0% found this document useful (0 votes)
15 views157 pages

NIT Food Court

Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
0% found this document useful (0 votes)
15 views157 pages

NIT Food Court

Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 157

1

INDEX
Name of C/o Food court (G+1) including internal water supply, sanitary installation, Drainage
Work: and providing E&M services at AIIMS, Bhubaneswar
S. No. Description Page no’s
1. Index 1-2
2. Press Notice 3
3. PART-A 4
4. Information and instructions for contractors for e-tendering 5-9
5. Receipt of deposition of original EMD (Annexure - I) 10
6. Under taking regarding GST registration (Annexure-II) 11
7. C.P.W.D – 6 for e-Tendering 12-18
8. CPWD – 7 19-20
9. Acceptance 21
10. Proforma of Schedules (Civil work) 22-30
11. Establishing Site Laboratory and Testing of Materials 31-32
12. PART-B ( Civil Work) 33
13. General requirement for the tender 34-35
14. Material and Quality Assurance 36-37
15. Additional conditions for Cement 38-41
16. Additional conditions for Steel reinforcement 42
17. General Terms & Conditions 43-51
18. Particular Specification and Condition of Work 52-55
19. Special Conditions & Scope of work 56-57
20. List of machinery, tools & plants to be deployed by the contractor at site 58-59
as& when required. (Annexure III – T&P)
21. List of Preferred Makes 60-64
Guarantee to be executed by contractors for Removal of defects after 65-66
22.
completion in respect of water proofing work. (Annexure IV)
23. Guarantee to be executed by contractors for Removal of defects after 67-68
completion in respect of Aluminium doors, windows and ventilators.
(Annexure V)
24. Guarantee to be executed by contractors for Removal of defects after 69
completion in respect of paint works. (Annexure VI)
25. Guarantee to be executed by contractors for Removal of defects after 70
completion in respect of water supply and sanitary installations.
(Annexure VII)
26. Form of Bank Guarantee for Earnest Money Deposit / Performance
Security (Guarantee) / Security Deposit /Mobilization Advance- 71-72
(Annexure VIII)
Part-C E& M Component 73-74
27.
28. Eligibility criteria for E & M associate firms 75
29. Proforma of schedule for E & M Work 76-78
30. Additional Conditions and Specification 79-83
31. List of mandatory machinery , tools & plants 84
32. Electrical S:H-II, III, IV 85-102
33. Memorandum of Understanding 103
2
34. Eligibility Criteria for specialized firm 104
35. Memorandum of Understanding 105-109
36. List of approved makes 110-111
37. Part- D 112
38. General abstract for Civil & Electrical 113-114
39 Schedule of Quantity for Civil & Electrical 115-155
40 Part-E 156
41. Price Bid sheet 157

Certified that this bid document contains Three parts i.e. Part A, Part B, Part
C, Part D &Part-E pages marked as page 01 to 157.

AE (E) AE (C)

EE & SM (E) EE& SM (C)-II

The composite NIT approved for Estimated Cost: Rs. 7, 83, 89, 876/-

Superintending Engineer cum PD

AIIMS, CPWD,
3
CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING e-TENDER

The Executive Engineer & SM-II, CPWD, AIIMS Project Division, Bhubaneswar-751019 (Mobile
No. 8670492016, Email id: [email protected]) on behalf of the President of India
invites online percentage rate bids from approved and eligible contractors of CPWD dealing with
building and road for the following work(s):

NIT No. : 02/SE cum PD/AIIMS/CPWD/BBSR/2024-25

Name of Work: C/o Food court (G+1) including internal water supply, sanitary installation, Drainage
and providing E&M services at AIIMS, Bhubaneswar
Estimated Cost: Rs. 7, 83, 89, 876/-/-

Earnest money: Rs. 15, 67, 798/-

Time of completion: 10 months

Last time & date of submission of Bid: Up to 03:00 PM on 28/11/2024

The tender forms and other details can be obtained from the website
https://etender.cpwd.gov.in. The Press Notice is also available on www.eprocure.gov.in

Note: - Applicants are advised to keep visiting the above mentioned web-sites from time to time (till
the deadline for bid submission) for any updates in respect of the tender documents, if any. Failure to
do so shall not absolve the applicant of his liabilities to submit the applications complete in all respect
including updated thereof, if any. An incomplete application may be liable for rejection.
4
1

PART -A
5
1

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING


PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer & SM-II, CPWD, AIIMS Project Division, Bhubaneswar-751019
(Mobile No. 8670492016, Email id:[email protected]) on behalf of the President of
India invites online percentage rate bids from approved, enlisted and eligible contractors of
CPWD dealing with the building and road category for the following work(s):

submission of bid, copyof

original EMD and other


completion of Work (in

receipt of deposition of
Estimated cost put to

Stipulated Period of

specified in the bid


Last date of online
NIT No.

Name of work &

Time and date of


S. No.

Earnest Money

opening of bid
Location

documents as
C/o Food court (G+1) bid
including internal water
02/SE cum PD/AIIMS/CPWD/BBSR/2024-25

supply, sanitary
installation, Drainage and

Up to 03:00 PM on 28/11/2024
providing E&M services

At 03.30 PM on 28/11/2024
at AIIMS, Bhubaneswar
Rs. 7, 83, 89, 876/-

Rs. 15,67,798/-

10 months
01

The enlistment of the contractors should be valid on the last date of submission of tenders. In
case the last date of submission of tender is extended, the enlistment of contractor should be
valid on the original date of submission of tenders.

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

2. Information and Instructions for bidders posted on website shall form part of bid
6
1

document.

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

4. The bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Insurance Surety Bonds, Account Payee Demand draft, Bankers Cheque, Fixed
Deposit Receipts. A part of earnest money is acceptable in the form of Bank Guarantee
including e- Bank Guarantee also. In such cases Rs. 20 lakh will have to be deposited in
shape prescribed above (Insurance Surety Bonds, Account Payee Demand draft, Bankers
Cheque, Fixed Deposit Receipts). EMD in any form as prescribed above shall be
submitted in favour of Executive Engineer, Bhubaneswar Central Division-I as
mentioned in NIT, receipt for deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE/ AE), CPWD and other documents as
specified.

5. Those contractors, who are not registered or have not updated their profile on the website
mentioned above, are required to get registered / update their profile beforehand. The
necessary training materials including the videos with step to step process are available on
download section of https://etender.cpwd.gov.in. ERP training is mandatory to participate
in the tender. The enlisted contractor will not be allowed to participate in tendering
process without uploading the certificate of above training.

6. The intending bidder must have valid Class-III digital signature certificate with
encryption key (combo type) to perform any operations / transactions on the e- tendering
portal / website and the bidder should download and install the eM-signer on their system
as per instructions available on download section of https://etender.cpwd.gov.in

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

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

9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in
figures appears in yellow colour and the moment rate is entered, it turns sky blue. In
addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as "0". Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as "0" (ZERO). However, If a
tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall betreated as invalid and will not be considered as
lowest tenderer.

10. The contractor shall get receipt of deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD in
the prescribed format annexed as Annexure-I and also upload it along with the bid
7
1

document.

11. The tenderer should also read the General Conditions of Contract for Construction works
2023 amended up to previous day of last date of submission of tender (available on
CPWD website), which is available as Govt. of India Publications.

12. Tenders with any condition including that of conditional rebates in the tender document
shall be rejected forthwith.

13. GST or any other tax applicable in respect of inputs procured by the contractor for this
contract shall be payable by the Contractor and Government will not entertain any claim
whatsoever in respect of the same. However, component of GST at time of supply of
service (as provided in CGST Act 2017) provided by the contract shall be varied if
different from that applicable on the last date of receipt of tender including extension if
any.

14. If any information furnished by the applicant is found incorrect at a later stage, he shall be
liable to be debarred from tendering/ taking up of works in CPWD. The Department
reserves the right to verify the particulars furnished by the applicant independently.

15. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.
16. All needful statutory provisions to be adopted at site to tackle epidemic/ pandemic or
similar situation of COVID-19 shall be done by the agency and expenditure on the same
shall be borne by the contractor unless statutory orders direct for the reimbursement of the
same.
17. The work is a green field project, located in the vicinity of nursing college, academic
building and main hospital building. Construction equipment may be planned & managed
in such a fashion so that there will be NIL to minimal disturbance in the occupancy usage
of adjacent building. The bidders are requested have a thorough site visit in this regard
before bidding.
18. The necessary connection, permission and approval of competent authority to establish
connection with the existing system to new system. Nothing extra shall be payable in this
regard. The local body approval is within the scope of the contractor & the department
will not entertain any claim whatsoever, in this regard. It is suggested to submit the
proposal of local body in appropriate portal so that NOC from Bhubaneswar development
authority may be accorded in a time bound manner before execution at site. Furthermore,
construction shall not be started without written permission of Enginner-in-charge.
19. Contractor shall apply for NOC/Clearance statutory authority/ Local body such as AAI,
WATCO, SEIAA etc. The contractor shall pursue the matter with local body with due
sincerity to obtain prior approval to commence the work at site. Statutory payment to
local body shall be reimbursed by CPWD to the contractor on production of definite
proof. Beyond this reimbursement, nothing extra shall be payable to the contractor for
obtaining local body approval. Hence the bidders are requested to quote the rate
accordingly.
20. The following OMs shall be part of this NIT:
8
1

I. DG/CON/Construction 2023/07 dated:01/03/2024


II. DG/CON/Construction 2023/09 dated:01/04/2024
III. DG/CON/Construction 2023/10 dated:03/06/2024
IV. DG/CON/Construction 2023/08 dated:05/03/2024
V. DG/CON/Construction 2023/03 dated:06/12/2023
VI. DG/CON/Construction 2023/04 dated:08/12/2023
VII. DG/CON/Construction 2023/05 dated:08/02/2024
VIII. DG/CON/Construction 2023/12 dated:09/10/2024
IX. DG/CON/Construction 2023/02 dated:14/11/2023
X. DG/CON/Construction 2023/13 dated:29/10/2024
21. The tenderer must associate with himself, agencies of the appropriate eligibility to tender
for each of specialized nature of items/ work listed below individually. Such works shall
be got executed only through associated agencies specialized in thesefields.

22. The tenderer whose tender is accepted shall indicate the name(s) of his associated
specialized agencies those fulfilling the eligibility criteria laid down below after award of
work within 15 days from stipulated date of start of work for the approval of the
Engineer-in-Charge of that component, whose decision shall be final and binding. If the
tenderer, himself fulfills the eligibility criteria laid down below for associated specialized
agencies, then the tenderer shall not require to associate with the separate associated
specialized agency.
23. List of Documents to be scanned and uploaded within the period of bid
submission:
I. Insurance Surety Bond/ Demand Draft/ Account Payee Banker's Cheque / FDR/Bank
Guarantee of any commercial Bank against EMD as per conditions mentioned in this bid
document.

II. Enlistment Order of the Contractor in appropriate class having validity at least till as
date of bid submission.

III. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD (including NIT issuing EE). The EMD receiving Executive
Engineer (including NIT issuing EE) shall issue a receipt of deposition of earnest money
deposit to the bidder in a prescribed format, up loaded by tender inviting EE in the NIT.
(Annexure-I)

IV. ERP Training Certificate

V. GST Registration Certificate if already obtained by the bidder. If the bidder has not
obtained GST registration as applicable, then he shall scan and upload under taking
(Annexure-II) along with bid documents.
9
1

Physical submission of documents by lowest bidder.

Self-attested copy of all the scanned and uploaded documents as specified in press notice/
CPWD-6, anywhere in the NIT shall have to be submitted by the lowest bidder only along
with original receipt of deposition of EMD within a week of opening oft the bid, in the office
of tender opening authority. (The week includes the day of opening of bid).

Executive Engineer & SM(C)-II,


CPWD, AIIMS, BBSR
10
1

(Annexure-I)

RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No. …………………….…………. / date ................................... )

Name of Work: C/o Food court (G+1) including internal water supply, sanitary installation, Drainage and
providing E&M services at AIIMS, Bhubaneswar
1. NIT no: 02/SE cum PD/AIIMS/CPWD/BBSR/2024-25
2. Estimated Cost: Rs. 7, 83, 89, 876/-
3. Amount of Earnest Money Deposit: Rs. 15,67,798/-
4. Last date & Time of submission of Bid :Up to 03:00 PM on 28/11/2024

(* To be filled by NIT approving authority/ EE at the time of issue of NIT and


uploaded along with NIT)

Name of Contractor: ………#…...........


1. Form of EMD ……………#….............
2. Amount of Earnest Money Deposit …………#…….............
3. Date of submission of EMD ………………#……..……

………………………….……………………………………………….

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO) along with Officer stamp

(Note:- EMD Accepting authority before issue EMD receipt is directed to check the
amount of EMD and Name in favour EMD has been drawn.)

# To be filled by EMD receiving EE.


11
1

(Annexure-II)

UNDERTAKING REGARDING GST REGISTRATION IN THE STATE


OF ODHISA

To,
The Executive Engineer & SM-II,
Central P.W.D., AIIMS Project,
Bhubaneswar, Odisha

Subject: - C/o Food court (G+1) including internal water supply, sanitary installation,
Drainage and providing E&M services at AIIMS, Bhubaneswar

Having examined the details given in press notice and bid document for the above
work, I/We hereby submit the following.

“If work is awarded to me, I/We shall obtain GST registration certificate as applicable, within
one month from the date of receipt of award letter or before release of any payment by CPWD,
whichever is earlier, failing which I/ We shall be responsible for any delay in payments which
will be due towards me/ us on account of the work executed and /or for any action taken by
CPWD or GST department in this regard”.

Seal of bidder.

Date of submission

Signature(s) of bidder(s)
12
1

CPWD-6 FOR e-Tendering

1. Online Percentage rate bids are invited on behalf of the President of India from approved
and eligible contractors of CPWD, dealing with building and road for thework of :-

“C/o Food court (G+1) including internal water supply, sanitary installation, Drainage and
providing E&M services at AIIMS, Bhubaneswar”

The enlistment of the contractors should be valid on the last date of submission ofbids. In case
the last date of submission of bid is extended, the enlistment of contractor should be valid on
the original date of submission of bids.

1.1 The work is estimated to cost Rs. 7, 83, 89, 876/-. This estimate, however, is given merely
as a rough guide. The final amount shall vary and decided by Engineer-in-charge as per
requirement of site in consonance with schedule F.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which
will deal with all matters relating to the invitation of bids. For composite bid, besides
indicating the combined estimated cost put to bid, should clearly indicate the estimated
cost of each component separately. The eligibility of bidders will correspond to the
combined estimated cost of different components put to bid.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8
(or other Standard Form as mentioned) which is available as a Govt. of India Publication
and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per
various terms and conditions of the said form which will formpart of the agreement.
3. The time allowed for carrying out the work will be 10 (Ten) MONTHS from the date of
start as defined in schedule 'F' or from the first date of handing over of the site, whichever
is later, in accordance with the phasing, if any, indicated in the bid documents
4. The site for the work is available. However, there is another portion in the building under
construction. Hence the space and material should have to be planned in such a way that
there will be no hindrance to the other contractor.
5. The enlisted contractor will not be allowed to participate in tendering process without
uploading the certificate of above training. ERP Training certificate is to be mandatorily
uploaded.
6. The architectural and structural drawings shall be made available in phased manner, as
per requirement of the same as per approved programme of completion submitted by the
contractor after award of work. The bid document consisting of plans, specifications,
the schedule of quantities of various types of items to be executed and the set of terms
and conditions of the contract to be complied with and other necessary documents except
Standard General Conditions of Contract Form can be seen on website https://
etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
13
1

7. After submission of the bid the contractor can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.
8. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but beforelast time and date of
submission of bid as notified.
9. The tender inviting authority reserves the right & prejudice to call off the tender at any
point of time before the last date and time of submitting the tender through online portal.
No reason, in such case, if any, shall be furnished and no claim whatsoever shall be
realized in this regard. Contractors are advised to quote accordingly.
10. The work comprises of the balance work in an existing under-construction building. The
existing part of the building is being constructed by a contractor. Hence bidders are
advised to bid only after being successfully acquainted with the site condition. The land
or premises is readily available. However, the successful bidder shall adopt the best
practices not to hinder the work of existing contractor in the building. EE & SM-II shall
facilitate way to work conjugally not to incur any dispute of any regard.
11. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Banks (drawn in favour of Executive
Engineer, Bhubaneswar central Division-I, CPWD, Bhubaneswar.) shall be scanned
and uploaded on the e-Tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission.
The EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format
(enclosed) uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any Commercial bank having validity for a period of 90 days or more for
single bid works from the last date of receipt of bids which is to be scanned and uploaded
by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the notice inviting e- tender shall be scanned and uploaded on the e-
Tendering website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in e- tender notice shall have to be
submitted by the lowest bidder within a week physically in the office of tender opening
authority. Online bid documents submitted by intending bidders shall be opened only of
those bidders, whose original EMD deposited with any division of CPWD and other
documents scanned and uploaded are found in order. The bid submitted shall be opened at
03:30 AM on 28/11/2024

12. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded
if:
14
1

(i) The bidder is found ineligible.


(ii) The bidder does not upload scanned copies of all the documents stipulated in
the bid document including the copy of receipt for deposition of original
EMD.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest
tenderer in the office of tender opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any
section/sub heading percentage rate tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer.
13. The contractor whose bid is accepted will be required to furnish performance guarantee at
specified percentage of the tendered amount as mentioned in schedule E and within the
period specified in Schedule F. This guarantee shall be in the form of Insurance Surety
Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from
any of the Commercial Banks in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in
Schedule 'F', including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. Theearnest
money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee. The contractor whose bid is accepted will also be required to
furnish either copy of applicable licenses/ registrations or proof of applying for obtaining
labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including
Provident Fund Code No. If applicable and also ensure the compliance of aforesaid
provisions by the subcontractors, if any engaged by the contractor for the said work
within the period specified in Schedule F.
14. The description of the work is as follows:
C/o Food court (G+1) including internal water supply, sanitary installation, Drainage and
providing E&M services at AIIMS, Bhubaneswar

Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-soil
(so far as is practicable), the form and nature of the site, the means of access to the site,
the accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect their bid. Bidders shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The bidders shall be responsible for arranging and maintaining at his
own cost all materials, tools & plants, water, electricity access, facilities for workers and all
other services required for executing the work unless otherwise specificallyprovided for in
the contract documents. Submission of a bid by a bidder implies that he has read this
notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools
15
1

and plant, etc. will be issued to him by the Government and local conditions and other
factors having a bearing on the execution of the work.
15. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth
by the bidders shall be summarily rejected.
16. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited
and the bids submitted by the contractors who resort to canvassing will be liable for
rejection.
17. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.
18. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award andexecution
of contracts, in which his near relative is posted a Divisional Accountantor as an officer in
any capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Housing and Urban
Affairs. Any breach of this condition by the contractor would render him liable to be
removed from the approved list of contractors of this Department.
19. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
contractor's service.
20. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days
from the date of opening of bids in case of single bid system.
Further
(i) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department within 7 days
after last date of submission of bids, then the Government shall without prejudice to
any other right or remedy, be at liberty to forfeit 50% of the earnest money
absolutely irrespective of letter of acceptance for the work isissued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department after expiry of 7
days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely irrespective of letter of acceptance for the work is issued or not.
16
1

(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the
bidders shall not be allowed to participate in the rebidding process of thesame work.
21. This notice inviting Bid shall form a part of the contract document. The successfulbidder/
contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
the stipulated date of start of the work, sign the contract consisting of:-
(a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at thetime of
invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable and as
amended upto the previous day to the last date of bid submission.
22. For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with
respect to the combined estimated cost put to tender for the composite bid.
20.1.2 The bid document will include following Four components:

Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of the
work, Standard General Conditions of Contract 2023 for construction works as amended/
modified up to previous day to the last date of bid submission.
Part B:- General/ specific conditions, specifications and schedule of quantities applicable
to major component of the work.
Part C:- General/ specific conditions, specifications and schedule of quantities applicable to
minor component of the work.
Part D: Price Bid

In case of any discrepancy between part A and part B & that of between Part A and Part C
of the contract agreement, the provision of Part A shall prevail.
20.1.3 The bidders must associate himself, with specialized agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for
all items of minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or more
copies of agreement depending upon number of EE's/DDH in-charge of minor
components. One such signed set of agreement shall be handed over to EE/DDH in
charge of minor component(s).

20.1.6 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works.
20.1.8 The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-Charge of relevant component(s) within
17
1

prescribed time. Name of the agency(s) to be associated shall be approved by


Engineer-in-Charge of relevant component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-in
Charge of relevant specialized component(s). The new agency/agencies shall also
have to satisfy the laid down eligibility criteria. In case Engineer-in-Charge is not
satisfied with the performance of any agency, he can direct the contractor to
change the agency executing such items of work and this shall be binding on the
contractor.
20.1.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy
of such MoU shall be submitted to EE/ DDH in charge of each relevant
component as well as to EE-in-charge of major component. In case of change of
associate contractor, the main agency(s) has to enter into MoU/agreement with the
new contractor associated by him.
20.1.11 Running payment for the major component shall be made by EE of major
discipline to the main contractor. Running payment for minor components shall be
made by the Engineer- in-Charge of the discipline of minor component directly to
the main contractor. The CMB shall be maintained independently by Engineer-in-
Charge of major and minor components.
20.1.12 A. The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-Charge of major component after record of completion
certificate of all other components.
20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass
the final bill for their component of work and pass on the same to the EE of major
component for including in the final bill for composite contract.

23. The intending bidders are required to update their profile in CPWD e- tender portal
and to upload their bids well in advance of last date of submission of tender. Any
issue related to updating profile/uploading tender can be resolved through the
concerned Executive Engineer/ Assistant Engineer (Mobile No. 8670492016, Email
id: [email protected]) or ERP helpline no. 18001803286 or e-mail id
[email protected]. The e- tendering bidders are also advised not to
wait to raise any issues till the last date of submission of bid in their own interest.

24. In case any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer, then the bid submitted shall become invalid and the Government
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in
there-tendering process of the work.
25. Jurisdiction of Courts
The Court of the place from where the letter of award of work has been issued shall have
the jurisdiction to decide any dispute arising out of or in respect of the contract.
26. CPWD does not have funds of its own and it carries out the works of client departments
from their funds (deposit, budgetary, authorization). The CPWD is making payments to the
contractors after getting budget/ authorization/ deposit from various Ministries/Client
Departments. The payment to the contractor can be done only on availability of funds for
18
1

that work from client department and in case of delay in getting funds from Ministry /
Client Department, CPWD will not be responsible for delay in payment and no any extra
compensation on this account shall be granted apart from specified elsewhere in this
document. The contractor has to quote his tender accordingly considering this aspect

EE & SM(C)-II
CPWD, AIIMS, BHUBANESWAR
19
1

GOVERNMENT OF INDIA CENTRAL


PUBLIC WORKS DEPARTMENT CPWD-7

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

(A) Tender for the work C/o Food court (G+1) including internal water supply, sanitary
of: installation, Drainage and providing E&M services at AIIMS,
Bhubaneswar

(i) To be uploaded on 03:00 PM on 14/11/2024 at https://etender.cpwd.gov.in


(ii) To be opened in presence of tenderers who may be present at 03:30 PM on 28/11/2024 in the
office of Executive Engineer & SM-II, CPWD, AIIMS Bhubaneswar.

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 President of India within the
time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with
the specifications, designs, drawing and instructions in writing referred to in Rule-1 of General
Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as
are provided for, by, and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the due date of its opening and not
to make any modification in its terms and conditions.
A sum of Rs. 15,67,798/- hereby forwarded in cash/receipt treasury challan/deposit at call receipt
of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money.
A copy of earnest money in the form of Insurance surety Bond, Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipts, Banker`s Cheque or Bank Guarantee from
any of the commercial Bank is scanned and uploaded (strike out as the case may be). If I/We,
fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
said President of India or his successors, in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnestmoney absolutely.
20
1

Further, if I/We fail to commence work as specified, I/We agree that President of India 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 absolutely. The said Performance Guarantee
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 excessof that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
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 CPWD in futureforever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
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 & integrity of the State.

Dated Signature of Contractor

Witness: Postal Address

Address:

Occupation:
21
1

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs.
……………………………..………………… (Rupees…………………………………………
……. …………….……………………………………………………………………)

The letters referred to below shall form part of this contract agreement:(a)
(b)
(c)

For & on behalf of President of India

Signature …………………………………..

Dated: Designation ……………………………….


22
1

PROFORMA OF SCHEDULES
(Major Component)

(Operative Schedules to be supplied separately to each intending e-bidder)

SCHEDULE 'A' As per enclosed Schedule of Civil Quantities


Schedule of quantities (as per PWD-3)

SCHEDULE 'D'
Extra schedule for specific requirements/
document for the work, if any. Nil

SCHEDULE 'E'
GCC 2023 (Construction Works), CPWD form 7 as
Reference to General Conditions of modified & corrected up to the previous day to the
contract. last date of submission of tender.

C/o Food court (G+1) including internal water


Name of Work
supply, sanitary installation, Drainage and providing
E&M services at AIIMS, Bhubaneswar

Rs. 7,83,89,876/-
Estimated cost of work

Earnest money Rs. 15, 67, 798/-

Performance guarantee 5% of tendered value


Security deposit 2.5% of tendered value
SCHEDULE 'F'
GENERAL RULES &DIRECTIONS:

Officer inviting tender Executive Engineer & SM-II (C), C.P.W.D.,


AIIMS, Bhubaneswar or his successor thereof

Maximum percentage for quantity of items


of work to be executed beyond which rates See appropriate clause under definition
are to be determined in accordance with below
Clauses 12.2 &12.3:
Definitions:
23
1

CPWD Directorate includes Director General /


CPWD Directorate Special Director General / Additional Director
General / CPM/CA/ Chief Engineer / CE-ED /
PM / SE / SE-PD / Director (Horticulture)
Successor Any authority as notified by the CPWD
Directorate before, during and after execution
of work / agreement.
2(v) Engineer-in-Charge Executive Engineer & SM (C)-II, C.P.W.D.,
AIIMS Bhubaneswar or his successor
thereof.

2(viii) Accepting Authority Superintending Engineer cum PD, C.P.W.D.,


AIIMS, Bhubaneswar or any other Authority as
notified by CPWD Directorate.
2(x) Percentage on cost of materials and 15%
labour to cover all overheads and profits:

2(xi) Standard Schedule of Rates D.S.R. 2023 with correction slips issued up tothe
last date of submission of tender

2(xii) Department Central Public Works Department.

9(ii) Standard CPWD Contract Form GCC 2023 (Construction Works), CPWD form 7 as
modified & corrected up to the previous day to the
last date of submission of tender.
Clause 1
Time allowed for submission of performance 07 days
guarantee, programme chart (time and
progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof
from the date of issue of letter of
acceptance.
(ii) Maximum allowable extension with 03 days
late fee at 0.1% per day of performance
guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation Superintending Engineer cum PD, C.P.W.D.,
under clause 2 AIIMS, BHUBANESWAR Or successor
thereof.
24
1

Clause 2A
Whether Clause 2A shall be No
applicable

Clause 5
Time allowed for execution of work 10(Ten) months

Number of days from the date of 10 (Ten) days


issue of letter of acceptance for
reckoning date of start
Table of Mile stone(s)
Note: Completion of this work in time bound manner is most important so agency shall
strictly follow to achieve the milestones and completion of workin given time frame.

Mile Description of mile stone Time allowed in Amount to be withheld


stone (Physical) days (from date amount for non- achievement
No. of start) of mile stone.
1.  Associate all specialized agencies 03 months 1.25 % of the accepted
for Civil & electrical works, Tendered Value.
getting designs and shop drawings
approved from the competent
authority, setting up of site
laboratory. (7 days is time allowed
with the department for approval of
the scheme and time taken in
correction is on part of the
contractor).
 Obtaining NOC from fire
department, AAI, WATCO,
SGWA, SEIAA etc. (which ever is
applicable) and submission of all
documents for obtaining approval
of BDA (Bhubaneswar
Devlopment Authority)
 Establishment of labour hut,
mobilization of machinery &
material for civil construction job
 Submission of Design Mix Report,
 Completion of foundation work,
RCC & Brick work up to plinth
level
25
1

2  Completing of 100% RCC work 6 months 1.25 % of the accepted


including mumty room, rooftop Tendered Value.
water tank, lift machine room etc.
as applicable.
 Completion of 75% brickwork in
superstructure and internal
plastering including chase cutting
in wall and laying of electrical
conduits, GI box etc.
 TDS finalization for 100% item
and Procurement of 50% material
of electrical component.
 Approval of 100% item for CIVIL
works & procurement of 75% of
tiles, doors, windows, granite,
sanitary & plumbing items.
 Approval of truss design for central
dome & procurement of 100%
material.
3  Completing of 100% brick work, 8 months 1.25 % of the accepted
internal & external plastering, Tendered Value.
putty work.
 Procurement of 100% item for civil
& electrical work.
 Completion of 75% flooring work.
 Completion of 75% fitting of
doors, windows, SS railing etc.
 Fixing or installation of electrical
items at least 75 %.
 Supply and installation of all
electrical equipment & Fire door.
Completing water proofing of
entire terrace floor, supply and
installation of windows & doors in
entire area.
 Installation of all water supply
pipelines as well as sanitary
installation. Completion of all
glazing work.
 Completion of one coat of paint
inner as well as outer surface

4 Completion of entire work 10 months 1.25 % of the accepted
including Handing over of Tendered Value.
completed work including all
necessary testing and
Commissioning.
Submission of local body final
26
1

occupancy certificate along with


fire certificate.

Note:
The withheld amount from monthly R.A. bills due to non-achievement of previous
physical or financial mile stone may be released if the subsequent Physical or
Financial mile stone is achieved in the specified time respectively.
Mile stones shall be applicable for Major Component (Civil Work) as well as for
Minor Components (Electrical Works) of the work as attached. The main contractor
will ensure that electrical components of the work are executed in time without giving
any chance for slippages of mile stones on account of delayin execution of associated
electrical work by him. However, in case mile stones are not achieved by the
contractor for the work, the amount shown against milestone shall be withheld by the
Executive Engineer-in-charge of the major component.

Schedule of rate of recovery for delay in Rs. 2000/- per week


Submission of the modified programme in
Terms of delay days:
Authority to convey:
(i) Extension of time Superintending Engineer cum PD,
C.P.W.D.,AIIMS, BHUBANESWAR
Or successor thereof.

Authority to decide:

(i) Rescheduling of mile stones Superintending Engineer cum PD, C.P.W.D.,


AIIMS, BHUBANESWAR Or successor
thereof.
(ii) Shifting of date of start in case of Superintending Engineer cum PD, C.P.W.D.,
delay in handing over of site AIIMS, BHUBANESWAR Or successor
thereof.
Clause 5 Schedule of handing over of site

Part Portion of Site / Description Time Period for handing


Design over reckoned from date

Part A Portion without ----- On the date of start of work


any hindrance.
27
1

Part B Portions with ----- Not Applicable


encumbrances

Part C Portions ----- Not Applicable


dependent on
work of other
agencies

CLAUSE 6 Computerized measurement book


Clause 7
Gross work to be done together with  Rs. 40.00 Lakh (Civil work) – for first 3 RA bills.
net payment/ adjustment of advances
for material collected, if any, since the  Rs. 60.00 Lakh (Civil) – for 4th and onward RA
last such payment for being eligible to bill and onwards.
interim payment.
 Rs. 12.0 lakh ( electrical work)

Clause 7A Yes
Whether Clause 7A shall be
(No Running Account Bill shall be paid for the
applicable.
work till the applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board,
whatever applicable are submitted by the contract
or to the Engineer-in-Charge.)

Clause 7B: As per GCC 2023 construction work amended up to


Payment to Third Party date correction slip up to the last date of submission of
tender.
Clause 8A
Authority to decide compensation on Superintending Engineer cum PD, C.P.W.D.,
account if contractor fails to submit AIIMS, BHUBANESWAR Or successor thereof.
completion plans Any other authority as notified by the CPWD
Directorate.
Maximum compensation

0.1% of tendered value of all Components subject


to ceiling of Rs. 1,00,000/- (Rupees One lakh
only)
Clause 10A Yes, as per list attached in tender document
List of testing equipment to be
provided by the contractor at site lab
as per NIT condition.
28
1

Clause 10B (i) & (ii)


Whether Clause 10 B (i) & (ii) shall 10 B (i) - Secured advance: Applicable
be applicable 10 B (ii) - Mobilization advance: Applicable

Clause 10C
Component of labour expressed as Applicable (25%)
percent of value of work-25%
Clause 10CA Not Applicable
Clause 10CC Not Applicable
Clause 11
Specifications to be followed for execution ofwork CPWD Specifications 2019, Volume-
I and II with correction slips issued
up to the last date of submission of e-
bid.

Clause 12
Type of Work Construction work
12.2. &12.3
Deviation limit beyond which clauses 12.2 (c) 100%
shall apply for building work
in superstructure and foundation work including
earthwork sub head in DSR and related items.

12.4
(i) Deviation limit beyond which clauses Up to 100% agreement rates shall
12.2 (c) shall apply for foundationwork be payable. Beyond 100% there is
no Limit & the rate shall be
decided as per
DG/CON/construction 2023/03
dated 06.12.2023.
Clause 16
Competent authority for deciding reduced Superintending Engineer cum
rates. PD, C.P.W.D., AIIMS,
BHUBANESWAR or successor
thereof
29
1

Clause 18
List of machinery, tools & plants to be deployed by the contractor at site:- As perTender
document
Clause Authority to decide penalty for each Executive Engineer & SM (C )-
19 C default (for the safety provisions as per II,C.P.W.D.,AIIMS Bhubaneswar
C.P.W.D. Safety Code) or his successor there of

Clause Authority to decide penalty for each Executive Engineer & SM (C )-


19 D default (No. of labour report) II,C.P.W.D.,AIIMS Bhubaneswar
or his successor there of

Authority to decide penalty for each


(default or breach of any of the provisions
Clause of the Central Public Works Department, Executive Engineer & SM (C )-
19 G Contractor's Labour Regulations and II,C.P.W.D.,AIIMS Bhubaneswar
Model Rules for the protection of health or his successor there of
and sanitary
arrangements default)
Clause Executive Engineer & SM (C )-
19 K Authority to decide penalty for each II,C.P.W.D.,AIIMS Bhubaneswar
default (Employment of skilled/semi- or his successor there of
skilled workers)

Clause 25
(i) Conciliator SDG, Kolkata or successor thereof

(ii) Arbitrator Appointment Authority SE cum PD, AIIMS, Bhubaneswar or successor


thereof
(iii) Place/Seat of Arbitration Bhubaneswar

Clause 32 :-
Requirement of technical representative(s) and recovery rate
S. Designatio n Minimum Rate at which recovery
Minimum
No (Principal experience shall be made from the
Discipline (Civil +

Qualificat
Technical/ contractor in the eventof
ion of
Electrical)

Technical not fulfilling provision of


Technical
Numbers

representat Clause
Represen
ive) 32(i)
tative
Figures Words
30
1

1 Graduate Civil + 5 ( and having Rs.25,0 Rs. Twenty


Engineer Electric Project experience of 1 00/- per Five Thousand
al Manager one similar month permonth
nature of
work)

Civil + 1+1
2 Graduate Project 2 or 5 years Rs.15,0 Rs. Fifteen
Electrical
Engineer or planning/ Respectively 00/- per Thousand per
diploma quality/billin month month per
Engineer g engineer per person
person

NOTE:-
i) Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
ii) Diploma holder with minimum 10 year relevant experience with a reputed construction co.
can be treated at par with Graduate Engineers for the purpose of such deployment subject
to the condition that such diploma holders should not exceed 50% of requirement of
degree engineers.
Clause 38
Schedule/ statement for determining theoretical D.S.R. 2023 with
(a) quantity of cement & bitumen on the basis of Delhi correction slips up to
(i) Schedule of Rates 2023 with up-to-date correction the last date of
slips. submission of tender.
(ii) Variations permissible on Variations Recoveries proposed
theoretical quantities: Plus
Minus Side
side
(a) Cement for works with ± (plus / minus)
estimated cost put to 3 % (Three percent) Not
Nil
tender not more than Permitted
Rs. 25 lakh.
(b) For works with ± (plus / minus)
estimated cost put to 2 % (Two percent) Not
Nil
tender more than Rs25 Permitted
lakh.
(c) Bitumen all works + (plus ) 2.5% (Two
point five percent) Not
Nil
only and nil on – Permitted
(minus) side.
(d) Steel reinforcement and ± (plus / minus) Nil Not
structural steel sections for 2% (Two percent) only. Permitted
each diameter, section and
category
All other materials. Not
Nil Nil
Permitted
31
1

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS


All necessary equipment for conducting all necessary tests shall be provided at the site in the well
furnished site laboratory by the contractor at his own cost with proper light and ventilation. The
laboratory should be as per CPWD specification 2019 and the following minimum laboratory
equipment shall be setup at site office laboratory:-

Sl.No. Equipment Numbers


(Minimum)
1. Slump cone, steel plate, tamping rod, steel scale, scoop 1

2. Weighing scale platform type 200 Kg capacity with least count 2


0.01kg
3. Graduated glass measuring cylinder As per
requirement
4. Sets of sieves of 450mm internal dia for coarse aggregate 1
[100mm, 80mm, 40mm; 20mm; 12.5mm, 10mm; 4.75mm
complete with lid and pan]
5. Sets of sieves of 200mm internal dia for fine aggregate [4.75 1
mm; 2.36 mm; 1.18mm; 600microns; 300 microns & 150
micron, with lid and pan]
6. Motorized sieve shaker capable for450/200 mm dia 1
sieves
7. Cube moulds size150mmx150mmx150mm As per
requirement (Min
12 Nos)
8 Cube Compression testing machine ((Digital) (Min 2000 kg 1
capacity)
9. Hot air oven temp. Range 50°C to 300°C-sensitivity 1 degree 1

10. Electronic balance 600g x 0.1g, 10kg and 50kg 1 each


11. Physical balance weight upto5kg 1
12. Measuring jars100ml, 200ml, 500ml As required (Min
2 each)

13. Gauging trowels100 mm & 200 mm with wooden Handle As required


(Min 2nos)
14. Spatula100 mm & 200 mm with long blade wooden As required
Handle (Min 2nos)
15. Vernier calipers12”&6”size(Digital) 1 each
16. Digital paint thickness meter for steel 500 micron Range 1
32
1

17. GI/MS tray 600x450x50mm, 450x300x40mm, 300x250x40mm 2No.

18. Screw gauge 0.1mm-10mm, least count 0.05 (Digital) 1 No.


19. Wash Bottles capacity500 ml As required
20. Hacksaw 3
(a)Measuring tape Steel(5meter) 3
21.
(b)Measuring tape PVC (30meter) 2
22. Shovels & Spade 8

23. Plastic or G.I. Buckets15 ltr,10 ltr,5 ltr 1 each


24. Wheelbarrow 6

25. Floor Brushes, hair dusters, scrappers, wire brush, paint 6 each
brushes, Shutter steel plate oil, kerosene with
stove etc.
26. Compaction apparatus (proctor) as per IS 2720 part– 1
VII-1974
27. Computer with Printer 1set or as
required
28. Rebound Hammer set 1

29. Any other equipment for site tests as outlined in BIS As per
codes and as directed by the Engineer-in-charge. requirement
The above list is only indicative and not exhaustive. The Bidder may be required to provide more
laboratory testing equipment as per requirement of work.
33
1

PART -B
(CIVIL WORK)
34
1

GENERAL REQUIREMENTS FOR THE TENDER

Name of Work:- C/o Food court (G+1) including internal water supply, sanitary
installation, Drainage and providing E&M services at AIIMS, Bhubaneswar

1 The tenderer is advised to read and examine the tender documents for the work and the
set of drawings available with Engineer-in-charge. He should inspect and examine the site
and its surroundings by himself before submitting his tender.
2 Separate schedule of quantity is included in this tender for civil and electrical items of
work. If the tenderer wants to offer any unconditional rebates on their rates, the same
should also be offered in the respective components of civil and electrical schedule
separately. The contractor shall quote the percentage rates in figures and words
accurately so that there is no discrepancy in rates written in figures and words.

3 Time allowed for the execution of work is 10(Ten) months.

4 The contractor (s) shall submit a detailed program of execution in accordance with the
master programme / milestone within ten days from the date of issue of award letter.

5 Quality of the project is of utmost importance. This shall be adhered to in accordance


with the provisions of CPWD specifications and guidelines given in the relevant paras.

6 The contractor (s) shall make his own arrangements for electricity and water required for
the execution of work.

7 Cement shall be arranged by the contractor himself.

8 Steel Reinforcement shall be arranged by the contractor himself.

9 Engagement of agency for specialized works:

Contractor has to engage specialized agencies for specialized items of workssuch as


waterproofing. Only those specialized agencies/firms who have satisfactorily
executed works as per criteria prescribed in this bid document.
35
1

10 Contractor has to deploy required Plant and machinery on the project. Minimum number
of plant and machinery to be deployed by him is indicated in table given for
minimum T&P. In case the contractor fails to deploy the plant and machinery whenever
required and as per the direction of the Engineer-in-charge, he (Engineer-in-charge) shall
be at a liberty to get the same deployed at the risk and cost of the contractor or to make
recovery of the same from contractor’s bills at prevailing market rate.

11 The contractor shall submit the running bills in the shape of the computerized MB in
pages of A-4 size as per the standard format of department and shall act as per modified
clause 6 of CPWD-7.
12 Contractor has to provide reinforcement cover blocks made of approved proprietary
prepacked free flowing mortars (Conbextra as manufactured by M/s Fosroc Chemical
India Ltd. or approved equivalent) of high early strength.

13 The contractor shall comply with the provisions of the Apprentices Act 1961, and the
rules and orders issued there under from time to time.

14 Bricks shall be of not less than class designation as specified in the nomenclature of the
item. The average water absorption of bricks, when immersed in water for 24 hours, shall
not be more than 20% of their dry weight.

17 All other material to be used for this work shall be got approved by the Engineer in
charge before mass procurement and Technical Data sheet or Product specifications shall
be submitted to Engineer in charge in writing along with sample, shall be kept preserved
till completion of the work.
36
1

MATERIAL AND QUALITY ASSURANCE


1 The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted.
He shall have to submit quality assurance programme within two weeks of the award of
work. The quality assurance programme should include method statement for various
items of work to be executed along with check lists to enforce quality control.

2 The contractor shall get the source of all other materials, not specified elsewhere in the
document, approved from the Engineer-in-Charge. The contractor shall stick to the
approved source unless it is absolutely unavoidable. Any change shall be done with the
prior approval of the Engineer-in-Charge for which tests etc. shall be done by the
contractor at his own cost. Similarly, the contractor shall submit brand/ make of various
materials not specified in the agreement, to be used for the approval of the Engineer-in-
Charge along with samples and once approved, he shall stick to it.

3 The contractor shall submit shop drawings of staging and shuttering arrangement,
aluminum work, and other works as desired by Engineer In Charge for his approval before
execution. The contractor shall also submit bar bending schedule for approval of Engineer
-in - charge before execution.

4 Test Laboratories :

A. Laboratory at site :

The contractor shall establish a testing lab at site and provide testing equipment and
materials for the field tests mentioned in the list of mandatory tests given in CPWD
specifications 2019 Vol. 1 & 2. Nothing extra shall be payable to him on this account.

The representatives of the department shall be at liberty to inspect the testing facilities at
site and conduct testing at random in consultation with Engineer in charge. The contractor
shall provide all necessary facilities for the purpose. The laboratory shall be equipped, inter
alia, with the following equipment:

a)Balances:

i) 7 kg to 10 kg capacity, semi self-indicating type – Accuracy 10 gm.


ii) 500 gm capacity, semi self-indicating type Accuracy 1 gm.
iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.

b) Ovens- Electrically operated thermostatically controlled up to 110°C- Sensitivity 1°C.

c)Sieves: as per IS: 460-1962.


i) IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm,
25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.

ii) IS Sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm,
37
1

500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.

d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing

switch assembly.

Not more than 90% tests for material be performed at site lab with above stated equipment’s,
however at least 10% testing of materials shall be got done from external laboratories.
However, for the tests to be carried out by the external laboratories, the contractor shall
supply free of charge all the materials required for testing, including transportation. If the
tests which were to be conducted in the site laboratory are conducted in other laboratories
for any the reasons the cost of such tests shall be borne by the contractor.

 Other Laboratories :
The contractor shall arrange carrying out all tests required under the agreement
through the laboratory as approved by the Engineer-in-Charge and all expenditure to
be incurred for testing of samples e.g. packaging, sealing, transportation, loading,
unloading, etc. including testing charges shall be borne by the contractor.

Testing of materials in any Govt Lab, IIT or NIT lab/Government Engineering college may
be allowed by the Engineer in charge. However in case of private lab, the ADG/ SDG will
approve the lab accredited by NABL or any other accreditation body which operates in
accordance with ISO/IEC 17011 and accredits labs as per ISO/IEC 17025 for testing and
calibration scopes.

All the testing charges shall have to borne by the contractor (irrespective of the test result
pass/fail).

 Sampling of Materials :
(i) Sample of building materials fittings and other articles required for execution of work shall
be got approved from the Engineer-in-Charge. Articles manufactured by companies of
repute and approved by the Engineer-in-Charge shall only be used. Articles bearing BIS
certification mark shall be used. In case the above are not available, the quality of samples
brought by the contractor shall be judged by standards laid down in the relevant BIS
specifications. All materials and articles brought by the contractor to the site for use shall
conform to the samples approved by the Engineer-in-Charge which shall be preserved till
the completion of the work.
38
1

(ii) The contractor shall ensure quality of construction in a planned and time bound manner.
Any sub-standard material/work beyond set out tolerance limit shall be summarily rejected
by the Engineer-in-Charge.

(iii) BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/materials. Wherever BIS marked materials are brought
to the site of work, the contractor shall if required, by the Engineer-in-Charge furnish
manufacturers test certificate to establish that the material produced by the contractor for
incorporation in the work satisfies the provisions of BIS codes relevant to the material and/or
the work done.

(iv) The contractor shall procure all the materials in advance so that there is sufficient time to
testing and approving of the materials and clearance of the same before use in work.

(v) All materials brought by the contractor for use in the work shall be got checked from the
Engineer-in-Charge or his authorized representative of the work on receipt of the same at
site before use.

(vi) The contractor shall be fully responsible for the safe custody of the materials issued to him
even if the materials are in double lock and key system.

5 The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the contractor or his authorized
representative and which shall be duly signed by the Engineer in Charge or his authorized
representative.

6 The contractor shall render all help and assistance in documenting the total sequence of
this project by way of fortnightly photographs (min 10 Nos. or more), slides, audio-video
recording etc. Nothing extra shall be payable to the contractor on this account.

7 The contractor shall be fully responsible for the safe custody of materials brought by him
issued to him even though the materials are under double lock key system.

8 Separate cement registers showing the receipt of the PPC shall be maintained at site. The
contractor shall construct separate godowns for storage of PPC at site and nothing extra on
this account shall be payable.

9 Cement issued shall be for consumption at site only. No cement for factory made items and
those not manufactured at site shall be issued.

10 In case there is any discrepancy in frequency of testing as given in the list of mandatory
test and that in the individual sub-head of work as per CPWD specification 2019 Vol. 1 &
2 the higher of the two frequencies of testing shall be adopted.
39
1

11 Maintenance of Registers:

11.1 All the registers for tests of material to be carried out at construction site or in outside
laboratories shall be maintained by the contractor. These registers shall be issued to the
contractor by Engineer-in-Charge in the same manner as being issued to CPWD fieldstaff.

11.2 The test registers to be issued to the contractor are:


(a) Materials at site account register.
(b) Cement register.
(c) Master test registers.
(d) Cube test register.
(e) Paint register.
(f) Inspection registers.
(g) Drawing register.

11.3 All the entries in the register will be made by the designated engineering staff of the
contractor and same should be regularly reviewed by JE/AE/EE.
11.4 Contractor shall be responsible for safe custody of all the test registers.
11.5 Submission of copy of all test registers, material at site register along with each alternate
running account bill and final bill shall be mandatory. These registers should be checked
in the office of Executive Engineer & SM- II, CPWD, AIIMS Project Or his successor
thereof.
40
1

ADDITIONAL CONDITIONS FOR CEMENT

1. The contractor shall procure 43 grade ordinary Portland cement conforming to IS: 8112
/Portland Pozzolana Cement conforming to IS: 1489 {Part-I} as required in the work,
from reputed manufacturers or their authorized dealers/ reseller of cement such as A.C.C.,
Ultratech, Ambuja, Jaypee Cement, Ambuja, Birla, or from any other reputed cement
Manufacturer having a production capacity not less than one million tonnes per
annum as approved by SDG (Kolkata) or his successor thereof appointed by
competent authority for that region . The tenderers may also submit a list of names of
cement manufacturers which they propose to use in the work. The tender accepting
authority reserves right to accept or reject name(s) of cement manufacturer(s) which the
tenderer proposes to use in the work. No change in the tendered rates will be accepted if
the tender accepting authority does not accept the list of cement manufacturers, given by
the tenderer, fully or partially.

The supply of cement shall be made in 50 kg. Bags bearing manufacturer’s name and ISI
marking. Samples of cement arranged by the contractor shall be taken by the Engineer-
in-Charge and got tested in accordance with provisions of the relevant BIS codes. In case
the test results indicate that the cement arranged by the contractor does not confirm to the
relevant BIS code the same shall stand rejected and shall be removed from the site by the
contractor at his own cost within a week’s time of written order from the Engineer-in-
Charge to do so.
2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer-in-Charge. The cement godowns of the capacity to store a
minimum of 1000 bags of cement shall be constructed by the contractor at site of work for
which no extra payment shall be made.

3 The cement shall be got tested by the Engineer-in-Charge and shall be used on the work
only after satisfactory test results have been received. All expenditure to be incurred for
testing of samples e.g. supply of material, packaging, sealing, transportation, loading,
unloading, etc. including testing charges shall be borne by the contractor.

4 The damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-Charge. If he does not do so within
three days of receipt of such notice, the Engineer-in-Charge shall get it removed at the
cost of the contractor.

5 The contractor may use PPC confirming to IS 1489 (Part I) in place of OPC for other items
of work other than concrete and RMC.

6 43 grade ordinary Portland cement conforming to IS 8112 shall be used for concrete and
RMC work. The Contractor shall procure cement only from reputed manufacturers as per
41
1

list of preferred brands as specified in the tender document.


7 Cement:- 43 grade ordinary Portland cement conforming to IS 8112 shall be used.

a) In case 43 grade Ordinary Portland Cement is not available, the contractor will be
allowed to use 53 grade Ordinary Portland Cement (confirming to IS: 12269), subject to
documentary evidence produced by the contactor regarding non availability of the
specified grade and also subject to independent verification by the Engineer-in-Charge.
Nothing extra shall be paid for this.

b) Use of fly ash conforming to IS 3812 (Part –I) is permitted in cement concrete work as
partial substitution of OPC subject to fulfillment of conditions as per IS 1489 (Part-I)
andsatisfying the condition of minimum cement content.
42
1

ADDITIONAL CONDITIONS FOR STEEL REINFORCEMENT

1 Special condition for steel reinforcement bars


1.1 (a) The CPWD / Contractor shall/procure IS marked TMT bars of various grades from
(1) The Steel Manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel &
Power Ltd, and JSW steel Ltd. or their authorized dealers having valid BIS license
for IS: 1786-2008 (Amendment-1 November 2012)
(2) The steel manufacturers or their authorized dealers (as per following selection
criteria) having valid BIS license for IS:1786- 2008 (Amendment-1 November
2012).
1.2 The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge
in respect of all supplies of steel brought by him to the site of work.

1.3 Samples shall also be taken and got tested by the Engineer-in Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that the
steel arranged by the contractor does not conform to the specifications, the same shall
stand rejected, and it shall be removed from the site of work by the contractor at his cost
within a week time or written orders from the Engineer-in-Charge to do so.

1.4 The steel reinforcement bars shall be stored by the contractor at site of work in such a way
as to prevent their distortion and corrosion, and nothing extra shall be paid on this account.
Bars of different sizes and lengths shall be stored separately to facilitate easy counting
and checking.

1.5 All expenditure to be incurred for testing of samples e.g. supply of material,
packaging, sealing, transportation, loading, unloading, etc. including testing charges
shall be borne by the contractor.
If the derived actual weight is found more than the standard weight then the standard
weight as worked out shall be taken for payment. In such case nothing extra shall be paid
for the difference between the derived actual weight and the standard weight.

1.6 Mixing of different type of steel/different grades of steel shall not be allowed in the same
structural members as main reinforcement to satisfy clause 26.1 of IS:456.
43
1

GENERAL TERMS AND CONDITIONS


1. The order of preference in case of any discrepancy as indicated in condition No. 8.1 under
“Conditions of Contract” give in standard CPWD contract form may be read as the
following:
(i) Description of items as given in Schedule of quantities
(ii) Particular specifications
(iii) Special conditions
(iv) Additional Conditions
(v) Tender drawings attached
(vi) CPWD Specifications
(vii) General Conditions of Contract for CPWD works
(viii) I.S. Codes
(ix) National Building code.
(x) ASTM, BIS, or other foreign origin code mentioned in tender document
(xi) Decision of Engineer-in-Charge
(xii) Sound Engineering practices or well-established local construction practices
Note: Unless otherwise specified, CPWD Specifications 2019 volume- I & II with
corrections slips till the last date of tender submission shall be followed in general.
Any additional item of work, if taken up subsequently, shall also conform other
relevant CPWD specifications mentioned above.
A reference made to any Indian Standard specification in these documents, shall imply to
the latest version of that standard. Including such revision/ amendments as issued by the
Bureau of Indian standard up to last date of receipt of tenders. The contractor shall keep at
his own cost all such publications of relevant Indian standard applicable to the work at site.
2. Except for the items, for which particular specifications are given or where it is specifically
mentioned otherwise in the description of items in the schedule of quantities the work shall
generally be carried out in accordance with the “CPWD specifications 2019 Vol. 1 and Vol.
2 (with upto date corrections slips). (Hereinafter to be referred to as CPWD specifications)
and instructions of Engineer-in-Charge. Wherever CPWD specifications are silent the latest
IS codes/specification shall be followed.

3 Unless otherwise provided in the Schedule of Quantities/Specifications, the rates tendered


by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths
of the work and nothing extra shall be payable to him on account of the same.
4 The proposed building is a prestigious project and quality of work is paramount importance.
Contractor shall have to engage well experienced skilled labour and deploy modern T&P
and other equipment to execute the work. Many items like stone masonry & stone cladding
works, stone flooring, and structural glazing, PVDF coating aluminium composite panel and
other specialized flooring work, Wood work will specially require engagement of skilled
workers having experience particularly in execution of such items.
5 a) The contractor (s) shall inspect the site of work before tendering and acquaint himself
with the site conditions and no claim on this account shall be entertained by the department.
44
1

b) The contractor (s) shall get himself acquainted with nature and extent of the work and
satisfy himself about the availability of materials from kiln or approved quarries for
collectionand conveyance of materials required for construction.
6 The contractor (s) shall study the soil investigation report for the site, available in the office
of the Engineer-in-Charge and satisfy himself about complete characteristics of soil and
other parameters of site. However, no claim on the alleged inadequacy or incorrectness of
the soil data shall be entertained.

7 Existing roads of campus cannot be allowed to use for loaded Trucks. The Entry to the site
for loaded trucks to carry material shall be along the Boundary Wall, the same shall be made
good, improved and maintained by the contractor at his own cost. No payment shall be
made on this account.

8 The contractor (s) shall give to the Municipality, Police and other authorities all necessary
notices etc. that may be required by law and obtain all requisite Licenses for temporary
obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on
account of these operations in executing the contract. He shall make good any damage to
the adjoining property whether public or private and shall supply and maintain light and other
illumination on for cautioning the public at night.

9 The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night speed limit boards red flags, red lights and providing barriers. He shall
be responsible for all dangers and incidents caused to existing / new work due to negligence
on his part. No hindrances shall be caused to traffic during the execution of the work.

10 Contractor shall provide permanent bench marks and other reference points for the proper
execution of work and these shall be preserved till the end of work. All such reference points
shall be in relation to the levels and locations, given in the architectural and plumbing
drawings.

11 The contractor shall make his own arrangement for obtaining electric connection(s) if
required and make necessary payments directly to the department concerned.

12 Other agencies doing works related with this project may also simultaneously execute their
works and the contractor shall afford necessary facilities for the same. The contractor shall
leave such necessary holes, openings etc. for laying/burying in the work, pipes cables,
conduits, clamps, boxes and hooks for fan clamps etc. as may be required for the other
agencies. Nothing extra over the Agreement rates shall be paid for doing these.

13 The contractor shall fully comply with all legal orders and directions of the Public or local
authorities or municipality and adhere by their rules and regulations and pay all fees and
charges for which he may be liable in this regard. Nothing extra shall be paid/reimbursed for
the same.
45
1

14 The building work including all services shall be carried out in the manner complying in all
respects with the requirements of the relevant bylaws and regulations of the local body
under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-
charge and nothing extra shall be paid on this account. The contractor shall engage
plumbing and sanitary agency approved by the Engineer-in-charge, which should have
adequate T&P, skilled workers having adequate experience and necessary skill certificate
from competent authority to execute the work.

15 The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted by making his own arrangements for water
supply, electricity etc. and nothing extra whatsoever shall be payable for the same.

16 It shall be ensured by the contractor that no electric live wire is left exposed or unattended
to avoid any accidents in this regard.

17 The structural and architectural drawings shall at all times be properly co-related before
executing any work. However, in case of any discrepancy in the item given in the schedule
of quantities appended with the tender and Architectural drawings relating to the relevant
item, the former shall prevail unless otherwise given in writing by the Engineer-in-charge.

18 The entire royalty at the prevalent rates shall have to be paid by the contractor on all the
boulders, metals, shingle sand etc. collected by him for execution of the work, directly to the
Revenue authority or authorized agents of the State Government concerned or the Central
Government, as the case may be.

19 If the work is carried out in more than one shift or during night no claim on this account
shallbe entertained.

20 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services
encountered in the course of the execution of work shall be protected against the damage by
the contractor at his own expense. The contractor shall not store materials or otherwise
occupy any part of the site in a manner likely to hinder the operation of such services.

21 The contractor shall be responsible for the watch and ward / guard of the buildings, safety
of all fittings and fixtures including sanitary and water supply fittings and fixtures provided
by him against pilferage and breakage during the period of installations and thereafter till
the building is physically handed over to the department. No extra payment shall be made
on this account.

22 The contractor shall bear all incidental charges for carriage, storage and safe custody of
materials issued by department.

23 The contractor shall take instructions from the Engineer-in-charge for stacking of
46
1

materials. No excavated earth or building materials etc. shall be stacked / collected in


areas where other buildings, roads, services, compound walls etc. are to be constructed.

Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machinery’s and materials have been arranged and
closing of the trench(s) thereafter shall be ensured within the least possible time.

24 The works shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time by the Engineer-in-Charge. Before commencement
of any item of work, the contractor shall correlate all the relevant architectural and structural
drawings issued for the work and satisfy himself that the information available thereof is
complete and unambiguous. The discrepancy, if any shall be brought to the notice of the
Engineer-in-Charge before execution of the work. The contractor alone shall be responsible
for any loss or damage executing by the commencement of work on the basis of any
erroneous and or incomplete information.

i) The contractor shall take all precautions to avoid accidents by, exhibiting caution boards
day and night, speed limit boards, red flags, red light and providing necessary barriers and
other measures required from time to time. The contractor shall be responsible for all
damages and accidents due to negligence on his part.

ii) Other agencies will also simultaneously execute and install the works of electrification, air
conditioning, lifts, fire-fighting etc. for this work and the contractor shall provide necessary
facilities for the same. The contractor shall leave such recesses, holes openings etc. as maybe
required for the electric, air-conditioning and other related works (for which inserts,
sleeves, brackets, conduits base pinion, clamps etc. shall be supplied free of cost by the
department unless otherwise specifically mentioned) and the contractor shall fix the same at
time of casting of concrete, stone work & brick work, if required and nothing extra shall be
payable on this account.

iii) The contractor shall conduct work so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-in-Charge
and shall as far as possible arrange his work and shall place and dispose off the materials
being used or removed so as not to interfere with the operations of other contractor or he
shall arrange his work with that of the others in an acceptable and coordinated manner and
shall perform it in proper sequence to the complete satisfaction of others.

iv) All Architectural drawings given in the tender other than those indicated in nomenclature
of items are only indicative of the nature of the work and materials/fixings involved unless
and otherwise specifically mentioned. However, the work shall be executed in accordance
with the drawings duly approved by the Engineer-in-Charge.

25 Samples of all materials and fittings to be used in the work in respect of brand manufacturer
and quality shall be got approved from the Engineer-in-Charge, well in advance of actual
47
1

execution and shall be preserved till the completion of the work. Articles bearing BIS
certifications mark shall only be used unless no manufacturer has got BIS mark for the
particular material. Any material/fitting whose sample has not been approved in advance
and any other unapproved material brought by the contractor shall be immediately removed
as soon as directed.

Unless otherwise specified in the schedule of quantities the rates for all items shall be
considered as inclusive of pumping/baling out water, if necessary, for which no extra
payment shall be made. Those conditions shall be considered to include water from any
source such as inflow of flood, surface and sub-soil water etc. and shall apply to the
execution in any season.

25.1 Personal Safety Measures for Labour

Contractor shall provide the following items for safety of workers employed by
contractorand associate agencies:

(i) Protective footwear / helmet and gloves to all workers employed for the work on mixing,
cement, lime mortars, concrete etc. and openings in water pipeline/sewer line.

(ii) Welder’s protective eye-shields to workers who are engaged in welding works.

(iii) Safety helmet and Safety harness/ belt Provide adequate sanitation/safety facilities for
construction workers to ensure the health and safety of the workers during construction,
with effective provisions for the basic facilities such as sanitation, drinking water and safety
equipment or machinery.

(iv) All the workers should be wearing helmet and shoes all the time on site.

(v) Masks and gloves should be worn whenever and wherever required.

(vi) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.

(vii) Full time workers (if any with the approval of Engineer-in-Charge) residing on site should
be provided with clean and adequate temporary hutment.

(viii) First aid facility should also be provided.

(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift boxes
should be used to transport materials onsite.

(x) Tobacco and cigarette smoking should be prohibited onsite.


48
1

(xi) All dangerous parts of machinery are well guarded and all precautions for working on
machinery are taken.

(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting tackles in good
condition. Provide safety net of adequate strength to arrest falling material down below.

(xiii) Use of durable and reusable formwork systems to replace timber formwork and ensure
that formwork where used is properly maintained.

(xiv) Ensure that walking surfaces or boards at height are of sound construction and are
provided with safety rails and belts. Provide protective equipment such as helmets.

(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be provided in
fire prone area and elsewhere.

(xvi) Provide sufficient and suitable light for working during night.

(xvii) Ensure that measures to protect workers from materials of construction, transportation,
storage and other dangers and health hazards are taken.

(xviii) Ensure that the construction firm/division/company have sound safety policies.

(xix) Comply with the safety procedure, norms and guidelines (as applicable) as outlined in
NBC 2005 (BIS 2005c).

(xx) Adopt additional best practices and prescribed norms as in NBC 2005 (BIS2005).

25.2 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads
(ifthese are unpaved) by increasing the surface strength by improving particle size, shape
and mineral type that make up the surface base. Add surface gravel to reduce source of
dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 - 20%.
Limitvehicular speed on site 10km/h. Nothing extra will be payable for this.

25.3 All material storages should be adequately covered and contained so that they are not
exposed to situations where winds on site could lead to dust/particulate emissions.

25.4 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water
into the ground aquifers. When cleaning up the spill, ensure that the clean – up process
does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should
be contained/cleaned up immediately before they can infiltrate into the soil/ground or runoff
in nearby areas.

25.5 Ensure that water spraying is carried out by wetting the surface by spraying water on:
49
1

(i) Any dusty material.


(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.

25.6 The contractor shall ensure the following:


(i) Cover and enclose the site by providing dust screen, sheeting or netting to
scaffold along the perimeter of a building.
(ii) Covering stockpiles of dusty material with impervious sheeting.
(iii) Covering dusty load on vehicles by impervious sheeting before they leave the site.
(iv) Transferring, handling / storing dry loose materials like bulk cement and
drypulverized fly ash inside a totally enclosed system.
(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled material
does not become a source of fugitive dust and also to prevent seepage of pollutant
laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-
up process does not generate additional dust. Similarly, spilled concrete slurries or
liquid wastes should be contained / cleaned up immediately before they can infiltrate
into the soil/ground or runoff in nearby areas.

(vi) Clear vegetation only from areas where work will start right away.

25.7 Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities. There is no standard reference for this. The best practices should be followed
(as adopted from international best practice documents and codes).
Note 1: The special conditions detailed above are in addition to general/ other/ additional
conditions as specified elsewhere in tender document.
Note 2: Nothing extra shall be paid on the account of these special conditions.
31. CLEANLINESS OF SITE AND INSPECTIONS
(i)Senior Officers of CPWD, Dignitaries from Central Ministry / Department, client
department’s representatives shall be inspecting the on-going work at site at any time with
or without prior intimation. The contractor shall, therefore, keep updated the following
requirements and detailing:-
(a) Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.
(b) Display layout plan key plan, building drawings including plans, elevations and
sections.
(c) Up to date displays of Bar chart, CPM and PERT etc.
(d) Keep details of quantities executed, balance quantities, deviations, possible Extra
50
1

item, substituted Item etc.


(e) Keep plastic / cloth mounted one sets of building drawings.
(f) Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at
site.
(g) Entrance and area surrounding to be kept cleaned.
32. PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS
(i) The contractor shall construct storage space for Chemicals materials to ensure that
the storage conditions are as recommended by the manufactures.
(ii) All the materials shall be procured and delivered in sealed containers with labels
legible and intact.
(iii) All the chemicals (polymers, epoxy, water proofing compound, anti-termite
chemicals, plasticizer, Polysulphide, SBR based elastomeric, APP (Atactic Polypropylene
Polymer), all exterior and interior paints, polish etc.) shall be procured in convenient
packs say 20 litres/ Kgs. capacity packing only or as approved by the Engineer-in-charge,
and not in bigger capacity containers, say 200 litre (Kgs.) drums unless otherwise
specifically permitted by the Engineer- in- charge. One sample from each lot of the
chemical procured by the contractor shall be tested in a laboratory as approved by the
Engineer-in-charge
(iv) All material required for the execution of the work shall be got approved,
procured and deposited with the Departmental supervisory staff. The materials shall be
kept in joint custody of the contractor and the Department. The watch and ward of such
material shall, however, remain to be the responsibility of the contractor and no claim,
whatsoever, on this account shall be entertained. Different containers of each chemical
shall be serially numbered on packing and also consumed in that order. Day- to-Day
account of receipt, issue and balance shall be regulated by the Department and proper
account shall be maintained at site of work in the prescribed form as per the standard
practice.
(v) All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be allowed to procure the
materials from the authorized dealers of the manufacturers, if specifically permitted by
the Engineer-in-charge.
(vi) The original copies of challan/cash memos towards the quantity of various
chemicals procured shall be made available by the contractor at the request from the
Engineer- in- Charge and a copy of the same shall be kept in record.
(vii) The Name of manufacturers, manufacturer’s product identification,
manufacturer’s mixing instructions, warning for handling and toxicity and date of
manufacturing and shelf life shall be clearly and legibly mentioned on the labels of each
container.
(viii) The contractor shall submit for the chemicals procured, manufacturer’s and/ or
51
1

authorized dealer’s certificate regarding supplying and verifying conformance to the


material specifications, as specified.
(ix) All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals.
(x) All arrangements for measuring, dosing and mixing of material / chemicals at site
have to be made by the contractor.
(xi) Contractor shall suitably advise his site Engineer and all the workers as regards
safe handling of chemicals. Necessary protective and safety equipment in form of hand
gloves, goggles etc. shall be provided by the contractor and be also used at site.
(xii) All incidental charges of any kind including cartage, storage and wastage and safe
custody of material etc. shall be borne by the contractor and no claim, whatsoever, shall
be entertained on this account.
(xiii) The chemicals shall be tested in an independent laboratory as approved by the
Engineer-in- charge at the frequency as specified. If required, more samples may have to
be tested as per the directions of the Engineer-in-charge. Nothing extra shall be payable
on this account. Testing charges shall be borne by the contractor.
52
1

PARTICULAR SPECIFICATION & CONDITIONS OF WORK


1 EARTH WORK

1.1 The work shall be done in accordance with CPWD specifications. Any trenching and
digging within the least possible for laying sewer lines/water lines/cables etc. shall be
commenced by the contractor only when all men, machinery’s and materials have been
arranged and closing of the trench(s) thereafter shall be ensured time.

1.2 Note for all items for excavation:-


It is the responsibility of the contractor to take suitable slope protection measures, If
required, to ensure protection of adjoining structures / buildings / compound wall / service
line etc. during excavation.
The contractor shall submit proposal for the measures to be undertaken, to the Engineer in
Charge for approval before excavation. The approval shall not absolve the contractor of
his responsibility to ensure protection of adjoining structures / buildings / compound wall
/ service line etc during excavation. The rates quoted by the contractor shall be inclusive
of all suchprotection measures.

1.3 Note regarding payment of Royalty to State Government


No excavated earth shall be removed from the campus unless suggested otherwise by
Engineer in Charge. All subsoil shall be reused in backfilling / landscape, etc. as per the
instructions of the Engineer in Charge. The surplusexcavated earth shall be disposed of by
the contractor at his own cost for reuse. Royalty at the prevailing rate on the soil / Rock is
to be deposited with the State Govt. Deptt. A receipt of the same is to be produced by the
contractor to the Engineer-in-Charge as a proof of payment. A certificate of reuse as
required by the Engineer-in-Charge shall be submitted by the contractor.

1.4 SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE

The work of water supply and sanitary installations shall be got executed by the agency as
approved by Engineer-in-Charge.

(i) The entire plumbing drawing and sanitary installation drawing/ details shall be submitted
by the contractor and got approved by the Engineer-in-Charge before the execution.

(ii) The entire responsibility for the quality of work will however rest with the building
contractoronly.
The work of water supply, internal sanitary installations and drainage etc. shall be carried
out as per the bylaws of the Municipal Corporation or any other local body and the
contractor shall produce necessary completion certificates from such authority after
completion of work.

All water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories
etc. shall conform to the bylaws and specifications of the Municipal Body/Corporation
where CPWD specifications are not available.
53
1

The contractor shall engage licensed plumbers for the work and the materials
(fixtures/fittings) tested by the local Municipal Body/Corporation wherever required at his
own cost. Nothingextra shall be paid/reimbursed for the same.

The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted by making his own arrangements for water
supply, electricity etc. and nothing extra whatsoever shall be payable for the same.

The work in general shall be carried out as per CPWD specifications. Rate includes all
materials, labour and all the operations mentioned in the respective items unless and
otherwise specifically mentioned.

The contractor shall be responsible for all the protection of sanitary, water supply fittings
and fixtures against pilferage and breakage during the period of installation until the
completion / handing over of the work.

The contractor shall submit completion plans for water supply internal sanitary installations
and building drainage work within thirty days of the date of completion. These plans are to
be submitted on drawings prepared preferably through computers (1 original copy + 3
photocopies) on suitable scales to show the general arrangement and desired details.

The chasing, cutting and making holes in the masonry and / or cement concrete and
/ or RCC works shall be done carefully without causing any damage to the structure. As far
as possible, mechanical cutters & core cutting machines shall be used in a workman like
manner, for concealing the pipelines and fittings, and for hanging the SCI pipes, as there is
no provision for sunken floors in toilet. The chases / holes, so made, shall be made good
with the cement mortar of mix 1:4 (1 cement: 4 coarse sand) after testing of the pipe lines
for leakage. The cost of cutting cores in RCC, cutting holes in masonry & making good the
same shall be inclusive in the respectiveitem of drainage / water supply lines.

The contractor shall give a satisfactory performance test of the entire installation (s) before
the work is finally accepted and nothing extra shall be payable to the contractor on this
account.

1.5 WATER PROOFING TREATMENT

The water proofing items should be got done through the firm approved by Engineer-
in - charge. The contractor shall submit proposal for engaging a specialized firm for this
work. The tenderer must associate with himself, agencies of the appropriate eligibility
to tender for each of specialized nature of items / work listed below individually.
Such works shall be got executed only through associated agencies specialized in these
fields. The tenderer whose tender is accepted shall indicate the name(s) of his
associated specialized agencies those fulfilling the eligibility criteria laid down below
after award of work and at least 30 days before commencement of such items / work
for the approval of the Engineer-in-Charge of that component, whose decision shall be
final and binding. If the tenderer, himself fulfils the eligibility criteria laid down below
for associated specialized agencies, then the tenderer shall not require to associate with
54
1

himself the associated specialized agency.

GUARANTEE FOR WATER PROOFING TREATMENT


The contractor shall be fully responsible for and shall guarantee proper performance of
the entire waterproofing system for a period of 10 (Ten) years from the completion of
works. In addition, specific 10 years written guarantee (to be furnished in a non-judicial
stamp paper of value not less than Rs. 100/- ) in approved Performa shall be submitted
for the performance of the system, before final payment and shall not in any way limit
any other rights the employer may have under the contract.
All waterproofing work shall be carried out through approved specialist agency as per
the method of working approved by the engineer-in charge. However, the contractor
shall be solely responsible for water proofing treatment until the expiry of the above
guaranty period.

Ten (10) years guarantee in the prescribed Performa attached must be given by the
contractor for the water proofing treatment. In addition 10% (ten percent) of the cost of
these items would be retained as guarantee to watch the performance of the work
executed. However, half of this amount (withheld) would be released after five
monsoon seasons after the date of completion of the work, if the performances of the
waterproofing work is satisfactory. If any defect is noticed within guarantee period, it
shall be rectified by the contractor within seven days and, if not attended to, the same
shall be got done by other agency at the risk and cost of the contractor. In any case the
guaranteeing firms during the guarantee period should inspect and examine the
treatment once in every year and make good any defect observed. However, the
security deposit can be released in full, if bank guarantee of equivalent amount for ten
(10) years is produced and deposited with the department.

1.6 MEASUREMENTS
Only plan area shall be measured and paid. Nothing extra shall be paid for rounding off
at junctions and taking treatment along sides of beams and walls. Length and breadth
shall be measured correct to one centimeter and area shall be worked out to nearest
0.01Sqm.No deduction in measurements shall be made for either r opening or recesses
for chimneys, stacks, roof lights and the like for areas upto 0.40Sqm. nor any thing extra
shall be paid for forming such openings. For similar areas exceeding 0.40Sqm.deductions
will be made in measurements for full openings and nothing extra shall be paid for making
such openings.

1.5 RATES
The rate shall include the cost of all labour and materials involved in all the operations
described above.

1.6 Cement:- 43 grade ordinary Portland cement conforming to IS 8112 shall be used.

a) In case 43 grade Ordinary Portland Cement is not available, the contractor will be allowed
to use 53 grade Ordinary Portland Cement (confirming to IS: 12269), subject to
documentary evidence produced by the contactor regarding non availability of the
specified grade and also subject to independent verification by the Engineer-in-Charge.
55
1

Nothing extra shall be paid for this.

b) Use of fly ash conforming to IS 3812 (Part –I) is permitted in cement concrete work as
partial substitution of OPC subject to fulfilment of conditions as per IS 1489 (Part-I) and
satisfying the condition of minimum cement content.

c) Admixtures/ Plasticizers:- The admixture shall confirm to IS:9103, wherever required, the
admixture of approved quality and from preferred make list attached to this tender
document only shall be used to attain the required workability. Nothing extra shall be paid
for use of admixtures.

1.7 Fire resistant door shutters, frame, partition & glazing


All materials, items, hardware etc. shall be subjected to approval by Engineer-In-Charge.
Necessary documentation/ test certificates shall be furnished by the Contractor from the manufacturer
before supply of material for approval by Engineer-in-charge. Each Door/Window and Partition shall be
provided with a small metal identification plate in suitable location indicating Fire rating, name of the
Manufacturer, date of installation and details of approved test house. Each Glazing pane shall carry a
permanent stamp of the manufacturer.
The complete assembly of the doors i.e. frame, shutter, vision glass and hardware shall have fire rating as
required and shall confirm to:

1. EN 1634-1 Fire resistance and smoke control tests for door and shutter assemblies, openable windows
and elements of building hardware - Part 1: Fire resistance test for door and shutter assemblies and
openable windows
2. EN 1364-1 Fire resistance tests for non-load bearing elements – Part 1: Walls
3. EN 410 Determination of luminous and solar characteristics of glazing.
4. EN 12600 Glass in Buildings – Pendulum test – Impact test and classification for flat glass

TESTING AND CERTIFICATION


The FRGD, FRGW & FRGP shall be supplemented with appropriate certification by fire test lab, for
applicable or higher dimension with complete description of the architectural components and hardware
for FRGD, FRGW and FRGP for which the approval is given. Along with the material tests, the complete
system along with the framing shall be tested in accordance with the criteria of EN1634-1 for
door/window and EN1364-1 for partition. The installation of the fire rated system shall confirm to
requirement of test evidence. The choice of hardware and/or glazed accessories shall be as per test
evidence.

Base glass should be MAKE IN India and EPD certification and Bases glass should be ISI marked.
All work should conform the CPWD specification vol-I & II 2019 with latest correction slips.
56
1

SPECIAL CONDITIONS & SCOPE OF WORK

1 The work is to be executed in campus of AIIMS Bhubaneswar where other works are also
progressing simultaneously. The contractor has to make necessary arrangements for smooth
working of all the agencies and also to follow rules and regulations of the client
department.
2 The building is located in a live hospital zone; hence precaution must be maintained during
transportation, erection, construction and fabrication of all materials.
3 Notwithstanding anything contained in this document, the lowest successful bidder shall
submit all the necessary undertakings as stipulated in this document during or after the
course of the contract, as deemed fit as per terms & conditions.
4 There are total 3 adjacent buildings viz, the nursing college, the main hospital building, the
academic block. Outmost care has to be initiated to respect the privacy as well as decorum
of all inhabitants in these facilities.
 The broad scope of work in civil section includes construction of civil structure of
G+1 including brickwork, plaster, putty & paint job, fitting of all water supply and
sanitary installation, installation of fire door, aluminium door and window with
fixed as well as openable glass assembly, installation of flush & WPC door, terrace
water proofing, outside development of paver block, installation of polycarbonate
sheet in rooftop area with items as specified in this bid document etc.
 Scope of work in electrical component broadly includes SITC of cable tray, street
lighting of 3.5 meter height, VRF system etc.
 Water proofing work, being a specialized job, will be done only after approval of
specialized vendor by the Engineer-in-Charge.
 The broad scope of work is only indicative & certainly not exhaustive. Payment
shall be made as per actual measurement of work which will be executed as per
direction of Engineer-in-charge. The work has to be executed in such manner that
the existing contractor will not face any hindrance. The Engineer-in-charge of major
& minor component will ensure such smooth operation in the building.
 Contractor shall apply for NOC/Clearance statutory authority/ Local body such as
AAI, WATCO, SEIAA etc. The contractor shall pursue the matter with local body
with due sincerity to obtain prior approval to commence the work at site. Statutory
payment to local body shall be reimbursed by CPWD to the contractor on
production of definite proof. Beyond this reimbursement, nothing extra shall be
payable to the contractor for obtaining local body approval. Hence the bidders are
requested to quote the rate accordingly.

5 The contractor shall not store/ dump construction material or debris on metaled road.
6 The contractor shall get prior approval from Engineer-in-Charge for the area where the
construction material or debris can be stored beyond the metaled road. This area shall not
57
1

cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should
be ensured by the contractor that no accidents occur on account of such permissible
storage.
7 The contractor shall take appropriate protection measures like raising wind breakers of
appropriate height on all sides of the plot/ area using CGI sheets or plastic and/ or other
similar material to ensure that no construction material dust fly outside the plot area.
8 The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/ or are carrying construction material like cement, sand and other
allied material are fully covered. The contractor shall take every necessary precautions that
the vehicle are properly cleaned and dust free to ensure that enroute their destination, the
dust, sand or any other particles are not released in air/contaminate air.
9 The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction debris
to prevent inhalation of dust particles.
10 The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
11 The contractor shall ensure that C&D waste is transported to the C&D waste disposal site
only and due record shall be maintained by the contractor.
12 The contractor shall compulsorily use jet in grinding and stone cutting.
13 The contractor shall comply all the preventive and protective environmental steps as stated
in the MoEF as per prevailing guidelines.
14 The contractor shall carry out On-Road-Inspection for black smoke generating machinery.
The contractor shall use cleaner fuel.
15 The contractor shall ensure that the DG sets comply emission norms notified by MoEF.
16 The contractor shall use vehicles having pollution under control certificate. The emissions
can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed
bumps shall be used to ensure speed reduction. In cases where speed reduction cannot
effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.
17 The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.
18 No extra payment will be made for operation/activity mentioned at Sl. No. 1 to 13 above.
19 The contractor shall comply all the preventive and protective environmental steps as stated
in the NGT guidelines, if any.
20 The site where the proposed building is to constructed is in a congested location accordingly
the intending bidder has to arrange RMC supply/ batch mix plant, storage of material, traffic
of construction vehicles, arrangement of labour huts etc. Nothing extra will be paid/
considered in this regard.
21 The agency has to arrange centering & shuttering, props etc material required for RCC
workof required no’s and height at site.
58
1

Annexure-III (T&P)

LIST OF MACHINERY, TOOLS & PLANTS TO BE DEPLOYED BY THE


CONTRACTORAT SITE AS & WHEN REQUIRED IN ADDITION TO T & P
LISTED UNDER CLAUSE-18

S. No. Name of Equipment Numbers

1 Excavators (various sizes) As and when


required
Equipment for Concrete work
1 Automatic batching plant having capacity (min.)-15 cum/hr As per requirement
2 Vehicle mounted concrete pump with boom/ concrete pump As per requirement
of adequate capacity as decided by Engineer-in-Charge
3 Concrete transit mixer As per requirement
4 Grinding/polishing machines As per requirement
Equipment for transportation
1 Tippers As per requirement
2 Trucks As per requirement
3 Tractor with Trolley As per requirement
4 Water Tanker 1 No. if required
Power equipment
1 Diesel generator of sufficient capacity 1 No.
Testing Equipment / Survey Instruments
1 Theodolite 1 No.
2 Auto level and Staff 1 No.
3 Graduated Glass Cylinder As per requirement
4 Measuring jars 100ml, 200ml, 500ml 1 No. each
5 Verniers calipers 12” & 6” 1 No. each
6 Digital Micrometer least count 0.01 mm 1 No.
7 Screw Gauge 0.01mm – 10mm, 1 No.
8 Steel tapes-3m 2 No.
9 Micrometer Screw 25 mm gauge 1 No.
10 A good quality plumb bob 05 No.
11 Spirit level, minimum 30cms long with 3 bubbles for 2 No.
horizontal vertical
12 Dynamic penetrometer 1 No.
13 Depth Gauge 1 No.
14 Moisture meter for timber 1 No.

Note:-
59
1

1. The above list is only indicative and not exhaustive. The above T&P list is not
exhaustive and the contractor shall procure necessary T&P whenever required for timely
completion of the work. Any idle T&P (from the list mentioned above) if not
required/needed shall be removed away from site under information to Engineer-in-
Charge.
2. Workshop facilities for fabrication/addition and alterations, and other allied works shall
bearranged by the contractor at his own cost.
3. All the equipment, T&P and machinery shall be kept in good working conditions and
calibration/ safety cheeks shall be done as per desired frequency of the equipment.
4. Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall be
allowed to be moved away from the site only when, the same are no longer required at
site of work in the opinion of Engineer-in-charge.
5. In addition to above list, contractor is bound to brought at site any test equipment for
execution of any item of work, at his own cost, which Engineer-in-Charge may direct
him. Nothing extra shall be paid to contractor in this regard. Direction of Engineer-in-
Charge inthis regard shall be final & binding.
6. If contractor fails to comply such directions within time specified by Engineer-in-Charge,
the same shall be brought to site by department by any means at cost of contractor itself
and nothing shall be paid in this regard.
60
1

LIST OF PREFFERED MAKES


Note:
1. The contractor shall obtain prior approval from the Engineer-in-Charge before placing
order for any specific material or engaging any of the specialized agencies. The contractor
shall make a detailed submittal with catalogues and highlighted proposed specification,
clearly showing the compliance with nomenclature of item as well as tender specifications;
as well as full details of the works executed by the specialized agencies, as specified.
2. Unless otherwise specified, the brand/ make of the material as specified in the item
nomenclature, in the particular specification and in the list of approved materials/ preferred
makes, attached in the tender, shall be used in the work.
3. In case of non-availability of the brand specified in the contract the contractor shall be
allowed to use alternate equivalent brand of the material subject to submission of
documentary evidence of non-availability of the specified brand. The necessary cost
reductions, if any, on account of above change shall be made for the material.
4. The Engineer-In-Charge shall verify that manufacturers must have valid IS Certification as
on date for materials wherever applicable.

The following brands shall be used if not otherwise mentioned in the items.

LIST OF PREFERRED MAKE / BRAND

MATERIAL PREFERRED MAKE/ BRAND


S
Ordinary Portland Cement / Portland Ultra Tech, A.C.C., Ambuja, Birla, Jaypee
Pozzolana Cement
White Cement J.K., Birla, ACC
Reinforcement Steel Tata Steel, SAIL, RINL, Jindal Steel & Power Ltd., JSW
Steel Ltd.
Parallel Threaded Couplers DEXTRA, G-TECH, Splicetek, ISHITA
Re-barring Chemical HILTI, 3M INDIA, Fischer
Structural Steel Tata Steel, SAIL, RINL, JSPL,JSWL
Structural Steel tubular sections Tata Steel, SAIL, RINL, JSPL, APL Apollo
Plasticizer, Super Plasticizer, MC Bauchemie, Sika, Fosroc, BASF, PIDILITE
Admixtures, Other
construction
chemicals
AAC Block Ultratech, Aerocon, ACC, Wonder, J.K (Only
ISI marked with density more than 650 Kg/Cum)
ACC Block Adhesive ACC, ULTRATECH, J.K., FERROUS CRETE, ARDEX
ENDURA
Polymer modified cementitious grout/ ARDEX ENDURA, LATECRETE, FERROUSCRETE,
Tile Adhesive FOSROC, BASF
List of RMC producers A.C.C., ULTRA TECH, READY MIX INDIA (PVT.)
LTD, AB DINESH, NUVOCO (Lafarge), J.K
61
1

Waterproofing Compound DOCTOR FIXIT (Pidilite), BASF, CICO, Fosroc, STP


Ltd., Asian, Berger, SIKA
Silicon based water repellent/ Weather GE Plastics, Dow Comings, Wacker,
Sealant BASF (product must be approved by ASI)
Poly-Sulphide Sealant Fosroc, Pidilite, Sika, BASF
Plywood Green ply, Century, Austin Ply, Marino (Only ISI marked
series is allowed)
Flush door shutters Greenply, Century Ply, GreenLam, Kitply

High-pressure laminate Formica, Merino, Greenlam, Century, Sunmica


Metal-Fire rated Door Shutters Signum, Adhunik Technology, Godrej, Sukri, Shakti
Horman, Navair fire door, Pacific fire controls, Bhawani
Fire protection, TATA pravesh, Vetrotech
Fire rated vision panels SAINT-GOBAIN, PILKINGTON, SCHOTT, FERILITE,
PYROGUARD (OEM only allowed)
Glazed Fire Doors PROMAT, SAINT GOBAIN, GODREJ, SHAKTI MET,
Pacific fire controls, Vetrotech
Rolling Shutter with Grills STANDARD,SWASTIK,SHUBDHWAR,SONA
Aluminium Extrusions HINDALCO, INDALCO, JINDAL
Dash Fasteners HILTI, FISHER, CANON, WURTH
SS Railing KICH, Q Railing, D-Line, Hafele, Jindal
SS Hardware and accessories for DORMA, Dorset, Geze (Min 304 SS grade is to
Doors and fire doors be used else otherwise specified in BoQ)
Stainless Steel Salem Steel, Jindal or equivalent
Hardware for Kitchen cabinet, ward KAFF, GEZE, HAFELE, DORMA
robe and shelves
Hermitically sealed performance glass AUTHORIZED FABRICATORS of Gujarat Guardian,
toughened Glass, DGU SAINT GOBAIN, TATA ASAHI, PILKINGTON
Particle board Action TESA, Greenlam, Merino, Kitply
Melamine Polish ASIAN PAINTS (MELAMYNE GOLD), PIDILITE
INDUSTRIES (WUDFIN), ICI DULUX (TIMBERTONE)
Cement Based Wall putty Birla wall care, JK White, SAKARNI (ISI only)
Oil Bound Washable Distemper / Asian paint :(Professional Acrylic
DryDistemper Distemper), NEROLAC : Beauty Acrylic
Distemper Berger: Bison Acrylic Distemper
Dulux ICI :Maxilite or equivalent
1st Quality Acrylic Distemper / Asian Paints : (Tractor Aqua Lock Paint),
DryDistemper Berger : Commando
Or equivalent paints of Nerolac or ICI-Dulux.
Acrylic Emulsion Paints Asian Paints :(Professional
Premium Interior Emulsion
Paints),Nerolac :Beauty Gold
Berger : Rangoli total care
ICI-Dulux : Super Cover, PEARL, KLASSIC
62
1

Plastic Emulsion Paint Asian Paints :(Apcolite Heavy Duty Premium


EmulsionPaint),
Nerolac : Impression
Berger : Easy Clean
ICI-Dulux : 3 in 1
Premium Acrylic Emulsion Asian Paints :(Royal Luxury Emulsion),
Paints(Interior) Nerolac :Impression, Berger : Silk
ICI-Dulux : Velvet touch

Textured Exterior Paint Asian paints, Nerolac, Ultratech Paints, Luxture,


SPECTRUM, INSPIRA, HERITAGE.
Acrylic Smooth Exterior Paint Asian Paints :(Apex/Professional Premium
ExteriorEmulsion), Nerolac : XL
Berger : weather Coat, PEARL, PEARL-ULTIMA
(AdvanceAnti-Algal Weather Proof Paint)
ICI-Dulux : Weather Shield
Premium Acrylic Smooth Exterior Asian Paints :Apex
Paintwith Silicon additive UltimaNerolac : XL Total
Berger : weather Coat all guard ,
ICI-Dulux : Weather Shield max, SNOWCRYL-XT
Synthetic Enamel Paint Asian Paints :Apcolite Premium Gloss Enamel,
Nerolac : Synthetic Hi Gloss
Berger :Luxol Hi Gloss
ICI-Dulux : Gloss Synthetic Enamel
Cement Primer NEROLAC, Berger, BP White (Berger), Decoprime WT
(Asian), White primer (ICI), SNOWCEM
Steel Primer (Red Oxide Zinc Chromate Asian paints, ICI, NEROLAC
Primer)
Wood Primer Asian paint (Wood Primer- White/Pink), ICI, NEROLAC
Epoxy Paint ICI, NEROLAC, ASIAN, BERGER, Kansai Akzo Nobel.
Fire Paint ASIAN PAINTS, Akzonobel Coatings India Ltd,
PROMAT,
Jotun
Gypsum Plaster Gyproc, Birla, Ferrous Crete, Ultra Tech.
Gypsum Board SAINT GOBAIN, USG BORAL, Gyproc, hilux
Cement based Ready Mix Plaster Ultratech, Wallplast, Buildwell, ACC.
EPDM Gasket Amee Rubber Industries Pvt. Ltd., Bohra Rubber, Osaka
Dash / Anchoring Fasteners Hilti, Fischer, Wurth
Mortice lock Godrej, Dorset, Yale, Total Hardware
SPIDER FITTINGS DORMA, HAFELE, GEZE
Aluminium Structural Members Hindalco, Indalco, Jindal Aluminium Ltd.
-Windows, Glazing and
Partitions
Aluminum composite panel(ACP) ALSTRONG, ALDEKO, ALUSTONE, ALUCOBOND,
ALUDECOR
63
1

FLOOR SPRING/ DEAD LOCK/ DORMA, IR, Briton


DOORCLOSERS/ PANIC BAR
ALL TYPE OF SILICONE DOW CORNING, GE SILICON, WURTH, BECKER
Metallic False Ceiling Armstrong, Hunter Douglas, SAINT GOBAIN,
USGKnauff, USG Boral
Aluminum half elliptical profiled louvers Hunter Douglas, Cantori, Dezeen
Aluminum Quadroclad Honeycomb Hunter Douglas, Cantori, Dezeen
Façade System with 25mm thick panels
Floor & Wall Tiles : Ceramic / Vitrified KAJARIA, JOHNSON, NITCO, SOMANY, RAK,
tiles / Antiskid / Matt / Glazed ORIENT BELL.
Chequered Tiles, Paver Block & Kerb Super Tiles, Hind Mosaic, Kajaria, Ultra Designer
Stone Tile,Nitco, Vitco, Vyaara, AK Tiles
Vitrified paver tiles Kajaria, Pavit, Johnson
Clear / Float / Frosted Glass / Mirror ST. GOBAIN, GUJARAT GUARDIAN, ASAHI,
PILKINGTON, GOLD Plus
Vitreous Chinaware sanitary work Hindware (QUEO series or equivalent), Jaquar, Kohler,
Bathroom accessories (Towel ring, Jaquar, Kohler, Hindware
Towel rack, Soap Dish Holder, etc)
GULLY TRAPS(S.W.) PERFECT, PARRY, CHERRY
Plastic seat with Lid Jaquar, Kohler, Hindware

Water supply CP Fittings & Accessories Jaquar, Kohler, Hindware


PVC water tank Sintex, National Plastic, Kaveri (Only ISI Marked Tanks
are allowed)
Stainless Steel Sink Nirali, Neelkanth, JAYNA
GI Pipes Zenith / Tata / Jindal, SURYA, ASIAN
GI Fittings Unik, Zoloto, AVR, R-BRAND
Valves Zoloto, Sant, KIRLOSKAR, LEADER
HDPE Pipe Reliance, Jain Pipes, ORIPLAST, Supreme
DI Pipes AND Fittings ELECTROSTEEL, Kesoram, JINDAL, TATA
DUCTURA, Neco, Kapilansh.
Centrifugally Cast (Spun) Iron Pipes & Neco, Kapilansh, SKF, BIC, RPMF
Fittings
Hubless CI Pipes & Fittings Neco, Kapilansh, SKF, BIC, RPMF
CI Manhole covers, Frames & GI Neco, Kapilansh, SKF
Gratings
SFRC Covers KK spun pipes, Jain spun pipes, SS industries
RCC Pipes Jain Spun Pipes, LAKSHMI, SOOD& SOOD,PRAGATI,
K.K.Spun Pipe, The Indian Hume Pipe Co.Ltd., Patel
Hume Pipes. (Only ISI pipes are allowed)
UPVC / CPVC Pipe & Fittings Finolex Supreme, Prince, Astral, Ashirwad, Raksha,SFMC
WPC Rajashri Ply, Greenlam, GreenPly, KitPly, Century Ply
64
1

FRP chajja, FRP Shutters & Frame Fibreways, Bhutt FRP, Rajshree
Anodized Aluminium Doors Fittings (ISI Classic , Shalimar , Prestige
Marked only)
PVC Shutters & Frame Rajshree, Plastiwood, Accucel, DUROPLAST,
POLYLINE, POLYWOOD, Vijay Doors.
Steel Door / Window Frames AGEW, SenHarvik , Shiv Mular, Steel Plast
SBR COMPOUND ( For MASTER EMACO SBR2 OF BASF, SIKA LATEX
REPAIRMORTAR & WATER POWER, CICO LATEX sbr, Fosroc
PROOFING
SLURRY )
Acrylic Polymer FOR BOND COAT Anuvi Chemical, Sunanda Specialty Coating Pvt. Ltd,
AND POLYMER MODIFIED
MORTAR
Rust remover Anuvi Chemical, Sunanda Specialty Coating Pvt. Ltd,
Rust Passivator Anuvi Chemical, Sunanda Specialty Coating Pvt. Ltd,
READYMADE SINGLE MASTER EMACO S 348 OF BASF, ANUVI
COMPONENTPOLYMER CHEMICAL,SUNANDA SPECIALITY COTING
MODIFIED REPAIR MORTAR PVT.LTD, SKG
CONSTN.
MICRO CONCRETE DR. FIXIT , BASF , FOSROC
Stone Ware Pipes Grade-A (ISI Marked Sonya, Supertech, Cherry
only)
PTMT (ISI Marked only) Prayag , Polytuf
Veeners Greenlam (Sucupira, Golden Teak, African Walnut) or
equivalent in Duro, Green, Century, Marino
Toilet Cubicles Merino ( Titan Series) or equivalent in Greenply, Dorma
Accoustical Wall Panelling Armstrong, Anutone, USG Boral Ecophone, Techno
Accoustical tile false ceiling Armstrong, Ecophone, USG Boral, Saint gobain
PUF Panel insulated double skin Jindal, Metacno
Epoxy Flooring SIKA, Fosroc, BASF, Myk Arment, PIDILITE
Horizontal rollar blinds Vista Levator, Mac, Aurolux, Hunter Douglas
Precoated Galvanized Iron Profile Sheet JSW, Tata Bluescope
Glass partition system Dormakaba, Bene, Jeb
65
1

Annexure-IV
GUARANTEE BONDTO BE EXECUTED BY CONTRACTOR FOR REMOVAL
OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING
WORKS

(BASEMENT /LOWER GROUND FLOOR / UNDER GROUND TANK / ROOF)

The Agreement made this day of Two thousand and


between son of
(hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the


contract) dated and made between the GUARANTOR OF THE
ONE part and the Government of the other part, whereby the contractor, inter alia, undertook to
render the buildings and structures in the contract recited completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the
said structures will remain water and leak-proof for 10 (Ten) years from the date after the
maintenanceperiod prescribed in the contract.

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

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

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

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

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

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

That if guarantor fails to make good all defects or commits breach there under then the
Guarantor will indemnify the principal and his successors against all loss, damage, cost expense or
66
1

otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the amount
of loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-
Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the


Obligor and by and for and on behalf of the PRESIDENT
OF INDIA on the day, month and year first above written.

SIGNED, SEALED AND delivered by OBLIGOR in the presence of :

1. …………………………………………….
2. …………………………………………….

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


in the presence of:

1. …………………………………………….
2. …………………………………………….
67
1

Annexure-V
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL
OF DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINIUM DOORS,
WINDOWS VENTILATORS, STRUCTURAL GLAZING AND ACP WORK.

The agreement made this day of Two Thousand and


between son of
(hereinafter called the GURANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part.)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the


Contract) dated and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor inter alia, undertook to render the
work in the said contract recited structurally stable, leak proof and sound material, workmanship,
anodizing, colouring, sealing.

AND WHEREAS THE GURANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable, leak proof and guaranteed against faulty material and
workmanship, defective anodizing, colouring, sealing and finishing for 2 (Two) years to be
reckoned from the date after the expiry of maintenance period prescribed in the contract.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective
anodizing, colouring, sealing and finishing for two years to be reckoned from the date after the
expiry of maintenance period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defects shall
be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge at his cost and shall commence the work for such rectification
within seven days from the date of issue of the notice from the Engineer-in-charge calling upon
him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s risk and cost. The decision of the Engineer-in-Charge as to the cost,
payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects or commits breach thereunder, then
the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the amount
of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-
charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents, have been executed by the obligator
and by
for and on behalf of the PRESIDENT OF INDIA on the day, month
andyear first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:


1.
2.
68
1

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


in the presence of :

1. 2.
69
1

Annexure-VI
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF PAINT WORKS.

This agreement made this ------------------- day of --------------- ------Two thousand and ------
between son of of
(herein after called the Guarantor of the part) and the PRESIDENT OF
INDIA(herein after called the Government of the other Part)

WHERAS THIS AGREEMENT is supplementary to a contract (hereinafter called for


Contract) dated ------------- and made between the GUARANTOR of the one part and the
GOVERNMENT of the other part, hereby the Contractor interalia, under took that the acrylic
painting work done on building will remain non flaking and uniform colouring without patches.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that the said
Acrylic painting will remain non flaking and uniform colouring without patches for five years
from the date of completion of work.
NOW THE GURANTOR hereby guarantee that acrylic painting done by him will remain
non flaking and uniform colouring without patches and the minimum guarantee period of such
painting shall be five years to be reckoned form the date of the completion of work.
Provided that the guarantor will not be responsible for damage caused due to earthquake
or misuse of buildings or alteration and for such purpose. The decision of the Engineer-in-Charge
with regard to cause of damage shall be final and binding.
During this period of guarantee the guarantor shall make good all defects to the satisfaction
of the Engineer-in-Charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to
rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s Cost and risk. The decision of the Engineer-in-Charge as to the cost,
payable by the guarantor shall be final and binding.
That if the guarantor fails to make good the defects or commits breach there under then
the guarantor will indemnify the principal and his successors against all loss, damage cost,
expenses or otherwise which may be incurred by him by reasons of any default on the part of
GUARANTOR in performance and observance of this supplementary agreement as to the amount
of loss and / or damage and / or cost incurred by the Government and the decision of the Engineer-
in-Charge will be final and binding on both the parties.

An amount equivalent to 2% of item will be deducted from R. A. Bills as security and the
same will be refunded after five years from the date of completion of work.

IN WITNESS WHEROF these presents have been executed by the obligator ----------------
------ and by ---------------------- and for and on behalf of the PRESEDENT OF INDIA on the day,
month and year first above written.

SIGNED sealed and Delivered by (OBLIGATOR) in the presence of SIGNED FOR AND

BEHALF OF THE PRESIDENT OF INDIA BY


In the presence of
1.
70
1

Annexure-VII
GUARANTEETO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND
SANITARY INSTALLATIONS

The agreement made this day of Two Thousand and


between son of
(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part, whereby the contractor inter alia, undertook to render the work in
the said contract recited structurally stable workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the
said work will remain structurally stable and guaranteed against faulty workmanship, finishing,
manufacturing defects of materials and leakages, etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after expiry of maintenance period prescribed in the contract for the minimum
life of 02 (Two) year to be reckoned from the date after the expiry of maintenance period
prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which the
work shall be got done by the Department by some other contractor at the Guarantor’s cost and
risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final
andbinding.
That if the guarantor fails to make good all the defects commit breach thereunder, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/or damage and or cost incurred by the Government, the decision of the
Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents, have been executed by the obligator
and by
for and on behalf of the PRESIDENT OF INDIA on the day, month
andyear first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1.
2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY
in the presence of :

1.
2.
71

Annexure-VIII
On non-judicial stamp paper of minimum Rs.100

(Guarantee offered by Bank to CPWD in connection with the execution of


contract)

Form of Bank Guarantee for Earnest Money Deposit / Performance


Security (Guarantee) / Security Deposit /Mobilization Advance

1. WHEREAS, the Executive Engineer .................. (Name of division),CPWD on


behalf of the President of India (hereinafter called "the Government") has invited bid
under……............... (NIT No.) ……………….. dated ……………. for
.................................................... (name of work)……………………….. The Government has further
agreed to accept irrevocable Bank Guarantee for Rs.
………………(Rupees……………………………only) valid upto …………(date)* as
Earnest Money Deposit from …………….(name and address of contractor)…………..
(hereinafter called "the contractor ") for compliance of his obligations in accordance with the terms and
conditions of the said NIT.
OR**

WHEREAS, the Executive Engineer .................. (Name of division)…………………,CPWD on


behalf of the President of India (hereinafter called "the Government") has entered into an
agreement bearing number………………with……………………….(name and address of
contractor)………….. (hereinafter called "the contractor ") for execution of
work
………………………. (name of work) ................... The Government has further agreed to accept
irrevocable Bank Guarantee for Rs. ………………(Rupees……………………………only) valid
upto …………(date)* ………. as Performance Guarantee /Security Deposit / Mobilization
Advance from said contractor for compliance of his obligations in accordance with the terms and
conditions of the agreement.

1. We,………. (indicate the name of the Bank).................... (hereinafter referred to as "the Bank
"), hereby undertake to pay to the Government an amount not exceeding
Rs…………….(Rupees……………………………only) on demand by the Government
within 10 days of the demand.
2. We,………. (indicate the name of the Bank) ……………, do hereby undertake to pay the
amount due and payable under this guarantee without any demur, merely on a demand from
the Government stating that the amount claimed is required to meet the recoveries due or
likely to be due from the said contractor. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs…………….(Rupees ..................................... only).
3. We,………. (indicate the name of the Bank) ……………, further undertake to pay the
Government any money so demanded notwithstanding any dispute or dispute raised by the
contractor in any suit or proceeding pending before any court or tribunal, our liability under
this Bank Guarantee being absolute and unequivocal. The payment so made by us under this
Bank Guarantee shall be valid discharge of our liability for payment there under and the
contractor shall have no claim against us for making such payment.
72

4. We,………. (indicate the name of the Bank) ................. , further agree that the Government
shall have the fullest liberty without our consent and without affecting in any manner our
obligation here under to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said contractor from time to time or to postpone for any
time or from tome to time any of the powers exercisable by the Government against the said
contractor and to for bear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of omission on the
part of the Government or any indulgence by the Government to the said contractor or by any
such matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.
5. We,………. (indicate the name of the Bank) ................. , further agree that the Government
at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor
at the first instance without proceeding against the contractor and notwithstanding any security
or other guarantee the government may have in relation to the contractor‘s liabilities.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.
7. We,………. (indicate the name of the Bank) ……………, undertake not to revoke this
guarantee except with the consent of the government in writing.
8. This bank guarantee shall be valid up to …………….., unless extended on demand by the
Government. Notwithstanding anything mentioned above, our liability against this guarantee
is restricted to rs……………(Rupees… ......................... Only ) and unless a claim in writing
is
lodged with us within the date of expiry or extended date of expiry of this guarantee, all our
liabilities under this guarantee shall stand discharged.

DATE .............

WITNESSES: Authorised signatory

1. SIGNATURE ..................... Name

NAME AND ADDRESS Designation

Staff code no.

Bank seal
2. SIGNATURE ………………

NAME AND ADDRESS

*Date to be worked out on the basis of validity period of 90 days where only for financial bids
are invited from the date of submission of tender.
** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for Performance Guarantee /Security Deposit / Mobilization Advance, as the
case may be.
73

INDEX

PART- C
[E & M COMPONENT]
Name of work:-Construction of Food Court (G+1) at AIIMS,
Bhubaneswar. (SH-EI, HVAC, Fire Alarm, Fire Fighting
system)

Sub Name Estimated amount (Rs.)


Head
S.H: I Wiring, Fan,Fittings, Cable, Panel, Rs. 60,11,813/-
Earthing , Fountain etc.
S.H: II VRF / VRV System Rs. 47,75,259/-

S.H: III Fire Alarm & PA System Rs. 1,89,302/-

S.H: IV Fire Fighting System Rs. 13,27,551/-


Grand Total- Rs. 1,23,03,925/-
74

INFORMATION FOR CONTRACTORS FOR E-TENDERING


Main Contractor has to associate agencies for respective packages/ specialized work as per eligibility
criteria mentioned in the terms and conditions of respective packages/ specialized work.
Agencies engaged by the main contractor are required to fulfill the laid down criteria. In case the main
contractor himself meets the required eligibility criteria as laid down by the Department for specialized work, he is
allowed to execute the same after due verification etc.
The main contractor enters into MOU with agencies associated by him for execution of specialized
component as per NIT conditions within 15 days after award of work.
In case the main contractor intends to change any agency/agencies during the operation of the contract,
he shall obtain prior approval of respective Engineer-in-Charge of the agreement. The new agency/agencies shall
also have to satisfy the laid down eligibility criteria. In case Engineer-in-Charge of respective discipline is not
satisfied with the performance of any agency, he can direct the contractor to change the agency executing such
items of work and this shall be binding on the contractor.
75

Eligibility Criteria for E&M Associate firms


SH Description The firm should Estimated Remarks
/Type of work be cost (Rs)
1 2 3 4 5
1. Wiring, Enlisted in 60,11,813/ The firm should
Fan,Fittings, appropriate Class - submit details of
Cable, Panel, & category in enlistment and valid
Earthing , CPWD Electrical Licence
Fountain etc. as reqd. for
approval.
2. VRF / VRV Specialized 47,75,259/ The firm should
System agency with - submit details of
appropriate experience,
experience, credentials as reqd.
credentials as for approval.
specified.
3. Fire Alarm & PA Specialized 1,89,302/- The firm should
System agency with submit details of
appropriate experience,
experience, credentials as reqd.
credentials as for approval.
specified.
4. Fire Fighting Specialized 13,27,551/ The firm should
System agency with - submit details of
appropriate experience,
experience, credentials as reqd.
credentials as for approval.
specified.
76

PROFORMA OF SCHEDULE
(Operative schedules shall be supplied separately to each intending tenderer)

SCHEDULE ‘A’ E&M Work

Schedule of Quantities (as per PWD-3) As per separate sheets attached for E&M Items of Work.

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, As attached in
if any: tender Form
SCHEDULE ‘E’
Reference to General Conditions of contract – General Conditions of contract 2023 Construction Work of CPWD
amended up to date of submission of bid

Name of Work: Construction of Food Court (G+1) at AIIMS, Bhubaneswar.


(SH-EI, HVAC, Fire Alarm, Fire Fighting system)

Estimated cost of work:


E & M Items of Work Rs. 1,23,03,925/-

i) Earnest money: Included in schedules of


Civil component
ii) Performance Included in schedules of Civil component
Guarantee:
iii) Security deposit: 2.5% of the tendered value of the work

GENERAL RULES & Executive Engineer & SM (C)-


DIRECTIONS : Officer inviting tender: II, CPWD, CPWD, AIIMS
Bhubaneswar
Maximum percentage for
quantity of items of work to be
executed beyond which rates
See below
are to be determined in
accordance with Clauses 12.2
& 12.3
SCHEDULE ‘F’

Definitions:
2(v) Engineer-in – For E & M Component The Executive Engineer & SM-E,
Charge of Work CPWD, AIIMS Bhubaneswar
2(vi) Accepting Authority Same as prescribed in civil
component.
2(vii) Percentage on cost of materials and
15%
labour to cover all overheads and profits
2(viii) Standard Schedule of Rates:
E & M Items of Work: Schedule of Rates – 2022 & MR
77

2(ix) Department: Central Public Works Department


9(ii) Standard CPWD contract Farm: Same as prescribed in civil
component.

Clause 1 Time allowed for submission of Performance


Guarantee, Programme Chart (Time and Progress)
and applicable labour licenses, registration with Same as prescribed in civil
EPFO, ESIC and BOCW Welfare Board or proof of component.
applying thereof from the date of issue of letter of
acceptance
Maximum allowable extension with late fee @ Same as prescribed in civil
0.1% per day of Performance Guarantee amount component.
beyond the period provided in (i) above
Clause 2 Authority for fixing Compensation under Clause 2 Same as prescribed in civil
component.
Clause 2 Whether Clause 2A shall be applicable Same as prescribed in civil
A component.
Clause 5 Number of days from the date of issue of letter of Same as prescribed in civil
acceptance for reckoning date of start component.
Time allowed for execution of work Same as prescribed in civil
component.
Authority to decide: Same as prescribed in civil
Extension of time component.
ii) Rescheduling of mile stones Same as prescribed in civil
component.
Mile stone(s)- Recovery of mile stone same as prescribed as in civil component

Clause 6 Clause applicable Yes


Clause 7 Gross work to be done together with net
payment/Adjustment of advances for material collected, if
Rs. 12.0 Lacs
any, since the last such payment for being eligible to
interim payment
Clause 10A List of testing equipments to be provided by the contractor As per E&M Work
at site lab.
Clause 10 B Whether clause 10-B (ii) shall be applicable. No
(ii) & 10 B Whether clause 10-B (iii) shall be applicable. No
(iii)
Clause 10 C Component of labour expressed as percentage of value of Same as prescribed in
work civil component
Clause 10CC to be applicable in contracts with stipulated Same as prescribed in
Clause 10 CC period of completion exceeding the period shown in next civil component
column
Clause 11 Specification to be followed for execution of work:
CPWD General Specification 2023 (Part-I) Internal,
2023 for External, Part III (Lift & Escalator) – 2003,
Part IV Sub Station–2013, Part VI Fire Alarm System –
For Electrical Items of Work:
2018 & Part-V Wet Riser & Sprinkler System – 2020,
Heating, Ventilation & Air-Conditioning – 2024, VII DG
Sets 2013 with amended up to date .
Clause 12 Construction work
12.2 & 12.3 (i) Deviation limit beyond which clause 12.2 & Shall be governed vide OM no
12.3 shall apply for building work DG/CON/Construction 2023/03
dated 06.12.2023
78

12.5 i) Deviation limit beyond which clause 12.2 & Shall be governed vide OM no
12.3 shall apply for foundation work DG/CON/Construction 2023/03
dated 06.12.2023
Clause 16 Competent Authority for Deciding reduced rates:
For Electrical Items of Work: : SE cum PD, AIIMS, BBSR, C.P.W.D.,
Bhubaneswar or his successor thereof

Clause 18 List of mandatory machinery, tools & As per Annexure-1


plants to be deployed by the contractor
at site.

Clause 19 C Authority to decide penalty for each default Same as prescribed in civil component

Clause 19 D Authority to decide penalty for each default Same as prescribed in civil component

Clause 19 G Authority to decide penalty for each default Same as prescribed in civil component

Clause 19 K Authority to decide penalty for each default Same as prescribed in civil component

Clause 25 Constitution of Dispute Redressal Committee (DRC)- Same as prescribed in civil component.

Clause 32 Requirement of Technical Representative(s) and Recovery Rate


Details as per Schedule F in Part-A

Clause 38 Details as per Schedule F in Part-A


79

Additional Conditions and Specifications

S.H.-I ( E.I.)

1.1. The work shall be generally carried out in accordance with schedule of quantities and the following
specifications and conditions.
a. CPWD general specifications for electrical work Part-I Internal- 2023, as amended upto date.
b. CPWD general specifications for electrical work Part-II external – 2023, as amended upto date.
c. Commercial and additional conditions for this work.
d. The Indian electricity Act, 2003 as amended upto date.
e. Indian electricity rules 1956 amended upto date.
1.2. The Department shall not issue any T & P and nothing extra shall be paid on account of this.
2. Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (Including works contract tax,
labour welfare cess (but excluding service tax), Octroi, duties and levies and all charges for packing,
forwarding, insurance, freight and delivery, installation, testing, commissioning etc at site i/c temporary
constructional storage, risks, over head charges, general liabilities / obligations and clearance from local
authorities.
3. Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are use full and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to have
been included in the tender irrespective of the fact whether such items are specifically mentioned in the
tender documents or not.
4. Storage and Custody of Materials:
The agency has to make his own arrangement for storage, watch and ward of the stores. Their safe
custody shall be the responsibility of the contractor till the final taking over of the installation by the
client department.
5. Care of the Building:
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.
6. Completion period:
The completion period indicated in the tender documents is for the entire work of supplying, installation,
testing, commissioning and handing over of the entire installation to the satisfactory of the Engineer-in-
Charge.
7. Performance Guarantee:
The tender shall guarantee among other things, the following visa-a-vis specifications.
a. Quality, strength and performance of the materials used.
b. Satisfactory operation during the maintenance period.
8. Defect Liability Period:
a) The entire installation in general shall be guaranteed for a period of 12 Months from the date of
completion. Any defective materials and equipment shall be got rectified/ replaced free of cost at the
direction of the Engineer-in-Charge within this period.
9. Release of Security Deposit after the warranty period of LED fitting/LED Lamps.
a) All the LED Bulbs/LED fittings shall be guaranteed for a period of 5 years
80

for which agency has to submit undertaking issued by the concerned OEM or his authorised
distributor.
b) 50% of the Performance Guarantee shall be refunded to the contractor soon after the completion of
the work and recording of the completion certificate.
c) 50% of the Performance Guarantee shall be retained as Security Deposit.
d) 50% of the Performance Guarantee retained as Security Deposit plus 2.5% Security Deposit already
deducted from running bill (Total=2.5+2.5=5%) shall be refunded year wise proportionately.

10. Power Supply:


No power supply for the purpose of carrying out the work, except for testing and commissioning, shall be
provided by the department.
Agency may request to client dept. for temporary power supply on payment basis.
11. Data and Programme to be furnished by the tenderers:
The Contractor shall prepare the programme chart for the execution of the work showing clearly all
activities from the start of work to the completion required for the completion of the work within the
stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the issue of
letter for commencement of the work. The contractor shall also submit monthly programme and progress
report and update / re-schedule the same every month. These shall be submitted by the contractor in
soft copy also besides forwarding hard copy of the same.
12. Extent of work:
12.1. The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation and such tests and adjustments and commissioning as may be requirement by
the department.
12.2. Minor building works necessary like making of opening in walls or in floors and restoring to their
original condition, finish and necessary grouting etc as required to be undertaken, for which nothinh
extra will be paid.
13. Compliance with Regulations and Indian Standards
13.1. All works shall be carried out in accordance out in accordance with relevant regulation, both statutory
and those specified by the Indian Standards related to this work. In particular, the equipment and
installation shall comply with the following:
a. Factories Act.
b. Indian Electricity Rules.
c. IS & BS Standards as applicable.
d. Workmen’s compensation Act.
e. Statutory norms prescribed by local bodies.
14. Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the department shall not be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting into
operation the equipments and ancillary equipment under the supervision of the successful tenderer in so
far as the latter is responsible. The successful tenderer shall also provide all insurance including third
party insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer due to the above.
15. Co-operation with Other Agencies:
The successful tender shall co-ordinate with other contractors and agencies engaged in the construction
of the building and exchange freely all technical information so as to make the execution of this works
contract smooth. No remuneration should be claimed from the department for such technical operation.
If any unreasonable hindrance is caused to other agencies and any existing portion of the building has to
81

be dismantled and re-done for want of cooperation and coordination by the successful tenderer during
the course of work, such expenditure incurred will be recovered from the successful tenderer if the
restoration work to the original condition or specification of the dismantled portion of the work was not
under taken by the successful tenderer himself. Water proofing of pits shall not be damaged under any
circumstances.
16. Verification of Correctness of Material at Destination:
The contractor shall have to produce all the relevant records to certify that the genuine material from the
manufacturers has been supplied and erected.
17. Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the schedule
of quantities, technical specifications for individual items of work (Including additional and commercial
conditions) and IS codes etc, the following order of preference shall be followed:
a. Schedule of quantities.
b. Commercial and additional conditions for this work.
c. General conditions of contract for CPWD works.
d. Drawings
e. CPWD General Specifications.
f. Relevant IS or any other International code in case is not available.
18. The main agency shall be responsible for all acts of omissions and submissions of the electrical
contractor or Associate -contractor engaged by him for each E & M services, even with the approval of
the department.
19. For all items such as switch/socket, cable, Fan, fittings, Panel with necessary GA drawings,Pump set & all
other items to be used at site necessary cat/model no & technical details shall be got approved from
Engineer-in-Charge before procurement/ supply at site. Necessary Test Reports with certified GST bill
shall be submitted by the agency to proof the genuinity of the items during supply of items at site.
20. The contractor has to make his own arrangements for stores and watch and ward and no extra claim for
this will be entertained.
21. Running payment for electrical / mechanical components shall be made by the EE & SM-E directly to the
main contractor. The main contractor shall make the payment to associated contractor within 15 Days of
receipt of each running account payment.
22. Payments Terms:
On account payments for part work (After stipulated and statutory deductions) as assessed by the
Engineer-in-Charge for the applicable items in the contract shall be payable at part rate not exceeding
the percentage indicated against the stages of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and light plug
wiring.
S. N Stage of work Percentage of Rate
A On laying of conduits with accessories, switch boxes, etc. 40%
B On drawing of wires i/c terminations, switches, sockets, 40%
cover plates etc.
C On completion of installation, testing and commissioning. 15%
D At the time of payment of final bill. 5%
B] Items of Lighting Fixtures, MV Panels, MCBs, MCB DBs, Rising Main, DLP Trunking etc
S. N Stage of work Percentage of Rate
A On initial inspection of material and delivery at site in good 70%
condition on pro-rate basis.
B On completion of installation on pro-rata basis. 15%
C On completion of testing and commissioning. 10%
82

D At the time of payment of final bill. 5%


For other items, the part rates will be decided by the Engineer-in-Charge of the work and shall be
binding on the contractor.
23. The main contractor shall be responsible for coordinating the activities of all works and will ensure
progress of works as per laid down program.
24. The main contractor and / or his associate E & M contractor or his representative is bound to sign the
site order books as and when required by the Engineer-in-charge and will comply with the remarks
therein.
25. The connections, interconnections, earthing and loop earthing shall be done by the contractor when ever
required to be done for energisation of the installation and nothing extra shall be paid on this account.
26. The contractor must be able to work on concrete slabs / walls as and when required and in complete
coordination with the civil works. Cutting of chases in the plastered wall shall in no case be allowed. The
contractor shall fix conduits and boxes in the walls soon after the brick work is completed and finish the
case to rough surface with proper cement sand mixture. Only in exceptional cases e.g. where cutting of
plastered surface con not be avoided it will be contractor’s responsibility to ensure that plastering is done
to match the original finish at no extra cost.
27. The contractor shall remove all the debris due to the electrical works from the site as soon as the work is
completed.
28. The will submit conduit layout plan/ drawing for all necessary wiring/ cable route/ DB Location etc and
shall be got approved from Engineer-in-Charge before start of work.
29. Some light points are group controlled which will be measured as per specifications.
30. The rupturing capacity of the MCB’s shall be 10KA. The MCB’s shall have ISI mark. Quantities of MCBs
of different rating of 6 amps to 32 amps shall be brought as per actual site requirement and after
obtaining approval from the Engineer-in-Charge.
31. All the MCCB’s shall be rated for Ics=100%Icu.All MCCBs shall have suitable Rotary handle.
32. The copper wires to be used on this work shall be FRLS type and ISI marked.
33. The make of switch boxes shall be the same as that of switches. Only the required knockouts of the
switch boxes are to be removes for terminating the conduit pipes with PVC glands / check nuts.
Make of MCB / MCCB shall be the same as the make of MCB DB.
All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum gelly when installed in
brick work till the plastering / painting is done to avoid sticking of cement plaster / splashes of the paint.
Cement plaster / paint are to be cleaned immediately after plaster to avoid rusting of switch boxes and
MCB DBs. The plastic sheet is to be removed at the time of handing over.
34. All PVC conduits accessories shall be of the same make as conduits. The conduits shall be terminated at
switch boxes / metallic junction boxes with suitable PVC glands / check nuts.
35. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and MCB DB’s
No payment for these wires shall be made. All the circuit/sub main wiring are to be suitably numbered
with stickers/fuerrulings. All Outgoing switchgears of LT Panel shall be marked with Red Paint. All MCB
DBs shall be properly identified as LIGHT / POWER with Red Paint. Nothing shall be paid extra on this
account.
36. The contractor shall submit the completion plan separately in triplicate within 30 days of the completion
of work. In case, the contractor fails to submit the plan, he shall be liable to pay a sum equivalent to
2.0% of the value of the work subject to a ceiling of Rs. 1.0 Lakh.
37. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of recessed
conduit for which no extra payment shall be made. Conduits laid for other services, like fire alarm, PA
etc, where wiring is not done along with EI works, fish wire shall be invariably drawn.
83

38. The connection between incoming switch / isolator and bus bar shall be made with suitable size of
thimble and cable at no extra cost.
39. Copper conductor of size above 1.5 Sq.mm and above shall be stranded and terminals provided with
crimped lugs.
40. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness not
less than 3 mm and for which nothing extra shall be paid on the account.
41. All sub-main/power/light wiring shall be terminated in the main board as well as in the switch
boards/socket outlets with suitable copper lugs / thimbles for which nothing extra shall be paid on this
account.
42. All hardware items such as screw, thimbles, GI wire etc which are essentially required for completing an
item as per specifications will be deemed to be included in the item even when the same have not been
specifically mentioned.
43. All hardware items such as nuts / bolts / screws / washers etc to be used in work shall be zinc /
cadmium plate iron.
44. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for wiring by
some other agency subsequently. Nothing extra shall be paid for the same.
45. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the
decision of the Engineer-in-Charge.
46. The make of the materials have been indicated in the list of acceptable makes. No other makes will be
acceptable. The materials to be used in the work shall be got approved by the Engineer-in-Charge / his
representative before use at site. The Engineer-in-charge shall reserve the right to instruct the contractor
to remove the materials which, in his opinion, is not acceptable.
47. Where switches / sockets / regulator / telephone / TV / internet outlets are to be provided the same shall
be of only one make.
48. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the
direction of the Engineer-in-charge for detectors as reqd.
49. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan point
wiring will have to be brought up to the terminal of the light fittings / fans by the contractor. Flexible
metal conduits shall be used for drawing wires from ceiling to fittings on false ceiling and nothing extra
shall be paid to the contractor for the same.
50. All statutory deductions like wct, labour welfare cess etc. shall be made from the bills.
84

ANNEXURE-1

Clause- 10 –A & 18
List of mandatory machinery, tools and plants & testing Equipment to be
deployed by the contractor at site

1 Steel/Aluminium Ladder 1.5 m to 8 m.


2 Chase cutting machines.
3 Electrical wire drawing equipment.

As per requirement at site


4 Torque wrench for nut/bolt/screws.
5 Conduit die set.
6 Pipe vice.
7 Bench vice.
8 L.T. Meggar 500/1000 volts.
9 Tong Tester.
10 Multimeter.
Hydraulically operated & hand operated crimping
11
machine.
12 Earth tester.
13 Portable Ordinary drilling machine.
14 Portable Hammer drilling machine.
15 Overhead conduit puller.
85

S.H.-II VRV/VRF SYSTEM


1.1 GENERAL
This specification covers manufacture, testing as may be necessary before dispatch, delivery at

site, all preparatory work, assembly and installation, final testing, commissioning

1.1.1 The work shall be executed as per CPWD General Specifications for HVAC works and CPWD
General Specifications for Electrical Works Part-I, II & IV, as amended up to date, relevant
guidelines / code of practice of I.E. Rules, BIS, IEC, ISHRAE, ASHRAE, SMACNA and as per
directions of Engineer-in charge. These additional specifications/ conditions are to be read in
conjunction with above. In case of any variation, specifications given in these additional
conditions shall apply. However, nothing extra shall be paid on account of these additional
specifications and conditions, as the same are to be read along with schedule of quantities for
the work.
1.1.2 The tendered should in his own interest visit the site and get familiarize with the site
conditions before tendering.
1.1.3 No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
1.2 Acceptable makes of Various Equipments :
The Acceptable makes of various equipments/ components/accessories have been indicated

in “List of Preferred Makes of Equipment for Use”. The tenderer shall work out the cost of the

offer on this basis. Alternate makes are not acceptable.

1.3 Extent of Work


1.3.1 The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning, as may be
required by the department. The term complete installation shall not only mean major items of
the plant and equipments covered by the specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation with all layout
charts whether or not those have been mentioned in details in the tender document in
connection with this contract.
1.3.2 All the outdoor Air-conditioning units are proposed to be located on the terrace. The indoor
units (ductable split units / Hi wall units / Cassette units etc.) will be located indoors as per
requirements. Ducting with thermal / acoustic insulation as required, refrigerant piping and
drain piping shall be provided. All the indoor units will have corded / cordless remote control
units. In addition to supply, installation, testing and commissioning of VAC equipment,
following works shall be deemed to be included within the scope of work to be executed by the
tenderer as this is a turnkey job
a) Minor building works necessary for installation of equipments, foundation, making of
opening in walls or in floors and restoring them to their original condition / finish and
necessary grouting etc. as required.
86

b) All supports for refrigerant piping drain piping, ducting, AHUs, ventilation fans, cables and
floating foundation / MS channels for erection of outdoor units, ventilation fans, panels
etc. as are necessary.
1.4 Inspection and Testing
1.4.1 Routine test for various items of equipment shall be performed at the OEM Premises and test
certificates shall be furnished. If required by the Department, his authorized representative
shall be permitted to be present during any of the tests.
1.4.2 All major equipments Outdoor units, indoor units, electrical panels etc. shall be offered for
initial inspection at manufacturers’ works. The contractor will intimate the date of testing of
equipments at the manufacturer’s works before dispatch. The Successful tenderer shall give
advance notice of minimum two weeks regarding the dates proposed for such tests to the
department’s representative to facilitate his presence during testing. The Engineer-in-charge
may witness such testing. The cost of the Engineer’s visit to the factory will be borne by the
department. The performance tests, psychometric tests and COP test shall be carried out at
the factory premises before despatch in a NABL accredited Laboratory as per AHRI testing
standards and procedures.
1.4.3 Initial inspection at works and final inspection testing at site shall be carried out as per
Chapter 17 of CPWD General Specifications for HVAC Works 2024 as amended upto date,
where relevant and applicable.
1.4.4 Any damage resulting from the tests shall be repaired and / or damaged material replaced, to
the satisfaction of the Department’s representative.
1.4.5 The contractor shall operate, test and adjust all Air-conditioning, ventilation and exhaust
system units, fan motors, all air handling appliances provided in connection with the
installation and shall make all necessary adjustments and corrections thereof including the
adjustments of all regulating dampers. A carefully detailed record of the results of these
adjustments shall be furnished to and be subject to the approval of the Department.
1.5 TEST READINGS:
1.5.1 The following readings shall be taken (and results computed) during the performance tests on
the plant. The contractor shall provide such assistance, instruments, machines, labour and
materials as are normally required for examining, measuring and testing.

1.6 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS.


1.6.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In
particular, the equipment and installation will comply with the following:
i. CPWD Specification for HVAC Works 2024
ii. Published standards / guideline / best practices issued by ISHRAE / ASHRAE /
SMACNA / GRIHA etc.
iii. Factories Act.
iv. Indian Electricity Rules.
v. B.I.S. & other standards as applicable.
vi. Workmen’s compensation Act.
vii. Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
87

1.7 Indemnity :
The Successful tenderer shall at all times indemnify the department, consequent on this

works contract. The successful tenderer shall be liable, in accordance with the Indian Law

and Regulations for any accident occurring due to any cause and the contractor shall be

responsible for any accident or damage incurred or claims arising there from during the

period of erection, construction and putting into operation the equipments and ancillary

equipments under the supervision of the successful tenderer in so far as the latter in

responsible. The Successful tenderer shall also provide all insurance including third party

insurance as may be necessary to cover the risk. No extra payment would be made to the

successful tenderer on account of the above.

1.8 Erection Tools :


No tools and tackles either for unloading or for shifting the equipments for erection purposes

would be made available by the department. The successful tenderer shall make his own

arrangement for all these facilities.

1.9 Cooperation with other Agencies :


The Successful tenderer shall co-ordinate with other contractors and agencies engaged in the

construction of buildings, if any, and exchange freely all technical information so as to make

the execution of this work/contract smooth. No remuneration should be claimed from the

department for such technical cooperation. If any unreasonable hindrance is caused to other

agencies and any completed portion of the work has to be dismantled and re-done for want

of cooperation and coordination by the tenderer during the course of work, such expenditure

incurred will be recovered from the successful tenderer if the restoration work to the original

condition or specification of the dismantled portion of the work was not undertaken by the

tenderer himself.

1.10 Insurance and Storage :


All consignments are to be duly insured upto the destination from warehouse to warehouse

at the cost of the contractor. The insurance covers shall be valid till the equipment is handed
88

over duly installed, tested and commissioned.

1.11 Verification of Correctness of Equipment at destination :


The contractor shall have to produce all the relevant recordssuch as necessary test reports &

certified GST Bill to certify that the genuine equipments from the manufacturers has been

supplied and erected.

1.12 Training
The scope of works includes the on job technical training of two persons of department at

site. Nothing extra shall be payable on this account.

1.13 Reports
Provide 3 copies of the complete balancing and testing reports to the Department. Report

shall be neatly typed and bound suitable for a permanent record. Report forms shall contain

complete test data and equipment data as specified.

1.14 Testing Guarantee


1.14.1 All equipments and space conditions shall be tested after carrying out necessary adjustments
and balancing to establish the equipment ratings and indoor space conditions. At least four
sets of readings shall be taken daily for each item tested and submitted in the form shown
separately.
1.14.2 All equipment shall be guaranteed for the specified ratings plus or minus 3% tolerance. All
equipments and the entire installation shall be guaranteed against defective materials and
workmanship for a period of 12 months from the date, the equipment and installation are
handed over.
1.15 Performance Test
1.15.1 Upon notification to the Engineer-in-charge/ from the Contractor, that the installation has
been completed, the Contractor shall conduct under the direction and in the presence of the
Engineer-in-charge or his representatives, performance test on the plant as per the Performa
furnished in the elsewhere in this document the test readings and such inspections and tests
as the Engineer-in-charge shall consider necessary to determine whether or not the full intent
of the requirements of the plant and specifications have been fulfilled.
1.15.2 The date of commencement of all testing listed herein, shall be subject to the approval of the
Department and in accordance with the requirement of the Department’s representative.
1.15.3 A performance test by keeping the plant running for a period of 72 hrs shall be carried out.
During the tests, readings shall be taken hourly. From the readings so taken, the Contractor
shall also establish the plant capacity. The computed results shall tally with the specified
capacities furnished with Tender. Under operating conditions described in the specifications
and reflected in the drawings, tolerances permissible in the space conditions shall be restricted
to +/- 1degree centigrade on the inside design dry bulb temp, and less than 60% on the
inside relative humidity.
89

1.15.4 All the test equipment, instruments, labour, operating personnel, oil and refrigerant required
for these tests shall be arranged by the Contractor at his own cost.
1.15.5 In case the work does not meet the full intent of the specification or if the tests do not show
satisfactory result, the Contractor shall at his own cost, rectify / replace the defective
installation or part thereof as directed by the Department within two months. The contractor
shall bear all expenses thereof. The decision of the Department shall be final and binding in
this respect. Only after all these tests are satisfactorily completed and the defects found
during these are rectified, the plant will be finally accepted.
1.15.6 In the event full load due to appliances as specified in design data in Technical specification is
not available, when the plant is ready for commissioning (and testing) and /or if the date of
test does not coincide with the peak summer or monsoon seasons, the Contractor shall
nevertheless conduct tests in the prevailing conditions, but shall also repeat them as and
when full load due to appliances materializes and during summer and monsoon, during the
defects liability period.
1.15.7 All the instruments required for carrying out the tests shall be arranged for by the Contractor
at his own cost. Instruments so required shall also include manometers, Anemometers,
Temperature indicators, Micrometer, Vernier Callipers, Humidity indicators, Particle counters
and any other instruments that may be required.
1.16 Guaranteed Performance
The Contractor shall guarantee the inside conditions as stipulated elsewhere. In addition,

the Contractor shall also guarantee that all equipment shall be free from any defect due to

the defective materials/faulty design materials and bad workmanship and that the

equipment shall operate satisfactorily and the performance and efficiencies of the equipment

shall be not less than the guarantee values.

The guarantee shall be valid for a period of 12 months after taking over and any parts found

defective during this period shall be replaced free of all costs by Contractor. Five years

warranty for replacement of compressors including material and labour shall be provided for

imported chilling units. The services of successful Contractor’s personnel if requisitioned by

the Department during this defects liability period for such work shall be made available free

of any cost.

1.17 Maintenance in Warranty / Defect Liability Period


1.17.1 The Complete system shall be warranted for a period of 12 (Twelve) months after the final
handover date of the installation. This period shall be called the warranty / Defect Liability
Period.
1.17.2 It is the obligation and responsibility of the service / maintenance personnel to work safely.
Failure to comply with any of these requirements could result in serious damage to the
equipment and /or the property in which it is situated as well as severe personal injury or
death to people at site. It is expected that any one maintaining or servicing these equipment,
90

possess the knowledge that will enable them to perform tasks properly and safely. This
individual shall also comply with all applicable Governmental Standards and Regulations
pertaining to the task in question.
1.17.3 During DLP period, individuals may be exposed to certain components or conditions including,
but not limited to, refrigerants, oils and materials under pressure, rotating components and
both high and low electrical voltages. Each of these items has the potential, if misused or
handled improperly to cause bodily injury or death. It is essential that service / maintenance
personal identify and recognize these inherent hazards, protect themselves and proceed safely
in completing their tasks.
1.18 Interpreting Specifications :
In interpreting the specifications, the following order of decreasing importance shall be

followed in case of contradictions:

a) Schedule of quantities
b) Technical specifications
c) Drawings (if any)
d) CPWD General specifications for HVAC Works 2024
e) ISHRAE / ASHRAE / SMACNA published Standards / Guidelines / Code of Practice
f) Relevant BIS or other international code in case BIS code is not available.

2.1 GENERAL
2.1.1 The work of this contract is the provision of air conditioning and related services for this
project. Briefly described, the work includes shop detailing, fabrication, supply, installing,
examination, testing, commissioning and maintenance during defects liability period of the
whole of the materials, wiring, cabling, piping, mechanical and related equipment and all other
items and work for completing the mechanical contract works as described hereunder and
indicated on the drawings approved for this project.
2.1.2 It is an intention to purchase complete in every respect and ready for operating machinery and
equipment as described below.
2.2 VRF Type Air conditioning System
2.2.1.1 The AC system is deemed to include the following:
a) VRF/VRV type Outdoor and Indoor Units with associated MCCBs and interconnections
cabling as may be required for the individual outdoor units.
b) Electrical panel, electric cabling, control wiring, Earthing and accessories.
c) Balancing, testing and commissioning of the entire AC system installation and maintaining
the indoor design conditions.
d) Test reports, list of recommended spares, as-installed drawings operation and
maintenance manuals for the entire AC installation.
91

2.2.1.2 The Department requires that all goods and materials to be used in the works are new,
unused, of the most recent or current models and incorporate all recent improvements in
design and materials.
2.2.1.3 All the equipment and ancillary materials shall confirm in all respects to highest
standard of engineering, design and workmanship.
2.2.2 The scope of this section is limited only to the air-conditioning design requirements. The
individual finer applications, engineering aspects etc shall be refined and detailed further by
the Contractor.
2.2.3 This Report gives conceptual design phase / constructional phase information of AC system,
brief outlines, the basis of selection of AC system, capacity of units and air management
selection. Contractor is to design and install the equipment as per technical and
environmental requirements.
2.2.4 The General operation and maintenance of the plant will be of prime importance and adequate
space will be included together with sufficient valves for plant isolation without disruption to
the overall system performance.
2.2.5 This work shall include furnishing all labours, materials, equipments, tools and transportation
which need to complete the AC system as shown in the drawings and/or specified herein,
unless otherwise specified or indicated.
2.2.6 The installation shall comply with all statutory requirements as a minimum and will address
other fundamental issues including noise and vibration from plant, exhaust, discharge, indoor
air quality etc. by complying with local and international code of practice. It is the intent of
these specifications, that when completed, the AC system shall be suitable in everywhere for
the services required and the contractor shall, at no extra cost, supply all materials and do all
the works which may be reasonably implied as being incidental to the works of this division.
2.2.7 The scope of work under this contract shall be deemed to include all such items which,
although not specifically mentioned in the bid documents and/or in the bidders proposal, but
are required to make the equipment/system complete for its safe, efficient, reliable, and
trouble free operation unless, the same are specifically excluded from the bidders scope of
work.
2.2.8 The Entire proposal shall be on “Works Contract Basis” for supply, delivery, erection and
commissioning of Air-conditioning system with air distribution arrangement.
2.2.9 The entire responsibility for meeting the above requirements and all the statutory obligations
and local inspectorates pertaining to air conditioning and ventilation system lies with
contractor. In case the contractor finds that the design of the system does not meet any of the
above requirements, it is the responsibility to bring to the notice of the Department/Engineer-
in-charge such non-conformities at the time of Technical bid submission. Claims for extra
cost / extra time to meet the above requirements subsequent to the order placement will not
be accepted by the Department /Engineer-in-charge.
2.2.10 All design and installation of Air conditioning shall be in accordance with the Department’s
latest requirements and in compliance with the standard, where the plant is located and
Government of India regulations and relevant Indian Standard Codes of practice. Where any of
the requirements are at variance, the most stringent requirements will control between the
design criteria and the local installation codes.
2.3 Outdoor Unit:
2.3.1 As per site requirement ODU shall be 2 nos 36 HP ( 1 set for Left wing & 1 set for right wing
of the building). Each ODU unit of 36 HP should have minimum 2 or more suitable modules.
92

Actual rated capacity of 36 HP (after deration) of ODU at 43 deg C should be 36 HP=101.5 KW


cooling capacity.
2.3.2 External Static pressure of outdoor unit should not be less than 60 Pascals.
2.3.3 The outdoor unit shall have advance refrigerant control with silicon coated regrigerant
cool PCB for high ambient temperature.

2.4 VIBRATION ELIMINATORS:


All mechanical equipment shall be mounted in accordance with the specifications detailed

below:

2.4.1 All floor mounting machinery and equipment (Direct Expansion Unit) shall be installed on MS
Channel frame work provided by Contractor. All ceiling suspended equipment shall be with
proper resilient mountings / suspenders to avoid vibration / noise transmission to the
building structure.
2.4.2 The vibration isolation equipment will be supplied by the Contractor to suit his equipment.
The supply should include all unit isolators, complete rails, equipment base and structural
steel frames for concrete inertia blocks, wherever required.
2.4.3 Wherever rotational speed is reckoned as the disturbing frequency, the lowest speed shall be
taken for calculation purpose. All isolation devices shall be selected for uniform static
deflection, according to distribution of weight.
2.4.4 The CPWD specifications shall be followed for all other components for proper installation.
2.5 NOISE LEVEL:
2.5.1 All refrigeration and air conditioning equipment and materials (like motors, compressors, fans,
ducts, grilles, acoustic lining etc,) shall be selected, designed and installed in such a manner
that the inside noise criterion for all conditioned spaces shall be in the ranging NC-30 to NC-
35, thus the noise level in conditioned spaces due to all refrigeration and Air conditioning
equipment shall not exceed 52 dB measured at any point 1.0 Meter from the equipment.
2.6 Technical Specification for Copper Refrigerant Piping
2.6.1 PIPING INSTALLATION
a) Install piping as short and direct as possible, with a minimum number of joints, elbows,
and fittings. Piping shall be installed parallel with the building lines unless otherwise
noted, with appropriate pitch free from traps.
b) Pipe shall be cut accurately to measurements established at the construction site and
shall be worked into place without springing or forcing. Pipes shall be installed as to
permit free expansion and contraction without damage to joints or hangers.
c) When pre-charged, coiled tubing is furnished with split system, the excess tubing shall be
coiled and placed out of view.
d) Arrange piping to allow inspection and service of compressor and other equipment. Install
valves and specialties in accessible locations to allow for service and inspection. Installed
piping shall not interfere with the operation or accessibility of doors or windows and shall
not encroach on aisles, passageways, and equipment.
93

e) Install piping with adequate clearance between pipe and adjacent walls and hangers or
between pipes for insulation installation. Use sleeves through floors, walls, or ceilings,
sized to permit installation of full-thickness insulation.
f) Pipe shall be provided with capped or plugged ends when shipped and as erected, to
prevent contaminating the system.
g) When gauges are shown on the drawings, the Contractor shall install appropriately
ranged continuous duty temperature and pressure gauges designed for refrigeration
service. Pressure gauges shall be installed to sense compressor suction and discharge
pressures. Connect pressure gauges to the system using service valves. Suction and
liquid lines shall be insulated. Hot gas lines shall not be insulated.
h) All pressure relief valves shall be installed with a 3-way dual shut-off valve and a second
relief valve, in parallel.
i) Discharge from pressure relief valves shall be piped full size and extended to the outside
of the building structure not less than 15 feet above adjacent grade and not less than 20
feet from any window, ventilation opening or exit.
j) Oil Return: Manufacturers specifications shall be followed for oil return on risers of 20 ft.
or more (i.e., oil separators, p-traps or inverted p-traps).
k) On built-up systems, install flexible connectors at or near compressors.
2.6.2 HANGERS AND ANCHORS
a) All piping shall be run on the covered cable tray of suitable size rigidly supported from
the building structure by means of adjustable hangers. (WELDING TO BUILDING
STRUCTURE WILL NOT BE PERMITTED.)

2.6.3 BRAZED JOINTS


a) When brazing, remove solenoid-valve coils and sight glasses; also remove valve stems,
seats, and packing, and accessible internal parts of refrigerant specialties. Do not apply
heat near expansion valve bulb. Joints shall be cool before reassembling valve.
b) Tubing shall be cut square, reamed, and burrs removed.
c) Both inside of fittings and outside of tubing shall be well cleaned with an abrasive cloth
or stainless-steel wire brush before brazing. Steel wool is NOT permitted.
d) During brazing an inert gas (such as dry nitrogen, argon) shall be continuously passed
through the system at a flow rate sufficient to maintain an oxygen-free environment to
prevent the formation of copper oxide scale.
e) Care shall be taken to prevent annealing of fittings and tubing when making connections.
f) Copper to copper joints shall be brazed with a copper-phosphorous brazing alloy
containing a minimum of 15% silver and conforming to AWS A5.8, BCuP5.
g) Copper to brass joints shall be brazed with a silver brazing alloy containing a minimum of
50% silver and conforms to AWS 5.8, BAg-7.
h) Copper to stainless steel joints shall be brazed with a silver brazing alloy containing a
minimum of 50% silver and conforms to AWS 5.8, BAg-7.
94

i) All brazed joints shall be cleaned to remove residual flux.


2.6.4 LEAK TESTING OF REFRIGERATION PIPING SYSTEMS
a) The high side and low side of each completed refrigeration piping system shall be
pressure tested at a pressure not less than the lower of the system design pressure or the
setting of the pressure relief device protecting the high side or low side of the system
Exception: Field installed systems with copper tubing not exceeding 0.625” O.D., shall be tested
by means of refrigerant charged into the system at the saturated vapour pressure of the
refrigerant at 68oF minimum.
b) The testing media shall be dry nitrogen. The contractor shall perform the leak test before
insulating, evacuating and charging, in the presence of Engineer-in-charge or his
authorised representative.
c) Isolate the compressor from the leak test by firmly closing the suction and discharge
valves.
d) Where pressure relief valves are installed, position the three-way dual shut-off valves so
that full test pressure is applied to both relief valves.
e) Do not attempt to repair any leak while the system is pressurized. If any leaks are found,
relieve the test pressure and perform repairs.
f) Recharge the system, as previously described, and allow it to remain under pressure for
24 hours. Maximum pressure drop shall be 5 psig in 24 hours, at constant ambient
temperature. For every 10 deg F drop in ambient temperature, from start of test, the
maximum pressure drop may increase by 3 psig.
2.6.5 Copper tubes used for refrigerant piping
The wall thickness and other parameters for the copper pipes to be used for the refrigerant

piping should be as per the specification mentioned in the BOQ.

2.6.6 Insulation
a) All refrigerant copper lines must be free of extraneous chemicals such as corrosive cleaners or
building materials’ dust prior to the installation of the insulation. The insulation must be clean
and dry prior to installation.
b) Refrigerant pipe shall be sealed while slipping on insulation to prevent foreign matter from
entering the tube.
c) Insulation is to be slid onto pipe; longitudinal slitting of the insulation is not allowed except on
mitred sections. Insulation shall be pushed onto pipe, not pulled.
d) Insulation shall be mitred, pre-adhered and longitudinally slit inside throat to fit over all P-traps,
tees and elbows or bends over 90°.
e) All butt joints and mitred seams shall be adhered with full coverage of adhesive on both surfaces.
Insulation shall not be stretched when adhering.
f) Insulation must be installed in an adequately ventilated area. It may be necessary to increase
insulation thickness if adequate ventilation is not present, Do not crowd the insulation, allow for
adequate air movement.
95

G) At the beginning, at every 12 to 18 feet, and at the ends of piping runs, the insulation shall be
adhered directly to the copper using a 2" strip of adhesive. Insulation should not be adhered to the
pipe at the extreme low points in any piping run.

S.H.-III FIRE ALARM SYSTEM


1.1 The work shall be carried out as per tender specifications and in accordance with the
followings :
a) CPWD General Specifications for Electrical works Part - VI –Fire Detection and Fire
Alarm System-2018.
b) BIS Code of practice for Selection, Installation and Maintenance of Automatic Fire
detection and Alarm system with amendments up to date.
c) CPWD General Specifications for Electrical works Part - I Internal - 2023 as amended up
to date.
d) CPWD General Specifications for Electrical works Part - II External - 2023 as amended
up to date.
1.2 The contractor shall carry out the work as per requirements of the Fire Services and Local
body regulations as applicable.

1.3 BUILDING CONSTRUCTION AND DRAWINGS


1.3.1 The Contractor shall prepare detailed working drawings in coordination with other
Architectural and Services drawing and get these working drawings approved by the
Engineer-in-charge. The approval of such drawings by the Engineer-in-charge shall be
from the point of view of assisting the Contractor in Coordination of Services with other
agencies and shall not absolve the contractor from his absolute and indivisible
responsibility on performance and operation of his installation.

1.4 Payments terms: On account payment for part work as assessed by the Engineer-in-
Charge for the various items included in the contract shall be payable at part rates not
exceeding the percentage indicated against the stages of work.
S.No Percentage
Stage of work
of Rate
1 On delivery of material at site in good
70%
condition on pro-rate basis.
2 On completion of pro-rata installation 10%

3 On completion of Testing and


10%
commissioning
4 On approval of installation by Local Fire
10%
Authority and local body, if any.

1.5 Inspection and Testing


1.5.1 The contractor shall provide all necessary facilities for inspection of his equipment. In case
of imported equipments, the contractor shall furnish the routine and type test certificates
to the satisfaction of Engineer-in- charge.
1.5.2 All information, documents and tests as required by Fire Services and other local bodies
and their final approval for this installation shall have to be arranged by the contractor.
All expenditure arising out of inspections of Fire Services or Local body shall have to be
borne by the contractor and the same shall not be reimbursed by the department.
96

1.6 Completion Plan: Completion plan indicating the wiring layout, location of detectors,
inventories & manuals as per Technical specification shall be provided by the contractor
after completion of work and before payment of Final Bill.

A.1 SCOPE OF WORK


A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and Commissioning of
Fire Detection System for AIIMS, Bhubaneswar.

A.2. SCHEDULE OF REQUIREMENTS


A.2.1 It is the intent of this specification to define a state-of-art addressable Fire Alarm System,
which is user friendly, modular, flexible and expandable. The system is to be designed,
installed, customised, tested, commissioned and supported by a local office or agent of the
manufacturer by Engineers skilled in providing functional and efficient solutions to the needs
of the Engineer in charge.

A.2.2 The Vendor shall have an in-place support facility in Bhubaneswar equipped with Competent
Support Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to
provide support within 24 hours of any breakdowns.
A.2.3 The entire installation shall be in accordance with the requirements and stipulations of the
ODISHA Fire Services and his office. In addition, it shall also be in accordance with the
national and local electrical codes and the Underwriters Laboratories standards.

A.2.4 All electronic equipment shall conform to the pertinent regulations governing radio frequency
electromagnetic interference and should be so labelled.
A.2.5 All system components and sub-systems are to be fault tolerant and provide satisfactory
operation without damage at + 10% of the rated voltage and at + 3 Hz variation in line
frequency.

A.3. TECHNICAL DATA


A.3.1 The tenderer shall submit comprehensive technical information for all the equipment and
material. This must include but not necessarily be restricted to, all data as required under
“SCHEDULE OF TECHNICAL DATA”
A.3.2 Information given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA" is meant
for general information only. In case of discrepancies between tender specifications and details
given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA", the decision of
Engineer-in-charge will be final and binding on Contractor unless departures are indicated by
the Tenderer under chapter "SCHEUDLE OF DEPARTURE FROM SPECIFICATION” as
mentioned here in after.
A.4. PERFORMANCE GUARANTEE AND TESTING
A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given and
accepted by him with or without modifications or new designs submitted by him at the tender
stage and accepted by Engineer in charge, as the case may be. All Variations, i.e. additions,
omissions or substitutions necessitated at anytime for any reason whatsoever, shall be deemed
to have been accepted by the Contractor as not vitiating the performance based nature of this
contract. If any such variations, irrespective of whether such variations are intended to be
executed by other agencies employed by the Engineer-in-charge, have any bearing on the
performance of this Contract, the same shall immediately be brought to the notice of Engineer-
in-charge by the Contractor in writing. In any case the Contractor shall have to guarantee for
due and proper performance of the works agreed to be so erected.
A.4.2 The Fire Detection and alarm System installation shall be designed and guaranteed to perform
as per these specifications read in conjunction with statutory requirements.
97

A.4.3 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by various
sections of these specifications.
A.4.4 The Contractor shall take full responsibility for proper operation of the entire system including
debugging and proper calibration of each component and sub-system.
A.4.6 The Contractor shall leave necessary provisions required for fixing instruments, gauges,
meters, etc. for testing the installation. The Contractor at his own cost shall arrange all such
instruments, services etc. needed for the tests.
A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the
statutory authorities, either prior to, during or after installation as required. All tests specified
herein-after and witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at
the option of Engineer-in-charge, if the requisite, final and unconditional approvals from the
concerned statutory authorities are not obtained by the Contractor.
A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
components of the installation are ready for tests required for further progress of erection. All
such tests shall be carried out as per these specifications and/ or as directed by Engineer-in-
charge and recorded in the presence of Engineer-in-charge or his authorized representatives.
A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and
check the entire installation for correctness and completeness and furnish a detailed report on
all components of the installation to Engineer-in-charge. The contractor shall also inspect and
check the services required by him and provided by other agencies employed by the Engineer-
in-charge and confirm the completeness and correctness of such services to the extent
necessary.
A.4.10 The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial
startup.
A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation in initial operation and start-up
during which preliminary adjustments and addressing shall be carried out.
A.4.12 Based on preliminary observations during the initial operation described above, necessary
modifications/ repairs/ replacements/ etc. if any shall be carried out by the Contractor to the
entire satisfaction of Engineer-in-charge. On successful completion of initial operation, the
Contractor shall proceed with trial runs.
A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to
the tests in static state as described here-in above, the Contractor shall be required to perform
site tests to prove correctness of ratings and performance of equipment and materials supplied
and installed by him, in normal operating condition.
A.4.14 All equipment shall be capable of performing the duties specified in these specifications
without damage, distortion or failure of any component.
A.4.15 Individually, the performance of various equipments shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tenderer, when tested in
normal operating conditions. Otherwise the equipment / material is liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance tests.
A.5 INSTALLATION:
A.5.1 Installation shall be in accordance with the local and state codes and as recommended by the
equipment manufacturer.
A.5.2 Smoke detectors shall not be installed prior to the system programming and test period. If
construction is ongoing during this period, measures shall be taken to protect smoke detectors from
contamination and physical damage.
A.5.3 All wiring shall be properly supported and run in a neat and workmanship like manner. All
wiring exposed and in equipment rooms shall be parallel to or at right angles to the building
structure. All wiring within enclosures shall be neatly bundled and anchored to prevent
obstruction to devices and terminals.
A.5.4 The Contractor shall be responsible for all electrical installation required for a fully functional
98

control system and not shown on the electrical plans or required by the electrical
specifications.
A.5.5 All fire detection and alarm system devices, control panels and remote enunciators shall be
flush mounted or surface mounted as per instructions of the Engineer-in-charge.
A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be
installed at a height of 1400 mm above the finished floor level.
A.5.7 The service of a competent, factory-trained engineer or technician authorized by the
manufacturer of the fire alarm equipment shall be provided to technically supervise and
participate during all of the adjustments and tests for the system.
A.5.8 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.
A.6 DEMONSTRATION :
A.6.1 The Contractor shall completely check, calibrate and test all connected hardware and software
to ensure that the system performs in accordance with the approved specifications and
sequences of operations submitted.
A.6.2 This demonstration shall consist of the following:
a) Display and demonstrate each type of data entry to show site-specific customizing capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.

A.7 MANUALS
The following manuals shall be provided at the time of Handing over:
A.7.1 An Operator’s Manual containing graphic explanations of keyboard use for all operator
functions specified under Operator Training.
A.7.2 Computerized printouts of all data file layouts including all point processing assignments,
terminal relationships, scales and offsets, command alarm limits, program flowcharts, etc.
A.7.3 On completion of works "As Built drawings for completed installation” shall be prepared by
the Contractor and three (3) copies of the same shall be supplied to the Engineer-in-Charge. In
addition, Three (3) sets of the followings shall be supplied to the Engineer-in-charge:
1) Operation Manuals
2) Technical Literature for the various components of equipment
3) Controls and Accessories installed
4) Recommended Spares and Service Manuals
A.8 TRAINING & HANDING OVER
A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and the on-
line help utility.
A.8.2 Operator training shall include:
a. Sequence of Operation review
b. Sign ON - Sign OFF
c. Selection of all displays and reports
d. Commanding of points, keyboard
e. System initialization
f. Trouble shooting of sensors (determining bad sensors)
g. Password modification
A.8.3 Supervisor training shall include:
a. Password assignment / modification
b. Operator assignment/modification
c. Operator authority assignment/modification
d. Point disable/enable
e. Terminal and data segregation/modification
A.9 GUARANTEE
 A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system
installation as per specifications both for components and for system as a whole. All
99

equipment shall be guaranteed for 12 months from the date of completion & successful
handover of the system to the client dept against unsatisfactory performance or breakdown
due to defective design, manufacture and/or installation.

A.9.2 Labour to trouble shoot, repair, reprogram or replace system components shall be furnished
by the contractor at no charge to the Engineer-in-charge during the guarantee period.
A.9.3 All corrective software modifications made during guarantee period shall be updated on all
user documentation.
A.10. MISCELLANEOUS:
A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining
necessary approval for the fire alarm systems shall rest fully with the Contractor.
A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility to be
connected to Standard Building Management System (BMS). Adequate Potential Free Contacts
shall be provided for sending/ receiving digital signals.
A.10.3 The installation shall be carried out using new Equipment/ Materials complying with
applicable standards in a workmanship like manner. Engineer-in-charge reserves the right to
reject any part of installation having poor workmanship.
A.10.4 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/
Internal Partitions, Chasing on Walls, etc. and making good the same to match existing
surface shall be done by the Contractor. Nothing extra shall be paid on this account.

S.H.-IV FIRE FIGHTING SYSTEM

1.7 The work shall be carried out as per tender specifications and in accordance with the
followings :
e) CPWD General Specifications for Electrical works Part V Wet Riser & Sprinkler Systems
– 2020 as amended up to date.
f) BIS Code of practice for Selection, Installation and Maintenance of Fire Fighting system
with amendments up to date.
g) CPWD General Specifications for Electrical works Part - I Internal - 2023 as amended up
to date.
h) CPWD General Specifications for Electrical works Part - II External - 2023 as amended
up to date.
i) The contractor shall carry out the work as specified in SOQ/BOQ and wherever required
shall be designed and provided as per CPWD Specifications, NBC 2016 , IS standard &
Fire Bye Laws. NOC for the scheme from Local Fire Service Authority shall be obtained by
the agency as per requirements as applicable.

1.8 BUILDING CONSTRUCTION AND DRAWINGS


The Contractor shall prepare detailed working drawings in coordination with other
Architectural and Services drawing and get these working drawings approved by the
Engineer-in-charge. The approval of such drawings by the Engineer-in-charge shall be
from the point of view of assisting the Contractor in Coordination of Services with other
agencies and shall not absolve the contractor from his absolute and indivisible
responsibility on performance and operation of his installation.

1.9 PAYMENTS TERMS:


100

On account payment for part work as assessed by the Engineer-in-Charge for the various
items included in the contract shall be payable at part rates not exceeding the percentage
indicated against the stages of work.

Stage of work
S.No Percentage of
Rate
On delivery of material at site in good condition on pro-
1 rate basis. 70%
On completion of pro-rata installation
2 10%
On completion of Testing and commissioning
3 10%
On NOC by Local Fire Authority and local body. 10%
4

1.10 INSPECTION AND TESTING:

 The contractor shall provide all necessary facilities for inspection of his equipment. In case
of imported equipments, the contractor shall furnish the routine and type test certificates
to the satisfaction of Engineer-in- charge.

 All information, documents and tests as required by Fire Services and other local bodies
and their final approval for this installation shall have to be arranged by the contractor.
All expenditure arising out of inspections of Fire Services or Local body shall have to be
borne by the contractor and the same shall be reimbursed by the department.

1.5 INSTALLATION:
 Installation shall be in accordance with the local and state codes and as recommended by the
equipment manufacturer.
 Contractor shall provide all tools, equipment, metering and testing devices required for the
purpose. On award of work, Contractor shall submit a detailed proposal giving methods of
testing and gauging the performance of the equipment to be supplied and installed under this
contract
 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by various
sections of these specifications.
 The Contractor shall take full responsibility for proper operation of the entire system.
 The Contractor shall leave necessary provisions required for fixing instruments, gauges,
meters, etc. for testing the installation. The Contractor at his own cost shall arrange all such
instruments, services etc. needed for the tests.
 It is the sole responsibility of Contractor to obtain all the necessary approvals from the
statutory authorities, either prior to, during or after installation as required. All tests specified
herein-after and witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at
the option of Engineer-in-charge, if the requisite, final and unconditional approvals from the
concerned statutory authorities are not obtained by the Contractor.
 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
101

components of the installation are ready for tests required for further progress of erection. All
such tests shall be carried out as per these specifications and/ or as directed by Engineer-in-
charge and recorded in the presence of Engineer-in-charge or his authorized representatives.
 On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and
check the entire installation for correctness and completeness and furnish a detailed report on
all components of the installation to Engineer-in-charge. The contractor shall also inspect and
check the services required by him and provided by other agencies employed by the Engineer-
in-charge and confirm the completeness and correctness of such services to the extent
necessary.
 The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial
startup.
 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation in initial operation and start-up
during which preliminary adjustments and addressing shall be carried out.
 Based on preliminary observations during the initial operation described above, necessary
modifications/ repairs/ replacements/ etc. if any shall be carried out by the Contractor to the
entire satisfaction of Engineer-in-charge. On successful completion of initial operation, the
Contractor shall proceed with trial runs.
 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to
the tests in static state as described here-in above, the Contractor shall be required to perform
site tests to prove correctness of ratings and performance of equipment and materials supplied
and installed by him, in normal operating condition.
 All equipment shall be capable of performing the duties specified in these specifications
without damage, distortion or failure of any component.
 Individually, the performance of various equipments shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tenderer, when tested in
normal operating conditions. Otherwise the equipment / material is liable for rejection.
 All test instruments shall be calibrated for accuracy prior to taking the performance tests.
 All wiring shall be properly supported and run in a neat and workmanship like manner. All
wiring exposed and in equipment rooms shall be parallel to or at right angles to the building
structure. All wiring within enclosures shall be neatly bundled and anchored to prevent
obstruction to devices and terminals.
 The Contractor shall be responsible for all electrical installation required for a fully functional
control system and not shown on the electrical plans or required by the electrical
specifications.
 All Fire Fighting system devices, control panels and remote enunciators shall be flush mounted
or surface mounted as per instructions of the Engineer-in-charge.
 Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be
installed at a height of 1400 mm above the finished floor level.
 The service of a competent, factory-trained engineer or technician authorized by the
manufacturer of the fire alarm equipment shall be provided to technically supervise and
participate during all of the adjustments and tests for the system.
 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.
1.6 DEMONSTRATION :
 The Contractor shall completely check, calibrate and test all the system performs in
102

accordance with the approved specifications and sequences of operations submitted.

COMPLETION PLAN & MANUALS:


On completion of works "As Built drawings for completed installation “shall be prepared by the
Contractor and three (3) copies of the same shall be submitted to the Engineer-in-Charge. 2%
of tender amount will be deducted from final bill if fails to submit the As Built Drawing.
1.7 TRAINING & HANDING OVER
 All training by the Contractor shall utilize manuals and as-built documentation and the on-
line help utility.

1.8 GUARANTEE
 The contractor shall guarantee the entire Fire Fighting system installation as per specifications
both for components and for system as a whole. All equipment shall be guaranteed for 12
months from the date of completion & successful handover of the system to the client dept
against unsatisfactory performance or breakdown due to defective design, manufacture and/or
installation.
 Manpower to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-charge during the guarantee
period.
 All corrective software modifications made during guarantee period shall be updated on all
user documentation.

1.9. MISCELLANEOUS:

 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/
Internal Partitions, Chasing on Walls, etc. and making good the same to match existing surface
shall be done by the Contractor. Nothing extra shall be paid on this account.

 In the case of discrepancy between the schedule of Quantities, the Specifications and/ or the
Drawings, the following order of preference shall be observed:-
i. Description of Schedule of Quantities.
ii. Particular Specification and Special Condition, if any.
iii. Drawings.
iv. CPWD Specifications.
v. Indian Standard Specifications of B.I.S.
 If any doubts of intending tenderers shall be clarified, besides discussions on any additional
suggestion proposed by the tenderers can be clarified in pre bid conference (if it is in in tender)
. If the tenderers feels that specific departure from specifications are necessary for meeting
requirements stipulated for any item, they may submit a list of such departures or
proposed change in specifications in the pre-bid conference for discussions. If found
necessary a corrigendum to the tender documents will be issued to all the intending tenderers
and thereafter no further query/condition, change in technical specifications shall be
entertained. The tenderer is advised not to leave blank or write irrelevant information in the
schedules. In event no rate has been quoted for any item(s), leaving space both in figure(s),
word(s) and amount blank, it will be presumed that the contractor has included the cost of
this/ those item(s) in other items and rate for such items will be considered as “zero” and work
will be required to be executed accordingly.
103

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address)


Enlistment Status
Valid Upto:
[ Henceforth called the main contractor]
And
2] M/S [ Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth, called Associated E &M Contractor]
Name of Work:- Construction of Food Court (G+1) at AIIMS, Bhubaneswar.
[E.I.Component only] as per schedule, specifications, terms and conditions of the tender.
We have agreed as under:

1- The associated Electrical contractor will execute all electrical works in the wholesome manner as per
terms and conditions of the agreement. Any type of internal transaction between the Electrical contractor
and main contractor shall be as per their convenience and mutual understanding without involving the
department. Security deposit shall be deducted as per agreement.

2- The Electrical contractor shall be liable for disciplinary action and other legal actions as per agreement if
he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.

3- All the machinery and equipments, tools and tackles required for execution of the Electrical works. As per
agreement shall be the responsibility of the Electrical contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


CONTRACTOR

Date Date

Place Place

COUNTERSIGNED
EXECUTIVE ENGINEER (E)
104

Eligibility Criteria for specialized firm ( VRV/VRF System)


1. The Contractor/ associate specialized agency should have successfully completed work of Fire Fighting
system as mentioned below during last 7 years ending previous day of last date of submission of tender.

One similar completed work of value not less than 80% of Rs. 47.75 Lacs.

OR

Two similar completed works each of value not less than 60% of Rs. 47.75 Lacs.

OR

Three similar completed works each of value not less than 40% of Rs. 47.75 Lacs.

Similar work shall mean “Supply, installation, Testing & Commissioning of “VRV/VRF System”.

2. The values of executed work shall he brought to current costing level by enhancing the actual value of
work at simple rate of interest of 7% per annum, calculated from the date of completion to the last date of
receipt of application for tender.
105

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address)


Enlistment Status
Valid Upto:
[ Henceforth called the main contractor]
And
2] M/S [ Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth, called Associated E &M Contractor]
Name of Work:- Construction of Food Court (G+1) at AIIMS, Bhubaneswar.
[VRV/VRF System Component only] as per schedule, specifications, terms and conditions of the tender.
We state that M.O.U. between us will be treated as an agreement and has legality as per Indian Contract
Act (amended upto date) and the department (CPWD) can enforce all the terms and conditions of the agreement
for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement
to the extent of this MOU allows.
We have agreed as under:
1- The associated contractor will execute all electrical works in the wholesome manner as per terms and
conditions of the agreement. Any type of internal transaction between the electrical contractor and main
contractor shall be as per their convenience and mutual understanding without involving the department.
Security deposit shall be deducted as per agreement.

2- The associated contractor shall be liable for disciplinary action and other legal actions as per agreement
if he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.

3- All the machinery and equipments, tools and tackles required for execution of the fire fighting works. As
per agreement shall be the responsibility of the associated contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


CONTRACTOR
Date Date

Place Place

COUNTERSIGNED
EXECUTIVE ENGINEER (E)

Eligibility Criteria for specialized firm

1. The Contractor/ associate specialized agency should have successfully completed work of Fire Alarm
system as mentioned below during last 7 years ending previous day of last date of submission of tender.
106

One similar completed work of value not less than 80% of Rs. 1.89 lacs.

OR

Two similar completed works each of value not less than 60% of Rs. 1.89 lacs.

OR

Three similar completed works each of value not less than 40% of Rs. Rs. 1.89 lacs.

Similar work shall mean “Supply, Installation, Testing & Commissioning of Fire Alarm system” .

2. The values of executed work shall he brought to current costing level by enhancing the actual value of
work at simple rate of interest of 7% per annum, calculated from the date of completion to the last date of
receipt of application for tender.
107

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address)


Enlistment Status
Valid Upto:
[ Henceforth called the main contractor]
And
2] M/S [ Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth, called Associated E &M Contractor]

Name of Work:- Construction of Food Court (G+1) at AIIMS, Bhubaneswar. [Fire


Alarm system Component only] as per schedule, specifications, terms and conditions of the tender.
We state that M.O.U. between us will be treated as an agreement and has legality as per Indian Contract
Act (amended upto date) and the department (CPWD) can enforce all the terms and conditions of the agreement
for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement
to the extent of this MOU allows.
We have agreed as under:
1- The associated contractor will execute all electrical works in the wholesome manner as per terms and
conditions of the agreement. Any type of internal transaction between the electrical contractor and main
contractor shall be as per their convenience and mutual understanding without involving the department.
Security deposit shall be deducted as per agreement.

2- The associated contractor shall be liable for disciplinary action and other legal actions as per agreement
if he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.

3- All the machinery and equipments, tools and tackles required for execution of the fire alarm works. As
per agreement shall be the responsibility of the associated contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


CONTRACTOR
Date Date

Place Place

COUNTERSIGNED
EXECUTIVE ENGINEER (E)

Eligibility Criteria for specialized firm

1. The Contractor/ associate specialized agency should have successfully completed work of Fire Fighting
system as mentioned below during last 7 years ending previous day of last date of submission of tender.
108

One similar completed work of value not less than 80% of Rs. 13.27 lacs.

OR

Two similar completed works each of value not less than 60% of Rs. 13.27 lacs
OR

Three similar completed works each of value not less than 40% of Rs. Rs. 13.27 lacs

Similar work shall mean “Supply, installation, Testing & Commissioning of Fire Fighting system”.

3. The values of executed work shall he brought to current costing level by enhancing the actual value of
work at simple rate of interest of 7% per annum, calculated from the date of completion to the last date of
receipt of application for tender.
109

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address)


Enlistment Status
Valid Upto:
[ Henceforth called the main contractor]
And
2] M/S [ Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth, called Associated E &M Contractor]

Name of Work:- Construction of Food Court (G+1) at AIIMS, Bhubaneswar. [Fire


Fighting system Component only] as per schedule, specifications, terms and conditions of the tender.
We state that M.O.U. between us will be treated as an agreement and has legality as per Indian Contract
Act (amended upto date) and the department (CPWD) can enforce all the terms and conditions of the agreement
for execution of the above work. Both of us shall be responsible for the execution of work as per the agreement
to the extent of this MOU allows.
We have agreed as under:
1- The associated contractor will execute all electrical works in the wholesome manner as per terms and
conditions of the agreement. Any type of internal transaction between the electrical contractor and main
contractor shall be as per their convenience and mutual understanding without involving the department.
Security deposit shall be deducted as per agreement.

2- The associated contractor shall be liable for disciplinary action and other legal actions as per agreement
if he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.

3- All the machinery and equipments, tools and tackles required for execution of the Air Conditioning works.
As per agreement shall be the responsibility of the associated contractor.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


CONTRACTOR
Date Date

Place Place

COUNTERSIGNED
EXECUTIVE ENGINEER (E)
110

Sl. Description of Item Approved Makes


No.
A INTERNAL EI
01 MS Conduit with accessories AKG / BEC / RM CON
02 PVC Conduit AKG / BEC / Precision
03 FRLS PVC Insulated Copper Finolex / Polycab / Havells/KEI
Wire
04 Power cable / Control Cable Havells / Polycab / Universal/KEI
05 Lugs / Gland Dowel / Comet
06 Legrand (Arteor) / Schneider Electric (Zencelo) / ABB
Modular Type (Switches, socket (IVIE)
etc.) G.I. Switch Boxes
07 MCB DB & MCB Legrand - Ekinox³ / Siemens – Betagard / Schneider -
Acti 9 / ABB-SB200M
08 MCCB ABB / Schneider / Siemens / L&T / Legrand
08 Cable Tray and Cover Slotco / BEC / RM CON / Steel Craft
09 Multifunction Meters Schneider / Siemens / L&T / ABB/Secure
10 Internal LED Lighting Philips / Lighting Technology / Regent / Endo
11 External LED Lighting Philips / Lighting Technology / Regent / K-
Lite/HomeDek
12 Ceiling Fan / wall fan / All types Crompton / Havells / Usha / Bajaj / Orient
of Exhaust Fan
13 Lighting Poles Valmont / K-Lite / Bajaj
14 Current Transformer (Cast AE / L&T / KAPPA/Rishab
Resin)
15 Indicating Lamp and Selector L&T / BCH / Conserve/ABB
Switches
16 Hand Dryer Euronics / Duravit / Grohe / Kohler
B FIRE ALARM & PA SYSTEM
(BGM)
01 Fire Alarm Panel , MCP & GST / Honeywell (System Sensor) / RAVEL
Hooter
02 Fire Survival cable Finolex / Havells / Polycab
03 Ceiling / Wall Speakers Bosch / Senheiser / QSC / Bose / Honeywell
04 Mixer Amplifier Bosch / Senheiser / QSC / Bose / Honeywell
05 Speaker Cable Finolex / Havells / Polycab
06 UPS System Vertiv / APC / Riello /Numeric
C FIRE FIGHTING SYSTEM
01 Fire Fighting Pump Kirloskar / KSB / Grundfoss / Mather & platt
02 Motors for Fire Pumps Siemens / ABB / Crompton / Kirloskar
03 M.S. Pipe TATA / Jindal / SAIL
04 Ball Valve / Gate Valve Sant / Leader / Zoloto / CIM
05 Butterfly Valve Zoloto / Kirloskar / Leader / Audco
06 Non Return Valve Zoloto / Kirloskar / Leader / Audco
07 First Aid Hose Reel Drum with Superex / Newage / Safex
hose reel
08 R.R.L. Hose & C.P. Hose Superex / Newage / Safex / Ever safe
09 Branch Pipe, Nozzle, Coupling Superex / Newage / Safex / Ever safe / Minimax
etc.
10 Landing Valves Superex / Newage / Safex / Ever safe
11 2 Way FBC Superex / Newage / G-Tech
11 Hose Box Superex / Newage / Kartar / Ever safe
111

12 Stainless Steel Brach Pipe Safex / Padmini / G-Tech


13 Fire Fighting Equipment not Superex / Newage / Safex / Ever safe
covered elsewhere
14 Pressure Gauge Emrald / H-Guru / Danfoss / Fiebig
15 Electrical Switch Gears Siemens / Schneider / ABB / L&T / Legrand
16 Contactor, Timer, Overload L&T / Siemens / ABB / Legrand
Relay
17 Single phase preventor Minilec / L&T / Siemens
18 Portable Fire Extinguisher Ceasefire / Aska / Securezone
D VRF / VRV SYSTEM
01 VRF / VRV System Mitsubishi Heavy /Fujitsu -General / Daikin
02 Copper Refrigerant Pipe Camipro / Rajco / Mandev
03 Nitrile Rubber Insulation Armaflex / K flex / Supreme
04 Indoor and Outdoor Refnet Same as VRF / VRV OEM
Joints
E WATER FOUNTAIN
01 Water Fountain Supreme Pools / PLP / Fountain
02 Under water RGB Lights Supreme Pools / PLP / Fountain
03 Open well Submersible Pump KIrloskar / KSB / CG
04 Pump Starter Panel L&T, Schneider / siemens / ABB
05 Submersible Cable Finolex / Havells / Polycab/KEI
05 Valves and accessories Harit / Prince / Automat
06 Plumbing Material Supreme / Finolex / Astral
112

PART -D
113

GENERAL ABSTRACT OF COST


Schedule of quantities
(Civil & Electrical)

Name of Work :- C/o Food court (G+1) including internal water supply, sanitary installation,
Drainage and providing E&M services at AIIMS, Bhubaneswar
SL.
SUB-HEADS AMOUNT
NO.
1 EARTH WORK 1240033.50
2 CONCRETE WORK 1442420.50
3 REINFORCED CEMENT CONCRETE 38677223.55
4 CLADDING WORK 1233603.40
5 WOOD & PVC WORK 233763.00
6 STEEL WORK 2895372.50
7 FLOORING 1614078.15
8 ROOFING 17539.60
9 FINISHING 3155917.75
10 ROAD WORK 886464.00
11 SANITARY INSTALLATION 326207.00
12 WATER SUPPLY 471927.00
13 DRAINAGE 626474.20
14 ALUMINIUM WORK 3443814.40
15 WATER PROOFING 329734.30
16 NEW TECHNOLOGIES AND MATERIALS 308259.25
17 Total 56902832.10
18 Add Cost Index @ 8.00% for Bhubaneswar over DSR 2023 = 4552226057
19 Total (A) 61455058.67
20 NON SCHEDULE ITEMS (B) 6464727.02
21 Total(A+B) = 67919785.68
Application of Modification factor of 0.973 on DSR rates
22 issued vide OM file no I58/SE(TAS)/GST/2024/02-E dated 66085951.00
08.08.2024
23 Say Total (Civil)= 66085951.00
S:H-I Wiring, Fan,Fittings, Cable, Panel, Earthing , Fountain
24
etc.
25 Total of DSR Items (A) 2279743.00
Add 3.46% for GST on DSR-2022 (Ammendment issued vide
26
OM file no I58/SE(TAS)/GST/2024/02-E dated 08.08.2024) 78879.11
27 Total of Market Items (B) 3653191.00
28 Grand Total (A+B) 6011813.11
29 S.H: II (VRF / VRV System)
30 Total of DSR Items 541947.00
Add 3.46% for GST on DSR-2022 (Ammendment issued vide
31
OM file no I58/SE(TAS)/GST/2024/02-E dated 08.08.2024) 18751.37
32 Grand Total of DSR Items (A) 560698.37
33 Total of Market Items (B) 4214561.00
34 Grand Total (A+B) 4775259.37
35 SH:-III ( Fire Alarm & PA System)
114

36 Total of DSR Items 149550.00


Add 3.46% for GST on DSR-2022 (Ammendment issued vide
37
OM file no I58/SE(TAS)/GST/2024/02-E dated 08.08.2024) 5174.43
38 Grand Total of DSR Items (A) 154724.43
39 Total of Market Items (B) 34577.00
40 Grand Total (A+B) 189301.43
41 S.H:IV (FIRE FIGHTING SYSTEM)
42 Total of DSR Items 1043845.00
Add 3.46% for GST on DSR-2022 (Ammendment issued vide
43 36117.04
OM file no I58/SE(TAS)/GST/2024/02-E dated 08.08.2024)
44 Grand Total of DSR Items (A) 1079962.04
45 Total of Market Items (B) 247589.00
46 Grand Total (A+B) 1327551.04
Total(Electrica)= 12303925.00
Total(Civil+Electrica)= 78389876.00
115

(Schedule of Quantities for Civil)


116

SL NO DSR-2023 Description Quantity Unit Rate Amount

EARTH WORK
Earth work in excavation by mechanical
means (Hydraulic excavator)/manual
means over areas (exceeding 30 cm in
depth, 1.5 m in width as well as 10 sqm
1.0 2.6
on plan) including getting out and
disposal of excavated earth lead upto 50
m and for all lift, as directed by Engineer-
in-charge.
1.1 2.6.1 All kinds of soil 2640.00 cum 177.50 468600.00
Filling available excavated earth
(excluding rock) in trenches, plinth, sides
of foundations etc. in layers not
1.2 2.25 1760.00 cum 196.00 344960.00
exceeding 20cm in depth, consolidating
each deposited layer by ramming and
watering, lead up to 50 and for all lift.
Extra for every additional lift of 1.5 m or
1.3 2.26 part thereof in excavation / banking
excavated or stacked materials.
1.3.1 2.26.1 All kinds of soil 1320.00 cum 126.80 167376.00
Supplying and filling in plinth with sand
1.4 2.27 under floors, including watering, ramming, 122.00 cum 2123.75 259097.50
consolidating and dressing complete.
Sub-
1240033.50
Total
CONCRETE WORK
Providing and laying in position cement
concrete of specified grade excluding the
2.0 4.1
cost of centering and shuttering - All work
up to plinth level :
1:2:4 (1 cement : 2 coarse sand (zone-III)
derived from natural sources : 4 graded
2.1 4.1.3 20.00 cum 7878.50 157570.00
stone aggregate 20 mm nominal size
derived from natural sources)
1:5:10 (1 cement : 5 coarse sand (zone-
III) derived from natural sources : 10
2.2 4.1.10 176.00 cum 6518.60 1147273.60
graded stone aggregate 40 mm nominal
size derived from natural sources)
Centering and shuttering including
2.3 4.3 strutting, propping etc. and removal of
form work for :
2.3.1 4.3.1 Foundations, footings, bases for columns 26.00 sqm 392.15 10195.90
117

Making plinth protection 50mm thick of


cement concrete 1:3:6 (1 cement : 3
coarse sand (zone-III) derived from
natural sources : 6 graded stone
aggregate 20 mm nominal size derived
2.4 4.17 from natural sources) over 75mm thick 170.00 sqm 749.30 127381.00
bed of dry brick ballast 40 mm nominal
size, well rammed and consolidated and
grouted with fine sand, including
necessary excavation, levelling &
dressing & finishing the top smooth.
Sub-
1442420.50
Total
REINFORCED CEMENT CONCRETE

Centering and shuttering including


3 5.9 strutting, propping etc. and removal of
form for
Foundations, footings, bases of columns,
3.1 5.9.1 226.00 sqm 392.15 88625.90
etc. for mass concrete
Walls (any thickness) including attached
3.2 5.9.2 pilasters, butteresses, plinth and string 566.00 sqm 842.5 476855.00
courses etc.

Suspended floors, roofs, landings,


3.3 5.9.3 1762.00 sqm 927.25 1633814.50
balconies and access platform

Lintels, beams, plinth beams, girders,


3.4 5.9.5 566.00 sqm 736.4 416802.40
bressumers and cantilevers

Columns, Pillars, Piers, Abutments, Posts


3.5 5.9.6 81.00 sqm 961.3 77865.30
and Struts
Stairs, (excluding landings) except spiral-
3.6 5.9.7 94.00 sqm 764.95 71905.30
staircases
Edges of slabs and breaks in floors and
3.7 5.9.16
walls
3.7.1 5.9.16.1 Under 20 cm wide 140.00 Mtr 208.55 29197.00
Weather shade, Chajjas, corbels etc.,
3.8 5.9.19 84.00 sqm 951.1 79892.40
including edges
Steel reinforcement for R.C.C. work
including straightening, cutting, bending,
3.9 5.22
placing in position and binding all
complete upto plinth level.
Thermo-Mechanically Treated bars of 154753.
3.9.1 5.22.6 kg 107.85 16690111.05
grade Fe-500D or more. 00
Steel reinforcement for R.C.C. work
including straightening, cutting, bending,
3.10 5.22A
placing in position and binding all
complete above plinth level.
Thermo-Mechanically Treated bars of 48612.0
3.10.1 5.22A.6 kg 107.85 5242804.20
grade Fe-500D or more. 0
118

Providing and laying in position ready


mixed or site batched design mix cement
concrete for reinforced cement concrete
work; using coarse aggregate and fine
aggregate derived from natural sources,
Portland Pozzolana / Ordinary Portland
/Portland Slag cement, admixtures in
recommended proportions as per IS:
9103 to accelerate / retard setting of
concrete, to improve durability and
workability without impairing strength;
including pumping of concrete to site of
laying, curing, carriage for all leads; but
excluding the cost of centering,
3.11 5.33
shuttering, finishing and reinforcement as
per direction of the engineer-in-charge;
for the following grades of concrete.
Note: Extra cement up to 10% of the
minimum specified cement content in
design mix shall be payable separately.
In case the cement content in design mix
is more than 110% of the specified
minimum cement content, the contractor
shall have discretion to either re-design
the mix or bear the cost of extra cement.

All works upto plinth level


3.11.1 5.33.1

Concrete of M30 grade with minimum


3.11.1.1 5.33.1.2 903.00 cum 9655.70 8719097.10
cement content of 350 kg /cum
All works above plinth level upto floor V
level
3.12 5.33.2

Concrete of M30 grade with minimum


3.12.1 5.33.2.2 cement content of 350 kg /cum 494.00 cum 10011.35 4945606.90

Add for using extra cement in the items of


3.13 5.35 design mix over and above the specified 279.00 qntl 733.50 204646.50
cement content therein.
Sub-
38677223.55
Total
CLADDING WORK
119

Providing and fixing 18 mm 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
4.0 8.2 laid over 20 mm thick base cement
mortar 1:4 (1 cement : 4 coarse sand),
joints treated with white cement, mixed
with matching pigment, epoxy touch ups,
including rubbing, curing, moulding and
polishing of edges to give high gloss
finish etc. complete at all levels.
Granite stone slab of colour black,
4.1 8.2.2
Cherry/Ruby red
4.1.1 8.2.2.2 Area of slab over 0.50 sqm 197.00 sqm 5136.3 1011851.10
Providing edge moulding to 18 mm thick
marble stone counters, Vanities etc.,
4.2 8.3 including machine polishing to edge to
give high gloss finish etc. complete as per
design approved by Engineer-in-Charge.
4.2.1 8.3.2 Granite work 434.00 Mtr 510.95 221752.30
Sub-
1233603.40
Total
WOOD & PVC WORK

Providing and fixing ISI marked flush door


shutters conforming to IS : 2202 (Part I)
decorative type, core of block board
construction with frame of 1st class hard
5 9.20
wood and well matched teak 3 ply
veneering with vertical grains or cross
bands and face veneers on both faces of
shutters.
35 mm thick including ISI marked
5.1 9.20.1 Stainless Steel butt hinges with 60.00 sqm 3473.85 208431.00
necessary screws
Providing and fixing aluminium extruded
section body tubular type universal
hydraulic door closer (having brand logo
with ISi, IS : 3564, embossed on the
5.2 9.84 body, door weight upto 36 kg to 80 kg 24.00 Each 983.15 23595.60
and door width from 701 mm to 1000
mm), with double speed adjustment with
necessary accessories and screws etc.
complete.
Providing and fixing aluminium hanging
floor door stopper, ISI marked, anodised
(anodic coating not less than grade AC
5.3 9.101
10 as per IS : 1868) transparent or dyed
to required colour and shade, with
necessary screws etc. complete.
5.3.1 9.101.2 Twin rubber stopper 24.00 Each 72.35 1736.40
120

Sub-
233763.00
Total

STEEL WORK

Structural steel work riveted bolted or


welded in built up section, trusses and
frame work, including cutting hoisting, 15000.0
6.1 10.2 Kg 133.7 2005500
fixing in position and appling apriming 0
coat of approved steel primer all complete
Providing and fixing 1mm thick M.S.
sheet door with frame of 40x40x6 mm
angle iron and 3 mm M.S. gusset plates
6.2 10.5 at the junctions and corners, all
necessary fittings complete, including
applying a priming coat of approved steel
primer.
Using M.S. angels 40x40x6 mm for
6.2.1 10.5.1 10.00 Sqm 5804.35 58043.50
diagonal braces
Providing and fixing pressed steel door
frames conforming to IS: 4351,
manufactured from commercial mild steel
sheet of 1.60 mm thickness, including
hinges, jamb, lock jamb, bead and if
required angle threshold of mild steel
angle of section 50x25 mm, or base ties
of 1.60 mm, pressed mild steel welded or
6.3 10.14
rigidly fixed together by mechanical
means, including M.S. pressed butt
hinges 2.5 mm thick with mortar guards,
lock strike-plate and shock absorbers as
specified and applying a coat of approved
steel primer after pre-treatment of the
surface as directed by Engineer-in-
charge:
6.3.1 10.14.1 Profile B
Fixing with adjustable lugs with split end
6.3.1.1 10.14.1.1 130.00 Mtr 583.3 75829.00
tail to each jamb
Steel work welded in built up sections/
framed work, including cutting, hoisting,
6.4 10.25 fixing in position and applying a priming
coat of approved steel primer using
structural steel etc. as required.
In gratings, frames, guard bar, ladder,
6.4.1 10.25.2 railings, brackets, gates and similar works 800.00 Kg 172.6 138080.00
121

Providing and fixing stainless steel (


Grade 304) railing made of Hollow tubes,
channels, plates etc., including welding,
grinding, buffing, polishing and making
curvature (wherever required) and fitting
the same with necessary stainless steel
nuts and bolts complete, i/c fixing the
railing with necessary accessories &
6.5 10.28 stainless steel dash fasteners , stainless 800.00 kg 772.4 617920.00
steel bolts etc., of required size, on the
top of the floor or the side of waist slab
with suitable arrangement as per
approval of Engineer-in-charge, (for
payment purpose only weight of stainless
steel members shall be considered
excluding fixing accessories such as nuts,
bolts, fasteners etc.).
Sub-
2895372.50
Total
FLOORING

Providing and laying Ceramic glazed floor


tiles of size 300x300 mm (thickness to be
specified by the manufacturer) of 1st
quality conforming to IS : 15622 of
approved make in colours such as White,
7.1 11.37 Ivory, Grey, Fume Red Brown, laid on 20 141.00 Sqm 1096.55 154613.55
mm thick cement mortar 1:4 (1 Cement :
4 Coarse sand), Jointing with grey
cement slurry @ 3.3 kg/sqm including
pointing the joints with white cement and
matching pigment etc., complete.
Providing and laying Vitrified tiles in floor
in different sizes (thickness to be
specified by the manufacturer) with water
absorption less than 0.08% and
conforming to IS:15622, of approved
brand & manufacturer, in all colours and
shade, laid on 20 mm thick cement
mortar 1:4 (1 cement: 4 coarse sand)
7.2 11.41A jointing with grey cement slurry @3.3
kg/sqm including grouting the joints with
white cement and matching pigments etc.
The tiles must be cut with the zero
chipping diamond cutter only . Laying of
tiles will be done with the notch trowel,
plier, wedge, clips of required thickness,
leveling system and rubber mallet for
placing the tiles gently and easily.
Double charge vitrified tile polished finish
7.2.1 11.41A.1
of size
11.41A.1. Size of Tile 600 x 600 mm
7.2.1.1 1004.00 Sqm 1453.65 1459464.60
1
122

Sub-
1614078.15
Total
ROOFING

Providing and fixing on wall face


unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A,
8.1 12.41 including jointing with seal ring
conforming to IS : 5382, leaving 10 mm
gap for thermal expansion, (i) Single
socketed pipes.
8.1.1 12.41.2 110 mm diameter 29.00 Mtr 377.4 10944.60
Providing and fixing on wall face
unplasticised - PVC moulded fittings/
accessories for unplasticised Rigid PVC
8.2 12.42 rain water pipes conforming to IS : 13592
Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm
gap for thermal expansion.
8.2.1 12.42.3 Single tee with door

8.2.1.1 12.42.3.2 110x110x110 mm 4.00 Each 234.15 936.60


Bend 87.5°
8.3 12.42.5
110 mm bend
8.3.1 12.42.5.2 8.00 Each 150.35 1202.80
Providing and fixing unplasticised -PVC
pipe clips of approved design to
unplasticised - PVC rain water pipes by
means of 50x50x50 mm hard wood plugs,
8.4 12.43 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.
110 mm
8.4.1 12.43.2 12.00 Each 371.3 4455.60

Sub-
17539.60
Total
FINISHING
9.1 13.4 12 mm cement plaster of mix :
9.1.1 13.4.2 1:6 (1 cement: 6 coarse sand) 2037.00 sqm 343.65 700015.05
15 mm cement plaster on rough side of
9.2 13.5
single or half brick wall of mix:
9.2.1 13.5.2 1:6 (1 cement: 6 coarse sand) 1828.00 sqm 395.35 722699.80
9.3 13.16 6 mm cement plaster of mix :
9.3.1 13.16.1 1:3 (1 cement : 3 fine sand) 1281.00 sqm 300.45 384876.45
123

Extra for providing and mixing water per


proofing material in cement plaster work bag
in proportion recommended by the of 50
manufacturers. kg
9.4 13.21 120.00 ceme 22.10 2652.00
nt
used
in the
mix
Finishing walls with Premium Acrylic
9.5 13.47 Smooth exterior paint with Silicone
additives of required shade:
New work (Two or more coats applied @
1.43 ltr/10 sqm over and including priming
9.5.1 13.47.1 1828.00 sqm 171.10 312770.80
coat of exterior primer applied @ 0.90
litre/10 sqm)
Providing and applying white cement
based putty of average thickness 1 mm,
9.6 13.80 of approved brand and manufacturer, 3319.00 sqm 156.05 517929.95
over the plastered wall surface to prepare
the surface even and smooth complete.
Wall painting with premium acrylic
emulsion paint of interior grade, having
VOC (Volatile Organic Compound )
content less than 50 grams/ litre of
9.7 13.83
approved brand and manufacture,
including applying additional coats
wherever required to achieve even shade
and colour.
9.7.1 13.83.2 Two coats 3319.00 sqm 142.80 473953.20
Painting with synthetic enamel paint of
9.8 13.61 approved brand and manufacture to give
an even shade :
9.8.1 13.61.1 Two or more coats on new work 120.00 sqm 155.90 18708.00
French spirit polishing :
9.9 13.68
Two or more coats on new works
9.9.1 13.68.1 50.00 sqm 446.25 22312.50
including a coat of wood filler
Sub-
3155917.75
Total
ROAD WORK
Providing and laying 60mm thick faciory
made cement concrete interlocking paver
block of M-30 grade made by block
making machine with strong vibratory
compaction, of approved size, design &
10.1 16.68 912.00 sqm 972 886464.00
shape, laid in required colour and pattern
over and including 50mm thick
compacted bed of coarse sand, filling the
joints with line sand etc. all complete as
per the direction of Engineer-in-charge.
Sub- 886464.00
124

Total

SANITARY INSTALLATIONS
Providing and fixing white vitreous china
pedestal type water closet (European
type W.C. pan) with seat and lid, 10 litre
low level white P.V.C. flushing cistern,
including flush pipe, with manually
11.1 17.2
controlled device (handle lever),
conforming to IS : 7231, with all fittings
and fixtures complete, including cutting
and making good the walls and floors
wherever required :
W.C. pan with ISI marked white solid
11.1.1 17.2.1 plastic seat and lid 12.00 Each 6515.55 78186.60
Providing and fixing wash basin with C.I.
brackets, 15 mm dia CP Brass single hole
basin mixer of approved quality and
11.2 17.7A
make, including painting of fittings and
brackets, cutting and making good the
walls wherever required:-
(a) White Vitreous China Wash basin
11.2.1 size 550x400 mm with a 15 mm CP Brass 24.00 Each 3960.55 95053.20
single hole basin mixer
Providing and fixing Stainless Steel A ISI
304 (18/8) kitchen sink as per IS:13983
with C.I. brackets and stainless steel plug
11.3 17.10
40 mm, including painting of fittings and
brackets, cutting and making good the
walls wherever required :
11.3.1 17.10.1 Kitchen sink with drain board
11.3.1.1 17.10.1.1 510x1040 mm bowl depth 250 mm 4.00 Each 6945.60 27782.40
Providing and fixing P.V.C. waste pipe for
11.4 17.28 sink or wash basin including P.V.C. waste
fittings complete.
11.4.1 17.28.2 Flexible pipe
11.4.1.1 17.28.2.2 40 mm dia 32.00 Each 119.55 3825.60
Providing and fixing mirror of superior
glass (of approved quality) and of
required shape and size with plastic
11.5 17.32
moulded frame of approved make and
shade with 6 mm thick hard board
backing :
Oval shape 450x350 mm (outer
11.5.1 17.32.3 8.00 Each 1377.10 11016.80
dimensions)
11.5.2 17.32.4 Rectangular shape 1500x450 mm 12.00 Each 2093.00 25116.00
Providing and fixing 600x120x5 mm glass
shelf with edges round off, supported on
anodised aluminium angle frame with
11.6 17.33 8.00 Each 1083.50 8668.00
C.P. brass brackets and guard rail
complete fixed with 40 mm long screws,
rawl plugs etc., complete.
125

11.7.1 17.34 Providing and fixing toilet paper holder :


11.7.1.1 17.34.1 C.P. brass 12.00 Each 803.70 9644.40
Providing and fixing soil, waste and vent
11.8 17.35
pipes :
11.8.1 17.35.1 100 mm dia
Hubless centrifugally cast (spun) iron
11.8.1 17.35.1.3 pipes epoxy coated inside & outside 26.00 Mtr 1169.30 30401.80
IS:15905
Providing and fixing bend of required
degree with access door, insertion rubber
11.9 17.38
washer 3 mm thick, bolts and nuts
complete.
11.9.1 17.38.1 100 mm dia
Hubless centrifugally cast (spun) iron
11.9.1.1 17.38.1.3 epoxy coated inside & outside as per 8.00 Each 567.20 4537.60
IS:15905
Providing and fixing plain bend of
11.10 17.39
required degree.
11.10.1 17.39.1 100 mm dia
Hubless centrifugally cast (spun) iron
11.10.1.1 17.39.1.3 pipes epoxy coated inside & outside 8.00 Each 368.00 2944.00
IS:15905
Providing and fixing double equal plain
11.11 17.42
junction of required degree.
11.11.1 17.42.1 100x100x100x100 mm
Hubless centrifugally cast (spun) iron
11.11.1.1 17.42.1.3 pipes epoxy coated inside & outside 4.00 Each 760.7 3042.80
IS:15905
Providing and fixing single unequal plain
11.12 17.48
junction of required degree :
11.12.1 17.48.1 100x100x75 mm
Hubless centrifugally cast (spun) iron
11.12.1.1 17.48.1.3 epoxy coated inside & outside as per 4.00 Each 551.55 2206.20
IS:15905
11.13 17.56 Providing and fixing terminal guard :
11.13.1 17.56.1 100 mm
Hubless centrifugally cast (spun) iron
11.13.1.1 17.56.1.3 epoxy coated inside & outside as per 4.00 Each 427.80 1711.20
IS:15905
Providing and fixing shielded coupling for
11.14 17.57A Hubless centrifugally cast iron pipe
11.14.1 17.57A.1 100 mm dia
17.57A.1. SS 304 grade coupling with EPDM rubber
11.14.1.1 24.00 Each 432.05 10369.20
1 gasket
Providing and fixing trap of self cleansing
design with screwed down or hinged
11.15 17.60 grating with or without vent arm complete,
including cost of cutting and making good
the walls and floors :
11.15.1 17.60.1 100 mm inlet and 100 mm outlet
126

Hubless centrifugally cast (spun) iron


11.15.1.1 17.60.1.3 epoxy coated inside & outside as per 8.00 Each 854.55 6836.40
IS:15905
Providing and fixing M.S. holder bat
clamp of approved design to sand cast
iron/ cast iron (spun) pipes comprising of
M.S. flat brackets made of 50x5 mm flat
of specified shape, projecting 75 mm
outside the wall surface and fixed on wall
with 4nos, 6mm dia expansion hold
fasteners, including drilling necessary
11.16 17.77
holes in brick wall/ CC/ RCC surface and
the cost of bolts etc. The pipes shall be
fixed to the already fixed brackets with
the help of 30 mm x1.6 mm galvanised
M.S. flats of specified shape and of total
length 420 mm and shall be fixed with
M.S. nuts, bolts, & washers of size 25x6
mm, one bolts on each side of the pipe.
Total bracket length 580 mm of approved
11.16.1 17.77.1 shape and design (for single 100 mm dia 16.00 Each 304.05 4864.80
pipe)
Sub-
326207.00
Total
WATER SUPPLY
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
12.1 18.7
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
12.1.1 18.7.3 25 mm nominal dia Pipes 8.00 Mtr 401.55 3212.40
12.1.2 18.7.6 50 mm nominal dia Pipes 24.00 Mtr 934.15 22419.60
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
12.2 18.8 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.
127

12.2.1 18.8.1 15 mm nominal dia Pipes 12.00 Mtr 497.80 5973.60


12.2.2 18.8.2 20 mm nominal dia Pipes 8.00 Mtr 537.60 4300.80
Providing and fixing G.I. pipes complete
12.3 18.12 with G.I. fittings including trenching and
refilling etc.
External work
12.3.1 18.12.8 80 mm dia nominal bore 60.00 Mtr 1041.70 62502.00
Providing and fixing gun metal non- return
12.4 18.19 valve of approved quality (screwed end) :
12.4.1 18.19.1 25 mm nominal bore
12.4.1.1 18.19.1.2 Vertical 2.00 Each 624.10 1248.20
12.5 18.19.6 80 mm nominal bore
12.5.1 18.19.6.1 Horizontal 2.00 Each 3664.75 7329.50
Providing and fixing uplasticised PVC
12.6 18.21
connection pipe with brass unions :
12.6.1 18.21.2 45 cm length
12.6.1.1 18.21.2.1 15 mm nominal bore 12.00 Each 97.75 1173.00
Painting G.I. pipes and fittings with two
12.7 18.40 coats of anti-corrosive bitumastic paint of
approved quality :
12.7.1 18.40.8 80 mm diameter pipe 60.00 Mtr 44.00 2640.00
Providing and filling sand of grading zone
12.8 18.41 V or coarser grade, allround the G.I.
pipes in external work :
12.8.1 18.41.8 80 mm diameter pipe 60.00 Mtr 281.80 16908.00
Providing and fixing G.I. Union in G.I.
pipe including cutting and threading the
12.9 18.46
pipe and making long screws etc.
complete (New work) :
12.9.1 18.46.8 80 mm nominal bore 4.00 Each 1207.95 4831.80
Providing and placing on terrace (at all
floor levels) polyethylene water storage
tank, IS : 12701 marked, with cover and
30000.0 per
12.10 18.48 suitable locking arrangement and making 11.00 330000.00
0 litre
necessary holes for inlet, outlet and
overflow pipes but without fittings and the
base support for tank.
Providing and fixing C.P. brass long body
bib cock of approved quality conforming
12.11.1 18.51
to IS standards and weighing not less
than 690 gms.
12.11.1.1 18.51.1 15 mm nominal bore 6.00 Each 798.95 4793.70
Providing and fixing C.P. brass angle
12.12 18.53 valve for basin mixer and geyser points of
approved quality conforming to IS:8931
12.12.1 18.53.1 15mm nominal bore 8.00 Each 574.30 4594.40
Sub- 471927.00
128

Total
DRAINAGE
Providing and laying cement concrete
1:5:10 (1 cement : 5 coarse sand : 10
graded stone aggregate 40 mm nominal
13.1 19.3
size) up to haunches of S.W. pipes
including bed concrete as per standard
design :
13.1.1 19.3.1 100 mm diameter S.W. pipe 40.00 Mtr 458.50 18340.00
13.1.2 19.3.4 250 mm diameter S.W. pipe 96.00 Mtr 1016.90 97622.40
Providing and laying non-pressure NP2
class (light duty) R.C.C. pipes with collars
jointed with stiff mixture of cement mortar
13.2 19.6
in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc.
complete :
13.2.1 19.6.1 100 mm dia. R.C.C. pipe 40.00 Mtr 507.05 20282.00
13.2.2 19.6.3 250 mm dia. R.C.C. pipe 96.00 Mtr 899.80 86380.80
Constructing brick masonry manhole in
cement mortar 1:4 ( 1 cement : 4 coarse
sand ) with R.C.C. top slab with 1:1.5:3
mix (1 cement : 1.5 coarse sand (zone-III)
: 3 graded stone aggregate 20 mm
nominal size), foundation concrete 1:4:8
mix (1 cement : 4 coarse sand (zone-III) :
8 graded stone aggregate 40 mm nominal
13.3 19.7 size), inside plastering 12 mm thick with
cement mortar 1:3 (1 cement : 3 coarse
sand) finished with floating coat of neat
cement and making channels in cement
concrete 1:2:4 (1 cement : 2 coarse sand
: 4 graded stone aggregate 20 mm
nominal size) finished with a floating coat
of neat cement complete as per standard
design :
Inside size 90x80 cm and 45 cm deep
including C.I. cover with frame (light duty)
455x610 mm internal dimensions, total
13.3.1 19.7.1
weight of cover and frame to be not less
than 38 kg (weight of cover 23 kg and
weight of frame 15 kg) :
With common burnt clay F.P.S. (non
13.3.2 19.7.1.1 modular) bricks of class designation 7.5 8.00 Each 12770.55 102164.40
Inside size 120x90 cm and 90 cm deep
including C.I. cover with frame (heavy
duty) 560 mm internal diameter, total
13.4 19.7.3
weight of cover and frame to be not less
than 208 kg (weight of cover 108 kg and
weight of frame 100 kg) :
With common burnt clay F.P.S. (non
13.4.1 19.7.3.1 modular) bricks of class designation 7.5 8.00 Each 32857.85 262862.80
129

13.5 19.8 Extra for depth for manholes :


13.5.1 19.8.1 Size 90x80 cm
With common burnt clay F.P.S. (non
13.5.1.1 19.8.1.1 modular) bricks of class designation 7.5 2.00 Mtr 8825.40 17650.80
13.6 19.8.2 Size 120x90 cm
With common burnt clay F.P.S. (non
13.6.1 19.8.2.1 modular) bricks of class designation 7.5 2.00 Mtr 10585.50 21171.00
Sub-
626474.20
Total
ALUMINIUM WORK
Providing and fixing aluminium work for
doors, windows, ventilators and partitions
with extruded built up standard tubular
sections/ appropriate Z sections and
other sections of approved make
conforming to IS: 733 and IS: 1285, fixing
with dash fasteners of required dia and
size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/
14.1 21.1
neoprene gasket etc. Aluminium sections
shall be smooth, rust free, straight, mitred
and jointed mechanically wherever
required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all
complete as per architectural drawings
and the directions of Engineer-in-charge.
(Glazing, paneling and dash fasteners to
be paid for separately) :
14.1.1 21.1.1 For fixed portion
Powder coated aluminium (minimum
14.1.1.1 21.1.1.2 thickness of powder coating 50 micron) 2000.00 Kg 530.90 1061800.00
For shutters of doors, windows &
ventilators including providing and fixing
hinges/ pivots and making provision for
14.2 21.1.2 fixing of fittings wherever required
including the cost of EPDM rubber /
neoprene gasket required (Fittings shall
be paid for separately)
Powder coated aluminium (minimum
14.2.1 21.1.2.2 2400.00 Kg 634.45 1522680.00
thickness of powder coating 50 micron)
Providing and fixing glazing in aluminium
door, window, ventilator shutters and
partitions etc. with EPDM rubber /
neoprene gasket etc. complete as per the
14.3 21.3
architectural drawings and the directions
of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in
basic item):
130

With float glass panes of 8 mm thickness


14.3.1 21.3.3 330.00 Sqm 1685.40 556182.00
(weight not less than 20 kg/sqm)
Providing and fixing double action
hydraulic floor spring of approved brand
and manufacture conforming to IS : 6315,
having brand logo embossed on the body
/ plate with double spring mechanism and
door weight upto 125 kg, for doors,
including cost of cutting floors,
14.4 21.4
embedding in floors as required and
making good the same matching to the
existing floor finishing and cover plates
with brass pivot and single piece M.S.
sheet outer box with slide plate etc.
complete as per the direction of Engineer-
in-charge.
With stainless steel cover plate minimum
14.4.1 21.4.1 16.00 Each 2823.85 45181.60
1.25 mm thickness
Filling the gap in between aluminium
frame & adjacent RCC/ Brick/ Stone work
by providing weather silicon sealant over
14.5 21.8
backer rod of approved quality as per
architectural drawings and direction of
Engineer-in-charge complete.
14.5.1 21.8.1 Upto 5mm depth and 5 mm width 360.00 Mtr 96.75 34830.00
Providing and fixing aluminium tubular
handle bar 32 mm outer dia, 3.0 mm thick
14.6 21.12 & 2100 mm long with SS screws etc
.complete as per direction of Engineer-in-
Charge.
Anodized (AC 15 ) aluminium tubular
14.6.1 21.12.1
handle bar
Powder coated minimum thickness 50
14.6.1.1 21.12.2 micron aluminium tubular handle bar 16.00 Each 631.55 10104.80
Providing and fixing 12 mm thick
frameless toughened glass door shutter
of approved brand and manufacture,
including providing and fixing top &
bottom pivot & double acting hydraulic
14.7 21.18 floor spring type fixing arrangement and 40.00 Sqm 5325.90 213036.00
making necessary holes etc. for fixing
required door fittings, all complete as per
direction of Engineer-in-charge (Door
handle, lock and stopper etc.to be paid
separately).
Sub-
3443814.40
Total
WATER PROOFING
Grading roof for water proofing treatment
15.1 22.14
with
Cement concrete 1:2:4 (1 cement : 2
15.1.1 22.14.1 coarse sand : 4 graded stone aggregate 41.00 Cum 8042.30 329734.30
131

20mm nominal size)

Sub-
329734.30
Total
NEW TECHNOLOGIES AND
MATERIALS
Providing and fixing false ceiling at all
heights with integral densified calcium
silicate reinforced with fibre and natural
filler false ceiling tiles of Size 595x595
mm of approved texture, design and
patterns having NRC (Noise Reduction
coefficient) of 0.50 (minimum) as per IS
8225:1987, Light reflectance of 85%
(minimum). Non combustible as per
BS:476 (part-4), fire performance as per
BS:476 (part 6 &7), humidity resistance of
100%, thermal conductivity < 0.043 W/m
K as per ASTM 518:1991, in true
horizontal level suspended on inter-
locking metal powder coated T-Grid of
hot dipped galvanised iron section of 0.40
mm thick on Silhouette profile,rotary
stiched double webbed white with 6mm
reveal profile (white/black),comprising of
main-T runners of size 15x42mm of
16.1 26.23
length 3000 mm, cross - T of size 15x42
mm of length 1200 mm and secondary
intermediate cross-T of size 15x42 mm
of length 600mm to form grid module of
size 600 x 600 mm, suspended from
ceiling using galvanised mild steel items
(galvanizing @ 80 grams per sqm) i.e. 50
mm long, 8 mm outer diameter M-6 dash
fasteners, 6 mm dia fully threaded hanger
rod upto 1000 mm length and L-shape
level adjuster of size 85x25x2 mm.
Galvanised iron perimeter wall angle of
size 22x19x0.40 mm of length 3000 mm
to be fixed on periphery wall / partition
with the help of plastic rawl plugs at 450
mm center to center and 40mm long dry
wall S.S screws. The work shall be
carried out as per specifications, drawing
and as per directions of the Engineer-in-
Charge.
With 15 mm thick integral densified micro
16.1.1 26.23.1 edge light weight calcium silicate false 62.00 Sqm 2630.4 163084.80
ceiling tiles
132

Providing and fixing factory made single


extruded WPC (Wood Polymer
Composite) solid door/window/Clerestory
windows & other Frames/Chowkhat
comprising of virgin PVC polymer of K
value 58-60 (Suspension Grade), calcium
carbonate and natural fibers (wood
powder/ rice husk/wheat husk) and non
toxic additives (maximum toxicity index of
12 for 100 gms) fabricated with miter
joints after applying PVC solvent cement
and screwed with full body threaded star
headed SS screws having minimum
16.2 26.86 frame density of 750 kg/cum, screw
withdrawal strength of 2200 N (Face) &
1100 N (Edge), minimum compressive
strength of 58 N/mm2, modulus of
elasticity 900 N/mm2 and resistance to
spread of flame of Class A category
with property of being termite/borer proof,
water/moisture proof and fire retardant
and fixed in position with M.S hold
fast/lugs/SS dash fasteners of required
dia and length complete as per direction
of Engineer-In- Charge. (M.S hold
fast/lugs or SS dash fasteners shall be
paid for separately).
Note: For WPC solid door/window
frames, minus 5mm tolerance in
dimensions i.e depth and width of profile
shall be acceptable. Variation in profile
dimensions on plus side shall be
acceptable but no extra payment on this
account shall be made.
16.2.1 26.86.2 Frame size 45 x 85 mm 59.00 Mtr 926.35 54654.65
Providing and fixing factory made single
extruded WPC (Wood Polymer
Composite) solid decorative type flush
door shutter of required size comprising
of virgin polymer of K value 58-60
(Suspension Grade), calcium carbonate
and natural fibers (wood powder/ rice
husk/wheat husk) and non toxic additives
(maximum toxicity index of 12 for 100
16.3 26.88
gms) having minimum density of 650
kg/cum and screw withdrawal strength of
1800 N (Face) & 900 N (Edge), minimum
compressive strength 50 N/mm2,
modulus of elasticity 850 N/mm2 and
resistance to spread of flame of Class A
category with property of being
termite/borer proof, water/moisture proof
and fire retardant. WPC to be laminated
133

with PVC foil of minimum 14 microns


thick of approved design pasted with hot
melt adhesive on both faces of shutter
and fixing with stainless steel butt hinges
of required size with necessary full body
threaded star headed counter sunk S.S
screws, all as per direction of Engineer-
In- Charge. (Note: stainless steel butt
hinges and necessary S.S screws shall
be paid separately)
16.3.1 26.88.1 30 mm thick 19.00 Sqm 4764.2 90519.80
Sub-
308259.25
Total
Total 56902832.10
Add Cost Index @ 8 % for Bhubaneswar
over DSR-2023 4552226.57

(A) Total 61455058.67


NON SCHEDULE ITEM
Brick work with non modular fly ash bricks
conforming to IS:12894, class designation
17 NS-1 7.5 average compressive strength in
super structure above plinth level up to
floor V level in :
Cement mortar 1:6 (1 cement : 6 Coarse
17.1 310.00 Cum 8225.87 2550021.14
sand)
Half brick masonry with non modular fly
ash bricks of class designation 7.5,
18 NS-2
conformingio IS :12894, in super structure
above plinth and upto floor V level.
Cement mortar 1 : 4 (1 cement : 4 coarse
18.1 409.00 Sqm 975.80 399102.20
sand)
Providing and fixing Ist quality ceramic
digital wall tiles of size 300x600 mm
conforming to IS : 15622 (thickness to be
specified by the manufacturer) of
approved make in all colours, shades
except burgundy, bottle green, black as
approved by Engineer-in-Charge, in
19 NS-3 276.00 Sqm 2330.55 643232.32
skirting, risers of steps and dados over 12
mm thick bed of cement Mortar 1:3 (1
Cement : 3 Coarse sand) and jointing
with grey cement slurry @ 3.3 kg per sqm
including pointing in white cement mixed
with pigment of matching shade
complete.
Providing and laying Double Charged
vitrified tiles in different sizes (thickness
to be specified by manufacturer), with
20 NS-4 water absorption
less than 0.08 % and conforming to
I.S.15622, of approved make, in all
colours & shade, in skirting, riser of steps,
134

over 12 mm thick bed of cement mortar


1:3 (1 cement: 3 coarse sand), jointing
with grey cement slurry @ 3.3kg/sqm
including grouting the joint with white
cement & matching pigments
etc.complete.
20.1 Size of Tile 600 x 600 mm 27.00 Sqm 2306.87 62285.37
Providing and fixing C.P. Brass Jali of
approved quality and make as per the
21 NS-5 direction of Engineer-in-charge. 32.00 Each 157.19 5030.14
A)100mm dia.
Providing and fixing stainless steel sliding
22 NS-6 door bolts (Grade 304) with necessary 20.00 Each 1000.40 20007.96
screws etc. complete : (a) 300x16 mm
Providing and fixing stainless steel
(Grade 304) tower bolts of approved
23 NS-7 quality with necessary screws etc. 20.00 Each 544.44 10888.86
complete :
a)300x10 mm
Providing and fixing stainless steel
(Grade 304) tower bolts of approved
24 NS-8 quality with necessary screws etc. 12.00 Each 305.87 3670.40
complete :
a)150x10 mm
Providing and fixing C.P. Brass Soap
Dish holder of approved brand and
25 NS-9 28.00 Each 943.78 26425.76
manufacture and as per direction of the
Engineer-in-charge.
Providing and fixing C.P Brass towel rail
of 600mm length & dia 20mm with all
26 NS-10 fittings arrangement of approved quality 28.00 Each 1317.93 36902.07
all complete as per direction of the
Engineer-in-charge.
Providing and fixing C.P.Brass towel ring
27 NS-11 round with flange as per direction of the 28.00 Each 1000.68 28019.10
Engineer-in-charge.
Providing and fixing Toilet set for
specially disabled persons consist of
Floor Mounted Closet including 6 litre
capacity cistern with raised soft push
button wash basin of size 46x36 cm and
one on hinged rail 76 cms & three no of
28 NS-12 4.00 Each 85358.19 341432.76
grave rails (Grab Bar) 60 cms all
including cutting and making good the
walls and floors whereeve required. seat
cover cistern & wash basin fittings, nuts,
bolts and gasket etc complete of make as
per the direction of Engineer in charge
135

Providing and fixing white vitreous china


flat back half stall urinal of size
580x380x350 mm with, standrad size
C.P. brass flush pipe, spreaders with
unions and clamps (all in C.P. brass) with
waste fitting as per IS: 2556, C.I trap with
29 NS-13 8.00 Each 7845.49 62763.90
outlet grating and other couplings in C.P.
brass, including painting of fittings and
cutting and making good the walls and
floors wherever required: Single half stall
urinal with C.P. brass pressmetic stop
cock.
Providing and fixing 16 mm thick
polycarbonate sheet in roofing fixing with
Aluminium inside and outside channel
30 NS-14 340.00 Sqm 6691.01 2274945.04
with silicon and stainless steel screw etc.
Complete as per drawing, design and
direction of Engineer-in-charge.
Sub-
(B) 6464727.02
Total

A+B Total 67919785.68


Say 67919786.00
Application of Modification factor of 0.973 on DSR
rates issued vide OM file no Total 66085951.00
I58/SE(TAS)/GST/2024/02-E dated 08.08.2024
Say 66085951.00
136

Schedule of Quantities for Electrical Works

S.H: I (Wiring, Fan,Fittings, Cable, Panel, Earthing , Fountain etc.)


S.N. Details of work Qty. Unit Rate Amount Remarks

1.1 Wiring for light point/ fan point/ exhaust fan


point/ call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core
cable in surface / recessed steel conduit,
with modular switch, modular plate, suitable
GI box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper
conductor single core cable etc. as required
a) Group-C
216 Points 1,845.00 3,98,520.00 1.3.3
1.2 Wiring for group controlled (looped) light
point/ fan point/ exhaust fan point/ call bell
point (without independent switch etc) with
1.5 sq.mm FRLS PVC insulated copper
conductor single core cable in surface /
recessed steel conduit, with modular switch,
modular plate, suitable GI box and earthing
the point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core
cable etc. as required
a) Group-C
182 Points 1,094.00 1,99,108.00 1.54.3
1.3 Wiring for light/ power plug with 2X4 sq. mm
FRLS PVC insulated copper conductor
single core cable in surface/ recessed steel
conduit alongwith 1 No. 4 sq. mm FRLS
PVC insulated copper conductor single core
cable for loop earthing as required. 800 Metre 433.00 346400.00 1.5
1.4 Wiring for light/ power plug with 4X4 sq. mm
FRLS PVC insulated copper conductor
single core cable in surface/ recessed steel
conduit alongwith 2 Nos. 4 sq. mm FRLS
PVC insulated copper conductor single core
cable for loop earthing as required. 350 Metre 662.00 231700.00 1.6
1.5 Wiring for circuit/ submain wiring alongwith
earth wire with the following sizes of FRLS
PVC insulated copper conductor, single
core cable in surface/ recessed steel
conduit as required.
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth
wire 600 Metre 327.00 1,96,200.00 1.7.1
b) 4 X 6 sq. mm + 2 X 6 sq. mm earth wire
100 Metre 924.00 92,400.00 1.7.9
c) 4 X 10 sq. mm + 2 X 6 sq. mm earth wire
100 Metre 1,166.00 1,16,600.00 1.7.10
d) 4 X 16 sq. mm + 2 X 6 sq. mm earth wire
20 Metre 1,645.00 32,900.00 1.7.11
137

1.6 Supplying and fixing of following sizes of


steel conduit along with accessories in
surface/recess including painting in case of
surface conduit, or cutting the wall and
making good the same in case of recessed
conduit as required.
a) 20 mm
120 Metre 223.00 26,760.00 1.20.1
b) 25 mm
10 Metre 256.00 2,560.00 1.20.2
c) 32 mm
10 Metre 326.00 3,260.00 1.20.3
1.7 Supplying and fixing of following sizes of
medium class PVC conduit along with
accessories in surface/recess including
cutting the wall and making good the same
in case of recessed conduit as required.
a) 25 mm
350 Metre 145.00 50,750.00 1.21.2
1.8 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess, including providng and
fixing 3 pin 5/6 A modular socket outlet and
5/6 A modular switch, connections etc. as
required 18 Each 477.00 8,586.00 1.31
1.9 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess, including providng and
fixing 2 Nos. 3 pin 5/6 A modular socket
outlet and 2 Nos. 5/6 A modular switch,
connections etc. as required. 40 Each 676.00 27,040.00 1.56
1.10 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess, including providing and
fixing 6 pin 5/6 & 15/16 A modular socket
outlet and 15/16 A modular switch,
connections etc. as required. 80 Each 586.00 46,880.00 1.32
1.11 Supplying and fixing following size/
modules, GI box alongwith modular base &
cover plate for modular switches in recess
etc. as required.
a) 1 or 2 Module (75mmX75mm)
44 Each 298.00 13,112.00 1.27.1
1.12 Supplying and fixing following modular
switch/ socket on the existing modular plate
& switch box including connections but
excluding modular plate etc. as required.
a) 3 pin 5/6 amp socket outlet
40 Each 122.00 4,880.00 1.24.4
b) TV antenna socket outlet
4 Each 148.00 592.00 1.24.7
c) Modular Blanking Plate
21 Each 40.00 840.00 1.26
138

1.13 Supply, Installation, Testing and


Commissioning of 1200 mm sweep, BEE 5
star rated, ceiling fan with Brush Less Direct
Current (BLDC) Motor, class of insulation:
B, 3 nos. blades, 30 cm long downrod, 2
nos. canopies, shackle kit, safety rope,
copper winding, power factor not less than
0.9, Service Value (CMM/W) minimum 6.85,
Air delivery minimum 215 CMM, 350 RPM
(tolerence as per IS: 374-2019) , THD less
than 10%, remote or electronic regulator
unit for speed control and all remaining
accessories including safety pin, nut bolts,
washers, tempereture rise = 75 deg C (max)
, insulation resistance more than 2
megaohm, suitable for 230 V, 50 Hz, single
phase AC supply, earthing etc complete as
required. 25 Each 2,730.00 68,250.00 19.1
1.14 Supplying and fixing call bell/ buzzer
suitable for single phase, 230 volts,
complete as required. 4 Each 99.00 396.00 1.38
1.15 Supplying and fixing following way,
horizontal type three pole and neutral, sheet
steel, MCB distribution board, 415 V, on
surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar,
din bar, interconnections, powder painted
including earthing etc. as required. (But
without MCB/RCCB/Isolator)
a) 4 way (4 + 12), Double door
4 Each 4,091.00 16,364.00 2.4.1
b) 8 way (4 + 24), Double door
4 Each 5,967.00 23,868.00 2.4.3
1.16 Supplying and fixing of following ways
surface/ recess mounting, vertical type, 415
volts, TPN MCB distribution board of sheet
steel, dust protected, duly powder painted,
inclusive of 200 amps tinned copper bus
bar, common neutral link, earth bar, din bar
for mounting MCB's (but without MCB's and
incomer ) as required .
a) 4 way (4 + 12), Double door
4 Each 7,512.00 30,048.00 2.5.1
1.17 Supplying and fixing following rating,
240/415 V, 10 kA, "C" curve, miniature
circuit breaker suitable for inductive load of
following poles in the existing MCB DB
complete with connections, testing and
commissioning etc. as required
a) 5A to 32 A Single pole
144 Each 256.00 36,864.00 2.10.1
b) 5A to 32 A Tripple Pole
8 Each 1,007.00 8,056.00 2.10.4
d) 5A to 32 A Tripple pole and Neutral
4 Each 1,228.00 4,912.00 2.10.5
139

1.18 Supplying and fixing Cable End Box (Loose


wire box)(IP 43) suitable for following triple
pole and neutral, sheet steel, MCB
distribution board, 415 V, on surface/
recess, complete with testing and
commissioning etc. as required.
a) For 4 way, Double door TPN MCBDB
4 Each 1,080.00 4,320.00 2.24.1
b) For 8 way, Double door TPN MCBDB
4 Each 1,340.00 5,360.00 2.24.3
1.19 Supplying and fixing Cable End Box (Loose
wire box) suitable for triple pole and neutral,
sheet steel, Vertical MCB distribution board,
415 V, on surface/ recess, complete with
testing and commissioning etc. as required. 4 Each 1,170.00 4680.00 2.25
1.20 Providing and fixing following rating and
breaking capacity and pole MCCB in
existing DB/ cubicle panel board including
drilling holes in cubicle panel, making
connections, etc. as required.
a) 100 Amp, 16 KA, TP MCCB
2 Each 3,777.00 7554.00 2.2.1
b) 315 Amp, 35KA, TP MCCB
2 Each 21,586.00 43172.00 2.2.8
1.21 Earthing with G.I. earth plate 600 mm X 600
mm X 6 mm thick including accessories,
and providing masonry enclosure with cover
plate having locking arrangement and
watering pipe of 2.7 metre long etc. with
charcoal/ coke and salt as required. 6 Set 7,472.00 44,832.00 5.4
1.22 Providing and fixing 25 mm X 5 mm G.I.
strip in 40 mm dia G.I. pipe from earth
electrode including connection with G.I. nut,
bolt, spring, washer excavation and re-filling
etc. as required. 10 Mtr 706.00 7,060.00 5.11
1.23 Providing and fixing 25 mm X 5 mm G.I.
strip on surface or in recess for connections
etc. as required. 70 Mtr 244.00 17,080.00 5.15
1.24 Providing and fixing 6 SWG dia G.I. wire on
surface or in recess for loop earthing along
with existing surface/ recessed conduit/
submain wiring/ cable as required. 30 Mtr 42.00 1,260.00 5.18
1.25 Providing and fixing of lightning conductor
finial, made of 25 mm dia 300 mm long, G.I.
tube, having single prong at top, with 85
mm dia 6 mm thick G.I. base plate including
holes etc. complete as required. 4 Each 518.00 2,072.00 6.2
1.26 Jointing copper / G.I. tape (with another
copper/ G I tape, base of the finial or any
other metallic object) by riveting / nut
bolting/ sweating and soldering etc as
required. 40 Each 113.00 4,520.00 6.4
1.27 Providing and fixing G.I. tape 20 mm X 3
mm thick on parapet or surface of wall for
lightning conductor complete as
required.(For horizontal run) 220 Metre 126.00 27,720.00 6.7
140

1.28 Providing and fixing G.I. tape 20 mm X 3


mm thick on parapet or surface of wall for
lightning conductor complete as
required.(For vertical run) 28 Metre 197.00 5,516.00 6.8
1.29 Providing and fixing testing joint, made of
20 mm X 3 mm thick G.I. strip, 125 mm
long, with 4 nos. of G.I. bolts, nuts, chuck
nuts and spring washers etc. complete as
required. 4 Each 121.00 484.00 6.12
1.30 Providing and laying G.I. tape 32 mm X 6
mm from earth electrode directly in ground
as required. 25 Metre 195.00 4,875.00 6.14
1.31 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1
KV grade of following size direct in ground
including excavation, sand cushioning,
protective covering and refilling the
trench etc as required.
a) Above 185 sq. mm and upto 400 sq. mm
110 Metre 474.00 52140.00 7.1.4
1.32 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1
KV grade of following size in the existing
masonry open duct as required.
a) Upto 35 sq. mm
10 Metre 28.00 280.00 7.6.1
b) Above 35 sq. mm and upto 95 sq. mm
2 Metre 45.00 90.00 7.6.2
c) Above 185 sq. mm and upto 400 sq. mm
10 Metre 115.00 1150.00 7.6.4
1.33 Laying and fixing of one number PVC
insulated and PVC sheathed / XLPE power
cable of 1.1 KV grade of following size on
wall surface / cable tray as required.
a) Upto 35 sq. mm (clamped with 1mm thick
saddle) 220 Metre 55.00 12100.00 7.7.1
b) Above 35 sq. mm and upto 95 sq. mm
(clamped with 25x3mm MS flat clamp) 30 Metre 130.00 3900.00 7.7.2
1.34 Laying and fixing of one number PVC
insulated and PVC sheathed / XLPE power
cable of 1.1 KV grade of following size in
existing RCC/HUME/Metal DWC HDPE
Pipe as rqd.
a) Upto 35 sq. mm
130 Metre 37.00 4810.00 7.5.1
b) Above 35 sq. mm and upto 95 sq. mm
(clamped with 25x3mm MS flat clamp) 18 Metre 130.00 2340.00 7.7.2
1.35 Supplying and making end termination with
brass compression gland and aluminium
lugs for following size of PVC insulated and
PVC sheathed / XLPE aluminium conductor
cable of 1.1 KV grade as required.
a) 2 X 10 sq. mm (19mm)
2 Each 241.00 482.00 9.1.2
b) 3½ X 25 sq. mm (28mm)
2 Each 313.00 626.00 9.1.20
c) 3½ X 50 sq. mm (35mm)
2 Each 413.00 826.00 9.1.22
141

d) 3½ X 300 sq. mm (70mm)


2 Each 1,195.00 2390.00 9.1.30
e) 4 X 16 sq. mm (28mm)
2 Each 309.00 618.00 9.1.33
1.36 Supplying and laying of following size DWC
HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc..direct in
ground (75 cm below ground level)
including excavation and refilling the trench
but excluding sand cushioning and
protective covering etc., complete as
required.
a) 63 mm dia (OD-63 mm & ID-51 mm
nominal) 120 Metre 247.00 29640.00 14.16.1

Total of DSR Items 22,79,743.00


Add 3.46% for GST on DSR-2022
(Ammendment issued vide OM file no
78879.11
I58/SE(TAS)/GST/2024/02-E dated
08.08.2024)

Grand Total of DSR Items (A) 23,58,622.11

1.37 SITC of pre-wired industrial type following


fitting complete with all accessories and
tube etc. direct on ceiling/ wall i/c
connection with 1.5 sq. mm FRLS PVC
insulated copper conductor, single core
cable and earthing etc. as reqd.
a) Cylindrical surface LED downlighter
having extruded Aluminium housing and
polyester powder coating Black RAL9005
housing cover with lumens not less than
1500, efficacy 120 lm/W (at system level),
CCT = 4000 K, 60 degree beam angle, CRI
>=80, SDCM < 5, THD < 10%, Life Class =
50K hrs. @ L70B50, EMI / EMC
compliance, Surge= 4 KV, IP 20 rating.
(Make: phillips SP321P LED15S-4000 PSU
WB DIA 100 BK or similar make of / LT /
Regent / ENDO ) 96 Each 4,727.00 4,53,792.00 MR
b) Surface mounted LED downlighter
having aluminium pressure die cat housing
with lumens not less than 2000, efficacy
110 lm/W (at system level), CCT = 4000 K,
CRI >=80, SDCM < 5, THD < 10%, EMI /
EMC, Surge= 2.5 KV. (Make: phillips / LT /
Regent / ENDO ) 216 Each 2,089.00 4,51,224.00 MR
c) Surface mounted LED downlighter having
aluminium pressure die cat housing with
lumens not less than 600, efficacy 110 lm/W
(at system level), CCT = 4000 K, CRI >=80,
SDCM < 5, THD < 10%, EMI / EMC,
Surge= 2.5 KV. (Make: phillips / LT / Regent
/ ENDO ) 16 Each 1,546.00 24,736.00 MR
142

d) LED Wall Washer having aluminium


housing with wattage not more than 5 watt
and lumens output not less than 475 (at
system level) and CCT- 3000K (Make:
phillips 582060 or similar in LT / Regent /
ENDO ) 32 Each 2,518.00 80,576.00 MR
e) Surface mounted 4' LED batten having
anodised Aluminium housing with lumens
not less than 2000, efficacy 120 lm/W, CCT
= 4000 K, CRI >=80, SDCM < 5, EMI /
EMC, Surge= 2.5 KV. (Make: phillips / LT /
Regent / ENDO ) 10 Each 2,089.00 20,890.00 MR
f) Surface mounted 4' IP 65, IK 08 LED
batten having lumens not less than 4400,
efficacy 120 lm/W, CCT = 4000 K, CRI
>=80, SDCM < 5, EMI / EMC, Surge= 2.5
KV. (Make: phillips / LT / Regent / ENDO ) 24 Each 4,703.00 1,12,872.00 MR
g) Surface mounted 2' LED round wall light
(For Toilet) having aluminium / MS with
polycarbonate duffuser housing with
lumens not less than 2000, efficacy 100
lm/W, CCT 3000K (Make: phillips 582106
or similar in LT / Regent / ENDO ) 4 Each 3,351.00 13,404.00 MR
1.38 Supplying and Fixing of 400 mm sweep,
smooth oscillation, double ball bearing, Wall
mounted fan i/c connection etc. as reqd. 40 Each 3,683.00 1,47,320.00 MR
1.39 Supplying and Fixing of 250 mm sweep,
domestic exhaust/ Fresh air fan with ABS
body and automatic louvers for dust
protection i/c connection etc. as reqd. 16 Each 2,429.00 38,864.00 MR
1.40 Supplying, installation of 300 mm sweep
900 RPM heavy duty exhaust fan with metal
louver shutter of suitable size in the existing
opening, i/c making the hole to suit the size
of the above fan, making good the
damages, connection, testing,
commissioning etc. as reqd. 15 Each 5,153.00 77,295.00 MR
1.41 Providing and fixing stainless steel hand
dryer (Heavy Traffic) etc as required. 12 Each 16,643.00 1,99,716.00 MR
1.42 Supplying and fixing following rating,
240/415 V, 10 kA, "C" curve, miniature
circuit breaker suitable for inductive load of
following poles in the existing MCB DB
complete with connections, testing and
commissioning etc. as required
c) 40/63 A Tripple Pole
8 Each 2,547.00 20,376.00 MR
1.43 Providing and fixing following rating and
breaking capacity and pole MCCB in
existing cubicle panel board including
drilling holes in cubicle panel, making
connections, etc. as required.
a) 40/63 Amp, 16 KA, Thermal Magnetic
release with O/L & S/C Protection TP
MCCB 2 Each 6,024.00 12,048.00 MR
143

1.44 Supplying, installation, testing &


commissioning of Indoor type IP43
construction, Wall / Floor mounted Cubical
Panel Board fabricated from CPRI approved
Fabricators suitable for 415V, 3 Phase,
4Wire, 50Hz AC supply system, fabricated
in compartmentalized design from CRCA
sheet steel of 2 mm thick for frame work
and covers, 3mm thick for gland plates i/c
cleaning & finishing complete with 7/8 tank
process for powder coating in approved
shade, having following capacity 4 strip Pre
insulated tinned Cu. of high conductivity,
DMC/ SMC busbar supports , bottom base
channel of MS section not less than
75mmx40mmx5mm thick, 2 nos. earthing
stud and continious run of earthing strip at
the bottom of the panel, control wiring with
2.5 sq.mm. FR LS PVC insulated copper
conductor S/C cable, cable alleys, &
interconnection etc as required. (General
arrangement and schematic Drawings to be
approved by the Deptt. before start of
fabrication) Note- All MCCB's shall be
Ics=100% Icu with thermal - magnetic
based release with overload & short circuit
with adjustable settings and extended rotary
handle.
Incoming
315 A, 4P,36kA MCCB -1 No.
Digital Multi function Meter of accuracy
class 1.0 - 1 No.
R, Y, B phase indicating lights (LED Type ) -
1 Set
2 A, 10KA , SP MCBs for instrument
protection.-3 Nos
Bus Bar
400 A, 415V, 50 Hz FP Pre insulated Al.
Bus bar with cast resin type CT of 400/5A of
15VA burden-1 set
Outgoing
125A, TP, 25 kA MCCB- 02 Nos.
100A, TP, 25 kA MCCB- 03 Nos.
63A, TP, 25 kA MCCB- 02 Nos.
40A, TP, 25 kA MCCB- 03 Nos.
20A, TP, 10kA, 'C' Series MCB -2 Nos.
25 A, 10kA, 'C' Series, DP MCB , DP Power
Contactor with auxillary contact and
astronomical time switch -2 Nos. 1 Job 2,70,208.00 270208 MR
1.45 Supplying of following sizes XLPE insulated
PVC sheathed armoured power cable of 1.1
KV grade as required.
a) 3 x 6 Sq.mm. (Copper)
10 Metre 596.00 5960.00 MR
b) 4 x 6 Sq. mm (Copper)
100 Metre 765.00 76500.00 MR
144

c) 4 x 10 Sq. mm. (Copper)


70 Metre 316.00 22120.00 MR
d) 2 x 10 Sq.mm (Aluminium)
120 Metre 223.00 26760.00 MR
e) 4 x 16 Sq.mm. (Aluminium)
20 Metre 338.00 6760.00 MR
f) 4 x 25 Sq.mm. (Aluminium)
50 Metre 425.00 21250.00 MR
g) 3.5 x 50 Sq. mm. (Aluminium)
20 Metre 680.00 13600.00 MR
h) 3.5 x 300 Sq.mm. (Aluminium)
120 Metre 3,323.00 398760.00 MR
1.46 Supplying and making end termination with
brass compression gland and copper lugs
for following size of PVC insulated and PVC
sheathed / XLPE copper conductor cable of
1.1 KV grade as required.
a) 3 x 6 Sq. mm.
2 Each 279.00 558.00 MR
b) 4 X 6 sq. mm
4 Each 284.00 1136.00 MR
c) 4 X 10 sq. mm
2 Each 299.00 598.00 MR
1.47 Supplying & Erection of short blasted MS 3
mtr height circular pole with top in
approved design capable of holding the
luminaire. The pole shall be UV-stabilized
pure polyester powder coating after surface
preparation and Coated with zinc rich
primer. (Colour of the pole should be
approved from EIC before placing order).
The pole shall also be provided with built in
control box with hinged / chained flush door
with silicon rubber gasket.The control gear
tray is prewired with MCB, terminal
connectors for loop-in / loop-out
arrangement. Wiring with 3 x 1.5 sqmm
FRLS PVC insulated multistranded copper
conductor cable from junction box to the
luminaire complete including terminations
with insulated copper lugs etc as required.
The pole shall be with base plate as per the
OEM recommendation to hold the pole and
luminaire, 300mm long 'J' type GI
foundation bolts 4.6 grade with three GI
nuts and washers etc complete as per
drawing. The item includes RCC foundation
(1:2:4 with 12 mm reinforcement). (Design
& drawing must be approved by Engineer-
in-Charge) including HDPE pipe etc. in the
foundation. 6 Each 16,521.00 99126.00 MR
1.48 Supplying and Fixing IP 65, IK 07 ring
shaped top LED Post top having Die cast
Aluminium housing and PC diffuser with
lumens not less than 2500, efficacy 85 lm/W
(at system level), CCT = 4000 K, CRI >=70,
SDCM < 5. (Make: phillips BGP 161
LED2500/NW PSU 220-240V IN or similar
make of / LT / Regent / K-Lite ) 6 Each 15,826.00 94956.00 MR
145

1.49 Supplying and Fixing Dust proof & water


resistant IP 65, LED Bollard having
rectangular base, height not less than
800mm, Aluminium housing and LED
integrated lamp base with wattage not more
than 12 Watt, lumens not less than 900, ,
CCT = 3000 K i/c making C.C. foundation
(1:2:4 C.C.) and providing G.I. bolt with nut
and washer. (Design & drawing must be
approved by Engineer-in-Charge) including
HDPE pipe etc. in the foundation. (Make:
phillips 582090 or similar make of / LT /
Regent / K-Lite ) 8 Each 10,686.00 85488.00 MR
1.50 Supplying and Fixing Dust proof & water
resistant IP 65, LED SPIKE LIGHT
Fittings of aluminium housing, anthracide /
black in colour, LED COB integrated with
wattage not more than 12 Watt, lumens not
less than 625, , CCT = 3000 K i/c making
C.C. foundation (1:2:4 C.C.) and providing
G.I. bolt with nut and washer. (Design &
drawing must be approved by Engineer-in-
Charge) including HDPE pipe etc. in the
foundation. (Make: phillips 31386 or similar
make of / LT / Regent / K-Lite ) 6 Each 3,217.00 19302.00 MR
1.51 Supplying and Fixing Dust proof & water
resistant IP 65, IK 07, LED FLOOD Fittings
of pressure die cast housing, high impact
resistant glass cover with wattage not more
than 70 Watt, efficacy of 120 lm / watt, NB ,
CCT = 3000 K (WW) i/c making C.C.
foundation (1:2:4 C.C.) and providing G.I.
bolt with nut and washer. (Design & drawing
must be approved by Engineer-in-Charge)
including HDPE pipe etc. in the foundation.
(Make: phillips BVP281 LED085 WW FG
SY5NB 70W V1 or similar make of / LT /
Regent / K-Lite ) 4 Each 9,814.00 39256.00 MR
Supplying, Installing, Testing &
Commissioning of Water Fountain System
as per the direction of EIC and as per the
specifications : FRP Structure of approved
makes with a height of 10 feet with 3
individual stages for Water fall with colour
change RGB lights 12 V, 18 watt
underwater 14 nos, RGB Controller of
required capacity, Openwell submersible
pump of required capacity; controlling
1.52 valves accessories in complete ; Control
Panel for electrical work; Amplifier of
required capacity; Pump Starter and other
supporting accessories , wires For lights
&pumps, plumbing materials etc for with
control valves and NRV for the system
complete as required. (Any item not
included in the BOQ required for making the
system functional are deemed included in
the system, nothing extra shall be paid for
the same) 1 Job 8,17,740.00 8,17,740.00 MR
146

Total of Market Items (B) 36,53,191.00

Grand Total Rs
(A+B) 60,11,813.11

S.H: II (VRF / VRV System)


S.N.
Details of work Qty. Unit Rate Amount Remarks

2.1 Supplying and installing following size of perforated


pre-painted M.S. cable trays with perforation not more
than 17.5%, in convenient sections, joined with
connectors, suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting suspenders
etc as required.
a) 100 mm width X 50 mm depth X 1.6 mm thickness
40 Metre 543.00 21720.00 4.1.1
b) 150 mm width X 50 mm depth X 1.6 mm thickness
200 Metre 604.00 120800.00 4.1.2
c) 300 mm width X 50 mm depth X 1.6 mm thickness
120 Metre 777.00 93240.00 4.1.4
d) 450 mm width X 50 mm depth X 2.0 mm thickness
12 Metre 1,137.00 13644.00 4.1.6
2.2 Supplying and installing following size of perforated
pre-painted M.S. cable trays bends with perforation not
more than 17.5%,, joined with connectors, suspended
from the ceiling with M.S. suspenders including bolts &
nuts, painting suspenders etc as required.
a) 100 mm width X 50 mm depth X 1.6 mm thickness
4 Each 868.00 3472.00 4.2.1
b) 150 mm width X 50 mm depth X 1.6 mm thickness
8 Each 1,018.00 8144.00 4.2.2
c) 300 mm width X 50 mm depth X 1.6 mm thickness
4 Each 1,438.00 5752.00 4.2.4
2.3 Supplying and installing following size of perforated
pre-painted M.S. cable trays reducers with perforation
not more than 17.5%, joined with connectors,
suspended from the ceiling with M.S. suspenders
including bolts & nuts, painting suspenders etc as
required.
a) 150 mm width X 50 mm depth X 1.6 mm thickness
4 Each 1,186.00 4744.00 4.2.2
a) 300 mm width X 50 mm depth X 1.6 mm thickness
4 Each 1,708.00 6832.00 4.2.4
2.4 Supplying and installing following size of perforated
pre-painted M.S. cable trays Tee's with perforation not
more than 17.5%, joined with connectors, suspended
from the ceiling with M.S. suspenders including bolts &
nuts, painting suspenders etc as required.
a) 100 mm width X 50 mm depth X 1.6 mm thickness
1 Each 1,139.00 1139.00 4.3.1
b) 150 mm width X 50 mm depth X 1.6 mm thickness
2 Each 1,356.00 2712.00 4.3.2
147

c) 300 mm width X 50 mm depth X 1.6 mm thickness


2 Each 1,979.00 3958.00 4.3.4
2.5 Supply, Installation, testing and commissioning
including vaccumiazation and Nitrogen testing of
following nominal sizes of soft/ hard drawn copper
refrigerant piping for VRV/VRF system, complete with
fittings, with suitable adjustable ring type hanger
supports, jointing / brazing including accessories,
insulated with XPLE Class-O tubular insulation /with
Class-O closed cell elastometric nitrile rubber tubular
sleeve ssections of specified thickness as given below
for Suction and Liquid lines, all accessories as
perspecifications etc. as required :
a) 6.4 mm dia (OD) (Soft drawn) with tube thickness1.2
mm with 19 mm thick insulation 55 Metre 245.00 13475.00 5.1
b) 9.5 mm dia (OD) (Soft drawn) with tube thickness1.2
mm with 19 mm thick insulation 125 Metre 331.00 41375.00 5.2
c) 12.7 mm dia (OD) (Soft drawn) with tube
thickness1.2 mm with 19 mm thick insulation 20 Metre 466.00 9320.00 5.3
d) 15.86 mm dia (OD) (Soft drawn) with tube
thickness1.2 mm with 19 mm thick insulation 15 Metre 588.00 8820.00 5.4
e) 19 mm dia (OD) (Hard rawn) with tube thickness1.2
mm with 19 mm thick insulation 30 Metre 707.00 21210.00 5.5
f) 22.2 mm dia (OD) (Hard drawn) with tube thickness
1.2 mm with 19 mm thick insulation 75 Metre 865.00 64875.00 5.6
g) 28.58 mm dia (OD) (Hard drawn) with tube
thickness1.2 mm with 19 mm thick insulation 30 Metre 1,108.00 33240.00 5.8
h) 34.9 mm dia (OD) (Hard drawn) with tube
thickness1.62 mm with 19 mm thick insulation 25 Metre 1,230.00 30750.00 5.10
i) 41.27 mm dia (OD) (Hard drawn) with tube
thickness1.62 mm with 19 mm thick insulation 25 Metre 1,309.00 32725.00 5.12
Total of DSR Items 541947.00
Add 3.46% for GST on DSR-2022 (Ammendment
issued vide OM file no I58/SE(TAS)/GST/2024/02-E 18751.37
dated 08.08.2024)
Grand Total of DSR Items (A) 560698.37
2.6 Supply, Installation, Testing & Commissioning of
modular type Variable Refrigerant Flow / Variable
Refrigerant Volume air cooled Outdoor units suitable
for cooling only, having all hermetically sealed high
efficient inverter type Scroll Compressor(s), minimum
two or more modules, microprocessor based Controller
for sequential starting of condensing units, top
discharge type condensing unit(s), with R410A
Refrigerant, liquid back flow protection, vibration
isolators, with suitable foundation etc. complete as
required. The unit shall have blue fins condenser with
anti corossion coating. The unit shall deliver the rated
capacity at AHRI Conditions, and work even at 52°C
ambient temperature without tripping. The unit shall be
suitable to work on 400V+/-10%, 3Phase, 50Hz AC
power supply. The unit shall be filled with first charge of
the refrigerant and ready for use as required.The ODU
shall have cooling EER not less than 4.2 on 100% load
at AHRI condition. (The actual rated capacity should
be after deration at 43 deg. C) 72 Per HP 32,942.00 2371824.00 MR
148

2.7 Supply, installation, testing and commissioning of


following minimum capacity VRV/VRF Highwall type
Indoor unit equipped with washable synthetic media
pre-filter, fan section with lownoise fan/ dynamically
balanced blower, multi speed motor, coil section with
DX copper coil, electronic expansion valve, outer
cabinet, cordless remote control, drainpan, necessary
accessories etc., suitable for operation on 230V±10%,
50Hz, single phase AC supply, complete as required.
The unit shall have automatic force shut down provision
in case of fire on receiving signal from BMS System.
The cooling capacity of indoor unit will be at air inlet
conditions of 27 Degree C DB and 19 Degree C WB
temperature.
a) 0.8 Tr.
4 Each 36,946.00 147784.00 MR
2.8 Supply, installation, testing and commissioning of
following minimum capacity4-way flow VRV/VRF
Cassette Type Indoor ceiling mounted unit equipped
with synthetic washable media pre-filter, fan section
with low noise fan/ dynamically balanced blower, multi
speed motor, coil section with DX Copper coil,
electronic expansion valve, outer cabinet, drain pump,
grill, necessary supports, vibration isolation, cordless
remote control etc., suitable for operation on single
phase 230V±10%, 50 Hz AC supply, complete, as
required. The unit shall have automatic force shut down
provision in case of fire on receiving signal from BMS
System. The cooling capacity of indoor unit will be at
airinlet conditions of 27 Degree C DB and 19 Degree C
WB temperature.
a) 3.98 Tr
16 Each 83,357.00 1333712.00 MR
2.9 Supply, Installation, Testing & Commissioning of c-
PVC drain pipes with 9 mm thick nitrile rubber
insulation of the following size with elbow, Socket &
Reducers and other necessary accessories as required
a) 25 mm
70 Metre 460.00 32200.00 MR
b) 32 mm
80 Metre 497.00 39760.00 MR
c) 40 mm
100 Metre 533.00 53300.00 MR
2.10 Supplying and laying of Control wiring of 2 core x 1.5
sqmm copper in existing conduits between indoor and
outdoor units complete with all accessories as required. 300 Metre 163.00 48900.00 MR
2.11 Supplying and installing following size of pre-painted
M.S. cable tray cover in convenient sections,bolts and
nuts including clamps for fixing the cover with the
existing cable tray etc as required.
a) 100 mm width X 50 mm depth X 1.6 mm thickness
40 Metre 199.00 7960.00 MR
b) 155 mm width X 15 mm depth X 1.6 mm thickness
205 Metre 260.00 53300.00 MR
c) 305 mm width X 15 mm depth X 1.6 mm thickness
125 Metre 443.00 55375.00 MR
d) 455 mm width X 15 mm depth X 1.6 mm thickness
12 Metre 626.00 7512.00 MR
149

2.12 Supplying, installation, testing & commissioning of


Outdoor type IP54 construction, double door, feeder
pillar fabricated from CPRI approved Fabricators
suitable for 415V, 3 Phase, 4Wire, 50Hz AC supply
system, fabricated in compartmentalized design from
CRCA sheet steel of 2 mm thick for frame work and
covers, 3mm thick for gland plates i/c cleaning &
finishing complete with 7/8 tank process for powder
coating in approved shade, having following capacity 4
strip Pre insulated aluminium of high conductivity,
DMC/ SMC busbar supports , bottom base channel of
MS section not less than 75mmx40mmx5mm thick, 2
nos. earthing stud and continious run of earthing strip
at the bottom of the panel, control wiring with 2.5
sq.mm. FR LS PVC insulated copper conductor S/C
cable, cable alleys, & interconnection etc as required.
(General arrangement and schematic Drawings to be
approved by the Deptt. before start of fabrication) Note-
MCCB's shall be Ics=100%Icu with thermal - magnetic
based release with overload & short circuit with
adjustable settings .
Incomer:
125 A, 4P,25 kA MCCB -1 No.
Digital Multi function Meter of accuracy class 1.0 -1
No.
R, Y, B phase indicating lights (LED Type ) - 1 Set
2 A, 10KA , 'C' Series SP MCBs for instrument
protection.-3 Nos
Bus Bar
200 A, 415V, 50 Hz FP Pre insulated aluminium Bus
bar with 100% neutral &cast resin type CT of 200/5A of
15VA burden-1 set
Outgoing
25A, 10 kA, 'C' Series FP, MCB- 05 Nos.
32A, 10 kA, 'C' Series FP, MCB- 03 Nos. 1 Job 62,934.00 62934.00 MR
Total of Market Items (B) 4214561.00

Grand Total Rs (A+B) 47,75,259.37

SH:-III ( Fire Alarm & PA System)


S.N.
Details of work Qty. Unit Rate Amount Remarks

3.1 Supplying, installation, testing & commissioning


of manual call boxes of MS construction in
surface/recess with stainless steel chain &
hammer assembly complete with glass and
push button etc. as required. 8 Each 474.00 3,792.00 17.1.3
150

3.2 Supplying, installation, testing & commissioning


fire alarm sounder with facility to make
announcement, mounted in M.S. box (16 SWG)
with hinged cover plate & suitable for operation
with amplifier i/c line matching transformer etc.
complete as required. 8 Each 557.00 4,456.00 17.1.6
3.3 Supplying, installation, testing & commissioning
of main control and indicating panel made out of
16 SWG MS sheet to accommodate the
following items duly powder coated in approved
colour with louvers for ventilation, locking
arrangement, audio and visual indication for fire
alarm and public address system, monitoring
system including connections, interconnections
etc complete as required. 6 zone panel for fire
alarm system 100 watt amplifier racks suitable
for operation on 230V AC/24V DC supply
conforming to IEC-268-3 complete with all Talk
back master station with LED PTT (press to talk)
push button for operation on 230V AC/24 V DC
supply conforming to IEC-268 for simplex mode
of operation / communication suitable for 20
Nos.talk back unit -1 set.
Annoucement control desk suitable for selection
of different zones selectively and ON ALL CALL
switch with visual indication etc., complete as
required- 1 set.
Amplifier change over switch for inter changing
amplifier- 1 No. Monitor panel for loudspeaker
complete output selector ON/OFF switch, fuse
visual indications etc. complete as required- 1
No.
Gooseneck microphone with stand and ON/OFF
switch -1 No.
Mains ON/OFF switch, fuse indication lamps,
DC and AC voltmeters & ammeters terminal
blocks etc. complete as required -1 set.
Battery charger trickle cum boost to take
complete load of fire alarm & PA system
complete with all accessories including
providing & fixing of 2 nos. 12 volt,30 AH each
sealed maintenance free batteries -1 set. 1 Each 48,718.00 48,718.00 17.1.11
3.4 Supplying & laying of 2x1.5 sqmm fire survival
armoured cable, 600/1000V rated with annealed
copper conductor having glass mica fire barrier
tape covered by an extruded layer of Cross
Linkable Ethylene Propylene Rubber (EPR)
insulation and LSZH inner bedding, steel wire
armouring & LSZH outer sheath complete as
required. 100 Metre 359.00 35,900.00 17.5.1
3.5 Supplying, installation, testing & commissioning
of 1.5/3/6W metal box ceiling/wall speakers
complete as required. 28 Each 1,793.00 50,204.00 17.3.3
151

3.6 Supplying and drawing of Single pair, 2-core,


1.5 sqmm Fire Retardant PVC insulated copper
conductor single pair 2-core, 1.5 sqmm speaker
cable in the existing surface / recessed steel
conduit of following pairs, cores and size
including connections and interconnections etc.
as required. 120 Metre 54.00 6,480.00 17.5.3.1
Total of DSR Items 149550.00

Add 3.46% for GST on DSR-2022


(Ammendment issued vide OM file no 5174.43
I58/SE(TAS)/GST/2024/02-E dated 08.08.2024)
Grand Total of DSR Items (A) 154724.43
3.7 Supplying, installation, testing & commissioning
of mixer audio amplifier 240 Watt, operating at
240 Volt AC Supply having in built bluetooth for
audio streaming and should supprt audio
playback from USB pen drive etc as required.
1 Each 34,577.00 34,577.00 MR
Total of Market Items (B) 34577.00

Grand Total Rs (A+B) 1,89,301.43

S.H:IV (FIRE FIGHTING SYSTEM)


S.N. Remark
Details of work Qty. Unit Rate Amount
s

4.1 (A) Supplying, installation, testing and


commissioning of electric driven terrace pump
suitable for automatic operation and consisting
of following, complete in all respects, as
required:
(Terrace
Pump)
(B) Horizontal type, multistage, centrifugal,
split casing pump of cast iron body & bronze
impeller with stainless steel shaft, mechanical
confirming to IS: 1520
(C) Suitable HP squirell cage induction motor
TEFC type suitable for operation on 415 volts, 3
phase, 50 Hz, AC supply with IP55 class of
protection for enclosure, horiziontal foot mounted
type with Class-'F' insulation, conforming to
IS-325.
(D) M.S. fabricated common base plate, coupling,
coupling guard, foundation bolts etc. as required.
(E) Suitable cement concrete foundation duly
plastered and with anti vibration pads.
a) 450 lpm at 35 m Head
2 Set 86,203.00 1,72,406.00 18.4.2
152

4.2 Providing, laying, testing & commissioning of 'C'


class heavy duty MS pipe conforming to IS
3589/IS 1239 including Welding, fittings like
elbows, tees, flanges, tapers, nuts bolts, gaskets
etc. and fixing the pipe on the wall/ceiling with
suitable clamp/support frame and painting with
two or more coats of synthetic enamel paint of
required shade complete as required:
a) 50 mm dia
3 Metre 1281.00 3,843.00 18.7.4
b) 80 mm dia
10 Metre 1885.00 18,850.00 18.7.6
c) 100 mm dia
106 Metre 2555.00 2,70,830.00 18.7.7
4.3 Supplying and fixing single headed internal
hydrant valve with instantaneous
Gunmetal/Stainless Steel coupling of 63 mm dia
with cast iron wheel ISI marked conforming to IS
5290 (Type -A) with blank Gunmetal/Stainless
Steel cap and chain as required :
a) Single headed Stainless steel
12 Set 6139.00 73,668.00 18.9.2
4.4 Supplying, fixing, testing and commissioning of
butterfly valve of PN 1.6 rating with
bronze/gunmetal seat duly ISI marked complete
with nuts, bolts, washers, gaskets conforming to
IS 13095 of following sizes as required :
a) 100 mm dia
8 Set 6667.00 53,336.00 18.11.5
4.5 Providing, installation, testing and
commissioning of non-return valve of following
sizes confirming to IS: 5312 complete with
rubber gasket, Gl bolts, nuts, washers etc.as
required:
a) 100 mm dia
6 Set 11050.00 66,300.00 18.14.5
4.6 Supplying and fixing 63 mm dia, 15 m long RRL
hose pipe with 63 mm dia male and female
couplings duly bound with Gl wire, rivets etc.
conforming to IS 636 (type-A) as required:
a) Stainless Steel (Grade 304)
32 Set 4448.00 1,42,336.00 18.16.2
4.7 Supplying and fixing first-aid Hose Reel with MS
construction spray painted in post office red,
conforming to IS 884 complete with the following
as required.
20 mm nominal internal dia water hose
thermoplastic (Textile reinforced) type -2 as per
IS: 12585
20 mm nominal internal dia gun metal globe
valve & nozzle.
Drum and brackets for fixing the equipmets on
wall.
Connections from riser with 25 mm dia stop gun
metal valve & M.S. Pipe and socket.
a) 30 mtr
12 Set 8675.00 1,04,100.00 18.17.1
153

4.8 Supplying & fixing 63 mm dia short branch pipe


with 20 mm nominal internal diameter size
nozzle conforming to IS 903 suitable for
instantaneous connection to interconnect hose
pipe coupling as required:
a) Stainless Steel (Grade 304)
16 Each 1662.00 26,592.00 18.18.2
4.9 Supplying and fixing of fire brigade connection of
cast iron body with gun metal male
instantaneous inlet couplings complete with cap
and chain as reqd. for suitable dia MS pipe
connection conforming to IS 904 as required:
a) 2 way-100 mm dia M.S. Pipe
4 Each 6742.00 26,968.00 18.19.1
4.10 Supplying and fixing air vessel made of 250 mm
dia, 8 mm thick MS sheet, 1200 mm in height
with air release valve on top and flanged
connection to riser, drain arrangement with 25
mm dia gun metal wheel valve with required
accessories, pressure gauge and painting with
synthetic enamel paint of approved shade as
required. 4 Set 18244.00 72,976.00 18.20
4.11 Providing & fixing of pressure switch in M.S.
pipe line including connection etc. as required. 4 Each 1546.00 6,184.00 18.22
4.12 Providing and fixing in position the industrial
type pressure gauges with gun metal / brass
valves complete as required 4 Each 1364.00 5,456.00 16.80
Total of DSR Items 1043845.00
Add 3.46% for GST on DSR-2022
(Ammendment issued vide OM file no 36117.04
I58/SE(TAS)/GST/2024/02-E dated 08.08.2024)
Grand Total of DSR Items (A) 1079962.04
4.13 Fabrication, supplying, installation, testing &
commissioning of compartmentlised floor
mounted cubical out door type Fire fighting Auto
panel fabricated out of 2 mm, thick CRCA
sheet,3mm thick gland plates complete with 4
strips 100 A Al bus bar with hinged lockable
doors, outdoor type, powder coated of approved
shade after 7 tank treatment process, bottom
base channel of MS section not less than
75mmx40mmx5mm thick, earthing with 2 nos
continious earth strips , internal wiring, earth
studs etc, complete in all respect, suitable for
operation on 415 V, 3 phase, 50 Hz, AC supply
and pdg & fixing following switch gears.
Incoming
i. 63 A, FP 16 KA MCCB with Rotary handle: 1
No.
ii. Multi functional meter- 1 No
iii.100/5 amp,15 VA CT
iv.LED type indicating lamps with 2 amps SP
MCB's for protection -3 Nos
Bus bar:
100 Amps 4 strip pre insulated Aluminium
Busbar 100% Neutral 1 Set 55,541.00 55,541.00 MR
154

Outgoing:
i. 32 amps, 10 kA, 'C' Series, TP MCB - 2 Nos.
ii. Single phase preventor-2 nos
iii. 3 Pole Power Contactor , Overload Relay,
add on auxillary contact with required NO and
NC and ASD Timer as per requirement to make
the system complete and operational.
4.14 Providing and fixing MS cabinet (To enclose
above FB connection) fabricated from 1.6 mm
thick MS sheet with full front glass door and
locking arrangement duly painted with one coat
of primer and two or more coats of synthetic
enamel paint of approved make and shade and
suitably mounted on a raised masonry platform
as reqd. ( Size: 600mmX500mmX300mm). 4 Each 4760.00 19,040.00 MR
4.15 Supplying, installing, testing and commissioning
of 4.5 kG capacity stored pressure, carbon
dioxide type fire extinguishers ,Product must
have ready/used indicator to check status and
applicable on Class-B, C & Electric started
Fire,Product must have both handle & wheel to
easy movement. Product must have certified
from: IS , NABL/LPCB or any other central govt
lab testing, EN PED & PESO certificate for
better quality. Product must have Helium Leak
Detection Test. Product must have EPDM
Rubber hose pipe. Rating: 55B External
Coating: Epoxy Polyester Powder Coating
Supplier/Dealer needs to submit authorization
letter of manufacturer. All the certificates need to
submit at time of tender submission. Valid
authorization certificates required from OEM.
.Warranty: 10 Years 8 Each 13504.00 1,08,032.00 MR
4.16 Supplying, installation,testng & commissioning
of 4 kg ABC type stored pressure Applicable on
Fire: Class-A, B, C & Electric Started Fire.IS
15683 Fire Ratings: 2A & 70B Certificates:
Product must have IS 15683, EN PED & LPCB
Certified Helium Leak Detection Test: Product
must have Helium leak detection test certificate.
Discharge Mechanism: Thumb Triggered
Internal Coating of Can: Epoxy Powder coating.
External Coating of Can: Epoxy Polyester
Powder coating. Fire Extinguisher must have
controllable discharge mechanism to provide
flexibility of releasing extinguishing agent on
targeted fire location. All the certificates need to
submit at time of tender submission. Valid
authorization certificates required from
OEM.Warranty: 6 Years 8 Each 8122.00 64,976.00 MR
Total of Market Items (B) 247589.00

Grand Total Rs (A+B) 13,27,551.04


ABSTRACT OF COST

Total of SH-I 60,11,813.11


155

Total of SH-II 4775259.366


Total of SH-III 189301.43
Total of SH-IV 13,27,551.04
Grand Total Rs ( SH-I+SH-II+ SH-III+ SH-
IV) 1,23,03,924.94
Say Rs. 1,23,03,925.00
156

PART - E
157

NIT No: 02/SE cum PD/AIIMS/CPWD/BBSR/2024-25

Name of work : C/o Food court (G+1) including internal water supply, sanitary installation, Drainage and
providing E&M services at AIIMS, Bhubaneswar

Estimated cost put to Tender Rs. 7,83,89,876/-


PERFORMA FOR QUOTING THE RATES
Name of Contractor
Sr. Name of component Estimated cost (Rs.) Percentage % in Total Cost
above/ below the figures (Rs.)
No.
Total Estimated
Cost

1 Estimated cost

(i) Civil work Rs. 6,60,85,951/-


XXX*

(ii) Electrical Work Rs. 1,23,03,925/-

Total Estimated Cost Rs. 7,83,89,876/-

*XXX is to be filled by the bidder

You might also like