You are on page 1of 98

NLC TAMILNADU POWER LIMITED

REGD. OFFICE NEYVELI HOUSE , 135, PERIYAR EVR HIGH ROAD, CHENNAI-600 010
CORPORATE OFFICE: BLOCK-1, NEYVELI 607 801, TAMIL NADU

TUTICORIN THERMAL POWER PROJECT


(2 x 500MW)

NLC TAMILNADU POWER LIMITED


REGD. OFFICE: NEYVELI HOUSE, 135, PERIYAR EVR HIGH ROAD, CHENNAI 600 010
CORP. OFFICE: BLOCK-1, NEYVELI-607 801, TAMILNADU

Construction of various Type of Residential Quarters (Type-A, B, C,


D & Toilet block), Barracks, Armoury & Quarter Guard, Canteen
Building etc., including Electrification works for CISF of NTPL at
Tuticorin.
VOLUME I

NOTICE INVITING BID, INSTRUCTION TO BIDDERS


AND PRICE SCHEDULE.
*****
Tender No: CO CONTS/0030 C /NTPL/TTPP/CISF Quarters/2015, Dt.08.05.2015
Bid Submission Date & Time on or before: 11.06.2015 upto 14.30 Hrs.
Date & Time of opening: 11.06.2015 @ 15.00 Hrs.
Telephone No: 04142-252210, 252215
Telefax: 04142-252645 / 252646 / 252026
Web site:www.nlcindia.com
E.mail: gmconts_co@nlcindia.com
gmconts_co@rediffmail.com
gmconts@gmail.com

INDEX

VOLUME-I

Construction of various Type of Residential Quarters (Type-A, B, C, D &


Toilet block), Barracks, Armoury & Quarter Guard, Canteen building
etc., including Electrification works for CISF of NTPL at Tuticorin.

S.No.
1

TITLE
Volume-I

NOTICE INVITING BID, INSTRUCTION TO

No. of pages
95

BIDDERS AND PRICE SCHEDULE.


2
3

Volume -II
Volume -III

DRAFT CONTRACT
TECHNICAL SPECIFICATIONS &
DRAWINGS

75
133

INDEX
Volume- I
Name of Work: Construction of various Type of Residential Quarters

(Type-A, B, C, D & Toilet block), Barracks, Armoury &


Quarter

Guard,

Canteen

building

etc.,

including

Electrification works for CISF of NTPL at Tuticorin.

Section

Title

Page

Notice Inviting bid

Instruction to Bidders

Price Schedule

46

SECTION I
NOTICE INVITING BID

SECTION-1

NOTICE INVITING BID


PRESS TENDER
Sealed bids in English (One Original and seven identical copies) are invited in two parts (Part-I
and Part-II) by NEYVELI LIGNITE CORPORATION LIMITED (NLC) on behalf of NLC
TAMILNADU POWER LIMITED (NTPL), for the work of Construction of various type of
Residential Quarters (Type-A, B, C, D & Toilet block), Barracks, Armoury & Quarter
Guard, Canteen building etc., including Electrification works for CISF of NTPL at
Tuticorin as per details given below
1.1

Tender Ref No: CO CONTS/ 0030 C/NTPL/TTPP/CISF QTRS/2015, Dt.08.05.2015

1.2

Scope of work: The scope of work covered in this bid consists of providing necessary labour, materials
(unless otherwise specified) construction equipment, tools and plants, appliances,
temporary works, supply and delivery to site, storage at site, construction works etc for
the proper completion of work for Construction of various type of residential
Quarters (Type-A, B, C, D & Toilet block), Barracks, Armoury & quarter guard,
Canteen building etc., including Electrification works for CISF of NTPL at
Tuticorin. This scope is indicative only. Detailed scope of work is contained in
Volume-III (Technical specifications and Drawings).

1.3
1.4

Cost of tender document


Bid guarantee amount

: Rs.10,000/: Rs.13.40 Lakhs

1.5

Bid documents sale period

: From 12.05.2015 to 10.06.2015

1.6

Last date and time for receipt of Bid

: Upto 14.30Hrs (IST) on11.06.2015

1.7

Date and time of Bid opening (Part I)

: @ 15.00 Hrs (IST) on11.06.2015

1.8

Pre Bid Conference

: 29.05.2015 @ 11.00 Hrs.


The points for discussion shall be furnished
in advance both in hard and soft copy to the
under signed and also to the following
E-mail ID:
gmconts_co@nlcindia.com
gmconts_co@rediffmail.com
gmconts@gmail.com

2.0

Qualifying requirement for the bidders:

2.1

a) The Tender is open to any single Bidder who can be an individual or a firm or a
company.
b) The bidder should have satisfactorily completed, Construction of any Building
work/ Industrial structures in Government / Quasi Government / PSU / PSE /
Public Limited Company, in the name in which the bidder applies for this Tender.
c) The works should have been completed during the last (7) seven years reckoned with
the original scheduled date of tender opening.
d) The bidder should have executed and completed:
Minimum one work as mentioned in 2.1(b) above, in a single agreement/ Work order
of completed value not less than Rs.1068.50 Lakhs
(Or)
Minimum two works as mentioned in 2.1(b) above, in two agreements/ Work orders
of completed value each not less than Rs.667.80 Lakhs
(Or)
Minimum three works as mentioned in 2.1(b) above, in three agreements/ Work
orders of completed value each not less than Rs.534.30 Lakhs
2.2 Average annual turnover of the bidder for the 3 financial years immediately preceding
the scheduled Tender Opening date, should not be less than Rs.400.70 Lakhs.
2.3 The bidder should have positive net worth as per their latest audited financial
statement.
3.0

Other Conditions
i) The bidder should enclose along with his/their bid necessary documentary evidence
like contract agreement/work order along with endorsed performance/completion
certificate issued by the party with whom the contract has been entered for having met
the Qualifying Requirements mentioned in Clause 2.0. The performance / Completion
certificate must indicate date of commencement and date of completion of the work.
The bidder should enclose along with his/ their bid necessary documentary evidence
like partnership deed, firm registration (if it is a partnership firm), Certificate of
incorporation, memorandum of association and article of association in case of a
company.
ii) The Bidder shall have adequate financial stability and standing to meet the financial
requirements for timely completion of the scope of work and should have
satisfactorily executed contracts of this type and magnitude. Relevant documentary
evidence including copies of Annual report containing Profit and Loss Statement and
Balance Sheets for three financial years immediately preceding the scheduled tender
opening date for having met the Qualifying Requirements mentioned in clause 2.2 &
2.3 shall be furnished together with the bid.

iii) Bid submitted without proper documentary evidence to substantiate the fulfillment of
the Qualifying Requirements as specified are likely to be rejected without assigning
any reasons.
iv) Notwithstanding anything stated above the owner reserves the right to verify all
statements/ information submitted to confirm the Bidders claim on experience to
assess the capacity and capability of the bidder to perform the contract should the
circumstances warrant such an assessment in the overall interest of the owner/
purchaser.
v) Consultant of NTPL is not permitted to be a bidder either directly or indirectly for this
tender.
vi) The QR credentials of the partner which are not in the name of the bidder will not be
considered.
4.0 TIME SCHEDULE:
The completion of entire work is 18 (eighteen) months from the date of handing over of
site.
5.0 SUBMISSION OF BID AND OPENING:
5.1

Bids duly signed in all pages with date are to be submitted in TWO PARTS IN
SEPARATE SEALED COVERS clearly mentioning the part no., Bid reference No. on top of
the each cover as follows: Part I Form of bid (part-I), Bid Guarantee, Technical and
commercial aspects and Part II- Form of bid (part-II) & prices only (price schedule) and
should be addressed to the GM/ Contracts, Corporate Office, Block 1, Neyveli Lignite
Corporation Limited, Neyveli-607 801, Tamil Nadu, India.

6.0 SPECIAL NOTE AND INFORMATION REGARDING THE TENDER


6.1

The Tender documents (non-transferable) can be had from the GM/ Contracts, Corporate
Office, Block-1, Neyveli Lignite Corporation Limited, Neyveli-607801, Tamil Nadu, India on
payment by furnishing crossed Demand Draft drawn in favour of NLC TAMILNADU
POWER LIMITED(NTPL), payable at Tuticorin or bankers cheque or NEFT/RTGS
mode to:
Beneficiary Name
Beneficiary Bank
Address of the Bank

:
:
:

A/C No.
Nature of A/C
IFSC code
Phone No.

:
:
:
:

NLC Tamil Nadu Power Limited, Tuticorin


State Bank of India.
Spic Nagar Branch
Muthiapuram
Tuticorin 628005
31037748056
Current
SBIN0003143
0461-2356270

details with UTR No. shall be furnished along with the bid in part-I failing which the offer
shall be rejected. The bidder is to note that the Banks commission charges will be to the
account of the bidder and the net amount transferred to NLCS account shall be equal to the
cost of the tender document. The qualification of bidder is subject to receipt of cost of the
tender document stipulated in the tender. No other mode of payment will be accepted.
The tender documents may also be downloaded from NLC website www.nlcindia.com. In
case if the tender document is downloaded from the website www.nlcindia.com or Central
Public Procurement Portal (CPPP) web site: www.eprocure.gov.in in which case Rs.10,000/being the cost of tender document should be remitted in the form of a separate DD. The DD
shall be drawn in f/o NLC TAMILNADU POWER LIMITED (NTPL) & Payable at Tuticorin
or bankers cheque or NEFT/RTGS mode to:
Beneficiary Name
:
NLC Tamil Nadu Power Limited, Tuticorin
Beneficiary Bank
:
State Bank of India.
Address of the Bank :
Spic Nagar Branch
Muthiapuram
Tuticorin 628005
A/C No.
:
31037748056
Nature of A/C
:
Current
IFSC code
:
SBIN0003143
Phone No.
:
0461-2356270
details with UTR No. shall be enclosed along with Part- I cover failing which the bid shall be
summarily rejected.
6.2 The remittance and forwarding letter should bear Tender Reference No. and be addressed to
GM/Contracts, Corporate Office, Block-1, Neyveli Lignite Corporation Limited, Neyveli607801, Cuddalore District, Tamil Nadu, India.
6.3

All other terms and conditions along with technical details, regarding Qualifying
requirements, Time schedule, Bid guarantee, validity of Bid and instruction to bidders, etc. are
contained in Tender documents.

6.4

Any offer received after the expiry of the time specified for receiving the offers is liable for
rejection.

6.5

Issuance of tender documents does not mean that the bid/offer of such Bidder would be
automatically considered.

6.6

NLC/NTPL reserves the right to reject any bid or all bids received at its discretion without
assigning any reason what so ever.

6.7

NLC/NTPL shall not be responsible for any delay, loss or non-receipt of the Tender
document, any letter or Bid which is sent through post/courier either way.

6.8

Bid submitted by Telefax / E-mail and bid received after the expiry of the time specified for
receiving the bid shall be rejected.

6.9

The offer shall be made in Indian Rupees only and payment shall be made for the entire scope
in Indian Rupees only.
5

6.10 Request for issue of Tender Documents received after the last date of sale of tender document
will not be considered even if the demand draft is dated on or before the last date of sale of
tender document.
6.11 Tender document will be issued free of cost to Micro and Small scale Units registered under
single point registration scheme of the NSIC/covered under MSMED Act 2006 / MSME,
provided that the request for the same is received in time with a copy of valid certificate of
registration and the product range mentioned in the certificate is the same or similar to our
requirements. Copies of the necessary certificates duly attested by any Notary Public (or)
Gazetted Officers (or) practicing Chartered Accountant with seal and date shall only be
accepted.
6.12 Amendments / Errata / Corrigendum / Clarifications if any issued for the tender shall form part
of the tender document. Amendments / Errata / Corrigendum / Clarifications will also be
posted in NLCs website. Firms are requested to visit NLCs website and note the
Amendments / Errata / Corrigendum / Clarifications before submission of a qualification
offer. Any ignorance on the part of the firms in not seeing the website will not be an excuse.
NLC/NTPL is not responsible if any Bidder omits to notice any Amendments / Errata /
Corrigendum / Clarifications. The Amendments / Errata / Corrigendum / Clarifications will be
numbered consecutively. The bidders are requested to sign all the Amendments / Errata /
Corrigendum / Clarifications issued for the tender and enclose along with the bid as these
form part and parcel of tender document.

General Manager/ Contracts

SECTION-2
INSTRUCTION TO BIDDERS

SECTION-2
1.0
1.1

INVITATION
NLC Tamilnadu Power Limited (NTPL) is a joint venture company between Neyveli
Lignite Corporation Limited and TANGEDCO and is registered under Indian
Companies Act 1956. Neyveli Lignite Corporation Limited on behalf of NTPL
hereinafter referred to as Purchaser invites bids for the work of Construction of
various type of residential Quarters (Type-A, B, C, D & Toilet block), Barracks,
Armoury & quarter guard, Canteen building etc., including Electrification works
for CISF of NTPL at Tuticorin. as per technical specification enclosed.

1.2
1.3

ABOUT NTPL
NLC Tamilnadu Power Limited (NTPL) is a joint venture company between Neyveli
Lignite Corporation Limited and TANGEDCO and is registered under Indian
Companies Act 1956. NTPL intends to install 2 x 500 MW coal based Thermal Power
Station at Tuticorin, Tamilnadu, India.

1.4 GENERAL PROJECT INFORMATION:


1.

OWNER/PURCHASER

2.

Project Title

3.

Location

4.
5.
6.
7.
8.
9.
10.

Nearest Railway station


Site elevation
Access Road
Nearest Airport
Nearest Sea port
Latitude of site
Longitude of site

:
:
:
:
:
:
:

11.

Metrological data
a) Temperature:
i)
Average Max. Temp
ii) Minimum temp
iii) Temperature to be considered
for design of electrical
equipment/ devices
b) Relative Humidity:
i)
Maximum
ii) Minimum
iii) Average
c) Rainfall:
i)
Period
ii) Average annual RF

NLC TAMIL NADU POWER LIMITED


(NTPL)
Construction of various type of residential
Quarters (Type-A, B, C, D & Toilet block),
Barracks, Armoury & quarter guard, Canteen
building etc., including Electrification works
for CISF of NTPL at Tuticorin.
8 KMs from Tuticorin, Tuticorin Dist,
Tamil Nadu
(640 KM South of Chennai)
Adjacent to existing TNEB Tuticorin Power
Plant.
Tuticorin 8 KM (Broad Gauge)
1.46 m above sea level
NH 7A
Madurai
Tuticorin
Lattitude : 8o 45 38.09 N
Longitude : 78o10 15.85 E

:
:
:

33C
22.1C
50C

:
:
:

88%
51%
76 %

:
:

Oct-Dec monsoon showers


650 mm

d)

12.
13.
14.

Wind Data:
Basic wind speed
i)
K1
ii) K2
iii) K3
Languages Spoken in the Region
Official language for the bidder to
deal with
Seismic data
a) Zone

:
:
:
:
:
:

39 m/sec
1.07
1.05
1.0
English, TAMIL
English

:
:

As per IS: 1893 - 2002


II

1.5. Quarry chart


S.No. Name of Taulk / Name of Quarries
1. Santhakulam
THIRUCHENDUR
2. Mala Athur
3. Mukkani
4. Tenthiruperai
5. Tirukalur
6. Thoppur
7. Meyyur
SRIVAIKUNDAM
8. Valavallam
9. Karungulam
10. Vallanadu
11. Muthulankurichi
THOOTHUKUDI
12. Thattaparai
13. Tuticorin
KOVILPATTI
14. Mavilipatti
15. Kalugumalai
16. Meenakshipuram
17. Kovilpatti
18. Ettayapuram
19. Kayathar
OTTAIPIDARAM
20. Ottaipidaram
VILATHIKULAM
21. Muthalapuram
22. Vilathikulam

Materials Available
Lime, Lime Stone
Country Bricks
Chamber Burnt Bricks, Country Bricks
Chamber and Country Bricks
Lime, Lime Stone
Lime, Lime Stone
Lime, Lime Stone
Country and Chamber Bricks
Country Bricks
Chamber Burnt Bricks
Country Bricks, Chamber Bricks
Broken Stone, Rough Stone
Lime, Lime Stone
Bond Stone, Rough Stone, Broken Stone
Bond Stone, Rough Stone, Lime, Lime Stone,
Broken Stone
Broken Stone
Lime, Lime Stone
Lime, Lime Stone
Lime, Lime Stone
Lime, Lime Stone, Country Bricks
Chamber Bricks
Lime, Lime Stone

2.0 NOTICE INVITING BIDS:


2.1 The GM/Contracts on behalf of NTPL, shall issue Notice Inviting Bids for the Project
Requirements and shall receive Bids at his office at Block 1, Corporate office, Neyveli
607801.
Fax No. 91-04142-252026, 252645 & 252646
E-mail: gmconts_co@nlcindia.com
gmconts_co@rediffmail.com
gmconts@gmail.com

Telephone No. 91-04142 252215 & 252210


web site: www.nlcindia.com
9

3.0 SCOPE OF WORK:


The present Notice Inviting Bid is for Construction of various type of residential Quarters
(Type - A, B, C, D & Toilet block), Barracks, Armoury & quarter guard, Canteen building
etc., including Electrification works for CISF of NTPL at Tuticorin.
4.0 QUALIFYING REQUIREMENT FOR THE BIDDERS:
4.1 a) The Tender is open to any single Bidder who can be an individual or a firm or a company
b) The bidder should have satisfactorily completed, Construction of any Building work/
Industrial structures in Government / quasi Government / PSU / PSE / Public Limited
company, in the name in which the bidder applies for this tender.
c) The works should have been completed during the last (7) seven years reckoned with the
original scheduled date of tender opening.
d) The bidder should have executed and completed:
Minimum one work as mentioned in 4.1(b) above, in a single agreement/ Work order of
completed value not less than ` 1068.50 Lakhs
(Or)
Minimum two works as mentioned in 4.1(b) above, in two agreements/ Work orders of
completed value each not less than ` 667.80 Lakhs
(Or)
Minimum three works as mentioned in 4.1(b) above, in three agreements/ Work orders of
completed value each not less than ` 534.30 Lakhs
4.2

Average annual turnover of the bidder for the 3 financial years immediately preceding the
scheduled Tender Opening date, should not be less than `400.70 Lakhs. .

4.3

The bidder should have positive net worth as per their latest audited financial statement

5.0

OTHER CONDITIONS:
i)

ii)

iii)

iv)

The bidder should enclose along with his/their bid necessary documentary
evidence like contract agreement / work order along with endorsed Performance /
completion certificate issued by the party with whom the contract has been
entered for having met the Qualifying Requirements mentioned in Clause 4.0.
The performance / completion certificate must indicate the date of
commencement and the date of completion of work. The bidder should enclose
along with his/ their bid necessary documentary evidence like partnership deed,
firm registration (if it is a partnership firm). Certificate of incorporation,
memorandum of association and article of association in case of a company.
The Bidder shall have adequate financial stability and standing to meet the
financial requirements for timely completion of the scope of work and should
have satisfactorily executed contracts of this type and magnitude. Relevant
documentary evidence including copies of Annual report containing Profit and
Loss Statement and Balance Sheets for three financial years immediately
preceding the scheduled tender opening date for having met the Qualifying
Requirements mentioned in clause 4.2 & 4.3 shall be furnished together with the
bid.
Bid submitted without proper documentary evidence to substantiate the
fulfillment of the qualifying requirements as specified are likely to be rejected
without assigning any reasons.
Notwithstanding anything stated above the owner reserves the right to verify all
statements/ information submitted to confirm the Bidders claim on experience to
assess the capacity and capability of the bidder to perform the contract should the
circumstances warrant such an assessment in the overall interest of the owner/
purchaser.
10

v)

Consultant of NTPL is not permitted to be a bidder either directly or


indirectly for this tender
The QR credentials of the partner which are not in the name of the bidder will not
be considered.
The successful bidder shall furnish a Contract Performance Guarantee for value
of 10% of the total contract price in the form of an on demand bank Guarantee for
the faithful performance of the contract after the LOA.

vi)
vii)

Q.R. FORMAT
6.0

The bidder has to fill-up the following Q.R. format and submit along with his bid in order
to establish that he satisfies the Qualifying Requirements stipulated.
DETAILS TO BE FURNISHED BY THE BIDDERS:
Sl. No.
1
2
3
4
5
6
7
8
9
10

11

Details required
Brief Description of work
Owner of the work
Certificate No. & Date:
Certificate issued by:
Contract/LOA No. & Date:
Scope of work:
Value of work:
Scheduled period for completion: (with date of
commencement & date of completion)
Actual period taken for completion: (with date of
commencement & date of completion)
Whether Annual Report / Audited report containing
P&L Account and Balance Sheet for last 3 years
enclosed:
List of Enclosures:

Details.

Signature of the Bidder


Place:
Date:
7.0

BID DOCUMENTS:

7.1

The Bids shall be prepared and submitted in accordance with the Instructions contained
in the Tender Documents.

7.2

The Tender Documents consists of


Notice Inviting Bids
Instructions to Bidders
General Conditions of Contract
Special Conditions of Contract for Civil works
Construction conditions of contract
Formats & Annexures
Technical Specifications
Bid Forms, Price Schedules
And amendments / Errata/ corrigendum / clarification issued, if any

7.3

The Scope of the Work shall be on Single Bidder Responsibility basis covering the
entire scope of works as described in the tender Specification and amendments if any.
11

7.4
UNDERSTANDING OF THE TENDER DOCUMENTS:
7.4.1 The Intending Bidder shall examine all parts of Tender Documents and get himself fully
informed and acquainted with the Tender Conditions and such other issues that may
affect the performance of the Scope of Work, Time Schedule and cost thereon.
7.4.2 The Intending Bidder shall visit the Site of the Project and get himself fully acquainted
with all Local Conditions and collect any details needed for the purpose of his offer /
Bid Price or Time Schedule etc. whose address is given below, with prior appointment:
Chief Executive Officer (CEO),
NTPL / Tuticorin
Harbour Estate,
Tuticorin- 628 004.
Phone: 0461-2352580/2955200
Fax: 0461-2352122
Email: ceo.ntpl@nlcindia.com
7.4.3 Before submitting Bid proposals, it is to be understood that the Bidder had properly
investigated and considered all the factors. Lack of clear understanding shall not be
entertained at any point of time by the Owner as cause for any financial and time
adjustment.
7.4.4 This specification is intended as a general description of quality envisaged for material,
workmanship and of the finished work. It is not intended to cover minute details. The
work shall be executed in accordance with the best modern practice and to the complete
satisfaction of Owner; Special techniques approved by Engineer shall be used if and
where found necessary.
7.4.5 The information given in this specification is in good faith and meant to serve as a guide
to the Bidder. It is, therefore, imperative that Bidder shall obtain and examine for
himself all the data, information and particulars required for the satisfactory execution
of the work under this enquiry. The submission of a bid by the Bidder implies that he
has fully read the specifications, bid drawing, and general conditions of contract. Bidder
shall make himself aware of the scope and the specifications for the work to be
performed and local conditions and other features which have a bearing on the cost and
execution of the work. Extra charges for any reason whatsoever will not be entertained
by Owner.
7.4.6 General Notes shall be noted before quoting rates against various items in price
schedule.
7.4.7 The bid drawings are intended to give the Bidder general idea of the type and extent of
work involved. As such, they are indicative and for bid purpose only. All drawings,
which will be released for construction later, will bear the suffix `R0'. Work shall
proceed only on `R0' issues or subsequent revisions to construction drawings, which
shall be issued to Contractor progressively on award of contract. Released for
Construction drawings may be at a variance to any extent from those issued for bid
purposes. The Owner on this account will not entertain any claim from the Contractor.
7.4.8 No alteration or mutilation, other than filling in particulars wherever called for, shall be
made in the bid documents. Any changes/modifications made by the Bidder on the bid
documents itself shall not be taken into consideration.

12

8.0
8.1

CLARIFICATIONS ON THE BID DOCUMENTS:


If the Bidder needs any clarifications on any Section/ clause in the Bid documents, the
clarifications in writing along with a soft copy of the same shall reach the purchaser
before 2 days from the date set for Pre- Bid conference as in the format given below.
Sl. No

Ref / Clause, Page No. As in the Clarification


& Volume
document required

Remarks

8.2

Any verbal details furnished by the Purchaser or any Executive of the Purchaser shall
not in any way be binding on the Purchaser.

8.3

The Owner will issue clarifications, as he may think fit, in writing during pre bid
conference. After receipt of such clarifications, the bidder may submit his bid but within
the time and date as specified in the invitation to bid. All such clarifications shall form
part of the specifications and contract documents

8.4

Pre bid Conference: The Bidder may seek any clarification needed, during the Pre-Bid
Conference if any, mentioned in the Notice Inviting bids.

9.0

AMENDMENT TO THE TENDER DOCUMENTS:

9.1

At time prior to the date set for submission of Part I bids, the Purchaser may modify/
alter/ amend the Tender Specification either on his own initiative or in response to
clarification requested by a Bidder / Bidders and inform such changes to all Bidders who
had purchased the Tender Documents and it shall be hosted in the NLC website. Such
amendment issued shall form part of the Tender Documents.

9.2

If the Purchaser considers any time extension for submission and opening of Part I Bids
necessary, then the Purchaser shall intimate all the Bidders who had purchased Tender
Documents by an Amendment and it shall be hosted in the NLC website.

10.0

PREPARATION OF BIDS.

10.1

INSTRUCTIONS TO BE FOLLOWED:

10.1.1 The Bids shall be prepared and submitted in accordance with the Instructions contained
in the Tender Documents, Specifications.
10.1.2 The Bidder shall prepare his Bids carefully and submit all details as called for in the
Tender Specification without any omission. The Bidder shall note that his Bid if not
prepared in complete shape will be rejected.
10.1.3 The Bidder shall note that the owner shall not accept any deviation in the following
clauses:
Scope of work
Contract Performance Guarantee
Time Schedule
Liquidated Damages
Warranty / defect liability period
10.1.4 The Bidder shall submit documentary evidence to establish that the Bidder meets the
Qualifying requirements stipulated in the Tender Documents.
10.1.5 The Bidder signing the Bid forms, various schedules and the documents forming part of
the Tender Documents under Parts I and II shall submit along with the Bid proposals a
photocopy of the Power of Attorney or authorisation letter declaring full authority and
commitment on the documents so submitted.
13

10.1.6 The Bidder shall bear all costs and expenditure associated with the Preparation of Bids,
Submission of the same and attending Pre award discussions.
10.2 Part I of offer shall contain the following in at least 2 Volumes:
10.2.1 Volume 1 shall contain the following:
a. Index
b. Covering Letter
c. Form of Bid (Part-I)
d. Power of Attorney /Authorisation
e. Bid Guarantee
f. Filled up Q.R Format
g. Schedule of Prices- subsection-II (with Prices Blanked out and indicating the words Quoted
against each item) and Sub Section-I Rates and classifications of taxes and duties adopted
in Vol. I duly filled up.

h. Commercial and Technical Deviations


i Copy of TNVAT / CST registration with Govt. Authorities.
j. Requirement of Contractor at Site
k. Resource deployment schedule
l. Check list for Bid submission
m. List of Potential Sub-Contractors and their credentials
n. Quality Assurance Programme
o. Bar Chart/Pert Network Schedule
p. All data sheets and drawings if any
q. List of Plant and Machinery for Erection and any other information the Bidder wishes
to furnish.
r. Detailed time schedule indicating the respective period by which the bidder
proposes to complete various activities of work within the time of
completion of works.
s. Details of work of similar nature and magnitude carried out by the bidder.
t. Details of work currently being handled along with value of work and stage of
completion.
u. Completion certificate for the works from the users, along with the copy of the
agreement /work order of the work for having met the qualifying requirements.
v. List of major legal cases pending and outstanding liabilities.
w. Annual reports for the last 3 years comprising of Audited Balance sheet and profit and
loss account.
x. In case of partnership firm, copy of partnership deed and firm registration certificate.
In case of a company, certificate of incorporation, memorandum of association and
article of association.
y. Manpower Deployment Schedule.
z. Duly filled in Questionnaire on Commercial points.
(i) Crossed Demand Draft for ` 10,000/- drawn in favour of NLC TAMIL NADU
POWER LIMITED (NTPL) & Payable at Tuticorin in case of the Tender
Specification is downloaded from the web site. The volumes shall be neatly bound
and page numbered. Bid Guarantee and DD need not be Bound and it is to be
enclosed separately.
14

10.2.1.1 Any conditional acceptance to compliance of any of the Bid Conditions if not
mentioned in Part I will make the owner to take it as deemed acceptance and to
proceed further if otherwise qualified in disregard of such conditions in the price
cover.
10.2.1.2 In case the prices are revealed in the Part-I cover his bid shall not be considered.
10.2.2 The covering letter shall clearly indicate the following:
a. Mode and details of Bid guarantee
b. Works by which the bidder meets QR in brief (details to be filled in QR format)
c. Strength of the Bidder in executing the subject Tender, if awarded.
d. Works for which Sub-Contractor will be engaged and their names
e. Salient details of manpower available for construction with the Bidder.
10.2.3 Volume-II shall contain all printed literature, annual reports for the last 3 years
comprising of Audited Balance sheet and profit and loss account etc neatly bound.
It need not be numbered.
10.2.4 The Q.R format shall be filled for the works by which the Q.R is met fully and if the
Bidder has executed more works meeting Q.R, additional Q.R format may be used. The
documents furnished in the Q.R format only will be taken for verification. Also
Clarifications/Confirmations in respect of the works filled up in the Q.R format will
alone be entertained.
10.2.5 In case the certificates submitted by the bidder towards Q.R is found to be a
forged/bogus one, not only his bid guarantee will be forfeited but also he would be
blacklisted/ debarred by NLC/NTPL and NLC/NTPL would also inform other
PSUs/Statutory bodies.
10.3 Part - II of offer shall contain the following:
10.3.1 Duly filled in Form of bid Part-II shall be enclosed (as per format enclosed).
10.3.2 Price schedule duly filled as per price format annexed which should cover the entire
scope of work as given in the tender specification. The bidder quoting a system of prices
other than that specified, run the risk of rejection.
10.3.3 Insertion, postscript, addition and alteration in the Bid shall not be recognized unless
confirmed by the bidder's signature
10.3.4 The bidder shall quote his price against each item of the schedule as mentioned in the
enclosed price format clearly both in figures and words. The bidder shall quote the
prices only once after considering all the pros and cons. Alternatives or rebate
percentage etc., if any, should be spelt out by the bidder in the first quotation itself.
Offers contained in supplemental/additional covers shall be summarily rejected. If the
amount quoted in figures and words differs, the amount quoted in words shall be taken
as final.
11.0 LANGUAGE OF THE BID:
11.1 The Bid Proposals and all Correspondences between the Bidder and the Purchaser shall
be in English language only. Any printed matter if in any other language shall be
furnished along with a duly translated English version.
12.0 BID GUARANTEE:
12.1 The Bidder shall submit as part of the Bid, in a sealed envelope marked as Part-I as Bid
Guarantee executed by any Scheduled Commercial Bank authorized by Reserve Bank of
India other than bank of China in the form of an Irrevocable Bank guarantee for the
amount specified in the Notice Inviting Bid. The Bid Guarantee can also be in the form
of Demand Draft drawn in favour of NLC TAMILNADU POWER LIMITED
(NTPL) & Payable at Tuticorin.
15

Bid Guarantee in the form of Demand Draft or Bankers Cheque drawn in favour of
NLC Tamilnadu power limited payable at Tuticorin on any bank without exception. The
amount of bid guarantee may also be remitted through NEFT/RTGS mode to NLCS
Account No: 31037748056 current accounts.
Beneficiary name : NLC Tamil Nadu Power Limited, Tuticorin
Beneficiary Bank : State Bank of India.
Address of the bank: Spic Nagar Branch
Muthiapuram
Tuticorin 628005
IFSC code
: SBIN0003143
Phone No.
: 0461-2356270
and the remittance details with UTR. No.DD/bankers cheque shall be enclosed with the
bid in part-I failing which the offer is liable for rejection. The bidder is to note that the bank
commission charges will be to the account of the bidder and the net amount transferred to
NTPLs account shall be equal to the amount specified in the Notice Inviting Bid. The
qualification of the bidder is subject to receipt of amount of the bid guarantee stipulated in
the tender. The bid guarantee can also be in the form of an irrevocable bank guarantee from
any nationalized bank / scheduled bank in India/ any bank outside India except bank of
china approved by RBI or acceptable to NLC.
12.1.1 The firms registered with NSIC/covered under MSMED Act, 2006/MSME are exempted
from furnishing bid guarantee provided that such Micro and small scale units are registered
under single point registrations scheme of NSIC/ covered under MSMED Act, 2006/
MSME and the same is valid on the scheduled date of tender opening and the product range
mentioned in the certificate is the same or similar to our requirements.
The NSIC/MSME copies duly attested by any notary public (or) gazatted officer or
practicing chartered Accountant with seal and date shall only be accepted. Submission of
bid guarantee may also be exempted with following cases
(i)
Central Govt. Dept.
(ii)
Govt funded educational/ research Institutions
12.2

The Bid Guarantee in any other mode and form other than stipulated as above or any
adjustment or part amount shall not be accepted. Any Bid, without Bid Guarantee, shall
be treated as Non-responsive Bid and shall be rejected outright.

12.3

The bid guarantee in the form of bank guarantee shall be valid for a minimum of
10 (Ten) Months from the schedule date of opening of the bid (Part-I)
Unless otherwise expressly stated,
(a) The Bid Guarantee shall be executed only on behalf of the Bidder on whose name
the tender documents have been issued.
(b) The bid and other documents shall be submitted only by the Bidder on whose
name the tender documents have been issued.
(c) The Bid Guarantee shall be executed only as per format prescribed by the owner.
In the event of any deviation in this regard, the decision of Owner as to whether
the same could be accepted or not, is final & binding on the Bidder.

12.4

The Bidder shall arrange for extension of validity upon request from the Owner. No
interest shall be paid on Bid Guarantee amount. Any offer without the Bid Guarantee or
with bank guarantee for lesser amount or bid guarantee in a form other than the specified
herein above shall be liable for rejection without further reference to the Bidder(s) or to
the concerned Bank.

12.5

The Bid Guarantee shall be forfeited if:


(a) The bid has been unilaterally revoked / revised/ modified/ withdrawn before expiry of
bid validity period by the bidder(s) (or)
16

(b) The price(s) have been unilaterally increased or altered after the bid opening and
during validity of the offer by the bidder (or)
(c) The Owner accepts the bidders bid proposal and the bidder refuse to accept LOA
within 30 days from the date of LOA and /or enter into contract after the contract is
awarded to him.
(d) The Successful bidder fails to submit Bank Guarantee towards Contract Performance
Guarantee within the period specified.
(e) In case of finding bogus / forged certificate.
12.6

12.7

Without prejudice to any other remedies available at law,


(i) In the event of any of the contingencies mentioned in clause 12.5 (a) to (e) NLC
shall have the right at their discretion, to reject the bid without notice to the
Bidder(s);
(ii) In the event of any of the contingencies mentioned in clause 12.5 (c), (d) and (e),
NLC shall have the right to cancel the LOA/contract, without notice to the
Bidder(s);
(iii) In addition on (i) and (ii) above, NLC shall also have the right to debar/blacklisting
the defaulting bidder(s) for a period to be specified, from participating in any of
their tenders and the decision of the owner in this regard shall be final and binding
on the Bidder(s).
The Bid Guarantee of all the bidders not shortlisted on PQR will be returned within
15 days from the date of receipt of approval for short listing of firms on PQR condition.
In case of Bidders not shortlisted on Techno-Commercial Aspects, the Bid Guarantee
will be returned to such Bidders within 15 days from the date of receipt of approval for
shortlisting of firms on Techno-Commercial Aspects. The Bid Guarantee of all
unsuccessful Bidders will be returned within 15 days from the date of receipt of
approval for placement of order on successful bidder(s). The Bid Guarantee of the
successful Bidder will be returned within 15 days from the date of acceptance of CPG
by the Owner.

12.8

The bid guarantee in the form of Bank guarantees shall be on a non judicial stamp of
value of Rs.80/- The stamp paper shall be purchased in the name of the Bank.

12.9

All Bank Guarantee except bid Guarantee are to be furnished directly by the Banker to
NTPL either by RPAD/Courier.

13.0

INSURANCE:

13.1

The Bidders Insurance liability pertaining the Scope of work is detailed under the
Clauses Insurance in General Conditions of Contract.

14.0

QUALITY ASSURANCE PLAN:

14.1

The Bidder shall furnish in his proposals the Quality Assurance Programme containing
the overall Quality management and procedures the bidder proposes to follow in the
performance of the Scope of Work during various phases.

14.2

After the issue of Letter of Award but within 15 (Fifteen) days, the detailed Quality
assurance programme to be followed in the performance of the Scope of Work shall be
mutually discussed and finalised and agreed which form part of the Contract Agreement.

15.0 PLANT & MACHINERY, ERECTION TOOLS AND TACKLES ETC.:


15.1

The Bidder, in the appropriate schedule shall furnish the list of Plant & Machinery,
Erection Tools and Tackles, erection equipments, testing instruments etc. which he
proposes to bring to Site of Erection work, for the purpose of handling, storing, erection,
local movement, lifting, testing etc., towards performance of the Scope of Work.
17

16.0

VALIDITY OF BIDS:

16.1

The Bid shall be kept valid for 8 (eight) Months from the date set for opening Part-I
cover.

16.2

In exceptional circumstances, the Owner may seek the consent of the Bidder to extend
the period of validity of the Bid under the same terms & conditions and prices. The Bid
Guarantee furnished shall also be extended for the same period as per the Bid Validity.

17.0

SUBMISSION OF BIDS:

17.1

The Bid shall be prepared and submitted as hereunder in One original and Seven (7)
identical copies:
Part-I Cover Bid Guarantee, Form of Bid (Part-I), Technical and Commercial
Aspects, Q.R particulars.
Part-II Cover Form of Bid (Part-II) & Prices only. Price shall be furnished itemwise
as per the Bill of Quantities.
The bids shall have an Index, indicating the various sections of the bid. All the covers
stated above shall be addressed to
The General Manager/Contracts,
NLC - Corporate Office,
Block 1, Neyveli 607801.
Cuddalore District.
Tamil Nadu India.
Superscribing on the top of each cover
Tender No.
Opening Date & Time and
Bidders address.
All these covers shall be individually sealed and put in an Outer cover which also shall
be sealed and superscribed as in other cover.

17.2

The original bid shall be clearly identified at the top on all covers Part-I, Part-II as
original and others marked as copy 1, 2, 3, 4, 5, 6, 7 of the Bid.

17.3

All the copies of the Bid shall be typed or printed in indelible ink, serially machine
numbered and shall be signed on all pages without any omission on all copies by the
employee of the Bidder who is duly authorised to bind the Bidder in all respects.
Printed Literature, if enclosed need not be signed. If the price cover is opened, due to
wrong marking/ indication on the top of the cover by the bidder, the bid shall not be
considered.

17.4

The Bidder shall also submit data to ensure as to how the Bidder meets the Qualifying
Requirements.

17.5 The Bid shall not contain any inter lineation, erasures, overwriting. Errors if made and
later corrections if any needed shall be made crossing out and re-written with initials by
the same person who is signing the bid.
17.6

In Offer under Part-II (cover) the priced bill of quantities furnishing unit rate and total
amount for each item and grand total for all the items for their full quantities shall be
furnished in figures and words.
18

17.7

The bidder also deposits the bids to the following officials:


a) A. Jayaraj, Chief Manager / Contracts
b) V. Dekshinamoorthy, Manager / Contracts
c) C. Venkatraman, Manager / Contracts,
H. General Section,
Office of the General Manager / Contracts
Corporate Office, Block-1,
Neyveli Lignite Corporation Limited
Neyveli 607 801.
Cuddalore District.
Tamil Nadu, India, within the date and time indicated.

17.8

The bidders are advised to submit the bid based strictly on the terms and conditions and
the specifications contained in the Tender documents including amendments and/or
clarifications if any issued by NLC prior to submission of bid. Bid shall be for the
complete scope of work and services. Any deviations to technical & commercial terms
and conditions shall be furnished in the annexed formats. Any deviation mentioned
elsewhere in the offer but not clearly stated in the formats enclosed shall not be
considered.

18.0 SIGNATURE OF BIDS:


18.1

The bid by the Person or Persons shall contain the name and place of business of the
person or persons making the bid and must be signed and sealed by the Bidder with his
usual signature. The names of all persons signing shall also be typed or printed below
the signature.

18.2

Bid by partnership shall contain the place of business, names of all partners making the
bid and must be signed with the partnership name, followed by the signature(s) and
designation(s) of the authorised partner(s) or other authorized representative(s)

18.3

Bids by Corporation/Company must be signed with the legal name of the


Corporation/Company by the President, Managing Director or by the Secretary or other
person or persons authorised to bid on behalf of such Corporation / Company in the
matter.

18.4

The Bidder shall furnish with the bid satisfactory evidence of authority of the person
signing on behalf of the Bidder.

18.5

The Bidders name stated on the bid shall be the exact legal name of the firm.

18.6

Any Bid not conforming to the above requirements of signing shall be treated as nonresponsive.

19.0

DEADLINE FOR SUBMISSION OF BIDS:

19.1 The Bidders have the option of sending the bid by registered post or courier or submitting
in person. Bids submitted by telex/telegram / e-mail will not be accepted. The
Purchaser shall not entertain any request by the Bidder to collect the bid proposals from
airlines or cargo agents etc.
19.2

Bids must be received by the Purchaser at the address specified not later than the time
and date specified in the Invitation to the Bid.

19.3

The Owner will not be liable for any delay caused by Postal authorities, Courier agency,
airlines or cargo agencies.

19.4

The Owner may at his discretion extend the dead line for the submission of bids by
19

amending the bid documents. In such a case all rights and obligations of the Owner and
Bidder as set in the previous deadline shall hereafter be subject to the extended dead
line. However the QR met by the Bidder as on the original schedule date of bid opening
(part-I) will alone be taken for evaluation.
20.0
20.1

LATE BIDS:
Any bid received by the Owner after the time and date fixed or extended for submission
of bid specified by the Owner shall be rejected.

21.0 MODIFICATION AND WITHDRAWAL OF BID:


21.1 The Bidder shall not modify his bid after opening of bids.
21.2

Withdrawal of any bid after the date of opening of Part I cover but within the validity
period will run the risk of forfeiture of Bid Guarantee.

21.3 Unilateral revision or withdrawal of offer by the bidder within the subsistence of the
validity period of offer shall not be permitted. Violation of this condition shall result in
rejection of the bid without notice, besides forfeiture of Bid Guarantee. In addition to the
above, such bidder shall also be debarred either permanently or for a fixed period, at the
discretion of NLC/NTPL from participation in any of the NLC/NTPLs tender
22.0

OPENING OF BIDS:

22.1

The Owner shall open only Part I cover of all the Bids, in the presence of the Bidders
and or their representatives (not more than 2 members), who choose to attend at the time
and date set or extended as the case may be. The Owner will inform the list of bids
received and the details of bidders, bid guarantee details, deviation if any on technical or
commercial aspects, validity and such other information considered necessary.
Modification to Bid proposals / withdrawals if any shall also be intimated.

22.2 The Bidder or representative present shall sign in the register recording his attendance.
22.3

Any Bidder, if absent during the Bid opening, will not be furnished with any details later.

22.4

Electronic recording devices, cell phones etc. will not be permitted during Bid opening.

22.5

This is a two stage tender. On the date and time of opening, Part-I containing Form of
Bid, Bid Guarantee, Technical and commercial aspects will be opened and read out.

22.6 The Part II (Prices) of the bid will be lodged and opening of the same will be intimated
later separately to the bidder who get qualified on Qualifying Requirements and Technocommercial aspects.
22.7

Bids shall be deemed to be under consideration immediately after the bids (Part I) are
opened, till such time the Award/rejection of the bid is communicated in writing
officially by the Owner.

22.8

Bidders or their representatives or other interested parties are strictly advised to refrain
from contacting by any means, the Owner and or his employees on matters related to the
bids under consideration.

23.0 PRELIMINARY EXAMINATION:


23.1 The Owner will examine all the bids to determine whether the bids are complete, whether
required bid guarantee are furnished, whether the bid are properly prepared and signed
and the Bidder meets the Qualifying requirements. The Owner shall then decide whether
the Bid is responsive or not.
23.2 A bid so determined as Non responsive shall be rejected by the Owner and shall not be
subsequently allowed to be made responsive by the Bidder by any corrections of the non
conformity.
20

24.0 CLARIFICATION OF BIDS:


24.1

The Owner may seek such clarifications as may be needed with any Bidder or all
Bidders for proper examination, evaluation and comparison. Such request for
clarification by the Owner and clarifications by the Bidder/Bidders shall be in writing
only.

24.2

The Price implications if any arising out of the clarifications shall not be furnished by the
bidders on their own, but be furnished only when the Owner calls for.

25.0 EVALUATION METHOD:


25.1

Bids determined as responsive and meeting fully the Qualifying Requirements and
Techno Commercial requirements shall alone be considered for Price Cover Opening.
After the Price Bids are opened, they shall be checked for any arithmetic errors. If the
owner finds any arithmetical error / errors, they will be corrected as under:
o where there is discrepancy between the rates in figures and in words, the rate
expressed in words shall only prevail and shall be adopted
o Where there is discrepancy between the unit rate and line item total resulting from
multiplying the unit rate by quantity, the unit rate as quoted shall only prevail and
shall be adopted.
o If there is a discrepancy between the total bid price and the sum of total prices, the
sum of total prices shall prevail and the total bid price will be corrected.

25.2

25.3

25.4

25.5
25.6

o Where rate is not quoted for any item description, it shall be deemed to have been
included elsewhere and no payment will be made for the work done under that item.
All the bidders would be brought on par with reference to technical specification, draft
contract, Notice Inviting bid and subsequent techno commercial discussions /
clarifications
The bids received will be evaluated by the Purchaser to ascertain the most suitable
evaluated bid in the interest of Purchaser, for the complete works covered under the
specifications and documents
If any of the bidders, who purchased the tender documents, takes any deviation to the
conditions prescribed in the NIB, the NLC shall consider such deviations and render/
communicate their decisions if the deviations taken by the bidder are not acceptable to
them. In spite of such decision by NLC on the deviation taken by the bidder, if the
bidder declines to accept the same, NLC shall be at liberty to reject such bid, as being
not in conformity with the conditions of NIB and the decision of NLC in this regard is
final and binding on the bidder.
The performance of the bidder who has failed to perform well in earlier contracts
awarded to them shall be taken into account during evaluation of bids.
It is the responsibility of the bidder to seek required clarifications / details/ Drawings /
data for quoting the rate in the price schedule. If the bidder mentioned such as since
the drawing/ details, etc., are not available in the tender document we are unable to
quote the rate for this item in such case the maximum rate quoted by the other bidder
for that particular item will be loaded for evaluation.

25.7 The bidder shall quote for all items against all the Sl .Nos. and columns in the

schedule of
prices. If no prices are envisaged for any of the item, Nil shall be mentioned. In this context,
Nil mentioned against any item shall construe that bidder shall not charge any amount
separately for that item from the Purchaser and agrees to execute the works as per specification.

21

25.8 If the term such as -, is mentioned or left blank against any Sl. Nos./columns, then the
highest amount quoted for the concerned item among all the bidders will be loaded for
the purpose of evaluating the price bids. However, this concept of loading shall not be
applicable for taxes and duties.
26.0 COMPARISON OF BIDS:
26.1 The bids shall be compared on the basis of total evaluated prices for the entire scope of
the work as defined in the Tender Document.
26.2 All the evaluated bid prices of all the Bidders shall be compared to determine the lowest
evaluated most competitive price bid and, as a result of this comparison, the most
competitive lowest Bid will be selected for the award of the Contract.
27.0 AWARD CRITERIA:
27.1 The Owner will award the contract to the bidder whose bid meets the Qualifying
Requirements, determined as substantially responsive and lowest evaluated price.
27.2 The Owner reserves the right to accept or reject any bid and to annul the Bidding
process and reject all the bids at any time prior to Award of Contract, without thereby
incurring any liability to the affected Bidder/Bidders and not obliged to inform the
grounds of such action
27.3 The Owner will be the sole Judge in this regard.
28.0 NOTIFICATION OF AWARD:
28.1 The Owner will notify his intention to award the work to the Successful Bidder by a
Letter of Award. If considered necessary the Owner may hold Pre Award discussions
with the Successful Bidder.
29.0

SIGNING OF CONTRACT AGREEMENT:


Within 90 (Ninety) days from the date of the Letter of Award, the Contract Agreement
shall be signed.

30.0

Pollution check-Emission Test Certificate:


The vehicles being used by the Contractors/ suppliers must have valid Emission Test
Certificate issued by the authorized agency.

31.0 The Tender Documents are neither transferable nor the tender fee is refundable under any
circumstances.
32.0

Conditions of Contract:
Subject to the conditions enumerated in the Commercial Conditions of Contract, The
tender will be governed by Technical Specification and Conditions of Contract as
detailed in the document. The Technical conditions of Contract shall prevail over the
other conditions elsewhere specified in the tender document in case they differ from
other conditions to the extent they differ from the other conditions.

33.0

TIME SHEDULE:
The completion of entire work is 18 (eighteen) months from the date of handing over of
site.

33.1

LIQUIDATED DAMAGES FOR DELAY:


If the Contractor fails in the due performance of the Contract within the time agreed as
at Clause 31.3, Vol-II the Purchaser shall levy liquidated damages not as a penalty at the
rate of (half) % per week of delay or part thereof on the value of non-utilizable
portion of the works/supplies subject to a ceiling of 7.5 % (Seven and half percent) of
the Total contract price.

22

(To be executed on plain paper and applicable for all tenders of value above Rs 1 crore)
INTEGRITY PACT
Between
Neyveli Lignite Corporation Limited (NLC) hereinafter referred to as "The Principal
and
............................................. hereinafter referred to as ''The Bidder/ Contractor"
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for ...
.............................................................................. .
The Principal values full compliance with all relevant laws and regulations, and the principles
of economic use of resources, and of fairness and transparency in its relations with its Bidder/s
and Contractor/s.In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organization ''Transparency International" (TI). Following TI's
national and international experience, the Principal will appoint an external independent
Monitor who will monitor the tender process and the execution of the contract for compliance
with the principles mentioned above.
Definitions:
In pursuance of the above Pact, for the purposes of this provision, the Principal defines the
relevant terms set forth therein as under:
1) Contract means the contract entered into between the Principal and Bidder (or Tenderer) /
Contractor for the execution of work mentioned in the preamble above.
2) Contractor means the bidder or tenderer whose tender (bid) has been accepted by the
principal or Company whose tender (bid) has been accepted and shall be deemed to include
his/its/their successors, representatives, heirs, executors and administrators unless excluded by
the Contract.
3) Coercive practice means harming or threatening to harm, directly or indirectly, persons or
their property to influence their participation in the procurement process or affect the
execution of a contract; In order to achieve these goals, the Principal proposes to appoint one
or more External Independent Monitor/s who will monitor the tender process and the
execution of the contract for compliance with the principles mentioned above.
4) Collusive practice means a scheme or arrangement between two or more bidders, with or
without the knowledge of the Principal designed to establish bid prices at artificial,
noncompetitive levels; and

23

5) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution;
6) External Independent Monitor means a person, hereinafter referred to as EIM, appointed,
in accordance with Section 7 below, to verify compliance with this agreement.
7) Fraudulent practice means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the Principal and includes collusive
practices among Bidders (Prior to or after bid submission) designed to establish bid prices at
artificial, non competitive levels and to deprive the Principal of the benefits of free and open
competition;
8) Party means a signatory to this agreement.
9) Purchaser means Neyveli Lignite Corporation Limited, Neyveli, incorporated under the
Companies Act 1956, having their registered Office at Chennai, 600 010 and includes their
successors.
10) Bidder or Tenderer means the person, firm or company submitting a tender (bid) against
the invitation to Tender (bid) and includes his/its/their staff, consultants, parent and associate
and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and
suppliers, heirs, executors, administrators, representatives, successors.
Section 1 - Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
1. No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept,
for him/herself or third person, any material or immaterial benefit which he/she is not
legally entitled to.
2. The Principal will, during the tender process treat all Bidders with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidders
the same information and will not provide to any Bidder confidential/additional
information through which the Bidder could obtain an advantage in relation to the tender
process or the contract execution.
3. The Principal will exclude from the process all known prejudiced persons.
(2)

If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and in
addition can initiate disciplinary actions.

24

Section 2 - Commitments of the Bidder/Contractor


(1) The Bidder / Contractor commits itself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the
tender process and during the contract execution.
1. The Bidder / Contractor will not, directly or through any other person or firm, offer, promise
or give to any of the Principal's employees involved in the tender process or the execution of
the contract or to any third person any material or immaterial benefit which he/she is not
legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever
during the tender process or during the execution of the contract.
2. The Bidder / Contractor will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to form cartels in the bidding process.
3. The Bidder I Contractor will not commit any offence under the relevant Anti-corruption
Laws of India: further the Bidder IContractor will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document provided by
the Principal as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
4. The Bidder / Contractor will, when presenting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
5. The Bidder / Contractor of foreign origin shall disclose the name and address of the Agents /
representatives in India, if any. Similarly the Bidder / Contractor of Indian Nationality shall
furnish the name and address of the foreign principals, if any.
(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award has committed a transgression through a violation of
Section 2 or in any other form such as to put his reliability or credibility as Bidder into question,
the Principal is entitled to disqualify the Bidder from the tender process or to terminate the
contract, if already signed, for such reason.
(1) If the Bidder / Contractor has committed a transgression through a violation of Section 2
such as to put his reliability or credibility into question, the Principal is entitled also to exclude
the Bidder /Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be
25

determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder and the amount of the
damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidence, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.
(4) If the Bidder / Contractor can prove that he has restored / recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal may revoke the
exclusion prematurely, provided such systems has been audited by an independent agency.
Section 4 - Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit / Bid Security.
(2) If the Principal has terminated the contract according to Section 3 or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages equivalent to Security Deposit
I Performance Bank Guarantee.
Section 5 - Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public
Sector Enterprise in India that could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject he can be disqualified from the
tender process or the contract, if already awarded, can be terminated for such reason.
Section 6 - Equal treatment of all Bidders / Contractors/ Subcontractors
(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in
conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders, Contractors and Subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.

26

Section 7 - Criminal charges against violating Bidders/Contractor/ Subcontractors


If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or
of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor,
which constitutes corruption, or if the Principal has substantive suspicion in this regard, the
Principal will inform the Vigilance Office.
Section 8 External Independent Monitor I Monitors (three in number depending on the
size of the contract) (to be decided by the Chairperson of the Principal)
(1) The Principal appoints competent and credible external independent Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions, neutrally and independently. He reports to the Chairperson of the Board of the
Principal.
(3) The Contractor accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder / Contractor / Subcontractor with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will
so inform the Management of the Principal and request the Management to discontinue or
heal the violation, or to take other relevant action. The monitor can in this regard submit
non-binding recommendations. Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and,
should the occasion arise, submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to / provided
to Outside Expert Committee members / Chairman as prevailing with Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within
27

reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.
(9) The word 'Monitor' would include both singular and plural.
10) The Monitor can be removed from his office, before the expiry of his tenure only with
the approval of the Board of the Principal.
Section 9 - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6 months
after the contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged / determined by
Chairperson of the Principal.
Section 10 Other provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Chennai / Neyveli. The Arbitration clause provided
in the main tender document / contract shall not be applicable for any issue / dispute arising
under Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) It the Contractor is a partnership or a consortium this agreement must be signed by all
partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
.......................................
For the Principal
.......................................
..
For the Bidder / Contractor
Place .............
Date ..............
Witness 1 ...........................
Witness 2 ........................

28

INTEGRITY PACT PROGRAMME


NLC is committed to have most ethical business dealing with the Vendors, Bidders and
Contractors of goods and services and deal with them in a transparent manner with equity and
fairness.
In order to achieve these goals, NLC is implementing the Integrity Pact Programme in cooperation with Central Vigilance Commission (CVC) and renowned International NonGovernmental Organisation, Transparency International India (TII).
The Integrity Pact Programme will cover Tenders / Contracts valued at Rs. 1 Crore or above.
The Integrity Pact Programme covers the following aspects.
i) Commitments and Obligations of NLC (Principal).
ii) Commitments and Obligations of Vendors / Bidders / Contractors (Counterparties).
iii) Violations and Consequences.
iv) Independent External Monitors.
INDEPENDENT EXTERNAL MONITORS
1. Shri. N. Sundaradevan, I.A.S. (Retd.)
No.18,S.K.Prestige,
Dr.RadhakrishnanSalai,
Tatabad, Coimbatore 641 012.

E maiI: sundaradevan@gmail.com
Ph. No: 09840594444.

2. Shri. D. Mukherjee, IPS (Retd.),


No. 2 / 670, IPS / IAS Officers Colony,
Manappakkam, Porur,
CHENNAI 600 116.

E mail: ratnajee@hotmail.com
Phone: 044 2252 2466
Mobile: 099400 60000

3. Shri. P.N. Pathak, IRS (Retd.)


No:14/118, Indira Nagar,
Nirmal Resham,
Lucknow 226010

E maiI: pnpathak1944@gmail.co.in
Ph. No: 0522 2356977
Mobile: 9415402654; 9415066921

As per the Integrity Pact Programme, an Integrity Pact, which envisages an agreement
between the prospective Vendors, Bidders & Contractors and NLC, committing the persons /
officials of both parties, not to exercise any influence on any aspect of the contract. Only those
Vendors / Bidders / Contractors, who have entered into such an Integrity Pact with NLC
would be competent to participate in the bidding. In other words, entering into this Pact would
be a preliminary qualification.
Hence the bidder shall submit the Integrity Pact agreement duly filled and signed in his offer
enclosed in Part-I cover.
The format of Integrity Pact, which should form a part of the tender of value more than
Rs. 1 Crore is enclosed at Volume-I.
29

FORMAT OF BID GUARANTEE


NOTE:
1. This guarantee should be furnished by a Scheduled Commercial Bank authorized by
Reserve Bank of India other than Bank of China in the format as given below:
2. This bank guarantee should be furnished on stamp paper of value not less than
` 80/- as per Stamp Act.
3. The stamp paper should have been purchased in the Name of the Bank executing the
Guarantee.

-----------------------------------------------------------------BANK GUARANTEE No:


Date:
Ref : Tender No. ..
To
NLC LIMITED
NEYVELI 607 801.
CUDDALORE DIST., TAMIL NADU, INDIA.
Dear Sirs,
1.0 In accordance with your Invitation to Bid under your Tender No
: dated .. M/s
hereinafter called the Bidder, having its registered office/Head office at.
with the following Directors on their Board of Directors / Partners of
the firm:
1...
2..
3 ...
4
5
6 ..
7
8 ..
9
10
wish to participate in the said bid for ..
2.0 As an irrevocable Bank Guarantee against Bid Guarantee for a sum of
`..(in words and figures) valid for 10 Months from
(the date of bid opening) is required to be submitted by the
Bidder as a condition precedent for participation in the said bid, which amount is liable to
be forfeited on the happening of any contingencies mentioned in the Bid documents.
3.0 We, the Bank at (local address) having our Head
Office at .. guarantee and undertake to pay immediately on mere demand
by NLC stating that
a. the bid has been unilaterally revoked / revised / modified / withdrawn before expiry of
bid validity period, by the Bidder(s), or
b. the price(s) have been unilaterally increased or altered after the bid opening and during
validity of the offer, by the Bidder, or
c. On the issue of LOA by NLC/NTPL to the bidder, the bidder has omitted or refused to
accept the said LOA within the stated period and / or execute the Contract agreement, or
d. The Bidder, after issue of LOA, omitted or failed to submit Contract Performance
Guarantee within the specified period.
30

e. The bidder furnished Forged / Bogus Certificates,


the amount of..(in figure and words) to the said NLC/NTPL without
any reservation., protest, demur and recourse. Any such demand made by the Purchaser
shall be conclusive and binding on the Bank irrespective of any dispute or difference
raised by the Bidder.
4.0 The guarantee shall be irrevocable and shall remain valid up to .. If any
further extension of this guarantee is required the same shall be extended to such required
period (not exceeding one year) on receiving instruction from M/s..on whose
behalf this guarantee is issued.
5.0 Notwithstanding anything contained herein:
a. Our liability under this bank guarantee shall not exceed ..(in words)
b. this bank guarantee shall be valid upto ..; and
c. we are liable to pay the guaranteed amount or any part thereof under this bank
guarantee only and only if you serve upon us a written claim or demand on or
before
6.0 In witness whereof the Bank, through its authorised officer has set its hand and stamp on
this.. day of .. at .

Signature
Witnesses:

Name in Block Letters

1. Signature

Designation:

Name in Block Letters

Staff Code No.

Occupation and Address

Bankers Seal
Attorney as per power of
Attorney No..dt.

2. Signature
Name in Block Letters
Occupation and Address

31

FORM OF BID
(To be submitted by the Bidder in Part-I of his Bid)
From:
To:
General Manager/ Contracts,
Neyveli Lignite Corporation Limited,
Neyveli - 607801,
Cuddalore Dist.,
Tamil Nadu,
India
Subject: __________________________________(Name of Package )
Tender No.___________________________________
1.

Having carefully examined all the Tender Documents attached to your Tender No.
_______________ dated ___________, and its amendments/ errata/ corrigendum and
clarifications issued till date of tender opening, we agree to Complete the WORKS in
conformity with all the terms and conditions stated in Tender Documents and its
amendments/ errata/ corrigendum and clarifications issued till date of tender opening
and as per time schedule given in Tender Documents. The Plant, Equipment and
System offered are of best and of latest technology and of international standards.

2.

I/We declare and certify that I/We fully satisfy the Qualifying Requirement and the
documentary proof as called for, have been annexed.

3.

We undertake, in case our bid is accepted, to commence the work from the date of
handing over of site and to complete

and deliver the whole of the work

responsibilities

contract within ......... (both in figures and

comprised

in

the

and

words) months calculated from the date of handing over of site and as per time
schedule given in Tender Documents.
4.

We are submitting the Bid Guarantee for a sum of `. ........... in the form .......................
as instructed by you. This Bid Guarantee shall be governed as per the stipulations
provided in the "Instructions to Bidders in tender document".

5.

We agree to abide by and keep our Bid valid initially for a period of 08 Months from
the date set for opening of Bid (Part I) by NLC Limited and it shall remain binding
on us and may be accepted at any time before the expiry of that period.

6.

Should our Bid be accepted, we hereby agree to abide by and fulfil all Terms and
Conditions of Tender Document as accepted by us and in default thereof, to forfeit and
pay to NLC or NLC Ltds successors, assignees or authorised nominees such sums
of money as are stipulated in

conditions contained in Tender Documents and


32

agree to furnish Bank Guarantee for Contract performance as per the Proforma
prescribed by NLC Ltd and acceptable to NLC Ltd and for the sum equal to 10% of
"Contract Price" for the entire scope of work within 30 days from the date of Letter of
Award. We understand that NLC Ltd is not bound to accept the lowest or any Bids
received and NLC Ltd has the right to reject any bid, without assigning any reason
whatsoever.
7.

This Bid together with written acceptance thereof, shall constitute a binding
CONTRACT between NLC TAMIL NADU POWER LIMITED (NTPL) and
ourselves till a formal contract is executed.

8.

Dated this __________________ day of _________________________

Signature
Witnesses:

Name in Block Letters

1. Signature

Designation:

Name in Block Letters

Company Seal

Occupation and Address


2. Signature
Name in Block Letters
Occupation and Address

33

FORM OF BID
(To be submitted by the Bidder in Part-II [Price Bid])
Tender No:
Bid No:
From:

To:
The General Manager/Contracts,
Corporate Office,
Neyveli Lignite Corporation Limited,
Neyveli - 607801,
Cuddalore Dist.,
Tamil Nadu,
India
1. I/We the undersigned have carefully examined and understood the Bidding Documents
including the amendments/errata/corrigendum and clarifications, if any issued till the
date of tender opening. I/We hereby agree to carry out the entire works as described in
the specifications in conformity with the specifications and Bidding documents as per
prices quoted by us in the Price Schedule.
2.

In the event of our proposal being accepted, we agree to furnish a Bank Guarantee for
the Contract Performance as per the proforma prescribed by Neyveli Lignite
Corporation Ltd/ NLC Tamil Nadu Power Limited and acceptable to the Neyveli Lignite
Corporation Ltd /NLC Tamil Nadu Power Limited, and for the sum equal to 10% of
Total Contract Price. The Bid Guarantee shall be released only after the Contract
Performance Guarantee issued in favour of NLC Tamil Nadu Power Limited is received
and accepted by Neyveli Lignite Corporation Ltd /NLC Tamil Nadu Power Limited.
Signed this __________________ day of _________________________
Signature

Witnesses:

Name in Block Letters

1. Signature

Designation:

Name in Block Letters

Company Seal

Occupation and Address


2. Signature
Name in Block Letters
Occupation and Address

34

DEVIATION SCHEDULE TO DRAFT CONTRACT


All deviations from the Draft Contract shall be filled in by the BIDDER Clause by Clause in
this schedule.
SL No.

Clause No. in
Draft Contract

Deviation

Reason for Deviation

The BIDDER hereby certifies that the above mentioned are the only deviations from the
OWNERs Draft Contract. The BIDDER further confirms that in the event any other data
and information presented in the BIDDERs proposal and accompanying documents are at
variance with the specific requirements laid out in the OWNERs Draft Contract, then the
latter shall govern and shall be binding on the BIDDER for the quoted price.

SIGNATURE
NAME
COMPANY SEAL

DESIGNATION
COMPANY
DATE

35

DEVIATION SCHEDULE TO TECHNICAL SPECIFICATION


All deviations from the Technical Specifications shall be filled in by the BIDDER clause by
clause in this schedule.
Sl No.

Volume/
Section

Clause No.

Description

Deviation

Reason for
Deviation

The BIDDER hereby certifies that the above mentioned are the only deviations from the
OWNERs Technical Specifications for this enquiry. The BIDDER further confirms that in the
event any other data and information presented in the BIDDERs proposal and accompanying
documents including drawings, catalogues, etc., are at variance with the specific requirements
laid out in the OWNERs Technical Specifications, then the latter shall govern and shall be
binding on the BIDDER for the quoted price.

SIGNATURE
NAME
COMPANY SEAL

DESIGNATION
COMPANY
DATE

36

MANPOWER DEPLOYMENT SCHEDULE

Sl. No.

Designation

Discipline

COMPANY SEAL

Qualification

Experience

No. of persons

Period of

proposed

engagement

SIGNATURE
NAME
DESIGNATION
COMPANY
DATE

37

WORKS EXECUTED IN THE NAME OF THE BIDDER


Sl.
No.

Full
particulars of
similar works
carried out by
the Bidder

Contract
Value

Completion time
as stated in the
contract

Actual
completion
time

Date of
Commissioning

Name and
address of
authorities for
whom work
was carried
out.

Note: Separate sheets may, if required, be used for giving the details in the Proforma mentioned
above.
The sheets shall be duly signed and attached with the bid.

COMPANY SEAL

SIGNATURE
NAME
DESIGNATION
COMPANY
DATE

38

REQUIREMENTS OF THE CONTRACTOR AT SITE


(Bidder to fill and return with his Bid)
The Bidder shall state his requirements against each of the following including the basis of
requirements. However NLC will provide land for site Office to the Minimum requirement
subject to availability and also sufficient water & Power will be provided as per Clause 16 of
Draft Contract Volume II as against your requirement.
A.
1.0

Requirements
Land for Site fabrication work, Stores, Site
office, etc.
Area Requirement

1.1

For site fabrication

Sq. m

1.2

At construction site

Sq. m

2.0

Construction Power (in kVA) Indicate same


for the period.
0-6 7-12

Months
13-18

Power Requirement
3.0

Construction Water (in cu.m/day) Indicate


same for the period.
0-6 7-12
Water Requirement

B.

Basis of Requirements

1.

Land

2.

Construction Power

3.

Construction Water

SIGNATURE
NAME
COMPANY SEAL

DESIGNATION
NAME AND ADDRESS OF
THE COMPANY
DATE

39

Months
13-18

LIST OF EQUIPMENT

The BIDDER shall indicate hereunder the equipment he has in possession and the equipment he
proposes to bring to the site, in case the work is awarded to him.
Sl.
No.

Type and description of


the Equipment

Numbers the Bidder


has in possession

Numbers he proposes to
bring on to site

BIDDER hereby confirms that the quantity and type of tools he will employ for construction
will not be less than those listed above, and agrees to bring more equipment, if so warranted, in
the opinion of the Engineer

COMPANY SEAL

SIGNATURE
NAME
DESIGNATION
COMPANY
DATE

SIGNATURE OF THE BIDDER

40

TENDER No:
OTHER SCHEDULES
Questionnaire on Commercial Points to be answered by the Bidder and to be submitted
in Part-I of the Bid.
1.0
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
2.0
3.0
3.1
3.2
3.3
3.4
3.5
4.0
4.1
5.0
5.1
6.0
6.1
6.2
7.0
7.1
8.0

9.0

10.0

Principal Bidder
Name & Address
Telex No
Telephone no
Telegraphic code
Fax no & E-Mail address
Name & Address of your manufacturer if any
Bankers Name & Address
Name & Full Address of Chief Executives
Name, Designation and full address of contact
person and cell no
Place of manufacture
Other information if any
Confirmation of furnishing Audited annual reports
and annual accounts for the past 3 years

:
:
:
:
:
:
:
:
:
:

BID GUARANTEE
Whether Bid guarantee is furnished.
Whether any deviation in format of bid guarantee is
taken
Value of Bid guarantee
Expiry date of Bid guarantee
Name & Address of Bankers
SCOPE OF WORK
Whether the bid covers the entire scope of work as
detailed in the tender specification
VALIDITY OF BID
Please indicate the validity Of Bid
PRICES
Whether the prices are furnished in the prescribed
price schedule
Whether the rate quoted are valid even for part
quantity
TIME SCHEDULE
Whether agreeable for the time schedule stipulated
in the tender document
Warranty period/Defect liability period
Whether agreeable for the Warranty period/Defect
liability period of 12 months from the date of issue
of completion certificate.
Whether Form of bid Part-I & Form of bid
Part II are enclosed in Cover I and Cover II
respectively.
Whether unpriced schedule is enclosed in Cover-I

:
:
:

Signature
Name
Designation
Company
Company seal

41

:
:
:

:
:
:
:
:
:
:
:
:
:
:
:
:
:

:
:
:
:

SECTION-3

PRICE SCHEDULE

42

1.

2.

3.

4.

5.

6.

7.

8.

9.

GENERAL NOTE
The schedule of Quantities and Rates shall be read in conjunction with the
specifications, tender drawings and tender documents. Contractor shall not reply merely
on the description given in the Schedule of Quantities and Rates. All the work shall
confirm to specifications and the quoted rates shall be deemed to include all works
necessary to achieve this whether actually indicated under the item description or not.
Quantities of work indicated in the Schedule of Quantities are only approximate and are
given to provide a common basis for tendering. No claim shall be entertained from
Contractor if the actual quantities of individual items of work differ to any extent from
those indicated herein.
The quotation submitted by Bidder should be based on the probable quantities of the
several items of work, which are furnished for Bidders convenience in the Schedule of
Quantities. It must be clearly understood that the Contract is not a lumpsum contract.
Prices and rates quoted shall be firm for a variation in the total contract price by + 20%
(Plus twenty percent) with the provision that individual items may vary to any extent.
Deviation limit will be calculated as Net effect.
The quoted rates of each item except for the items which are abnormally high in
comparison with the cost estimates and the quotation of other bidders shall remain firm
as long as the variation in the total value of works including the extra items if any
remain within + 20% (Plus twenty percent) of the value of the tender as awarded. For
variation in the total works beyond the above range the rates for items except for items
which are abnormally high in comparison with the cost estimates and the quotations of
other bidders of work shall be mutually discussed and agreed to.
If the price quoted for certain items by the lowest evaluated bidder are abnormally high
(AHR), abnormally low (ALR) in comparison with the cost estimates, those items will
be specifically identified and mentioned in the letter of award. The letter of award will
also clearly state that in the event of increase in quantity of AHR/ALR items
respectively, a market rate analysis will be done and the contractor will be paid either
the market rate or the rate quoted by the contractor whichever is less for the increased
quantity respectively.
The quantities of work actually carried out (as evaluated from construction drawings)
against each item will be measured and paid at the rates quoted in the Schedule of
Quantities, where applicable or otherwise at such rates and prices as may be fixed within
the terms and conditions of the Contract.
Unit or lump sum prices shall be quoted for all items and they shall be firm. If unit
prices are not quoted against any of the items, it shall be deemed to have been covered in
the prices quoted elsewhere. These rates shall include cost of all plant, labour, materials,
wastage, supervision, insurance, taxes, overheads, profits, etc., and every incidental and
contingent cost and charges whatsoever required to complete the items of work in all
respects and as per specifications.
The bidder shall quote for all items against all the Sl .Nos. and columns in the schedule
of prices. If no prices are envisaged for any of the item, Nil shall be mentioned. In this
context, Nil mentioned against any item shall construe that bidder shall not charge any
amount separately for that item from the Purchaser and agrees to execute the works as
per specification.
If the term such as --, is mentioned or left blank against any Sl. Nos./columns, then the
highest amount quoted for the concerned item among all the bidders will be loaded for
the purpose of evaluating the price bids. However, this concept of loading shall not be
applicable for taxes and duties.
43

10.
11.
12.

13.

14.

15.

16.
17.

18.

19.

20.
21.

The bidder should certify that the prices quoted are not less favourable than the rates
quoted to any other Government Department/Government undertakings.
Bidders shall furnish the unit prices/rates for all the items given in schedule of quantities
considering supply of all materials is in the scope of bidder.
Bidder shall be deemed to have allowed in his rates and prices for the provision,
maintenance and final removal of all temporary works of whatsoever nature required for
the proper execution of works. The rates shall also be deemed to include cost of any
survey works that may be required to be carried out for all the works involved.
Rates shall be entered both in figures and in words in the format given for schedule of
quantities and rates. The Bidder quoting a system of pricing other than that specified
herein runs the risk of rejection.
The rates quoted shall hold good for works above ground level irrespective of elevations
including lifts or below ground/grade level inclusive of dewatering where necessary. No
extra amount is payable for de-watering under any circumstances. This shall also
include the cost of materials utilized for testing. The access roads required for
construction will not be paid separately.
The rates quoted shall hold good even if the shapes and sizes of members shown on bid
drawings are modified while issuing the final drawings stamped Released for
Construction. No extra claims shall be entertained in this regard.
Rates quoted by the bidder shall be firm for the entire period of construction and is valid
even if the contract is split.
Bidder shall quote his rates for all items. The Owner reserves the right to
operate/increase or decrease quantities in each item or omit any item included in the
schedule at his discretion. Contractor shall have not claim, whatsoever, on grounds of
loss of anticipated profit etc., on account of the same.
For each item in the Schedule of Quantities, the Bidders rate shall include for the
activities covered in the description of the item as well as for all necessary operations,
all as per specifications.
For reinforcement items no payment will be made for binding wires. However, Laps
shown in the drawing as well as those approved by Engineer, Approved Chairs, spacer
bars will be measured and paid for. However, Contractor shall submit the concreting
scheme indicating the chairs for Engineers approval.
All the tests for the materials shall be conducted at laboratories approved by Owner.
The charges incurred on testing shall be borne by the Contractor.
Abbreviations used for the unit of various items are as stated below.
t
Kg
M
M3
M2
No.
Km
LS
RM
Pt.
Set
MT

=
=
=
=
=
=
=
=
=
=
=
=

tonne = 1000 kgs


kilogram
running metre
cubic metre
square metre
Number
Kilometre
Lumpsum
Running metre
Point
Set
Metric ton=1000kgs
44

22.

a) All items shall be quoted in Indian Rupees only.


b) Where rate is not quoted for any item description, it shall be deemed to have been
included elsewhere and no payment will be made for the work done under that item.
c)

Where there is discrepancy between the rates in figures and in words, the rate
expressed in words shall only prevail and shall be adopted.

d) Where there is discrepancy between the unit rate and line item total resulting from
multiplying the unit rate by quantity, the unit rate as quoted shall only prevail and
shall be adopted.
e)

If there is discrepancy between the total bid price and the sum of total prices, the sum
of total prices shall prevail and the total bid price will be corrected.

23. The bidder has to inspect the site & study in detail about the availability of all the materials
required for the works including lead etc., prior to quoting for any item.
24. The bidder shall furnish the following completely and clearly in the schedule of prices.
1. Sub Section-I : Rates & Classification of Taxes & Duties adopted.
2. Price Schedule Par-A & Part-B

SIGNATURE OF THE CONTRACTOR

45

SUB SECTION I
(To be submitted in Part-I cover duly filled in)
Rates and classifications of taxes & duties adopted
The bidder shall give below the details of the prevailing rates and classification of components
in accordance with the rules for the taxes and duties quoted.

A) Service Tax

Rate adopted

.%

B) Works Contract Tax:

Rate adopted

..%

C) Octroi/Entry tax and other taxes, if any:


.
Sl. No
Materials
Classification
Rate adopted
.
(Please specify the name of Tax and Rate of Tax)
.
(1) Service Tax may be furnished separately.
(2) Works Contract Tax may be furnished separately.

(3) Any other taxes and duties, if any, quoted in the price bid, the rates adopted with
relevant classification/ rules shall be indicated in this schedule.

Signature
Name
Designation
Company
Date

Company Seal

46

SUB SECTION-II
PRICE SCHEDULE
PART-A- (Civil

Works)

NAME OF WORK: Construction of various type of residential Quarters (Type-A, B, C, D &


Toilet block), Barracks, Armoury & quarter guard, Canteen building etc.,
including Electrification works for CISF of NTPL at Tuticorin
Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

Earth work excavation for


foundation, drain etc in all
classes of soil except sand and
rock
requiring
blasting
including
dewatering
(if
necessary) and depositing the
excavated earth on the sides
within an initial lead of 10 m
and lift of 2m. The rate shall
include all labour charges and
conveyance.
Providing and laying plain
cement concrete of mix 1:4:8
(one cement, four sand and
eight 40 mm size downgraded
B.G. Metal) for foundation/
flooring
including mixing,
placing, providing shuttering if
necessary, compacting and
curing. The rate shall include all
labour charges, cost and
conveyance of all materials.

4267.00 M3

1 M3 (One
cubic
metre)

696.00 M3

1 M3 (One
cubic
metre)

Providing and laying plain


cement concrete of mix 1:5:10
(one cement, five sand and ten
40 mm size downgraded B.G.
Metal) lean concrete for
dummy column
including
mixing, placing, providing
shuttering, compacting and
curing. The rate shall include all
labour charges, cost and
conveyance of all materials.

4.00 M3

1 M3 (One
cubic
metre)

47

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Providing
and
laying
reinforced cement concrete
of design mix M30 grade
using 20mm and 12mm size
downgraded
BG
metal
including providing shuttering,
centering,
scaffolding,
vibrating, curing and removal
of shuttering after curing etc.
complete excluding the cost of
reinforcement grills. The rate
shall include all labour
charges, cost and conveyance
of all materials.
(a) Grade
beam,
column
foundation and basement etc.

Rate
(In Fig. & words)
Rs. Ps.

UNIT

842.90 M3

1 M3 (One
cubic
metre)

(i) Ground Floor

173.60 M3

1 M3 (One
cubic
metre)

(ii) First Floor

100.20 M3

1 M3 (One
cubic
metre)

(iii) Second Floor

91.20 M3

1 M3 (One
cubic
metre)

(iv) Third Floor

10.50 M3

1 M3 (One
cubic
metre)

(i) Ground Floor

647.90 M3

1 M3 (One
cubic
metre)

(ii) First Floor

370.70 M3

1 M3 (One
cubic
metre)

(b) Column /sunshade

(c) Beam/Lintel/slab

48

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

332.50 M3

1 M3 (One
cubic
metre)

70.70 M3

1 M3 (One
cubic
metre)

27.00 M3

1 M3 (One
cubic
metre)

350.00 M2

1 M2 (One
square
metre)

(a) Foundation and Basement

357.00 M3

1 M3 (One
cubic
metre)

(b) Super structure-GF

881.00 M3

1 M3 (One
cubic
metre)

(iii) Second Floor

(iv) Third Floor

Providing and laying Concrete


wall, flooring and drops in
reinforced cement concrete of
design mix M30 grade using
20mm
and
12mm
size
downgraded
BG
metal
including scaffolding, vibrating,
curing
and
removal
of
shuttering after curing etc.
complete,. The rate shall
include all labour charges, cost
and conveyance of all materials
excluding
the
cost
of
reinforcement
grills
and
shuttering and centering.
Supplying and fixing of
shuttering and centering for
RCC walls and drops etc.,
Providing Brick masonry in
CM 1:5 (one cement and five
sand) using chamber burnt
bricks of required sizes
including
scaffolding
(wherever necessary) and
curing at all levels. The rate
shall include all labour
charges, cost and conveyance
of all materials

49

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

(c) Super structure-First Floor

522.00 M3

1 M3 (One
cubic
metre)

(d) Super structure-Second Floor

439.00 M3

1 M3 (One
cubic
metre)

(e) Super structure-Third Floor

178.00 M3

1 M3 (One
cubic
metre)

(a) Ground floor

818.00 M2

1 M2 (One
square
metre)

(b) First floor

533.00 M2

1 M2 (One
square
metre)

(c) Second floor

464.00 M2

1 M2 (One
square
metre)

(d) Third Floor

46.00 M2

1 M2 (One
square
metre)

Providing Brick masonry walls


(115mm thick) in CM 1:4 (one
cement and four sand) using
chamber burnt bricks including
scaffolding (if necessary) and
curing at all levels. The rate
shall include all labour charges,
cost and conveyance of all
materials.

Construction of brick masonry


(75mm thick) in CM 1:3 (one
cement and three sand)-brick on
edge type using chamber burnt
bricks including curing. The rate
shall include all labour charges,
cost and conveyance of all
materials.
50

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

(a) Ground floor

72.26 M2

1 M2 (One
square
metre)

(b) First floor

58.66 M2

1 M2 (One
square
metre)

(c) Second floor

51.16 M2

1 M2 (One
square
metre)

10 Filling in foundation and


basement with excavated earth
in layers not exceeding 150 mm
thick for each layer including
watering,
ramming
and
consolidation. The rate shall
include all labour charges and
conveyance.

4189.00 M3

1 M3 (One
cubic
metre)

11 Supplying and filling in


foundation / basement with
river sand in layers not
exceeding 150mm thick for
each layer including watering,
ramming and consolidation. The
rate shall include all labour
charges, cost and conveyance of
all materials.
12 Providing and laying vitrified
joint free colour ceramic
floor tiles of approved colour,
design and size 600x600mm
(Johnson,
Somany
or
equivalent make) for flooring
at all levels after laying the
bedding in cement mortar 1:3
(one cement and three sand)
20 mm thick with cement
slurry including cutting chases
in walls wherever required and
pointing with same coloured
cement including skirting
wherever necessary. The rate
shall include all labour
charges, cost and conveyance
of all materials.

337.00 M3

1 M3 (One
cubic
metre)

4223.00 M2

1 M2 (One
square
metre)

51

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

13 Providing and laying ceramic


floor tiles
antiskid type
(Somany Or Johnson Or
Equivalent) of size 300X300
mm or any other approved size,
quality and colour for flooring
and skirting wherever necessary
at all levels after laying the
bedding in CM 1:3 (one cement
and three sand) 20mm thick
including cutting chases in
walls wherever required and
pointing with same coloured
cement. The rate shall include
all labour charges, cost and
conveyance of all materials.
14 Providing
and
laying
granolithic flooring with plain
cement concrete 1:2:4 (one
cement two sand and four BG
metal of 6mm to 12mm size)
25mm thick over the existing
base course and finishing with a
sandwich layer of 3mm thick in
CM1:1.5 (one cement one and
half sand) over the above and
providing expansion joint if
necessary, joint filled with
mastic soft composition of 1
maxphalt to 0.5 sand mixing,
consolidation and curing, etc.,
complete. The rate shall include
all labour charges, cost and
conveyance of all materials.

Rate
(In Fig. & words)
Rs. Ps.

UNIT

556.00 M2

1 M2 (One
square
metre)

982.00 M2

1 M2 (One
square
metre)

52

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

15 Providing and laying Concrete


floor tiles (EUROCON or
ULTRA OR EQUIVALENT)
of minimum size 300X300 mm
or any other size of approved
quality, colour and design for
flooring after laying the
bedding in CM 1:3 (one
cement and three sand) 20mm
thick including cutting chases
in walls wherever required and
pointing with same coloured
cement.The rate shall include
all labour charges, cost and
conveyance of all materials.

105.00 M2

1 M2 (One
square
metre)

16 Supplying and laying of paver


blocks of required shape of
55mm thick as directed by
corporation
officers.
The
pavement should be laid over
the area already prepared by
earth work excavation and sand
filling from the above available
item
of
this
schedule
respectively. Each block shall
be fixed firmly with the
neighbouring
block
in
approved pattern without any
gap in between, without any
mortar joints and bed mortar.
Vibrating to the paver block
and sand bed with suitable
vibrator and vibrating dry sand
in the joints. The rate shall
include all labour charges, cost
and
conveyance
of
all
materials.
17 Providing 15mm thick cement
plaster of mix 1:5 (one cement
and five sand) to the internal
and external faces of walls,
beams, column etc at all levels
including scaffolding, finishing
and curing. The rate shall
include all labour charges, cost
and conveyance of all materials.

95.00 M2

1 M2 (One
square
metre)

26995.00 M2

1 M2 (One
square
metre)

53

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

8164.00 M2

1 M2 (One
square
metre)

19 Plastering the floor with


CM 1:4 (one cement and four
sand) 15mm thick including
mixing, finishing the surface
with cement slurry by using
10 kg of cement for 10 m2,
string lining and curing at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials.
20 Providing plaster of paris
punning over walls to an
average thickness not exceeding
3mm and finishing smooth as
directed by the Engineer-incharge. The rate shall include all
labour charges, cost and
conveyance of all materials
including preparation of wall
surfaces at all levels for
providing plaster of paris
punning. etc., complete.

1183.00 M2

1 M2 (One
square
metre)

9831.00 M2

1 M2 (One
square
metre)

21 Construction of brick masonry


in CM 1:3 (one cement and
three sand) using chamber burnt
bricks for inspection chamber
etc. including curing. The rate
shall include all labour charges,
cost and conveyance of all
materials.
22 Construction of brick masonry in

59.10 M3

1 M3 (One
cubic
metre)

18 Providing 10mm thick cement


plaster of mix 1: 3 (one
cement and three sand) to the
surface of sunshades, sides and
soffits of beams, ceiling of
RCC slabs, and drop faces at
all levels including scaffolding,
hacking the surfaces wherever
necessary,
finishing
and
curing. The rate shall include
all labour charges, cost and
conveyance of all materials.

CM 1:3 (one cement and three


sand) using chamber burnt bricks
for steps etc. including curing. The
rate shall include all labour
charges, cost and conveyance of all
materials.

54

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

(a) For steps -Ground Floor

9.85 M3

1 M3 (One
cubic
metre)

(b) For steps-First floor

5.20 M3

( c ) For steps-Second floor

1.20 M3

1 M3 (One
cubic
metre)
1 M3 (One
cubic
metre)
2
1 M (One
square
metre)

23 Providing
anti
termite
treatment
protection
(preconstruction soil treatment)
using soil insecticides according
to the requirements stipulated in
IS 6313(part-II) latest edition.
The rate quoted shall be on
plinth area of the building .The
rate include all labour charges,
testing charges for chemical
samples, cost and conveyance of
all materials.

3290.00 M2

24 Providing 19 mm thick stucco


plaster consisting of 7mm thick
rough coat in CM 1:3 (one
cement and three chips) using
blue granite chips of size up to
10 mm after laying 12mm thick
base plaster of mix 1:5 (one
cement and five sand) to the
external faces of walls including
scaffolding finishing, curing and
providing necessary grooves in
plaster for ornamental purpose at
all levels. The rate shall include
all labour charges, cost and
conveyance of all materials.
25 Supplying,
Conveying,
fabricating and fixing in
position high yield deformed
bars reinforcement grills
using corrosion resistant steel
bars of Fe415/Fe500 grade
conforming to IS1786 for RCC
works at all levels including
cleaning, straightening (if
necessary), cutting, bending,
cranking, tying with MS
binding wire, placing the cover

60.00 M2

1 M2 (One
square
metre)

320.44 MT

1MT (one
metric
ton)

55

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

blocks in position complete.


The rate shall include all
labour charges, cost and
conveyance of all materials.
26 Supplying and fixing CW frame
Plywood
panelled shutter
single leaf door of approximate
size 1.0x2.10m using CW
scantlings of size 100x60mm for
frames
all-round
except
threshold
styles
of
size
100x30mm, top & friege rail100x30mm, lock&bottom rails125x30mm and factory made
shutters using best kiln seasoned
and presertive pressure treated
hard countrywood for styles and
rails and 9mm thick both sides
commerical veneered BWP
grade plywood (Bonded with
BWP type phenol formaldehyde
synthetic
resin
adhesive)
confirming to IS 303 later
edition
for panels including
furniture fittings (IS -1003 part-I /1977). The door frame
shall be fixed to the side walls
with MS hold fasts and grouted
with cement concrete 1:1.5:3
(one cement, one and half sand
and three 12mm BG metal).
One coat of approved primer and
two coats of synthetic enamel
paint of first quality and
approved colour as directed by
the
corporation
officers
including providing
furniture
fittings below.
FURNITURE FITTINGS
Al. barrel bolt
- 3 Nos.
Al. handle
- 1 No.
CP Aldrop 300mm 16mm dia 1No.
Necessary screws
Rubber stopper
- 1 No.
IO but hinges 125mm long
- 4 Nos.
MS hold fasts 225x50x6mm
- 6 Nos.

63.00 M2

56

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

27 Supplying and fixing single leaf


flush door of approximate size
0.9x2.1m or 1.0x2.1m using
CW
scantlings
of
size
100x60mm for frames all-round
except threshold and factory
made shutters using 30 to 32mm
thick solid core both sides
commercial
veneered
and
internal lipping of depth not less
than 50mm on all four sides
(bonded with water proof phenol
formaldehyde synthetic resin hot
pressed type) and conforming to
IS 2202 part I latest edition.
The frame and shutter shall be
finished with two coats of
synthetic enamel paint over a
coat of primer approved quality.
The door frame shall be fixed to
the side walls with MS hold fasts
and grouted with cement
concrete 1:1.5:3 ( One cement,
one and half sand and three 12
mm BG chips) and providing the
following furniture fittings at
contractor cost for each door.
The rate shall include cost and
conveyance of all materials, and
labour
charges Furniture
fittings:a)
MS
hold
fast
225x50x6mm 6 Nos.b) Powder
coated aluminium barrel bolts 12
mm dia, 250 mm long 3 Nos.c)
I.O- 125mm butt hinges 4 Nos.
d) anodized Aluminum type
aldrop 16 mm dia, 300 mm long
fixed with bolts and nuts 1
No.e) Door stopper with ball and
socket
arrangement1
set.
f)Rubber push 40mm dia-1No
g)Aluminum handle 100 mm
long -1No. Necessary Screws.

524.16 M2

57

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

28 Supplying and fixing Double


leaf flush door of approximate
size 1.2x2.1m using CW
scantlings of size 100x60mm for
frames
all-round
except
threshold and factory made
shutters using 30 to 32mm thick
solid
core
both
sides
commercial
veneered and
internal lipping of depth not less
than 50mm on all four sides
(bonded with
water proof
phenol formaldehyde synthetic
resin hot pressed type ) and
conforming to IS 2202 Part I
latest edition. The frame and
shutter shall be finished with two
coats of synthetic enamel paint
over a coat of primer approved
quality. The door shall be fixed
to the side walls with MS hold
fasts and grouted with cement
concrete 1:1.5:3 ( One cement,
one and half sand and three
12 mm BG chips) and providing
the following furniture fittings at
contractor cost for each door.
The rate shall include cost and
conveyance of all materials, and
labour charges.

5.04 M2

Furniture fittings:
a) MS hold fast 225x50x6mm
6 Nos.
b) Powder coated aluminium barrel
bolts 12 mm dia, 250 mm long
3 Nos.
c) I.O- 125mm butt hinges
6 Nos.
d) Anodized Aluminum type aldrop
16 mm dia, 300 mm long fixed with
bolts and nuts 1 No.
e) Door stopper with ball and
socket arrangement2set.
f) Aluminum handle 100 mm long
-1No.
Necessary Screws.

58

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

29 Supplying and fixing double leaf

UNIT

7.65 M2

1 M2 (One
square
metre)

313.50 M2

1 M2 (One
square
metre)

flush door with approximate door


size 1.5x2.55m including 450mm
glazed head using CW scantlings of
size 100x60mm for frames (3 sides)
and shutters using 30 to 32mm
thick soild core, both sides teak
veneered and internal lipping of
depth not less than 50mm on all
four sides bonded with water proof
phenol formaldehyde synthetic
resin hot pressed type and
conforming to IS 2202(Part-I) latest
edition and painting the door with
two coats of synthetic varnish of
approved quality and colour and
providing the following furniture
fittings at contractor's cost for each
door. Aluminium Aldrop 300mm,
16mm dia-1No., Al. tower bolt
200mm long 3 Nos., Al handle 1
No., IO screws 1 doz. powder
coated Butt hinges 100-125mm 6
Nos.,MS
Hold fast-8Nos., and
Rubber Bush(40mm size)-2No.
The panel of glazed head shall be
provided with 4mm thick glass
panes The cross bars 16mm dia
MS rods- 2Nos shall be provided in
the glazed head portion. The glass
shall be held in position by CW
reepers of Size 10X13mm.

30 Supplying and fixing fibre


reinforced plastic door with
wood packed FRP frame to
suit the opening of size
800x2100mm
or any other
size approved by the Engineer
with following specifications
a) thick ness of door - 26 mm
b) FRP frame section 75X60
MM or any other approved size
The rate shall include all
labour charges, cost and
conveyance of all materials,
tools and plants required for
the work and with following
fixtures for each door.
a) Aluminium hinges 100mm
- 4 Nos.
b) Aluminium tower bolt,
200mm long - 2 Nos.

Rate
(In Fig. & words)
Rs. Ps.

59

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

c) Aluminium handle 150mm


long
- 2 Nos.
d) Necessary counter sunk
screws.
31 Supplying
and
fixing
aluminium glazed openable
type windows with anodized
extruded sections powder coated
of size 40x23x1.5mm for H
frame,
59x33x1.5mm
for
mullion, 29x21x1.5mm for Z
section of high strength and
weight ratio, joints mitred,
adjoined with heavy duty
Aluminium pressure die cast
cleats with fins to match to the
sections conformiing to 'Jindal'
section or equivalent. The glazed
portion will be 5mm thick
frosted glass panes which will be
held in position by screw less
glazing clips (self locking
system). The rate shall include
all labour charges, cost and
conveyance of all materials
including necessary furniture
fittings, rubber gasket etc.,
complete.
a Openable type windows

425.94 M2

32 Supplying and fixing aluminium


glazed Fixed type window/
ventilator with anodized extruded
sections of size 40X23X1.50 mm
for H frame, 59X33X1.50 mm
mullion, 29X21X1.50 mm for Z
section of high strength and weight
ratio ,joints mitred,adjoined with
heavy duty Aluminium pressure die
cast cleats with fins to match to the
sections of frames ,aluminium
sections conforming to 'jindal'
section or equivalent. The glazed
portion will be 4 mm thick plain
glass panes which will be held in
position by screw less glazing clips
(end locking system). including
rubber
gasket
lock
etc.,
complete.The rate shall include all

60

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

labour
charges,
cost
and
conveyance of all materials
including
necessary
furniture
fittings, rubber gasket etc complete

Fixed type windows

86.40 M2

a
b

Ventilator

33 Supplying and fixing TW


glazed Ventilators with glazed
louvers using TW scantlings of
size 63mmx75mm for frames
and
mullions
(wherever
necessary). The louver blades
shall be provided with 5mm
thick frosted glass panes. The
louver blades (glass panes) shall
be held in position by fixing at
an inclined angle as directed by
the Engineer-in-charge. The
Teak wood frames shall be
finished with two coats of
French polish. The ventilator
frames shall be fixed to the wall
with MS hold fasts and it shall
be grouted with cement
concrete 1:11/2:3.(one cement,
one and half sand and three
12mm
downgraded
BG
metal).The rate shall include all
labour charges, cost and
conveyance of all materials.
34 Supplying and fixing CW
glazed Ventilators with fixed
glazed louvers using CW
scantlings of size 63mmx75mm
for frames and
mullions
(wherever
necessary).
The
louver blades shall be provided
with 4mm thick clear glass
panes. The louver blades (glass
panes) shall be held in position
by fixing at an inclined angle as
directed by the Engineer-incharge. The country wood
frames shall be finished with two

9.18 M2

1.62 M2

55.08 M2

61

1 M2 (One
square
metre)
2
1 M (One
square
metre)
2
1 M (One
square
metre)

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

coats of synthetic enamel paint


over a coat of primer. The
ventilator frames shall be fixed
to the wall with MS hold fasts
and it shall be grouted with
cement concrete 1:11/2:3.(one
cement, one and half sand and
three 12mm downgraded BG
metal).
The rate shall include all labour
charges, cost and conveyance of
all materials.
35 Supplying and fixing single leaf
flush door of approximate size
1.0x2.0m using first grade TW
scantlings of size 100x60mm for
frames
all-round
except
threshold and factory made
shutters using 30 to 32mm thick
solid core both sides teak
veneered and internal lipping of
depth not less than 50mm on all
four sides (bonded with water
proof phenol formaldehyde
synthetic resin hot pressed type)
and conforming to IS 2202 part
I latest edition. The frame shall
be finished with french polish
two coats of approved quality.
The door frame shall be fixed to
the side walls with MS hold fasts
and grouted with cement
concrete 1:1.5:3 ( One cement,
one and half sand and three 12
mm BG chips) and providing the
following furniture fittings at
contractor cost for each door.
The rate shall include cost and
conveyance of all materials, and
labour charges Furniture fittings:
a) MS hold fast 225x50x6mm
6 Nos.b).Brass barrel bolts 12
mm dia, 250 mm long 3 Nos.c)
Brass 125mm butt hinges 4
Nos. d) C.P Brass ornamental
type aldrop 16 mm dia, 300 mm
long fixed with bolts and nuts
1 No. e) Door stopper with ball
and socket arrangement1 set. f)

11.55 M2

62

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

Rubber push 40mm dia-1no


g) C.P. Brass ornamental handle
100 mm long -1No. Necessary
brass Screws.
36 Supplying and fixing double
leaf flush door with teak wood
frame for approximate door size
1.2x2.0m using TW scantlings of
size 100x60mm for frames (3
sides) and shutters using 30 to
32mm thick soild core, both
sides teak veneered and internal
lipping of depth not less than
50mm on all four sides bonded
with water proof phenol
formaldehyde synthetic resin hot
pressed type and conforming to
IS 2202(Part-I) latest edition and
painting the door with two coats
of synthetic varnish of approved
quality and colour and providing
the following furniture fittings at
contractor's cost for each door.
Aluminium Aldrop 300mm,
16mm dia-1No., Al barrel bolt
200mm long 3 Nos., Al handle 1
No., IO screws 1.5 doz. powder
coated Butt hinges 100-125mm 6
Nos.,MS Hold fast-6Nos., and
Rubber Bush(40mm size)-1No.
The rate shall include cost and
conveyance of all materials.

30.24 M2

1 M2 (One
square
metre)

37 Supplying and fixing CW


glazed Windows of various
sizes using CW scantlings of
size 63mmx75mm for frames
and mullions,69mmx30mm size
for stiles and rails of shutters.
The panels of the shutters shall
be provided with 5mm thick
frosted glass panes. The glass
panes shall be held in position by
fixing CW reepers (fillets) of
size 10mmx13mm. The country
wood frames shall be finished
with two coats of synthetic
enamel paint over a coat of
primer. The window frames shall

246.24 M2

1 M2 (One
square
metre)

63

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

be fixed to the wall with MS


hold fasts and it shall be grouted
with cement concrete 1:11/2:3.
The following furniture fittings
(for three leaved window) shall
be fixed to each window.
Furniture fittings:
1)Brass butt hinges 75mm long 9 Nos.
2) Aluminium tower bolt 75mm
long-6 Nos.
3)150mm brass hook and eyes6 Nos.
4) Rubber bush 12mm -4Nos.
The rate shall include all labour
charges, cost and conveyance of
all materials.
38 Supplying and Fixing of
TW Cup Board (with sliding
shutter) using TW scantlings of
size 75mmx30mm for frames,
The panels of cup board shall be
provided with 5.50mm thick
plain glass panes held in position
with aluminium channel beading
with provision for sliding /
handling arrangements. The
wooden frame shutters shall be
provided with two coats of
approved quality french polish.
Necessary TW plugs shall be
fixed on walls for fixing the
frames. Necessary furniture
fittings shall be provided for
each cup board.
The rate shall include cost and
conveyance of all materials
including furniture fittings and
labour charges.

112.06 M2

64

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

39 Supplying and Fixing of


Cupboard
using
TW
scantlings
of
size
75mmx30mm for frames,
styles & rails of TW scantlings
of size 60x30mm and MDF
12mm thick shutters both side
melamine finish of approved
quality and colour as per IS
12406. The TW frame shall be
finished with french polish two
coats of approved quality.
Necessary TW plugs shall be
fixed on walls for fixing the
frames. The following furniture
fittings shall be provided for
each cup board.
Furniture fittings:
1) 100mm MS Butt hinges 4 Nos.
2) 75mm MS Butt hinges4 Nos.
3) 62mm brass tower bolts2 Nos.
4) Al. Hasp and staples2 Nos.
5) Aluminium
handles
100mm -2 Nos.
The rate shall include cost and
conveyance of all materials
including furniture fittings and
labour charges. Work shall be
executed as per the approved
drawings.
40 Manufacturing, supplying and
fixing of Steel door sliding/
openable (single / double leaved)
of various sizes to suit the site
requiement conforming to IS
1038, non- galvanised, one side
flush using 18 gauge MS sheet
and standard rolled steel sections
for frames including fittings,
fastenings like hinges, handles,
stoppers, tower bolts etc.,
complete as per site requirement
and painting with two coats of
synthetic enamel paint over a
coat of red oxide primer. The

Rate
(In Fig. & words)
Rs. Ps.

UNIT

312.68 M2

1 M2 (One
square
metre)

13.86 M2

1 M2 (One
square
metre)

65

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

rate shall include cost and


conveyance of all materials and
labour charges.
41 Supplying and Fixing of MDF
board sliding shutter using good
quality teakwood scantlings for
kitchen loft cabinet/bottom
cabinet as per drawing and as
directed by the Engineer-incharge. The rate shall include
cost and conveyance of all
materials including required
furniture fittings and labour
charges.
42 Supplying and fixing machine
polished granite slab of
16-20mm thick of approved
quality for kitchen platform
including laying base mortar,
grouting, etc,. complete
The rate shall include all labour
charges, cost and conveyance of
all materials.

779.00 M2

1 M2 (One
square
metre)

161.00 M2

1 M2 (One
square
metre)

43 Supplying and laying 25mm


thick (approximately) machine
cut,
machine
polished
cuddapah slabs for shelf slabs ,
both sides polished of approved
quality over masonry in CM 1:3
(one cement and three sand) and
joints pointed with same mortar
mixed with pigments to match
the adjacent
wall
colour
including finishing, curing and
wax polishing the top and edges
at all levels. The rate shall
include all labour charges, cost
and conveyance of all materials.

935.00 M2

1 M2 (One
square
metre)

66

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

44 Supplying and fixing stainless


steel sink without drain board
jumbo
bowl
size
of
610x460x254mm (Johnson or
Parry ware or Equivalent make)
mounted on a pair of C.I.
brackets single, 40mm dia rigid
PVC waste pipe concealed in
wall and upto floor trap, 15mm
CP bibcock with flange and
75mm PVC grating with
necessary fittings including
cutting and making good the
walls wherever required at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials.
45 Supplying and fixing stainless
steel sink popular rangegraceful range glory- small
overall
size
990X457mm
(39X18),
bowl
size
400X340X200mm (Johnson or
Parry ware or Equivalent make)
mounted on a pair of C.I.
brackets single, 40mm dia rigid
PVC waste pipe concealed in
wall and upto floor trap, 15mm
CP bibcock with flange and
75mm PVC grating with
necessary fittings including
cutting and making good the
walls wherever required at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials
46 Supplying and fixing colour
glazed vitreous china wash
basin without pedestal of size
550 x 400 mm [Parry Ware Or
Hindustan Sanitary Ware Or
Equivalent] conforming to IS
2556 [part 4] -latest edition with
CI brackets, single 15mm C.P.
pillar tap, 40mm dia rigid PVC
waste pipe concealed in wall and
upto floor trap, one No. of GM
wheel valve and one flexible
PVC connecting hose with

Rate
(In Fig. & words)
Rs. Ps.

UNIT

79.00 Nos
.

1No. (One

6.00 Nos
.

1No. (One

118.00 1 set

1Set. (One
set)

67

number)

number)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

necessary fittings including


cutting and making good the
walls wherever required at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials
47 Supplying and fixing colour
glazed vitreous china single
trap siphonic wash down
European type water closet
( Hindustan sanitary ware or
Parry ware or equivalent)
confirming to IS 2556 (Part-II)
latest edition with PVC seat
and lid with C.P. brass hinges
and rubber buffers and with 10
litres capacity PVC low level
flushing cistern of approved
make (Duralite or equivalent)
with all necessary fittings and
mosquito proof coupling of
approved design including
supplying, laying and fixing
concealed 100mm dia stone
ware/SWR(PVC) pipe and
specials for outlet connections
up to the exterior of the
building, making good the wall
and floor so that the
connections are concealed at
all levels. The rate shall
include all labour charges, cost
and
conveyance
of
all
materials.
48 Supplying and fixing colour
glazed vitreous china siphonic
Indian type water closet
(Orissa pan) of size 580 mm
Hindustan sanitary ware or Parry
ware or equivalent) conforming
to IS 2556 (Part-II)- latest
edition with 10 litres capacity
PVC low level flushing cistern
of approved make (Duralite or
equivalent) and fixed with P or S
trap set in brick jelly concrete of
mix 1:5:10 (one cement, five
sand and ten 40 mm size brick
jelly) in proper level with all

Rate
(In Fig. & words)
Rs. Ps.

UNIT

12.00 Sets

1Set (One
set)

94.00 sets
.

1set. (One
set)

68

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

jointing materials including


making holes in the masonry
walls, connecting the P or S trap
with closet in CM 1:1
( one
cement and one sand) with tarred
yarn, well caulked including
testing to water pressure for
leakage and reconstructing the
same at all levels. The rate shall
include all labour charges, cost
and conveyance of all materials.
49 Supplying and fixing 4mm thick
mirror of approved quality and
of size 600x450 mm with PVC
framed shelf and PVC backing.
The rate shall include all labour
charges, cost and conveyance of
all materials.

104.00 Nos

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1No. (One
number)

50 Manufacturing, supplying and


fixing ornamental steel grills
for windows / ventilators / grill
door / grill for openings etc.,
using MS square rods and MS
angles as per the approved
design including painting with
one coat of red oxide primer
and two coats of synthetic
enamel paint of approved
quality and colour. The
contractor will provide all
materials himself at his own
cost including welders with all
accessories,
grinding
the
surface smooth, hoisting and
placing in position correct to
alignment and plumb, fixing
the grills and finishing at all
levels. The rate shall include
all labour charges, cost and
conveyance of all materials.

27142.50 kg

51 Providing weathering course


over RCC roof with brick jelly
in lime of proportion 32:12.5
(Thirty two brick jelly and
twelve and half lime) to an
average thickness of 80mm

2994.00 M2

1 Kg (one
kilogra
m)

69

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

using 20mm size brick jelly


and top finished with one
course of 18mm to 20mm thick
pressed tiles set in 20mm thick
(average) layer of CM 1:3 (one
cement and three sand)
including floating cement
slurry and mixing approved
liquid
water
proofing
compound (PIDI PROOF OR
IMPERMO
OR
EQUIVALENT) at 200ml for
every bag of cement or as
recommended
by
the
manufacturer), smooth flush
pointing in CM 1:3 (one
cement and three sand) and
curing at all levels. The rate
shall include all labour
charges, cost and conveyance
of all materials.
52 Supplying and fixing moulded
polyethylene
water
tank
HDPE
following capacity
(sintex
or
equivalent)
conforming to IS 12701-latest
edition with the following
fittings
i) Inlet of size 40mm
ii) outlet of size 20mm
iii) over flow of size 40mm
iv) Drain pipe of size 40mm
v) Top lid
vi) 1.5" (40mm) HDPE running
nipple -3 nos
vii) 3/4" (20mm) HDPE running
nipple -4 nos,
The rate shall include all labour
charges, cost and conveyance of
all materials.
(i) 1000 Litres

(ii) 500 litres

79.00 set

1set. (One
set)

5.00 set

1set. (One
set)

70

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

53 Supplying and fixing 20 mm


dia PVC automatic heavy type
float valve of approved quality
with GM valve, spindle, PVC
ball float of 150mm dia and
other fittings required for the
work and fixing the same to
inlet pipes for over head tanks
on top of the building. The rate
shall include all labour
charges, cost and conveyance
of all materials.

Rate
(In Fig. & words)
Rs. Ps.

UNIT

84.00 Nos
.

1No. (One

157.00 Nos

1No. (One

number)

54 Supplying and fixing following


sizes of heavy quality gun
metal wheel valves/gate valves
of approved quality [tested]
confirming to relevant IS
Specification
including
providing hand wheels at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials.
(a) 50mm dia

number)

(b) 32mm dia

133.00 Nos

1No. (One
number)

( c ) 40mm dia

2.00 Nos

1No. (One
number)

(d) 20mm dia

2.00 Nos

1No. (One
number)

55 Supplying and fixing good


quality
CP
VALVE
of
approved
brand
[tested]
confirming to relevant IS
Specification at all levels. The
rate shall include all labour
charges, cost and conveyance of
all materials.
20mm Concealed valve

158.00

Nos

1No. (One
number)

71

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

56 Supplying and fixing to walls,


floor, ceiling or under earth or
concealing inside the wall,
UPVC pipes
of Pressure
10kg/cm2
conforming
to
relevant
IS
specificationincluding cutting pipes and all
necessary specials such as tees,
bends elbows, couplings, plugs
etc., and fixing with necessary
clamps etc., complete.. The rate
shall include all labour charges,
cost and conveyance of all
materials.
a 50mm dia.-heavy pressure pipe

Rate
(In Fig. & words)
Rs. Ps.

UNIT

2300.00 Rm

1Rm (one
running
metre)

40mm dia

60.00 Rm

1Rm (one
running
metre)

32mm dia

6278.20 Rm

1Rm (one
running
metre)

25mmdia

472.00 Rm

1Rm (one
running
metre)

20mmdia

80.00 Rm

1Rm (one
running
metre)

15mm dia

339.00 Rm

1Rm (one
running
metre)

57 Supplying and fixing to walls,


floor, ceiling or under earth or
concealing inside the wall,
CPVC pipes conforming to
relevant IS specification including cutting, The pipes and
all necessary specials such as
tees, bends elbows, couplings,
plugs etc., and fixing with
necessary GI clamps at all levels
72

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

etc., complete. The rate shall


include all labour charges, cost
and conveyance of all materials.
a

40mm dia

385.00 Rm

1Rm (one
running
metre)

25mm dia

282.00 Rm

1Rm (one
running
metre)

15mm dia

102.00 Rm

1Rm (one
running
metre)

365.00 Nos

1No. (One

58 Supplying and fixing PVC tap


of approved quality (PRAYAG
or
WATER
TEK
or
EQUVALENT ) at all levels.
The rate shall include all labour
charges, cost and conveyance of
all materials.
(a) 15mm dia

number)

59 Supplying and fixing SWR


pipes and specials such as
bend/shoe/cowl conforming to
Type -A of IS 13592
(supreme/finolex or equivalent)
and fixing to the walls with
necessary GI clamps and laying
to proper grade and alignment,
including cutting and jointing
them with PVC solution /
solvent cement at all levels as
directed by the Engineer in
charge. The rate shall include
all labour charges, cost and
conveyance of all materials.
a

SWR Pipes 110mm dia


clamp & screw

with

856.00 RM

73

1RM (One
running
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

110mm Bend

74.00 Nos

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1No. (One
number)

110mm shoe

95.00 Nos

1No. (One
number)

60 Supplying and fixing SWR


pipes and specials such as
bend/shoe/cowl/Tee conforming
to Type -B of IS 13592
(supreme/finolex or equivalent)
and fixing to the walls with
necessary GI clamps and laying
to proper grade and alignment,
including cutting and jointing
them with PVC solution /
solvent cement at all levels as
directed by the Engineer in
charge. The rate shall include
all labour charges, cost and
conveyance of all materials.
a

160mm OD pipes

SWR bend 160 mm dia

692.00 RM

24.00 Nos

1RM (One
running
metre)
1No. (One
number)

110mm OD Pipes with clamps

SWR bend (with


110 mm OD Type B.

105.00 Nos

160mm dia cowl with wire


mesh

30.00 Nos

160mm dia TEE/Y with door

44.00 Nos

door

964.00 RM

1RM (One
running
metre)
1No. (One
number)

1No. (One
number)

1No. (One
number)

110mm dia TEE/Y with door

20.00 Nos

1No. (One
number)

110mm cowl with wiremesh

21.00 Nos

1No. (One
number)

74

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

61 Supplying salt glazed 100mm


dia, class AA stone ware pipes
(TANCEM or equivalent) with
spigot and socket 600 mm long
[net], lowering into trenches and
laying the pipes and specials to
correct position, alignment of
levels and gradient and jointing
the stoneware pipe and specials
with tarred yarn and CM 1:1
(one cement and one sand) well
caulked including testing to
hydraulic pressure of 1.5 M of
water head at the highest point.
[only the net effective lenghs
shall be measured and paid for].
The rate shall include all labour
charges, cost and conveyance of
all materials.

196.00 RM

1RM (One
running
metre)

62 Supplying and fixing 63mm


OD PVC of 6ksc pipe
conforming to relevant IS
specification (supreme/ finolex
or equivalent) and fixing to the
walls with necessary GI clamps
including cutting and jointing
them with PVC solution /
solvent cement at all levels.
The rate shall include all
labour charges, cost and
conveyance of all materials.
63 Supplying and fixing CP
(Chromium plated) Shower
Rose with necessary fixtures
(Prayag or equivalent). The rate
shall include all labour charges,
cost and conveyance of all
materials.

352.00 RM

1RM. (One
Running
metre)

92.00 Nos

1No. (One
number)

75

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

64 Supplying and fixing CP


(Chromium plated) Towel Rail
12mm dia, 900mm long with
necessary fixtures (Prayag or
equivalent). The rate shall
include all labour charges, cost
and conveyance of all materials.
65 Supplying and fixing PVC
Nahani trap of size 110 mm at
top and 75 mm at outlet
including one SS grating to be
fixed at floor level and above
Nahani trap and grouting the
gaps with CM 1:3 (one cement
and three sand) at all levels. The
rate shall include all labour
charges, cost and conveyance of
all materials.
66 Supplying and fixing PVC
Nahani trap of size 110 mm at
top and 90 mm at outlet
including one SS grating to be
fixed at floor level and above
Nahani trap and grouting the
gaps with CM 1:3 (one cement
and three sand) at all levels. The
rate shall include all labour
charges, cost and conveyance of
all materials.
67 Providing PVC gully trap
110mm x 110mm of approved
quality and fixing in position as
directed by the Engineer-incharge. The rate shall include
all labour charges, cost and
conveyance of all materials.
68 Plastering in CM 1:21/2 (one

138.00 Nos

Rate
(In Fig. & words)
Rs. Ps.

UNIT

1No. (One
number)

118.00 Nos

1No. (One
number)

8.00 Nos

1No. (One
number)

77.00 Nos

1No. (One
number)

749.00 M2

cement and two and half sand)


15mm thick including supplying
and mixing approved liquid water
proofing compound (Pidi proof or
equivalent at 200 ml for every bag
of cement or as recommended by
the manufacturer) and finishing the
surface curing etc., complete. The
rate shall include all labour
charges, cost and conveyance of all
materials.

76

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

69 Providing 12mm thick borders


with mortar bonds to the
required width using CM 1:3
(one cement and three sand) for
sunshade, roof slab projection
etc.
including
scaffolding,
finishing and curing at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials.
70 Providing and laying colour
glazed ceramic tiles of
approved quality, brand and size
conforming to relevant IS
(SOMANY OR JOHNSON OR
EQUIVALENT) in dadooing
for toilets, urinals rooms etc., to
required height, set in 12 mm
thick CM 1:3 (one cement and
three sand) with cement slurry
for fixing including flush
pointing the joints neatly with
same colour cement at all
levels. The rate shall include all
labour charges, cost and
conveyance of all materials.
71 Supplying and fixing door
viewer as per the approved
design and make. The rate shall
include all labour charges, cost
and conveyance of all materials.
72 Plastering in CM 1:3 (one
cement and three sand) 12mm
thick with water proofing
compound including mixing,
finishing the surface with
cement slurry by using 10 kg
of cement for 10 m2 and curing.
The rate shall include all labour
charges, cost and conveyance of
all materials.
73 Rendering 12mm thick with
CM 1:1 (one cement and one
sand) for inspection chambers
including curing. The rate shall
include all labour charges, cost
and conveyance of all materials.

Rate
(In Fig. & words)
Rs. Ps.

UNIT

296.00 M2

1 M2 (One
square
metre)

1734.50 M2

1 M2 (One
square
metre)

79.00 Nos

1 No. (One
number)

368.00 M2

1 M2 (One
square
metre)

58.00 M2

1 M2 (One
square
metre)

77

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

74 Providing acrylic emulsion 22470.00 M2


paint (interior grade) of
approved Brand and shade two
coats over a coat of approved
primer using neat brush or spray
to give an even shade over the
interior/exterior faces of walls
including scaffolding and curing
at all levels. The rate shall
include all laour charges cost
and conveyance of all materials.
75 Providing Acrylic Emulsion 12551.00 M2
Paint (Exterior Grade ) of
approved brand and shade two
coats over a coat of approved
primer using neat brush or spray
to give an even shade over the
exterior faces of walls including
scaffolding at all levels. The
rate shall include all labour
charges cost and conveyance of
all materials.
76 Providing string lining for
1378.00 M2
external surfaces of wall over
plastered surface for ornamental
purposes
as
directed
by
corporation officers. The rate
shall include all labour charges,
tools and plants required for the
work including
scaffolding
charges etc complete.
77 Painting
letters
of
the
following size on walls
including cleaning the surfaces
and painting the base coat with
synthetic enamel paint of
approved quality and colour at
all levels. The rate shall include
all labour charges, cost and
conveyance of all materials

1 M2 (One
square
metre)

1 no (one

151mm to 500mm height

284.00 No

1 M2 (One
square
metre)

1 M2 (One
square
metre)

number)

50mm to 100mm height

90.00 No

1 no (one
number)

78

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

78 Conveyance of surplus earth


involving a lead of 8Km. The
contractor has to make his own
arrangement for conveyance.
The rate shall include all labour
and conveyance charges.

309.00 M3

1 M3 (One
cubic
metre)

79 Supply
of
earth
from
borrowing pit involving a lead
of 5Km. The contractor has to
make his own arrangement for
conveyance. The rate shall
include earth work, all labour
and conveyance charges.
80 Providing
stainless
steel
handrails (of grade-304) for
staircase consisting of 2" dia
(50mm) top horizontal rails at
0.75m height,1 1/4" (32mm)
vertical post at a minimum 1
metre intervals and three rows of
horizontal rails using 3/4"
(20mm) pipes etc., complete.
The rate shall include cost and
conveyance of all materials and
labour charges, cutting, bending
and dic welding charges
including supplying necessary
accessories and providing spares
like ball bends, end caps, bush
caps, deco pipe of 2" dia (50mm)
and 0.9m height etc., complete
and fixing rigidly over the
existing flooring at all levels
with smooth finishing.

27.00 M3

1 M3 (One
cubic
metre)

81 Manufacturing, supplying and


fixing M.S. pipe handrail using
40mm dia M.S. pipe medium
class and M.S.Structurals and
fixing the hand rail in
floor/walls, grouting with P.C.C
1:1 1/2:3 (one cement, one and a
half sand and three 20 mm size
downgraded
BG
metal),
finishing the surface neatly with
cement slurry at all levels. The
contractor shall provide all the
materials himself at his own cost

125.00 RM

1RM. (One
Running
metre)

58.50 M2

79

1 M2 (One
square
metre)

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

including welder with all


accessories,
grinding
the
surfaces smooth, painting the
hand rails with one coat of red
oxide primer and two coats of
synthetic enamel paint of
approved quality and colour. The
rate shall include all labour
charges, cost and conveyance of
materials.(minimum weight shall
be -30kg/1m2)
82 Supplying and fixing collapsible
gate conforming to IS 10521latest edition using 18x9x3mm
channel iron for vertical, flat iron
of size
18x5 mm for cross
members, 'T' iron of size 40x12
mm for web and 40x6 mm for
flange for bottom and top runner
and providing handles, locking
eye and latch including cutting
grooves in the floor / wall
hoisting and fixing in position
correct to alignment and plumb,
grouting with CC1:1.5:3 (one
cement one and half sand and
three 20 mm size downgraded
BG metal), finishing with
CM1:3 (one cement and three
sand) and painting the gate with
one coat of primer and two coats
of aluminum paint of approved
quality at all levels. The rate
shall include all labour charges,
cost and conveyance of all
materials.
83 Sectioning and leveling the
area/ work site for preliminary
preparation as directed by the
corporation officers. The rate
shall include all labour charges,
tools, etc., complete.
84 Supplying and fixing of the

Rate
(In Fig. & words)
Rs. Ps.

UNIT

14.76 M2

1 M2 (One
square
metre)

4100.00 M2

1 M2 (One
square
metre)

87.00 No

saddle set of size 160mm OD


(6)
of
approved
quality
confirming to relevant IS
specification. The rate shall
include all labour charges, cost
and conveyance of all materials.

80

1 no (one
number

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

85 Supplying and fixing fixed


glass using prepainted powder
coated cold rolled steel frames
of NCL seccolar or equivalent
and 5mm thick plain glass for
glazing panels. Steel frames
should conform IS 513, 0.6mm
thick,
'D'
quality
and
galvanized. The section for
shutters shall be as per
manufacturer's
specification
with all standard fixtures. The
sections are to be cut to length,
mitred joined with corner
bracket 1.2mm thick duly
galvanised, mullion caps made
up of gas filled nylon and fixed
with nickel plated self tapping
screws. The rate shall include
cost and conveyance of all
materials and labour charges.
86 Supplying and fixing glazed

Rate
(In Fig. & words)
Rs. Ps.

UNIT

3.12 M2

1 M2 (One
square
metre)

10.80 M2

1 M2 (One
square
metre)

1.08 M2

1 M2 (One
square
metre)

Windows
/ventilator using
prepainted powder coated cold
rolled steel frames of NCL seccolar
or equivalent and 5mm thick plain
glass for glazing panels.Steel
frames should conform IS 513,
0.6mm thick, 'D' quality and
galvanized. The section for shutters
shall be as per manufacturer's
specification with all standard
fixtures. The sections are to be cut
to length, mitred joined with corner
bracket
1.2mm
thick
duly
galvanised, mullion caps made up
of gas filled nylon and fixed with
nickel plated self tapping screws.

The rate shall include cost and


conveyance of all materials
and labour charges.
Window

Ventilator

81

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

93.00 M3

1 M3 (One
cubic
metre)

88 Supplying,
fabricating,
transporting to site and erection
of structural steel members such
as roof truss, purlins, rafter,
bracing, cleat, stiffener and
gusset fabricated from rolled
steel section and plates including
supplying and providing MS
bolts, nuts and washers including
all
operations
such
as
straightening cutting, drilling,
machining, welding and painting
with one coat of red oxide
primer before erection and two
coats of synthetic enamel paint
of approved quality and colour
after erection at all levels..The
contractor will provide all
materials himself at his own cost
including welders with all
accessories, grinding the surface
smooth, hoisting and placing in
position correct to alignment and
plumb, fixing at all levels. The
rate shall include all labour
charges, cost and conveyance of
all materials.

6.13 MT

1 MT (One
metric
ton)

89 Supplying
and
fixing
Galvalume sheets for roofing.
The sheets shall be (pre painted)
colour
coated
GI
sheets
(Galvalume) not less than 0.5
mm thick with necessary self
tapping screws/ J hooks,
limpet/polymer
washers,

575.00 M2

1 M2 (One
square
metre)

87 Precasting RCC slabs of required


thickness in mix 1:1.5:3 (one
cement one and half sand and three
12 mm downgraded size BG metal)
to the required shape and sizes,
providing formwork, lifting hooks,
hoisting and fixing in position and
grouting with CM 1:3 (one cement
and three sand) including cost of
steel reinforcement grills. The rate
shall include all labour charges,
Cost and conveyance of all
materials.

82

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

Rate
(In Fig. & words)
Rs. Ps.

UNIT

protective polymer cap of same


colour etc. The rate shall
includes wind ties, all
labour
charges, cost and conveyance of
all materials.
90 Supplying and fixing of colour
coated Galvalume ridges to
match the depth and pitch of
colour coated galvalume sheets.
The rate shall
include all
labour charges, cost and
conveyance of all materials,
matching with the roofing
sheets, providing laps and fixing
with self tapping screws etc.,
complete at all levels. The rate
shall include all labour charges,
cost and conveyance of all
materials.
91 Supplying and fixing 16 to 18 mm

32.00 RM

1 Rm (One
running
metre)

6.00 M2

1 M2 (One
square
metre)

7821.00 M3

1 M3 (One
cubic
metre)

thick
marble stone slabs of
size0.6X1.2M,
machine
cut,
machine polished both sides, of
approved quality and size which
shall be hard, dense, uniform and
homogeneous in texture, having
required glossiness, with curved
edge, perfect and smooth surface
with proper alignment for urinal
partition to required height
including cutting and making good
the walls wherever required,
grouting with PCC 1:11/2:3 (one
cement one and a half sand and
three 20mm size downgraded BG
metal) and finishing with CM 1:3
(one cement and three sand) at all
levels. The rate shall include all
labour
charges,
cost
and
conveyance of all materials.

92 Supplying of earth from areas


involving a lead of not less than
28KM to the site of work,
filling in low lying areas in
layers not exceeding 200mm
(loose layers) thick for each
layer
including
watering,
compaction with vibrating
rollers etc., to achieve 95%
compaction as per the technical

83

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

specification. The rate shall


include all labour charges, cost
and conveyance of earth,
including
excavation,
dewatering
(if
necessary)
loading and unloading and
stacking etc. complete. Payment
will be made for the compacted
thickness.
93 Providing and laying DPC of
50mm thick in plain cement
concrete of mix 1:2:4 (one
cement, two sand and four 20
mm size downgraded B.G.
Metal)
including
mixing,
placing, compacting and curing.
The rate shall include all labour
charges, cost and conveyance of
all materials.
94 Providing and fixing, in position
suspended false ceiling using EGrid pre painted G.I, exposed
ceiling suspension system of grid
size 600mmX600mm with main
runner 38X24mm, cross tee
28mmX24mm & wall angle
24mmx24mm using 6mm thick
(High pressure Steam Cured ),
preprimered , self embossed,
designer cement board of lake &
Hill/Oceanic/Cascade/Electra or
any other texture of E-Board
Classic of
M/s Everest
industries Ltd., or equivalent to
be placed in a grid of G.I system
duly suspended with 6mm dia
M.S bar hanger fixed with steel
dash fasteners or iron purlin
from the roof with adjustment
clip providing positions for light
fixtures, air conditioning diffuser
and dusts, sprinklers, smoke
detectors etc. The main runner to
be secured to structural so fit by
hanger @ 1200mm maximum
c/c. The last hanger at the end of
each main runner should not be
placed at more than 450mm
from the adjacent wall. Flush

Rate
(In Fig. & words)
Rs. Ps.

UNIT

114.00 M2

1 M2 (One
square
metre)

190.00 M2

1 M2 (One
square
metre)

84

Amount

Approx. Quantity
S.No. Description of Work and
Standard or Special Specification

fitting 1200mm cross tee to be


interlocked
between
main
runners @ 600mm c/c. so as to
form 600mmX600mm grid.
Providing provision for light
fixtures, air conditioning ducts
and diffusers, fire alums,
sprinklers or smoke detectors
etc., all complete as directed by
the site executives. The rate shall
include all labour charges, cost
and conveyance of all materials
etc., complete.

85

Rate
(In Fig. & words)
Rs. Ps.

UNIT

Amount

PART-B (Eletrical Works)

Schedule of quantity for Residential Building for CISF at NTPL Electrical


SUPPLY
TOTAL

95

96

97

98

99

100

Out door type Load bank


panel with an incomer
MCCB of rating 630A and 06
Nos O/G MCCBs of rating
300 A as per the SLD and
detailed specification.
Energisation of the load
bank panels with the supply
of required cables
(2Rx3Cx185 sqmm) and
accessories indicated in the
SLD and detailed
specification
2 Nos. 75 mm Medium class
GI pipes for incoming power
cable to Incoming SFU (1 No
for future use) with GI
inserted wire etc.
1 No 50mm Medium class
GI pipe from the
building/staircase to the
front side of the building
for incoming Telephone
cable with GI wire etc.
Cables of 1.1 KV grade
heavy duty stranded 1Rx
3.5C x 50 Sq.MM aluminium
conductor, XLPE insulated,
GI steel round/ flat
armoured with inner and
outer PVC sheath
confirming to IS 1554.
including cable markers, GI
pipes for road crossing,
terminal lugs shall be
supplied and laid from
0.4KV Load bank panels to
SFUs erected near the stair
case/building of each block.
This also includes
termination and connection
at both ends.
Main three phase DB near
stair case/building as
detailed below.

Set

Mts
(Total
for two
Runs)

2200

Set

set

set

UNIT
RATE

86

SUB
TOTAL

ERECTION &
COMMISSIONING

UNIT
RATE

SUB
TOTAL

TOTAL PRICE FOR


SUPPLY AND
ERECTION &
COMMISSIONING

100
a

Three phase, Neutral 250A


SFU (incomer)

Nos

100
b

Three phase, Neutral 315A


SFU (Incomer)

Nos

100
c

MCCB DB 3phase , 4way,


consisting of 1 no three
phase+neutral 125A
incomer MCCB, 4 Nos
three phase+ neutral 63A
outgoing isolators.

Set

20

100
d

1 No 63 A Three pole +
neutral outgoing MCCB

Set

Nos

Nos

79

Nos

set

16

Set

Set

40

Set

64

100
e

100
f

100
g

100
h

100
i

101

102

1 No 63 A Three pole +
neutral outgoing MCCB for
common area (stair case +
Building peripheral
electrification)
Electronic Energy meter
3phase,10-40A, with cut out
fuses, wiring etc. for
individual houses.
Electronic Energy meter
three phase, 10-20A with
cutout fuse, wiring etc.for
common area electrification
(Lights).
Independent earthing:
Earth pit consisting of 3mts,
40mm dia medium class GI
pipe electrode including
supply of PVC insulated GI
wire of 8 SWG for inter
connection, charcoal, salt,
etc. all accessories.
Telephone Distribution
panel 20 way, including
supply of all accessories
Stair case Lighting including
supply and wiring of 23 W
CFL Lamp with suitable
fittings. switchboards,
switches, accessories etc.
Building outside Lighting
including supply and wiring
of 45W CFL Lamp with
suitable fittings.
switchboards, switches,
accessories etc.

87

103

104

105

106

107

108

109

110

DTH system including


supply, installation of dish
antenna (one dish antenna
for each block) along with
the associated combiner /
multiplexer RF etc,.supply
of set of box (one for each
house) and necessary cable
system (concealed wiring)
to cable socket at
respective room.
DB containing 1 No 40A 3
Phase four way
ELCB+Isolator
+12way single phase MCBs
(10A-7+ 15A-3+25A-2)
DB containing 1 No 40A 3
Phase four way
ELCB+Isolator
+16way single phase MCBs
(10A-10+ 15A-4+25A-2)
DB containing 1 No 40A 3
Phase four way
ELCB+Isolator
+24way single phase MCBs
(10A-15+ 15A-5+25A-4)
Main circuits 1run 6 sqmm
Cu wire for R,Y,B phases +
1run of 4Sq.mm of Neutral
wire &1 run of 4sqmm
earth wire (Meter board to
individual house ELCB DB)
Main circuits 1run 10 sqmm
Cu wire for R,Y,B phases +
1run of 6Sq.mm of Neutral
wire &1 run of 4sqmm
earth wire (Meter board to
individual house ELCB DB)
Light circuit 2 run of 4
sqmm Cu wire & 1 run of
2.5 sqmm Cu wire for earth.
(ELCB DB to switch board)
including supply of
switchboards size (12x8)
and other wiring
accessories.
Light circuit 2 run of 4
sqmm Cu wire & 1 run of
2.5 sqmm Cu wire for earth.
(ELCB DB to switch board)
including supply of
switchboards size (8x6) and
other wiring accessories.

Set (set
of items
required
for one
house)

79

Set

48

Set

30

Set

set

48

set

31

Set

381

Set

161

88

111

112

113

114

115

116

117

118

119

120

121

122

123

15 A power circuit with 2


run of 4sqmm Cu wire & 1
run of 2.5 sqmm Cu for
earth. ELCBDB to switch
board) including supply of
switchboards and other
wiring accessories.
25 A A.C circuit with 2 run
of 4sqmm Cu wire & 1 run
of 2.5 sqmm Cu for earth
(ELCB to 25A SPMCB switch
socket unit.) including
supply of wiring
accessories, as per
specification.
Light points including
supply of 28W T5 Cool day
fluresant Tube, as per
specification.
Light point including supply
of CFL fittings(23W) in
decorative luminaire as per
specification.
Night lamp Point, including
supply of 5W CFL lamp in
slim ABS decorative
luminaire.
BELL Point including chime
bell as per specification.
Ceiling (1200 MM
Sweep)fan with Electronic
regulator as per
specification
5A switch sockets supply,
fixing and wiring
15/5A combination switch
sockets supply, fixing and
wiring
Supply of DB containing 25A
SP MCB and 25A industrial
socket for AC point and
wiring
Exhaust fan 300 mm dia
with gravity louvers supply
and wiring
Telephone point wiring
including supply of
necessary cables, RJ11 Jack
point etc.
Maintenance for 1 year
including supply of required
items as per specification.

Set

190

Set

87

set

380

Set

416

Set

190

Set

79

Set

228

Set

781

Set

190

Set

87

Set

79

Set

110

Lot

TOTAL

89

1 Details given in the schedule of quantities is only indicative. Bidder shall provide all the required
accessories materials required for the installation such as earthing items, concealed wiring items, Switch
Board, hardware etc though not specifically mentioned without any additional cost implication
2. It is the responsibility of the Bidder to supply and install all the items of material required for satisfactory
and safe operation without any additional cost implication.

90

SOQ FOR NON RESIDENTIAL BUILDING FOR CISF AT NTPL ELECTRICAL


SUPPLY

TOTAL

124

125

126

127

128

129
129
a

Out door type Load bank panel with


an incomer MCCB of rating 630A and
06 Nos O/G MCCBs of rating 300 A as
per the SLD and detailed
specification.
Energisation of the load bank panels
with the supply of required cables
(2Rx3.5Cx185 sq mm) and accessories
indicated in the SLD and detailed
specification.
2 Nos. 75 mm Medium class GI pipes
for incoming power cable to Incoming
SFU (1 No for future use) with GI
inserted wire etc.
1 No 50mm Medium class GI pipe
from the building/staircase to the
front side of the building for
incoming Telephone cable with GI
wire etc.
Cables of 1.1 KV grade heavy duty
stranded 1Rx 3.5C x 50 Sq.MM
aluminium conductor, XLPE insulated,
GI steel round/ flat armoured with
inner and outer PVC sheath
confirming to IS 1554. including cable
markers, GI pipes for road crossing,
terminal lugs shall be supplied and
laid from 0.4KV Load bank panel to
SFUs erected in barrack. This also
includes termination and connection
at both ends.

Set

Mts
(Total
for two
Runs)

2000

Set

set

set

Nos

Main three phase DB in the building


as detailed below.
Three phase, Neutral 250A SFU
(incomer)

91

UNIT
RATE

SUB
TOTAL

ERECTION &
COMMISSIONING
UNIT
RATE

SUB
TOTAL

TOTAL PRICE FOR


SUPPLY AND
ERECTION &
COMMISSIONING

129
b

129
c

129
d

129
e

130

131

132

133

MCCB DB 3phase , 4way, consisting of


1 no three phase+neutral 125A
incomer MCCB, 4 Nos three phase+
neutral 63A outgoing MCCBs.
Electronic Energy meter three phase,
10-20A with cutout fuse, wiring etc.
for common area electrification(
Lights)
Independent earthing:
Earth pit consisting of 3mts, 40mm
dia medium class GI pipe electrode
including supply of PVC insulated GI
wire of 8 SWG for inter connection,
charcoal, salt, etc. all accessories.

Telephone Distribution panel 20 way,


including supply of all accessories
Stair case Lighting including supply
and wiring of 23 W CFL Lamp with
suitable fittings. switchboards,
switches, accessories etc.

Building outside Lighting including


supply and wiring of 45W CFL Lamp
with suitable fittings. switchboards,
switches, accessories etc.

DTH system including supply,


installation of dish antenna (one dish
antenna for both the buildings) along
with the associated combiner /
multiplexer RF etc., supply of Set of
boxe (one for each set) and necessary
cable system (concealed wiring) to
cable socket at respective room

DB containing 1 No 40A 3 Phase four


way ELCB+Isolator
+12way single phase MCBs
as per specification including
incoming cable of size 4Cx16 sqmm
from MCCB DB in Barrack as required
for the respective DB

Set

Nos

set

Set

Set

Set

21

Set (set
of items
required
for one
cable
socket)

Set

92

134

Light circuit 2 run of 4 sqmm Cu wire


& 1 run of 2.5 sqmm Cu wire for
earth. (ELCB DB to switch board)
including supply of switchboards size
(12x8) and other wiring accessories.

Set

16

Set

14

Set

11

set

21

138

Light points including supply of 28W


T5 Cool day fluresant Tube, as per
specification.

set

57

139

Light point including supply of CFL


fittings(23W) in decorative luminaire
as per specification.

Set

40

Set

18

Set

12

Set

14

Set

50

Set

38

135

136

137

140

141

142

143

144

Light circuit 2 run of 4 sqmm Cu wire


& 1 run of 2.5 sq mm Cu wire for
earth. (ELCB DB to switch board)
including supply of switchboards size
(8x6) and other wiring accessories.

15 A power circuit with 2 run of


4sqmm Cu wire & 1 run of 2.5 sqmm
Cu for earth. ELCBDB to switch board)
including supply of switchboards and
other wiring accessories.
Light points including supply of
2x28W T5 Cool day fluresant Tube, as
per specification.

Light points including supply of 2x40


w Flame proof type fluoresant Tube
fittings with reflector & wire guard ,
heat resistant glass, electronic ballast
etc with lamp as per specification.

Terrace (outside) Lighting including


supply and wiring of 45W CFL Lamp
with suitable fittings. switchboards,
switches, accessories etc.
Night lamp Point, including supply of
5W CFL lamp in slim ABS decorative
luminaire.
Ceiling (1200 MM Sweep) fan with
Electronic regulator as per
specification
5A switch sockets supply, fixing and
wiring

93

145

15/5A combination switch sockets


supply, fixing and wiring

Set

11

146

Exhaust fan 300 mm dia with gravity


louvers supply and wiring

Set

27

Set

Nos

60

Nos

Nos

147
148

148
a

148
b

148
c

Telephone point wiring including


supply of necessary cables, RJ11 Jack
point etc.
ROAD AND PARADE GROUND
LIGHTING
Supply and erection of 9 mtr height
above ground level swaged steel
tubular poles with single arm
including 150 W HPSV lamp fittings
and its accessories ,base plate, sheet
steel JB, earthing etc including wiring
upto fixtures and civil works as per
the specification. This shall also
include the 4Cx16 sqmm Al conductor
incoming cable from the nearby load
bank panels for the pole/Control
panel for each circuits as required.

Supply and erection of Control panel


with pre wired street light control
switch and timer,230 V, 50Hz Double
dial time switch analogue 24 Hrs
suitable for DIN rail mounting and
surface mounting with manual
override switch. Hands /Strips for
easy setting of time with fuse control
and contactor suitable for 3 phase
63A, 1NO+1NC system. The whole
arrangement shall have industrial
locking arrangement.

Earth pit consisting of 3 mts,40 dia,


medium class GI pipe electrode
including supply of charcoal, salt etc
and civil works

TOTAL

94

Note:
* Supply (including design & Engg.) of all Technological equipment incl. technological structure, complete in all respect with all
accessories, Initial fill of oil, consumables etc. for successful commissioning & performance tests and as per Technical specification /
above.
**Erection /installation charges of plant & equipment (as per T.S),testing & commissioning, and performance tests etc. including civil
works wherever required including all statutory /contingency insurance coverage, e.g third party liability, ESI, workmen compensation
etc.
1.The equipment indicated in the schedule of Quantities are inclusive of all the internal wiring ,inter equipment wiring respective
earthing materials (flats, hard wares etc) other components required as per best engineering practice / statutory requirement etc
though not specifically mentioned without any additional cost implication to the purchaser.
2.All civil work required for the respective equipment /structures including foundation are inclusive in the respective equipments though
not specifically mentioned without any additional cost implication to the purchaser.
3. Details given in the schedule of quantities is only indicative. Successful Bidder shall provide all the required accessories materials
required for the installation such as earthing items, concealed wiring items, Switch Board, hardware etc though not specifically
mentioned without any additional cost implication to the purchaser.
4. It is the responsibility of the successful bidder to supply and install all the items of material required for satisfactory and safe
operation without any additional cost implication.

ABSTRACT
149

Total price for Civil works (sum of amounts in Sl.No.1 to 94)

150

Total price for Electrification works [sum of amounts in Sl.No.95 to 148 (c)]

151

Total Price (PART A + PART B)

152

Service Tax (ceiling)

153

Entry Tax, Octroi and any other taxes if any (ceiling) Specify the nature
of tax and amount.

154

GRAND TOTOAL (151+152+153)

Note:- All rates and amount shall be written in Figures & in Words against each column.

95

You might also like