101
1 NAVODAYA VIDYALAYA SAMITI (AN AUTONOMOUS ORGANISATION OF MINISTRY OF HUMAN RESOURSE DEVELOPMENT, GOVERNMENT OF INDIA) TENDER DOCUMENT FOR Construction of Additional Dormitory for 96 Boys and 2 nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab) Part – 1 Technical Bid SECTION – 1 – NOTICE INVITING TENDERS AND INSTRUCTIONS TO TENDERERS SECTION – 2 – TENDER AND CONTRACT FORM SECTION – 3 – SPECIAL CONDITIONS / APPROVED MAKES SECTION – 4 – SCHEDULE A TO F SECTION – 5 – TECHNICAL SPECIFICATIONS SECTION – 6 – DRAWINGS and CORRECTION SLIPS to GCC TENDER NO: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12 NOVEMBER – 2012 RITES LTD. (A GOVERNMENT OF INDIA ENTERPRISE) RITES BHAWAN-II, PLOT NO-144, SECTOR-44, GURGAON-122 003 HARYANA Tender Document issued to: ……………………………………….…… (Name of Tenderer) ……………………………………………. (Address of Tenderer) ……………………………………………… ……………………………………………… (Signature of officer issuing Documents with Designation and Date of issue) ………………………………….

Construction of Additional Dormitory for 96 Boys and … Mohali...Construction of Additional Dormitory for 96 Boys and 2 nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt

  • Upload
    dohanh

  • View
    218

  • Download
    0

Embed Size (px)

Citation preview

1

NAVODAYA VIDYALAYA SAMITI (AN AUTONOMOUS ORGANISATION OF MINISTRY OF

HUMAN RESOURSE DEVELOPMENT, GOVERNMENT OF INDIA)

TENDER DOCUMENT FOR

Construction of Additional Dormitory for 96 Boys and 2 nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)

Part – 1 Technical Bid

SECTION – 1 – NOTICE INVITING TENDERS AND INSTRUCTIONS TO TENDERERS

SECTION – 2 – TENDER AND CONTRACT FORM SECTION – 3 – SPECIAL CONDITIONS / APPROVED MAKES SECTION – 4 – SCHEDULE A TO F SECTION – 5 – TECHNICAL SPECIFICATIONS SECTION – 6 – DRAWINGS and CORRECTION SLIPS to GCC

TENDER NO: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12

NOVEMBER – 2012

RITES LTD. (A GOVERNMENT OF INDIA ENTERPRISE)

RITES BHAWAN-II, PLOT NO-144, SECTOR-44, GURGAON-122 003 HARYANA

Tender Document issued to: ……………………………………….…… (Name of Tenderer) ……………………………………………. (Address of Tenderer) ……………………………………………… ……………………………………………… (Signature of officer issuing Documents with Designation and Date of issue) ………………………………….

2

RITES LTD.

TENDER AND CONTRACT DOCUMENT

CONTENTS

S. No. Details Page PART – 1 (Technical Bid) SECTION No 1 Notice Inviting Tender and Instructions to

Tenderers. 04-35

SECTION No 2 Tender and Contract Form 36-37 SECTION No 3 Special Conditions / Approved Makes 38-47 SECTION No 4 Schedules A to F 48-54 SECTION No 5 Technical Specifications 55-57 SECTION No 6 Drawings and Correction Slips to GCC 58-61 PART – 2 (Financial Bid)

Schedule of Quantities (Bill of Quantities) 1-34 PART - 3

General Conditions of Contract (read with correction Slips Nos 1 to 3)

SECTION No 7 Conditions of Contract SECTION No 8 Clauses of Contract SECTION No 9 RITES Safety Code SECTION No 10 RITES Model Rules for protection of Health and

Sanitary arrangements for Workers

SECTION No 11 RITES Contractor’s Labour Regulations General Conditions of Contract (Compilation of Sections 7 to 11) with upto date corrections slips is also available in RITES website <www.rites.com>.

3

PART I TECHNICAL BID

TENDER AND CONTRACT DOCUMENT

4

Section - 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

5

No: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12 Dated : 26.11.2012

By Courier/ Speed Post

LETTER INVITING TENDER ……………………. ………………………….. …………………………… ………………………………… ………………………………… …………………………………… ……………………………………. Note : The bids received from the bidders other than short listed will not be considered

for opening. Sub: Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at

Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab) Tender No: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12

Dear Sir,

1. You have been short-listed for submitting the tender for the above-mentioned work. 2. Sealed Limited Tenders are invited by Group General Manager (CP), RITES Ltd., for works

detailed in table below in connection with “Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)”

Name of

work

Approx. Estimated cost of work

Completion time

Earnest money in the

form of Demand draft /

Bankers cheque

Date & time of submission of

tenders

Date & time of opening of

tenders

As stated above

Rs 186.64 lakh

(Based on CPWD DSR, 2007 for civil works, CPWD SOR-2007 for internal and external works duly enhanced by Cost Index published by CPWD as on 07/11and Partly on Market rate items for electrical works )

09

months as per clause 1.3 of NIT and ITT

Rs 1.87 lakh

Upto 14.00

hrs on 19.12.2012

Upto 14.30

hrs on 19.12.2012

3. The tender documents are not transferable.

6

4. Complete set of Tender Documents are being sent to you, free of cost. RITES shall not

be responsible for delay in postage. However, in case you desire to collect the tender document in person, the same can be obtained from AGM (Tender Cell), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana),Telephone No. 0124 – 2728305/326 from 06.12.2012 to 17.12.2012 between the 11.00 Hours and 16.00 Hours every day except on Saturdays, Sundays and Public Holidays You may intimate us through fax immediately at Fax No. 0124-2576701/2728371 on receipt of this letter in case you wish to collect the tender document personally.

5. Tender documents (including drawings) can also be downloaded by the Short listed contractors from RITES website (www.rites.com). Tender documents downloaded from RITES website shall be considered valid for participating in the tender process. In case during the scrutiny of downloaded tender documents, any modification/correction etc is noticed as compared to the original documents posted on the website, the bid submitted by such bidder is liable to be rejected. In case the bid of a tenderer who has downloaded tenders from RITES website is accepted, the contract shall be executed in the original / manual tender document issued by concerned RITES office.

6. Tenders must be accompanied by Earnest Money Deposit of the amount specified for

the work as stated in para 2 above. It shall be submitted in the forms of Bankers Cheque / Pay Order / Demand Draft payable at New Delhi or Gurgaon, drawn in favour of RITES Ltd.

7. The tender duly completed in all respects shall be received by AGM (Tender Cell),

RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122003 (Haryana), Telephone No. 0124 – 2728305/326 upto 14.00 hrs on 19.12.2012 and will be opened same day at 14.30 hrs in presence of bidders or their authorized representatives, who desire to be present.

8. If the date of opening happens to be public holiday, the bids shall be received and opened

on the next working day at the same time & venue. 9. RITES Ltd. reserves the right to reject lowest or any other tender or all the tenders and

accept any tender either in whole or in part without assigning any reason whatsoever.

Group General Manager (CP), RITES Ltd. RITES Bhawan - II, 3rd Floor,

Plot No. - 144, Sector - 44, Gurgaon-122 003.

7

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 Tender Notice Tenders are invited in Single Packet system by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Navodaya Vidyalaya Samiti (Employer) as an Agent/Power of Attorney Holder, from short listed contractors for the work of “Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)” (Note : Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous).

1.2 Estimated Cost of Work

The work is estimated to cost Rs 186.64 Lakh. {(Based on CPWD DSR, 2007 for civil works, CPWD SOR-2007 for internal and external works duly enhanced by Cost Index published by CPWD as on 07/11and Partly on Market rate items for electrical works ) This Estimate, however, is given merely as a rough guide. 1.3 Time for Completion

The time allowed for completion will be 09 months from the date of start which is defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 Brief Scope of Work Construction of Additional Dormitory for 96 boys with 2 Nos warden

residence.

1.5 Availability of Site - The site for the work is available.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED - Deleted

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA - Deleted

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with para 7 : PART – 1 :- Technical Bid Packet Section 1 Notice Inviting Tender and Instructions to Tenderers.

Section 2 Tender and Contract Form. Section 3 Special Conditions. Section 4 Schedules A to F Section 5 Technical Specifications Section 6 Drawings and Corrections slips to GCC

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

8

PART – 3:- General Conditions of Contract (read with correction Slip Nos. 1 to 3)

Section 7 Conditions of Contract Section 8 Clauses of Contract Section 9 RITES Safety Code Section 10 RITES Model Rules for protection of Health and Sanitary arrangements for Workers Section 11 RITES Contractor’s Labour Regulations

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correction slips is also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT 5.1 Deleted. 5.2 Deleted. 5.3 Tender Documents including drawings can also be downloaded from RITES website

(www.rites.com). The amendments / clarifications to the Tender documents will also be available on the above website.

5.4 Tender Documents downloaded from RITES website shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender document, if any modification / correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify AGM (Tender Cell) in writing or by telefax or by E-mail at the following Postal Address / Fax No. / E-mail address: AGM (Tender Cell), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana), Telephone No. 0124 – 2728305/326, Fax 0124-2576701 / 2728371, E-mail [email protected] or [email protected] In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 07 (seven) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

6.0 PRE-BID MEETING – Not applicable

9

7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by

RITES Ltd. by issue of addenda / corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

7.2 Addendum / corrigendum, if any, will be hosted on website only and shall become a part

of the tender document. All Tenderers are advised to see the website for addendum / corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda

into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of

Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the

expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs. 1.87 lakh (Rupees One

Lakh Eighty Seven Thousand only) in any of the forms given below:- Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon or Delhi, drawn in favour of RITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected

by the Employer as non-responsive unless tenderer is exempted from payment of Earnest Money as a matter of Government Policy. The onus of proving such exemption shall rest with the Tenderer and such proof shall be placed in envelope meant for Earnest Money.

9.3 Refund of Earnest Money a) Two Packet System - Deleted

b) Single Packet System After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b).

10

c) The Earnest Money shall be refunded only through Electronic Fund Transfer. The tenderer shall submit RTGS/NEFT Mandate Form as per proforma given in Annexure IX duly filled in. d) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender which

are not acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is found to be incorrect or false.

c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System – Not applicable (b) Single Packet System Both Technical Bid (including signature on Tender Form in Section 2 duly witnessed) and Financial Bid Documents will be submitted in one Packet as described below:- PACKET A :- TECHNICAL BID Envelope 1 Earnest Money alongwith Mandate Form as per Annexure IX,

unless exempted as a matter of government Policy. If

11

exempted, the document substantiating such exemption must be placed in this envelope.

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable) and

Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

PACKET B :- FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures and words, must be written in indelible ink. Each correction, cutting, addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with.

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

12

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV. - Not applicable

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System (a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1 i) Earnest Money alongwith Mandate Form as per

Annexure IX. ii) If the bidder is exempted from payment of

Earnest Money, he should superscribe “Documents Substantiating Exemption from Payment of Earnest Money”

Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when applicable

as per para 11.7 below) and Qualification Information/ documents as per checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

13

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. i) Packet B - Financial Bid ii) Name of the work iii) Name of the tenderer

(c) Both Packets A and B should be put inside an outer envelope and sealed. This envelope

should be superscribed with the following details: i) Tender for (Name of work) ii) Tender number iii) Date and time of opening of Tender iv) From (Name of Tenderer) v) Addressed to AGM (Tender Cell), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot

No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana), Telephone No. 0124 – 2728305/326, Fax 0124-2576701 / 2728371.

11.4.2 Single Packet System

Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of the Tenderer superscribed on each of the envelopes. All the three envelopes shall be put in a Single Packet which shall be superscribed in the same manner as given in Para 11.4.1 (c) above.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 14.00

Hrs. on 19.12.2012. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: AGM (Tender Cell), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana).

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

14

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable *YES / *NO *Strike out whichever is not applicable If Yes, Name and Address of the Independent External Not Applicable Monitor (In case value of contract is Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison Sh. Y.K. Sharma, GM (CP) Officer 11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered

in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated

below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after the

deadline for submission of Bids shall result in forfeiture of the Earnest Money.

15

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or

delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 14.30 Hrs on 19.12.2012 in the office of AGM (Tender Cell), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana). In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System – Deleted

12.3 Single Packet System (a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money

furnished is not for the stipulated amount or is not in an acceptable form unless exempted and where applicable the Cost of Tender Document has not been furnished for the correct amount and in an acceptable form unless exempted, the remaining envelopes will be returned to the tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and where applicable the Cost of Tender Document, in acceptable form unless exempted will then be opened. The Tenderer’s name, the presence of Earnest Money, the Authority to Sign the Tender, amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

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

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

16

(ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

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

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless

17

otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appears unrealistic,

such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for each

item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in

figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on

material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited

18

Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of

the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance’ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

19

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

Not Applicable

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS

Not applicable

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

Not applicable

Proforma 3

DECLARATION BY THE BIDDER

Not applicable

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED – Not applicable

20

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES (on letter head of the Applicant)

From To _____________ RITES Ltd._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my / our satisfying the

Qualification Criteria laid down for the work:-

i. Earnest money in proper form (as per Para 9.0 of Instructions To Tenderers (ITT), in a separate envelope marked EMD.

ii. Tender document and Bill of Quantities duly signed by the bidder along with the firm seal stamped on each page.

iii. Self attested Affidavit for Proprietorship / Partnership Deed / Memorandum and Articles of Association of the firm.

iv. Power of Attorney of the signatory of the Tender on behalf of the Tenderer as per Annexure - IV

v. Self attested copy of PAN / TAN issued by Income Tax Department. vi. Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration Certificate

(as applicable). vii. Self attested copy of Registration under Labour Laws, like PF, ESI etc. viii. Self attested copy of ISO 9000 Certificate (if any) ix. Integrity Pact (where applicable): duly signed and witnessed.

Yours faithfully, Encl: As in Paras 1

Signature of Applicant with Name _________________

Date with seal

21

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

Not Applicable

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS - LETTER OF TRANSMITTAL BY JOINT VENTURE

Not Applicable

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

Not Applicable

22

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney).

We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. Dated this the _____ day of ______ 2012 (Signature and name of authorized signatory being given Power of Attorney)___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: - In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory

has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

Not applicable

23

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated _____________

and this office letter Nos. ___________ dated___________ in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ are required to be submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by the following Banks will not be acceptable _____________________ (Names of Banks _________) The time of ________months allowed for execution of the work will be reckoned from the date of start as defined in Schedule F or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement.

24

Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

25

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents

shall be deemed to form and be read and construed as part of this agreement viz. a) The Letter of Acceptance dated______. b) Priced Schedule (Bill) of Quantities c) Notice Inviting Tender and Instructions to Tenderers. d) RITES Tender and Contract Form e) Special Conditions f) Schedules A to F. g) Technical Specifications h) Drawings i) Amendments to Tender Documents j) General Conditions of Contract (read with Correction Slip Nos. 1 to 3) comprising of

(i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor's Labour Regulations.

3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

26

4. The Employer hereby covenants to pay to the Contractor in consideration of the

execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

27

ANNEXURE VIII

INTEGRITY PACT Between

RITES LTD. acting for and on behalf of and as an Agent/Power of Attorney Holder of Navodaya Vidyalaya Samiti hereinafter called the “Employer” AND M/s …………………………… ……………….hereinafter referred to as "The Bidder / Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for “Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)”. The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above. Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and

to observe the following principles:- 1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and reason. The Employer 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 Employer will exclude from the process all known prejudiced persons. (2) If the Employer obtains information on the conduct of any of his employees which is a

criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. 1. The Bidder/Contractor will not directly or through any other person or firm, offer,

promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any

28

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 introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act; further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer 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.

(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/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing" annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section - 5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years

with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

29

Section - 6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer. Section - 8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External 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 will perform his functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer 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 Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer 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 Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action, or to take any 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 or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

30

(8) The word Monitor would include both singular and plural. Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six 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 specified above, unless it is discharged/determined by MD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be

as stated in the Contract Agreement. (2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the

Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(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.

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- -----------------------------

31

ANNEX-A

Guidelines on Banning of Business Dealings

1. Introduction 1.1 RITES being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency

concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has

been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to

entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the purpose of these

guidelines. MD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit

investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

32

4. Initiation of Banning / Suspension: Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any

department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency

before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so

warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a

Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner

of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence;

33

6.5 If business dealings with the Agency have been banned by the Govt. or any other public

sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation of

facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying

with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency for

malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called

for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES,

necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the case,

a final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

34

8.4 The decision should be communicated to the Agency concerned along with a reasoned

order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the

banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban order,

depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

35

ANNEXURE - IX

36

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

Group General Manger (CP), RITES Ltd., 3rd floor, RITES Bhawan - II, Plot No. - 144, Sector – 44, Gurgaon - 122 003 (Haryana)

Sub: Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence

at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)

Tender No: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12 ISSUED BY ____________)

TENDER 1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects

therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date for

submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees__________________________ only) is hereby

forwarded in the form of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd., payable at ______________ as the Earnest Money. Mandate Form authorizing RITES Ltd. to make all payments through RTGS/NEFT as per Annexure IX, duly filled in, is enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance

Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the

Employer shall, without prejudice to any other right or remedy available in law, be at

37

liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest

Money & Performance Guarantee and Additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest

Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within

28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other

records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content

of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he

may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and RITES. 15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign

on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer, Postal Address Seal Witness Signature Name Postal Address Occupation

38

Section - 3

SPECIAL CONDITIONS / APPROVED MAKES

39

Section - 3

SPECIAL CONDITIONS OF CONTRACT These Special Conditions supplement the General Conditions of Contract and wherever the provisions of special conditions are at variance with G.C.C the special Conditions shall have precedence over G.C.C. 1. As per GM (C) Circular No. 1-1/2000-NVS (GM) dated 13.09.2000 arbitration clause,

i.e Clause 25 of Clauses of Contract, of the agreement between the construction agency and the contractor stands deleted.

Any suit or application, arising out of any dispute or difference on account of this tender

or any matter in relation to the Award of the contract or for the enforcement of Arbitration clause under the Contract, shall be filed in a Competent Court at Delhi only and no other court of any other District of the country shall have any jurisdiction in the matter.

2. HANDING OVER THE WORKS ON COMPLETION On satisfactory completion of all the works as per the provision of the Contract, the

Contractor shall hand over the building to the Navodaya Vidyalaya Samiti through RITES. The Contractor shall ensure that all development works and bulk services are simultaneously carried out so as to make the buildings functional immediately on completion. The building, even if it is physically ready for occupations, shall be deemed to be completed from the date the services like Water Supply, sewerage and electricity are made available to make the building function. The cost of installation of electric line from main line to campus of the buildings shall be payable by RITES/NVS on production of proof towards payment made to State Electricity Board. Also the cost of connecting Water Supply line of building from the main Water supply line of the municipality shall be payable to the Contractor; on production of proof towards payment made to the municipality. The Contractor shall maintain sufficient staff and materials till the handing over of the building to the Navodaya Vidyalaya Samiti to protect the works and its installation from theft/damage from outside agencies. The proforma for handing over building to NVS is attached as Proforma - X.

3. COMPLETION CERTIFICATE The existing clause 8 of GCC shall be read in conjunction with the following :

“The completion certificate shall not be issued to the contractor until NVS has issued the completion certificate alongwith No Defect certificate to RITES.”

4. PAYMENT OF FINAL BILL The existing clause 9 of GCC shall be read in conjunction with the following: “The payment of final bill and security deposit of the contractor shall be made only

after releasing the payment of final bill and security deposit of RITES by NVS. The contractor will not be entitled to any claim on RITES for delay in payment of final bill.

5. Contractor will be responsible to obtain “Satisfactory Completion” certificate at 30%, 60%,

90%, 100% stage and completion of maintenance period from NVS and submit to Engineer-in-Charge of RITES at the time of preparation of bills at these stages, failing which, no payment shall be released by RITES to contractor.

40

6. CLAUSE 10 C of GCC Payment on Account of Increase in Prices/ Wages due to Statutory Order (s) If after submission of the tender, the price of any material incorporated in the works (excluding the material covered under Clause 10CA of Special Conditions of Contract and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and / or wages of labour increases as a direct result of the coming into force of any fresh law, or statutory rule or order (but not due to any changes in sales tax/VAT, Central/State Excise /Custom Duty) beyond the prices/ wages prevailing at the time of the last stipulated date of receipt of the tenders including extensions, if any, for the work during contract period including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, then the amount of the contract shall be accordingly varied and provided further that any such increase shall be limited to the price /wages prevailing at the time of stipulated date of completion or as prevailing for the period under consideration, whichever is less.

If after submission of tender, the price of any material incorporated in the works (excluding the materials covered under Clause 10CA of Special Conditions of Contract and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and / or wages of labour as prevailing at the time of last stipulated date of receipt of tender including extensions, if any, is decreased as a direct result of the coming into force of any fresh law or statutory rules or order (but not due to any changes in sales tax/VAT, Central/State Excise /Custom Duty) RITES/ NVS shall in respect of materials incorporated in the works (excluding the materials covered under Clause 10CA and not being material supplied from Engineer-in-Charge’s stores in accordance with Clause 10 hereof) and/ or labour engaged on the execution of the work after the date of coming into force of such law, statutory rule or order be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of the materials and/ or wages as prevailed at the time of the last stipulated date for receipt of tenders including extensions, if any, for the work and the prices of materials and/ or wages of labour on the coming into force of such law, statutory rule or order. This will be applicable for the contract period including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2.

Engineer in charge may call books of account and other relevant documents from contractor to satisfy himself about reasonability of increase in prices of materials and wages. The contractor shall, within a reasonable time of his becoming aware of any alteration in the price of any such materials and/ or wages of labour, give notice thereof to the Engineer-in-charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in position to supply. For this purpose, the labour component of the work executed during period under consideration shall be percentage as specified in Schedule F, of the value of work done during that period and the increase / decrease in labour shall be considered on minimum daily wages in rupees of any unskilled adult male mazdoor, fixed under any law, statutory rule or order.

41

7. CLAUSE 10CA of GCC PRICE ADJUSTMENT DUE TO INCREASE / DECREASE IN PRICES OF CEMENT AND STEEL

Price Adjustment in the prices of materials like cement and steel shall be worked out based on the following provisions:-

i) The base date for working out such Adjustment shall be the last stipulated date of receipt of

tender including extension, if any. i) The cost of work on which Adjustment will be payable shall be reckoned as 85% of the cost as

per the bills, running or final, excluding any work for which payment is made at prevailing market rates. In the case of materials brought to site for which any secured advance is included in the bill the full value of such materials as assessed by the Engineer-in- charge (and not the reduced amount for which secured advance has been paid) shall be added to the cost of work shown in the bill for operation of this clause. Similarly when such materials are incorporated in the work and the secured advance is deducted from the bill, the full assessed value of the materials originally considered for operation of this clause should be deducted from the cost of the work shown in the bill, running or final.

ii) Components of materials like Cement and Steel for working out the Adjustment on account of increase / decrease in prices of Cement and Steel shall be as follows:-

a) Component of Cement‘ X’ = 14.5 % expressed as percent of Total Value of work a. Component of Steel ‘Y’= 19.5 % expressed as percent of Total Value of work

The Adjustment on account of increase / decrease in prices of Cement and Steel shall be worked as per the formula given below :-

a) Adjustment for component of ‘cement’ Vc = W x Xc/100 x (Cl – Clo) / Clo

Vc = Variation in cement cost, i.e., increase or decrease in the amount in rupees to be paid or recovered.

W = Cost of work done worked out as indicated in Para (ii) above. Xc = Component of cement expressed as percent of total value of work. Cl = All India Wholesale Price Index for cement for the period under consideration as Published by

the Economic Adviser to Govt. of India, Ministry of Industry & Commerce. Clo = All India Wholesale Price Index for cement as published by Economic Advisor to Govt. of

India, Ministry Of Industry & Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any last stipulated date of receipt of tenders including extensions, if any.

b) Adjustment for component of ‘Steel’

Vs = W x Xs/100 x (Sl – Slo) / Slo Vs = Variation in steel cost, i.e., increase or decrease in the amount in rupees to be paid or

recovered W = Cost of work done worked out as indicated in Para (ii) above. Xs = Component of steel expressed as percent of total value of work. Sl = All India wholesale price index for steel (rebars) for the period under consideration as

published by the Economic Adviser to Govt. of India, Ministry of Industry & commerce. However, the Price Index shall be limited to

i) for the month when the last consignment of steel reinforcement for the work is procured or ii) for the month in which half of the stipulated contract period is over whichever of these is earlier.

Slo = All India wholesale Price Index for Steel (rebars) as published by Economic Advisor to Govt. of India, Ministry of Industry & Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any.

42

PROFORMA - X

CERTIFICATE OF HANDING OVER OF BUILDINGS

(To be prepared in quadruplicate)

NAVODAYA VIDAYALYA AT...........DISTRICT............STATE..........

1. Name of the building with short description such as RCC / CGI Roof, No. of toilets,

bathrooms etc. i) ii) iii) iv) * 2. Plinth area of each building

i) ii) iii) iv) * 3. Details of electrical fittings i.e. Main Switches, Nos. of fans, tubes & lights pendents etc.

in each building. (the make & type, size of fan. tubes etc. shall also be given with guarantee cards, if any, duly signed by the C.A.

* 4. Details of water supply fittings such as taps, wash basins, closets etc. in each building. 5. A line diagram of the layout of the water supply system, showing the position of sluice

valve/Fire Hydrants and the type and size of pipes laid shall be given. 6. A line diagram of the sewerage system showing the material, size, invert levels etc. of

sewer lines, Manholes, septic tanks and the capacity and frequency of cleaning of septic tanks shall be given.

* Additional sheets may be used for furnishing detailed information.

7. Details of length of roads and paths of different categories with description, whether

black topped, paved etc. 8. Details of tube-well. i.e. diameter, depth, yield in litres / hour, strata chart with levels,

laboratory test report of water etc. 9. Details of pumps installed in the well/tube-well giving make, model, capacity etc. 10. Details of transformer erected. Specification of Transformer, make capacity etc. 11. Details of electrical lines drawn i.e. no. of posts, Nos. of street lights etc. 12. Total cost of the buildings and other services including CA charges (split up cost of each

building shall be given).

43

13. Any other relevant information. Certified that the buildings and other structures have been done as per approved design

and specifications. All the buildings as detailed in item (i) above are structurally sound. Place Date Handed over In the presence of Taken over Contractor R I T E S Ltd Principal

44

APPROVED PRODUCTS FOR USE IN WORKS (First Quality or ISI Marked)

S. No.

Item Brand Manufacturer’s Name

ITC Indian Tube Co., Calcutta

GST Gujrat Steel Tube, Zearth Jindal Jindal Steel Tube, Hissar Parkash Surya Roshni Ltd.

Bahadurgarh

1 G. I. Pipes (Heavy & Medium Grade)

T. T. Swastik Swastik Steel Tube Co. R. M. Engg. Works, Jallandhar Bombay Metal Co., Bombay Annapurna Metal Works, Calcutta UNIK. UNIK Mfrg. Co., Jallandhar

2. G. I. Fittings

R. Brand. Ahmedabad. HIF Hari Om Iron Foundry,

Mathura BAJAJ Babu Lal Bajaj Iron

Foundry Vrindavan RIF Raj Iron Foundry, Agra A-1 Singhal Casting Co.,

Agra ISP Brand of Indo-Engg.

Textile Ltd. Agra ANAND Anand Founders &

Engineers, Batala (Punjab)

HEP Hindustan Engg. Products Co. Calcutta.

SKF Narsi Iron & Steel Pvt Ltd. S-I, Industrial Area NH-2. Mathura

3. CI / SCI Pipes and fittings

Kesoram,

Calcutta

Indian Valve Co., Bombay.

Leader Leader Engg. Works, Calcutta

Kirloskar Bros., Pune

4 C. I. Sluice Valve / Check Valve etc.

DIVINE Brand Leader Leader Engg.

Works,Calcutta L & K L & K Mathura K. B. Kebro Industries,

Mathaura PARKO

5 Brass Fittings (W/S)

GEM SOMA Soma Bath Room

Fittings Sahibabad 6 C. P. Brass Fittings

GEM Gem Sanitary Appliances

45

S. No.

Item Brand Manufacturer’s Name

(P) Ltd. PARKO Parkash Brass Ware

Industries, Delhi KINGSTON Kingstone, Delhi ZIM R. K. Enterprises, Delhi BILIMET Bombay EGO Ego Metal Works,

Ballabhgarh PARRY Works EID Parry (India) Ltd.

Madras and Alwar H-HINDUSTAN Hindustan Sanitary

Works Bahadurgarh Neycer Madhusudan Ceramics

Ltd

7 W. C. Pan, Wash Basin, Urinals, Sinks, Low level Flushing Cistern

CERA Hindustan Sanitary Works Sulabh International Ltd.(Fibre Glass)

8 W. C. Pan (Rural type)

Parry EID Parry (India) Ltd. Commander Bombay ADMIRAL Naveen International

Corporation, Delhi Hindware

9 European W. C. Seat Cover

Parryware H-HINDUSTAN Hindustan Goraya NOMOS Hindustan Sanitary Ware

10 Flushing Cistern (C.I) (10 litres)

PARRY Johnson & Johnson H. R. Johnson Tiles,

Bombay Somani Pilkington Ltd (now SPL

Ltd) ORIENT Orient Ceramics &

Indus.Ltd, New Delhi CERA Madhusudan Ceramics

Ltd

11 Glazed Tiles

DECORA Rajkot NITCO Delhi

RICO Delhi Modern Delhi CECO Bharat Hindustan NIMMCO

12 Mosaic / Terrazo flooring Tiles (Plain / Chequered)

RUPAM 13 1. Door Window

Fitings 2. M. S. Fittings

3. Alum. Fittings

Confirming to CPWD Specifications

Classic Mech. (India) Industries, Delhi

46

S. No.

Item Brand Manufacturer’s Name

4. M.S. powder

coated fittings

Arches Adarsh

SEN-HARVIK

AGEW Calcutta RSI

14 M.S.Standard 'Z' Section frames for window/ventilator

VARDHMAN ATUL Glass Works Golden Fish

15 Mirror

Vallabh Glass Works TRIVENI Hindustan Pilkington

16 Window Glass Panes

Shree Vallabh Aquacem Asian Paints Berger Ceco-Cem

17 Water Proof Cement paint

Super Snowcem Asian Paints Berger (India) Ltd. Jenson & Nicolson (P) Ltd. Goodlass Nerolac

18 Paints/Distempers

ICI Dulux Calcutta 19 RCC Pipe (NP)

Akshay / Indian Hume Pipe Co.

IMPERMO Acco-proof

20 Water Proofing Compound.

CICO.

Note :- In addition to the specific Brand mentioned above, any other make of ISI Make as approved by RITES/NVS may be used.

47

LIST OF APPROVED PRODUCTS FOR USE IN ELECTRICAL INSTALLATION WORKS (First Quality or ISI Marked)

S. No. Item Manufacturer’s /Brand Name 1 FSUs / SFUs L &T, GEC ALSTHOM, SIEMENS 2 CTs AE, KAPPA 3 AMMETER, VOLTMETER AE, MECO, UNIVERSAL 4 KWH METER GEC ALSTHOM, BHEL, HAVELLS 5 SELECTOR SWITCH KAYCEE, VAISHNO, 6 CHANGE OVER SWITCH BE, ELCON, STANDARD 7 MS CONDUIT BEC, AKG, (Only ISI Marked conduit shall be

used) 8 BRASS HOLDER KINJAL, EMPEROR 9 SWITCH, SOCKET, OUTLET,

CEILING ROSE ANCHOR, KINJAL, (Only ISI Marked switch, socket, ceiling rose shall be used)

10 FLUORESENCE TUBE FITTING PHILLIPS, CROPMTON, BAJAJ 11 INCANDESCENT LAMP PHILLIPS 12 CEILING FANS CROMPTON, BAJAJ, KHAITAN, POLAR,

G.E.C 13 EXHAUST FANS GEC, ALSTHOM, CROMPTON 14 DISTRIBUTION BOARD HAVELLS, STANDARD 15 MCBs HAVELLS, STANDARD, INDOKOPP 16 ELCBs GEC ALSTHOM, HAVELLS 17 PVC INSULATED COPPER

CONDUCTOR CABLE NATIONAL, PLAZA, BATRA, HENLEY, KALINGA, Empire (All ISI Marked )

18 LT CABLES CCI, GLOSTER, BATRA KEALAY. KALINGA 19 BULKHEAD FITTINGS CROMPTON, BAJAJ 20 DG SET KIRLOSKAR CUMMINS 21 PUMPS KIRLOSKAR

NOTE:-

1 The Makes offered shall be clearly indicated in the Bids. 2 The successful Tenderer/ Contractor shall in any case has to take prior approval

for makes owner for all the items quoting type, rated capacity with catalogue reference etc. of above makes intended to be utilized including fabrication of Electrical panels before placing orders/ procurement

3 The Contractor shall furnish as and when demanded by owner the invoices/ bills of purchase for verification of Quality and make of the materials

4 The contractor shall take prior approval for the item not covered in the approved list of makes

5 The successful Tenderer/ Contractor shall use the product of the make approved in the list or any other make which is ISI approved with the approval of Engineer-in-Charge

Note :- In addition to the specific Brand mentioned above any other make of ISI

Make as approved by RITES/NVS may be used.

48

Section - 4

SCHEDULES A TO F

49

SECTION 4 PROFORMA OF SCHEDULES

SCHEDULE ‘A’ Schedule of quantities (As per Bill of Quantities attached with Financial Bid) SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

S.No Description of items Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable - SCHEDULE ‘C’ – Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

S.No Description Hire charges per day Place of Issue 1 2 3 4

- Not Applicable - SCHEDULE ‘D’ Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable - SCHEDULE ‘E’ –

Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract). CLAUSE 10 CC Component of Cement (Xc) expressed as percent of total value of work 14.5% Component of steel (X5) expressed as percent of total value of work 19.5% Component of other materials (XM) (except cement & steel) expressed as per cent of total value of work 41% Component of labour (Y) expressed as percent of total value of work 25% Component of P.O.L (Z) expressed as percent of total value of work 00%___ ___Total 100 %_

50

SCHEDULE ‘F’ Reference to General Conditions of Contract

Name of Work “Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at Jawahar Navodaya Vidyalaya, Distt. Mohali (Punjab)”

Estimated cost of work Rs. 186.64 Lakh Earnest money : Rs. 1.87 Lakh Performance Guarantee (Ref. Clause 1) 5% of Tendered value Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers Officer inviting tender : Group General Manager (CP)/ RITES CONDITIONS OF CONTRACT Definitions

2 (iv) Employer Navodaya Vidyalaya Samiti 2(v) Engineer-in-Charge GM /GGM (RITES) 2(vii) Accepting Authority GGM (RITES). 2(ix) Percentage on cost of materials and labour to cover all 15% overheads and profits. 2(x) Standard Schedule of Rates CPWD DSR 2007 (for civil works) and CPWD SOR-

2007 (for electrical items) 2(xiii) Date of commencement of work 15 days from the date of issue of LOA or the first day of handing over of site whichever is later.

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract 2011 (Edition) as modified & corrected upto Correction Slip No.- 03 dated 17.07.2012 CLAUSES OF CONTRACT Clause 1 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance subject 15 days. to maximum of 15 days

Maximum allowable extension beyond the period provided in (i) above subject to a maximum of 07days.

7 days Clause 2 Authority for fixing compensation under Clause 2 GGM / RITES.

51

Clause 2A Whether Clause 2A shall be applicable No Clause 5 5.1 (a) Time allowed for execution of work 09 months from the date of start Date of start 15 days from the date of issue of Letter of Acceptance or the first date of handing over of site whichever is later 5.1 (b) TABLE OF MILESTONE(S) : S.No Description of Milestone

(Financial Progress) Time allowed in days

(from date of start) Amount to be withheld in case of

non achievement of milestone 1 1/8 1/4 of whole time Rs. 2,00,000.00 2 3/8 1/2 of whole time Rs. 2,00,000.00 3 3/4 3/4 of whole time Rs. 2,00,000.00 4 Full Full 10% of the tendered value of

the work less amount already withheld

Clause 5 A Shifting of stipulated date of completion GGM / RITES. Competent Authority Clause 6 A Whether Clause 6 or 6A applicable Clause 6 Applicable Clause 7 Gross work to be done together with net Payment / adjustment of advances for material collected, if any, since the last such Rs. 15 lakh payment for being eligible to interim payment Clause 10A i) Whether Material Testing Laboratory is to be provided at site. YES / NO ii) If “YES” list of equipments to be provided Adequate for field testing of material at

site. Refer Annexure B-1 of GCC Clause 10 B Whether Clause 10 B (ii) to (v) applicable Clause 10B (ii), 10B (iv), 10B ( v) and 10B

(vi) Applicable Clause 10 CC Whether Clause 10CC applicable YES / NO

Not applicable. However, Price variation in respect of labour and material will paid as per CLAUSE 10 C i.e Payment on Account of Increase in Prices/ Wages due to Statutory Order (s) and CLAUSE 10CA i.e Price adjustment due to increase / decrease in prices of cement and steel as detailed in Special conditions of contract

52

Clause 11 Specifications to be followed for execution For CPWD DSR Items:- of work CIVIL WORKS CPWD Specifications 2009 Vol. I & II .

ELECTRICAL WORKS CPWD General Specifications Part I Internal 2005 Part II External 1994 Part III Lifts & Escalators 2003 Part IV Substations 2007 Part V Wet Riser Sprinkler System 2006 Part VI Heating, Ventilation & Air Conditioning Works 2005 Part VII DG Sets 2006 For Non DSR Items and items of

Specialised nature/Special Specifications / Makes refer Section No. 3.

Clause 12 Clause 12.2 Deviation Limit beyond which i) For Non-foundation items. 12.3 & 12.5 Clauses 12.2,12.3 & 12.5 shall Plus 25% apply Minus No limit ii) For Foundation Items

Plus 100% Minus No limit Note: For Earthwork, individual classi-

fication quantity can vary to any extent but overall Deviation Limits will be as above. 12.5 Definition of Foundation item if

other than that described in Not applicable Clause 12.5

Clause 16 Competent Authority for deciding reduced rates GGM / RITES.

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at

site : The contactor shall deploy machinery, tools & plants as per the requirement of item of work under execution.

Clause 25 As per GM (C) Circular No. 1-1/2000-NVS(GM) dated 13.09.2000 arbitration clause between the construction agency and the contractor stands deleted. Appellate Authority - Not applicable Appointing Authority - Not applicable

53

Clause 36 (i) & (iii) Minimum Qualifications & Experience required and Discipline to which should belong Designation Minimum

Qualification Minimum working experience

Discipline to which should belong

Number

Principal Technical Representative

Engineering Graduate with at least 5 Years experience or Diploma Holder with 10 Years experience

Civil 1

36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative Designation Rate of Recovery per month (in Rs.) for non-deployment Principal Technical Representative

35,000.00

Clause 42 : i)(a) Schedule/statement for determining DSR 2007 theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical

quantities a) Cement

- for works with estimated cost 3% plus / minus put to tender not more than Rs.5 lakhs - for works with estimated cost put to 2% plus / minus tender more than Rs.5 lakhs

b) Bitumen for All Works 2.5% plus only & nil on minus side c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter, section and category

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Not Applicable Clause 46 Clause 46.10 Details of temporary accommodation including number of rooms and their Not applicable sizes as well as furniture to be made available by the Contractor Whether Clause 46.11.1A applicable YES /NO Whether Clause 46.13 A applicable YES / NO Clause 46.17 City of Jurisdiction of Court Delhi

54

Clause 47.2.1 Sum for which Third Party Rs. 2.00 Lakh per occurrence Insurance to be obtained. with the number of occurrences limited to four. Clause 55 Whether clause 55 shall YES / NO be applicable. If yes, time allowed for completion Not applicable

55

SECTION 5

TECHNICAL SPECIFICATIONS

56

SECTION 5

TECHNICAL SPECIFICATIONS 1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD 1.1 Civil Engineering Works CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWD

Specifications 1996 along with Correction Slips issued on them. These Specifications cover all types of Building Works. The specifications are available as a printed document issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works Part No. Description Year of issue I Internal 2005

II External 1994 III Lifts and Escalators 2003

IV Sub Stations 2007 V Wet Riser and Sprinkler Systems 2006 VI Heating, Ventilations & Air Conditioning Works 2005 VII D.G.Sets 2006 The above documents are available as Priced Document issued by CPWD and in soft copy

PDF Format in CPWD website. 2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACE TRANSPORT

Specifications for Road and Bridge works (Fourth Revision) August 2001 have been published by Indian Road Congress as a priced document. These Specifications cover exhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they have approved issue of “Indian Railways Unified Standard Specifications or Materials and works with corresponding Indian Railways Unified Standard Schedule of items (for rates of Materials and works)”. These documents are to be published by Northern Railway on behalf of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable to them based on “Standard Analysis of Rates of items”. These Specifications however cover only Building and Road works generally on the lines of CPWD and Ministry of Surface Transport. They do not cover Track works which are governed by Manuals and RDSO/Indian Railway Specifications. Pending publication of Unified Standard Specifications, the specifications issued by the zonal Railways will be applicable.

4.0 SPECIAL SPECIFICATIONS : Nil

57

SECTION 6

DRAWINGS and CORRECTION SLIPS to GCC

58

59

60

61

62

NAVODAYA VIDYALAYA SAMITI (AN AUTONOMOUS ORGANISATION OF MINISTRY OF

HUMAN RESOURSE DEVELOPMENT, GOVERNMENT OF INDIA)

TENDER DOCUMENT FOR

Construction of Additional Dormitory for 96 Boys and 2 nos of Warden Residence at Jawahar Navodaya

Vidyalaya, Distt. Mohali (Punjab)

Part – 2 Financial Bid

TENDER NO: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12

NOVEMBER – 2012

RITES LTD.

(A GOVERNMENT OF INDIA ENTERPRISE) RITES BHAWAN-II, PLOT NO-144, SECTOR-44, GURGAON-122 003

HARYANA

Tender Document issued to: ……………………………………….…… (Name of Tenderer) ……………………………………………. (Address of Tenderer) ……………………………………………… ……………………………………………… (Signature of officer issuing Documents with Designation and Date of issue) ………………………………….

63

RITES LTD.

TENDER AND CONTRACT DOCUMENT

CONTENTS

S. No.

Details Page

PART – 2 (Financial Bid)

SCHEDULE (BILL) OF QUANTITIES

1 Civil Works (Based on CPWD DSR-2007) 01 -23 2 Electrical works : Internal and External (Based on

CPWD SOR-2007) 24-30

3 Electrical works : Internal and External (Based on Market Rates)

31-34

S.No. Particulars Estimated Cost as per DSR/ SOR (Rs.)

Quoted % Above / Below (in figures and

words)

Quoted Amount (Rs.)

1 Civil Building Works (Based on CPWD DSR-2007) 12,484,279.35

2 Electrical work : Internal &External Electrical WorksBuilding (Based on CPWDSOR-‘2007)

306,517.00

3 Electrical work : Internal &External Electrical WorksBuilding (Based on MarketRates)

.------- .--------

4

5

6

7

8

Percentage and amount to be quoted by the tenderer

Total amount after rebate (in words)

Total amount after rebate (in figures)

Signature of contrcator with firms seal

ABSTRACT OF COST

Name of Work: Construction of Additional Dormitory for 96 Boys with 2 Nos of Warden Residence at JNV, Mohali (Punjab)

Total Amount

Unconditional rebate if any

TENDER NO: RITES/ROC-II/CP/NVS Mohali Addl Dormitory/8953-53/Tender/12

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

EARTHWORK1 2.8.1 Earth work in excavation by mechanical

means (Hydraulic excavator) / manualmeans in foundation trenches or drains(notexceeding 1.5 m in width or 10 sqm on plan)including dressingof sides and ramming ofbottoms, lift up to 1.5 m, including getting outthe excavated soil and disposal of surplusexcavated soil as directed. within a lead of50 m. All kinds of soil.

cum 103.40 810.00 83754.00

2 2.10.1.2 Excavating trenches of required width forpipes, cables etc. including excavation forsockets, and dressing of sides, ramming ofbottoms, depth upto 1.5 m including gettingout the excavated soil, and then returningthe soil as required, in layers not exceeding20cm in depth including consolidating eachdeposited layer by ramming, watering etc.and disposing of surplus excavated soil asdirected, within a lead of 50 m in all kind ofsoil. Pipes, cables etc. exceeding 80 mmdia.but not exceeding 300 mm dia.

metre 115.05 450.00 51772.50

3 2.25 Filling available excavated earth(excludingrock) in trenches, plinth, sides of foundationsetc. in layers not exceeding 20 cm in depth:consolidating each deposited layer byramming and watering, lead upto 50 m andlift upto 1.5 m.

cum 45.70 1770.00 80889.00

4 2.27 Supplying and filling in plinth with Local finesand under floors including watering,ramming, consolidating and dressingcomplete.

cum 301.50 105.00 31657.50

CONCRETE WORK5 4.1.8 Providing and laying in position cement

concrete of specified grade excluding thecost of centering and shuttering -All workupto plinth level: 1:4:8 (1 cement : 4 coarsesand : 8 graded stone aggregate 40 mmnominal size).

cum 2449.00 95.00 232655.00

NAVODAYA VIDYALAYA SAMITI

Construction of Additional Dormitory for 96 Boys with 2 nos of Warden Residences at JNV, Distt Mohali (Punjab)---- Dormitory

Page 1

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

6 4.1.10 Providing and laying in position cementconcrete of specified grade excluding thecost of centering and shuttering -All workupto plinth level: 1:5:10 (1 cement : 5 coarsesand : 10 graded stone aggregate 40 mmnominal size).

cum 2237.75 97.00 217061.75

7 4.2.3 Providing and laying cement concrete inretaining walls, return wall, walls (anythickness ) including attached pilasters,columns, piers, abutments, pillars, posts,struts, buttresses, string or lacing courses,parapets, coping, bed blocks, anchor blocks,plain window sills, fillets etc. up to floor fivelevel, excluding the cost of centering,shuttering and finishing. 1: 2: 4 (1 cement : 2coarse sand : 4 graded stone aggregate 20mm nominal size ).

cum 3579.10 4.00 14316.40

8 4.6 Providing and fixing at or near ground levelprecast cement concrete in kerbs, edgings,etc. as per approved pattern and setting inposition with cement mortar 1:3 (1 cement: 3coarse sand) including the cost of requiredcentering,shutteringand finishing smoothwith 6 mm thick cement plaster 1:3 (1cement : 3 fine sand) on exposed surfacecomplete.

4.6.1 1:2:4 (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size.) cum 4113.60 5.00 20568.00

9 4.10+4.12+4.13

Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stoneaggregate 12.5 mm nominal size). Extra forproviding and mixing water proofing materialin cement concrete work @ 1 kg per 50kg ofcement. Applying a coat of residualpetroleum bitumen of penetration 80/100 ofapproved quality using 1.7 kg per squaremetre on damp proof course after cleaningthe surface with brushes and finally with apiece of cloth lightly soaked in Kerosene oil.

sqm 230.20 70.00 16114.00

10 4.12 Extra for providing and mixing water proofingmaterial in cement concrete work @ 1 kg per50 kg of cement

per 50 kg

cement27.45 11.00 301.95

Page 2

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

11 4.17 Making plinth protection 50 mm thick ofcement concrete 1:3:6 (1 cement : 3 coarsesand: 6 graded stone aggregate 20 mmnominal size) over 75 mm bed by dry brickballast 40 mm nominal size well rammed andconsolidated and grouted with fine sandincluding finishing the top smooth.

sqm 222.65 145.00 32284.25

FORM WORK12 5.9 Centering and shuttering including strutting,

propping etc. and removal of form fori 5.9.1 i) Foundations, footings, bases of columns

etc. for mass concrete. sqm 119.25 300.00 35775.00

ii 5.9.2 walls (any thickness) including attatchedpilasters, buttresses, plinth and stringcourses.etc

sqm 180.40 270.00 48708.00

iii 5.9.3 ii) Suspended floors, roofs, landings,balconies and access platform. sqm 187.35 885.00 165804.75

iv 5.9.4 iii) Shelves (Cast in- situ) sqm 187.35 45.00 8430.75v 5.9.5 iv) Lintels, beams, plinth beams, girders,

bressumers and cantilevers. sqm 162.65 971.00 157933.15

vi 5.9.6 v) Columns, Pillars Piers, Abutments, Postsand Struts. sqm 238.40 710.00 169264.00

vii 5.9.16.1 vi) Edges of slabs and breaks in floors andwalls, under 20 cms wide. metre 61.10 724.00 44236.40

viii 5.9.7 vii) Stairs (excluding landngs) except spiral-staircases. sqm 204.00 55.00 11220.00

ix 5.9.19 viii) Weather shade, chajjas, corbels etc.including edges sqm 258.60 250.00 64650.00

x 5.9.13 Vertical and horizontal fins individually orforming box louvers band, facias and eavesboards.

sqm 285.55 450.00 128497.50

xi 5.9.9 Arches, domes, vaults upto 6 m span sqm 514.70 250.00 128675.00

REINFORCED CEMENT CONCRETE (Drip course included in RCC projection )

13 5.22.6 Reinforcement for R.C.C work includingstraightening, cutting, bending, placing inposition and binding all complete..Up toplinth Level.Thermo-Mechanically treated

kg 42.70 23000.00 982100.00

14 5.22.A..6 Reinforcement for R.C.C work includingstraightening, cutting, bending, placing inposition and binding all complete.Aboveplinth Level. Thermo-Mechanically treatedbars.

kg 42.70 45000.00 1921500.00

15 5.29.2.2 Providing and fixing sheet covering overexpansion joints with iron screws as perdesign to match the colour/shade of walltreatment. With Aluminium fluted strips 3.15mm thick 200mm wide.

metre. 368.40 60.00 22104.00

Page 3

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

16 5.33 Providing and laying in position machinebatched, machine mixed and machinevibrated design mix cement concrete ofspecified grade for reinforced cementconcrete work including pumping of concreteto site of laying but excluding the cost ofcentering, shuttering, finishing andreinforcement including admixtures inrecommended proportions as per IS 9103 toaccelerate, retard setting of concrete ,improve workability without impairing stregthand durability as per direction of Engineer-in-charge. M-25 grade reinforced cementconcrete by using 380kg. of cement per cumof concrete. All works upto plinth level.

cum 3983.75 226.50 902319.38

17 5.33.A Providing and laying in position machinebatched, machine mixed and machinevibrated design mix cement concrete ofspecified grade for reinforced cementconcrete work including pumping of concreteto site of laying but excluding the cost ofcentering, shuttering, finishing andreinforcement including Admixtures inrecommended proportions as per IS 9103 toaccelerate, retard setting of concrete ,improve workability without impairing stregthand durability as per direction of Engineer-in-charge. M-25 grade reinforced cementconcrete by using 380kg. of cement per cumof concrete. All work above plinth level uptofloor V level.

cum 3983.75 350.00 1394312.50

Page 4

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

18 At par with DSR 2007

Constructing terrace water tank in R.C.C.1:1.5:3 ( 1 cement : 1.5 coarse sand : 3graded stone aggregate 20 mm nominalsize) with necessary acrylic water proofingcompound as per manfacturer'sspecifications in floor slab, top slab, sidewalls, of the tank etc. including centering,shuttering, reinforcement, supplying & fixing45cm internal diameter M.S cover with frameand suitable locking arrangements(weight ofM.S manhole cover and frame shall not beless than 22.75kg). 12mm thick cementplaster in cement mortar 1:3 (1 cement : 3coarse sand) finished with a floating coat ofneat cement on all internal surfaces mixedwith acrylic water proofing compound as permanufacturers specifications, and 12mmthick plaster in cement mortar 1:3 (1 cement: 3 coarse sand) on all external surfaces,making necessary fillets providing andfixing 40mm dia G.I. (Class B) over flowpipe, 25mm dia G.I (Class B) inlet

connection heavy stop cock on a heavy dutybrass valve with PVC float, 40mm dia meterG.I scour pipe (Class B) with plug, brassmosquito proof coupling of approved design( 25mm diameter G.I. (Class-B) out letconnection including providing necessaary10x10cms fillets of 3mm thick M.S sheetwelded to all inlet, out let overflow and scourpipes as per drawing, specifications and theinstruction of Engineer-in-charge. (completejob) ii) Internal Size 3000 Litres Capacity each 34877.27 1.00 34877.27

BRICK WORK 19 6.1.1 Brick work with F.P.S. bricks of class

designation 75 in foundation and plinth incement mortar 1:4 (1 cement : 4 coarsesand) cum 2293.40 20.00 45868.00

20 6.1.2 Brick work with F.P.S bricks of classdesignation 75 in foundation and plinth incement mortar 1:6 (1 cement : 6 coarsesand).

cum 2121.75 90.00 190957.50

21 6.4.2 Brick work with F.P.S. bricks of classdesignation 75 in superstructure above plinthlevel upto floor V level in all shapes andsizes in : cement mortar 1:6 (1 cement : 6coarse sand)

cum 2430.25 228.00 554097.00

Page 5

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

22 6.12.2 Half brick masonry with FPS bricks of classdesignation 75 in foundation and plinth incement mortar 1:4 (1 cement : 4 coarsesand).

sqm 270.35 121.00 32712.35

23 6.13.2+6.15

Half brick masonry with FPS bricks of classdesignation 75 in superstructure above plinthlevel up to floor V level in Cement mortar1:4 (1 cement : 4 coarse sand). Extra forpoviding and placing in position 2 Nos 6 mmdia M.S bar at every third course half brickmason(With F.P.S bricks).

sqm 350.60 300.00 105180.00

24 6.44 Brick edging 7 cm wide 11.4 cm deep toplinth protection with bricks of classdesignation 75 including grouting withcement mortar 1:4 (1 cement : 4 fine sand).

metre 16.25 110.00 1787.50

WOOD WORK25 9.21 Providing and fixing ISI marked flush door

shutters confirming to IS: 2202 (Part 1) nondecorative type , core or block boardconstruction with frame of 1st class hardwood and well matched commercial 3 plyveneering with vertical grains or cross bandsand face veneers on both faces of shutters:

9.21.1 35 mm thick including ISI marked stainlessSteel butt hinges with necessary screws. sqm 929.95 108.00 100434.60

26 9.21 Providing and fixing ISI marked flush doorshutters conforming to IS: 2202 (Part I) nondecorative type, core of block boardconstruction with frame of 1st class hardwood and well matched commercial 3 plyveneering with vertical grains or cross bandsand face veneers on both faces of shutters:

9.21.3 25mm thick ( for cupboard) including ISImarked nickle plated bright finished M.S.piano hinges with necessary screws.

sqm 853.05 9.00 7677.45

27 9.24 Extra for providing vision panel notexceeding 0.1 sqm in all type of flush doors(cost of glass excluded) (overall area of doorshutter to be measured:

9.24.1 Rectangular or square sqm 99.90 27.00 2697.30

Page 6

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

28 9.26 Extra for cutting rebate in flush door shutters(Total area of the shutter to be measured). sqm 66.20 52.00 3442.40

29 9.27 Providing and fixing 35 mm thick wire gauzeshutters using galvanised M.S. wire gauze ofaverage width of aperture 1.4mm with wire ofdia. 0.63 mm for doors, windows andclerestory windows including ISI markedbright finished or/and black enamelled M.S.butt hinges with necessary screws:

9.27.2 Kiln seasoned and chemically treatedHollock wood sqm 1071.10 26.00 27848.60

30 9.47.1 Providing and fixing nickel plated M.S. pipecurtain rods with nickel plated brackets.20mm dia (heavy type).

metre 69.90 26.00 1817.40

31 9.48 Providing & fixing M.S. grills of requiredpattern in frames of windows etc withM.S.flats,square or round bars etc. allcomplete.

9.48.1 Fixed to steel windows by welding. kg 59.25 5000.00 296250.00

32 9.62 Providing and fixing ISI marked oxidisedM.S. sliding door bolts with nuts and screwsetc complete :

i 9.62.1 300 x 16 mm each 79.60 44.00 3502.40ii 9.62.2 250 x 16 mm each 69.65 20.00 1393.00

33 9.63 Providing and fixing ISI marked oxidised M.Stower bolt black finish (barrel type ) withnecessary screws etc complete.

i 250x10 mm each 33.90 74.00 2508.60ii 150x10 mm each 23.40 56.00 1310.40iii 100x10 mm each 17.25 1214.00 20941.50

34 9.64 Providing and fixing ISI marked 85x42 mmoxidised M.S. pull bolt lock confirming to IS:7534 with necessary screw, bolts, nut,washers etc

each 36.20 4.00 144.80

35 9.66 Providing and fixing ISI marked oxidisedM.S. handles conforming to IS : 4992 withnecessary screws etc complete :

9.66.1 125 mm each 10.20 200.00 2040.009.66.2 100 mm each 7.75 750.00 5812.50

36 9.67 Providing and fixing oxidised M.S. hasp andstaple (safety type) conforming to IS : 363with necessary screws etc complete :

9.67.1 150 mm each 12.20 4.00 48.80

Page 7

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

Page 8

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

37 9.68 Providing and fixing oxidised M.S. casementstays (straight peg type ) with necessaryscrews etc. complete.

9.68.1 300 mm weighing not less than 200 gms each 19.15 504.00 9651.60

38 9.69 Providing and fixing oxidised M.S safetychain with necessary fixtures for doors(Weighing not less than 450 gms).

each 52.80 2.00 105.60

39 9.91 Providing and fixing chromium plated brass50 mm cupboard or wardrobe knobs withnuts complete.

each 31.80 8.00 254.40

40 9.101 Providing and fixing aluminium hanging floordoor stopper ISI marked anodised (anodiccoating not less than grade AC 10 as per IS :1868) transparent or dyed to required colourand shade with necessary screws etccomplete

9.101.2 Twin rubber stopper each 53.90 50.00 2695.00

41 9.125 Providing and fixing PVC rigid foam sheet1mm thick on existing door shutters(bathroom & W.C. doors) using syntheticrubber based adhesive.

sqm 419.35 47.00 19709.45

Steel Work42 10.11 Providing and fixing factory made ISI

marked steel glazed doors, windows andventilators side/top/centre hung with beadingand all memebers such as K11 B and K12 Betc. complete of standard rolled steelsections, joints mitred and flash butt weldedand sash bars tenoned and rivetted with 15x 3 mm lugs, 10 cm long, embedded incement concrete blocks 15 x 10 x 10 cm

kg 178.90 4914.00 879114.60

of 1:3:6 (1 cement : 3 coarse sand : 6graded stones aggregate 20 mm nominalsize ) or with wooden plugs and screws orrawl plugs and screws or with fixing clips orwith bolts and nuts as required, includingproviding and fixing of hinges, pivots, floatglass panes with glazing clips and specialmetal sash putty of approved make and aprimer coat of approved steel primerexcluding the cost of other fittings exceptnecessary hinges or pivots complete as perapproved design. (Sectional weight of onlysteel members shall be measured forpayment without weight of glass & otherfittings).

Page 9

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

43 10.12 Extra for providing and fixing steel beadingof approved shape and section with screwinstead of glazing clips and metal-sash puttyin steel doors, windows, ventilators andcomposite units

metre 21.45 899.00 19283.55

44 10.13 Providing and fixing T- Iron frames for doors,windows & ventilators of mild steel Tee-Sections,joints mitred and welded with 15x3mm lugs 10cm long embeded in cementconcrete blocks 15x10x10 cm of 1:3:6 (1Cement: 3 Coarse sand : 6 graded stoneaggregate 20 mm nominal size) or withwooden plug and screws or rawl plugs andscrews or with dash fastener or with fixingclips or with bolts and nuts as requiredincluding fixing of necessary butt hinges andscrews and applying a priming coat ofapproved steel primer.

kg 51.15 1556.00 79589.40

45 10.17 Providing and fixing M.S. fan clamp type I orII of 16 mm dia M.S bar bent to shape withhooked ends in R.C.C slabs, beams duringlaying including painting the exposed portionof loop, all as per standard design complete.

each 75.20 56.00 4211.20

46 10.25.2 Steel work welded in built up section/framedwork including cutting, hoisting, fixing inposition and applying a priming coat ofapproved steel primer using structural steeletc. as required. in gratings, frames, guardbar, ladders, railings, brackets, gates andsimilar works.

kg 51.20 1227.00 62822.40

47 10.26.1 Providing and fixing hand rail of approvedsize by welding etc.to steel ladder railing ,balcony railing and staircase railing includingapplying a priming coat of approved steelprimer. M.S. tube.

kg 62.35 121.00 7544.35

FLOORING48 11.1.1 Brick on edge flooring with bricks of class

desigation 75 including cement slurry etc.complete in cement mortar with F.P.S. brcks.1:4 (1 cement : 4 coarse sand)

sqm 326.00 192.00 62592.00

Page 10

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

49 11.3.1 Cement concrete flooring 1:2:4 (1 cement : 2Coarse sand : 4 graded stone aggregate)finished with a floating coat of neat cementincluding cement slurry, but excluding thecost of nosing of steps etc. complete. 40 mmthick with 20 mm nominal size stoneaggregate.

sqm 192.95 194.00 37432.30

50 11.4 52 mm thick cement concrete flooring withconcrete hardener topping under layer 40mm thick cement concrete 1:2:4 ( 1 cement:2 coarse sand : 4 graded stone aggregate20 mm nominal size ) and top layer 12 mmthick cement hardener consisting of mix 1: 2( 1 cement : 2 graded stone aggregate 6 mmnominal size) by volume hardeningcompound is mixed @ 2 litre per 50 kg ofcement or as per manufacturersspecifications. this includes cost of cementslurry, but excluding the cost of nosing ofsteps etc complete.

sqm 286.55 135.65 38870.51

51 11.6.1 Cement plaster skirting (up to 30 cm height)with cement mortar 1:3 (1 cement : 3 coarsesand) finished with a floating coat of neatcement. 18 mm thick.

sqm 168.50 26.00 4381.00

52 11.10.6 40 mm thick marble chips flooring rubbedand polished to granolithic finish, under layer31 mm thick cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stoneaggregate 12.5 mm nominal size) and toplayer 9 mm thick with white, black, chocolate,grey, yellow or green marble chips of sizesfrom 4 mm to 7 mm nominal size laid incement marble powder mix 3:1 (3 cement :1marble powder ) by weight in proportion of4:7 (4 cement marble powder mix : 7 marblechips) by volume including cement slurryetc.Ordinary cement without any pigment.

sqm 297.85 81.00 24125.85

53 11.12.1.6 Marble chips skirting (upto 30 cm height )rubbed and polished to granolithic finish, toplayers 6mm thick with white, black,chocolate, grey, yellow or green marblechips of sizes from smallest to 4mm nominalsize laid in cement marble powder mix 3:1 (3cement : 1 marble powder) by weight inproportion of 4:7 (4 cement marble powdermix : 7 marble chips) by volume. Ordinarycement without any pigment.

sqm 346.20 5.00 1731.00

Page 11

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

54 11.13.1 Providing and fixing glass strips in joints ofterrazo/cement concrete floors. 40 mm wideand 4 mm thick.

metre 17.60 294.00 5174.40

55 11.16.4 Precast terrazo tiles 22 mm thick with gradedmarble chips of size up to 12 mm laid infloors and landings, Jointed with neatcement slurry mixed with pigment to matchthe shade of the tiles including rubbing andpolishing complete with precast tiles on 20mm thick bed of cement mortar 1:4 (1cement : 4 course sand). Ordinary cementwithout any pigment.

sqm 467.50 438.00 204765.00

56 11.18.4 Precast terrazo tiles 22 mm thick with gradedmarble chips of sizes upto 12 mm in skirtingand risers of steps not excedding 30 cm inheight on 12 mm thick cement plaster 1: 3 (1cement: 3 coarse sand) jointed with neatcement slurry mixed with pigment to matchthe shade of the tiles, including rubbing andpolishing complete with tiles of ordinarycement without any pigment.

sqm 548.90 19.00 10429.10

57 11.26.1 25 mm thick Kota stone slab flooring over 20mm (average) thick base laid over andjointed with grey cement slurry mixed withpigment to match the shade of the slabincluding rubbing and polishing completewith base of cement mortar 1:4 (1 Cement: 4coarse sand).

sqm 694.40 58.00 40275.20

58 11.31 Extra for pre finished nosing in treads ofsteps of Kota stone/sand stone slab metre 26.40 162.00 4276.80

59 11.35 Providing and fixing M.S.angle 50x50x5 mmto act as nosing with lugs of MS flat 10x5mm 10cm long forked at end 60 cm apart(minimum three lugs to be provided)includingnecessary welding and applying a primingcoat of approved primer on exposed surfaceetc.complete.

kg 48.05 375.00 18018.75

Page 12

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

60 11.36 Providing and fixing 1st quality ceramicglazed wall tiles conforming to IS : 15622(thickness to be specified by themanufacturer) of approved make in allcolours,shades except burgundy,bottlegreen,black of any size as approved byEngineer-in-Charga in skirting, risers of stepsand dados over 12 mm thick bed of CementMortar 1:3 (1 cement : 3 coarse sand) andjointing with grey cement slurry @ 3.3Kg persqm including pointing in white cementmixed with pigment of matching shadecomplete.

sqm 556.60 409.00 227649.40

ROOFING61 12.22 Making Khurras 45x45cm with average

minimum thickness of 5cm cement concrete1:2:4(1 cement : 2 coarse sand: 4 gradedstone aggregate of 20mm nominal size) overPVC sheet 1m x 1m x400 micron, finishedwith 12mm cement plastered 1:3 (1 cement :3coarse sand) and a coat of neat cementrounding the edges and making and finishingthe outlet complete.

each 108.00 12.00 1296.00

62 12.41 Providing and fixing on wall face un plastisedrigid PVC rain water pipe unplasticisedconfirming to IS: 13592 Type A includingjointing with seal ring conforming to IS: 5382leaving 10mm gap fpr thermal expansion. (I)Single socketed pipe.

i 12.41.2 110 mm dia metre 163.40 73.00 11928.20

63 12.42 Providing & fixing on wall face unplastised-PVC moulded fittings/accessories forunplasticised rigid PVC rain water pipesconforming to IS: 13592 Type A includingjointing with seal ring conforming to IS: 5382leaving 10mm gap for thermal expansion.

(a) 12.42.1 Coupler(i) 12.42.1.2 110 mm each 101.65 20.00 2033.00(b) 12.42.5 Bend 87.5degree (i) 12.42.5.2 110 mm bend each 134.20 2.00 268.40

(c) 12.42.6 Shoe (Plain)i 12.42.6.2 110 mm dia Shoe each 263.10 12.00 3157.20

Page 13

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

64 12.43 Providing & fixing unplastised PVC pipe clipsof approved design to unplasticised- PVCrain water pipes by means of 50x50x50 mmhard wood plugs,screwed with MS screws ofrequired length including cutting brick workand fixing in cement mortor 1:4 (1 cement :4 coarse sand) and making good the wallsetc complete.

(i) 12.43.2 110 mm each 96.90 36.00 3488.40

65 12.44 Providing and fixing to the inlet mouth of rainwater pipe cost iron grating 15 cm diameterand weighing not less than 440 grams. each 23.40 12.00 280.80

FINISHING66 13.4.1 12 mm cement plaster of mix 1:4 (1 cement

:4 coarse sand) sqm 82.55 347.00 28644.85

67 13.4.2 12 mm thick cement plaster of mix 1:6 (1cement : 6 Coarse sand) sqm 72.70 506.00 36786.20

68 13.5.2 15 mm thick cement plaster on rough side ofsingle or half brick wall of mix 1:6 (1 cement :6 coarse sand)

sqm 84.55 1060.00 89623.00

69 13.6.1 20 mm cement plaster of mix 1:4 (1 cement:4 coarse sand) sqm 118.25 100.00 11825.00

70 13.16.1 6 mm thick cement plaster of mix : 1:3 (1cement : 3 fine sand) sqm 62.15 1815.00 112802.25

71 13.17 6 mm thick cement plaster : 1:3 (1 cement :3 fine sand) finished with a floating coat ofneat cement and thick coat of lime wash ontop of walls when dry for bearing of RCCslabs and beams.

sqm 85.55 6.00 513.30

72 13.18 Neat cement punning sqm 21.40 305.00 6527.00

73 13.41.1 Distempering with oil bound washabledistemper of approved brand andmanufacture to give an even shade. Newwork (two or more coats) over and includingpriming coat with cement primer

sqm 41.55 433.00 17991.15

74 13.37.1 White washing with lime to give an evenshade new work(three or more coats) sqm 6.75 2526.00 17050.50

Page 14

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

75 13.46.1 Finishing walls with Acrylic Smooth exteriorpaint of required shade: New work(Two ormore coats applied @ 1.67 ltr/10 sqm overand including base coat of water proofingcement paint applied @ 2.20 kg/10 sqm).

sqm 50.40 202.00 10180.80

76 13.50.1 Applying priming coat with ready mixed pinkor Grey primer of approved brand andmanufacture on wood work (hard and softwood).

sqm 16.55 321.00 5312.55

77 13.50.3 Applying priming coat with ready mixed redoxide zinc chromate primer of approvedbrand and manucture on steel galvanisediron / steel works.

sqm 12.65 150.00 1897.50

78 13.61.1 Painting with synthetic enamel paint ofapproved brand and manufacture to give aneven shade i)Two or more coats on newwork.

sqm 35.35 972.00 34360.20

79 13.72 Washed stone grit plaster on exterior wallsof height upto 10 M above level in twolayers under layer 12 mm cement plaster 1:4(1 cement : 4 coarse sand ) furrowing theunder layer with scratching tool, applyingcement slurry on the under layer @ 2kg ofcement per square metre top layer 15 mmcement plaster 1:1/2:2 (1 cement : 1/2coarse sand: 2 stone chipping 10 mmnominal size) in panels with groove allaround as per approved pattern includingscrubbing and washing, the top layer withbrushes and water to expose the stonechippings, complete as per specification anddirection of Engineer-in-charge (Payment forproviding grooves shall be madeseparately).

sqm 262.20 1920.00 503424.00

80 13.73 Forming groove of uniform size in the toplayer of washed stone grit plaster as perapproved pattern using wooden battens,nailed to the under layer including removal ofwooden battens, repair to the edges ofpanels and finishing the groove complete asper specifications and direction of theEngineer-in-charge. i) 15 mm wide and 15mm deep groove

r.m 13.30 3455.00 45951.50

81 14.5.1 Providing and fixing glass panes, with puttyand nails wherever necessary: Float glasspanes of thickness 4 mm

sqm 427.60 13.00 5558.80

Page 15

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

SANITARY INSTALLATIONS 82 16.67 Providing & fixing at or near ground level

factory made RCC pavement slab of M-30grade of size 450x450x50mm (HPL orequivalent) including reinforcement with6mm dia M.S. bars 4 nos on each sideincluding setting in position in footpath tothe required level and line over a bed of20mm average thick cement mortor (1cement :3coarse sand) having thickness notmore than 5mm except on curve includingfilling of joints with same cement mortor andmaking grooves etc. complete as perdirection of Engineer-in-charge. sqm 345.35 205.00 70796.75

83 17.1 Providing and fixing water closet squattingpan ( Indian type W.C.pan ) with 100 mmsand cast iron P or S trap, 10 litres low levelwhite P.V.C. flushing cistern with manuallycontrolled device ( handle lever ) conformingto IS : 7231, with all fittings and fixturescomplete including cutting and making goodthe walls and floors wherever required.

17.1.1 White Vitreous china Orissa pattern W.C.pan of size 580x440 mm with integral typefoot rests

each 2304.65 2.00 4609.30

84 17.2 Providing and fixing white vitreous chinapedestal type water closet (European TypeW.C. pan) with seat and lid, 10 litre low levelwhite P.V.C.flushing cistern with manuallycontrolled device (handle lever), conformingto IS:7231 , with all fittings and fixturescomplete including cutting and making goodthe walls and floors wherever required.

17.2.1 W.C. pan with ISI marked white solid plasticseat and lid. each 2152.50 1.00 2152.50

85 17.7.4 Providing and fixing wash basin with C.I.brackets, 15 mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern,including painting of fittings and brackets,cutting and making good the walls whereverrequire : white vitreous china flat back washbasin of size 550x400mm with single 15mmC.P. brass pillar tap.

each 1044.90 3.00 3134.70

Page 16

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

86 17.9.1 Providing and fixing Kitchen sink with CIbrackets, CP brass chain with rubber plug,40 mm C.P. brass waste complete includingpainting the fittings and brackets, cutting &making good the walls wherever required.White glazed fire clay Kitchen sink of size600x450x250 mm

each 1793.35 2.00 3586.70

87 17.13.2 Providing and fixing white vitreous chinawater closet squatting pan (Indian type)Orissa pattern W.C pan of size 580×440mm.

each 1010.85 12.00 12130.20

88 17.28.2.1 Providing and fixing P.V.C. waste pipe forsink or wash basin including P.V.C. wastefittings complete. Flexible pipe 32 mm dia.

each 46.80 5.00 234.00

89 17.31 Providing and fixing 600x450 mm bevellededge miror of superior glass (of approvedquality) complete with 6 mm thick hard boardground fixed to wooden cleats with CP brassscrews and washers complete.

each 493.65 3.00 1480.95

90 17.33 Providing and fixing 600 mm x120 mm x 5mm glass shelf with edge round of supportedon anodised aluminium angle frame with CPbrass brackets and guard rail complete fixedwith 40 mm long screws, rawl plugs etc.complete.

each 216.70 3.00 650.10

91 17.35 Providing and fixing soil waste and wastepipes:

(i) 17.35.1.1 100 mm diameter sand cast iron S&S pipeas per IS: 1729 Metre 451.00 110.00 49610.00

(ii) 17.35.2.1 75 mm diameter sand cast iron S&S pipe asper IS: 1729 Metre 395.45 43.00 17004.35

92 17.37 Providing and fixing M.S holder bat clampsof approved design to S C I / CI (Spun) pipeembedded in and including cement concreteblocks 10x10x10 cm of 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate20 mm nominal size) including cost of cuttingholes and making good the walls etc.

(i) 17.37.1 For 100 mm dia pipe each 65.35 56.00 3659.60(ii) 17.37.2 For 75 mm dia pipe each 63.00 10.00 630.00

93 17.38 Providing and fixing bend of required degreewith access door, insertion rubber washer 3mm thick, bolts and nuts complete.

(i) 17.38.1.1 100 mm dia sand cast iron S&S as per IS:1729 each 255.00 14.00 3570.00

Page 17

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

(ii) 17.38.2.1 75 mm dia sand cast iron S&S as per IS:1729 each 210.00 11.00 2310.00

94 17.39 Providing and fixing plain bend of requireddegree.

(i) 17.39.1.1 100 mm sand cast iron S&S as per IS: 1729 each 222.45 19.00 4226.55

(ii) 17.39.2.1 75 mm sand cast iron S&S as per IS: 1729 each 175.15 5.00 875.75

95 17.43 Providing and fixing single equal plainjunction of required degree with access door,insertion rubber washer 3 mm thick, boltsand nuts complete.

(i) 17.43.1.1 i) 100x100x100 mm sand cast iron S&S asper IS:1729 each 374.60 1.00 374.60

96 17.56 Providing and fixing terminal guard.(I) 17.56.1.1 100 mm sand cast iron S&S as per IS 1729 each 192.25 3.00 576.75

97 17.57 Providing and fixing collor(i) 17.57.1.1 100 mm sand cast iron S&S as per IS: 1729 each 143.45 7.00 1004.15

(ii) 17.57.2.1 75 mm sand cast iron S&S as per IS: 1729 each 107.80 4.00 431.20

98 17.58 Providing lead caulked joints to sand castiron/centrifugally cast(spun) iron pipes andfittings of diameter.

(i) 17.58.1 100mm each 126.50 130.00 16445.00(ii) 17.58.2 75 mm each 107.80 65.00 7007.00

99 17.60 Providing and fixing trap of self cleansingdesign with screwed down or hinged gratingwith or without vent arm complete, includingcost of cutting and making good the wallsand floors :

17.60.2 100 mm inlet and 75 mm outlet17.60.2.2 Sand cast iron S & S as per IS: 1729. each 375.90 24.00 9021.60

100 17.73 Providing and fixing PTMT towel railcomplete with brackets fixed to woodencleats with CP CP brass screws withconcealed fitting arrangement of approvedquality and colour. 600mm long towel railwith total length 645mm, width 78mm andeffective height of 88mm, weighing not lessthan 190gms .

each 329.50 5.00 1647.50

101 17.75 Providing and fixing PTMT 15 mm Urinalspreader size 95x69x100 mm with 1/2" BSPthread and shapes, weighing not less than60 gms

Each 147.25 8.00 1178.00

Page 18

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

Page 19

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

WATER SUPPLY102 18.10 Providing and fixing GI pipes complete with

GI fittings and clamps, including cuttings andmaking good the walls etc. Inrernal works - Exposed on wall

(a) 18.10.1 15 mm dia nominal bore metre 105.85 115.00 12172.75(b) 18.10.2 20 mm dia nominal bore metre 133.85 90.00 12046.50© 18.10.3 25 mm dia nominal bore metre 179.65 85.00 15270.25(d) 18.10.4 32 mm dia nominal bore metre 226.10 55.00 12435.50(e) 18.10.5 40 mm dia nominal bore metre 264.05 18.00 4752.90

103 18.12 Providing and fixing G.I. Pipes complete withG.I. fittings including trenching and refillingetc.External work

(a) 18.12.4 32 mm dia. Nominal bore metre 193.60 72.00 13939.20

104 18.13 Making connection of G.I distribution branchwith G.I main of following sizes by providingand fixing tee , including cutting andthreading the pipe etc. complete.

18.13.1 25 to 40 mm nominal bore each 166.05 1.00 166.0518.13.2 50 to 80 mm nominal bore each 423.20 2.00 846.40

105 18.17 Providing and fixing gun metal gate valvewith C.I. Wheel of approved quality (screwedend).

(a) 18.17.1 i) 25 mm dia. Nominal bore each 285.50 12.00 3426.00(b) 18.17.2 ii) 32 mm dia. Nominal bore each 358.00 2.00 716.00

106 18.18.3 Provding and fixing ballvalve(brass) ofapproved quality, High or low pressure , withplastic floats complete : 25 mm nominal bore each 385.90 3.00 1157.70

107 18.21.1.1 Providing and fixing unplasticised PVCconnection pipe with brass unions. 30 cmlength 15 mm nominal bore.

each 35.10 12.00 421.20

108 18.22.1 Providing and fixing CP brass shower rosewith 15 or 20 mm inlet, 100 mm diameter. each 40.40 2.00 80.80

109 18.41 Providing and filling sand of grading zone Vor coarser grade alround the GI pipes inexternal work.

18.41.4 32mm diameter pipe r.m 23.40 72.00 1684.80

110 18.46 Providing and fixing G.I. Union in G.I. pipeincluding cutting and threating the pipe andmaking long screws etc. complete (Newwork)

18.46.1 15 mm nominal bore each 75.90 6.00 455.4018.46.2 20 mm nominal bore each 96.80 7.00 677.60

Page 20

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

18.46.3 25 mm nominal bore each 107.25 7.00 750.75

Page 21

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

18.46.4 32 mm nominal bore each 123.55 7.00 864.8518.46.5 40 mm nominal bore each 164.20 2.00 328.40

111 18.48 Providing and placing on terrace (at all floorlevels) polyethylene water storage tanks ISI:12701 marked with cover and sutiablelocking arrangement and making necessaryholes for inlet , outlet and over flow pipesbut without fittings and the base support fortank.

per litre 5.25 1000.00 5250.00

112 18.49.1 Providing and fixing C.P. brass bib cock ofapproved quality conforming to IS: 8931 : 15mm nominal bore.

each 313.10 33.00 10332.30

113 18.51.1 Providing and fixing CP brass long body bibcock of approved quality conforming to ISstandard and weighing not less than 690gms :15 mm nominal bore

each 315.80 13.00 4105.40

114 AR Providing and fixing 15mm nominal borechoromium plated brass stop cock(concealed ) of standard design and ofapproved made conforming to IS 8931.

each 313.10 2.00 626.20

115 AR Providing and fixing 15mm nominal borechromium plated brass angle valve for basinmixer and geyser points of approved qualityconforming to IS 8931.

each 347.65 15.00 5214.75

116 18.75.1 Providing and fixing PTMT extension Nipples15 mm nominal bore of approved qualityand colour weighing not less than 32 gms Each 38.75 8.00 310.00

117 18.78 Making chases upto 7.5x7.5 cm in wallsincluding making good and finishing withmatching surface after housing G.I pipe etc.

metre 36.65 75.00 2748.75

DRAINAGE118 19.1 Providing, laying and jointing glazed

stoneware pipes Class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1 fine sand) including testing ofjoints etc. complete.

i 19.1.1 100 mm diameter metre 105.90 25.00 2647.50ii 19.1.2 150 mm diameter metre 151.65 50.00 7582.50iii 19.1.3 200 mm diameter metre 247.15 150.00 37072.50

Page 22

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

119 19.2 Providing and laying cement concrete 1:5:10(1 cement : 5 coarse sand: 10 graded stoneaggregate 40 mm nominal size)all - roundS.W. pipes including bed concrete as perstandard design.

i 19.2.1 100 mm dia meter S.W. pipe metre 331.20 25.00 8280.00ii 19.2.2 150 mm dia meter S.W. pipe metre 405.05 50.00 20252.50iii 19.2.3 200 mm dia meter S.W. pipe metre 472.15 150.00 70822.50

120 19.4.2.1 Providing and fixing square-mouth S.W.gully trap grade 'A' complete with CI gratingbrick masonry chamber with wwater tight C.I.cover with frame of 300x300mm size(inside) the weight of cover to be not lessthan 4.50 kg and frame to be not less than2.70 kg as per standard design 150 x 100mm size P-type. With F.P.S. bricks classdesignation 75.

each 961.95 7.00 6733.65

121 19.6 Providing and laying non pressure NP2 class(light duty) R.C.C. pipes with collars jointedwith stiff mixture of cement mortar in theproportion of 1:2 (1 cement : 2 fine sand)including testing of joints etc. complete.

19.6.2 150 mm dia RCC pipe. metre. 202.85 50.00 10142.50

122 19.7 Constructing brick masonry manhole incement mortar 1:4 (1 cement : 4 coarse sand) R.C.C. top slab with 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate20 mm nominal size) foundation concrete1:4:8 mix (1 cement :4 coarse sand: 8graded stone aggregate 40 mm nominalsize) inside plastering 12 mm thick withcement mortar 1:3 (1 cement : 3 coarsesand) finished with floating coat of neatcement and making channels in cementconcrete 1:2:4 (1cement : 2 coarse sand: 4graded stone aggregate 20mm nominal size)

finished with a floating coat of neat cementcomplete as per standard design.

i 19.7.1 Inside size 90x80 cm and 45 cm deepincluding C.I. cover with frame (light duty)455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg(weight of cover 23 kg and weight of frame15 kg ).With FPS bricks of class designation75. each 5383.70 12.00 64604.40

Page 23

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

ii 19.7.2 Inside size 120x90 cm and 90 cm deepincluding C.I. cover with frame (mediumduty) 500 mm internal diameter total weightof cover and frame to be not less than116kg(weight of cover 58 kg and weight of frame58kg). With FPS bricks of class designation75. each 11882.20 3.00 35646.60

123 19.8 Extra for depth of manholes.19.8.1.1 Size 90 x 80 cm with FPS bricks class

designation 75. metre. 2654.00 2.00 5308.00

124 19.27.1 Constructing brick masonry road gullychamber 50x45x60 cm with bricks classdesignation 75 in cement mortar 1:4 (1cement : 4 coarse sand ) including 500x450mm precast R.C.C horizontal grating withframe complete as per standard design.WithF.P.S. bricks. each 2248.35 2.00 4496.70

WATER PROOFING125 22.7.1 Providing and laying integral cement based

water proofing treatment includingpreparation of surface as required fortreatment of roofs, balconies, terraces etc.consisting of following operations:(a) Applying a slurry coat of neat cementusing 2.75 kg/sqm of cement admixed withwater proofing compound conforming to IS :2645 and approved by Engineer-in-chargeover the RCC slab including adjoining wallsupto 300 mm height including cleaning thesurface before treatment

(b) Laying brick bats with mortar usingbroken bricks/brick bats 25 mm to 115 mmsize with 50% of cement mortar 1 : 5 (1cement : 5 coarse sand) admixed with waterproofing compound conforming to IS : 2645and approved by Engineer-in-charge over 20mm thick layer of cement mortar of mix 1 : 5(1 cement : 5 coarse sand) admixed withwater proofing compound conforming to IS :2645 and approved by Engineer-in-chargeto required slope and treating similarly theadjoining walls upto 300 mm height includingrounding of junctions of walls and slabs

Page 24

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

(c) After two days of proper curing applyinga second coat cement slurry using 2.75kg/sqm of cement admixed with waterproofing compound conforming to IS : 2645and approved by Engineer-in-charge.

(d) Finishing the surface with 20 mm thickjointless cement mortar of mix 1 : 4 (1cement : 4 coarse sand) admixed with waterproofing compound conforming to IS : 2645and approved by Engineer-in-charge.including laying glass fibre cloth of approvedqualty in top layer of plaster and finallyfinishing the surface with trowel with neatcement slurry and making pattern of 300 x300 mm square 3mm deep.

(e) The whole terrace so finished shall beflooded with water for a minimum period of 2weeks for curing and for final test.

All above operations to be done in order andas directed and specified by the Engineer incharge:

With average thickness of 120 mm andminimum thickness at Khurra as 65 mm. sqm 541.05 744.00 402541.20

126 22.3 Providing and laying water proofingtreatment to vertical and horizontal surfacesof depressed portions of W.C kitchen andthe like onsisting of :

(i) Ist coarse of applying cement slurry @ 4.4kg/sqm mixed with water proofing compoundto IS 2645 in recommended proportionsincluding rounding off junction of vertical andhorizontal surface.

(ii) Iind course of 20 mm cement plaster 1:3 (1cement : 3 coarse sand ) mixed with waterproofing compound in recommendedproportion including rounding off junction ofvertical and horizontal surface.

(iii) IIIrd course of applying blown or residualbitumen applied hot at 1.7 kg/sqm of area.

(iv) Ivth course of 400 micron thick PVC sheet.(Overlaps at joints of PVC sheet should be100 mm wide and pasted to each other withbitumen @ 1.7 kg/sqm)

sqm 272.50 23.00 6267.50

Page 25

S. No. DSR' 2007

CODE NO.

Brief Description of item, Unit Rate DSR

(2007) (Rs.)

Qty. Amount

127 23.2+ 1.1.2+ 2.25

Supplying and Stacking of good earth at siteincluding royalty, carriage upto 5 km . &filling the same in plinth site of foundationsetc. in layers not exceeding 20cm in depthconsolidating each deposited layer byramming and watering etc. complete (earthmeasured in stakes will be reduced by 20%for payment). cum 216.81 1600.00 346896.00

Grand Total 12484279.35

Page 26

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

POINT WIRING1 1.1 Copper Point wiring in Steel Conduit

with piano type switchWiring for Light Point / Fan Point / ExhaustFan Point / Call Bell Points with1.5 Sq.mmFR PVC Insulated copper conductor singlecore cable in surface /recessedsteelconduit with piano type switch,phenoliclaminated sheet, suitable size M.S. boxand earthing the point` with 1.5 sq.mm FRPVC insulated copper conductor single corecable etc. as required.

Group A Each 361.00 231.00 83,391.00

2 1.5 Power Plug Point wiring in steel conduiteWiring for light /power plug with 2x4 sq.mmFR PVC insulated , copper conductor singlecore cable in surfaced / recessed steelconduit alongwith 1No.4 sq. mm FR PVCinsulated copper conductor single corecable for loop earthing as required.

Mt. 136.00 65.00 8,840.00

3 1.7.2 Light Plug Point wiring in steel conduite

Wiring for light plug with 2X2.5 sq.mm+1X2.5 sq.mm earth wire, PVC insulatedcopper conductor ,single core cable insurface /recessed steel conduit as required.

Mt. 120.00 65.00 7,800.00

4 1.7.2 Circuit wiring in steel conduite

Wiring for circuit wiring along with the earth wire with the following sizes of FR PVC insulated copper conductor, single core cable in surface/recessed steel conduit as required. (a)2x2.5sq.mm+1x2.5 sq.mm earth wire Mt. 120.00 740.00 88,800.00

NAVODAYA VIDYALAYA SAMITI

Construction of Additional Dormitory for 96 Boys with 2 nos of Warden Residences at JNV, Distt Mohali (Punjab)---- Internal & Extenal Electrification based on SOR

Page 1 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

5 1.17.11 Wiring in existing ConduitSupplying and drawing 2x2.5 Sq.mm FRPVC insulated copper conductor, singlecore cable in existing surface/recessedsteel conduit as required. Mt. 32.00 400.00 12,800.00

6 1.18 Telephone wiring in existing conduit:

Supplying and drawing following pair, 0.5sq.mm FR PVC insulated copperconductor, unarmoured telephone cable inthe existing surface / recessed steel/ PVCconduit as required.2 Pair Mt. 19.00 20.00 380.00

7 1.19 TV Point wiringSupply and drawing co-axial TV cable RG-6grade ,0.7mm solid copper conductor PEinsulated, shielded with fine tinned copperbraid and protected with PVC sheath in thesurface /recessed steel conduit pipe asrequired. Mt. 23.00 20.00 460.00

8 1.20 Conduit for TV Point WiringSupplying & fixing of following Size of steelconduit along with accessories in surface/recess including painting in case of surfaceconduit ,or cutting the wall and makinggood the same in case of recessed conduitas required.20 mm dia Mt. 77.00 20.00 1,540.00

9 1.23.7 Supplying and fixing of TV outlet socket onexisting metal box complete withtermination of TV cable as required. Nos. 27.00 2.00 54.00

10 1.23.6 Supplying and fixing of Telephone socketoutlet on existing switch box / coverincluding connections etc. as required. Nos. 27.00 2.00 54.00

Page 2 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

11 1.22 Supplying and fixing of metal box offollowing sizes(nominal size) on surface orin recess with suitable size of phenolicsheet cover in front including painting asrequired. (a)75mmx75mmx60mm No. 55.00 4.00 220.00

12 1.7 Sub Main WiringWiring for submain wiring with followingsizes of PVC insulated copper conductor ,single core cable in surface/recessed steelconduit as required.

1.7.5 (a) 2x10 Sq.mm + 1x10 sq.mm earth wire Mt. 213.00 100.00 21,300.001.7.10 (c)4x6 Sq.mm+ 2x6 sq.mm earth wire Mt. 258.00 50.00 12,900.00

13 1.29 Light Plug Point Accessories

Supply and fixing metal box of 150mm x100mm x 60 mm deep in recess withsuitable size phenolic laminated sheetcover in the front including providing andfixing 3 pin 5/6 amps socket outlet and 5/6amps piano type swith, connections,painting etc. at a height of 23cms. fromfinished floor level( FFL). Each 102.00 6.00 612.00

14 1.30 Power Plug Point Accessories

Supply and fixing metal box of 180mm x100mm x 60 mm deep in recess withsuitable size phenolic laminated sheetcover in the front including providing andfixing 3 pin 15/16 amps socket outlet and15/16 amps piano type swith, connections,painting etc. at aheight of 23cms. fromfinished floor level (FFL). Each 161.00 5.00 805.00

15 1.35 Erection of incandescent light fittings:Erection of wall bracket / ceiling fittings ofall sizes and shapes containing upto twoGLS lamps per fitting, compolete with allaccessories including connection etc. asrequired. Each 19.00 60.00 1,140.00

Page 3 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

16 1.38 Supply, fixing, testing and comissioning ofcall bell / buzzer and piano type bell pushsuitable for AC single phase 230 volts,50Hz supply complete as required. No. 26.00 2.00 52.00

17 1.41 ITC fluorescent fitting directly on surface:Installation , testing and commissioning ofprewired, fluorescent fitting / compactfluorescent fitting of all types, complete withall accessories and tube etc. directly onceiling / wall, inclulding connection with 1.5sq.mm FR PVC insulated, copperconductor, single core cable and earthingetc. as required. Each 43.00 102.00 4,386.00

18 1.44 Installation, testing and commissioning ofAC ceiling fan 1200 mm sweep 230/250volts, 50Hz complete with suitable clamp,downroad, blades, canopy, regulator,rubber shackle, copper twin core cable forconnection, complete fan box laminatedsheet cover from bottom of sizes asrequired. Each 45.00 56.00 2,520.00

19 1.52+ 1.54

Installation, testing and commissioning ofAC Exhaut fan 300mm dia 900 rpm suitableto work on 230/250 volts, 50Hz, completewith mounting frame and louvres includingmaking the hole to size of above fan size ofabove fan, making good the damage,connections etc. complete as required.

Each 288.00 6.00 1,728.00

20 2.33.1 Supplying and fixing of following way, threepole and neutral, sheet steel, MCBdistribution board, 415volts onsurface/recess, complete with tinnedcopper bus bar, neutral link, earth bar, dinbar, detachable gland plate,interconnections, including primer coatingof painting and phosphatized powerpainted, earthing etc. with space for fixingELCB/RCCB (but withoutMCB/RCCB/ISOLATOR)complete asrequired.a) 4 Way TPN DB Each 820.00 2.00 1,640.00

Page 4 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

21 2.31 Supplying and fixing of following way,Single pole and neutral, sheet steel, MCBdistribution board, 240 volts onsurface/recess, complete with tinnedcopper bus bar, neutral link, earth bar, dinbar, detachable gland plate,interconnections, including primer coatingof painting and phosphatized powerpainted, earthing etc. with space for fixingELCB/RCCB (but withoutMCB/RCCB/ISOLATOR)complete asrequired.

2.31.2 (b) 8 Way SPN DB , Single door Each 372.00 2.00 744.002.31.3 (a) 12 Way SPN DB , Single door. Each 464.00 4.00 1,856.00

22 2.51 Supplying and fixing 5 amps to 32 ampsrating 240 volts, "B" series miniture circuitbreaker of following poles in the existingMCB distribution boards complete withconnections, Testing and Commissioningetc. complete as required

2.51.1 (a) Single pole No. 86.00 40.00 3,440.00

23 2.56 Supply and fixing following rating doublepole (single phase & neutral) 240 volts,residual current circuit breaker(RCCB)having a sensitivity of 300 milliampsin the existing sub distribution boardscomplete with connections, testing andcommissioning etc.as required.

256.1 (a) 25 Amps No. 949.00 6.00 5,694.00

24 2.57 Supply and fixing following rating four pole(three phase & neutral) 415 volts, residualcurrent circuit breaker (RCCB)having asensitivity of 300 milliamps in the existingsub distribution boards complete withconnections, testing and commissioning etcas required.

2.57.1 (a) 25 Amps No. 1168.00 2.00 2,336.00

Page 5 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

25 2.53 S/F 'B' series SP MCB Blanking Plate Supply and fixing single pole blanking platein the existing MCB DB box complete etc.as required. No. 2.00 40.00 80.00

EARTHING26 3.3 Extra for using salt and charcoal for pipe

earth electrode, including soldering etc.complete as required Set 475.00 4.00 1,900.00

27 3.19 Providing and fixing 6 SWG GI wire inground or on surcface/recess for loopearthing complete etc. as complete required

Mt. 24.00 40.00 960.00

28 3.15 Providing and laying earth connections fromearth electrode with 6 SWG GI wire in 15mm Dia GI pipe from Earth Electrodecomplete as required Mt. 86.00 60.00 5,160.00

EXTERNAL

POWER CABLES29 1.1 Laying of one number PVC insulated and

PVC sheathed / XLPE Power Cable of 1.1.KV grade of size not exceeding 25 sqm.direct in ground including excavation, sandcushioning, protective covering and refillingthe trench etc.complete as required.

Mt. 85.00 300.00 25,500.00

Cable end Termination30 4.1 Supplying and making end termination with

brass compression glands and aluminiumlegs for following sizes of PVC insulatedand PVC sheathed / XLPE aluminiumconductor cable of 1.1 KV grade asrequired.(a) 2 x 6 sqmm Each 69.00 2.00 138.00(c) 4 x 16 sqmm Each 196.00 2.00 392.00

Page 6 of 7

Sl.No. Code No. SOR -2007

Description of Item of works Unit Rate Quantity Amount

31 7.36 Supply and fixing of 32mmdiax2.0mtr. LongGI Pipe ( Medium Class) bracket formounting of fluorescent street light fitting onPole /Wall including binding the pipe to therequired shape 40 mmx3mm flat ironclamps and wiring with 1.5 Sq.mm PVCCopper conductor wire and painting the flatiron with primer and finish paint as required

Each 403.00 5.00 2,015.00

32 7.39 Supplying and fixing of GI pipe 50mmdia(nominal) 3.00 metres length forprotection of underground cable along thepole or in ground or on surface complete inall respects as required. Each 603.00 4.00 2,412.00

33 7.41 Supplying and laying of 100mmdia(nominal) GI pipe3.00 metres length forprotection of underground cable along thepole or in ground or on surface complete inall respects as required. Each 1234.00 2.00 2,468.00Total 306,517.00

Page 7 of 7

Sl. No.

Description of Item of works Unit Rate (words and figures)

Quantity Amount

1

Supply of factory wired HPF Box type fluorescenttube fitting suitable for 1x40 watts Fl.tube withcopper ballast , starter,capacitor and 40watts Fl.Tube directly on ceiling /wall including connectioncomplete in all respect as required.

Each 102.00

2

Supply of AC ceiling fan 1200 mm sweep 230/250volts, 50Hz complete with suitable clamp,downroad, blades, canopy, regulator, rubbershackle, copper twin core cable for connection,complete fan box laminated sheet cover frombottom of sizes as required.

Each 56.00

3

Supply of AC Exhaut fan 300mm dia 900 rpmsuitable to work on 230/250 volts, 50Hz, completewith mounting frame and louvres including makingthe hole to size of above fan size of above fan,making good the damage, connections etc.complete as required.

Each 6.00

4

Supply of water tight round/oblong bulk head fittingcomplete with holder, ribbed glass rubber gasket,GI Guard, 100 watt incandescent lamp suitable towork on 230/250 volts including connectioncomplete as required.

Each 7.00

5

Supply of facorty wired HPF street light fluorescenttube fitting suitable for 2x40 watts fluorescenttubes including tubes on GI pipe bracket fixed onwall complete in all respect complete as required.

Each 5.00

NAVODAYA VIDYALAYA SAMITI

Construction of Additional Dormitory for 96 Boys with 2 nos of Warden Residences at JNV, Distt Mohali (Punajb)---- Internal & Extenal Electrification based on Market Rates

Page 1 of 4

Sl. No.

Description of Item of works Unit Rate (words and figures)

Quantity Amount

6Supply of brass batten / Angle Holder with 100 wincandescent lamp including connection etc.complete as required.

Each 6.00

7

Supply of single Wall Bracket light Decon make catno. 0989 complete with brass holder downwardwith cylindrical glass opening from bottom, onpolished wood base fixed with brass screws andcup washer with supply of 100Watts incandescentlamps complete as required.

Each 8.00

8

Supply of ceiling light Decon brand category No.0325 dia 205mm Drum type light with brass holderand incandescent lamp of 60 watt make philipscomplete as required

Each 44.00

Power cable

9

Supply of following sizes of 1.1 KV grade multicoreAluminium conductor PVC insulted and PVCsheathed, armoured cables as per IS:1554 (Part -I) 1988

(e) 16 Sq.mm 4 core Mt. 100.00

(g) 6 Sq.mm 2 core Mt. 250.00

Page 2 of 4

Sl. No.

Description of Item of works Unit Rate (words and figures)

Quantity Amount

10 POWER DISTRIBUTION BOARD Supply and installation of factory fabricated andwired metal clad, dust and vermin proof, floor/wallmounting panel TPN switch Board complete withfollowing MCBs/HRC fuses and instrumentchamber etc. complete in all respect. Theinstrument chamber shall be separate and shallcomprise of flush type ammeter ,voltmeter ,selector switches for ammeter andvoltmeter,instrument fuses, current transformer ,"ON" and " "OFF" indicating lights etc. as perdrawing.The board shall have TPN Aluminium BusBar as per relevant IS CODE. The switches shallbe complete with suitable cable socketscompression glands.The switch board shall becubical type fabricated from 1.6 mm thick CRCASheet and duly painted as per specifications asrequired.

Incoming (D/S Dormitory and Half D/S Dormitory)

125 A TPN FSU with 100 Amps HRC Fuses, and200 Amps Al Bus BarOutgoing40 Amps. 4 Pole MCB -3 Nos. 32 Amps. 2 Pole MCB - 6 Nos. As per specification as required

2.00set

Page 3 of 4

Sl. No.

Description of Item of works Unit Rate (words and figures)

Quantity Amount

11S.C. Power (for 02 Nos. W.R. of Half D/SDormitory)Supply and fixing cubical type sheet metal boardfabricated with 16 SWG MS sheet duly paintedwith primer and two coats of approved paint, ofsize 300 x 250 x 200 mm complete withfollowing fittings for 1 No. W.R. ( Qtr. typeIII )

(a) Wooden plank for fixing meter in eachcompartment(b) Locking arrangement in each compartment

(c) Window with glass for three phase meterreading for each meter.(d) Supply and fixing four pole of 32 A MCBIsolator for each meter.(e) 4 x 6 Sq. mm PVC Copper conductor cablefrom each meter to busbar

(f) 100 A TPN Aluminium busbar 300 mm long.

(g) 100 A TPN SFU with HRC fuses as incoming

(h) Wiring from SFU to Busbar with 4 x 16 sqmm aluminium cable.(i) Suitable arrangement for cable entry

(j) House Service meter( ElectronicallyoperatedElectrical Energy Meter) 3 phase, 4 wire,3 x 240 volts Non drawable type, Amps 10-20make GEC - 1 No., and connections of aboveitems to supply in al respect complete as required

Total amount market rate items

set 2.00

Page 4 of 4