41
CA No. RK/WORKS/DRAINS/2017-18/02 Page I 1 ROORKEE CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors in appropriate category (firms registered in Cantonment Board, Roorkee & other interested firms) through e- tendering for the following works as detailed below. Date of release of tender through e-procurement : 31/08/2017 10:00 AM Last date & time for downloading of tender documents : 22/09/2017 5:00 PM Last date & time for submission of e-tenders : 22/09/2017 5:00 PM Date and time for opening of e-tenders (Technical evaluation) : 25/09/2017 12:00 PM Date and time for opening of e-tenders (Financial evaluation) : 26/09/2017 12:00 PM Details of work Sl. No Name of Work 1 2 1 Term Contract for renovation, repair and maintenance of drains in Cantonment Area. The bidder may download the “Tender Document” and other terms and conditions as available on the web site of http://eprocure.gov.in/eprocure/app FILE NO: RK/WORKS/DRAINS/2017-18/02 Sd/- OFFICE OF THE CANTONMENT BOARD CHIEF EXECUTIVE OFFICER ROORKEE CANTONMENT BOARD, ROORKEE

ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

Embed Size (px)

Citation preview

Page 1: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 1

ROORKEE CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667

TENDER NOTICE

Roorkee Cantonment Board invites tenders from the Govt. approved contractors in appropriate

category (firms registered in Cantonment Board, Roorkee & other interested firms) through e-

tendering for the following works as detailed below.

Date of release of tender through e-procurement : 31/08/2017 10:00 AM

Last date & time for downloading of tender documents : 22/09/2017 5:00 PM

Last date & time for submission of e-tenders : 22/09/2017 5:00 PM

Date and time for opening of e-tenders (Technical evaluation) : 25/09/2017 12:00 PM

Date and time for opening of e-tenders (Financial evaluation) : 26/09/2017 12:00 PM

Details of work

Sl. No Name of Work

1 2

1

Term Contract for renovation, repair and maintenance of drains in Cantonment Area.

The bidder may download the “Tender Document” and other terms and conditions as available on

the web site of http://eprocure.gov.in/eprocure/app

FILE NO: RK/WORKS/DRAINS/2017-18/02 Sd/-

OFFICE OF THE CANTONMENT BOARD CHIEF EXECUTIVE OFFICER

ROORKEE CANTONMENT BOARD, ROORKEE

Page 2: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 2

APPENDIX ‘A’ TO THE NOTICE INVITING TENDER

1. The Roorkee Cantonment Board, Roorkee Cantt invites tenders through e- tendering

from Govt. approved Contractors in the appropriate category.

Name of work Term Contract for renovation, repair and maintenance of drains in Cantonment Area.

CA No. CA No. RK/WORKS/DRAINS/2017-18/02

Estimated Cost of work Rs. 20,00,000/-

Cost of tender Form RS. 3000/- (excluding tax)

Earnest money RS. 1,00,000 /-

Amount of bank solvency certificate RS. 8,00,000/-

Firm Registration 31-08-2017 to 11-09-2017 (Registration Fee: Rs. 10,000/- non-refundable and to be physically received by this Office) (Firm registration can be done by submitting Experience certificate of 80% of estimated cost with engineering specification, Copy of GST registration No., Copy of Trade tax registration No., Copy of PAN No., Copy of Character certificate not older than 6 months, Copy of Income tax return of last 2 years, Copy of details of Employee, Bank Copy of Solvency certificate , Copy of application requesting for firm registration).

Period /term Contract of contract Till 28th February, 2018

Tender validity period 90 days

Date of release of tender through e-procurement 31/08/2017 10:00 AM

Last date & time for Downloading of e-tender document

22/09/2017 5:00 PM

Last date & time for submission of e-tender document

22/09/2017 5:00 PM

Last date & time for submission of certified Scanned copies of EMD, Cost of tender document , & other documents online

22/09/2017 5:00 PM

Last date & time for submission of earnest money deposit and cost of tender form in the office of cantonment board, Roorkee Cantonment (in original) in the form of term deposit receipt /Demand draft in favour of chief Executive Officer, Roorkee Cantonment Board, Roorkee Cantt. Nevertheless the scanned copies of the same be uploaded online .

23/09/2017 11:00 AM

Date and Time for opening of e-Tender a) Technical Evaluation

b) Financial Evaluation

25/09/2017 12:00 PM

Page 3: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 3

26/09/2017 12:00 PM

For any clarifications:

Contact: 01332-271184, 274813

2.(a) A tender of the type as mentioned in Appx “ A” is invited as per particular given

therein.

2.(b)ALL CONTRACTOR TO NOTE CAREFULLY

All materials to be incorporated in the contract shall be as per list of approved makes given

in the terms and conditions. The contractors shall be required to submit purchase vouchers

along with the bills for verification. The contractor bills submitted without purchase

vouchers conforming incorporations of approved materials will be summarily rejected .The

contractor quoted rates shall be deemed to be inclusive of the same.

3. The work is estimated to cost as indicated in the aforesaid Appx “A”.

4. These estimates however are not a guarantee and are merely given as rough guide and

if the work costs more or less, tenderer will have no claim on that account.

5. The work is to be completed within the period of indicated in the aforesaid Appx “A” (in

according with the phasing if any, indicated in the tender) from the date of handing over

site, which will be about a week after the date of acceptance.

6. The tenderers are advised to visit the site by making prior appointment with the

Engineer-in-Charge in sufficient time.

7. The tenders shall be deemed to have full knowledge of all related documents samples,

site etc. Whether he has inspected them or not.

8. Any tenderer who proposes any alterations to any of the condition laid down or he/she

proposes any other conditions of any descriptions, Whatsoever is liable to be rejected. The

submission of tender by a tenderer implies that he had read the notice and the condition of

contract and has made himself /herself aware of the scope and specifications of work to be

done and the condition and the rates at which stores, tools and plant etc will be issued (if

any) to him and local condition and other factors bearing on the execution of the work.

9. Tender shall be filled with neat, eligible and correct entries’ both in figure as well as in

words .Alterations, erasures and indistinct figure shall be avoided.

10. The tenderer shall quote his rates in schedule “A” / price bid only but nowhere else

Otherwise tender/bid of the firm will be summarily rejected.

11. Revocation/upward revision of offer by lowest tenderer after opening of tenders

In the event of lowest tenderer revoking his offer of revising his rates upward (which will be

treated as revocation of offer), after opening of tenders, the earnest money deposited by the lowest

tenderer will be forfeited .In addition, such tenderer and his related firm shall not be issued the

tender in second call or subsequent calls. On revocation or upward revision of offer by the lowest

tenderer, next lowest offer will not be accepted /considered.

Page 4: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 4

12. Performance Security :The contactor shall be required to submit 10% of the cost of

completion of work as performance security (including amount of earnest money deposit)in the

form of bank draft/irrevocable bank guarantee from any Nationalized Bank valid for period of 01

year after date of completion of work (defect liability period). The relevant clause of IAFW -2249

would be deemed to have been amended accordingly.

13. The performance security would be released after expiry of defect liability period .In case of any

defects observed in the work done by the contractors, the Engineer-in-Charge will notify the defects

to the contractor giving reasonable time as per his discretion for rectification of defects and if

contractors fails to rectify the defects within stipulated period, the Board shall be at liberty to get

the defects rectified from any agency of its choice at the risk and cost of the contractor and

expenditure incurred in this regard would be adjusted from the performance security.

14. For submission of e tenders , bidders are requested to get themselves registered with

http://eprocure.gov.in website along with class 2nd /3rd Digital Signature Certificate (DSC) issued by

authorised issuing authority under IT Act, 2003.

15. For complete details, refer our websites www.eprocure.gov.in at CPP Portal.

16. The tender shall be accompanied by certified true copy of power of attorney in favour of the

signatory to the tender documents. In case the signatory himself is the sole proprietor, the person

signing the tender on behalf of another partner(S) or on behalf of a firm of company shall attach

with the tender a proper power of attorney duly executed in his favour by such other person or by

all the partners (s) or in accordance with constitution of the company, stating that he has authority

to bind such other person(s) or the company as the case may be .in all matters pertaining to the

contract including the Arbitration clause.

17. The department may issue amendment /errata to the tender documents before due date of

submission of tender. The tenderer are required to read the tender documents in conjunction with

amendments if any issued by the department. The tenderer is not supposed to incorporate any

amendment /errata in the body of tender documents either in ink or pencil. In case amendments

/errata issued are incorporated by the tenderer on the body of tender, they shall not be considered

and the amendments/errata issued by the department shall only hold good. The amendments

/errata issued to these documents if any would be uploaded on website of

http://eprocure.gov.in/eprocure/app. and will also be uploaded on Cantonment Board web site

www.cbroorkee.org.in . The Contractors shall visit these web sites from time to time to see these

amendments/ errata, if any.

18. Manual bids will not be acceptable.

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

ELIGIBILITY CRITERIA: DOCUMENTS TO BE UPLOADED FOR EVALUTING RESPONSIVENESS OF

THE BIDS (THE UNDERMENTIONED DOCUMENTS NEED TO BE UPLOADED FOR TECHNICAL

EVALUTION OF RESPONSIVENESS OF BIDS)

Page 5: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 5

1 Scanned copy of application on the letter pad of the company in favour of chief Executive

Officer, Roorkee Cantonment Board requesting for issue of tender documents Appendix I

2 Scanned copy of Earnest money deposit for the amount given in Appendix ‘A’ to the

notice of tender on page no.2 of documents Appendix II

3 Scanned copy of tender fee for issue of tender documents for the amount given in

Appendix ‘A’ to the notice of tender on page no.2 of document Appendix III

4 Scanned copy of Service tax registration certificate Appendix iv

5 Scanned copy of Sales tax/VAT registration certificate Appendix v

6 Scanned copy of Firm Enlistment Certificate (Contractor registration certificate) with Gov.

/ State Govt /Municipal bodies etc for Civil(B/R) works Appendix vi

7 Scanned copy of Partnership deed document in case of partnership firm only Appendix vii

8 Scanned copy of solvency certificate issued by any Nationalized Bank for the amount

given in Appendix A to the notice of tender on page no.2 of documents Appendix viii

9 Scanned copy of certificate from contract for Acceptance of tender terms and conditions

of the contract to be prepared on contractors letter pad and uploaded with the bid

Appendix ix

10 Scanned certified true copy of Power of Attorney as mentioned in clause 16 on page

No.04, if applicable Appendix x

11 Scanned copy of undertaking From the contractor that firm is enlisted in appropriate

category and for tendering limit equal to estimated cost of work Appendix xi

12 Character certificate issued by the District administration not earlier than the 6 months

from the date of publication of tender Appendix xii

NOTE:- (1) The price bid of only those contractors shall be considered for opening whose bids are

found responsive and have uploaded above documents complete in all respect .No

misunderstanding on this account shall be entertained in all respect afterwards. The bids of

agencies providing incomplete documents shall be summarily rejected.

(2) Original hard copy documents of earnest money deposit and tender document fee be submitted

in the Cantonment Board office, Roorkee before the last date and time for submission of e-tender

mentioned above. Otherwise, the technical bid of such bidder will not be opened and summarily

rejected .In case any change in Date & Time of opening of technical &Financial bids, the same

will be intimated separately to the participating firms.

The Earnest money deposit and tender document fee shall be submitted in form of demand Draft/

banker’s cheque/ 4-B receipt/ Term deposit receipt drawn in favour of Chief Executive Officer,

Roorkee Cantonment from any of the Nationalized banks. Scanned copy of Earnest money deposit

and tender document fee also need to be uploaded while submitting the same in original before

the due date and time. The price bid of agencies whose documents are found complete and in

order shall be opened immediately and after scrutiny of papers and details thereof will be

uploaded on the cantonment Board website www.cbroorkee.org.in thereafter.

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

Page 6: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 6

TENDER

Having Examined and perused the following documents.

1. Specifications signed by Engineer-in-charge(civil), Roorkee cantonment Board, Roorkee

cantonment ,

2. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto.

3. MES Standard schedule of rates 2010 (Part II) rates and MES Standard schedule 2009 (Part

I) specifications and IAFW-2249(1989 Print) with amendment up to date.

4. General condition of contract IAFW – 2249 (1989 print) together with errata and

amendment up to date.

5. Water condition No.31 of IAFW-2249 General Conditions of Contract. Water will not be

supplied by Roorkee Cantonment Board .Refer Special Condition No.12 On serial Page

no.29.

6. To execute all the works referred to in the said documents upon the terms and conditions

and referred therein General Summary and to carry out such deviation as may ordered

vide condition 7 of IAFW -2249 up to maximum of 20% (Twenty percent) and further agree

to refer all disputes as required vide condition 70 to the sole Arbitration of an engineer

officer to be appointed by the President Cantonment Board, Roorkee Cantonment Whose

decision shall be final, conclusive and binding.

7. Revocation / upward revision of offer by lowest tenderer after opening of tenders In the

event of lowest tenderer revoking his offer or revising his rates upward (which will be

treated as revocation of offer), after opening of tenders , the earnest money deposited by

the lower tenderer will be forfeited . In addition such tenderer and his related firm shall

not be issued the tender in second call or subsequent calls .On revocation or upward

revision of offer by the lowest tenderer, next lowest offer will not be accepted/Considered.

8. Performance Security: The contractor shall be required to submit 10% of the cost of

estimated cost of work as performance security ( including amount of earnest money

deposit) in the form of Bank draft/irrevocable bank Guarantee from Nationalized Bank

Valid for period of 01 year after date of completion of works ( defects liability period). The

relevant clause of IAFW -2249 would be deemed to have been amended accordingly.

9. The performance security would be released after expiry of defect liability period. In case

of any defects observed in the work done by the contractor, the Engineer-in-charge will

notify the defects to the contractor giving reasonable time as per his discretion from

rectification of defects and if contractor fails to rectify the defects within stipulated period,

the board shall be at liberty to get the defects rectified from any agency of its choice at the

risk and cost of the contractor and expenditure incurred in this regard would be adjusted

from the performance security.

10. For third quality control please see clause 1 & 38 on page 8 & 26 of tender documents.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

Page 7: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 7

SCHEDULE ‘A’

The schedule ’A’ comprises the approximate quantity and nature of works to be done under

this contract and the details are given below. However as it is the term contract the quantity

and nature of work may vary as per the requirements of the Cantonment Board, Roorkee

based on the needs of the public. Nothing in this schedule ’A’ be taken as granted and be

amended by the Engineer-in-charge during the currency of the contract as per the

requirements of the Cantonment Board, Roorkee. The tenderers are advised to quote their

rates keeping this in mind.

DEMOLITION Demolition of Brick work, damaged plaster and base of plain cement

Concrete (P.C.C.) and also excavation of ground if required: 94.5 Cubic

meter.

P.C.C. Preparation Base of soil by compacting the soil and then provide a

plain Cement Concrete base of 10 c.m depth. Grade to be used for base of

plain Cement Concrete is M 10 (1:3:6) as per the specification mentioned in

IS-456 : 10.36 Cubic meter

BRICK WORK Construction of Brick work on both sides of drains with mortar joint of

6 mm. The Bricks to be used in B/W should be of best quality and with burnt

bricks. Grade of Cement mortar used in B/W construction is of 1:4: 145.75

Cubic meter

PLASTER WORK Cement mortar used in Plaster work should be of Grade 1:4 and of

thickness 10 mm. Before applying plaster coat on B/W all mortar joint should

be struck of level with wall face : 405 Square meter

STEEL WORK MS work 10mm dia. and above bars as in reinforcement including

cutting, bending and secuting with s.s wire. MS work as in stirrups 5-10mm

dia. bars including cutting, bending, binding with MS wire as in stirrups. The

quantity of steel bars is 2500 kg.

RCC 1:1.5:3 RCC of grade 1:1.5:3 with 20mm graded aggregates as in plinth

beams. The quantity of RCC work is 52.78 cu.m.

FABRICATION WORK Iron frame work for making frame work of precast slabs and its

quantity is 5200 kg.

RCC 1:1.5:3 RCC of grade 1:1.5:3 with 20mm graded aggregates as in slabs. The

quantity of RCC work is 47.38 cu.m.

SAND FILLING Sand filling under the floors including watering and consolidation. The

quantity of sand filling is 270 cu.m.

PCC 1:2:4 PCC of grade 1:2:4 with 40mm graded aggregates as in base over

which water is flowing. The quantity of PCC base is 20 cu.m.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

Page 8: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 8

SCOPE OF WORKS

Term Contract for renovation, repair and maintenance of drains in Cantonment Area.

Broad Scope of works is as under:

1. Repair to all types of open drains outside the building .

2. Repair to all types of closed drains outside the building.

3. Repair to manholes, grills/grating as indicated.

4. Repair /replacement of any diameter sewer line /closed storm drains including manholes and

reconstruction of any drain in concrete/brick work including repairs to trenches with RMC, cement

concrete etc.

5. Repair/reconstruction of damaged culverts and like.

6. Any other item of work not covered in this scope of work can be ordered up to 15% of value of

individual work orders under this contract and condition No.4A of IAFW-2249 (1989 Print) shall be

deemed to be amended accordingly.

7. In case of dispute on scope of work , the decision of CEO Roorkee Cantt Board shall be final and

binding

8. In case of repair/additions/alterations to storm water drain or where running nallahs are met , the

Contractor shall suitably barricade/stop nallah water/effluent with proper barrier like sand bags etc

and if required, the contactor shall use pumps of adequate capacity to transport the effluent/water

to nearby drain, manholes or down stream of nallah, so as to ensure that no spilling of sludge ,

nallah disharge/water takes place. The quoted percentage shall be deemed to be inclusive of

barricading and pumping effluent as direcred by Engineer-in-charge.

9. Revocation/upward revision of offer by lowest tenderer after opening of tenders In the event of

lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation

of offer), after opening of tenders, the earnest money deposit by the lowest tenderer will be

forfeited . In addition, such tenderer and his related firm shall not be issued the tender in second

call or subsequent calls. On revocation or upward revision of offer by the lowest tenderer, next

lowest offer will not be accepted /considered.

NOTE: For all RCC works the contractor shall be permitted to use ordinary portland cement of either grade 43 or53. However for all other items of work under this contract viz PCC, plastering, cladding, rendering, brick work, flooring, etc. the contractor shall only use pozzolana cement of approved make without any price adjustment. The contractor shall be required to submit vouchers of the pozzolana cement incorporated in the work.(Approved make: Ambuja, ACC, or JK or equivalent make as approved by Engineer –in-charge )

10. THIRD PARTY QUALITY CONTROL: In order to achieve best workmen ship and execution of quality works, the Roorkee Cantonment Board will engage an independent agency who will carry out independent testing of materials and checking and ensuring overall quality procedures.The contractors shall be required to fully cooperate with agency and facilitate them in taking samples, transportation and examination of various activities including documentation at no extra cost to the board .In case of any adverse findings by the third party inspecting agency, the contractors shall do the needful rectifications at no extra cost to the board .The cost towards consultancy /third party quality control to the institutes would be paid by the board. All works/work order would be subject to third party quality control.

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

Page 9: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 9

SCHEDULE ‘B’

List of stores to be issued to contractor (See Condition 10(B) of IAFW-

2249)1989 Print

S. No. Particulars Rate of which store etc will be issued to contractor

Place or issue (by name)

Remark

---------------------- NIL --------------------

Signature of contractor For Accepting Officer

SCHEDULE ‘C’

List of tools and plants (other than transport which will be hired to the

contractor) See conditions 15, 34, 36 of IAFW-2249)1989 Print

Sr. No. Quantity Particulars Details of RCB CREW supplied

Hire charges per unit per working day RS.

Standing charges of per unit per off/half day

Remarks

---------------------- NIL --------------------

Signature of contractor For Accepting Officer

SCHEDULE ‘D’

Transport to be hired to the contractor.( See conditions 16 & 33 of IAFW-

2249(1989 Print))

S. No. Quantity Particulars Rate per unit for working day Place of issue by name

Remarks

---------------------- NIL --------------------

Signature of contractor For Accepting Officer

Page 10: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 10

Name of work: Term Contract for renovation, repair and maintenance of

drains in Cantonment Area.

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249)1989 PRINT

For

LUMP SUM CONTRACT (IAFW – 2159)

*Term contracts (IAFW – 1821)

* MEASUREMENT CONTRACTS (IAFWs -1779 & 1779 – A)

A copy of the General Conditions of Contracts (IAFW-2249)1989 print with errata &

amendments upto date and modifications has been supplied to me / us and is in my/our

possession. I/we have read and understood the provision contained in the aforesaid

General Conditions of Contracts before submission of this tender and I/We shall abide by

the terms and conditions thereof as modified, If any elsewhere in these tender documents.

It is hereby further agreed and declared by me/us that the General Conditions of contract

1989(Print) including condition 70 of thereof pertaining to settlement of disputes by

arbitration with errata and amendments form part of these tender documents and pages of

modifications.

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

Page 11: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 11

PARTICULAR SPECIFICATIONS

1 GENERAL

1.1 The work under this contract shall be carried out in accordance with schedule `A`, Particular

Specification, drawings forming part of this contract and General Specifications and other

provisions in the MES Schedule.

1.2 The Term `General Specifications` referred to in Para 1.1 above as well as referred to in

IAFW- 2249 (General Conditions of Contract) shall mean specifications contained in MES

Schedule of Rates 2009 part-1 (Specification) and MES Schedule of Rates 2010 Part II rates .

1.3 General Rules, Specifications, Special conditions and all preambles in the MES Schedule shall

be deemed to apply to works under this contract, unless mentioned otherwise in these

tender documents, in which case specifications in these tender documents shall take

precedence over the aforesaid Provisions in the MES Schedule.

1.4 Wherever reference has been given to the catalogue numbers of firms, the materials,

articles and fitting etc. will be only of the make of the firm whose catalogue numbers have

been indicated in the tender documents.

1.5 SAMPLES OF MATERIALS

1.5.1 The contractor is advised to inspect samples of the materials given herein after,

which are displayed in the office of the Engineer-in-Charge, before submitting his tender.

The contractor is deemed to have inspected samples and satisfied himself as to the nature

and quality of materials which he is required to incorporate in the work, irrespective of the

fact whether he inspects them or not. The materials to be incorporated in the work by the

contractor shall conform to or shall be superior in quality to such of the samples, which

comply in all respect with specifications give here-in-after.

1.5.2 Materials for which samples are displayed are given below:

a) Coarse sand - Conforming to relevant IS

b) Fine sand - Jamuna

c) Broken or crushed - Conforming to relevant IS

d) Burnt brick - Local

e) Burnt brick tiles - Local

11/2” (40mm) thick

f) Water proofing compound

g) Paints, Distemper, Cement base paint

h) Sanitary fittings,

i) Bituminous products

Page 12: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 12

j) Floor/wall tiles

k) Iron Mongery

l) Electric Cables

m) Fly Ash Lime Bricks

Conforming to IS-12894 - Local

1.5.3 The contractor shall produce samples of materials and shall obtain approval in writing from Engineer-in-Charge before he places bulk order for the materials for incorporation in the work. In respect of materials for which samples are not kept or detailed specifications are not given hereinafter , the materials shall comply with latest relevant Indian Standard Specifications whether listed in MES Schedule and under these specifications or not . Materials having ISI mark shall be given preference and would be insisted in incorporation of work over those not having ISI mark.

1.6 MAKING GOOD

The contractor shall cut, leave or form holes, recesses, chases ,etc. in concrete, brick work , walls, ceilings floors and in any other situation, as required or as directed by the Engineer-in-Charge and make good in cement and sand mortar (1:3)/PCC(1:3:6) as decided by Engineer-in-Charge and finish to match the adjoining surfaces.

2. INDIAN STANDARD

Unless otherwise specified all materials specified and incorporated in the work shall comply with the requirement of latest Indian Standard Specifications issued by the Indian Standard Institution (Materials/fittings with ISI mark embossed shall be preferred over UN –marked materials/fittings). Where the Indian Standard for certain materials have not been issued and finalized by the said institution, the materials shall comply with relevant samples. The contractor shall be deemed to have considered such requirements and included for the same in his tender percentage.

3. EXCAVATION & EARTH WORK

3.1 The measurement of excavation shall be as per MES Schedule II, with the exception that separate quantities of soft/loose soil, hard/dense soil, Mud/silt etc .shall not be worked out but these shall be grouped as any type of soil and shall be paid at applicable rates for soft/loose soil. The Contractor shall be deemed to have considered such requirements and included for the same in his tendered rates.

4. GENERAL

4.1 Cement shall not be issued under Schedule `B`. However cement as procured by the contractor shall be stored in places covered all around and no stack shall be more than 15 bags high. Proper record of cement brought by the contractor, daily consumption of cement etc shall be maintained by the contractor. Contractor is to produce the record if demanded by department. The cement procured by the contractor shall conform to IS – 8112, specification for 43 grade ordinary port land cement.

4.2 Cement shall be procured by the contractor from the main producers of cement as

enumerated under;

ACC (Associated Cement Co.) Gujrat Ambuja Cement

Birla Corp Ltd (Cement Division) Rajasthan Cement

Page 13: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 13

Madras Cement Ltd J k Cement Rassi Cement Ltd.

Vikram Cement. Andhra cement.

Century Cement. Dalmia Cement (bharat) Ltd.

The Indian Cements Ltd. Jay Pee Rewa Cement.

Jammu and Kashmir Cement Ltd. Mangalam Cement.

Modi Cement Ltd. Mysore Cement Ltd.

Raymond Ltd (Cement Division). Grasim Cement.

Aditya Cement. DLF Cement.

Lakshmi Cement. L&T Ltd.

JK Shakti Cement. Shree Cement .

5. LIME

5.1 Lime for mortar and white washing shall be specified as in MES schedule Part 1, 2009

specifications and shall conform to specifications contained in IS – 712.

6. COARSE AGGREGATE

6.1 Coarse aggregate shall conform to specifications given in MES schedule Part -1, however,

in case of controlled quality concrete the provisions made in IS – 456 shall be applicable.

6.2 Grading of coarse aggregate unless otherwise specified shall be as follows:

(a) For all reinforced cement - 20mm graded as specified in MES SSR 2009 Concrete of thickness not (part-1) in Para 4.4.7.1 on page 53 less than 80 mm (b)For plain cement concrete 65 mm - 40 mm graded as specified in MES SSR (part-1)

thick and over. in Para 4.4.7.1

(c) For plain cement concrete - 20 mm graded in concrete 40 mm thick and above

less than 65 mm / 40 mm thick (but less than 65 mm thick) and 12.5 mm graded

aggregate in concrete below 40mm thick, both as

specified in MES, SSR 2009 (part-1) in Para 4.4.7.1

(d)where due to less thickness of concrete, the use of 20 mm graded aggregate is not

possible, the aggregate shall be of 12.5 mm grading as specified in MES SSR, 2009 (part-1)

without any price adjustment.

7. FINE AGGREGATE

7.1 Sand for all cement work shall be clean/ free from admixture of clay salt, organic matter

and other impurities and shall be equal to the samples kept by Engineer- in- Charge. The

sand shall be washed before use If the quantity of deleterious materials exceeds as specified

in ISS – 383-1963.

Page 14: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 14

7.2 Sand for all concrete shall be coarse Bhogpur or Sundarpur, complying with the

requirements as specified in para 4.4.7.2 for grading zone -1 on page 53 of MES , SSR

(part-1)

7.3 Sand for all mortar for brick work/stone masonry shall be 100% Bhogpur sand or

Sundarpur sand.

7.4 Fine aggregate for all concrete work shall be Bhogpur sand and /or Sundarpur

sand conforming to samples, complying with the requirement as specified in MES

SSR, 2009 (part-1) may also be permitted provided mix design is done and the

requisite strength of the concrete is achieved.

Note: Wherever Bhogpur sand has been specified in the tender documents, the

contractor shall be permitted to use Sundarpur sand at his own cost, if he so desires

due to inadequate supply/non-availability of Bhogpur sand. No price adjustment

shall be made on this account. Sample of Sundarpur sand shall however, be got

approved from the Engineer-in–charge before incorporation in the work. Other

provisions in the respective clauses shall remain unchanged.

7.5 All mixes of concrete and mortar mentioned in this tender document shall be by

volume except design mix concrete conforming to IS-456 (latest) for which all the

ingredients are proportioned and mixed by weight.

7.6 MIXING AND CONSOLIDATION OF CONCRETE

7.6.1 All cement concrete shall be mixed in Mechanical mixer.

7.6.2 All reinforced cement concrete shall be consolidated by mechanical vibrators.

Consolidation by tamping may be resorted to with prior permission of Engineer-in-

charge in writing in locations where it is not practicable in the opinion of CEO to

ensure that concrete is not over vibrated so as to cause segregation.

7.6.3 Precast /cast-in situ plain cement concrete shall be deposited and rammed by

tamping and punning as specified in Para 4.11.10 and 4.11.11 on serial page 65 and

66 of MES SSR 2009 (part-I )

8. FLUSH SHUTTER

Wherever flush shutters specified/shown on drawing for doors, or directed by Engineer-in-

Charge, provide flush shutters solid core type with particle board core construction and shall

conform to (IS-2202 PART-I) 1983 and as specified in MES SSR 2009 part-I. Flush shutter shall

be non-decorative commercial type. Flush shutter shall have teak wood edging as specified

in IS. Flush shutter shall be internally lipped as one piece with frame joints shall not be

permitted in lapping.

9. STEEL AND IRON WORK

Page 15: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 15

9.1.1 Materials

Unless otherwise specified in this particular specification steel shall be of the following

grade:

I. Deformed/twisted steel bars reinforcement IS: 1786-1985.

II. Mild steel round bars (for reinforcement only) Grade- IS-432 (Part I) -1982.

9.1.2 The contractor shall be required to furnish test certificate of the steel procured by him.

It shall be the responsibility of the contractor that the steel procured by him shall comply

with the requirement of Fe-410S &Fe-310-0 conforming to: 1977-1975.

9.1.3 Steel for reinforcement shall be deformed/cold twisted bars conforming to IS: 1786

and mild steels bars shall conform to IS-432 Grade I(past-I).

9.1.4 All reinforcement work including that of overlaps shall be provided as per standard

engineering practice and as directed be Engineer-in-Charge.

9.1.5 Where there is discrepancy between number of reinforcement bars as marked on the

drawings and number of bars as worked out from the centre to centre spacing shown on

drawings, the later shall prevail.

9.1.6 All laps and crossing of reinforcement shall be tied with mild steel wire (soft drawn) of

size not less than 0.9 mm diameters.

9.1.7 Reinforcement shall be cut and bent to shape and shall be provided as shown in

drawings.

9.1.8 Structural Steel

(a) Definition of structural steel as given in clause 10.4 on page no .192 of SSR part-I

quality steel Fe-410-S conforming to IS 2062-2006 for all types of steel structures.

(b) Ordinary quality steel FE-310-0 conforming to IS -1977-1975 shall be used for doors,

windows guard bars, grills, steel gate handrails, fencing posts... etc

9.2 STEEL WINDOWS/VENTS

9.2.1 Standard steel windows-vents shall be provided in the situations shown by the

Engineer-in-charge.

9.2.2 Steel window/vents shall conform to IS 1038-1983; Process of flash butt welding

may be adopted for fabrication. However the contractor is permitted to use electric arc

welding in lieu of flash butt welding without any price adjustment. Fixing of steel

window/vents, shall be done in accordance with IS -1081-1960. However, instead of mastic

filling specified in IS, cement and Bhogpur sand mortar (1:1) mixed with 5% of crude oil by

weight of cement can be used. Lugs to steel windows/ vents shall be provided in lintels and

cills. Sub dividing bars of units shall be tennened & riveted to the frame.

9.2.3 Side hung shutters shall be provided with projecting type /non-projecting type steel

hinges as directed. Handle for stay arms and casement stays shall be mild steel stove

enamelled black japaned .For fly proof shutter the hinges shall also be projected/non –

projected type steel hinges, but the handles shall be of one point type. Hardware fitting/iron

monger for steel windows/vents shall be provided as shown in relevant IS.

Page 16: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 16

9.2.4 Samples for each type of windows/vents with complete fittings shall be produced for

approval of the Engineer-in charge. Manufacturer` s certificate to the effect that product

conforms to IS specification, shall be produced by the contractor at the time of submitting

samples for approval before procurement of bulk quantity of the material for incorporation

in the works . Samples shall be retained in the sample room of the Engineer-in charge until

completion of the work.

10. FORM WORK

10.1 Form work shall comply with the requirement specified in IS-456.

The form work shall be of timber of adequate strength. However, the form work to be used

for surface in these specifications to be plastered shall be such that after application of the

specified thickness, fair finished surface is achieved as specified. The contractor may at his

discretion use timber or steel or ply wood form work for which no price adjustment will be

admissible and in such cases he will have to properly roughen the concrete surface for

receiving plaster finish. Wall thickness shall not be made use of as form work. Wall shall be

built after the columns are cast.

11. BRICK WORK

11.1 Bricks to be used shall be best quality available known as first class (Sub class `B`

bricks).The size of bricks shall be within limits of 8 ¾ “ x 4 3/16” x 25/8” to 9 inches x 4 ½

inches x 3 inches (Normal size bricks). Specification given in clause 5.6.3 on page 89 of MES

schedule part -I is not applicable to this contract in respect of dimensions/size of bricks.

11.2 Bricks shall be kiln burnt having minimum compressive strength of 75 kg /Sqcm and

shall comply with the requirements of sub class `B` designated as 75-B as specified in IS -

1077.

11.3 Sand of mortar in all brick work shall be 100% coarse sand (Bhogpur/Sundarpur

sand).

12. WOOD WORK (CARPENTERS WORK)

12.1 Wood Work

12.1.1. Timber to be used in various situations shall be as mentioned in the

respective items /as directed by Engineer-in Charge. All wood work shall be wrought

on all faces and shall be of second class hard wood (Hillock).

12.1.2 Maximum permissible moisture contents for various purposes shall be as

stipulated in Para 7.7 on page 134 of SSR Part I except for form work. Contractor shall get

the timber kiln seasoned to ensure that permissible moisture contents stated in this clause is

not exceeded. The timber which exceeds the permissible moisture limit even though kiln

seasoned shall be rejected

12.2 JOINERY

12.2.1 TIMBER FOR JOINERY

Page 17: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 17

12.2.2 Timber to be used for joinery in various situations (except flush shutters,

veneered particle board, black board, ply wood) shall be second class

Hardwood (Hollock).

12.2.3 All shutters for doors shall be factory made.

12.2.4 All other timber required for joiners work not mentioned above or elsewhere

in particular specification shall be second class hard wood (Hollock).

12.2.5 For seasoning of timber for joiners work refer clause 12.3.2 here-in-before.

12.2.6 Provision of clause 12.3.2 mentioned here-in-before regarding moisture

contents shall apply to timber for the factory made shutters.

12.3 FACTORY MADE PANELLED, GLAZED AND GAUZED SHUTTERS

12.3.1 Panelled, glazed and gauzed shutters shall be of 2nd class hard wood (Hollock).

12.3.2 All fully/partly panelled and gauzed shutters (but not chowKats) shall be factory

made conforming to IS: 1003(Part I). The frames (rails etc) of panelled, gauzed and

glazed door shutters shall be of timber as specified in clause 12.2.4 here-in-before.

The inserts (except where wire gauze/glass)shall be of 12mm thick veneered particle

board exterior grade solid core, general purpose type with commercial veneer

facing on both sides and bonded with phenol formaldehyde synthetic resin and

conforming to IS 3097 unless otherwise specified.

13. IRON MONGERY

13.1 Iron mongery (the terms applied to iron, steel, brass or aluminium fittings)

shall be of approved quality conforming in all respects, equal to or better than the

sample kept in Engineer-in-charge office. All fitting shall be fixed with screws of the

same materials as of iron mongery unless otherwise specified. However aluminium

fittings shall be fixed with steel screws without any price adjustment .All hardware

fitting shall conform to relevant IS.

14. PLASTERING AND POINTING

14.1.1 All plastered/rendered surfaces shall be toweled to a fair and even surface

with steel trowels (without using extra cement).

14.1.2. Sand for plastering shall be 75% fine sand (Jamuna) and 25% coarse sand

(stone dust) conforming to the samples approved by the Engineer-in-charge

unless otherwise specified.

14.1.3 Cement plaster shall be of the specified thickness and mix as specified by the

Engineer-in-charge and shall be carried out in accordance with the

specification as contained in MES SSR (Part-I 2009).

14.1.4. All exposed surfaces of beams, columns, lintels, sills and like coming in

Conjunction with plastered surface shall be plastered in the same plan as that

of adjoining wall and to the thickness required to bring them in the same

manner as that of adjoining plaster

Page 18: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 18

14.2 GLAZER TILES/GLAZED CERAMIC TILES

14.2.1 Glazed tiles /glazed ceramic tiles of indicated thickness and size of first

quality shall be provided as specified in MES SSR 2009 (part-I). Tiles shall be

set and jointed in neat cement slurry and pointed in white cement, without

any extra cost. Glazed tiles shall be laid true and in plumb over indicated

thickness of screed/ rendering of cement and Bhogpur sand mortar (1:4) in

dados and skirting.

14.2.2 Glaze tiles shall be free from, cracks, twists uneven edge cracking and such

other defects. The tile shall be of uniform size. The rear face of the tiles shall

be grooved and/or recessed to provide an adequate key for the screed. Tiles

shall be firmly set in the mortar bedding. The joints shall be tight, regular, and

uniform.

14.2.3 After fixing, the tiles shall be thoroughly washed and cleaned to the

satisfaction of the Engineer-in-charge. The tiles shall be laid as specified in

MES SSR 2009(Part-I), `A`. The tiles in flooring/shelves shall be laid over

screed bed of 20 mm thick cement mortar 1:4 with coarse sand.

15 FLOORING

15.1.1 Floors of various types shall be provided as specified, or indicated/directed by

Engineer-in-charge.

15.1.2 Floor finish shall be carried over through all openings and dwarf walls.

15.1.3 Surface of concrete floors unless otherwise specified shall be finished even and

smooth with or without using extra cement with steel trowels as indicated/directed.

15.1.4 Where the floor finish is to be laid over RCC slab, the top surface of slabs shall be

cleaned with hard brushes and given a coat of neat cement slurry using 3 kg of

cement per square meter just before laying the finish without any extra cost of

government.

15.1.5 Glass dividing strip 38 mm wide x 4 mm thick shall be provided between the bays.

15.1.6 Where indicated in drawings or directed surface of concrete floors PCC skirting

/dado shall be treated with sodium silicate all as specified in MES SSR 2009 (Part-I)

without price adjustment.

15.1.7 The contractor shall use only type of sand (i.e. Bhogpur sand) and mixing of two

types of sand shall not be permitted in PCC 1:2:4 Topping.

16 TERRAZZO FLOORS

16.1.1 Floors indicated in schedule of finishes as ` Terrazzo finish ` shall consist of 15 mm

thick terrazzo layer (cast-in-situ) over 25 mm thick PCC (1:2:4) type B-I, (used as

screed).

Page 19: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 19

16.1.2 Terrazzo cast-in-situ finish shall be carried out all as specified in MES SSR (Part I).

Grinding of terrazzo floor shall be done by machine and floor shall be polished by

using mansion wax polish finish without any extra cost.

16.1.3 Glass dividing strips shall be 38 mm wide and of specified thickness and shall be

provided between the bays. Use of the all temporary fillets /side forms etc. may be

dispensed with where the glass dividing strips occur.

16.1.4 The type of terrazzo finish shall be as specified/directed.

17 TERRAZO CAST- IN -SITU SKIRTING/DADO

17.1 Where shown on schedule of finishes/drawing, terrazzo cast-in –situ skirting/dado

shall be provided for cast-in –situ. It shall be 10 mm thick terrazzo layer over

indicated thick rendering in cement and coarse sand mortar (1:4) and shall be

carried out as specified in MES Schedule (part -I ). Grinding and Polishing (including

polish) shall be done by hand machine to a fine finish to match with the terrazzo

floor finish.

18. WHITEWASHING COLOURS WAHING/DISTEMPERING

18.1 White washing /colour washing: White wash/colour wash shall be provided

where indicated /directed. All lime wash shall be done in specified / indicated coats.

The colour wash shall consist of specified/indicated coats of colour wash.

Lime/colour wash shall be carried out all as specified in MES SSR , 2009 (Part-I).

Pigment for colour wash shall be as approved by Engineer-in - charge.

18.2 DRY Distemper: Dry distemper shall be provided where indicated /specified .It

shall be of approved shade and brand, and shall be provided as specified in MES SSR

2009 (part-I).

18.3 Cement Base Paint: Cement base paint shall be provided where indicated /

directed. Cement base paint of approved tint be applied as specified in MES SSR

2009 (Part-I).

19 GLAZING

19.1 The glazing shall be done with selected quality of sheet glass conforming to

IS -2835-1977 as specified in MES Schedule (part-I).

19.2 Sheet glass for glazing in window/doors shall be from any of the make

specified here-in-after and shall be ISI marked as approved by

Engineer-in-charge. Make-(I ) Saint Globin (ii) Modi float (iii) Hindustan

Pilkington Glass Woks. The sheet glass shall be of `B` quality or ordinary

quality for gazing purpose.

20 PAINTING

20.1.1 The painting shall be with synthetic enamel paint, unless indicated otherwise.

20.1.2 The colour of the paint shall be as approved by Engineer-in-charge.

Page 20: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 20

20.1.3 The contractor shall use the first and best quality of the types of paints and

contractor`s rates shall be deemed to include for the preparation of surfaces and

application of primer .The contractor shall obtain the permission of Engineer- in –

charge in writing well in advance for the make/brand of paint that he will use in the

work . He shall also submit sample thereof.

20.1.4 Paints shall be brought at the site in manufacturer`s drums with seals intact.

20.1.5 Paints used in priming coat, under coat and finishing coat shall be of the

same manufacturer.

20.1.6 Surfaces of items to be oil painted shall be passed by the Engineer-in-charge

and marked as such before each coat is applied. Each coat shall be of slightly

varying Shade (not applicable to white shade) and shall be passed by the

Engineer-in-charge before next coat is applied.

21. WATER PROOFING TREATMENT TO RCC ROOF SLABS

All flat type roof slabs where indicated, shall be given water proofing treatment in

the order mentioned below unless specified/indicated otherwise. However, no water

proofing treatment shall be provided to RCC chajja.

i) RCC slabs surfaces shall be cleaned with wire brushes to move all dust and foreign

matter etc.

ii) Mud phuska as specified in MES SSR ,2009(part-I ) shall then be provided .Mud

phuska as described in SSR (part-I )shall be mixed with chipped straw not longer

than 2 cm at the rate 10 kg/ cumt. of soil at the time of preparation.

iii) Minimum consolidated thickness of mud phuska at the lowest point shall be 50 mm

increased uniformly towards the other end of ridge line so as to obtain a slope of 1

in 60, or as directed by Engineer-in-charge.

iv) Mud gobri plaster shall consist of 1 part cow dung soaked in water to free it from

grass, straw, seeds etc. and equal amount of fine-earth mixed together thoroughly

by adding water to bring it to a workable consistency .It shall be applied over mud

phuska, to a uniform thickness of 3 mm .The dried surface shall be checked for slope

and evenness with straight edge and undulations shall be rectified.

V) Single layer of 9’’ x 4 ½ x 1 ½ ‘’ thin burnt brick tiles (manufactured by mixing of

75%of earth and 25%of fly ash by weight) shall be laid flat thin layer of mud gobri

plaster. The joints shall be of 10 mm thick and grouted with cement and Bhogpur

sand mortar (1:3) and pointed flush in the same mortar as the work proceeds.

Pointing need not be cut on both edges of the joint. Cement shall be mixed with 5%

Crude oil by weight of cement. While laying tiles it shall be ensured that the mud

mortar rises vertically in the joints to a height of about 15 mm .The surface of

finished roof shall be kept wet for a period not less than 7 days.

22. SANITARY FITTINGS

22. 1.1. All sanitary fittings shall be of white vitreous china and shall conform to IS:2556

unless otherwise specified. The sample of sanitary fitting , fixing accessories etc

required to be incorporated in the work shall be got approved from the Engineer-

Page 21: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 21

in-charge by the contactor before placing bulk order for procurement . Sanitary

fitting shall be of one of the following brands/manufacturers conforming to

catalogue numbers where referred to in these tender documents. ISI marked fittings

shall only be provided.

22.1.2. Low level flushing cistern shall be ISI marked and of the material specified by

Engineer-in-charge complete with all fittings/accessories. PVC low level flushing

cistern shall be approved makes as approved by Engineer-in-charge.

22.1.3. Flush pipe shall be of brass chromium plated or unless otherwise specified.

23. REINFORCED CONCRETE PIPES

23.1 RCC pipe shall be of clause NP-2 (non pressure type) conforming to IS: 458-1971,

specifications for concrete pipe with or without reinforcement. The reinforced

cement concrete pipes shall be manufactured by centrifugal (or spun) process. All

pipes shall be true to shape, straight, perfectly sound and free form cracks and

flaws. Internal and external surfaces of pipes shall be smooth and hard. The pipe

shall be free from defects resulting from imperfect grading of aggregate mixing of

moulding. Thickness and weights of cement concrete pipe and collars with

reinforcement shall be as specified in following tables.

S.NO Pipe dimensions Collar dimensions

Inside dia. of pipe

Thickness Weight per mt.

Minimum chalking

Minimum thickness

Minimum length

Weight per collar

mm mm kg mm mm mm Kg 1. 100 25 24 13 25 150 5.45

2. 150 25 35 13 25 150 6.80

3. 250 25 52 13 25 150 10.60 4. 300 30 75 16 30 150 14.50

5. 350 32 93 16 32 150 17.70

6. 400 32 104 16 32 150 23.50

7. 450 35 128 19 35 200 30.85

8. 500 35 141 19 35 200 34.90

9. 600 40 193 19 40 200 42.60

10. 700 40 223 19 40 200 51.25

11. 800 45 187 19 45 200 60.80

12. 900 50 358 19 50 200 82.10

13. 1000 55 438 19 55 200 94.35

14. 1000 60 525 19 60 200 122.00

15. 1200 65 520 19 65 200 146.50

Page 22: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 22

The weights of pipe and collar given in the above tables are approximate and an allowance

of 10% variation there in shall be permissible.

24 SEWAGE DISPOSAL

24.1.1 The manholes shall be provided all as shown on drawings and as directed by

the Engineer-in Charge. The broad specification for various item of work

required for construction of manholes are follows:-

a) Excavation in any type of soil, return filling and ramming and disposal of

Surplus spoil outside Cantonment limits.

b) Foundation in PCC (1:4:8) Type D-2.

c) Bricks work in cement and coarse sand mortar (1:4).

d) 15 mm thick plaster internally in cement and Bhogpur sand mortar 1:4.

e) PCC benching and Kerb in PCC (1:2:4) Type B-1.

f) Manhole covers shall be SFRC as indicated

24 .2 CONCRETE BEDDING & HAUNCING FOR SGSW PIPES

Bedding , hunching and surrounding/encasing to salt , glazed stoneware pipes shall

be with PCC (1:4: 8) type D-2 all as directed by engineer-in-charge and as shown on

drawings and all as specified in MES SSR 2009 . However thickness of concrete bed

below pipe shall be 10 cm for pipes up to to and including 100 mm dia. and 15 cm

for pipes more than 100 mm dia.

24.3 SMOKE TEST

All soil, waste, vent and anti-syphonage pipes shall be subjected to smoke test as

specified in MES SSR (Part I).

25. ROUGH CAST PLASTER

After applying the under coat of cement and sand mortar 1 : 4 (1 cement : 4 coarse sand )

of indicated thickness and while it is still in plastic state, the rough cast mixer consisting of

crush stone or fine gravel aggregate (which is generally of size between 6 to 1w mm

depending on the texture required) mixed with coarse sand and cement in the ratio of 1:1:1

shall be applied and finished even .The mix of cement and sand shall be made slightly better

than normal for rendering to ensure that the larger aggregate are thoroughly covered .

26. INTERLOCKING PAVER BLOCKS

a) Precast concrete paver block shall confirm to IS 5658: 2006 Specification for precast

concrete blocks for paving. Paving blocks shall be sound and free from cracks or other visual

defects. The tolerance permissible on length, breadth and thickness shall be as specified in

clause 13.18 of MES SSR 2009, part –I.

b) The interlocking concrete blocks for pavement shall be procured of the approved shape,

size and colour from the approved manufacturer only having facilities of producing paver

blocks on vibration table and vibro compacted in joint less rubber /glass moulds. Paver

block should be of size 9’to 11” confirming to samples placed in the office of Engineer –in-

charge. The contractor whether inspects the samples or not, it shall be deedmed that the

contractor has actually inspected the samples to apprise himself with the quality of work he

Page 23: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 23

is required to do . The approval shall be obtained from Engineer-in- charge in writing well

before the procurement action by the agency.

26 .1 The Engineer-in-charge reserves the right to visit the manufacturing plant, and to

collect the samples at the factory or work site and get it tested in the oversee

laboratory of his choice to his entire satisfaction. The testing charges and expenses

on transportation /material for shall be borne by the contractor.

26 .2 All paver block shall be sound and free from cracks or other visual defects which will

interfere with the proper paving of the unit or impair the strength or performance of

the pavement constructed with paver blocks.

26 .3 Laying of paver block shall be done precisely at the indicated level and profile. The

block shall be laid to the pattern as directed by Engineer-in-charge .The block shall

be laid as tight as possible to each other. The maximum joint width shall not exceed

4 mm.

26.4 Laying of broken blocks shall not be allowed except a long connection or edges.

Breaking of blocks shall be done with a “Block splitter” or a mechanical saw.

26.5 After laying paver bloc fine angular sand as per specifications mentioned herein

above shall be brought into joint and thereafter compaction shall be done with a

vibrating plate compactor on a clean surfaces. After compaction again fine angular

sand shall be brushed into the joints.

26.6 Surface tolerance for the finished surface shall be +/- 10 mm from the design level.

All paver block should be of same thickness with a maximum allowable tolerance

limit of +_3mm.The variation in length and width of block should be limited to +_ 2

to 3 mm.

26.7 All edges of precast items shall be smooth finished and free of flaw.

26.8 The sample of precast interlocking paver block shall be got tested from the Govt.

approved laboratory as directed by Engineer-in-charge.

27. M.S. GRILLS/RAILINGS

27.1 All structural steel shall conform to I .S .226 sections for grills and shall be free from

loose mill scales, rusts, pitting or any other defects affecting its strength and

durability.

27.2 The grill shall be fabricated to the design as approved by the Engineer-in- charge .All

joints shall be made in best workman like manner with slotting and welding as

required to the specified size and shape. The edge of the M .S. flats shall be suitably

mitred before welding to get the desired shape. The joints shall be filled to remove

excess stay after welding. Screws, nuts ,washers, bolts ,rivets and any other

miscellaneous fastenings, devices shall be of as indicated and shall be provided by

the contractor. Manufacturing M.S. Grills then be fixed in between the posts,

balusters, M.S. frame by the work etc. to correct alignment. Any undulation, bends

etc. found shall be rectified by the contract at his own cost. The complete assembly

of grill/railing so fixed hall be firm and there shall not be any lateral movement.

Sample of grill and railing shall be submitted for approval of Engineer-in-charge and

to be got approved before taking up mass fabrication.

Page 24: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 24

28. CEMENT CONCRETE KERB STONES FOR FOOTPATH

28.1 The cement concrete kerb stones for pavement shall be procured of the approved

shape and size from the approved manufacturer having facilities of production of

design mix concrete, vibrio compacting machine of the required specification and

well established laboratory for conducting the required test. The approval shall be

obtained from Engineer-in-charge in writing well before the procurement action by

the agency

28.2 All concrete kerb stones shall be sound and free from cracks or other visual defects

which will interfere with the proper paving of the unit or impair the strength or

performance of the pavement constructed with them.

28.3 The kerb stone shall be laid over screed bad of cement mortar 1:4 (1 cement: 4

coarse sand) of indicated thickness and jointed/pointed in cement mortar 1:2(1

cement: 2 fine sand ).”Unless specified otherwise”.

28.4 Laying of kerb stones shall be done precisely at the indicated level and profile. The

block shall be laid to the pattern as directed by Engineer-in-charge. The block shall

be laid as tight as possible to each other. The maximum joint width between kerbs

shall not increase 10 mm.

28.5 All edges of precast item shall be smooth, finished and free from flaws.

29. WIRE CLOTH

Wire cloth shall comply with I S 1568-1970 and shall be galvanized. Mild steel wire cloth shall

have nominal dia. of wire and average width of aperture as indicated in respective item of

sch ’A’ all as directed by Engineer-in-charge .In case of steel window/CSWs, the edges of

wire gauge shall be bent over MS beads and the heads pressed well into the angle of steel

section to hold the gauge on two faces and fixed to steel window with round headed steel

screws.

30. G I TUBING

30.1 GI TUBING shall be of grade as indicated in sch ’A’ as directed by Engineer-

in-charge and shall conform to latest IS specifications duly ISI marked of approved

Make .

30.2 Stop cocks , ball valves ,pillar taps etc, shall of cast copper alloy with

Polished bright finish or chromium plated finish as indicated in SCH “A” and all as

directed by Engineer-in Charge and of approved Make . All Other Fittings shall be ISI

Marked.

31. PVC WATER TANK:-

31.1 PVC water storage tank shall be double layered and of capacity as indicated in

Schedule “A” or as directed by Engineer in charge. The tanks shall be hoisted and

fixed as specified in SSR

32. PVC (SWR) PIPES:

32.1 PVC Pips shall conform to IS 4985 with pressure rating 4 kg/cm2 .PVC(SWR)Pipes and

fitting shall be strong dimensionally stable and shall be free form defects. PVC (SWR)

Pipes shall b of type “B” having minimum wall thickness of3.2mm.

Page 25: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 25

32.2 Rubber rings for the pipes and fitting shall conform to IS-5382.

32.3 PVC (SWR) fitting shall be used as per recommendations of the manufacturer of the

Pipes. Fitting shall conform to DIN 19531 and Din 19534.

32.4 PVC Pipes, fittings and rubber shall be from one of the following manufacturers as

approved by Engineer-in-charge(I) PRINCE (ii)SUPREME (iii) FINOLEX (iv)KISAN (v)GE.

Or make mentioned here in after

32.5 LAYING AND JOINTING OF PVC (SWR) PIPES:- Refer clause 18.67.7A.1.1 and

18.67.7A.1.2 on page 382 of MES Schedule PART-I. All PVC (SWR)pipes and fittings

shall be tested with water to detect any leakage as per manufacturer’s Instructions

before incorporations in the works and after installation /fixing into position by the

Contractor without any extra cost to the Govt.

33. PARTICLE BOARDS:

33.1 Refers to Para 12.13 and 12.14 on page 279 to 280 of SSR Part I Particle Board shall

be from any of the following makes :- (i) Bhutan (ii) Kit ply (iii) Nova pan or makes

mentioned here in after

34 CI PIPES & FITTING. :

34.1 All CI pipes and fitting shall be spigot and sockets sand cast pipe conforming to IS:

1729 and ISI Marked and shall be with or without ears as indicated. All others

specification regarding materials and workmanship shall be as per clause 18.23 on

page 357 and 18.67 on page 382 of MES Schedule Part I.

35. LOOKING MIRROR:

35.1 Refers to Para 18.38 on page 365 and 18.91 on page 389 of SSR Part I. The looking

mirror shall be from any of the following makes approved by Engineer-in-charge(I)

Triveni floats Glass (ii) Modi Float (iii) Saint Gobain (iv) Crown or Mentioned here-in-

after.

36. STAINLESS STEEL PLATE RACK:-

36.1 Stainless steel rack shall of size specified in Schedule “A” and shall be from any of

the following makes approved by Engineer-in charge (I) National (ii) Hindustan (iii)

GE or makes mentioned here-in after .

37. WATER PROOFING COMPOUND:-

37.1 Material and workmanship of water Proofing compound shall be as Specified in

clause No.4.8 on page 55 of MES Schedule 2009(Part-I)

38 THIRD PARTY QUALITY CONTROL:

In Order to achieve best workmen ship and execution of quality works the Roorkee

Cantonment Board will engage an independent agency who will carry out

independent testing of materials and checking and ensuring overall quality

procedure. The contractor shall be required to fully cooperates with agency and

facilitate them in taking samples, transportation and examination at no extra cost to

Page 26: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 26

the Board. In case of any adverse finding by third party inspecting agency the

contractor shall do the needful rectification at no extra cost to the board. The cost

towards consultancy/ Third party quality control to the institutes would be paid by

the Board .All works/work order would be subject to third party quality control.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

SPECIAL CONDITIONS

GENERAL

1. The following special conditions shall read in conjunction with General conditions of

contracts IAFW-2249 and IAFW-2159 addenda thereto and IAFW- 1879-A Any provision in

these special conditions if at variance with the provision of the IAFW-2249 and IAFW-1779-A

shall be deemed to take precedence there over.

INSPECTIONS OF SITE

2. The contractor shall contract contact the Engineer –in –charge for the purpose of

inspections of site and relevant documents other than those sent here with who will give

Page 27: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 27

reasonable facilities for the purpose. The Contractor shall also make himself familiar with

the working condition, accessibility to site, availability of materials, the terms and nature of

other cognate condition which effect the entire completion of work under this contract. The

Contractor shall be deemed to have visited site and make himself familiar with the working

condition before submitting the tender irrespective of whether he actually inspects the site

or not.

MINIMUM FAIR WAGES PAYBLE TO LABOUR

3. The minimum fair wages shall be applicable to the particular Stations as stated in the

Gazette Notification of State Govt. and /or Govt. of Uttarakhand on the date of publication

of the tender. The Contractor shall have no claim whatsoever if on account of local factor or

regulations he is required to pay the wages in excess of the minimum wages of worker

directly engaged at the site of work by the contractor are revised by Govt Of Uttarakhand

or as a result of the coming into force of any fresh law of statutory rule or order as

mentioned in condition 63 of IAFW-2249 during the progress of work,

Reimbursement/refund to the extent permissible under condition 63 of IAFW-2249 shall be

applicable.

EMPLOYMENT OF LABOUR /PERSONAL

4. The contractor shall employ only Indians National as his representative, servants and

workmen after verifying their antecedents and loyalty .He shall ensure that no person of

doubtful antecedents and nationality, as in any was associated with works. If the reasons of

technical collaboration or other consideration the employment of foreign national is

unavoidable, the contractor shall furnish full particulars of this effect to the accepting officer

at the time of submission of tender.

He shall render certificate to the Engineer-in- Charge within one month from the date of

acceptance of the tender to this effect. However, the Engineer - in –Charge have the full

power, and without having any reasons to require the contract representative, agent servant

and working of employees who continued employment is in his opinion undesirable.

RESTRICTION OF WORKING HOURS

5. Refer conditions 25 of IAFW-2249, normal hours of work for departmental staff are from

0900 hrs. To 1700 hrs on all days except on Sundays and other gazetted holidays. However,

the contractor may observe un-restricted hours of work for all the work to be executed in

the contractor’s workshop. No work at site other than the work to be executed, be done

beyond the aforesaid normal hours of work for the departmental staff on Sunday (S) and

Gazetted Holidays except with the prior written permission of the Engineer- in-Charge . If

such permission is given no liability in respect of any excess cost arising there from shall be

accepted by the department.

6. SAMPLES / INIDIAN STANDARDS

6.1 Wherever any reference is made to any in the particular specifications,

drawings, and in the MES Schedule, it means the addition with all

amendments current on the date of issue of documents .Wherever in the

particular specifications /drawings and in the MES Schedule the year of

Page 28: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 28

publication that has been given it shall also be deemed to be amended as

above

6.2 All materials, stores procured and incorporated in the work by the contractor

shall be new and in accordance with the relevant specifications

6.3 Samples of materials /fittings etc. which are to be supplied by the contractor,

shall be approved by the Engineer –in-charge before incorporating them in

the work. Contractor shall not collect /procure materials, fitting etc unless

the samples are first approved by the Engineer in -charge in writing. Also

refer condition 10 of IAFW-2249.

LAND AND STORAGE AND WORKSHOP ETC

7. The contractor shall remove all the temporary accommodation, stores, sheds etc.

Erected by him on completion of work at his own cost and leave the stir, tide and

clean. Contractor shall if required, remove all temporary accommodation stores

sheds etc and shift to new place allotted alternatively and no claim of any kind shall

be admission on this account

CLEANING DOWN:

8. Refer condition 49 of IAFW-2249, General condition of contractors. The contractors

shall clean all floors / remove cement/lime/paint/drops, clean joinery, glass panels

etc. tough up all painters work and carry out all other necessary item to work to

make the premises clean and tidy before handing over the building

STANDARD OF WORKMANSHIP

9. In order to finalize the acceptable standard of workmanship the layout of fittings, fixture,

and wiring etc, The Engineer –in-charge may order the contractor to complete the quarter in

all respect sufficiently in advance to serve as guiding samples. They shall be competed under

the close supervision of the Engineer-in-charge and on approval of the sample quarter .All

further shall be executed to confirm to this sample .

VALIDITY OF TENDERS

10. The Tender shall remain open for acceptance for a period of 90 (Ninety days) from the

date specified for its submission.

PROPRIETORY ARTICLES

11.1 Proprietary Articles like cement ,water proofing compound , bituminous products

paints ,lime, cement, paint, tar felt, ATT brought to site shall be stored directly by

the Engineer -in –charge and those already recorded in the measurement book shall

be suitably marked for identification

11.2 The contractor shall on demand produce The Engineer In-charge pre-receipted

voucher cash memos in respect of the supplier

Page 29: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 29

11.3 The contractor shall ensure that the materials are brought to site in original sealed

container Packing bearing manufacturers markings and brands except where the

quality required as a Fraction of the smallest packing .Materials not complying with

this Requirement shall be rejected.

WATER

12. Refer condition 31 of IAFW-2249: Water shall be supplied by the cantonment

Board to the contractors for the work and his workmen at water point as marked on

site plan as directly by the Engineer in-charge and it shall be paid for by the

Contractor @ Rs.3.75/Every Rs.1,000/-worth of work done priced at contract rates.

12.1 The Contractors shall make his own arrangement for the Storage of water to

ensure adequate supply at all times during execution of work .In the Event

of breakdown of RCB supply of water or in the event of said supply

becoming intermittent, the contractors shall be required to get water from

his own Sources and the Contractor shall have no Claim whatsoever from

the Government on any such account.

12.2 In case the contractor desires to augment water supply by RCB or use water

from his own sources, he shall ensure that the water used for the works

clean and free from injurious quantities of added alcohasilt, oil, organic

matter or other impurities, potable water is generally considered suitable

for mixing of concrete. In order to ensure that the water does not contain

impurities in injurious proportions, the contractor shall get the water tested

in one of the approved testing laboratories at his own expenses. In such

cases, the provision laid down in clause 4.3.1. of code of practice for plain

and reinforced (IS-456) shall be binding.

CO-ORDINATION WITH OTHER AGENCIES

13. Contractor’s special attention is drawn to condition 2.4 and 3 of General Conditions

of contract IAFW-2249, the contractor shall not communicate any classified

information regarding the work either to sub-contractor(s) or other without prior

approval of the Engineer-in Charge. The contractor shall also not make copies of the

design/drawings and other documents furnished to him in respect of work of earlier

determination of the contract. The contractor shall forward along with the final bills

receipt from the Engineer-in Charge. In respect of his having returned the classified

documents as per conditions 3 of General Conditions of contract IAFW-2249.

13.1 The contractor shall permit free access and offer reasonable facilities to

other agencies or departmental workman, if any engaged by Govt. to vary

out their part of work in the area, no extra payment shall however , be made

to the contractor on this account whatsoever.

OFFICIAL SECRET ACT

14. Refer condition 2-A General Conditions of contract IAFW-2249. The contractor shall

be bound by the Indian Official Secret Act particularly section 5 thereof.

ADMISSION TO SITE

Page 30: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 30

15. The entire work lies in on restricted area, but if at any time during the currency of

the contract any area in part or full is declared restricted area, and not notified to

the contractor, there upon such notification in writing for the issue of security

passes and shall submit a list of personnel and satisfy the Engineer-in-charge about

their bonafides. The Engineer-in-charge shall have discretion right to issue

Engineers, Overseers, work miseries and this workman etc. controlling 25 (twenty

five) people. The cost of photographs required for passes will be borne by the

contractor. The head man will be responsible for all workmen under him and will

ensure that the men will work in the area.

16. For the purpose of keeping a record of cement as procured by the contractor, the

contractor shall maintain a properly bounded register in the form approved by the

Engineer-in-charge showing daily receipt of quantity used in the work and balance in

hand. This register shall be signed daily by the contractor’s representative and

Engineer-in-charge.

16.1 The register shall be kept at site in the safe custody of the contractor during

progress of the work and he shall on demand produce the same for

verification of inspecting officer.

ROYALTIES

17. Condition 14 of IAFW-2249 General conditions of contracts, is not applicable to this

contract.

PRICING OF STAR RATES

18. Star rates would be priced as per IAFW-2249 and 10% extra would be allowed as

overhead / profits.

PRICING OF DEVIATIONS

19. Deviation would be priced as per IAFW-2249 and limit would be 20% of the tendered

amount

TIME AND PROGRESS CHART

20. The time and progress chart to be prepared as per condition 11 of IAFW-2249

(General Conditions of contracts) shall consist of detailed net work analysis and a

time schedule. The critical path network will be drawn jointly by the Engineer-in-

charge and the contractor soon after acceptance of the tender.

The time schedule of the activities will be done by the contractor so as to finish the work

within the stipulated time. The contractor is advised to seek facilities of computerization

available with any organization who afford such facilities in doing the same. On completion

of the time schedule a firm calendar date schedule will be prepared and submit by the

contractor to Engineer-in-charge who will approve it after the scrutiny. The schedule will be

submitted in four copies within two weeks from the date of handing over the site. In case

the contractor fails to submit the C.P.M. network diagram the network prepared by the

Engineer-in-charge will be binding to him and will be bound to comply resources of men and

materials in the matter directly by the Engineer-in –Charge.

20.1 During the currency of the work the contractor is expected to adhere to the time

schedule and adherence will be a part of the contractor’s performance under the

Page 31: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 31

contract. During the exceeding of the work contractor is expected to participate in

review and updating of the network undertaken by the Engineer-in-charge either as

a periodical appraisal measures of when the quantum of the work ordered –

amendments, any revision of the work ordered on the contractor is substantially

changed through deviation order or amendments. Any revision of the schedule as a

result of the review will be submitted by the contractor to the Engineer-in-change

within a week who will approve it after due scrutiny. The contractor will adhere to

the revised schedule thereafter. In case of disagreement of the contractor the

revised schedule the same will be referred to the Accepting Authority whose

decision will be final, conclusive and binding. Engineer-in-charge to the revised

schedule resulting in a completion date beyond the stipulated date of completion

shall not automatically amount to a grant of extension of time , shall be considered

and decided by the appropriate authority mentioned in condition 11 of IAFW-2249

and granted separately, if due.

20.2 Contractor is expected to mobilize and employ sufficient resources to achieve the

detailed schedule within the broad frame work of the accepted methods of working

and safety.

20.3 No additional payment will be made to the contractor for any multiple Shift work

order incentive methods contemplated by him in his work schedule even though the

time schedule is approved by the department.

21 The Cantonment Board reserves the right to accept /postpone/ reject any tender in whole or in part without assigning any reason. 22 The contractor will be personally liable for all consequences arising out of non-completion of

work in time / under specification / defective work. The work must be completed within given time as per work order and hand over to the Cantonment Board. In the event of delay in the completion of work beyond given time, a penalty @ Rs. 500/= per day shall be levied on the contractor and deducted from the bills of the contractor.

23 Advance Income Tax and Sales /Trade tax as prescribed by the Govt. shall be deducted from

the bills of tenderer “ON ACCOUNT” payment and final bill. The tenderer shall have to pay all taxes and charges to Board as applicable. The firm / contractor shall have to obtain trade license wherever required under Cantonment Act.

24 TECHNICAL STAFF: Every firm/ contractors are advised that they will engage technically qualified person to interact with engineering section regarding specifications/ drawings/ design and bill of quantities. The contractor shall have to engage technical at least a diploma holder in civil engineering with at least 3 years working experience on projects beyond Rs.30.00 lakhs.

25 Due to administrative reasons there may be delay in the payment of the bills arising out of

execution / completion of the work order. In this regard the tenderer are informed that they will not have any claim whatsoever if there is any delay in the payment of the bills. No interest will be paid if payment is delayed due to unavoidable reasons.

26 The tenderer shall have to submit a non-judicial stamp paper of proper value for execution

of the agreement within time prescribed in the acceptance letter. 27 The running payment upto 90% of the cost of work done may be made during the currency

of the contract.

Page 32: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 32

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

CREDIT FOR DISMENTLED/DEMOLISHED MATERIAL

1. Credit For all the unserviceable materials shall be charged as under. All the

unserviceable materials shall be the property of the contractor. However Serviceable

materials received from the site shall either be used by the contractor on the same

site or shifted to stores as directed by Engineers-in –charge. The materials obtained

other than listed below shall be submitted to the stores, Roorkee Cantonment

Board.

2. The unit rates shown below are firm and net. Contractor’s Percentage whatsoever

shall not be applicable to the rates shown below.

3. The Contractor shall have no claim whatsoever against the Govt. If the actual cost of

salvaged materials varies from the cost shown below.

4. The contractor shall not be allowed to remove the Salvaged Material from Site of

work unless the credit amount is deducted from RAR/Final bill.

1. Old Chowkhat or frame area exceeding 1.5 sqmt but not Rs.100.00/each

Page 33: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 33

exceeding 4.00 sqmt with shutter including all fitting

2. -ditto- nut not exc. 1.5 sqmt with shutter including all fitting Rs.60.00/each

3. Shutter area exceeding 1.00 sqmt but not exceeding 2.00sqmt

Rs.60.00/each

4. Shutter area not exceeding 1.00 sqmt Rs.40.00/each

5. Chowkhat or frame area exceeding 1.5 sqmt but not exceeding 4.00 sqmt

Rs.50.00/each

6. ditto- nut not exc. 1.5 sqmt Rs.40.00/each

7. Scrape iron Rs.10.00/kg

8. Old AC sheets corrugated or plain Rs.30.00/sqmt

9. Brick bats Rs.80.00/sqmt

10. Brick old /brick tiles Rs.250.00/1000Nos

11 Lime Concrete Rs.80.00/ Cumt

12. Timber scanting 40 sqmt and over Rs.500.00/cumt

13. CGI sheets Rs.75.00/sqmt

14. Rough Agra stone 25-40 mm thick Rs.15.00/sqmt

15. Kota stone (rough) 40 mm thick Rs.20.00/sqmt

16. RCC pipe up to 300mm dia. Rs.30.00/sqmt

17. SW pipe up to 300mm dia. Rs.10.00/rmt

18. RCC pipe exceeding 300 mm dia. but not exceeding 600 mm dia.

Rs.50.00/rmt

19. SW pipe exceeding 300 mm dia. Rs.20.00/rmt

20. Chequered tiles/ cement concrete tiles, terrazzo/glazed tiles. Rs.20.00/sqmt

21. C.I. Soil pipe up to 100mm dia. but not exceeding 200 mm dia.

Rs.35.00/rmt

22. Rolling shutter Rs.70.00/sqmt

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

PARTICULAR SPECIFICATION

LIST OF MATERIALS HAVING ISI/BIS CERTIFICATION MARKING Sl. no. Name of Material Relevant IS

1. CONCRETE

a)Integral cement water proofing compound 2645

b)Ply wood for concrete shuttering work 4990

2. JOINERY

a)Wooden Flush door shutters ,Solid core type 2202(Part-1)

b)Particle board and hard board face panel 2202(Part-2)

3. BUILDERS HARDWARE

a)Steel butt hinges 1341

b)Non –ferrous metal butt hinges 205

Page 34: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 34

c)Parliament Hinges 362

d)Hydraulic operated door closer 3564

e)Continuous piano hinges 3818

f)Mild steel sliding door Bolts 281

4. STEEL & IRON WORK

a)Steel doors ,windows and ventilators 1038

5. Roof Covering

a)Bitumen Felt for water proofing and damp proofing

1322

6. CEILING AND LINING

a)Ply wood for general purpose 303

b)Block boards 1659

c)Veneered particle board 3097

d)Marine ply wood 710

e)Fibre hard Board 1658

f)Wood particle board 3087

7. FLOORING

a) White Portland cement 8042

b) Cement concrete flooring tiles 1257

8. WATER SUPPLY PLUMBING DRAINS AND SANITARY APPLIANCES

A) Concrete pipes with or without reinforcement

458

B) Salt glazed stoneware pipes and fitting 651

PARTICULAR SPECIFICATION

LIST OF MATERIALS HAVING ISI/BIS CERTIFICATION MARKING

c)flushing cisterns for water closets and urinal 774

d)Cast copper alloy screw down bib tap and stop valves

781

e) Galvanized mild steel tubes. 1239(Part-I)

f) Galvanized mild steel tubes fittings. 1239(Part-II)

g) Sand cast iron ,spigot and sockets soil waste and ventilating pips and fitting

3989

h)Ball valves including floats for water supply purpose

1703

i)Cast iron manhole covers and frames 1726(part 1 To VII)

j)Automatic flushing cistern for urinals 2336

k)Vitreous china ware appliances 2556(Part ii to Part X)

Page 35: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 35

l)Plastic WC seat cover 2546

m)Vertically cast iron pressure pipes for water gas and sewage

1536

n)Pillar taps for water supply purposes 1795

Centrifugally cast iron pipes for water gas and sewage

1536

o)Centrifugally cast(spun) iron spigot and socket soil, waste and ventilating pipes fittings and accessories

3989

9. ELECTRICAL WORKS

A)Ceiling roses 371

b)Tumbler switches 3854

c)Socket outlet 3pin pug and socket 1293

d)Switches fuses (main & switch) 4064(Part-I & II )

e)Rigid non-metallic conduit 9537(Part II)

f)Single core cable polythene insulated and PVC sheathed cable

1596

g)Rigid steel conduits 2215

h)Fluorescent lamps 2418 (part I)

i)Switch gears 2208

MCB 8828

NOTE: - All fittings and fixture for buildings including hardware and all other items enumerated in this

Appendix sanitary fittings and electrical fitting etc shall be ISI marked. In case any fitting /fixture of ISI marked

is not manufactured then the fittings & texture conforming to relevant IS may be incorporated as approved by

the Engineer in charge. The contract provision shall be deemed to be amended accordingly and unit rate shall

be deemed to be inclusive for the same and no extra payment on this account shall be admissible

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK

Following makes would be allowed to be incorporated in the works.

Srl no. Name of Item Makes/Brand /manufacturers

1. Factory made panelled Door Shutters

M/S Goel Brothers Raipur ,M/S Hindustan Housing Factory New Delhi , M/S joinery Manufacturing Co. Calcutta ,Jain Doors Pvt.Ltd.,m Jain wood Industries or equivalent make as approved by the engineer-in-charge

2. Flush doors M/S swastika brand, M/S sitapur ply wood, M/s Mysore wood products m/S Laxmi Doors Luck now or equivalent make as approved by the engineer-in-charge

3. Fly proof door(made out of solid block marine grade )

M/s Laxmi Doors Faizabad Road Chinhatm Lucknow, Northern Doors Kanpur or equivalent make as approved by the engineer-in-charge

4. Natural Fibre Thermo Composite door / window shutter and

Durosam or equivalent make as approved by the engineer-in-charge

Page 36: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 36

frames roof sheets etc.

5. PVC door frames /Shutters

Sintex Rajshree plastiwood Ltd, Hindopan or equivalent make as approved by the engineer-in-charge

6. Pressed steel door Frames /cub board nad window frames )

M/s Ishwar industries (Meerut) M/s Loyal safe works Mayapuri New Delhi M/s Metel window corp New Delhi Chhabra Steel udyog (Meerut) or equivalent make as approved by the engineer-in-charge

7. Steel window ventilaters (as per IS 1038 of 1983

M/s Bihar bobbine & Eng. works Katihar Bihar M/S Metal window Corp n/Delhi Govind Enterprises Delhi Ms/ Chandni Industries j 142, Patel Nagar 1st Ghaziabad or equivalent make as approved by the engineer-in-charge

8. Aluminium Section for Door / Window

Hindalco, Indalco, Ajit India ,Jindal or equivalent make as approved by the engineer-in-charge

9. Aluminium Door / Window /lazing Fabricated and anodized

M/S Aluminium Pvt. Ltd Bombay, M/s Aluminium Tech Industries , 1-2249 DSIDC Narela Delhi M/S VR Associates GH-14/242 Paschim Bihar Delhi or equivalent make as approved by the engineer-in-charge

10. Rolling shutters( ISI Marked )

Swastika Hercules Subhdwar or equivalent

11. Aluminium Fittings M/s Elite Enterprises , M/s Mohan Metal Industries Mepro Aregent Classic Evarite , Crown Hardiyana Global or equivalent make as approved by the engineer-in-charge

12. Pre laminated particle board

Kitply, Deco board Bhutan board Novapan Nepal board Anchor national or equivalent make as approved by the engineer-in-charge

13. Laminated particle board

Formica Sunmica Merino lam Sunglass or equivalent make as approved by the engineer-in-charge

14. PCC-Flooring tiles (Mosaic /Cement Concrete)

M/S mehatab tiles Nitco Royal Tilles Hindustan Tiles Ultra Tiles Reco Terra Firma Daya Ujjawal Shiva Dalal Arzoo CEOCO or equivalent make as approved by the engineer-in-charge

15. Glazed/Non –Skid Ceramic Tiles

Kajaria spartex Johnson tiles Somany orient Murudeshwar Ceramic Ltd(Naveen),Essenza stanza or equivalent make as approved by the engineer-in-charge

16 Delineator BS, Dark EYE Sparkle Alex Or Ewuivalent

17. Virtrified tiles ( Normal/Anti-Skid ) Including Acid resistant Vitrified Tiles

Spartex ,Bell ,Murudeshwar Ceramic Ltd.(Naveen Diamond tiles , ) Johnson (Marbonite) Somay Kajaria rustile ,orient , Euro

18. PVC tiles /Flooring (IS4356)

Marbles Tiles , Krishna Tiles , Armstrong , Wonder Floor

19 Venetian Blind Make :Vista Select / Neha

20 Interlocking Tiles Nimco Precast Pvt.ltd K.K Teraferma, Concrete product Ltd. NTc, Nitco, Unitile Unistone. Contractor to submitted procurement vouchers along with the bill.

21 Sheet/Float Glass Hindustan Pilkington Glass Works , Sand Globin , Modi Float

Page 37: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 37

Triveni Float Glass

22. Dry/ oil bound distemper /plastic emulsion paint

Googlass Nerolac paints Shalimar Paints Jenson & Nichloson Assian , Berger

23. Aluminium door/windows

V.R Associater Delhi Aluminum Tech Industries Delhi Ajit India Delhi

24 Kitchen Stainless Sink NIraji , neelkanth Kobra Jayna diamond

25. Fancy bib taps stop valves pillar taps shower rose etc.

GEM Soma Dripless Siko, Parko,Capston, Kingston,Jaquar, Mark Grohe

26 Looking mirror San gobin Modi Float Crown Triveni Floats Glass

27 Readymade bath roof cabinets

Commander Gratings (i)pvt. Ltd, Gratolite Cabinet ,A-4 Sectors Vill Noida-201301, Alpina cera

28. Sanitary ware Neycer Kermag (standard), Hindustan sanitary ware (1st Quality) parryware( super fine ), cera( 1st Quality )Johnson Pedder Commander Grohe

29 PVC Flushing Cistern IS:774-1984

M/s Johnson Peddar Commander Parryware Commander GROHE

30. Pre laminated particle board

Kitply Deco board Bhutan Novan ,Nepal board

31 Float valve Leader Bombay meatl and allocy co, Bombay super flow IVC Hindustan

32 Integral water proffing compound

Water seal, Impermo, Accoproof, STP-1 Pedilite

33. Wall care putty for base preparation

Birla wall care Putty Gold mohar Birla laval Plast

34 Cement base paints Super snowcem Duracem Accocem

35 Dry oil bound Distemer /plastic emulsion paints

Googlass Nerolac paints Shalimar paints, jension & Nicholson Assian paint Berger

36 Synthetic enamel paints

ICI paint (Dulux) Asian paint (Apcolite), Shalimar paints (superlac) Godlass Nerolac Paints (Nerolac ) jenson & Nicholson Paints (Borolac), Berger Paints

37. Plastic Emulsion paint Asian Burger ,ICI Nerolac

38. Corrugated ,Semi Corrugated & plained AC Sheets

Everest M/s Ramco Ac Sheets “Swastik” Up Asbestos LTD.

39. Exterior grade whether coat emulsion paint

Berger paints India Ltd. Snowcem (i)Ltd, Acro Paints .

40. Textured Paint Unitile Heritage Spectrum Lokos Acropaints

41. White cement Birla JK ACC shree L& T Lakshmi binani Ultra

42. Gypsum board False Ceiling

(Miniral Fiber Board):- Armstrong Daiken Luxalon Liyods Gypboard(Saint Gobin)

43. Aluminium False Ceiling

Aluminium Clip in plainof M/S Armstrong/ Hunterdouglas

44. Bituminous Product M/s Faridabad spinning & Woolen mills Pvt Ltd.837 SP

Page 38: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 38

Mukherjee marg Delhi, M/s STPLtd.(Formerly Shalimar Tar Products ),M/s Bitufelt pvt ltd 123/377 Fazaim Gang Kanpur Multipllas IWL cannaai.

45. SGSW pipe (Is-651) ISI Marked

Perfect Jabalpur, devraj ind Gaziabad ,Buran

46. PVC Flushing cistern IS:774-1984

M/S Johnson Peddar Commander , Parryrware coral Hindware

47. Ci (Centrifugally cast for sewage Disposal

NECO,SRIF ,RIF BC , SKF ,HIF

48. PVC rainwater /sewage pipe (IS-4985)

Reliance Finolex Superme kisan prince

49. HDPE Water storage thanks

Sintex ,Polywell SPL,Polycon , Rotex

50. Wc Seat Cover ISI Marked

Commander Parryware Millenneium

51. FRP Sheets Shiv shakti Fiber udyoug , Faridabad , Rainbow Super Polymers vivek vihar delhi.

52. Polycarbonate sheets Ge Plastic , Polygam

53. Structural Steel Tubes ISI Marked

54. GI sheet ISI Marked Multi colour /Tata /Blue / Scope /Jsw/Colour plus

55. R.C.C pipe NP-2 Kirti KK UP Concrete Products Jai supun Pragti Spin

56 Kerb Stone Nimco Precast Pvt Ltd K.K TeraFerma Koncreta Product Ltd.NTC Nitco . Contractor TO submitted Procurement Vouchers Along With the Bill

57. Grc Tiles Nimco Precast Pvt. Ltd.KK TeraFerma Koncreta Product Ltd.NTC Nitco .Unitile Unistone .Contractor to submitted procurement Vouchers along with the bill.

58. Water proofing Compound

Fosroc , CICO, Pidlite, Impermo.

59. M.S.Pipe Tata Jindal (Hissar or Gaziabad )surya BST kalinga swastik IIA ITC ATL ITL Prakash

60. PVC pipe and fittings Superme , Akg Finolex Prince.

61. Float valve IVC Larder Hindustan Bomabay super flow

62. Admixture Fosroc ,MBT, Sika CICO , Asian

63. Stainless steel sink AMK,UNK,NEELkanth, NIRALI, JAYNA

64. Vitrified (Rectified ) Tiels

ANUJ Durento Johnson pavit durato murudeshwar kajaria samany Spartex , Riwasa

65. Glass mosaic tiles Italica , Bisazza pallidio , Sicis Trendy Pixel Opiomosica

66. Dash/ Anchoring Fasteners

HILTI/ FIScher/BOSCH

67. GI Fittings R, Unik,KS, RM

68. Stainless steel Jindal,Mukand, CIm, Valves , Sant.

69. GI metal valve Leader Zoloto, Kiburn , Cim Valves sant.

70. Mirror Glass Atul , Modi , Golden , Saint Gobin

71. Mortice Door lock Acme Godrej , Harrison , Hardima Mobel.

Page 39: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 39

72. RMC ND con , Alcon Techno, Specturm orbit build tech , ss Rmc Raj ready concrete Metro Shri Ram Cement Concrete Metro shri ram Cement concrete l&tr Birla Unitec RDC Acc , kk Shaila Enpeeconor having plant of minimum capacity of 60 cumt/and turn over should be minimum capacityof 60 cumt/and turn over should be minimum Rs. One crore per month or 4000cum/month from the last on year upto proceeding month of opening of tender .

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK

ELECTRICAL ITEMS

1 MCCB L&T,ABB, Siemens, Legrand, Control &Switchgear(LG), Havells,MDS, GE, Power Controls,Crompton,Control & Switch Gear

2 MCB/RCCB/DB Lexic, Siemens,Heger (L&T), Havells,Legrand, ABB, GE,Crompton,Standard,Indo-K0pp, Claritron

3 Push Button L&T,Alstom,RAAS,Concord,Control &Switchgear

4 Selector Switch Siemens ,Sulz, Kaycee, L&T, AE ,IMP, Thakoor, Reco,Rass Control,SG Control & Switch Gear, Vaishno

5 Copper wires/Aluminium Wires-65-/1100 Volts

RR Cable, Lapp,Finolex ,Legrang, L&T Nicco,Kalinga,Plaza,Asian Cables,Ford Gloster,Natonal

6 MS Conduit AKG,BEC,NIC

7 PVC Conduit Pipe & Casing Capping

Kalinga, Bajaj, Parteek, Plaze,Finolex

8 PVC Rigid Pipe (Heavy Duty) Finolex, Prince, Triupati, Dutron, Supreme, AKG , Mahavir

9 PT Switch/Socket Anchor, Legrand , Plaza ,Havells, SSK, Cona

10 Modular Switches/Sockets Anchor, Legrand, Plaza SSK,Cona

11 Cailing Rose Anchor, Legrand,SSK,Cona ,Crabtree

12 B Fittings& Accessories MH/HPSV(70/150/250/400)

Philips, Crompton ,Bajaj , Surya Roshini ,Wipro , GE .Osram

13 MH/HPMV(80/125/250/400) Philips ,Crompton ,Bajaj ,Surya Roshini ,Osram

14 Box type tube light fittings Philips Mcrompton Bajaj ,Wipro ,GE Lighting, Surya

15 Box type decorative Philips Mcrompton Bajaj ,Wipro ,GE Lighting, Surya

16 CFL fittings Philips, Crompton ,Bajaj, Wipro, GE Lighting, Surya

17 CFL Lamps Osram, Philips, Crompton , Bajaj, Polar, Usha, Havells,

18 Exhaust Fans/Celling fans. GEC, Crompton, Khaitan, MIE, Bajaj, polar , Almonard

19 Wall mounted fan/air Circulator

Alstom, Crompton, Khaitan, Bajaj, polar Almonard

20 Laminated Sheet Cover Hyalam, Formica, Green Laminated Boards

21 Transformer 11 KV step down 250 KVA

Bhel, Kirloskar, Crompton Greaves, Areva (T&D), ABB

22 HT Switch Gear 11 KV, VCB (Indoor/Out Door)

Bhel, ABB, Siemens, Crompton Greaves, Areva (T&D)

Page 40: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 40

23 HT Switch Grar protection Pelay-Electromechaincal/Numerical

L&T , ABB Siemens, Areva (T&D)

24 HT Cable Joints Paychem, M-seal, Denson, Birla 3M Cabseal, Rachem

25 CT&PT , 11 KV/33KV Kappa/Pragati/As per HT Panel Manufacturers desingn

26 HT 11 KV XLPE Cables Universal Cables (Unistar, Asian Cable) RPG CCI (Tropodour)

27 HT/LT Steel Tublar swaged pole

National , Tubind Co, Kanpur, Sohan lal& sons , Quality Steel

28 HT/LT PCC pole Concrete Fabrics, Haryana, Concrete Udyog Ltd, Precto Engineer, Cement Fabrics

29 Lightning Arrestor Oblum, Alpro, Areva(T&D) Crompton Greaves

30 LT Panel except main distribution panel of substation & main electric room

Sudhir , Adlec, , Unilec, Neptune, Jakson, Tricolite

31 LT main Siemens, L&T Crompton Greaves

32 LT Air Circuit Breaker L&T , ABB (power & controls) Siemens

33 ACSR Conductor Alind, ICC , Nicco

34 ACB L&T , Siemens / control &Switch Gear, Crompton, GE, Power Controls

35 TPN Switches &HRC Fuses L&T , Siemens , Havells , HH Elcon, Crompton, Standard (up to 400 Amps) HPL Slstom, GE Indo asia, Control & Switch Gears, BCH ,SG control & Switch Gears.

36 CT Indicating Lamps AE, IMP, Marshal, pactil, kappa, L&T, Ashmor, Indoctiol, Waco, Meco

37 Indicating Lamps Vaishno, Siemens, L&T AE, IMP , Rass Control, Teknic, Crompton , Kaycee, SG Control & Switch Gears

38 Ammeter/ Voltmeter AE, IMP/ Rishab, Universal, Kaycee , Mecoenercon

39 Capacitor (App Type) ISI Mark Capacitors of Khatau/ Jjunker, Crompton, L&T IMP, Universal, Electric, Usha , Epcos, AE, Alstom

40 Static Capacitor (MDXL) Mehar’s

41 Cable Joint kit Rachem/ M-seal, Densons, Cabseal

42 SPP Unit L&T , Minilec, Zerotrip, Siemens

43 Distribution board Bentex/Crompton, MDS, SG Control & switch Gears, Indo Copp, Standard

44 Timers L&T , Siemens , Minilec, Telemamechanique, AE

45 Changeover Switches Standard, Havells, Control & switch Gears

46 Starter L&T , Siemens BCH, ABB, MEI, GE Power Control

47 EICB Control Standard, MDS, Havells, Datar, Siemens, GE Power

48 Contactor Siemens, L&T ,GE Power Control, Crompton, MEI , Laxmi

49 LED Lights Philips, Bajaj, Wipro, Surya, Crompton, Greaves, Havells , Osram, Insta Power, CGL, K lite, Birla power , Twinkle, DIAON

50 Octagonal Pole/ Victoria type Bajaj, Philips , BPP , Wipro, Crompton, Surya, Twinkle,

Page 41: ROORKEE CANTONMENT BOARD LAL KURTI, … CANTONMENT BOARD LAL KURTI, ROORKEE CANTT.-247667 TENDER NOTICE Roorkee Cantonment Board invites tenders from the Govt. approved contractors

CA No. RK/WORKS/DRAINS/2017-18/02 Page I 41

poles Mayfair, Metal Coat, CGL

51 Kiosk Box Sintex, Finolex, Universal

52 Switch fuse Iron clad

Havells , Bentex , Crompton, L&T

53 Post Top Letern light Philips , Bajaj, Wipro, Cromption, Surya, Twinkle , K Lite , Mayfair , CGL, Insta power

54. Induction Lights/Mac coupled lights

Philips , Bajaj, Wipro, Cromption, Surya, Twinkle , K Lite , Mayfair , CGL, Insta power,K light Birla Power ,Diaon

Water Supply

1 GI Pipes Jindal , TATA, BST,IIA , ATL ,ITC,JST,ITL

2 HDPE Pipes Dutron Finolex Kesoram,Tisco IIsco, Klinga

3 CI Pipes Electro-steel , Kesoram ,Tisco

4 MS Pipes Tata, Swatik, Prakash, BST,,Zeinth,IIA,ATL,ITC,JST,ITL

5 ERW Pipes Jindal ,BST,TATA,TIRUPATI

6. Sluice Valve/Reflux valve Kirloskar ,Leader, Kartar ,Zoloto,SANT

7. Non Return Valve Kirloskar ,Leader, Kartar ,Zoloto,SANT

8. Submercible pumps KSB,Calama, Amrut , Kirloskar, PEC,BE,Jyoti

9. Gate value Sant, Leader,Trishul,Fountain, Annapurna

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER