming to IS:8041, Portland Pozzolana cement conforming to IS : 1489, low heat Portland cement conforming to IS : 269, white portland cement conforming to IS : 8042, high strength ordinary portland cement conforming to IS : 8112, shall be used. Page 6 of 64

50 The contractor shall always keep a sufficient quantity of cement at site to allow for each consignment being tested as required. The test results shall be approved by the Engineer-Incharge / NIDs. The contractor shall provide well built store for storing the cement at site. The cement bags shall be protected from moisture, sun, wind or any weather effects. The Engineer-Incharge / NIDs, may reject any cement as a result any tests thereof not withstanding the manufacturer's certificate or which has deteriorated owing to the inadequate protection from moisture or due to intrusion of foreign matter or other causes, including longer storage time. 3) Coarse Aggregates The coarse aggregates shall be approved gravel or machine crushed from igneous stone (black trap or basalt) and shall consist of black trap metal known as metal, kapachi and grit in varying sizes. They shall be well graded and of cubical shape. The proportion of grit and kapachi shall be made as directed by Engineer-Incharge / NIDs or as prescribed in the mix design for desired grade of concrete. Coarse aggregate for concrete shall conform to IS : 383 and IS:515 as the case may be. For reinforced concrete work, aggregate having a maximum size of 20 mm shall generally be used and shall be approved by the Engineer-Incharge / NIDs. They shall be brought from Sevalia, Vadagam, or other quarry approved by the Engineer-Incharge / NIDs. Aggregates shall be chemically inert, hard, strong, dense, durable,clean and free from veins and adherent coatings and of limited porosity. Flaky and elongated pieces shall not be used. Whenever required by the Engineer-Incharge / NIDs, the aggregates shall be washed by the contractor before use in the work. For concreting during hot days, the temperature of aggregate shall be brought down by sprinkling clean water. Compansatory reduction in water to be added to the concrete mix shall be made to control water/cement ratio. 4) Sand Sand to be used in construction work shall be of standard specifications confirming generally to IS:383 Sand of grading Zone IV will not be used for structural concrete work. Page 7 of 64

51 Sand shall be clean, coarse and free from any alkali, organic or vegetable matters. It shall be washed with water, if required by the Engineer-Incharge / NID. 5) Water Potable water shall be used in construction work for mixing, curing,etc. Water shall be clean and free from any organic or inorganic impurities. Water shall be tested in approved laboratory, if required. Where water is found to contain any sugar or an excess of acid, alkali or salt, the Engineer-Incharge / NIDs may refuse to permit its use. In case of doubt, the Engineer- Incharge / NIDs may require that concrete mixed with water proposed to be used, should not have compressive strength, lower than 90 percent of the strength of concrete mixed with distilled water. 6) Reinforcement The reinforcement in concrete work shall be of Mild steel bars or Deformed bars or TMT bars as specified. Mild steel conforming to IS:432 and deformed bars confirming to IS:1139 or IS:1786 as the case may be. TMT bars conforming to relevant IS should be used and get tested before use. The test results should be shown to Engineer-Incharge / NID. All reinforcement used in R.C.C. work shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coating which may destroy or reduce bond. 7) Bricks All bricks shall be table moulded and of quality approved by the Engineer-Incharge / NID and shall conform to IS:1077. It shall be free from grit and other impurities such as lime, iron and other deleterious materials. They shall be well burnt, sound, hard, square, and with sharp edges and shall have ringing sound when struck with a mallet. They shall be of uniform size (9" x 4" x 2 3/4"). No brick after 24 hours immersion in water shall absorb more than 20% of its weight. It shall have compressive strength not less than 35 Kg/Cm2. Bricks for paving shall be overburnt and of fairly uniform colour. 8) Neroo or Lime Cream Lime Cream or Neroo shall be made out of the best description of hydraulic lime slaked with fresh water and sifted. The lime shall be reduced to fine powder by grinding Page 8 of 64

52 in a mortar mill. The Neroo shall be kept moist until used and no more than that can be consumed in 15 days shall be prepared at a time. 9) Polished Kotah Stone / Rough Kotah Stone They shall be brought from approved quarries and shall be free from flakes, flaws, cracks, cavities etc. and shall be of uniform texture and colour and thickness as specified.they shall be machine-polished, and/or left rough as specified 10) Glazed / Ceramic tiles They shall be size as specified, of approved make and white or colour desired. They shall be truly flat, uniform in size and shape and free from flaws like cracks, craze, specs, spots, chipped corners etc. The tiles shall be of uniform thickness, glaze and colour and shall conform to IS: ) Timber Timber shall be best Teak wood such as Burmah,Bghana, ulsar, C.P., Burma teak etc. as specified. It shall be of best description, perfectly dry, well-seasoned, sound, straight, free from sap wood, large and loose knots,cracks, shakes and other defects. 12) Doors/windows fittings and Hardware The type of fittings to be provided shall be as specified by the Engineer-Incharge / NID. Fittings shall be of iron, brass, aluminium or as specified. The fittings may be finished bright or oxidized or chromium plated or anodized or powder coated as desired by the Engineer-Incharge / NID. The screws shall be from reputed manufacturers and may be oxidized or chromium plated as specified. The finish of the screws shall match the colour and material of the fittings. Appropriate size of screws shall be fixed. Screws shall not be hammered in but fixed with a screw driver. Fittings include the following : a) Hinges : They shall be made up of brass or stainless steel or as specified and of the following types, as approriately directed by the Engineer- Incharge / NIDs. i) Butt type. ii) Parliamentary type. Page 9 of 64

53 iii) iv) Spring type - single or double acting Piano type. b) Stoppers : They shall be of stainless steel or brass or as specified. c) Hook & eye:they shall be of stainless steel or as specified. d) Handles : They shall be of brass or stainless steel or as specified. They shall be used as specified by the Engineer-Incharge / NID for each door & window. Hold fasts for doors and windows shall be made of M.S. Flat, and they shall be screwed with the frame. 13) Closed structural sections Tabular tubes The tabular sections shall be from reputed manufacturer like Tata of approved quality. They shall be of specified sizes and sections of RHS / SHS closed structural sections of Tata and conform to relevant I.S ) Structural Steel The steel shall comply with the IS specifications No ) Glazing The glazing shall be of high visible transmittance of Saint-Gobain or approved equivalent of specified thickness and It shall be free from flaws, specks or bubbles. 16) Aluminium for Doors and Windows Aluminum Alloy Extruded Sections Aluminum alloy used in the manufacture of extruded sections shall correspond to IS Designation HE9-WP of IS 733 specifications for Wrought Aluminum and Aluminum Alloys, Bars and Sections used for general engineering purposes Glass Panes Glass panes shall be of specified thickness for sliding or/and side hung windows. Glass panes shall be free from flows, specks or bubbles. All panes shall have properly squared Page 10 of 64

54 corners and straight edges. Approved quality of glass panes shall be used. It shall be provided with rubber gasket before fixing the same in frames Screws Screw threads of machine screws used in the manufacture of aluminum doors, windows and ventilators shall confirm to the requirements of IS Admixtuers (a) Admixtures may be used in concrete only with the approval of engineer based upon evidence that, with the passage of time, neither the compressive strength nor its durability reduced. Calcium chloride shall not be used for accelerating setting of the cement for any concrete accelerating setting of the cement for any concrete containing reinforcement, or embedded steel parts. When calcium chloride is permitted to be used, such as in mass concrete works, it shall be dissolved in water and of the volume of the cement in concrete. When admixtures are used, the designed concrete mix shall be corrected instructions and in the manner and with the control specified by engineer. (b) Air Entraining agent Where specified and approved by engineer, neutralised vinyl resin or any other approved air-entraining agent may be used to produce the specified amount of air in the concrete mix and these agent shall conform to the requirements of ASTM standard 6260, air entraining admixtures for concrete. The recommended total air content of the concrete is 4% plus minus 1%. The method of measuring air con tent shall be as per IS (c) Water reducing admixtures Where specified and approved by engineer water reducing lignosulfonate mixture shall be added in quantities specified by engineer. The admixtures shall be added in the form of a solution. (d) Retarding admixtures Where specified and approved by engineer, retarding agents shall be added to the concrete mix in quantities specified by engineer. (e) Water proofing agent Where specified and approved by engineer, water proofing agent conforming to IS : 2645 shall be added in quantities specified by engineer. 18 Cinder Page 11 of 64

55 Cinder should be well burnt furnace residue, which has been fused or contred into lumps of verying sizes. Cinder aggragates shall be well burnt furnace residue obtained from furnace using coal fuel only. It shall be sound clean and free from clay, dirt ash or other deleterious matter. The average grading for cinder aggragates shall be as mentioned below IS Siever designation % Passing IS Desugbation % Passing 20 mm mm mm mm 52 Page 12 of 64

56 Section C TRADES 1 EXCAVATION The excavation shall be carefully get out to the levels, shapes and dimensions as shown or figured on the drawing to receive foundation concrete. Should any of the excavations be taken down below the proper levels the Contractor shall fill in such excavation at his own expense with foundation concrete; filling in with excavated material shall not be permitted for this purpose. If the trenches are made broad or longer than directed, the extra breadth and length shall be filled in after the foundations are built with earth, rammed hard. The contractor shall, at his own cost and expenses, and without any extra charges, make provisions for all shoring. The foundation trenches shall be inspected and passed by the Engineer-Incharge / NID before foundation concrete fillings is commenced. The excavated earth shall be used for filling up the sides of the foundations and between the plinth-walls in layers not exceeding 30 cm properly rammed and watered. The measurements of the work shall be exact height and width of the lowest step of the footings according to the drawings or the Engineer-Incharge / NID's instructions and the depth measured vertically. It shall be measured in cubic meter as per IS:1200 (Part-I). If any excavations are taken deeper than the heights mentioned in the schedule or if any pumping out or bailing out of water is resorted to, they shall be measured and paid for separately. 1.1 Earth/Sand fillings The fillings of sand or earth brought from outside will be done in layers not exceeding 30 cm properly leveled and watered to ensure full compaction. The measurements for the carting away of the earth will be actual earth excavated or if truck measurement are taken then 60% of the actual truck measurement shall be taken allowing 40% deduction for voids in the volume of the earth. It shall be measured in cubic meter as per I.S (Part I). Page 13 of 64

57 2 CONCRETE 2.1 Brick bat cement concrete B.B.C.C. shall be of the specified mix, mixed in the mixture machine and laid as above. The concrete will be rammed hard at the same time of pouring. No ramming shall be done after the concrete is set. The work shall be watered twice a day for a week. Measurement of work done shall be in cubic meter according to I.S (II) as shown in the drawing or as directed by Engineer-Incharge / NID. 2.2 Cement Concrete in Foundation The aggregates and cement shall be accurately proportioned by volume as specified and mixed in a mixing machine, adding sufficient water to get required consistency. The metal used shall not be larger than 40 mm. It shall be deposited in trenches through height not more than 1.50 m and in horizontal layers not more than 30 cm. It shall be well rammed, all loose pits covered with cement mortar while concrete is till wet, to obtain an even surface at top. The work shall be cured for seven days. Measurement for all concrete shall be exact length, breadth and depth directed by the Engineer-Incharge / NIDs or as shown in the drawing according to I.S (II) and after the concrete is consolidated and cured. 2.3 Plain and Reinforced Cement Concrete All plain and reinforced concrete work shall be carried out generally in conformity with the IS 456. All work should be carried out with proper scientific knowledge and practice under the supervision of qualified and competent Engineer. The materials used in concrete are cement, fine aggregates, coarse aggregates and water. Reinforced cement concrete shall consists of cement, sand and coarse aggregates in required proportion with reinforcement and necessary shuttering. Suitable admixtures shall also be added in concrete if specified or if required for the economic design of the concrete mix. Page 14 of 64

58 All materials used in concrete shall be tested according to relevant IS Codes as specified by Structural Consultant and shall conform to relevant Indian Standard Specification and as per specifications given in each separate item under "Materials" specification in this tender. The grades of concrete to be used in the work shall be as directed. The concrete shall be in grades designated as below in the conforming with IS:456. As per IS:456 in proportioning concrete, the quantity of cement and aggregates shall be determined by mass. Water shall be either measured by volume or weighed; Batching plant shall be used conforming to IS:4925. All measuring equipment should be maintained in a clean serviceable condition and their accuracy should be periodically checked. It should be ensured that the aggregates used in construction shall be properly graded in uniform quality and shall be maintained over the whole period of work. The proportion of materials used for concrete shall be done by weigh batching and if it is volume batching, periodic checks are made on mass/volume relationships of the materials to the satisfaction of the Engineer-Incharge / NIDs. If fine aggregate is moist, allowance shall be made for bulking as per IS:2386 (Part-III). The water cement ratio shall be maintained as its correct value as specified. The quantity of water in a concrete mix shall be as per IS:456 or as directed and must be sufficient to complete the hydration of cement and to give the mixture just that degree of workability required for proper placing and compaction. For the determination of quantity of water required for the mix, the amount of moisture contents in both fine and coarse aggregate shall be considered in conformity with IS:2386 (Part-III). The concrete shall have a consistency such that it will be workable in the required position. It shall be of such consistency that when properly vibrated, it will flow smoothly. Use of approved admixture will be permitted. The concrete shall be mixed in an approved type of mechanical concrete mixer. The aggregates, cement and sand shall be mixed dry in a mixer as directed, then water is added controlling the required water cement ratio, and mixing shall be continued until there is a uniform distribution of the materials and the mass is uniform in colour and consistency to the satisfaction. The entire batch shall be discharged on a water tight platform without segregation. If there is segregation after unloading from the mixer, the concrete should be remixed. The mixing time of the mixer shall be 1.5 to 2 minutes as specified. Workability of concrete shall be controlled by direct measurement of water content and shall be checked at frequent intervals. Page 15 of 64

59 In exceptional circumstances hand mixing of concrete shall be permitted subject to adding 10 percent extra cement as per the direction of Engineer-Incharge / NIDs. Mixing shall be carried out on a water tight platform and care shall be taken to ensure that mixing is continued until the concrete is uniform in colour and consistency to the satisfaction of Engineer-Incharge / NIDs. No concreting is done without prior approval of Engineer-Incharge / NIDs. For all major / structural concreting, the pour card, in standard proforma as specified by Engineer- Incharge / NID, shall be filled in by the contractors and got approved and signed by the Resident Engineer befor starting the concreting. All concrete shall be conveyed from the mixer to the place of final deposit in suitable buckets, dumpers, containers, conveyers as directed. During hot or cold weather, special precautions shall be taken as required. Concrete shall be placed and compacted in its final position within its initial setting time in conformity with IS specifications. Concrete that has been standing and become stiffened before final placing, should not be used by contractors. All equipment used for transporting and placing of concrete shall be maintained in clean condition. The concrete shall in no case be dropped from a height of over 1.50M and it shall be carefully laid in position. Before depositing the concrete, all debris and dirt shall be removed from the place of depositing. Form work and reinforcement shall be checked and approved by the Engineer-Incharge / NIDs before pouring the concrete. During the placing of concrete, care shall be taken to ensure that there is no loss of liquid from concrete and no segregation of aggregates takes place. Also it shall ensured by Contractor that all reinforcement have clear cover to the bottom and sides. (as per IS:456). In general, the whole work of placing and compacting shall be done to the satisfaction of Engineer-Incharge / NIDs. In normal circumstances, concreting shall be done in a single operation continuously. If it is not possible, the concreting shall be ceased at construction joints, or as per Engineer-Incharge / NID's direction, and surface shall be allowed roughened to get good bond as directed. On the next day, the old surface shall be cleaned and roughened, wetted with clean water and then just before placing concrete it shall be wetted with cement slurry to ensure good bond and water tightness between old & new surface. Concreting shall not be started unless inserts, electrical conduits or any other piping wherever required are laid by concerned agency. The contractor shall afford all the Page 16 of 64

60 facilities and maintain co-ordination of work with other agencies engaged in electrical and such other work as directed. Concrete shall be placed in successive horizontal layers as directed. Each layer of concrete shall be thoroughly compacted by means of mechanical vibrator. The vibrator shall be the internal or immersion type complying with IS: 2505, IS 2506, IS:2514, IS: 4656 with a speed of not less than 7000 RPM when immersed in the concrete. Over vibration or vibration of very wet mixes should be avoided. Under vibration also shall not be permitted. The vibrator shall penetrate the layer being placed and also penetrate the layer below, while the under layer is still plastic to ensure good bond and homogeneity between two layers. Vibrator shall be immersed vertically in concrete till cement slurry comes up and it shall be withdrawn slowly. Vibrator shall be inserted at certain intervals and not continuously. In any case, vibrator shall be not used in a concrete which is just stiffened. Vibrator is a must for compaction but in exceptional case hand tamping may be permitted after getting the necessary approval of the Engineer-Incharge / NID/Resident Engineer. During placing of concrete, care shall be exercised to provide construction joints, key blocks, expansion joints, pockets, shear connectors, water stops, separation joints etc. as directed by Engineer-Incharge / NIDs. No extra shall be paid for construction joints and key blocks. Curing of concrete shall be in accordance with IS:456. Concrete shall be cured by keeping it moist for the period of at least 7 days or as directed by Engineer-Incharge / NIDs. Curing shall be done by ponding or by covering with a layer of sacking, canvass, hessian, gunny bags, or similar, materials and concrete shall be kept constantly wet. Curing of concrete shall start after 8 hours of placement as directed. During hot or cold weathers special care shall be taken in curing as per Engineer- Incharge / NID's guidance. Cubes of the concrete shall be taken on site as specified in IS codes and test result shall be submitted to Engineer-Incharge / NID/ Employer periodically as per standard norms specified in BIS codes. All concrete work shall be measured as per IS:1200 (Part II). The unfinished net sections as shown in the drawings and details shall be measured and paid for. Page 17 of 64

61 2.4 Form Work Form for concrete shall be of wood, plywood or steel or as directed by Engineer- Incharge / NIDs and give smooth and even surface after removal thereof. The contractor shall supply all necessary shuttering, staging, centering including steel forms of standard size, props, bracings, nails, wires, ties etc. as required and all necessary labour, plant and machinery etc. for fixing the centering and boxing, fixing for the various members and also the labour and tools required for striking and removing the shuttering. Forms shall conform to the shapes, lines, grades and dimensions to get even and smooth surface to the satisfaction of the Engineer-Incharge / NIDs. Resin bound water proof plywood or plastic coated plywood shall be used, if specified, in form work construction. The form work shall be designed and constructed to the shapes, lines and dimensions as per details or drawing or as directed within the tolerances given in IS code 456. The centering shall be true and rigid and adequately braced both horizontally and diagonally. The forms shall be sufficiently strong to carry without deformation, the dead weight of concrete as a liquid as well as working load, wind load etc. Where the concrete is vibrated, the form work shall be strong enough to withstand the effect of vibrations practically without any deflection, bulging, distortion or loosening of its components. All rubbish particularly chipping, shavings and sawdust, shall be removed from the interior of the forms before the concrete is placed and the form work in contact with the concrete shall be thoroughly cleaned and treated with an approved quality of shuttering oil (Mould Release Agent) so as not to stain surface of exposed concrete. Metal tie roads, tie wires shall be used as directed. All corners and angles shall be formed with 45 degree moulding to form chamfers or fillets on the finished concrete. If required joints in forms shall be sufficiently tight to prevent any leakage of grout. Planks for form work shall be of uniform thickness of best wood of approved quality, straight and without any defects. All panels of planks shall be fit jointless. M.S. steel plates with angle iron frames of standard sizes shall be used as a form, unless otherwise specified/directed. Members for frame work shall be of adequate size of battens to withstand thrust of concrete while pouring and shall be deodar, sal or equivalent approved wood. Page 18 of 64

62 Props shall be round, straight and made up of steel or approved wood to withstand vertical loads. As far as possible, props will have no joints. If joined, such joints will be firm and rigid by adequate lapping pieces. Grooves, notches, opening, holes, fillets etc.; wherever necessary shall be carefully provided using timber strips as directed. Forms for beams etc. shall be cambered as directed. Before reuse, all forms shall be thoroughly scrapped, cleaned, examined and when necessary repaired and reoiled before resetting. Form work shall not be used/reused, if it is unserviceable in the opinion of the Engineer-Incharge / NIDs. Connection of form work shall be so constructed to permit easy removal and shall be nailed, screwed, bolted, clamped, wired or otherwise secured to be strong enough to retain correct shape on consolidation of concrete, tie-rods being provided where necessary. Provision shall be made to check deflection, line and level during concreting. The surface obtained after striking form work shall be uniform in appearance without any minor defects, honeycombing air holes and shall have all edges with straight profiles. Forms shall not be struck until the concrete has reached a strength at least twice the stress to which the concrete may be subjected at the time of removal of form work. The permission of the Engineer shall be taken before striking the form. On striking the form work the exposed surface shall be cleaned off extra mortar, grit etc. by carefully chipping or rubbing. Uniform texture and smooth surface shall be ensured. In case of defects, it shall be immediately rectified as per Engineer-Incharge / NID's direction. No extra shall be paid for repairs. When Engineer-Incharge / NIDurally exposed concrete surface is required, such defects shall be made good to the Engineer-Incharge / NID's satisfaction and no extra will be paid. Generally the measurements of form work shall be included in the concrete work. But if separately measured, it shall be measured in square meters as the actual surface in contact with the concrete as per the IS:1200 (Part-V). 2.5 Shuttering for Engineer-Incharge / NIDurally exposed concrete work This shall be made of steel forms as specified in the schedule by the Engineer- Incharge / NID. It should give smooth and even surface after removal. They shall be built in pattern as per the drawings or as directed by the Engineer-Incharge / NID to obtain desired Engineer-Incharge / NIDurally exposed concrete surface. Shuttering shall Page 19 of 64

63 be thoroughly cleaned and treated with colourless releasing agents to ensure uniform texture and smooth surface of the concrete. Care should be taken that the exposed edges of the concrete surfaces are sharp and the edges do not chip. The rate shall include to make good the blemishes of exposed concrete surface wherever required to match with adjoining surface. 2.6 False Staging Double staging The height of propping and centering between supporting floors to ceiling exceeds 4.5m or as specified in BOQ, the payment shall be made for the false staging work. This will be paid only if there is no slab/platform in between and extra staging is necessary. Extra over and above the payment made for formwork of slab in relevant itemes. The work of false staging shall be measured and paid per Smt. The rate includes the cost of providing stone or masonry temporary pillers for supporting, as required without any extra cost. 2.7 Reinforcement The reinforcement in concrete work shall be of TMT bars or mild steel bars or deformed bars or as specified. Mild steel conforming to IS: 432 and deformed bars and TMT bars conforming to IS:1139 or IS:1786 or relevant I S as the case may be. If required, welding of reinforcement shall be done in accordance with the recommendation of IS:2751 as per Engineer-Incharge / NIDs guidance. The reinforcement shall be placed in position after the form work has been checked in line and level by the Engineer-Incharge / NIDs and after getting their approval. All the reinforcement shall be placed and maintained in the position shown in the drawings or as directed. In any circumstances, concrete cannot be poured without prior checking of reinforcement by the structural engineer and their approval. Reinforcement shall have clear concrete cover as directed. In general, all reinforcement shall be built, placed in position, bent, hooked, joined etc. as per relevant IS specifications or as per drawings or as per structural engineers' guidance. Page 20 of 64

64 The reinforcement shall be measured in M.T. as per I.S (Part-VIII). The reinforcement used in the works shall be the calculated weight, which shall be computed from the size and length of the bar described on the drawings. Space bars and chairs shall be measured. Laps shall be paid extra and laps shall be payable, provided on inspection they are found to be actually required and used. The weight of binding wires shall not be considered for payment and measurement. The weights shall be calculated on the basis of unit weights as per IS standards. Allowance shall be made in the rates for cutting wastes, unnecessary laps, rolling margin, extra lengths or other such tolerances. Nothing extra whatsoever shall be admissible on bars, rolled in weights higher than the standard weights even if such steel may be supplied by the employer on acutal weight basis. The contractor is deemed to have taken this factor into consideration and quoted accordinly.the rate shall also include the cost of providing and placing appropriate PVC covers. i) Bar and wire reinforcement: Bar reinforcement described as Mild steel shall be plain round hot rolled steel bars. With respect to manufacture, quality, physical properties and related requirements, mild steel reinforcement of the foregoing description shall comply with appropriate parts of IS 432 for grade and IS 226 for composition. ii) Certificates and test for reinforcement: For each consignment of reinforcement bars used in the works, the contractor shall, if required, supply a certificate giving the ultimate strength, yeild stress and elongation, and the result of the cold bend test for each type and each size of bar or wire. Tests for the purpose of obtaining the information on these certificates shall comply with the procedure specified in the appropriate Indian Standards. For each consignment of cold worked steel bars used in the works, the contractor shall supply the clerk-of-works with a further certificate warranting that all the bars in the consignment are made from steel complying with IS specification. If reinforcement be supplied, for which the manufacturer s test sheets or opinion of the clerk-of-works the material has been subject to corrosion or other deleterious effects, the clerk-of-works shall select as many test pieces as he deems necessary, and the contractor, shall supply and deliver the test pieces free of cost and without any reimbursement and shall also pay for the cost of preparing and testing them. Page 21 of 64

65 iii) Dimensions of reinforcement: The size of a reinforcement bar or wire described on the working drawings or elsewhere shall be the minimum and the rolling margin and other tolerances shall be wholly above the sizes. The length of a reinforcement bar shall not be less than the length shown on the drawing or elsewhere and shall not be more than 50 mm in excess length shall not be taken as a precedent. It shall be permitted only to save unnecessary wastage and additional labour of cutting. iv) Measurement and rate for reinforcement For the purpose of ascertaining payments due to the contractor, the basis of measurements of the bar and wire reinforcement used in the works shall be the calculated weight, which shall be computed from the size and lengths of the bars and wires described on the construction drawings or elsewhere. Spacer bars and laps shall be payable, provided on inspection they are found to be actually required and used. The cost and weight of binding wires shall not be considered for payment and measurement. The cost of binding wire shall be included in the rate for reinforcement. The weights shall be calculated on the basis of unit weight as per IS standards. Allowance shall be made in the rates for cutting wastes, unnecessary laps, rolling margin, extra lengths or other such tolerances. Nothing extra whatsoever shall be admissible on bars, rolled in weights higher than the standard weight even if such steel may have been procured by the employer and issued to the contractor directly from the market on actual weight basis. The contractor is deemed to have taken this factor into consideration and quoted accordingly in his tender. The contractor s rates for unit weights of reinforcement bars shall be deemed to include all allowances omitted in calculating the weights and for any other tolerances, extra for short-lengths, and for providing binding wire and cover blocks as specified here in after and for carriage, handling, cutting, bending, hooking and cranking, and for fixing and maintaining in the correct position in the works. The standard laps of length as shown on the drawings or as instructed at site shall be admissible. Laps provided due to the contractor s own faults or because of use of short bars shall not be paid for. Standard hook (9 times dia.for each hook) shall be added to the finished length to arrive at the length of the bar for cutting and measurement, if actually provided for. No hooks shall be provided for cold worked steel bars. Waste steel shall not be accepted back by the employer. The contractor shall have to bear the cost of steel wastage ( pieces below 3.0 Page 22 of 64

66 meters length) and labour charges for straightening of coils, if and as supplied by the employer. v) Bending reinforcement The contractor shall prepare bar bending schedules from the structural drawings supplied to him and have it approved from the structural specialist. Bars shall be cut and bent correctly to the size and shape as shown in the bar bending schedules or as directed by the clerk-of-works. Reinforcement bars shall be carefully and accurately bent by approved means producing a gradual and even motion as specified in IS 2502 and to the shapes shown on the structural drawings. Bars incorrectly bent shall be reused only if the means adopted for straightening and rebending be such as shall not injure the material. Any reinforcement bar which is in position in the works shall not be bent further in place, whether partially embedded or not embedded in hardened concrete. Bends shall comply to the dimensions described on the drawings. Overall dimensions of bent bars or internal dimensions at bends or like shall be within the allowable tolerance of 6mm. Any discrepancies or errors in the documents shall be immediately reported to the clerk-of-works, whose interpretation and requirements relating there to shall be accepted. The internal radius of hooks and other end anchorage bends shall not be less than twice the diameter of the bar unless described to the contrary on the bending lists, or elsewhere in this document. The internal radius of bends at the corners of binders or of stirrups or of links shall half of the size of the bar embraced by the binder, stirrup or link. Bars crossing one another shall be tied together at every intersection with two strands of annealed steel wire, size 1.00 mm to 1.60 mm. Twisted tight to make the skeleton of steel work rigid, so that the reinforcement does not get displaced during the deposition of concrete. Tack welding may be permitted if specifically asked for as a special case and only if the contractor has suitable facilities and subject to approval by the structural specialist. The bars shall be kept in position by the following methods: In the case of beams and slabs, precast blocks in cement mortar (1:2) about 40 mm x 40 mm in section and the thickness equal to the specified cover. Page 23 of 64

67 In case of cantilever and doubly reinforced beams and slabs, the vertical distance between horizontal bars shall be maintained by chair spacers or support bars at 1.0m to 1.2 m centres. The dia. of such bars shall not be below 12 mm or above 25 mm as the case may be. In case of columns and walls the vertical bars shall be kept in position by means of timber templates with slots, accurately cut. The templates shall be removed after the concrete has been poured. In case of complicated RCC structures all the above methods or a combination of these may be used. Only bars of full required length shall be used. Where this is not possible, overlapping of bars will be permitted subject to approval of the RCC specialist. Overlapping bars shall be bound with annealed steel wire size 1.0mm to 1.6mm, twisted tight. The overlaps shall be staggered for different bars and located at points along the span where neither shear force nor bending moment is maximum. At any junction, the lapping shall preferably be not more than 33%. The overlaps shall be sufficient to transfer the stress between by bond. vi) Fixing reinforcement Reinforcement shall be accurately fixed by approved means and maintained in the position as shown on the drawings. Bars intended to be in contact shall be securely wired together at all such points with 1.0mm to 1.6mm size annealed soft iron steel wires. Binders, stirrups and links shall tightly embrace the bars with which they are intended to be in contact and shall be securely wired, or, if approved, tack welded thereto. Reinforcement shall be lapped, jointed or spliced only at the positions shown. Splices and the like found to be necessary elsewhere shall be formed only if and as instructed. If required, welded laps shall have to be provided. Not more than 33% of the bars or as specified on the drawing shall be lapped at one section. Where practicable bars in each member shall be assembled and fixed in the form of a rigid cage or skeleton before placing in the moulds or the shuttering. Immediately before concreting, the reinforcement shall be checked for position and cleanliness, and freed from rust or retarding liquid. If the bars are coated with rust of other impurities like the oil used on Formwork, they shall be cleared with gunny bags or with water and in special cases with kerosene or petrol. A cement slurry shall be applied on such affected bars before concreting. Nothing extra shall be paid for this. Steps shall Page 24 of 64

68 be taken to ensure that reinforcement remains correctly in position during the placing and consolidation of the concrete. Reinforcement projecting from work being concreted or already concreted shall not hbe bent out of its correct position for any reason whatsoever unless approved and shal be protected from deformation or other damage. Reinforcement left projecting for binding with future extensions shall be thoroughly coated with cement slurry or encased in concrete or otherwise protected from corrosion as instructed. The contractor shall provide approved types of supports for the free movement of the workers in such a way that the reinforcement i.e. bottom bars, top bars may not be disturbed. This arrangement should be such that it can be adjusted easily in the progress of the casting. vii) Welded Joints Welded joints in reinforcement bars may be used, but in all cases of important connections, tests shall be made to prove that the joints are of the full strength of bars connected. Welding of reinforcements shall be done in accordance with the recommendations of IS 2751 and the IS recommendations for welding cold worked steel bars for reinforcement concrete construction. viii) Cover of concrete and Spacing of bars : Unless otherwise mentioned the clear cover of concrete over the reinforcement shall be as follows: a) Internal work : Horizontal, vertical or inclined slabs: for all bars, 15-mm thick cover or the size of the bars or the wires, whichever is greater. b) Beams : For main bars: 25mm thick or the size of the main bars whichever is greater. For binders and links: 15 mm minimum. c) Columns Main bars for columns not exceeding 300 mm in width or breadth of diameter: 25m thick cover. Page 25 of 64

69 Main bars in columns not exceeding 300 mm in width or breadth or diameter: 37mm thick or the size of the main bars whichever is greater. Rectangular binders or links or helical binding: 15 mm thick minimum. ix) (a) Construction Joints Construction joints shall be made in position hereinafter specified or else where as approved. Joint shall be truly vertical or horizontal as the case may be except that in an inclined or curved member the joint shall be exactly at right angles to the axis of the member. (b) Construction joint shall be rebated to an approved profile, and where described and approved GI sheets/rubber stop shall be inserted in to the joints. (c) Construction joints shall be made horizontally at the to of the foundations and 75mm below the lowest beam soffit at the head of the columns. Concrete in the slabs and the ribs or small tee and all beams shall be placed in one operation but for large beams concrete in the rib up to a level of 25mm below the soffit shall be placed first. Concrete in haunches or splays on beams or braces and concrete in the head or adjoining portion of the column at the same time as that in the beam braces. Concrete in the splays at junctions of the walls and the slab shall be placed at the same time as that in the slab. (d) Construction joint in the length of the beam shall be avoided where possible, but where joints are unavoidable, they shall be made vertically at mid-span at the center of the beam width. (e) For columns, construction joints shall be horizontal and 10 to 15 cm. below the bottom of the beam. (f) (g) (h) (i) For slabs, either at the centre of the beam or where S.F. is maximum. For beams where S.F. is minimum or the column vertical joints. Where water tightness is required in vertical construction joints some form of mortice joints with continuous keyway shall be provided. Before placing new concrete against concrete already set, the face of the old concrete shall be chipped, cleaned and scum removed. The face shall be roughened and any loose aggregate removed therefore. When a construction joint is formed provision shall be made for interlocking with the succeeding layer. Water stops shall be of rubber of PVC bars of approved make. These shall be provided at locations indicated on drawing. Water stops shall be lapped 100 mm and hot sealed to obtain continuity. Water stops shall be cleaned and be free from grease etc. projected portion of water stops shall be cleaned thoroughly of all concrete and mortar coating as directed before resuming concrete work. Water stops shall be long in length to avoid joints as far as possible. Page 26 of 64

70 (j) Mode of Measurement GI sheets or rubber stop provided in the joints shall be paid separately. No separate payment will be made to the contractor for chipping, cleaning the old concrete surface and applying cement slurry prior to concreting. x) Expansion Joints (a) Expansion joints shall be provided as per the structural drawing or as directed by the engineer. The material to be provided in the joints shall be as per the item specifications. (b) The joint width shall be uniform throughout and special care shall be taken to esure proper bonding of the expansion joints. The expansion joints shall be filled with premoulded joint fillers and sealed with mastic compound. (c) Mode of measurement The fitting of the joint with GI sheet, bitumen fillers, bitumen felt, shalitex board etc. whichever is indicated shall be paid in SQM/R.M. as specified in the respective item description in the schedule of quantities. Page 27 of 64

71 3 BRICK WORK 3.1 Brick work Foundation, Plinth & Super structure Cement Mortar Cement mortar shall be composed of 1 part of portland cement to 6 parts of sand unless otherwise specified, the ingredients shall be accurately gauged by measure and shall be well and evenly mixed together in a mixer machine or on platform, care being taken not to add more water than is required. No mortar that has begun to set shall be used. Brick Work The brick work is to be carried out with all necessary setbacks, projections, cuttings, toothings, offsets, splayed ends, etc. which are shown on and in strict conformity with the drawings. The fly ash bricks shall be cut out to shape as required. Brick Layer All brick layers employed on the work shall be first class tradesmen of mature age and experience, and necessary tools, long straight edges, plumb bobs, lines and accurate spirit levels shall be kept fully in use on the work. The bricks shall be laid with the frogs upwards. The brickwork shall be laid in English/Flemish bond as specified or instructed. All uneven irregular and bad brickwork shall be demolished if deemed necessary by the Engineer-Incharge / NIDs and rebuilt at Contractor's expenses. Joints All joints of brickwork to be plastered or pointed, shall be properly raked out to a depth of 12 mm as the work proceeds. In no case mortar shall be removed from joints by hammering, chiseling or in such a manner so as to cause damage to the bricks, but shall be raked out with a suitable metal tool before the mortar sets, to form keys with new mortar. Every brick shall be thoroughly soaked in water before using, till the bubbles cease to come up. No broken bricks shall be used except as closures. The course shall be truly horizontal and the work strictly in plumb, joints shall be broken vertically and they shall not exceed 10 mm in thickness. The brick work shall not be raised by Page 28 of 64

72 more than 10 single course per day. Tables shall be formed at very tenth course and kept full in water. The brickwork shall be carried out in bonds as detailed in drawings. Curing The work shall be well watered for 7 days. The work shall be protected during the rains as directed. Fairface All 3", 41/2" and 9" walls will be built fair faced on one side only. All walls of greater thickness shall be built without exception with fairface to both sides. 3.2 Brick Partition Work : Half brick masonry partition walls with C.M. 1:4 having crushing strength not less than 50 kg/sq.cm laid as described above but including 10cm thk PCC 1:4:8 bedding laid in every 10th course throughout the wall including scaffolding, watering etc complete. 3.3 Brick on Edge Partition Work : Brick masonry partition walls laid in plan with brick on edge with C.M. 1:4 having crushing strength not less than 50 kg/sq.cm laid as described above but including 10cm thk PCC 1:4:8 bedding laid in every 10th course throughout the wall including scaffolding, watering etc complete. The thickness of the wall in plan is equal to the lowest dimension of the brick size. 3.4 Exposed Brick Work : The work shall be carried out in a similar way as described above using selected bricks of approved quality. The brickwork shall be carried out in the bond and pattern given in the drawing or as directed. The basic two courses of the brick work shall be first got approved by the Engineer-Incharge / NID before further work in taken in hand. All horizontal & vertical joints shall be uniform in respective thickness and height of every brick course uniformly maintained. The exposed faces and arrises of the brick shall be full and not chipped. The joints shall be raked if required to be pointed or flush finished (Simultaneously pointed) as instructed by the Engineer-Incharge / NIDs. The mortar used for brick work shall not flow over the faces of brick work and deface it. Page 29 of 64

73 Rate The rate for the brickwork shall be for all shapes & sizes in plan & elevation as specified by Engineer-Incharge / NID or in detail drawing and shall be inclusive of all necessary single or double scaffolding, watering and cutting of bricks, corbels, projections, etc. Measurement The brickwork shall be measured in cubic meter if the thickness of the wall is 23 cm (9") or more than 23 cm (9"), otherwise it shall be measured in square meter. All brickwork shall be as pr I.S The unfinished net sections as shown in the drawings or as directed by the Engineer-Incharge / NID shall be measured and paid for. Page 30 of 64

74 4 PLASTER AND POINTING 4.1 Smooth Cement plaster. The joints shall be raked out to a depth of 12 mm and the surface shall be cleared off all dust and dirt. The brick work shall be thoroughly watered. Portland cement and coarse sand, screened as directed, shall be mixed in proportion of 1:4, water, then, shall be added gradually to make the mixture homogeneous. The mortar, then shall finally be applied on the surface to be plasterd and made even in line and level as required. The surface then will be finished smooth with a thin layer of neroo (lime cream putty) while the mortar is still wet. The surface shall be finished to the smoothness required by working on it with a trowel. Plaster shall be started from top and gradually worked down towards floor. The work shall be properly cured for 7 days. The work shall be measured in square meter, as per I.S (Part XII) 4.2 Rendered Sandface Plaster The joints shall be raked out to a depth of 12 mm as required. The surface shall be cleaned off all dust and dirt and brick work shall be thoroughly watered. The joints shall be raked out to a depth of 12 mm as required. The backing coat of minimum 12 mm thickness with cement mortar 1:4 shall be prepared and key shall be formed on the surface. After curing the backing coat for two days continuously, the finishing coat of 6 mm thickness with cement mortar 1:3 consisting of cement, coarse sand, screened as directed to give a uniform thickness shall be applied and finished to the desired texture by using sponge or 'Gutka' as directed. Water proofing compound of approved make shall be added in the mortar of final coat as per manufacturer's specifications, as directed by the Engineer-Incharge / NID. The plaster shall be thoroughly cured for 7 days. The measurement shall be in square meter, as per I.S (Part XII) Page 31 of 64

75 4.3 Mala Plaster a) Single Coat The surface to be plastered shall be prepared above. A spray of cement slurry (1:2) then be applied and allowed to dry. Cement mortar (1:4 mix) will be applied on this and worked to obtain smooth even surface. The surface then be finished smooth with a steel float-mala-to get even textured smooth surface. The plaster will be cured for a minimum period of 7 days. b) Double coat After preparing the surface a backing coat of minimum 12 mm thick shall be applied in cement mortar 1:4 and finished in line and level. Keys will be formed and surface properly cured. A finishing coat of cement mortar 1:3 will be applied and worked to get smooth even / textured surface with the help of steel float. The plaster will be cured for 7 days. The measurement shall be in square meters as per I.S (Part XII) 4.4 Cement Pointing The joints of brickwork shall be raked out to a depth of 12 mm. The dust shall be brushed out of the joints and the surface shall be well wetted. The pointing shall be made with portland cement and sand mixed in proportion 1:2. The joints of the pointed work shall be neatly finished as directed. The pointing shall be of flush type or recess type as specified. If there is recess type pointing, care should be taken to see that the depth and width of the recess is uniform. After pointing, stains and any mortar sticking to the surface shall be removed. The work shall be cured properly atleast for seven days. If desired by the Engineer- Incharge / NIDs, pointing shall be simultaneously one while working of the brick work. The joints shall be finished flush with the same mortar. Utmost care will be taken to see that the mortar used for the brick work is not too wet to deface the bricks. The measurement shall be in sq. meters as per I.S (XII). Page 32 of 64

76 Grooves Grooves in plaster of various types as described in the schedule of qualities, shall be paid for separately for the extra labour involved. No deductions of the area of such grooves shall be made from plaster quantity.. Drip mould/tapak This item shall be separately measured and paid for. No extra rate will be paid for plaster work for beam soffits,chajja soffits, column sides etc. 5 FLOORING 5.1 Floor-bedding. The floor bedding of cement concrete in specified proportion, using 20mm size coarse aggregate, shall be laid to thickness, grades and levels required. The brick soling or rubble soling shall be thoroughly wetted before the concrete is laid. The work shall be watered and cured thoroughly. 5.2 Rough Stone Flooring The rough stone shall be dressed to get uniform s ize of the Stones or in different sizes as directed. The setting shall be done on cement mortar bedding with neat cement floating, in pattern as per drawing. The work shall be measured in sq.meters. 5.3 Polish Stone flooring Polished stone shall be of best quality and shall be free from veins and cracks. The stone shall be of uniform colour. The stone shall be of thickness between 25mm to 40 mm. The stones shall be hand dressed to uniform sizes and edges made smooth by rubbing on girders and grinding with wet sand. The bedding of the lime/cement mortar to the required thickness shall be provided in line and level. All joints shall be hairlike thickness and grouted well with cement and the surface produced to near jointless perfection. The stone shall be laid as per the pattern and details given by the Engineer-Incharge / NID. It shall be machine polished with three or more courses of graded emery stones and finally polished with Lac emery to produce smooth and even surface. Page 33 of 64

77 The work shall be measured in Sq.meters. The skirting shall have fine chiseled edge and hand polished. It shall be measured in running meters. 5.4 I.P.S. Flooring This shall consists of specified thickness cement concrete in proportion as directed, laid in line and level and in bays as per drawings (not exceeding 2m x 2m),as required. if specified, the top surface shall be finished smooth with `Ironite' or approved equivalent hardening compound added to concrete mix as per manufacturer's specifications. The concrete shall be laid in alternative bays if directed. The edges of the first cast bays shall be true and even using Angle-iron form or plained wooden form to get as sharp and true line. The edges of the two adjacent bays shall be painted with cold plastic bitumen or approved chemical before the concrete of the adjacent bays shall be filled in with cement mortar if directed by the Engineer-Incharge / NID. If specified by Engineer-Incharge / NID, Power trowlling shall be carried out as directed by TREMIX machine. 5.5 IPS skirting The specification is same as that of IPS flooring except that the thickness is 19mm or as specified. The height of the skirting shall be as per the drawing / instruction of the engineer / as specified by Engineer-Incharge / NID. 5.6 White/Coloured glazed tile flooring : The glazed tiles shall be of make as approved by the Engineer-Incharge / NIDs. It shall be laid over 1:6 cement mortar bedding for floor and backing coat of plaster in C.M 1:6 for dado. The tiles shall then be laid in a neat thin cement paste in a proper line and level in a pattern approved by the Engineer-Incharge / NID. The joints shall be finished with white/coloured cement. All joints shall be uniform and thin. The tiles shall be cleaned well with dilute acid and made clean without any spots or dirt. The work shall be measured in Sq. meters. Page 34 of 64

78 5.7 Ceramic tile flooring: Ceramic tiles shall be from approved manufacturer and shall be of specified size, thickness, colour and shade without warp and with stragist edges. The laying ceramic tiles & dado will be carried as discribed above in white glazed tiles item. The work will be measured in square metre of surface area. 5.8 Vitrified tile flooring: Vitrified granamite mirror finish tiles of 1 st quality of approved manufacture of specified size of any desired shade & colour, thickness and with straight edges. They shall be without bend / warp in any direction. The laying of tiles in floor will be carried as discribed above in glazed tiles item. The work will be measured in square metre of surface area. 5.9 Brick paving. Over burnt bricks shall be used for the purpose. The brick shall be laid flat or on edge as required and set on cement mortar (1:6) bedding with uniform joints to give leveled surface to the required grades. The joints shall be pointed with cement mortar 1:2. The work shall be properly cured. Measurement of the work is in Sq.meter of the actual area laid FACTORY MADE CEMENT CONCRETE INTERLOCKING PAVER BLOCK 1 Base Interlocking paver block to be fixed on the bed 50 mm or specified otherwise thick of coarse sand of approved specification and filling the joints with the sand of approved type and quality or as specified and as directed by Engineer-in-charge. 2 Interlocking Paver Block Factory made precast paver block of M-30 or otherwise specified grade to be used. Paver blocks to be of approved brand and manufacturer and of approved quality. Minimum strength as prescribed by manufacturer and as per direction of Engineer-in-Charge for the grade specified to be tested as per method mentioned in specification of subhead cement concrete of CPWD Specification 2009 Vol. I. 3 Measurement & Rates Area provided with paver block to be measured in sqm. correct upto two places of decimal. The rate include the cost of the material, labour, tools etc. required in all the operations described above. Page 35 of 64

79 6 DOORS, WINDOWS, GRILL & GLAZING i) Flush doors. Shutters shall be of 35mm thick or as specified, solid cored with teak Veneer or Cedar or commercial or an approved quality waterproof plywood faced as specified on both faces or laminated on either side as specified in BOQ and shall be of approved manufacturers. It shall be lipped with t.w. lining to minimum depth of 55 mm on all exposed sides as directed. The frame shall be of size or as specified in the drawings of teak wood of an approved quality. Anti-termite treatment shall be applied to the frames as directed. Fixture and fastening of approved quality shall be used. Door shall be painted with three coats of approved synthetic enamel paint with desired colour and shade over a coat of wood primer. The work shall be measured in sq.meters as per I.S If specified by the Engineer-Incharge / NID the standard 'EZ' section steel frame or aluminium frame of approved manufacture shall be used. ii) Steel windows They shall be of approved make like AGEW or as specified. These shall be made from standard sections to the sizes and requirements. All frames shall have one coat of shop paint before erection. All windows shall be secured into the wall by standard lugs and the gap between the frame and masonry shall be properly filled in with approved mastic. Glazing shall be of 6 mm thick wired glass or 4 mm / 5 mm thick plain sheet glass or Float glass as specified, and fixed to shutters by means of teak beads or metal or aluminium beads as directed. The rate shall include supplying, erecting at site, supplying and fixing glass as specified and painting with three coats of synthetic enamel paint and supplying and fixing necessary hardwares, fixtures & fastening as previously approved. Measurement of the work shall be in Sq.meters. iii) M. S. Grills The grills shall be prepared as per drawing and design given by the Engineer- Incharge / NID. The M.S. Sections to be used shall be square, flat, channels, round, bars, etc. with specified dimension as directed. The joints shall be welded. The grills shall be fixed in windows, balcony railing or stair railing or terrace parapet as directed by the Engineer-Incharge / NID. It shall be painted with three coats of approved paint over a coat of anticorrosive primer with desired colour. The work shall be measured in Sq.Meter. Page 36 of 64

80 SPECIFICATION FOR WATER SUPPLY AND SANITARY WORKS 1.0 SCOPE OF WORK : The general character and the scope of work to be carried out under this contract is illustrated in the drawings and specifications. The Contractor shall carry out and complete the said work under this contract in every respect in conformity with the rules and regulations of the local authority. The Contractor shall furnish all labour, supply and install all materials, appliances, tools, equipments etc, necessary for the complete provision and testing of the whole plumbing services installation as specified herein as per the relevant ISI codes and shown on the drawings. This also includes any material, appliances, equipment not specifically mentioned herein or noted on the drawings as being furnished or installed but which are necessary and customary to make a complete installation as shown on the drawings or described herein, properly connected and in working order. In general, the work to be performed under this contract shall comprise of the following : 1.1 All incident jobs connected with plumbing services installation, such as excavation in trenches and back filling, cutting chases in concrete, brick etc. and making good, cutting/drilling holes through walls, floors, and grouting for embedding of fixtures, equipment, etc. 1.2 Furnish and install a complete workable, plumbing services installation as shown on the drawings and described in this specification and as per the latest ISI specifications including all that which is reasonably inferred. 1.3 Complete installation of internal and external water supply system. 1.4 Complete installation of the sewerage & sewerage appurtenances internally and around the building. 1.5 Complete installation of all sanitary and plumbing fixtures. 1.6 Co-operation with other crafts in putting the installation in places. Any work done without regard or consultation with other trades, shall be removed by the Contractor without any additional cost to the Employer, to permit the proper installation of all other work, as desired by the Employer. 1.7 Repair all damage done to the premises as a result of his installation and remove all debris left by those engaged for this installation to the satisfaction of Employer. Page 37 of 64

81 1.8 Cleaning of all plumbing fixtures, testing and showing satisfactory performance of all the fixtures at the time of handling over to the Employer. 1.9 Take care of all the fixtures fitted until the time of handing over to the Employer Wrapping and coating of all underground pipes for GI pipes Assume full responsibility of all required applications and costs, to connect to Municipal water mains, sewers and storm water drains, to the extent these are applicable to this installation As Built Drawings / Documents. 2.0 REGUALTIONS AND STANDARDS :- Concern IS code will follow. The installation shall also be in conformity with the byelaws and requirements of the local authority in so far as these become applicable to the installation,. Wherever this specification calls for a higher standard of materials and/or workmanship than those required by any of the above regulations and standards, then this specification shall take precedence over the said regulations and standards. Wherever, drawings and specifications require something, which will violet the regulations shall govern. 3.0 FEES, PERMITS AND TESTS : The Contractor shall obtain and pay for any and all fees and permits required for the installation of this work. On completion of the work, the Contractor shall obtain and deliver to the Employer, certificates of final inspection and approval by the local authority. The Employer shall have full power to require the materials of work to be tested by an independent agency at the Contractor's expenses in order to prove their soundness and adequacy. 4.0 DRAWINGS AND SPECIFICATIONS : 4.1 The drawings and specifications shall be considered as part of this contract and any work or materials shown on the drawings and not called for in the specifications or vice versa shall be executed as if specifically called for in both. The contract drawings indicated the extent and general arrangement of the fixtures, drainage system etc, and are essentially diagrammatic. The drawings indicate the points of supply and termination of pipe runs and broadly suggest the routes to be followed. The work shall be installed as indicated on the drawings, however any changes found essential to co- ordinate this work with other trades shall be made without any additional cost. The date given herein and on Page 38 of 64

82 the drawings is as exact as could be secured, but its complete accuracy is not guaranteed. The drawings and specifications are of the assistance and guidance of the Contractor, and exact location distance and levels will be governed by the individual building and site condition therefore approval at the architects shall be obtained before commencement of work. 4.2 At the completion of the work, Contractor shall furnish final completion drawings to the Employer on tracing paper including all product catalogues, maintenance manual in the desired format. 4.3 MANUFACTURER'S INSTRUCTION : Where manufacturers have furnished specified instructions, relating to the materials used in this job, covering points not specifically mentioned in these documents, these instructions shall be followed in all cases. 4.4 CHANGE IN DIMENSIONS : If the size of the fixtures mentioned is not available then the nearest available size shall be fixed with due consent of the Employer. 5.0 MATERIALS : 5.1 Materials shall be of the best approved quality obtainable and unless otherwise specified they shall conform to the respective Indian Standards Specification. 5.2 Samples of all materials shall be as per the list of approved brand manufacture. The samples shall be got by the Project Managers approved before placing order and the approved samples shall be deposited with the Employer. 5.3 In case of non-availability of materials in metric sizes, the nearest size of FPS units shall be provided with prior approval of the Architects, for which no extra will be paid. 6.0 DRAINAGE : PVC PIPE AND FITTINGS : PVC pipe and fitting shall comply, with IS in every respect and all PVC pipes, bends, etc, shall be of the best variety. Pipes shall be jointed using good quality rubber lubricants & tested for leakage as per class of pipe. Page 39 of 64

83 6.1.2 Stoneware pipes & fitting shall comply with IS in every respect & all stoneware pipes, bends, etc shall be of best salt glazed variety, glazed inside as well as outside, hard, smooth, even textured, free from fine cracks, air blows & blisters. The pipe shall be truly circular in cross section perfectly straight & of standard nominal diameter, length & depth of socket. 6.2 TRENCHES FOR PVC / SW PIPE DRAINS : Alignment and Grades : The drains are to be laid to alignment and grade shown on the drawings but subject to such modifications, as shall be ordered by the Architect from time to time to meet the requirements of the works. No deviations for the lines, depths of cutting or gradients of sewers shown in the drawings shall be permitted except by the express direction in writing of the Architects Opening Out Trenches : In excavating the trenches etc, the road metalling, Pavement kerbing etc, are to be placed on one side and preserved for reinstatement when the trench or other excavation shall be filled up and laid back to original conditions at no extra cost. Before any road metal is replaced, it shall be carefully shifted. The surface of all trenches and holes shall be restored and maintained to the satisfaction of the Employer. The Contractor shall not cut or break down any live fence or trees in the line of the proposed works but shall tunnel under them unless the Employer shall order to the contrary. The Contractor shall scrub up and clear the surface over the trenches and other excavations of all stumps, roots and all other encumbrances affecting execution of the work and shall remove them from the site to the approval of the Project Managers. All works across the roads shall be carried out as per directions of the Employer Excavation to be taken to Proper Depth : The trenches shall be excavated in all conditions of soil and to such a depth that the sewers shall rest as described in the several clauses relating thereto and so that the inverts may be at the levels given in the drawing. In loose soil, the Architect/Project Engineer may order the Contractor to excavate to a greater depth than shown on the drawings to fill up the extra excavation with concrete, sand, gravel or other materials. For such authorized filling of materials the Contractor shall be paid extra at the rate laid down as per the General Conditions of Contract, if the extra work was ordered by the Employer in writing. If the contractor should excavate the trench to a greater depth than is required without a specific order to that effect in writing, the extra depth shall have to be filled up with concrete at the Contractor's own cost to the requirements and satisfaction of the Employer. Page 40 of 64

84 6.2.4 Refilling : After the sewer or other work has been laid and proved to be water tight, the trench or other excavation shall be refilled. Utmost care shall be taken in doing this, so that no damage shall be caused to the sewer and other permanent works. Filling in the trenches and upto 50 cms. above the crown materials placed carefully and consolidated. After this has been laid, the trench and other excavation shall be refilled carefully in 15 cms. layers with materials taken from the excavation, each layer being watered and consolidated Settlement and damages : The contractor shall, at his own cost make good promptly, during the whole period of the works that are in hand, any settlement that may occur in the surfaces of roads, berms, foot paths, gardens, open spaces, etc, whether public or private caused by his trenches or by his other excavations and also shall at his own expenses and charge, repair and make good any damage done to the buildings and other properties Disposal of surplus soil : The Contractor shall at his own cost and charge, dispose within the site all surplus excavated material not required to be used on the works to within a distance of 300 m Timbering of sewer and trenches : The Contractor shall at all times support efficiently and effectively the sides of the sewer trenches and other excavations by suitable timbering, piling, sheeting, etc., without any extra cost. All timbering, sheeting and piling with their wallings and supports shall be of adequate dimensions and strength and fully braced and subsidence of the walls of the trench. The Contractor shall be held accountable and responsible for the piling used and for all damages to persons and property resulting from the improper quality, strength, placing, maintenance or removing of the same Removal of water from sewer, trenches, etc : The contractor shall at all times during the progress of work keep the trenches and excavations free from water which shall be disposed of by him in a manner as will neither cause injury to the public health nor to the work completed or in progress nor to the surface of any roads or streets nor cause any interference with the use of the same The width of excavated trench shall be as per the table given below. WIDTH AT BOTTOM Upto 100 mm dia Upto 150 mm dia Page 41 of 64

85 pipe pipe Excavation upto : 90 cm depth 65 Cm 65 Cm 90 to 150 cm depth 65 Cm 65 Cm 150 to 300 cm depth 90 Cm 90 Cm 300 to 500 cm depth 100 Cm 100 Cm Protection of existing services : All pipes, water mains, cables, etc., met in the course of excavation shall be carefully protected and supported Concreting : All pipes at shallow road crossings and made up ground shall be laid on a bed of 15 cm concrete with one part of cement four parts of sand and 2 parts of 40 mm gauge stone metal properly consolidated. Concrete shall be laid to the full width of the trench and also in haunches. 6.3 LAYING AND JOINTING PVC / SW PIPES : Laying : The pipes shall be carefully laid to the levels and gradients shown on the plans and sections by making use of sight rails and boning rods, with socket up the gradient JOINTING : For PVC pipes jointing shall be carried out with solvent cement. A uniform coat of solvent cement shall be applied on outer surface of the pipe and internal surface of fitting. The spigot of the pipes must be forced well home into its socket, and rotated to ensure even and proper spreading of the solvent cement. The excess solvent cement shall be removed. All such joints shall be further protected on the outside by a layer of Chopped Strand matt Fiber Glass Paste. No rubber ring joints shall be permitted. For SW pipes hemp rope soaked in neat cement wash shall be passed round the joint & inserted in it by means of caulking tool. More skins of yarn shall be added & well rammed home. Cement mortar with one part of cement & one part of sand & with minimum water Page 42 of 64

86 content but on no account soft or sloppy, shall be carefully inserted by hand into the joint with more cement mortar. The joint shall then be finished off neatly outside the socket at an angle of 45 deg. The joint shall be cured atleast for seven days Testing : All lengths of the sewer and drain shall be fully tested for water tightness by means of water pressure maintained for not less than 30 minutes. Testing shall be carried out from manhole / chamber to manhole / chamber. All pipes shall be subjected to a test pressure at least 1.5M head of water at the highest point of the section under test. The pipes shall be plugged preferably with standard drain plugs (with rubber rings) on both ends. The upper end shall, however be connected to a pipe for filling with water and getting the required head. The Contractor shall give water test to the drains and sewers at his own expenses and charges, as directed by the Architects. 6.4 INSPECTION CHAMBERS AND MANHOLES : Size of chambers/ manhole : The size given in bill of quantities and drawings shall be internal size of chamber. The work shall be done strictly as per standard drawing and following specifications Bed Concrete : Shall be in 1:4:8 cement concrete 150 mm thick for inspection chambers, 230 mm for depths upto 2.1 m and 300 mm for greater depths in case of manhole Brick Work : Shall be with best quality table molded bricks in 1:6 cement mortar as per specification for brick masonry Plaster : Inside of the walls of chamber/ manhole shall be plastered with 15 mm thick cement plaster 1:3 and finished smooth with a floating coat of neat cement Benching : Channels and benching shall be done in cement concrete 1:3:6 rendered smooth with neat cement. The following sizes of channels for the bench shall be adopted : Size of Drain Depth at Center Depth at sides i.e at walls Page 43 of 64

87 10 cms (4") 15 cm (6") 25 cm (10") 15 cm (6") 20 cm (8") 30 cm (12") Chamber/manhole covers : Covers shall be of heavy duty cast iron with lifting hooks as per IS , the details given in the drawing and fixed on the CI frame embedded in concrete. Cover placed on the frame shall be air tight. Weight of the cover on frame shall be specified in the schedule of quantities Steps : CI steps duly painted shall be provided whenever the depth of the manhole/chamber is more than 1.2 m as shown in drawing. 6.5 GULLY TRAP CHAMBERS : PVC gully traps of specified size and as per IS shall be provided. It shall be fixed on 15 cm.thick and 70 cm square 1:4:8 cement concrete bedding and gully outlet shall be jointed similar to the jointing of PVC pipes. A brick masonry chamber 300 x 300 mm (internally) shall be constructed with half brick trap and the wall shall be filled up with 1:3:6 concrete with neat cement. The corners and bottom of the chamber shall be rounded off so as to slope towards the grating. The clear space between the top of the grating and the bottom of the inspection cover shall not be less than 280 mm. In addition to 15cm x 15 cm CI grating, the chamber shall have a CI frame cover (30 cm x 30 cm ). It shall be placed on the top of the brick masonry. 6.6 MODE OF MEASUREMENT : Excavation (General) : The width of excavation shall be limited as shown in the table. The Excavation done within the building shall not be measured & paid for PVC Pipes : PVC / SW pipes shall be measured along the center line of the pipe line including the special in Rmt. length between the inside of the one chamber to inside of another chamber. These Shall be recorded between socket pipe near gully trap and inside of chamber. The quoted rate shall be per Rmt. and shall include the following : a) The cost of pipes, specials and other jointing materials. b) Laying, jointing and curing. Page 44 of 64

88 c) Testing and making good the defects if any Inspection Chambers : These shall be measured per number and rate quoted also shall be per number only. The quoted rate shall include all the cost of items specified in the bill of quantities and specifications viz Bed concrete Brick work Plastering Concrete benching and channeling Inspection chamber cover and frame including PCC bed for fixing the frame Keeping holes and embedding pipes for all connections Excavation, refilling, necessary dewatering and disposing of extra stuff to a place as directed by the Project Managers Testing Curing Manhole : These shall be measured in numbers as indicated in the schedule of quantities. The depth of manhole shall be reckoned from invert of channel to the top of manhole cover. Quoted rate shall cover the range of + or m on the depth specified in schedule and also all the cost of items specified in the bill of quantities and specification viz Bed concrete Brick work Plastering Concrete benching and channeling including drop connections Supply and fix C.I steps. Page 45 of 64

89 Keeping holes and embedding pipes for all the connections Excavation., refilling, necessary dewatering and disposing of extra stuff to a place as directed Testing Curing. bed Cost of CI cover and frame including embedding the frame in concrete Gully trap chamber : These shall be measured per number and the rate quoted shall be per number only. The quoted rate shall include all the cost of the items specified in the bill of quantities and specifications, viz Bed concrete Brick work Plastering Gully trap and grating Concrete to embed the gully trap Chamber cover and frame Keeping holes and embedding pipes for all the connections Excavation., refilling, necessary dewatering and disposing of extra stuff to a place as directed. 6.7 Cement Concrete Pipes: The pipes shall be with or without reinforcement as required and of the class NP2 as specified. These shall confirm to IS The reinforced cement concrete pipes shall be manufactured by centrifugal (or spun) process. All pipes shall be true to shape, straight, perfect sound and free from cracks and flaws. The external and internal surface of the pipes shall be smooth and hard. The pipes shall be free from defects resulting from imperfect grading of the aggregate, mixing or molding. Page 46 of 64

90 6.7.1 Laying of pipes: Loading, transporting and unloading of concrete pipes shall be done with care. Handling shall be such as to avoid impact. Gradual unloading by inclined plane or by chain block is recommended. All pipe sections and connections shall be inspected carefully before being laid. Broken or defective pipes or connections shall not be used. Pipes shall be lowered into the trenches carefully. Mechanical appliances may be used. Pipes shall be laid true to line and grade as specified. Laying of pipe shall proceed upgrade of a slope. If the pipes have spigot and socket joints, the socket end shall face upstream. In the case of pipe with joints to be made with loose collars. The collar shall be slipped on before the next pipe is laid. Adequate and proper expansion joints shall be provided where directed. In case where the foundation conditions are unusual such as in the proximity of trees or holes, under existing or proposed manholes etc., the pipe shall be encased all round in 15cm thick cement concrete 1:5:10 (1 cement, 5 fine sand, 10 graded stone aggregated 40mm nominal size) or compacted sand or gravel. In cases where the natural foundation is inadequate the pipes shall be laid either in concrete suitably designed structure as specified. If a concrete cradle bedding is used the depth of concrete below the bottom of the pipe shall be at least 1/4 th of the internal dia and shall extend upto the sides of the pipe at least to a distance of ¼ of the outside diameter of pipes 300 mm and in dia.. The pipes laid in trenches in earth shall be bedded evenly and firmly and as far up the haunches of the pipe as to safely transmit the load expected from back fill through the pipe to the bed. This shall be done either by excavating the bottom of the trench to fit the curve of the pipe or by compacting the earth under around the curve of the pipe to form an even bed. Necessary provision shall be made for joints wherever required. When the pipe is laid in the trench in rock, hard clay, or other hard material, the space below the pipe shall be excavated and replaced with an equalizing bed of concrete, sand or compact earth. In on place shall pipe be laid directly on such hard material. When the pipes are laid completely above the ground the foundations shall be made even and sufficiently compacted to support the pipe line without any material settlement. Alternatively the pipe line shall be supported on PCC saddle blocks. Similar arrangement shall be made to retain the pipe line in the proper alignment, such as by shaping the top of the supports to fit the lower part of the pipe, the distance between the supports shall be no case exceed the length of the pipe. The pipe shall be supported as far as possible close to the joints. In no case shall the joint come in center of the span. Care shall be taken to see that superimposed loads Page 47 of 64

91 greater than the total load equivalent to the weight of the pipe when running full shall not be permitted JOINTS OF PIPES : Joints are generally of rigid type. When specified flexible type joints may also be provided. 1. SPIGOT AND SOCKET JOINT (RIGID) : The spigot of each pipe shall be slipped home well in to the socket of the pipe previously laid and adjusted in the correct position. The opening of the joints shall be filled with stiff mixture of cement mortar in the proportion 1:2 (1 cement, 2 fine sand) which shall be rammed with caulking tool. After a days work any extraneous material shall be removed from the inside of the pipe and the newly made joint shall be cured THE TESTING OF JOINTS & REFILLING OF TRENCHES : The testing of joints, refilling of trenches for concrete pipes shall be as per IS. 6.8 MANHOLES, INSPECTION CHAMBERS, STORM WATER GULLIES, ETC., INSPECTION CHAMBERS : Where depth of sewer is less than 1.5m rectangular chambers shall be used having size as specified. Usual size are 600 x 450 or 600 x 600 or 600 x 900 or 1200 x These shall be constructed in the sewer line at such places and dimensions as indicated on the drawing sizes specified shall be clear internal dimensions of the chamber MANHOLES : Where depth of sewer exceeds 1.5m, circular conical manholes shall be provided. Various types and sizes of the manholes are specified for different depths typical drawing of various types of manholes shall be supplied to the successful bidder. In the absence of such drawings the standard drawings of the CPWD or local body, if available, shall be followed. Manholes and inspection chambers which are provided on roads or where heavy vehicular traffic is expected are provided with heavy duty CI air tight frame and cover. For those built on foot paths, carriage drives and cycle tracks, medium duty covers are provided. For locations within domestic premises or areas not subjected to wheel traffic loads they shall be provided light duty cover Storm water gullies shall be constructed for admitting storm water from the court yard area. It is constructed of specified size and is provided and pre-cast RCC or CI grating on top of admitting storm water run off into it. A typical drawing shall be provided to the successful bidder giving all details of construction to the successful bidder. Page 48 of 64

92 7.0 WATER SUPPLY : 7.1 CPVC PIPES AND FITTINGS for Internal Plumbing & PVC Pipes for External Plumbing: CPVC pipes & fittings shall be used for internal water supply lines and PVC pipes & fittings for external water supply lines conforming to ASTM D1784, ASTM D1785, ASTM D2466, ASTM D2467, ASTM D2564, ASTM F1498 & ASTM D2774 & ISO 7/1. they shall be of Astral flowgaurd, Ashirwad, Supreme or approved equivalent makes Laying and Fixing : Where pipes have to be cut or threaded, ends shall be carefully filed out so that no obstruction to bore is offered. For internal work all pipes and fittings shall be fixed truly vertical and horizontal, either by means of standard pattern holder bat clamps keeping the pipes (12mm) clear of the wall everywhere or concealed as directed. Only NSF approved IPS weld on PVC 705 & PVC 717 solvent cements to join PVC pipes with fiitings shall be used as directed. For external work, PVC pipes and fittings shall be laid in trenches. The width of the trench shall be the minimum width required for working. The top level of pipes laid underground shall not be less than 60 cms from the finished ground level. The work of excavation and refilling shall be done as specified elsewhere, or concealed as directed Painting : Painting the completed line with latex plastic paint (water base) shall be applied to external PVC pipes as directed Under Ground Piping : Pipes shall be buried in earth shall be wrapped with pipe coat membrane consisting of seven layers of polyethylene polymerized bitumen and polyester mat (2 mm thk wall embedded) laid over a suitable primer of fiber and solvent based rubber modified bituminuous primer. Material to be laid strictly as per manufacturer s specification and laid under technical assistance of manufacturers representatives as per IS Testing : Before any pipes are painted or covered, they shall be tested to a hydrostatic pressure of 7 Kg/sqcm. Pressure shall be maintained for at least eight hours without appreciable drop in pressure. In addition to the sectional testing of water supply pipes, the Contractor shall test the whole installation to the entire satisfaction of the Project Managers. The contractor shall rectify any leakages, failure of fittings or valves. Page 49 of 64

93 7.1.5 Mode of Measurements : PVC pipes above and below ground shall be measured along the center line of the pipes and fittings. The quoted rate for respective item shall be per Rmt and shall include the following : a) Cost of respective pipes and all specials. b) laying, fixing and jointing with necessary threading, solvents,etc. as direcred/ c) Cutting holes and chases in walls, floors, etc, and making good the same. d) Testing and making good the defects, if any. 7.2 SOIL, WASTE VENT AND ANTI-SIPHONAGE PIPES AND FITTINGS : SOIL, WASTE PIPES INSIDE THE TOILET : All soil, waste and anti-siphonage pipes and fittings used within sunken floor areas or below floor slabs (suspended pipes). Shall be UPVC socket and spigot type pipes conforming to relevant IS 4985 and or its subsequent revision. All 75mm /90mm/110mm/160mm pipes being laid below the floor, in earth or in sunken areas and also suspended from slabs shall be of 6 kg/cm2 classification. These shall be supported within sunken areas by slab, shall be done so by using 3mm dia hot dip galvanized Hi Tech Supports and anchored by means of Anchor fasteners. Where specified rigid PVC/ SWR PVC pipes & fittings may be used for vent, condensate, waste pipes. Rigid PVC pipes shall be of best of quality confirming to IS PVC pipes shall be jointed by using good quality rubber lubricant & tested for leakage as per the class of pipe JOINTING : Jointing shall be carried out with solvent cement. A uniform coat of solvent cement shall be applied on outer surface of the pipe and internal surface of fitting. The spigot of the pipes must be forced well home into its socket, and rotated to ensure even and proper spreading of the solvent cement. The excess solvent cement shall be removed. All such joints shall be further protected on the outside by a layer of Chopped Strand matt Fiber Glass Paste. No rubber ring joints shall be permitted within sunken floors/ below slab. Page 50 of 64

94 7.2.3 The sizes of the branch waste pipes for different fitting shall be generally as follows :- Lavatory Basin : 40 dia Urinal : 40 dia Sink : 40 dia Nahani Trap : 75 dia Special Floor Trap : 75 or 100 dia as required with or without inlet receiving cap. All waste pipes of 40mm/50mm/63mm/75mm shall be of 6 kg/cm2 classification. All such pipes shall be supported and clamped at 100cm c/c. All waste pipes being connected to a floor trap, shall be connected only through an inlet receiving cap, with a inlet connection joint of appropriate diameter, capable of being pasted to the floor trap providing for a leak proof joint. The inlet receiving pipes shall extend to the toilet finished floor where its joints with the floor shall be sealed with Silicone Sealant W.C. Pan connectors shall be as to suit the requirement with 75 dia, vent horn for connection to the antisiphonage pipe with pan connector of PVC Connection to the sewage or storm water collection sumps to be perfectly water tight and as specified in the drawing The floor traps for toilet blocks shall be molded PVC/ CI or fabricated from UPVC 6 kg/cm2 pipes with or without an inlet receiving cap. The traps shall have a minimum water seals of 40mm to 50mm Bathroom CP grating shall be of SS of the cockroach free design, of the best approved standard and design The pipes shall be laid to a slope of minimum 1 in 100 and preferably in 1 in 50, and connected to the drain SOIL, WASTE PIPE AND ANTI-SIPHONAGE VERTICAL, EXTERNAL PIPES : Page 51 of 64

95 All soil, waste and anti-siphonage pipes and fittings used as vertical external pipes within the shafts shall be PVC SWR Grade socket and spigot type pipes confirming to relevant IS or its subsequent revision. All pipes being used on exposed surface shall be UV protected with a UV inhibitor built in during Molding / extrusion in case of PVC pipes. All external pipes shall be mounted on special sliding brackets of Galvanized MS grouted to the Duct wall, with the pipes being held to it using GI U clamps. These brackets shall provide for a least 50mm clear working space behind the pipes. 7.3 BUTTERFLY VALVES : Butterfly valves shall confirm to the following specification BODY Heavy duty CI to IS 210 Gr FG 220 & BS 1452 Seating Molded insitu resilient lining of black Nitrile rubber Disk Nylon coated SG iron to IS 1865/SF 400 /12 7 BS 2729 Gr 420/12 Shaft shafts are made of SS AISI 410 only, flanged end valves to be used with flanges, drilled to BS10 table F, valves shall be capable of being locked in open position. Hand wheel shall be with vertical gear unit for smooth opening & closing of the valve, key rod with MS coated extended spindle to be provided where ever the valves are not approachable from the ground surface Mode of measurements: The valves will be paid in numbers along with companion flanges & shall include. Cost of valve with jointing materials Fixing & jointing with necessary bolts, nuts, washers, Rubber gasket, etc Testing & making good the defects, if any, 7.4 WATER FITTINGS ( BIB COCK, STOP COCK, ETC. ) : All water fittings shall be of approved quality and design and shall generally comply to latest I.S specifications. The fittings and joints shall be tested as specified for pipeline to ensure that the joints are leak proof. Defective fittings and the joints shall be repaired or re-done/replaced as directed. Page 52 of 64

96 7.4.2 Mode of Measurement : These items shall be measured in number unless not included in other items viz. wash basins, inlets to cisterns, etc, and shall include. a) cost of material. b) Cost of fixing accessories like bolts, nuts, washers. 7.5 VALVES : The body covers of the valve shall be of tough, homogeneous gun metal, the spindle of forged bronze and nut and valve seats of high graded gun metal machine faced. It shall be fitted with C.I wheel or a cap of standard type, marked with an arrow to show the direction of turn for opening of the valve. It shall have flanged ends drilled to Indian Standard Specifications or screwed ends as specified The valves shall work easily and smoothly under all conditions and shall be water tight when closed under head of 92 mtrs or such greater head as may be specified The diameter of the water way, when the valve is fully opened shall not be less than the diameter of the pipe Fixing of the valve shall be done by means of bolts, nuts and 3 mm thick rubber insertions with flanges, for flanged ends and with GI collars and unions for screwed ends. Rate includes bolts, nuts, washers and insertion, if any Mode of Measurements : Valve shall be per number only and shall include : a) Cost of valve and jointing materials. b) Fixing and jointing with necessary bolts, nuts, washers, rubber gaskets, insertion, etc. 7.6 Ball Cocks : c) Testing and making good the defects if any Ball cocks used for storage tanks shall be high pressure brass with brass lever rods and PVC floats Measurements : Ball cocks shall be measured by the number unless called for with the item in the schedule of quantities. Page 53 of 64

97 7.7 PRESSURE REDUCING VALVE : Pressure reducing valves shall be Leader/ITZAP/Advance make brass pilot operated spring loaded valves for reducing pressure from 2.5 kg/cm2 suitable for specified dia of pipe. 7.8 RAIN WATER PIPES : RIGID PVC PIPES : a) GENERAL : PVC pipes shall confirm to the relevant specification of IS or they should be of class II (4 KSC) type pipes. They shall be made of polyvinyl chloride (PVC) and shall be sound with good surface finish, mechanical strength and capacity. During manufacture only those additives may be added to produce and above characteristics. No additives shall be added separately or together in quantities sufficient to constitute a toxic hazard, or impair the fabrication or welding properties of the pipe or impair its physical or chemical properties. Addition of the manufacturers own re-work material during manufacture is permissible only upto 10%. All pipes shall be spigot and socket type (bell type). b) Pipes sizes and wall thickness : shall be as specified in the tender/ IS c) Tolerances : Tolerances on diameters and wall thickness shall be as per IS d) Fittings : All fitting shall be injection molded socket fittings with or without inspection doors as specified and shall be in accordance with the requirements of the relevant IS pressure ratings and tolerances shall be as per IS e) Laying and Jointing : Pipes shall be cut to length required including the portion to be inserted in the socket with a hacksaw. The pipe shall be cut square. Pipes and sockets shall be clean and dry and burrs removed both inside and outside with a file. The surface to be in contact shall be roughened with emery paper, and dry fit checked. A thick coat of solvent cement shall be applied to the outer surface of the pipe and a thin coat on the inside surface of the socket by means of a brush. Solvent cement shall be of approved make. The fitting shall be turned for 90 degree to ensure even distribution of cement while applying. Excess cement shall be wiped off. Page 54 of 64

98 All such joints shall be further protected on the outside by a layer of chopped strand mat fiber glass paste. GI clamps shall be used for clamping to walls, etc., pipe shall be clamped at least 2 away from the wall surface using GI clamps screwed to the wooden plugs, not more than 1 meter apart. F) Clean Outs : PVC collar ring shall be fitted to the spigot end of the PVC pipe by means of solvent cement. The spigot end of the pipe to be joined shall then be inserted into the socket and aligned. Tarred spun yarn shall be caulked into the angular space between the spigot and socket upto a height of 20mm. The remaining space shall be filled with CM 1:2 using very little water and well caulked using wooden caulking tool and finished off neatly. Joints shall be kept for 24 hours. Alternatively, if so directed by Architects, the following method may be adopted. The spigot end of the PVC pipe should be jointed to a PVC collar using solvent cement as detailed. The other end of the collar is then jointed to the socket of the CI pipe using solvent cement. 7.9 MISCELLANEOUS ITEMS : Supports, pedestals and base for inspection chambers, gully traps and pipes shall be in 1:2:4 cement concrete mix Pipes sleeves and inserts, etc., through RCC walls either external or internal shall be of CI or MS provided with puddle flange. M.S Puddle flange shall be galvanized During concreting threaded ends of the pipes are to be blinded with threaded blind plug Connection to the sewage or storm water collection sumps to be perfectly water tight and as specified in the drawing Rain water flashing shall be of 150/100 dia with CI dome shape grating and extension piece The floor traps for toilet blocks shall be PVC with SS grating, bolted down design. The traps shall be provided with minimum water seals of 2 to 2½ Bathroom CP grating shall be of bolted down design out of heavy cast brass with a chromium plating of the best approved standard Cast iron gratings shall be flat with perfect edge of the best quality procurable of the specified width and thickness and in the available lengths. 8.0 SANITARY INSTALLATION AND FIXTURES : Page 55 of 64

99 8.1 All fixtures shall be fixed in a neat workman like manner true to line and as recommended by the manufacturer or shown on the drawings. Care shall be taken to fix all fixtures, brackets and accessories by proper wooden cleats, rawl plugs, bolts and nuts as each fixtures will warrant with the correct size of screws, nuts or bolts. 8.2 Care shall be taken in fixing all approved chromium plated fixtures and accessories so as not to leave any tool marks or damages on the finish. all such fixtures shall be tightened with fixed spanners. Use of Stiltson type pipe wrenches with toothed jaws shall not be allowed for this purpose. 8.3 All fixture shall be thoroughly tested after connecting up the drainage and water supply system. All fixtures shall be thoroughly finished and any leakage in piping, valves and waste fittings shall be corrected to the entire satisfaction of the Architects. 8.4 Upon completion of the work, remove all labels, stickers, plasters etc, from the fixtures and clean all fixtures with soap and water so as to present a neat and clean toilet. 8.5 INDIAN WATER CLOSET : Indian Water Closet sets with 'P' or 'S' trap shall be the type as given in the schedule with 32 mm PVC flush pipes, high level cistern, PVC inlet connection and brass strip cock. India Water Closet and trap shall be set in lime surki concrete 1:4 and flush with the floor Measurement : Indian Water Closet shall be measured per number and quoted rate shall include, a) The cost of W.C pan with 'P' or 'S' trap, cistern, PVC inlet pipe, CP brass stop cock and pair of white glazed foot resets. b) Setting the closets in lime surki concrete including the cost of surki concrete. c) Painting the brackets and cistern. 8.6 EUROPEAN TYPE WATER CLOSET : The closet shall be of vitreous China wall hung box rim pattern having back inlet and P/S trap. Each closet and cistern shall be provided with the following accessories : Page 56 of 64

100 a) Seat : Double flapped heavy plastic seat cover of approved quality and color with rubber buffers with C.P brass bar and screws and fixed to the pan. b) 32 mm CP flush Valve set / Cistern. c) CI chair with bolts / bidet bolts for mounting the closet MEASUREMENT : These items shall be measured per number and the rate quoted shall be per number only. The quoted rate shall include. a) The cost of W.C pan, trap with brackets / bolts and C.P flush pipe, CP brass flush valve Set / Cistern. b) Plastic seat cover. c) Jointing and fixing material. d) Painting of brackets. 8.7 WASH BASINS : These shall be of white vitreous China of best quality manufactured by an approved firm of size as specified in the schedule of quantities. The basins shall be supported on a pair of C.I brackets of approved design Each wash basin shall be provided with 1 No. 15 mm CP brass Pillar cock,15 mm CP brass stopcock, 8 mm PVC/CP inlet pipe, 32 mm CP waste coupling, 32 mm CP bottle trap, GI pipe Measurement : This item shall be measured per number and the rate quoted shall be per number only. The quoted rate shall include: a) The cost of wash basin with bracket and other items stated above. 8.8 SINK : b) Jointing and fixing materials. c) Painting of brackets These shall be white vitreous China of best quality and sizes as per the schedule of quantities. The sink shall be supported on necessary brackets. Page 57 of 64

101 8.8.2 Each sink shall be provided with 40 mm CP waste coupling & 40 mm GI waste pipe with bottle trap Measurement: Sink shall be measured by number including all items stated and shall include the cost of all fixing materials. 8.9 URINALS: These shall be of vitreous China of best quality manufactured by an approved firm of size as specified in the schedule of quantities. Each Urinal shall be provided with 1 No. CP dome coupling, 1 No. 15mm CP brass angular stop cock with wall flange/ urinal flush valve set complete with control cock and connected CP pipe to the urinal spreader. Large flat urinal should be supported with CI brackets of approved design Measurement: Urinals shall be measured per number and quoted rate shall include. a) 15mm CP brass urinal flush valve set complete with control cock/ 15 mm CP push cock/ 15 mm CP angular stop cock with wall flange and 300 mm long connecting pipe with nut, CP urinal spreader, CP waste dome grating. b) 32mm CP brass bottle trap of casted type/ 32 mm PVC waste pipe. c) 40 mm OD PVC waste pipe concealed in wall. d) GI pipe concealed in wall with required specials for water supply. e) Jointing and fixing material. f) Painting the brackets. 9.0 TOILET REQUISITES : 9.1 MIRROR : The mirror shall be of the best quality India make 5.5 mm thick. The size shall be as specified and of approved design and make. 8 mm thick commercial plywood shall be fixed to the back of the mirror and wall with C.P side clips and screws. 9.2 TOWEL RAIL : Towel rail shall be of anodized aluminum C.P with reinforced bends and circular flanges. The size of the rail shall be as per Schedule of Quantities. The bracket shall be fixed by means of CP brass screws to wooden cleats firmly embedded in the wall. 9.3 TOILET PAPER HOLDER : Toilet Paper Holder shall be of white vitreous China or as specified in Schedule of Quantities. Page 58 of 64

102 9.4 FLOOR TRAPS : The trap shall be of CI/PVC, self cleaning and deep water seal type with 50 to 65 mm water seal. It shall have a 100 mm dia grating. These shall be fixed in concrete to the required level and position. 9.5 SHOWER : These shall be C.P finish swivel type as specified in Schedule of Quantities. 9.6 TOWEL RING, SOAP TRAY, CLOTH STAND ETC : These shall be of CP/anodized aluminum as described in the schedule of quantities and as per the displayed sample. These shall be fixed by means of C.P brass screws to wooden cleats, firmly embedded in the wall. 9.7 BOTTLE TRAPS : Bottle traps (for wash basins, sinks, urinals, etc.,) shall be deep seal (minimum 6 cms seal) cast brass bottle traps, heavy chromium plated. All bottle traps shall be provided with suitable cleaning eye, extension piece, flare nuts all chromium plated. Bottle traps shall be of approved make and design. Traps for wash basins shall be 32mm for urinal and wash basin and 40mm for sinks. 9.8 MEASUREMENT : All these items shall be measured per number and the quoted rate be per number only which shall include : a) The cost of respective materials. b) Necessary fixtures. c) Fixing in position MISCELLANEOUS WORKS : 10.1 HANGERS & SUPPORTERS: GENERAL: Provided proper solid angle iron/channel section, supports for all pipes complete with clamps. Wherever comes, provided wooden guide to support pipe on the angle iron hangers/supports. For attachment in concrete, use Hitech fasteners or anchor plug type Page 59 of 64

103 inserts of equipment. Provide hangers with in 900 mm of all changes in direction of pipes. A minimum of three hangers per expansion band wherever shown in drawing. Provided all additional structural steel angles, channels of the members whether specifically shown or not but are required for proper support. Where necessary additional hangers to be provided to arrest water hammers or hydraulic resonance with proper rubber padding. Space hangers as noted below, except on all soil pipes which shall have a hanger of multiple fittings. Sufficient hangers shall be provided to maintain proper slope without sagging. In case of angle suspended line, the following is suggested. Pipe Sizes Hanger Rod Dia. 20 through 50 mm 6 mm 65 through 125 mm 10 mm 150 and over 15 mm Pipe size Spacing of supports 12 to 40 mm 1.0 m apart 50 and above 1.5 m apart or as per IS Provide floor stands, wall brackets of masonry pillars etc. for all lines running near the floor or near walls for those lines which cannot be properly supported or suspended from the walls or floors. Pipe lines near concrete or masonry walls may be hung also by hangers carried from wall brackets at a higher level than pipes. Hanging of any pipe from another pipe is prohibited HANGERS : Band type hangers shall be provided. Hot water piping is to be provided with suspended supports as far as possible. Note that strap hangers are not permitted and clamps should be of removable type INSULATED HOT WATER PIPING : Page 60 of 64

104 A 40 mm timber support for direct support of hot water line is required. Timber supports are to rest in brackets INSERTS AND SLEEVES : Layout work in advance of placing of concrete slabs or construction of walls, furnish and set inserts and sleeves necessary to complete the work. Cost of cutting or patching made necessary as a result of this operation shall be at no expense to the owner. Opening shall be as per structural consultants approval THERMAL INSULATIONS : The scope of this section comprises the supply and application of insulation to hot water piping, equipment and other accessories Samples of all insulation material specified in various forms, i.e, panels, pipe section, etc., shall be submitted by the successful contractor within 30 days from the date of issue of letter of intent and approval obtained thereof from the Project Managers. The Project Managers shall have the right to reject all supplies which do not conform to the samples so approved All insulation on equipment piping etc., shall be applied only after the system has been pressure-tested satisfactorily. Description Pipe size Thickness Material & Make a) Hot Water Piping - All sizes 50mm Prefab section / mineral wool. (Rockwool / Llyods) 20-40mm 9mm Flexible light weight elastometric The insulation shall be applied as follows mm 13mm - do - material (Vidoflex / ArmaFlex) - Clean the piping surface with wire brush to remove dirt and rust. - Inset the vidoflex / Armaflex insulation material over the pipeline. Use PCS 2550 black cotton tape between the joint and covered with polyshield for internal piping and Al. cladding for external piping Insulation over all hot water piping (laid above ground) shall be covered with aluminum cladding using 24G sheets, the joints being formed with proper grooves, and overlaps and secured in position with self-tapping screws. For bends/elbows and such other fittings, the cladding shall be in multi-piece construction, the thickness of sheet employed being 22G. Page 61 of 64

105 13.4 Care shall be taken to apply the insulation in such a manner as to allow the dismantling of the pump without damaging the insulation For elbows/bends the semi-cylindrical sections of the insulation material shall be cut into tapered segments and applied. The insulation shall be covered with Al. cladding as per details furnished Valves, fittings, strainers, etc., in hot water piping shall be insulated to the same thickness the piping to which they are connected. The insulation thereafter covered with aluminium cladding Flanges shall be insulated to the same thickness as the piping in question Theprice for valves, fittings, strainers, pumpsets, chillers and other accessories of hot water piping shall also include insulation with finish in their respective items itself. No separate measurement will be for insulation for these items PREAMBLE TO ITEMS RATES 1. All items of work shall be read and executed strictly in accordance with the description of the items & read in conjunction with the appropriate IS code, Technical specification and Conditions of contract. 2. The rates quoted by the contractor shall be for the complete item and shall include cost of all materials, Labour, equipment, machinery, tools, plants and curing, etc. to complete the item. 3. The rates shall be excluding of all applicable taxes. 4. The several items described in the following schedule will be carried out at various levels upto terrace level, as shown in the tender drawings. The contractor is required to quote the same rate for all the floors / levels / heights. 5. The rates of extra items will be settled by the Architect either taking into consideration the rates of similar items quoted by the contractor in other sections of the schedule (Min rate shall be considered among all section of schedules for the similar item) or where the rates cannot be derived from tender, the extra items will be derived from the rate analysis considering the cost of materials and labour actually consumed in the work plus ten percentage (10%) for contractor s overheads, establishment charges and profit etc. 6. Any additional item is required to be executed in a particular section of schedule which is not given in that schedule but the similar item is exist in other section of the schedule, during the execution of the work, lowest rate shall be applicable among all section of schedules for this similar item. 7. The rate for each item of work included in the bills of quantities shall unless expressly stated otherwise included cost of:- a) All materials, fixing materials, accessories, hardware, operations, tools, equipment, consumables, civil works wherever involved and Page 62 of 64

106 incidentals required in preparation for in the full and entire execution and completion of the work called for in the item as per specification and drawings completely. b) Wastage on materials and labour. c) The rates shall be excluding of all applicable taxes. d) Liabilities, obligations and risks arising out of conditions of contract. e) Liaison Service charges. f) Preparation of shop drawing, as built drawing, O & M Manuals, Soft Copies CD, to be submitted after final completion of work. 8. The measurements of the works shall be taken as per IS: The contractor shall submit rate-analysis of such item of work as desired by the Architect/ NID to form the basis of evaluation of rates of extra items. 10. All requirements of system whether such of them are mentioned in the item or not in the specifications and drawings are to be read as complimentary to and part of the schedule of quantities and any work called for in one shall be taken as required for all. 11. In the event of conflict between the bills of quantities and other documents, BOQ may precedence over other documents, however in case of dispute, the most stringent shall apply and interpretation of the Architect / NID shall be final and binding. 12. No change in unit rate shall be allowed for any change in quantity or for any other reason whatsoever. 13. The successful contractors shall submit the Schematic diagrams, fabrication drawings with details of all equipments wirings diagrams etc., for approval prior to supply/commencement of such works. The approval of these drawings will be in general and will not absolve to contractor of the responsibility of the correctness of these drawings. At least four copies of the approved drawings shall be supplied to Consultants for their distribution to various agencies at site at no cost of Owner. Page 63 of 64

107 14. The tenderers must see the site conditions such as type of soil, locations etc., and take all factors into consideration while quoting the rates as no extra cost will be allowed on any ground arising out of or relating to the site conditions. 15. Any error in description or in quantity or omission of items from the contract shall not vitiate this contract but shall be corrected and deemed to be a variation required by the Architect / Owners. Page 64 of 64

108 NIT No : 09/17-18 dated Tender for Empanelment of contractors for Annual Maintenance Contracts for Miscellaneous Civil works at NID Campus, Ahmedabad & Gandhinagar. (Including labor, materials, tools, plants, scaffolding etc. complete) LIST OF MATERIALS OF APPROVED BRAND Sr.No Materials Brand / Make 1 Cement OPC ACC, Ambuja, Ultratech, JK Laxmi Super, Binani 43 / 53 G as approved by NID 2 Reinforcement TMT Tata / Sail / VIZAG marked as approved by the NID 3 Structural steel All types of sections Tata / SAIL / VIZAG marked as approved by the NID. 4 Exposed Bricks Approved by NID 5 Glazed tiles Kajaria,Johnson, Vermora, Somany, AGL 6 Ceramic tiles Kajaria, Johnson, Vermora, Somany, AGL 7 Vitrified tiles mat finish Kajaria, Johnson, Vermora, Somany, AGL 8 Flush doors and plywood Anchore, Uniply, Kit Ply, Century 9 Steel doors, windows & Ventilators AGEW, Shiv Muller, 11 Toilet Doors Anchor, Unily, kit only, Century

109 12 Glazing Saint-Gobain / Modi guard / Aasahi 13 R.C.C. Pipes Indian Hume pipe, Spun Pipe, Alcok, Jay Ambe or any ISI equivalent approved brand 14 G.I. Pipes Jindal, Tata, Zenith, Suraya, Asian 15 PVC pipes Finolex, Dutron, Supreme 16 CPVC pipes Water supply Astral, Ashirwad Flow Guard 17 PVC pipes Water supply Astral / Ashirvad / Supreme 18 UPVC Valves Astral / Ashirwad / Supreme 19 Stoneware Pipes Sonia or Jay Ambe or equivalent approved brand 20 Gun Metal Valves Sant, Leader, Herision, Zoloto 21 CPVC / UPVC Sluice valves, check valves, etc. Leader, DRP, Zoloto 22 C.P. Fittings Jaquar / Plumber as approved by NID 23 W.C. Pans, Wash basins, Urinal & Sinks Hindware / Hindustan / Cera range as specified in BOQ 24 PVC Seat covers Commander, Patel Cera or ISI equivalent approved brand Heavy type 25 Stainless Steel Sinks Jayna, Nirali, Neelkanth 26 Kotah Stone Brown or Green polished kotah stone duly selected 27 Paver block and Kerbing stones Vyara / Alcock M30 rubble molded interlocking system approved by NID. 32 Hydraulic Door Closer Hardwyn, Ozone, Everite, Doorset make

110 33 Floor Spring Ozone, Dorma, Hardwyn, NID / Engineer- In charge reserve the right to choose any one of the makes of materials and his decision is final & binding to.

111 General Rules & Directions NATIONAL INSTITUTE OF DESIGN GENERAL CONDITION OF CONTRACT 1. All work proposed for execution by contract will be notified in a form of invitation to tender pasted in public places and signed by the officer inviting tender or by publication in News papers or posted on website as the case may be. This form will state the work to be carried out, as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit and Performance guarantee to be deposited by the successful tenderer and the percentage, if any, to be deducted from bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the officer inviting tender shall also be open for inspection by the contractor at the office of officer inviting tender during office hours. 2. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power-of attorney authorizing him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to give effectual receipts for the firm. Applicable for Item Rate Tender only (CPWD - 8) 4. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall Page 1 of 54

Pre Qualification Tender document

Pre Qualification Tender document Rs. 2500/- NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Govt. Of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site : www.nid.edu

More information

Tender document for Supply & Installation of Pigeon Net at PG Campus, NID, Gandhinagar

Tender document for Supply & Installation of Pigeon Net at PG Campus, NID, Gandhinagar NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Govt. Of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu NIT No : 17/16-17

More information

PRICED BILL OF QUANTITIES

PRICED BILL OF QUANTITIES Engineering Projects (dia) Limited (A Govt of dia Enterprise) Words 1 EARTH WORK 1.1 Earth work in excavation by mechanical means (Hydraulic Excavator) / Manual means over areas (exceeding 30 cm in depth,

More information

BILL OF QUANTITIES. S.No Discription Unit Rate Quantity 1 Boring, Providing and installing cast in situ single under reamed piles of

BILL OF QUANTITIES. S.No Discription Unit Rate Quantity 1 Boring, Providing and installing cast in situ single under reamed piles of BILL OF QUANTITIES Name of Work: Beautification of Adalatganj Talab, Patna, Bihar S.No Discription Unit Rate Quantity 1 Boring, Providing and installing cast in situ single under reamed piles of specified

More information

Institute Works Department. Ref. No.: IIT(BHU)/IWD/CT/67/ /2031 Dated 12 October, 2018 QUOTATION NOTICE

Institute Works Department. Ref. No.: IIT(BHU)/IWD/CT/67/ /2031 Dated 12 October, 2018 QUOTATION NOTICE Ref. No.: IIT(BHU)/IWD/CT/67/2018-19/2031 Dated 12 October, 2018 QUOTATION NOTICE 1. Limited tender quotation are invited among UWD, BHU empanelled contractors and also those contractors who had worked

More information

INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI Guwahati , Assam Phone : (0361) , : : Fax : (0361) TENDER DOCUMENT

INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI Guwahati , Assam Phone : (0361) , : : Fax : (0361) TENDER DOCUMENT INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI Guwahati 781 039, Assam Phone : (0361) 2582061, 2582065: : Fax : (0361) 2692771 TENDER DOCUMENT NIT NO: IITG/ENGG/17/NIT/7 Dtd. 10.03.2017 NAME OF WORK Construction

More information

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah-711 113. Tel: 033-2653 0304, 4280 BID/TENDER DOCUMENT Name of the work: Barbed

More information

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR CONSTRUCTION / UPGRADATION / REPAIRS OF SCHOOLS GOA STATE INFRASTRUCTURE DEVELOPMENT CORPORATION

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR CONSTRUCTION / UPGRADATION / REPAIRS OF SCHOOLS GOA STATE INFRASTRUCTURE DEVELOPMENT CORPORATION APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR CONSTRUCTION / UPGRADATION / REPAIRS OF SCHOOLS GOA STATE INFRASTRUCTURE DEVELOPMENT CORPORATION (A Government of Goa Enterprise) 7 th Floor, EDC House,

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION Page 1 of 5 CONSTRUCTION CELL NEW MARKET COMPLEX CMC BUILDING(6 TH FLOOR) 15N,NELLIE SENGUPTA SARANI KOLKATA-700 087 No.CWC/CC-Kol/NIQ-AR&MO/CW-Mohania/2015-16/ Date- 08.09.2015 NOTICE INVITING QUOTATION

More information

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar. Part B Notice Inviting e-tender (NIT) - Detailed Tender Notice E-Tender No.IPR/TN/CIVIL-PR/ Two bid/09/2016 dated 04.04.2016 (Two Bid System) : Tender notice for Construction of Neutronics Laboratory Building

More information

Percentage BoQ. Validate Print Help. Tender Inviting Authority: S.K. Gupta, Manager (Civil)

Percentage BoQ. Validate Print Help. Tender Inviting Authority: S.K. Gupta, Manager (Civil) Validate Print Help Percentage BoQ Tender Inviting Authority: S.K. Gupta, Manager (Civil) Name of Work: Repair works at F & B outlets as K4, K6, K7, K8,K10 & Food Court-II and Hall -20 Contract No: Bidder

More information

FOR. RCC Structural Works for Construction of Infectious Block Building at Kendrapara, Odisha state VOLUME III PRICE BID/BILL OF QUANTITIES

FOR. RCC Structural Works for Construction of Infectious Block Building at Kendrapara, Odisha state VOLUME III PRICE BID/BILL OF QUANTITIES AN ISO 9001 & 14001 COMPANY TENDER DOCUMENT TENDER No: WRO/CON/757/0188 FOR RCC Structural Works for Construction of Infectious Block Building at Kendrapara, Odisha state VOLUME III PRICE BID/BILL OF QUANTITIES

More information

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete. AN ISO 9001 & 14001 COMPANY TENDER DOCUMENT TENDER No: PAT/CON/720/01 DATED 17/02/2016 FOR Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

More information

Tender Documents. Issued to M/s.:...

Tender Documents. Issued to M/s.:... Price 5000/- (Non-Refundable) Tender Documents Ref. of NIT : 001 /2017-18 Name of Work : Repair, Renovation and Maintenance work including Civil, Finishing & Interior, Electrical and Air Conditioning Works,

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. NIT NO SBIIMS/263/2018 DATE 20/11/2018 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. IN A SINGLE BID PROCESS. FOR Repairing

More information

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. Corporate Office: 326 Udyog Vihar, Phase IV, Gurgaon, Haryana - 122015 Tel: 0124-4309721, 4309724 Fax: 0124-4309725 Field Office:

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION NOTICE INVITING QUOTATION Sealed tenders under two bid (technical and financial) system are hereby invited from experienced service providers for providing the CCTV surveillance system in various Examination

More information

CONTRACT DOCUMENTS FOR THE WORK

CONTRACT DOCUMENTS FOR THE WORK CSIR-INSTITUTE OF GENOMICS & INTEGRATIVE BIOLOGY (Council of Scientific & Industrial Research) MALL ROAD & MATHURA ROAD CONTRACT DOCUMENTS FOR THE WORK Annual Maintenance Contract (AMC) of 03 Nos. DG Set

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

AN ISO 9001 & COMPANY TENDER DOCUMENT. TENDER No: EPI/WRO/CON/757/0119 FOR

AN ISO 9001 & COMPANY TENDER DOCUMENT. TENDER No: EPI/WRO/CON/757/0119 FOR AN ISO 9001 & 14001 COMPANY TENDER DOCUMENT TENDER No: EPI/WRO/CON/757/0119 FOR Construction of Boundary Wall and allied works for DHH & MCH Hospital at Kendrapara at Odisha state VOLUME III PRICE BID

More information

TENDER FOR. Renovation & Painting works in Reception Area. For M/S BALMER LAWRIE & CO LTD. Head Office, 21, N S Road, Kolkata

TENDER FOR. Renovation & Painting works in Reception Area. For M/S BALMER LAWRIE & CO LTD. Head Office, 21, N S Road, Kolkata TENDER FOR Renovation & Painting works in Reception Area For M/S BALMER LAWRIE & CO LTD at Head Office, 21, N S Road, Kolkata 700 001 TENDER REFERENCE ADMIN/12 TENDER NO: - 19/2015-2016 DATED 06/10/2015

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF ENERGY METERS IN VARIOUS ELECTRICAL SYSTEMS AT STATIONS & DEPOT

More information

Scanned by CamScanner

Scanned by CamScanner JODHPUR MUNICIPAL CORPORATION G-SCHDULE NIT No. Date Sr No. Last Date of Sale :- Earnest Money : Rs... Date of Receipt :- CR No. Dated.. Copy issued to M/s STORM WATER DRAINAGE MASTER PLAN FOR THE CITY

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Construction of Walkway and Infrastructural facilities to Kallidumbil-Aattutheeram in

More information

NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPLLI ESTATE MAINTENANCE DEPARTMANT NAME OF THE CONTRACTOR / FIRM :

NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPLLI ESTATE MAINTENANCE DEPARTMANT NAME OF THE CONTRACTOR / FIRM : NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPLLI- 620015 ESTATE MAINTENANCE DEPARTMANT SCHDULE OF WORK Name of Work :Renovation of Geotechnical Lab and Environmental lab in Civil Engineering Departemnt

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Various works @ Utsava madom building at North Nada of Sree Padmanabha Swami Temple, Thiruvananthapuram

More information

PRINTING OF DIARY PART A (Technical Bid)

PRINTING OF DIARY PART A (Technical Bid) PRINTING OF DIARY 2018 PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Printers / Suppliers. b. General Rules and Instructions to the Empanelled

More information

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI FOR DISCIPLINES NAMELY: I. ARCHITECT CONSULTANT FOR : INSTITUTIONAL BUILDINGS NON INSTITUTIONAL BUILDINGS SUPER SPECIALITY HOSPITAL II. DPR CUM SUPERVISION CONSULTANT FOR: HIGHWAYS & BRIDGES ROADS IN HILLY

More information

INDIRA GANDHI NATIONAL OPNE UNIVERSITY CONSTRUCTION & M AINTENANCE DIVISION MAIDAN GARHI NEW DELHI

INDIRA GANDHI NATIONAL OPNE UNIVERSITY CONSTRUCTION & M AINTENANCE DIVISION MAIDAN GARHI NEW DELHI ` INDIRA GANDHI NATIONAL OPNE UNIVERSITY CONSTRUCTION & M AINTENANCE DIVISION MAIDAN GARHI NEW DELHI-110068 NOTICE INVITING QUOTATION IG/CMD/NIQ-civil/2014 Dated: - 26/06/2014 Name of work:- Construction

More information

NATIONAL INSTITUTE OF DESIGN

NATIONAL INSTITUTE OF DESIGN NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Govt. Of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu NIT No : 15/16-17

More information

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) Tender No: DLI/CON/728/505 NOTICE INVITING TENDER Core 3, Scope Complex New Delhi 110003 01. Tender for Construction of Hostel Building HOD,

More information

Construction of Shopping Complex at MNIT campus.

Construction of Shopping Complex at MNIT campus. Name of work:- Construction of Shopping Complex at MNIT campus. G-Schedule S.No Qty Items Unit Rate Amount 1 253 Earth work in excavation by mechanical means (Hydraulic Excavator )/ manual means in foundation

More information

NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB), HYDERABAD

NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB), HYDERABAD NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB), HYDERABAD TENDER FOR Construction of Stone Masonry Compound Wall for NIAB Campus at Survey No.37, Serlingampally, Hyderabad VOLUME V January 2013 HSCC

More information

TENDER DOCUMENT VOL - II (FINANCIAL BID) CONSTRUCTION OF BOUNDARY WALL FOR ICSI-CENTRE OF EXCELLENCE (CoE) KOLKATA

TENDER DOCUMENT VOL - II (FINANCIAL BID) CONSTRUCTION OF BOUNDARY WALL FOR ICSI-CENTRE OF EXCELLENCE (CoE) KOLKATA TENDER DOCUMENT VOL - II (FINANCIAL BID) CONSTRUCTION OF BOUNDARY WALL FOR ICSI-CENTRE OF EXCELLENCE (CoE) KOLKATA AT PLOT NO. IIA/35, ACTION AREA IIA, NEW TOWN, KOLKATA, WEST BENGAL 700 157 Pages (1 5)

More information

2,85,100/- Rs.5,700/- 2 MONTHS

2,85,100/- Rs.5,700/- 2 MONTHS No.542-W-14/12/MH/11 TENDER NOTICE DT:24.04.2014 The Medical Superintendent ESIC Model & Super Specialty Hospital Asramam, Kollam invites sealed tenders from registered eligible Civil contractors of appropriate

More information

र ष ट र य फ शन ट क न ल ज स स थ न, क लक त क न द र

र ष ट र य फ शन ट क न ल ज स स थ न, क लक त क न द र Tender Form Fee Rs. 210/- (Including 5% GST) (वस त र म त र लय, भ रत सरक र) NATIONAL INSTITUTE OF FASHION TECHNOLOGY, KOLKATA (A Statutory Body governed by the NIFT Act 2006 & set up by Ministry of Textiles,

More information

Tender No GSO/CED/CE/TR - 410/2011

Tender No GSO/CED/CE/TR - 410/2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms

More information

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ NORTH EASTERN REGIONAL CENTRE, Jawaharnagar, Khanapara, Guwahati

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ NORTH EASTERN REGIONAL CENTRE, Jawaharnagar, Khanapara, Guwahati NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ NORTH EASTERN REGIONAL CENTRE, Jawaharnagar, Khanapara, Guwahati-781022 Notice Inviting Tender Sealed tenders are invited from the competent firms

More information

Sl No. Sqm Sqm Sqm Cum Cum 0.73

Sl No. Sqm Sqm Sqm Cum Cum 0.73 BOQ Name of Work: Repairing & repainting works at the adjunct room between Old block and New Extension Building in Second floor of Chemistry Department. Sl No 1 2 3 4 Desription of Item Unit Qnty Rate

More information

Notice Inviting Quotations

Notice Inviting Quotations ALL INDIA INSTITUTE OF MEDICAL SCIENCES BHOPAL vf[ky Hkkjrh; vk;qfozkku lalfkkuk dk;kzy; dk;zikyd vfhk;ark ifj;kstuk kk[kk] LokLF;,oa ifjokj dy;k.k ea=ky; lkdsr uxj] Hkksiky&462020] nwjhkk"k % 0755&2900697

More information

Delhi Public School,

Delhi Public School, PRESS NOTICE Delhi Public School, Sec-XII, R.K. Puram, New Delhi-110022 Phone: 011-49115500, 26166793, 26171267 E-Mail: principal@dpsrkp.net TENDER NOTICE Sealed item rate tenders are invited by the Principal,

More information

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No ,

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No , PRINTING & SUPPLY OF STAFF TRAINING TE BOOK PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Vendors b. General Rules and Instructions to the Empanelled

More information

/Institute of Physics /Sachivalaya marg / Bhubaneswar

/Institute of Physics /Sachivalaya marg / Bhubaneswar PART-I Section-I /Institute of Physics /Sachivalaya marg / /NOTICE INVITING TENDER /Tender No. NIT/IOP/03/2013-14 Description of the Services: Supply, Installation, Testing and Commissioning of 15TR scroll

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1.0 Tenders are invited on the behalf of the Director, IIT Indore, for the following work from eligible contractors registered/enlisted with

More information

KANPUR SMART CITY LIMITED

KANPUR SMART CITY LIMITED Nagar Nigam Mukhyalay, 3 rd Floor, Moti Jheel, Kanpur - 208002 Tel.: +91 512 2541258, 2546194 Email:ksclkanpur@gmail.com KANPUR SMART CTY LMTED No.: KSCL/PMC/Open Gym/01/2 Date: 17/02/2018 Reply to queries

More information

QUOTATION FOR CONSTRUCTION OF SEPTIC TANK, SOAK PIT AND INSPECTION CHAMBER AT ROIDA

QUOTATION FOR CONSTRUCTION OF SEPTIC TANK, SOAK PIT AND INSPECTION CHAMBER AT ROIDA THE ORISSA MINERALS DEVELOPMENT COMPANY LIMITED (A GOVT. OF INDIA ENTERPRISE) Regd. Office Mines Office: AG-104, Saurav Abasan, Sector-II P.O.Thakurani, Via-Barbil-758035 Salt Lake, Dist-Keonjhar (Orissa)

More information

CANTONMENT BOARD AMBALA

CANTONMENT BOARD AMBALA APPENDIX 'A' TO NOTICE INVITING TENDER CANTONMENT BOARD AMBALA Name of Work : Stitched school uniforms for CB School students. 1. Estimated Cost Rs 05 Lac 2. Earnest Money Deposit Rs 10000/- 3. Security

More information

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) Web Site : www.delhimetrorail.com 1.1.1 Name of Work: NOTICE INVITING TENDER (e-tender)

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF LUCKNOW, CIRCLE EOI REFERENCE NO. :

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Jamla, 220 kv Sub-Station Compound

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Jamla, 220 kv Sub-Station Compound GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Jamla, 220 kv Sub-Station Compound Website : www.gseb.com Phone No. 02764 280551 E-mail : eetrjamla.getco@gebmail.com TENDER NO : JTD 14 Technical

More information

Sub: - Construction of RPI office and M.T. building for S. P. Headquarter, Hingoli, District Hingoli

Sub: - Construction of RPI office and M.T. building for S. P. Headquarter, Hingoli, District Hingoli For uploading No. PHC/TB/EE (KAN)/RPI Hingoli/1226/2013 Date: - 05/04/2013 To, Contractors / Bidders Sub: - Construction of RPI office and M.T. building for S. P. Headquarter, Hingoli, District Hingoli

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & GNCTD) MASS RAPID TRANSPORT SYSTEM Construction of North East Entry Structure (Excluding subway Box) at South Extension Station

More information

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171 Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : 011-25302170/171 Ref. No. GGSIPU/PRO/2017-2018/(1) Dated: 05 th December, 2017 NOTICE INVITING e-tender Nature of the

More information

NOTICE INVITING TENDER (Offline)No:- WBSEPS/Tender/P-16/18-19/UHSlg/Rack

NOTICE INVITING TENDER (Offline)No:- WBSEPS/Tender/P-16/18-19/UHSlg/Rack WEST BENGAL STATE EXPORT PROMOTION SOCIETY Government of West Bengal 2, Church Lane, 4 th floor, Room No.401, Kolkata 700 001. Phone: 2243-0380, Tele-fax: 91-33-22439187 E-mail: wbseps@gmail.com NOTICE

More information

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI ESTATE MAINTENANCE DEPARTMENT

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI ESTATE MAINTENANCE DEPARTMENT NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI 620 015 ESTATE MAINTENANCE DEPARTMENT NOTICE INVITING TENDERS NO: NITT/EMD//Civil works / 2015 TENDER NOTIFICATION Ref: NITT/EMD/ CoW/Civil Works /15-16

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS NOTICE INVITING TENDERS For Engaging Statutory Auditors for Audit of Accounts / Accounts related work of the Society of Delhi Institute of Tool Engineering (DITE) Delhi Institute of Tool Engineering (DITE)

More information

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD 380 006. TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF VISITOR'S MANAGEMENT SYSTEM AT BOB

More information

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS Last Date of Submission: 9 th February 2016 1 NOTICE FOR INVITING APPLICATIONS FOR PRE-QUALIFICATION OF CONTRACTORS

More information

Tender Document issued: From 25 April 2011 (Between 1000h and 1500h)

Tender Document issued: From 25 April 2011 (Between 1000h and 1500h) BUREAU OF INDIAN STANDARDS (Southern Regional Office) TENDER NOTICE Sealed tenders are invited from registered contractors for providing room of size 1.2m x 1.8m with aluminium section/grill for keeping

More information

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018 Rs. 23600/- (20000+3600) inclusive of 18% GST non refundable Serial No. DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018 TENDER

More information

- 1 - GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Soja, 400 kv Sub-Station Compound

- 1 - GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Soja, 400 kv Sub-Station Compound - 1 - GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Division Office,Soja, 400 kv Sub-Station Compound Website : www.gseb.com Phone No. 02764 289540 E-mail : eetrsoja.getco@gebmail.com TENDER NO : STD :

More information

ग णत वभ ग दल ल वश व व य लय, दल ल

ग णत वभ ग दल ल वश व व य लय, दल ल ग णत वभ ग DEPARTMENT OF MATHEMATICS दल ल वश व व य लय, दल ल -110007 UNIVERSITY OF DELHI,DELHI 110007 ई-म ल:head@maths.du.ac.in द रभ ष. 27666658 PROF. V. RAVICHANDRAN Tender No. :DU/Maths/XII Plan/2017/1339

More information

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT4822 Date:21-07-2016 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Consultancy Services for Conducting

More information

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018 Ref: ICSI/Waste items/2018 December 07, 2018 Sub: Request for Quotations (RFQ) for Lifting / removal of damaged online UPS, Batteries and UPS Chargers on as it is where it is basis at ICSI House C-36 /

More information

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015 RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015 24th October to 10th November 2015 The Tender can be downloaded from : www.ncfindia2015.in [ website of Mahotsav ] www.culturenorthindia.com

More information

Client : National Institute of Design Paldi, Ahmedabad India Tele : ,

Client : National Institute of Design Paldi, Ahmedabad India Tele : , NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Govt. Of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu Tender document

More information

MMTC LIMITED CORE 1, SCOPE COMPLEX, LODHI ROAD, NEW DELHI

MMTC LIMITED CORE 1, SCOPE COMPLEX, LODHI ROAD, NEW DELHI MMTC LIMITED CORE 1, SCOPE COMPLEX, LODHI ROAD, NEW DELHI No.MMTC/ADMN/CT/39/2017 Dated 19/09/2017 NOTICE INVITING TENDER (NIT) Subject: Annual Contract for painting & polishing work of various furniture

More information

NOTICE OF INVITATION TO TENDER

NOTICE OF INVITATION TO TENDER Corporation Bank (A Premier Govt. of India Enterprise) BRANCH EXPANSION AND SUPPORT SERVICES DIVISION HEAD OFFICE, POST BOX NO. 88, MANGALADEVI TEMPLE ROAD, PANDESHWAR, MANGALORE - 575001 REMODELING OF

More information

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-110092 TENDER NOTICE Sealed tenders are invited from reputed civil contractors registered with the CPWD, NDMC, DDA, MES, Railway

More information

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: -   - Rs. 500.00/- CIVIL DEPARTMENT Name of the Work-RW: - GI Chainlink fencing Name of the Bidder: - Address: - Phone No.: - Mobile: - Email: - (Employer) Invitation of tenders for GI Chainlink fencing Ref.

More information

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI TENDER Metro DOCUMENT Stations VOLUME-I

More information

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd.

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Repair/Replacement of Stainless Steel Earth Strips of Lightening Arrestor at Rail Corridor on Main Line in Delhi

More information

EXPRESSION OF INTEREST FOR. EMPANELMENT OF REGISTERED CONTRACTORS FOR ANNUAL MAINTENANCE of Civil/Electrical & MINOR WORKS AT AICTE, HQ New Delhi

EXPRESSION OF INTEREST FOR. EMPANELMENT OF REGISTERED CONTRACTORS FOR ANNUAL MAINTENANCE of Civil/Electrical & MINOR WORKS AT AICTE, HQ New Delhi ALL INDIA COUNCIL FOR TECHNICAL EDUCATION Nelson Mandela Marg, Vasant Kunj, New Delhi-110070 Telephone No. 011-29581002, 1003, Website : www.aicte-india.org E-Mail: bms-emc@aicte-india.org EXPRESSION OF

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF CHANDIGARH, CIRCLE EOI REFERENCE

More information

ICAR-NRRI-CENTRAL RAINFED UPLAND RICE RESEARCH STATION (ICAR-NATIONAL RICE RESEARCH INSTITUTE) HAZARIBAG , (JHARKHAND), INDIA

ICAR-NRRI-CENTRAL RAINFED UPLAND RICE RESEARCH STATION (ICAR-NATIONAL RICE RESEARCH INSTITUTE) HAZARIBAG , (JHARKHAND), INDIA ICAR-NRRI-CENTRAL RAINFED UPLAND RICE RESEARCH STATION (ICAR-NATIONAL RICE RESEARCH INSTITUTE) HAZARIBAG 825 301, (JHARKHAND), INDIA Tel: 06546-222263, FAX: 06546-223697, e-mail: crurrs.hzb@gmail.com F.No.1/3-4/Const.Work/BL/15-16/

More information

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) DEV PRAKASH SHASTRI MARG, PUSA, NEW DELHI 110 012 TENDER DOCUMENT INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS

More information

SECRETARIAT OF ELECTION COMMISSION OF INDIA ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi

SECRETARIAT OF ELECTION COMMISSION OF INDIA ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi SECRETARIAT OF ELECTION COMMISSION OF INDIA ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi-110001 No.203/photocopier/ECI/FUNC/ADMN/S&P/2016 Dated:20.04.2017 Tender Notice Subject:

More information

SCHEDULE OF ITEMS & QUANTITIES FOR CIVIL WORKS OF PROPOSED GIRLS/ BOYS TOILET BLOCK

SCHEDULE OF ITEMS & QUANTITIES FOR CIVIL WORKS OF PROPOSED GIRLS/ BOYS TOILET BLOCK Schedule-I: Civil Works EARTH WORK Section-A : DSR Items 1 2.8 Earth work in excavation by mechanical means (Hydraulic excavator) /manual means in foundation trenches or drains (not exceeding 1.5 m in

More information

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM AND PRIYADARSINI PLANETARIUM

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM AND PRIYADARSINI PLANETARIUM KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM AND PRIYADARSINI PLANETARIUM Vikas bhavan.p.o, Thiruvananthapuram-695 033 Phone : 0471 2306024 Fax- 0471-2304286 (A government of Kerala Undertaking) Tender for

More information

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal INTRODUCTION West Bengal Industrial Development Corporation

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF CHANDIGARH, CIRCLE EOI REFERENCE

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER 1. Item rate sealed limited tenders are invited for Comprehensive Annual Maintenance Contract of Security System and Automatic

More information

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD AT 21, NETAJI SUBHASH ROAD KOLKATA 700 001 TENDER REFERENCE ADMIN / 12 CORRSP TENDER NO: - 11/2015-2016 DATED

More information

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg F 43-141/2013/NIOS/Admn./Pur 13 th May, 2013 To Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National

More information

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A. West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

More information

No. BCD/DB/NIT/BBSR/ 679 Dated:

No. BCD/DB/NIT/BBSR/ 679 Dated: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) OFFICE OF THE EXECUTIVE ENGINEER (CIVIL), BSNL CIVIL DIVISION, BHUBANESWAR 3 rd FLOOR, DOOR SANCHAR BHAWAN, UNIT IX, BHUBANESWAR, ODISHA, PIN:

More information

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ No. 357/NIRDPR-NERC/2017/Admn./ Date: 24-05-2017 INVITATION FOR BIDS (FOR ANNUAL REPAIR AND PAINTING WORKS OF THE INSTITUTE BUILDING OF NIRDPR-NERC, GUWAHATI) Sealed quotations are invited from competent

More information

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System) (A Government of Karnataka Enterprise) Abstract Bid Notification (Two Cover System) Through e-procurement Portal only Bid No.: LO/CSD/AutoCAD/457 Date: 18.03.2016 Bids are invited through e-procurement

More information

BANK OF BARODA BOB TOWERS ZONAL OFFICE, GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

BANK OF BARODA BOB TOWERS ZONAL OFFICE, GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD BANK OF BARODA BOB TOWERS ZONAL OFFICE, GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD 380 006. TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF VISITOR'S MANAGEMENT SYSTEM AT BOB

More information

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg F-43-95/2011/NIOS/Admn./Pur 16.7. 2012 M/s....... Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National Institute

More information

Name of Work: - Providing PVC Coated GI Chain Link Fencing around Pond in NISER Campus, Jatni. Dt

Name of Work: - Providing PVC Coated GI Chain Link Fencing around Pond in NISER Campus, Jatni. Dt Name of Work: - Providing PVC Coated GI Chain Link Fencing around Pond in NISER Campus, Jatni NIT No. & Date: - NISER/IWD-Civil/Services/2016/08 Dt-27.10.2016. Estimated Cost of Tender: - 4, 41,733.00

More information

Pre-qualification for Enrollment as intending tenderer

Pre-qualification for Enrollment as intending tenderer NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Govt. Of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site : www.nid.edu Pre-qualification

More information

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) 1. Item rate sealed tenders are invited for Replacing of MS Gate with auto sensing SS gates at CSIR Science Centre, Lodhi Road,

More information

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) EOI DOCUMENT FOR Promoting and Expanding the Business in the field of Solar Photovoltaic (SPV) by engaging Channel

More information

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5. INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING TO PROVIDE WATCH & WARD AT SIMLA KALI BARI, SHIMLA - 171001 (H.P.) w.e.f. 01-01-2019 for a period of one year (extendable

More information

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd. Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

More information

RCB/BBB/04-02/04/NIT/04/ Dated: NOTICE INVITING TENDER

RCB/BBB/04-02/04/NIT/04/ Dated: NOTICE INVITING TENDER RCB/BBB/04-02/04/NIT/04/2018-19 Dated: 13.06.2018 NOTICE INVITING TENDER Sealed Tenders are invited from reputed civil contractors in two bid system, on behalf of the Executive Director, Regional Centre

More information