You are on page 1of 30

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED.

[ GOVERNMENT OF INDIA UNDERTAKING ]


THAL UNIT. TAL- ALIBAG. DIST - RAIGAD [MAHARASHTRA] PIN-402208 FAX NO-02141-238091/238206 PHONE NO-02141-238057
TH/CVL/ADM GATE CANOPY/13 NAME OF WORK: PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL- PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL.
Sealed tenders are invited from experienced firms to execute PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL- PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL. For details visit our web site www.rcfltd.com. Interested parties may submit tenders so as to reach in office of DGM (CIVIL), near Pragati hall at RCF THAL UNIT, on or before 2:00 P.M. on 18/07/2013 & shall be opened on the same day at 2:30 P.M. Any change in due date extension will appear in www.rcfltd.com website in future. No press note will be issued for any changes.

DGM [CIVIL]

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED. [ GOVERNMENT OF INDIA UNDERTAKING ]


THAL UNIT. TAL- ALIBAG. DIST - RAIGAD[ MAHARASHTRA] PIN-402208 FAX NO-02141-238091/238206 PHONE NO-02141-238057
TH/CVL/ADM GATE CANOPY/13 NAME OF WORK: PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL-PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL. TENDER NOTICE
Tenders are invited from experienced contractors in the field of Civil work for the subject work. RCF THAL is a leading fertilizer manufacturing company (Public Sector Company). Thal Plant is situated @120 KM from Mumbai near the coastal area. Tenders are invited for the PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL-PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL PRE-QUALIFICATION CRITERIA: The contractor should fulfill following prequalification criteria, 1 Average annual Financial turn over during the last three consecutive years ending 31st March 2012:- at least Rs.9.60 Lac per annum. Experience of successfully completed Civil work including some structural steel work during last 7 years ending May 2013 should be either of the following:a. Three completed works each costing not less than the amount equal to Rs 13.00 lacs OR b. Two completed works each costing not less than the amount equal to Rs 16.00 Lacs OR c. 3 4 One completed work costing not less than the amount equal to Rs. 25.60 lacs.

Provident Fund Registration Code Number [PF Code No.] Latest Bank Solvency certificate of Nationalized/Scheduled Bank of minimum value of Rs.13.00 Lacs, issued after 1-4-2012. Income Tax Pan No. Service Tax Registration Number. VAT-TIN No.

5 6 7

CANOPY OVER ADM GATE

Following details are available on WEB site. 1 2 3 Contractors Bio data form Detailed NIT. Schedule of quantities & rates.

Interested contractors may download the above documents from RCF website. The following documents along with above are to be enclosed with the tender papers. All the documents to be duly signed and stamped by the tenderer. 1 2 3 4 5 List of Civil work including some structural steel work executed in last 7 years. Copy of work orders and completion/ performance certificates from clients, for executed jobs. Bank Solvency certificate from Nationalized Bank / Scheduled bank issued after 1-4-2012. PAN card photocopy. P.F. Registration Number & its proof is must. The contractors without valid P.F. Registration need not apply. VAT & Service TAX registration copy. Registration certificate, if any from Central/State Govt. Enclosed bio-data form duly filled in and signed.

6 7 8

Sealed tenders should reach to the office of DGM[Civil], RCF LTD, THAL UNIT, TAL-ALIBAG,DIST RAIGAD [MAHARASHTRA]-402208. on or before 2.00 PM on 18/07/2013. For any queries /Doubts our contact Numbers Tel No.02141-238057/238055-cell-9422692316. E.mail-anpujari@rcfltd.com. Decision of RCF regarding the tender shall be final. RCF shall not entertain any correspondence in this regard. RCF reserves the right to reject any or all the applications without assigning any reason for the same.

DGM [CIVIL]

CANOPY OVER ADM GATE

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED.


THAL UNIT
[ GOVERNMENT OF INDIA UNDERTAKING ] THAL UNIT. TAL-ALIBAG. DIST RAIGAD [ MAHARASHTRA] PIN-402208

FAX NO-952141-238091/238206
PHONE NO-02141- 238057
NOTICE INVITING TENDER [NIT] TH/CVL/ADM GATE CANOPY/13 TO: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------1.0 Sealed percentage rate tenders are hereby invited for the work mentioned below from the experienced contractors. Date: 27/06/2013

NO

DESCRIPTION OF WORK

E.M.D. [RS.]

COMPLETION PERIOD
THREE MONTHS

PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL- PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL.

25000/-

2.0

The tenders shall be dropped in the tender box in the office of the DY. GENERAL MANAGER [CIVIL], CIVIL OFFICE, NEAR PRAGATI HALL, RCF THAL UNIT, on or before 2:00 P.M. on 18/07/2013.

The tender should be submitted in three separate envelopes as follows: a) b) Envelope No.1:- should contain prescribed EMD only & marked as EMD. Envelope No.2:- marked as Technical Bid & should contain prequalification papers, Our NIT, etc. duly signed on all pages by tenderer & any other conditions which are at variance from our standard NIT.

c)

Envelope No.3:- marked as PRICE BID & should contain only schedule of quantities & rates duly filled in schedule of rates duly signed and stamped. Envelope No.1 & 2 will be opened on due date of opening and after evaluation, envelope No-3 will be opened at later date subject to fulfillment of prequalification criteria.

CANOPY OVER ADM GATE

3.0 EARNEST MONEY DEPOSIT : 3.1 Earnest Money shall be deposited by the tenderer in the form of Bankers cheque/Demand Draft drawn in favour of RCF LTD, THAL and payable at State Bank of India, ThalVaishet Branch, [Code No-7289]. The Earnest Money Deposit shall not be accepted in any form other than the above. The validity period for the tender shall be 120 days from the date of opening of the technical bid. Earnest Money Deposit will not carry any interest. 3.2 If the Earnest Money Deposit is not accompanied with sealed tender separately then such tenders shall not be opened and will be summarily rejected. EMD deposited by the unsuccessful tenderer will be refunded after acceptance of letter of intent / Work Order. The tender documents consist of the following: a) Notice Inviting Tender. b) Special Conditions, if any. c) Schedule of Quantities & Rates. Canvassing in connection with tender is strictly prohibited. Tenders submitted by contractors who resort to canvassing will be rejected outright. The processing of offers after opening of tender shall be carried out through eReverse Auction. Participation in the e-Reverse Auction shall be mandatory. Modalities, detailed instructions & guidance for e-Reverse Auction shall be extended by RCF and the agency tied-up by RCF for providing the platform and conducting eReverse Auction. The offer of the party declining participation in e-Reverse Auction is liable to be rejected. Modalities, detailed instructions & guidance for e-

3.3

4.0

5.0

5.1

Reverse Auction and formats (A & B) are enclosed after NIT for your guidance.
5.2 Bidder shall submit e-Reverse Auction Compliance Statement on bidders letterhead, confirming acceptance of all the terms for participating in the e-Reverse Auction. Non-acceptance/Non-submission of the e-Reverse Auction Compliance Statement shall be a basis for rejection of the offer. Right of acceptance of tender will rest with M/s Rashtriya Chemicals & Fertilizers Ltd; THAL, Unit THAL, who do not bind themselves; to accept the lowest or any tender and reserve to themselves the right to reject any or all tenders or to accept any tender in part only without assigning any reason or giving any explanation therefore. RCF reserves the right to split the entire work into two[2] or more contractors at its desecration. Tenderers who do not fulfill all or any of these conditions or are incomplete in any respect are liable to be summarily rejected. Tender containing conditions not covered and/ or not contemplated by the General Directions & Conditions of contract and/or special conditions or expressly prohibited therein are liable to be summarily rejected. Two sets of drawings and one set of tender documents whenever required shall be furnished free of charge to the successful tenderer [hereinafter called the 'Contractor'].

6.0

6.1

7.0

8.0

CANOPY OVER ADM GATE

He shall keep one set of drawing on the works and the Engineer-In-Charge shall at all times have access to the same. [One set of tender documents consisting of N.I.T., General Directions & Conditions of Contract, Contractors labor & health Regulations, Drawings, designs and the detailed specifications will be kept for the inspection in our office and the Tenderer can see the same on any working day during normal working hours; till the closing date of tenders.] 9.0 9.1 SAFETY REGULATIONS: The tenderer shall have to observe all the safety rules as required and shall provide safety wears for his/their workmen at his/their cost. He and his employees should undertake to scrupulously observe all security arrangements of the factory/township issued from time to time. Certain areas may be considered/ notified as hazardous due to inflammable gases in surrounding atmosphere. In such cases the Tenderer shall have to take all safety precautions while carrying out work and procure safety permits from the officer concerned. The contractor shall have to make his own arrangement for housing his workmen, both skilled and unskilled and his other supervisory staff engaged on the works and on no account his workmen will be allowed to reside inside RCF premises. No temporary Hutment / Go-down of the contractor shall be permitted inside the factory area as per the prevailing rules. In case the contractor wants any temporary Office / Go-down, he has to put written request to the Management as a special case and it will be decided on the merit of the case. The tenderer is advised to visit and study the site of work and drawings and Specifications & schedule of rates from all aspects before tendering. Any temporary bypasses, turn abounds, approach roads etc. that the tenderer may consider necessary to facilitate the execution of the work under this contract shall have to be constructed and maintained by him at his own cost and the same shall be deemed to have been included in his tendered rates. No claim for damages or compensation will be entertained on this ground. Submission of tender will be conclusive evidence to the fact that the tenderer has fully satisfied as to the nature and scope of the work to be done, procedure for issue of materials, conditions of contract, factory operations, conditions, local precautions to be ensured, security rules to be followed and all other factors affecting the performance of the contract and the cost thereof. The work shall be executed under the guidance of the Engineer-In-Charge who may be the Chief Engineer [Civil] or any of his authorized representatives to ensure that all works are carried out in every detail to the specifications and approved drawings. The Engineer In-Charge will issue such instructions and directions to the contractors as he may be deemed fit and the contractor shall abide by and carryout such directions and instructions. Tenderer must note that the validity period is 4(Four) Months from the date of opening of tenders. No tenderer can withdraw or revoke his tender or revise his Tendered rates within the said period of Four months. If any tenderer-withdraws or revokes his tender or

9.2

10.0

10.1

11.0

12.0

13.0

14.0

CANOPY OVER ADM GATE

revise the tendered rate for any item of work within the aforesaid period of Four months his/their Earnest Money Deposit is liable to be forfeited. 15.0 SECURITY DEPOSIT On acceptance of tender by the Company, the Earnest Money Deposited by the Contractor with his tender will be retained by the Company as part of the Security deposit for the due and faithful fulfillment of the contract by the contractor. The balance amount, of the Security Deposit as mentioned in clause 15.1 below submitted in the form of bank guarantee within 15 days from acceptance of work order by the contractor from approved list of banks in the format prescribed by RCF. No interest is payable on the amount of Security Deposit. 15.1 The total Security Deposit shall be worked out as 10% of the total contract value including taxes. The security deposit will remain with RCF for a period of 36 calendar months from the final date of satisfactory completion and taking over of the work by RCF. The tenderer has to submit Bank Guarantee on Stamp Paper of Rs. 200/- for Security Deposit amount within 15 days from issue of Work Order/LOI, valid for 39 months after the completion period of contract. The security deposit shall be forfeited in the event of breach of contract terms and conditions. This Bank Guarantee will be considered as Performance Bank Guarantee after completion of work. 16.0 PERFORMANCE GAURANTEE The Contractor shall ensure that the entire work carried out by him remain intact for a period of minimum 36 months from the date of completion of entire work. If any defects are noticed in the work or performance is found unsatisfactory, the same shall be rectified by the contractors free of cost. In case of failure to do so, Security Deposit shall be forfeited or Bank Guarantee shall be en-cashed & the work will be got done at risk & cost of the contractor. 16.1 No claim for interest or any other compensation shall be entertained in respect of any amount of Earnest Money Deposit or Security Deposit or any amount retained by RCF's hand owing to any dispute between RCF and the contractor or in respect of any delay on the part of RCF making any interim or final payments. TENDER FORM AND SCHEDULE OF QUANTITIES The tenderers are required to quote their percentage above or below the estimated value of work in the prescribed form in case of percentage rate tenders. The work shall have to be executed at any height and in running plant condition with even minor quantities like patch work etc. as per the quoted rates. The quantity of individual items of work mentioned in the schedule is subject to any variation. No extra shall be paid on this account. 17.1 Any item which is not included in the schedule enclosed along with work order and it is to be executed by contractor, contractor shall submit the extra item rate analysis as follows in advance i.e. before execution of extra item, giving proper justification of rates & documentary proof of reasonability of prices.

17.0

(i) FOR ITEM RATE CONTRACT :

CANOPY OVER ADM GATE

In case rates can not be analyzed then the rates shall be fixed on Raigad PWD-DSR for the relevant year for building works. (ii) FOR PERCENTAGE RATE CONTRACT If the item is available in PWD DSR, then the same will be paid to the contractor at relevant PWD-DSR with applying the same percentage, which the contractor has agreed for attached schedule. 17.2 If it is not possible to analyze / evaluate extra items as said in sub-para above, then extra items shall be worked out and paid on the direct material as per the prevailing market rates supported by vouchers and direct labour cost supported by documentary evidence with 10% (ten percent) premium on both direct materials cost and direct labor cost to cover profits and overheads. In case of item rate tenders, the tenderers shall enter the rates in prescribed form in figures and as well as in words. If the rates written in figures and words differ, the rates given in words shall be taken as correct. All Bids shall be properly signed by the tenderer. If Bids have any error in computing are properly noted for appropriate treatment for evaluation (in such cases, if there is error in calculation with respect to rate and the total value, then such total value for that line item, and/or if there is an error in arriving at grand total of all totals of individual line items, then such grand total for all items quoted by the bidder will be taken in to consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words, the amount given in words will prevail.) All Bids shall be submitted in order by the tenderer. MATERIAL: Tenderer shall have to make his / their own arrangement for procurement of all materials. Following material will be supplied by RCF at RCF Stores at free of cost. All the other required materials are in the scope of the contractor. - Oxygen cylinder full: Free of cost (Empty cylinders shall be returned back to store) The contractor shall have to make his own arrangement for transportation of material issued from RCF stores to work site at his own cost. Cement and steel will be in the scope of contractor. Cement shall be ISI mark, 53/43 grade OPC/PPC. Tor steel for reinforcement shall be ISI mark, TMT grade.(of make SAIL,RINL,TATA only) The contractor should submit relevant test certificates to RCF for cement & Tor steel from the stockiest from whom they purchase the material.

17.3

17.4 17.5

17.6 18.0 18.1 18.2

18.3

18.4 18.5 18.6

18.7

CANOPY OVER ADM GATE

18.8

18.9

The contractor should make proper entry of these materials at CISF Gate & handover photocopy of entry challan stamped by CISF immediately to the concerned civil engineer in charge, for record. The contractor should get the material checked physically by RCF Engineer, as soon as he unloads it at his store. For St. Steel used in the job measurements will be recorded on the basis of linear measurements and weight calculation as per standard sectional weight. In controlled concrete, tenderer shall have to take into consideration the loss in the transport of cement and accordingly design the mix. Successful Tenderer shall maintain entry/Issue & Consumption Register for Cement, Steel and Other Materials at his store. The Register should be available to the Engineer In Charge for verification at any time.

19.0

19.1

The Engineer-In-Charge at his discretion, require any building material going to work, to be tested periodically in any one of the laboratories approved by him and arrangement for taking the specimen at his/their cost. In respect of RCC items, casting of specimen cubes and getting the same tested in approved laboratory periodically as directed by Engineer Incharge in accordance with ISI NO.456 and all charges for testing shall be borne by the contractor. Contractor shall not be allowed to quarry any materials from the land belonging to Rashtriya Chemicals & Fertilizers Ltd. Material issued by RCF to contractors should be used judiciously. Normally 5% wastage is allowed in the work. Wastage above 5% will be recovered at double recovery rate. For the materials, which have been on free issue from RCF Stores, 5% wastage is allowed. If the wastage is more than 5% then excess wastage shall be recovered from the contractor at RCF Purchase cost + 10% handling charges. COMPLETION OF WORK The tenderer's responsibility under the contract shall commence from the date of issue of letter of accepting the tender or site handover as applicable. The tender documents and the letter of acceptance shall constitute the contract pending execution of a stamped agreement. All costs, charges and expenses incurred in connection with the finalization and preparation of the contract agreement including stamp duty shall be paid by the contractor. The tenderers shall note that the time of completion is the essence of the contract and all works shall be completed in all respect within the specified period mentioned in the work order and no excuses for delay shall be entertained. LIQUIDATED DAMAGES Time is the essence of the contract. If the tenderers fails to complete the work and clear the site on or before the schedule date of completion or if he has not achieved progress as set out in the time schedule, he/they shall be without prejudice to the right and remedy of the Company be liable on account of such failure to pay the compensation as liquidated damages and not by way of penalty a sum equivalent to [1%] one percent of

19.2

19.3

20.0 20.1

20.2

20.3

CANOPY OVER ADM GATE

the total contract value of the work for each week or part for which the contract is in default, subject to a maximum to 10% (Ten percent) of total contract value. 21.0 PAYMENT CONDITIONS A) ON ACCOUNT PAYMENT : Payments for the Running Account Bills shall be made Within 15 Days after duly checked and Certified by the Engineer. Necessary deduction shall be made from ON ACCOUNT BILLS for Security Deposit, Recovery against Material issued by RCF, water charge, Income Tax., VAT TDS & S. tax TDS and all other such applicable taxes B) FINAL BILL PAYMENTS On satisfactory completion, of the work & after removing all scaffolding, Surplus Materials, Cleaning the site area, disposing rubbish as directed by EIC; the Contractor shall submit the Final Bill within 30 days from completion of date of work. The payment of Final Bill shall be effected only after duly checked & certified by EIC & after adjusting all the dues of the contractor to RCF within a period of 30 days. C) Initially Measurement and abstract should be submitted by E-mail and one printout in excel format. After checking, contractor shall submit the tax invoice (bill) in duplicate for forwarding to accounts for payment purpose. Payments will be made through E-Payment. For that contractor has to submit the E-payment forms duly signed. Tenderers should quote rates including all the taxes, duties, fees, etc. imposed by State, Central Govt/Local Body except Service Tax & VAT, which should be paid Separately, in connection with this work. All the bills will be accepted on the format mentioned as above. Service Tax Number, VAT- TIN No & PAN NO. shall be mentioned in each bill. D) The successful tenderers shall have to keep experienced/ qualified (Degree/Diploma) Supervisor throughout the contract period for Supervision and monitoring of work. 22.0 INSURANCE & LIABILITY The successful tenderers shall indemnify RCF against the Claims which may be made under the Workmen's Compensation Act and/or payment of Wages Act or any status or rules and regulations and modified as otherwise as in force for the time being for or in respect of any damages or compensation payable in consequence of any accident or injury sustained by the workmen or other person whether in the employment of the contractor or not. Until the plant shall be deemed to be taken over, the contractor shall also be liable for and shall be deemed to have agreed to indemnify the Company (RCF) in respect of damages to any property of RCF or of others, occasioned or their or representatives or work or materials or otherwise. The contractor shall observe provision of employees state Insurance Act in respect of labor & staff engaged at site. All employees of contractor should be covered under Group Insurance Scheme in case of accidents & labor license, P.F., minimum wages, Health, Safety, Welfare etc. 23.0 DISPUTES AND ARBITRATION In the even of any question, dispute or difference arising under this contract, the same shall be referred to the sole arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be no objection that the arbitrator is in service of RCF, that had to deal with the

CANOPY OVER ADM GATE

matters to which the contract relates or that in the course of his duties as an employee of RCF he had expressed views on all any of the matter in dispute or difference. The arbitrator shall give a reasoned or speaking award. The award of the arbitrator shall be final and binding on the parties to this contract. In the even of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the CMD,RCF to appoint another arbitrator in place of out going arbitrator, in the manner aforesaid. The venue of arbitration shall be at in Mumbai. The work under contract shall continue during arbitration proceeding unless matter is such that work can not be continued until the decision of arbitration is obtained. The contract shall be deemed to have been entered into at Mumbai and all course of action in relation to the contract will thus deemed to have been arisen only within the Jurisdiction of Bombay High Court. 24.0 FORCE MAJURE Neither RCF nor the contractor shall be considered default in performance of its obligations hereunder, if such performance is prevented or delayed because of war, hostilities, revolution civil commotion, strike, epidemic, accident, fire, wind, flood, earth quake or because of any law, order procurmation, regulations or ordinance of any Government, or any sub-division thereof, or because of any Act of god , provided it shall be noticed promptly in any case not later than 14 days with sufficient proof of the same. Regarding entry to the factory area, the contractor may please note that they will have to submit all the entry Challans duly stamped and signed by Security office/In charge at main gate for all materials and tools brought inside the factory area in connection with the work order. CONSTRUCTION WATER Water for construction purpose will be provided by RCF at one convenient point for the work site chosen by the Engineer-In-Charge from where any further extension required will have to be done by the successful tenderer at his own cost. The successful tenderer will be required to pay for water at the rate of 1% of the total value of work executed by him. The successful tenderer shall make necessary arrangement for distribution of water in his working area as may be required by him. It may be clearly understood that the successful tenderer shall not be entitled to any payment of compensation on account of any interruption or breakdown in water supply. The point of supply and the quantity of water supplied shall be entirely at the discretion of the Engineer-In-Charge. CONSTRUCTION POWER: Electric power for construction at 400/230 V. 3 phase,4 wire will be made available free of cost at one convenient point near the work site. If required, the successful tenderer will be responsible for providing at his own cost suitable cabin to receive power supply and to lay any service lines, fixtures and other installations as may be required to give any test certificate as required by RCF for wiring connections, etc. done by him. Contractor must indicate his power requirement at the time of giving the quotation. Supply of power to the contractor is subject to condition governing power supply to the contractors as given in Annexure. 27.0 It should be noted that the normal working time within the factory area is between 8 AM

24.1

25.0 25.1

25.2

25.3

26.0

CANOPY OVER ADM GATE

to 5.00 PM and the successful tenderer is expected to complete the entire execution of work within the intended time period. In case of emergency/urgent works at the discretion of the Engineer-In-Charge, the contractor will have to work round the clock and to complete the job in time. 28.0 The contractor shall, on instructions of the Engineer, immediately dismiss from the works any person employed thereon who may misbehave, cause any nuisance or otherwise in the opinion of the Engineers, is not fit person to be remained on the work and such person shall not again employed or allowed on the works without the prior written permission of the Engineer. In case of critical jobs to be urgently executed, the Contractor has to work in shifts or over and above the normal working hours and he shall have to comply, with the instructions; of the EIC, in respect of working beyond the normal working hours in writing. No compensation or extra rates shall be payable for working beyond the normal hours. Contractor has to obtain prior permission to work beyond normal working hours from Dy. Commandant CISF, THAL. Application for this should be routed through the Engineer-In-Charge. The successful tenderer shall not deposit materials on any site which may cause inconvenience to public. The Engineer-In-Charge may request the contractor to remove any material, which is considered by him to be a danger, at contractor's own cost. The contractor shall keep the site clean and free from rubbish to the satisfaction of the EIC. All surplus materials, rubbish etc. will be removed to the place fixed by the EIC and nothing extra will be paid for it. The contractor should take out all the empty paint/chemical drums/tins with proper gate-pass. The contractor will be responsible for safety of all his material and RCF shall not entertain any claim for compensation/damage for theft/loss thereof. The Contractor will have to follow all the State & Central Govt. Laws including labour laws i.e. P.F, Pension, Gratuity, Payment of Wages etc. The contractor has to follow all the legal obligations applicable to them. After expiry or termination of contract the contractor shall take away al the employees with him. RCF shall not take any responsibility as regards employment of contractors workers after expiry or termination of contract. The successful tenderer shall return all released surplus materials to RCF Stores after getting it properly weighed / measured / counted on a return note to be issued by the EIC just after the work is over. Released material means the materials released from existing structures of RCF Factory area while doing the dismantling, additions, alternations or renovation of structures. Surplus materials; means materials issued by RCF whether chargeable or non-chargeable and which is balance after the actual consumption and completion of work. All labor, transport, tools, plants etc. required for this job shall be liability of successful tenderer. the

29.0

30.0

31.0

32.0

33.0

34.0

35.0

36.0

In case the contractor is not able to adhere to the time schedule and the delay is holding the schedule or the other works, in such case RCF will be at liberty to got the job executed through another means/agency at the risk and cost of the contractor who

CANOPY OVER ADM GATE

was executing the job and the contractor shall have to bear the Liquidated damages as specified in the contract. 37.0 The successful tenderer may have to execute the work any where in the Factory/township area if require other than the specified area given to him at the time of awarding the work. No extra amount shall be paid on this account. TERMINATION OF CONTRACT. The default on the part of the contractor shall be treated as breach of contract and in that case RCF reserves the right to terminate the contract and forth-with forfeit earnest money deposit and /or security deposit and get the job done by third party in part or in full at the risk & cost of the contractor. RCF also retains the option of de-barring the contractor from participating in future tender for any specific period. Payment for the work completed at the time of termination of the contract shall be ascertained based on the measurements taken and the proof of work done and /or material used by the contractor. 39.0 The above said provisions shall prevail over those in General Directions & Conditions of contract and Contractor's Labor & Health Regulations. The work may be carried out in running plants and also at a considerable height. The successful tenderer, has therefore to take care of SAFETY while carrying out the execution of work. While executing the work in Plant Area SAFETY PERMIT is to be obtained from Shift In Charge and the same is to be renewed in each shift. No work is to be carried out without SAFETY PERMIT and without using Safety Appliances. As decided by the EIC for some of the materials to be utilized for this work should be of ISI Mark and the work is to be carried out strictly as per IS Specifications. This tender is being sent to you as you have been pre-qualified for this type of work. You should participate in our tenders. However, if due to some reason you are unable to participate; it is requested to send a regret letter. Kindly note that if you do not respond to our enquiries repeatedly; your name will be deleted from our pre-qualified list and you will not be sent the tender enquiries in future. Empty cement bags and empty paint/chemical drums etc. , are to be taken back by contractor with proper gate pass.

38.0

40.0

41.0

42.0

43.0

44.0

SIGNATURE OF CONTRACTOR WITH SEAL DY. GENERAL MANAGER (CIVIL)

CANOPY OVER ADM GATE

E- REVERSE AUCTION

The processing of offers after opening of tender shall be carried out through e-Reverse Auction. Participation in the e-Reverse Auction shall be mandatory. Modalities, detailed instructions & guidance for e-Reverse Auction shall be extended by RCF and the agency tied-up by RCF for providing the platform and conducting e-Reverse Auction. The offer of the party declining participation in e-reverse auction is liable to be rejected. Modalities, detailed instructions & guidance for e-Reverse Auction and formats

(A and B) are enclosed after NIT for your guidance.


2 Bidder shall submit e-Reverse Auction Compliance Statement on bidders letterhead, confirming acceptance of all the terms for participating in the e- Reverse Auction. Nonacceptance / Non-submission of the e-Reverse Auction Compliance Statement shall be a basis for rejection of the offer.

DGM(CIVIL)

CANOPY OVER ADM GATE

MODALITIES FOR PROCUREMENT THROUGH REVERSE AUCTION


The following steps noted below shall be the general methodology for carrying out the process of procurement through the route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced / deleted in order to accommodate for certain systemic or procedural compliance. 1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2 separate envelope parts- (a) Technical & Un-priced Commercial Bid and (b) Price Bid. The Technical & Un-priced Commercial Bid shall contain along with the duly filled-in requisite Annexures, the Format A - Process Compliance Form (as per attached format) on bidders letterhead, confirming acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Non-submission of the Process Compliance Form shall be a basis for rejection of the offer. 2. The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and time as per the NIT, in the presence of the representatives of those bidders who choose to remain present. 3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification criteria (the existing prequalified suppliers shall be exempt from this criteria). The offers not fulfilling the technical criteria as per the NIT shall be rejected outright. 4. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all techno-commercially acceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regarding the due date and time of opening of price bid. The bidders have the option of attending the opening of the Price Bids at the due date and time. 5. After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids have been opened shall be required to participate in the Reverse Auction event conducted by the RCFs Service Provider. 6. It shall be RCFs discretion to use the Total cost to RCF (Unit Rate) obtained amongst the Price Bids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction. 7. The evaluation of the price offered shall carried out as per the example given below:

CANOPY OVER ADM GATE

Sr. No. A B C D

Description Basic Price ex works. Add MVAT (Composite) ( 8 % as applicable) (Rs.) Add service tax (7.416% as applicable) TOTAL COST TO RCF (A + B+C)

Example (RS.) 100.00 5.0 4.944 109.944

BUSINESS RULES FOR REVERSE AUCTION


A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET) 1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible to participate. 2. RCF through authorized service provider will provide all necessary training and assistance before commencement of on line bidding on Internet. 3. RCF will inform the tenderer in writing the details of service provider including contact details to enable them to contact and get trained. 4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated through service provider for compliance. 5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Format A-Process Compliance Form along with the un-priced commercial bid. Without this said form, the tenderer will not be eligible to participate in the tender. 6. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the valid Certifying Authority approved by Government of India for participation in the Reverse Auction event at the time of submission of offer. The cost of digital signature will be borne by respective tenderer. 7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer, if any, the start of reverse auction which will help to arrive at Total Cost to RCF as detailed in NIT. 8. Reverse auction will be conducted on schedule date & time. 9. At the end of reverse auction event, the evaluated lowest tenderer cost will be displayed on the auction website. 10. The lowest tenderer has to fax / e-mail the duly signed filled-in prescribed Format B Price Confirmation as provided to RCF immediately after closing of reverse auction event. 11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the Reverse Auction (RA) event.

CANOPY OVER ADM GATE

B. Business Rule for finalization of the procurement


Please go through the guidelines carefully given below and submit your acceptance to the same in the attached prescribed Format A Process Compliance Form along with the un-priced commercial bid. 1) Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-specified time & date, the tenderers shall be quoting from their own offices/ place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by tenderers themselves.. In order to ward-off such contingent situation like internet connectivity failure, power failure etc., tenderers are requested to make all the necessary arrangements / alternatives whatever required so that they are able to circumvent such situation and still be able to participate in the reverse auction successfully. However, the tenderers are requested to not to wait till the last moment to quote their bids to avoid any such complex situations. It is to be noted that either RCF or RCFS SERVICE PROVIDER shall not be responsible for these unforeseen circumstances 2) RCFS SERVICE PROVIDER shall arrange to train the nominated person(s) of the tenderer, without any cost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in the Business Rules Document to be adopted, as per NIT. 3) OPENING PRICE / BID DECREMENT: The opening bid price of the Reverse Auction and the bid decrement value shall be available to the tenderers on their respective bidding screen. 4) BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for the items specified. Any techno-commercial loading, to arrive at the total Cost to RCF, shall be intimated to tenderers prior to Reverse Auction event in the form of Evaluation sheet. Detailed evaluation procedure of bids is mentioned in the NIT as annexure . 5) Procedure for Reverse Auctioning a. Reverse Auction: RCF will declare its Opening Price (OP), which shall be displayed to all tenderers during the start of the Reverse Auction. The tenderer will be required to start bidding after announcement of Opening Price and decrement amount. Opening Price displayed on screen is evaluated price to RCF. The first online bid and the subsequent bids, received in the system during the event shall be less than the Auction's opening bid price by one decrement or multiples of decrement. b. Reverse Auction shall be for a period of 60 minutes or as per RCFs requirement. If a tenderer places a bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then the auctions duration shall get extended automatically for another 5 minutes, for the entire auction (i.e. for all the items in the auction), from the time that bid comes in. The auto-extension will take place only if a bid is received & accepted in those last 5 minutes. If the bid does not get accepted, the auto-extension will not take place. In case, there is no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension.

CANOPY OVER ADM GATE

However, tenderers are advised not to wait till the last minute or last few seconds to enter their bid during the auto-extension period to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc. c. After the completion of Reverse Auction, the Closing / Final Price (CP) shall be available on auction screen. d. At the end of the reverse auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing price) has to provide price confirmation giving a detail break up through email or fax on tenderers letter-head immediately as per attached prescribed FORMAT B Price Confirmation. 6) During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may decide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering / or finalize the tender based on Prices Bid submitted in the envelope 7) Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. Bids once made by tenderer, cannot be cancelled or withdrawn. 8) It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders for matching in case RCF decides to have more than one supplier. The bidders shall be offered to confirm FINAL / Closing Price in Reverse Auction in sequence of their ranking in Final Price offered during Reverse Auction event. 9. The tenderer shall be assigned a Unique User Name & Password by RCFS SERVICE PROVIDER. The tenderer are advised to change the Password and edit the information in the Registration Page after the receipt of initial Password from RCFS SERVICE PROVIDER to ensure confidentiality. All bids made from the Login ID given to tenderer will be deemed to have been made by them. 10. The tenderer will be able to view the following on screen along with the necessary fields in the Reverse Auction: Leading Bid in the Auction (Current Lowest Rate) Bid placed during the event Opening Price & Decrement Value. 11. RCFs decision for award of Contract shall be final and binding on all the Tenderers. 12. RCF shall not have any liability to tenderers for any interruption or delay in access to the site irrespective of the cause. 13. The tenderer will be required to submit their acceptance to the terms / conditions / modality given above before participating in the reverse auction. C. Other terms & conditions The Tenderer shall not indulge either by himself or through any of his representatives in Price manipulation of any kind ether directly or indirectly and shall not divulge, in any manner, the details of rates and other information connected with the tender to other suppliers / tenderers.

CANOPY OVER ADM GATE

The Tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF to any other party. RCF and/or RCFS SERVICE PROVIDER shall not have any liability to Tenderers for any interruption or delay in access to the site irrespective of the cause. RCF and/or RCFS SERVICE PROVIDER is not responsible for any damages, including damages that result from, but are not limited to negligence. RCF and/or RCFS SERVICE PROVIDER will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

CANOPY OVER ADM GATE

FORMAT A Process Compliance Form (Tenderers are required to print this on their companys letter head and sign, stamp along with tender) To M/s. RCF Ltd. Attention : Sub: Acceptance to the Process related Terms and Conditions for the Reverse Auction Dear Sir, This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO.. We hereby confirm the following 1) The undersigned is authorized representative of the company. 2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse Auction as well as this document. 3) We also confirm that we will undergo the training by RCFs SERVICE PROVIDER on the auction tool and the functionality of the same.. 4) We confirm that RCF and RCFS SERVICE PROVIDER shall not be liable & responsible in any manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event. 5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority. 6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as per FORMAT B Price Confirmation after the closing of reverse auction event We, hereby confirm that we will honor the Bids placed by us during the auction process. With regards Signature with company seal Name Company / Organization Designation within Company / Organization Address of Company / Organization E-mail Id: Tel no:. Mobile no. :

CANOPY OVER ADM GATE

FORMAT B Price Confirmation (Tenderers are required to print this on their companys letter head and sign, stamp before faxing) To M/s. RCF Ltd. D.G.M.CIVIL. Thal Unit Attention Sub: Final price quoted during Reverse Auction and price break up Ref : 1. RCF NIT no, 2. Reverse Auction dt. Dear Sir, We confirm that we have quoted the final price 1. --------------------------------------------------------------------------(Price quoted on total cost to RCF ) (in words & figures)

as our final lump sum prices during the Reverse Auction conducted on _________ (date) (Price Breakup attached as per RCF evaluation sheet (excel) format) With regards, Signature with company seal Name Company / Organization Designation within Company / Organization Address of Company / Organization E-mail Id Tel no.: Mobile no:. Sign this document and Fax at + 91 02141-238091

CANOPY OVER ADM GATE

CONTRACTORS BIO-DATA ADVERTISEMENT DATED: __________ DATE :________ 1 2 NAME OF THE CONTRACTOR: _______________________________________ ADDRESS: ________________________________________

______________________________________
3 TYPE OF FIRM : ________________________________________ [PROPRIETORY/PARTNERSHIP,ETC] NAME OF OWNERS/PARTNERS ______________________________________ PHONE/FAX NO./MOB NO. __________________________________________ EMAIL ID:(Mandatory) __________________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________

4 5 6 7 8 9 10

P.F.REGISTRATION NUMBER VAT REGISTRATION NO. SERVICE TAX NO. PAN NUMBER:

11

Whether registered under micro, small, medium enterprises development Act? No/Yes. If yes Kindly furnish certificate.

12

DETAILS OF MAJOR WORKS EXECUTED. [TO BE ENCLOSED SEPARATELY]

13 14

BANK SOLVENCY VALUE RS.________________/DATED: ___________________ BANKERS NAME: ______________________________________________

15

EARLIER EXECUTED ANY WORK AT RCF THAL:

YES/NO

16

E payment form is filed & enclosed.

Note : The above information is true & correct. In case there is any change in above information, the same will be communicated to RCF in writing within stipulated period for which contractor will be solely responsible.

CONTRACTORS SIGNATURE WITH SEAL

CANOPY OVER ADM GATE

E-PAYMENT FORM
TO ASSTT FINANCE MANAGER FINANCE DEPARTMENT CASH SECTION R.C.F LTD. THAL UNIT THAL ALIBAG RAIGAD 402201

NAME OF THE BANK BRANCH NAME ADDRESS OF THE BANK

ACCOUNT NO. TYPE OF ACCOUNT MICR CODE IFSC CODE PAN NO. NAME OF THE BANK PERSON FOR THE CONTACT MOBILE NO. NAME OF THE REPRESENTATIVE OF THE COMPANY MOBILE NO.

ALL THIS IS TO BE GIVEN ON LETTER HEAD OF THE COMPANY / PARTY DULY SIGNED BY AUTHORISED SIGNATORY ALSO KINDLY DECLARE FOLLOWING CHARGES SHOULD BE AT OUR ACCOUNT ( BANK )
NAME & SIGNATURE OF THE CONTRACOTR

CANOPY OVER ADM GATE

TH/CVL/ADM GATE CANOPY/PRICE BID/13

SUB: PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL- PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL. PRICE BID
Sr.No. DESCRIPTION OF ITEM A] EARTH WORK Providing soling using 80 mm size trap metals in layers of 15 cm each including filling voids with sand/murum, ramming, watering etc. complete. Excavation for Foundation in earth, soils of all types, sand gravel and soft murum, road asphalt, boulders, soft rock including removing the excavated material up to a distance of 50 metres beyond the building area and lift up to 1.5m, stacking and spreading as directed including dewatering, preparing the bed or the foundation and necessary back-filling, ramming, watering etc complete. B] P.C.C. WORK P&L in-situ cement concrete in proportion 1:4:8 of trap metal for foundation & bedding, including bailing out water water manually/by pumps, formwork, compacting & curing etc. complete. C] R.C.C. WORK P&L in-situ cement concrete in proportion M-25 of trap metal for foundations, columns, beams, fins etc. as directed by EIC,formwork, compacting & curing etc. complete. P&L cement concrete precast slabs in proportion M-20 of trap metal including reniforcement bars formwork, compacting & curing and placing as directed by EIC. D] STRCUCTURAL STEEL WORK AND REINFORCEMENT BARS P&F in position steel bar reinforcement (TMT-500) of various diameters, footings, foundations ,columns, beams, fins etc. as per detailed designs, drawings and schedules, including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required etc. complete TMT reinforcement steel for RCC. Space frame accessories 20.0 CU.M. 4622.00 92,440.00 QTY. UNIT RATE (RS.) 788.00 AMOUNT (RS.) 5,122.00

6.5

CU.M.

90.0

CU.M.

130.00

11,700.00

4.50

CU.M.

3465.00

15,592.50

0.50

6976.00

3,488.00

2.50

M.T.

61800.00

154,500.00

7 8

Design, Supply, Fabrication and Assembly of Nodes of necessary design etc. complete

350.00

No No

992.41 181.41

347,343.50 362,820.00

Design, Supply, Fabrication and Assembly of Props 2000.00 of necessary design. etc. complete

Design, Supply, Fabrication and Assembly of Bolts 2000.00 & Nuts as per grade 8.8 or 10.9 of necessary design Tubular Steel & Structural Steel along with PU Paint with Necessary Primer

No

66.41

132,820.00

10

Design, Supply, Fabrication and Erection of Round 9000.00 Tubes, Purlin, Rafters, Plates, Anchor Fastners & necessary Gutter as per design E] ROOFING WORK 0.5 mm thick Metal color sheet over the space frame structure Supplying & fixing of 0.5 mm thick meta colour sheets as per the below mentioned technical specifications. PPGL - PRE PAINTED GALVALUME STEEL SHEET Zinc Coating: AZ 150 Paint Coating: Regular Modified polyester Painting thick ness (Top) : 25 Microns Thickness (Bottom) : 5-7 Micron epoxy Surface paint reflection : Glossy Finish Optional Matt Finish. (Including Ridges if required) Providing and fixing Aluminum Composite Panel cladding (4mm tk.) with fixing frame work on outer face truss etc. complete. F] MISC. CIVIL WORKS Providing & applying two coats of 100% exterior acrylic emulsion paint Apex or Equivalent make with one coat of compatible primer to match the existing shade at all heights including M.S. Pipe scaffolding preparing the surfaces, scraping old paint scales, cleaning the surface as directed. Providing second class burnt brick masonry in cement mortar 1:6 in superstructure & foundation etc. complete. Providing second class burnt brick masonry in cement mortar 1:4 in half brick thick wall including mild steel longi. Reinforcement, scaffolding, racking out joints and watering etc. complete. Providing internal/external cement plaster 12 mm thick in a single coat, in cement mortar 1:4 without neeru finish to concrete or brick surface in all position including racking out joints, scaffolding and curing etc. complete. Providing and applying primer coat [red oxide/cement paint primer] of approved quality to old/new surface, over chequrred tiles, masonry, concrete etc. to receive finish paint treatment, including scaffolding, preparing the surface as directed etc. complete 625.00

Kg

122.61

1,103,490.00

641.75

401093.75

11

100.00

2143.75

214375.00

12

200.0

SQ.M.

111.03

22,206.00

13

2.00

CU.M.

3990.00

7,980.00

14

5.0

SQ.M.

492.00

2,460.00

15

25.0

SQ.M.

140.00

3,500.00

16

25.0

SQ.M.

20.00

500.0

17

18

Providing and applying two coats of cement paint of approved colour, shade and quality to old/new surface including scaffolding, preparing the surfaces etc. complete. Providing and applying two coats of synthetic enamel paint of approved colour and quality to new and old surfaces, including scaffolding if necessary and preparing the surface etc, complete. Providing and applying two coats of aluminium oil paint of approved colour and quality to new and old surfaces, including scaffolding if necessary and preparing the surface etc, complete. Providing and fixing 6mm thick A. C. corrugated (big size) sheet roofing including G.I. 'J' or 'L' hook bolts, G.I. and bituminous washers, G.I. clamp bolts and nuts and scaffolding etc. complete. 100 mm dia PVC pipe

25.0

43.00

1,075.00

50.0

65.00

3,250.00

19

50.0

43.00

2,150.00

20

10.0

446.00

4,460.00

21

22

20.0

R.M.

279.00 TOTAL=Rs.

5580.0 2,897,946

We quote .. % above/below for Item Nos. 1 to 22. ( In words ______________________________________) Note:- In addition to above, contractor will be paid VAT @ 5% and Service Tax @ 4.944% (or as per prevailing Govt. norms) over grand total, subject to valid registration of VAT TIN No. & Service Tax no. Out of total service tax, 2.472% will be recovered by RCF which will be paid to Govt directly.

D.G.M.(CIVIL)

Signature & Seal of the contractor

SCOPE OF THE WORK 1.0 Design, Supply, Fabrication and Assembly of Nodes of necessary design Nodular Design (standard nos.) structural steel pipe section truss as per the geometric shape as approved by EIC. Design, Supply, Fabrication and Assembly of Purlin members on top of the Space frame for supporting roofing material of Welded type, designed as per IS 875.

2.0

3.0 Providing & fixing roofing sheet as per the specification given in schedule of quantities. 4.0 Construction of nine no. of RCC columns with aluminum cladding as approved by EIC. 5.0 Design, Supply, Fabrication and fixing of gutter for rain water arrangement with down take M.S. pipes for smooth movement of rain water as approved by EIC. 6.0 The node and the structural steel members shall be painted with 2 coats of polyurethane paint of approved shade over one coat of suitable compatible primer of approved make with necessary surface preparation. No separate payment for it. 7.0 Aluminum Composite Panel cladding (4mm tk.) with frame work shall be provided on outer face of truss with fixing signage board in future and on 9 nos. of columns. East side truss (road side) shall have provision for fixing RCF logo on the top. No separate payment for it.

8.0

9.0 Issuing stability certificate of the structure in the prescribed form. 10.0 Performance guarantee of the structure for three years. Technical specifications for Space Frame Structure The structure shall be made of Nodular Design. The Node Connectors of the space frame shall be Spherical in shape which shall be forged or machined. The node and the members shall be suitably treated with 2 coats of necessary primer followed by approved shade of polyurethane paint. The Space Frame shall be made out of members confirming to IS 1239. Hardware required for necessary connection & requirement shall be confirming to relevant IS Codes. The Purlin members on top of the Space frame for supporting roofing material shall be of Welded type, designed as per IS 875.

Pre-coated color coated Galvalume sheets shall be installed upon the purlins with the help of self tapping screws/SAFLOK system. Painted sheet visual design to be approved by EIC before start of work.

Applicable Loads & Codes :All structures included in this proposal shall be designed, fabricated, and supplied in accordance with Indian Standard IS 800 AND IS 875-1987, Code of practice for design loads part 3. Standard Supplied items Following shall be normally supplied unless mentioned otherwise. Space frame (CHS member) Box purlins & spacer hallow sections Base plate Nodes, props, bolts All necessary flashings & Trims, Roof Sheeting Rain down take pipes Fixing arrangement for RCF Logo, signage at one space frame truss

TH/CVL/ADM CANOPY GATE/SP.COND./13

SPECIAL CONDITIONS
NAME OF WORK: PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL-PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL.
1) Safety is of prime importance. As the job is at height, workmen should use safety belts, helmets, gloves, shoes etc. to the satisfaction & requirement of our Safety Officer & E.I.C. You shall take safety permit from concerned dept. before start of work & renew it from time to time. Party to follow RCF safety procedure in totality. The job has to be executed at all heights & depths including M. S. pipe scaffolding & your quoted rates should be inclusive of this. All the material, tools, tackles etc. brought by you for execution of work inside Factory should be listed & get it endorsed by CISF at material Gate. Please note that material without CISFs endorsement shall not be allowed to take outside the Factory area. You will have to take labour entry permission from CISF where you will have to give name of worker, age, sex & their identification marks. Security Deposit shall be deposited as per NIT Clause No.15.1. Job is to be carried out at Adm. Bldg. During working hours. Hence contractor should take every care that disturbance caused should be bare minimum. Debris generated during the work has to be disposed immediately as directed by EIC within Factory area without any cost to RCF. While doing the job, the cordoning of the area will be done for safety purposes as per standard practice. RCF logo-RCF THAL ADM GATE is to be fixed on front side portion of the truss as directed by EIC. Fabrication of logo is in the scope of contractor without any cost to RCF. Canopy shed structure specifications shall be same as per existing structure at Gate No.2 in Trombay Unit. Dewatering by pump is in the scope of contractor without any cost to RCF. Work may have to be carried out in monsoon season, contractor may have to arrange for tarpaulin, rain protection material etc. without any cost to RCF.

2)

3)

4)

5) 6)

7)

8)

9)

10)

11) 12)

A.N. PUJARI D.G.M. (CIVIL)

TH/CVL/ADM CANOPY GATE/SALIENT/13

SALIENT FEATURES
NAME OF WORK: PREFABRICATED CANOPY SHED STRUCTURE WITH SPACE FRAME TRUSS & PPGL-PRE PAINTED GALVALUME STEEL SHEET ROOFING AT ADMINISTRATION GATE, RCF THAL. Salient features of canopy shed structure are as follows: 1) 2) 3) 4) 5) Type of roof: Pre painted Galvalume steel sheet Type of truss: Space frame truss Type of column: RCC columns with aluminum cladding. Size of the roof will be 22 m x 15 m. Minimum height of shed will be 5.5m from road level considering movement of luxury buses.

A.N. PUJARI D.G.M. (CIVIL)

You might also like