Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded...

87
1 TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD- VIBHUTI KHANO, GOMTI ~AGAR, LUCKNOW • ... , ..

Transcript of Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded...

Page 1: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

1

TENDER DOCUMENT

FOR

Construction

OF

100 Bedded Maternity Wing Under NRHM Scheme

in Distt. Kanpur Dehat

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD­

VIBHUTI KHANO, GOMTI ~AGAR,

LUCKNOW • ... ,

..

Page 2: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

2

Bill of Quantity

Name of work - Construction of 100 Bedded Maternity Wing Under NRHM

Scheme in Distt. Kanpur Dehat

1. Notice Inviting Tender/Bid

2. Sale of Bidding Document

3. Pre-Bid Meeting

4. Deadline of Receiving Bid

S. Place of Receiving Bid

6. Opening of Technical Bid

7. Opening of Financial Bid

List of Important Dates

Period

Date of Issue

17.06.2015

Place 22.06.2015 to 30.06.2015 Office of Project

Manager/Unit lncharge l<anpur Unit-1/Kanpur Unit-4

Date 25.06.2015

Time 03:00 PM

Date 01.07.2015

Place Office of G.M U.P.R.N.N. Ltd.

Etawah Zone Etawah Time

12.00 Noon

Office of General Manager Etawah Zone Etawah

Date 01.07.2015

Time 04:00 PM

Place Office of G.M U.P.R.N.N. ltd.

Etawah Zone Etawah

Date & Time To be notified by a notice to individual technically

qualified bidders and displayed in the Office of

General Manager Etawah Zone

8. Completion Period of Work/Project 10 Months

9. Validity Period of Bid 90 Days

Page 3: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

_,,. -- .

U.P.Rajl(iya Nirman Nigan1 Ltd. (Etawah Zone)

Agreecu ltme Engineer ing College Campus Etawah Ph.0568&-250326 Email - [email protected] Webs ite:http://www.uprnn.co. in

No. ,231:S //GM(EZ)/NRHM-Tender/RNN/2015 Dated :1}-06.2015

Short Term Tender Notice

I . Uttar Pradesh Rajkiya Nriman Niga rn Ltd. (Etawah Zone) invites percentage rate bids in 2 bicls system sea led tender for fol lowing works from eligible and approved contractors of UP.P. W.D. /C.P. W.D./M.E.S./ANY Government Organization registered in 'A' class. The Ridder may submit bids for any or tall of the ·wo t'l<.s.

Bidders are advised to note the minimum criteria .

2. SI.No Name of work Estimated Bid Cost of Bid Time of Address of Address of

cost (in Secur ity Document Completion Tender s2le Tender Lacs) (Rs in office receiving

Lacs) officer --I 2 3 4 5 6 7 ·s ·--I. C/0 NRHM 100 1150.00 23-00 5000.00+250.00 IO Moncl1s Uni t I ncharge , General

Bedded Tender Cost + UPR1\N Ltd. Manager(Etaw · Maternity Wing VAT KanpL:r Unit-I, ah Zone)

Kanpur Dehat U.P.R.N.N. 2 C/0 NRHM 100 1100.00 22-00 5000.00+250 00 10 Mon' hs Unit lncharge , Llcl.

Bedded Tender Cost + UPRJ\N Ltd. Engineeri ng Maternity Wing VAT Kanpur Unit-4, Co llege Kannauj Campus

Etawah.U.P. j Requirment for Bid Qa liri catiou

3. The Contractors who fu lfil the foll owing requ irements shal l be eligible to apply. (i) Shoul d have successfull y comple ted simil ar works during tile last five years as n prime contractor satisfying ei rl1 er of

the following. a) Three similar completed work each costing not less than 40% of Tendered cost b) Two si milar completed work each costing 11 0 1 less lhan 50% of Tendered co, t. c) One Similar completed work.'costin g no! less than 80% of Tendered cost .

4. Similar work shall mean construction of hospital buildings/Frame Structure build ing w0rks. (i) Should have had in anyone year minimum annual financial turnover equal to Cost of work during last five years. (Copy of

certificate from CA to be subm ii-ted) The turnover wi 11 be indexed at tile rate of 8 percent for a year. (iv) Should not have incu1Tecl any loss in more than two years during the last five years . Solvency Certificate from Bankers

to be submitted. ~ .

(v) Information regarding prnjects in hand, c~irrent litigat ion, orders regmcling exclus ion, exp ulsion or black listing if ,my should be indicated. "

5. A Pre-bid conference will be held in the office of Genern l Manager (Etawah Zone). UPRNN Agricultmc Engineering

College Campus Motijheel Etawah on 25.06.2015 at 3.00 p.m for clarifying issues and c learing doubts, if any. 6. The bids shall rema in va lid for acceptance for a period of 90 (ninety) days from the las! elate of submission of bids. Bids

once subm itted cannol be wit·hdrawn .

Page 4: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

7. [3idders shal l place two separate envelops marked "technical bicl" and" fi nancial bid" in outer envelope. 8. Financial bid shall be opened to those bidders whose bids are technically qua litied ancl eligibl e.

Time Scheclule of' Procurement 9. A set Bidding documents may be purchased from the office of concerned Unit Jncharge as mentioned in column-7 between

11 :00 am and 4 .00 pm 011 any working day from 22.06.20 l S to 30.06.2015 for a non-refundable fee of Rs . 5000.00 for tationary charges /Tender cost and 250.00 VAT as applicable as indicated in column 5. in the form of Demand Draft

drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd., Etawah payable at Etawah. Interested bidders may obtain further information at the same office from where the document are purchased.Bidcling document can also be clown loaded from the webs ite ww,,.uprnn.co. in But its cost, i.e. Rs. 5000.00+VAT as mentioned in column 5 above, in the form of DID drawn on any Schedul ed bank in favour of U.P.R.N.N. Ltd. Payable at Etawah wi ll nece~~arily be attached with the

bid. l 0. In case of any discrepancy between the clown loaded bid document and that available wi th the concerned Unit lncharge.

office as mentioned in column -7 the later would be considered authentic . 11 . C3ids must be delivered the office of the concerned Genera l Manager as ment ioned in column-8 of the tab le on or before

12.00 Noon on 01.07.2015 and the technical bids wi ll be opened on the same day, 0 1.07.2015 at 4:00 pm, in the office of concerned General Manager as mentioned in column-8, in the presence of' the bidders or t:ieir authorized represematives to

attend, in presence of committee constituted by Managing Director, U. P.R.N.N. Lucknow. Jf tile office happens to be closed on the date or receipt or opening of the bids as specified, the bids will be received and opened on the next working clay, respectively, at the same time and venue, and validity of bid will be considered from the original date. The date and time opening of financial bid shall be notified by a notice displayed in the office of concerned General Manager as mentioned in column-& and by indi vidual notice to the eligible and qualified bidders. The financial bids shall be opened in the office of concerned General Manager as mentioned in column-8 in the presence of bidders who wish to attend.

12. Bids must be accompanied w ith bid security of the amount spec ified for the work in the tab le. The Bid Security

shall be depos ited in the form of Demand draft of a Nationali zed Bank in the name ofU. P.R.N.N. Lid. A part of Earnest money is acceptable in t he form of Bank Guan111tee }llso. In such case, Rs . 10.00 Lacs

will have to be deposited in the shape of Demand d raft and bnlance in shape of Bank G uarantee of any

Nationalised Bank having branch at Etnwah U.P .. The intendi ng bedders has to till al l the deta ils such as

Bankers name, Demand draft , Bank Guarantee number, Amount and Date. The Ban k Guarantee submitted as a

pati of Earnest mone) shall be valid for 45 days beyond the validity of the bids.

13. An) bidder who is ha\ing criminal record is ,,.ot a llowed to participate in the bidd ing process. 14. Any bidder who is registerd with the State Bar Counsil is not allowed to pmticipate in the biclcling r,rocess . IS. Each bidder is required to f"L1rn ish in the from ofan affidavit. tl1at rhe'intonnation required ror evaluation ol'the bidding

capacity of the biclcler is col'l'ecr. Each bidders is required ro satisfy hirmt:l r about his biclcl:ng capacity before submitting his bid. 13 idding capacity wi ll evaluated as ment ioned in section 3 Bids who do not possess the required bidding capacity

shall not be eligible for opening finicial Bid. 16. Bidder must submit all informations /documents on prescribed proforma wilh each bid. 17. 1% Labour Welfare Cess will be deducted from Contractor's Bills. 18. Bidding Document' s general conditions of contract can be seen in the office of concerned Un it lncharge and concerned

General Manager as mentioned in column 7-8 Bidding Documents can also be clownloadecV1rom website :

www.uprnn.co.in. ~\_:)

General Manage r (E.tawah Zo ne)

Uttar Pradesh Rajkiya Nirman Nigarn Ltd. Engineering College Campus, ~cwah

Page 5: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

5

A. INFORMATION & INSTRUCTIONS TO THE BIDDER{I.T.B.)

Technical Bid 1. The application should be type-written. The applicant should sign each page of the

application .

2. Over Writing .should be avoided.· Correction, if any, should be made by neatly crossing out, initialing, dating & re-writing.

3. The applicant may furnish any Additional information wh ich he t hinks is necessary to establish its capabilities to successfully complete the envisaged work. He is however advised not to furni sh superfluous information. No information shall be entertained after submission of pre-qualification document unless it is called for by the employer.

4. Any information furnished by the applicant found to be incorrect either immediately

or at a later date, would render him liable to be debarred from tendering/taking up of work in UPRNN Ltd., Lucknow.

5. The tenderer shall submit as Two-Bid System in accordance w ith the procedures specified Documents shall be submitted in envelope of appropriate size, wh ich shall be duly sealed .

6. Conditional tender sha ll not be considered.

7. Tender document are to be submitted in two envelopes marked No-1 shall contain t he technical bid and marked No-2 for price bid (Financial bid) .

8. Both envelopes 1 & 2 wi ll kept in one big envelope with name of work, date of t ender detail of earnest money and full address and contact number of tenderer.

A. SUBMISSION OF TENDER

The Detail of document to be submitted with each envelope is given be low: Envelope marl<ed-1 (Technical Bid)

(i - Earnest money of the specified value in the shape of Bank Guarantee/Demand Draft of Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Etawah,U.P. (Appendix-1)

(ii- Duly filled up Firm's information appended with the tender. (Appendix - 2)

(iii- List of works satisfactory completed during the last five fin ancial yea rs in Govt./Semi­

Govt./Public Sector undertaking and public and private limited com pan ies along with certificates (Attested copy). (Appendix - 3) ·

(iv- Proof of liquid assets duly certified by banker as per pre-qual ification requirement (original or attested copy will bE. entertained). (Appendix - 4)

(v- Latest income tax clea rance certificate valid till date (original or attested copy) clearly ind icating turnover of last five assessment years. (Appendix- 5)

(vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Pla.nt for design mix concrete and quality control lab house to be established at site along w ith all necessary tools & plants. {Appendix - 6)

(vii- List of technical staff with their qualification professional experience and length of the service with the firm in enclosed format. At least one graduate Engineer supported by necessary technica l supervisory staff shall be engaged at site. (Appendix - 7)

Page 6: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

6

(viii- Attested copy of the partnership deed if it is part nershi p firm and regist ration certificate in case · of company, sole proprietorship declaration in case of proprietorsh ip fi rm. Joint ventures shall not be accepted. (Appendix - 8)

(ix- Authority letter, if fi rm, in favour of the person who has signed the tender document with telephone no. and complete post al address. (Appendix - 9)

Envelope No-2 (Price Bid). (a- Price bid duly filled in all respects in the original tender documents. (b- Non-Judicial stamp paper of Rs. 100/- (Rs. One Hundred Only) of UP along with Rs. 1/­

revenue stamp. B. System to open Tenders:

(a- Envelope No-1 containing the Earnest money and pre-qualification document sha ll be opened first on specified date & time.

(b- Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid, shall be opened on date intimated with two days notice. The quoted rates of various tenders will be read out. Tenderer, desi rous t o be present, shall be allowed at the time of opening of price bid.

C. BID PRICES i. The Contract shall be for t he Whole Works, based on the priced Bil l of Quantit ies

submitted by the Bidder. ii. The Bidder sha ll adopt the Percentage Rate Method only the same option is allowed

to all t he Bidders. Percentage Rate Method requires the bidder to quote a percentage above/below at par of the schedule of rates.

1. SCOPE OF WORK The project involves construction of above mentioned building in accordance with

approved drawing and design. a) Construction of building w ith specifications laid under including al l material and

labour required, a'!so including the cost of lift elevator. b) External development with external plumbing, drainage, boundary and other

development works required within the plot et c.

2. ELIGIBILITY . . a) Earnest money of the value (Total Rs. 23.00 Lacs) of Rs. 10.00 Lacs in the shape of

Demand Draft of Nationalized bank duly pledged in favou r of U.P.Rajkiya Nirman Nigam Ltd ., Etawah,U.P. and balance in shape of Bank Guarntee of any Nationalized Bank having branch at Etawah.U.P. should be enclosed with the tender.

Page 7: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

7

b) Bidder should experienced in the field of construction of Similar building projects. Bidders stationed outside Etawah shall have to establish an office in Etawah with t he requisite technical and supervisory staff stationed.

c) The contractors must have completed one project of similar nature (Multistoried Building on RCC Framed structure) each costing not less than 80% of tendered

amount. Or

Two projects of similar nature (Multi-Storied Building on RCC Framed structure) each

costing not less than 50% of tendered amount. Or

Three projects of similar nature (Multi-Storied Bui ld ing on RCC Framed structu re)

each costing not less than 40% of tendered amount.

Similar project work shall mean multistoried build ing project including RCC framed structure technology, sanitary and electrical works, lift elevator etc. The intend ing

bidder shall submit certificate of the completion of the work executed by them indicating their in the scope and cost of works. Works executed shou ld be furnished in form of annexure-1 appended w ith the tender documents.

3. Experience certificate issued by the concerned authority shall be

verified.

4. The value of Executed works shall be brought to current costing level by enhancing the actual va lue to work at simple rate of 7% per annum; ca lculated from the date of completion to last date of receipt of applications for tenders.

a) The minimum annual turnover in any one year should be equal to or more than tendered cost for which bid has been invited, during last five years.

b) The firm should have positive PAT (Profit After Tax) in last three years. c) All the above parameters have to be supported w ith the audited balance sheet

certified by CA for last five years. d) The applicants not fulfilling the above conditions sha ll summarily be rejected and

shall not be considered for any further evaluation. e) Bidders who meet the minimum qualification criteria wil l be qualifi ed only if their

available bid capacity for construction work is equal to or more t han th e tota l bid value. The available bid capacity will be calculate as under:

Assesses Available bid capacity= (A* N*M-B)

where A= Maximum va lue of civil engineering works executed in any one year during the last

five years into taking account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which bids are invited

{period up to 6 months to be taken as half-year and more th an 6 months as one year.

Page 8: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

8

M= is taken as 2.5 B= Value, at the current price level, of existing commitments and on-going works to

be completed during the period of completion of t he works for which bids are invited .

Note:- The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed shou ld be countersigned by the Engineer-in-charge, not below the rank of an Executive Engineer or equiva lent.

5. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: a) Made misleading or false representations in the forms, statements, affidavits and

attachments submitted in proof of the qualification requirements; and/or b) Record of poor performance such as abandoning the works, not properly

completing the contract, inordinate delays in completion, litigation history, or financial failures etc.

c) Participated in the previous bidding for the same work and had quoted

unreasonably high or low bid prices and could not furnish rational justification fo r it to the Employer.

6. One Bid per Bidder Each Bidder shal l submit only one Bid for work. A Bidder who submits more than one Bid will cause the proposals with the Bidder's participation to be disqualified.

7. Pre Bid Meeting:- If Pre-bid meeting is to be held, the bidde r or his authorized representative is invited to attend it, its date, time and venue (a ddress) are given in

tender notice. The purpose of meeting will be to clarify issues. The Bidder is required to submit any question in writing so as to reach the Employer not later than th ree days before meeting. Non-attendance at Pre-bid meeting wil l be not be a cause for disqualification for a bidder.

8. GENERAL CONDITIONS OF WORI< All the work shall be carried out as per detailed C.P.W.D., U.P.P.W.D., U.P. JAL

NIGAM, U.P. POWER CORPORATION LTD., M.O.R.T.H (Road Wing) specifications for road and bridge work (third revision 1995) as the case may be, latest circulars and

instructions issued time to time as per instructions of Engineer-In-charge and othe r

inspecti ng officers.

9. EXTENT OF CONTRACT

The contract comprises construction and completion of the specified job and the provisions of all labour, materials, T & P etc. and transport, temporary works etc. whether the temporary or permanent in nature required for t he construction, completion and maintenance of the works.

Page 9: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

9

10. INSPECTIONS OF THE SITE The bidder (s) must inspect and examine the site of work and its surroundings and

satisfy himself/themselves before submitting his/thei r tender. He/They has/have to make sure of the positions of queries and availc;1bility of require material from query mentioned

in the specifications, topography of the site availability of labour and material and other amenities before 'tendering. No claim fo r additional work or extra work due to any of the above will be allowed.

11. ENTRIES IN TENDER All entries by the bidder should be in one ink and one hand/on prescribed bill of quantity on ly. Erasers and overwriting are not permissible. All corrections should be neatly written and signed by the bidder . Rate should be written in figures as well as in words. In case there is any variation, lower rate sha ll be treated as Tender rate.

12. CONDITIONAL/ INCOMPLETE TENDER

Conditional, incomplete, unsigned tenders will not be considered. On ly those

bidders who supply necessary proof/documents of possession of the requi red equipments in their bids should be considered as responsive for further evaluation.

13. JOINT VENTURES:- Bids for Joint Ventures are not allowed.

14. DEADLINE FOR SUBMISSION OF BIDS

a. Complete bids (including technical and financial) must be rece ived by Employer at address specified in the Appendix-I (Tender Notice) not later than the date and

time indicated in Annexure-1. In the event of specified date for submission of bids being declared a holiday for Employer the bid will be received up to the specified time on next working date.

b. The Employer may extend the deadline for submission of bid by issuing an amendment/addendum in news papers.

15. BID OPENING AND EVALUATION

Bid Opening

a) Th e Employer will open the bids received (accept t hose rece ived late) in the presence of the Bidder/Bidders representative who choose to attend at the time date and place specified in the appendix. In the event of the specified date for· the

submission of bids being declared holiday for the Employer, the Bids w ill be opened at the appointed time and location on the next working day.

b) The envelope containing the Techn ica l bid shall be opened. The envelope marked "Cost of Bidding Document downloaded from the Internet" will be opened first and if the cost of bidding documents is not there or incomplete the remain ing bid documents will not be opened, and bid will be rejected.

~ 7 rr ~ · -· f\!\,/ "f f ,::,1 '·· • .' ... ~

Page 10: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

10

c) In all other cases, the amount of Earnest Money, forms and validity shall be announced. Thereafter, the bidder's name and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

d) Evaluation of the Technical bids with respect to bid secu rity, qualification information and other information furnished in part-1 of the bid in pursuant to eligibility clause as stated above shall be taken up and completed within 10 working days of the date of bid opening, and a list will be drawn up of the responsive bids whose financial bids are eligible for consideration.

e) U.P.R.N .N. sha ll inform by E-Mail,telegram or fascimal , the bidders whose technical bids are found responsive date, time and place of opening as stated in the Annexure-1. In the event of the specified date being declared a holiday fo r the Employer, the bids will be opened at the appointed time and location on t he next working day through they or their representatives, may attend the meeting of open ing of financial bids.

f) At the time of opening of the financial bid the names of the bidders whose bids were found responsive in accordance with clause c(l-10) of this bid document, will be announced. The financial bids of only these bidders wi ll be opened. The remaining bids will be returned unopened to the bidders. The responsive bidders names t he bid prices the total amount of each bid and such other deta ils as the Employer may consider appropriate will be announced by the Employer at the t ime of bid opening. Any bid price which is not read out and recorded will not be taken into account in bid evaluation.

g) U.P.R.N.N. shall prepare the minutes of the opening of the financial bids . h) Information relating i.e. the examination, clarification, evaluation and compar ison

of bids and recommendations for the award of the contract shal l not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any attempt by a bidder to influence the emp loyers processing of bids or award decisions may result in the rejection of his bid .

16. Clarification of bids and contacting the Employer. i) No Bidder shall contact the Employer on any matter relating to its bid from the

time of the bid opening to the time the contract awarded. ii) Any . attempt by the bidder to influence the Employer's bid evaluation, bid

comparison or contract award decision may result in the rejection of his bid.

17. During the detailed evaluation of "Technical bids", the Employer wi ll determine whether each Bid (a) meets the eligilibility criteria defined in clause c (b) has been properly signed, (c) is accompanied by the requi red securit ies, and (d) is substantially responsive to the requirements of the bidding documents. During the detailed evaluation of the " Fin.ancial Bids", the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e., priced bid of quantities, techn ical specifications and drawings.

Page 11: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

11

18. Substantially responsive "Financial Bid" is one that confirms to all the terms conditions and specifications of the bidding documents, w ithout material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works, (b) which li mits in any substantial way, in Consistent with the bidding documents, the Employers rights or the Bidder's obligation under the contract, or (c) whose rectification would affect unfairly the competitive position of the bidder's representing substantial ly responsive bids.

19. If a " Financial Bid" is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non­confirming deviation or reservation.

20. ADDRESS OF CONTRACTOR The contractor sha ll give his fu ll permanent postal address. The postal rece ipt of the letters sent to him on this address sha ll be considered sufficient proof that they have been delivered to him.

21. ACCEPTANCE OF TENDER Subject to condit ions of bid document, th e Employer will award the Contract to the bidder whose Bid has been determined: i. to be substantially responsive to the bidding documents and who has offered

the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible and (b} qualified in accordance w ith the provisions of bid document.

ii. to be w ith in the avai lable bid capacity adjusted to account for his bid price which is evaluated the lowest in any of the packages opened earl ier than the one under consideration.

The department shal l have the right to accept or reject any or all the tenders or part thereof, to divide the work in parts without assigning any reason to contract or and no claim whatsoever shall be entertained on this account.

22. AWARD OF CONTRACT The bidder whose Bid has been accepted will be notified of the award by the department prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter called the " Letter of Acceptance") will state the sum that the Employer will pay to the contractor in consideration of the execution, complet ion by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price") . . . . The notification of award wi ll constitute t he formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Security money.

23. SECURITY MONEY Within 10 (ten) days after rece ipt of the Letter of Acceptance, the successful Bidder shall deliver to the department a Performance Security of 5% {five percent )

L icFfi '3Tfmnrn­

'ffCTc.rr ~f~r

Page 12: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

12

of Contract Price for the period of one year and the time far completion of works .

. Additional security money of the value of 5% as security for defect liability period of one year from the date of complet ion shall be deducted from running bills @

5%. However no deduction shall be made from running bills if the contractor furnishes security money separately for defect liability period. The security shall be either in the form of Bank Guarantee or fixed deposit Receipts, pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Vibhuti !<hand, Gomti Nagar, Lucknow from a Nationalized Bank. Failure of the successful Bidder to comply with the requirements security money shall constitutes sufficient grounds for cancellation of the award and forfeiture of the Earnest Money. He also be debarred from participating future bids under

U.P.Rajkiya Nirman Nigam Ltd., Vibhuti !<hand, Gomti Nagar, Lucknow.

24. EXECUTION OF AGREEMENT

Successful bidder shall have to execute an agreement on stamp paper of value as applicable, through its authorized representative within a week from date of receipt of acceptance letter/ work order. The Agreement wi ll incorporate all agreements between the Employer and the successfu l Bidder after the

performance security is furnished. Required stamp duty for the contract deed will be borne by the contractor.

25. MOBILIZATION ADVANCE/ADVANCE PAYMENT

(i- The Employer will make the following advance payment to the contra ctor against provision by the Contractor of an Uncond itional Bank Guarantee in prescribed forma t (as per Appendix-14) by a Nationalized Bank acceptable to the Employer in amounts eq uival to the advance payment:

a. Mobilization advance up to 5 percent of the contract price will be paid in at least two installments w ith interest rate @ 10% P.A. wi ll be charged.

The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by th e amounts repaid by the Contractor.

(ii- The advance payment shall be repaid by deducting proportionate amounts

otherwise due to the Contractor for the construction work, fol lowing the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing .valuation of work done. Variations. Price adjustments, Compensat ion events or

liquidated damages.

26. RUNNING PAYMENTS

Contractor shall be entitled for payment runni ng bi lls on monthly basis or a lesser period, if required, but not less than 10% of value of contract. The running

bills shall be paid within 14 days of submission of bill.

27. TIME OF COMPLETION

The entire works to be completed with in specified time from the date of issue of work order including ra iny season.

Page 13: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

13

28. VARIATIONS

a) The Engineer sha ll, having regard to the scope of the Works and the sanctioned estimated cost, have power to order, in writing, Variations within the scope of the

Works he considers necessary or advisable during the progress of the Works. Such Variations sha ll form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account.

b) If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out such work at the same rate. This shall apply for variation only up to the limi t prescribed in the contract data. If the variation exceeds this limit, the rates sha ll be derived under the provision of clause- c for quantities (higher o r lower) exceeding the deviation limit.

iii. If the rates for Variation are not specified in the Bill of Quantities, the Engineer sha ll derive the rate from similar items in the Bi ll of Quantities.

c) If the rate for Variation item cannot be determined in the manner specified in Clause a or b, the Contractor shall, within 14 days of the issue of order of variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine th e rate based on prevailing market rates within one month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book ar:id the current schedule of the rates 6f the district publ ic work division. The decision of the Engineer on .the rate so determined shall be final and bind ing on the Contractor.

29. PROGRAMME AND RETURNS TO BE FURNISHED

As soon as practicable, but not later than 7 days after the acceptance of his tender,

the contractor shall submit to the Engineer-In-charge for his approval, a time

schedule, to carry out works and methodology of carrying out work. Th e contracto r shall whene'Jer required by the Engineer-in-charge, f urn ish for his information arrangements for carrying out the work. The submission to and approval by

Engineer-in-charge of such program or furnishing of such particula rs shall not relieve the contractor of any of his duties or responsibilities under the contracts. In addition, the contractor shall have to furnish returns of work done by him, as may be directed by the Engineer-in-charge from time to time.

Page 14: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

14

30. EMPLOYMENT OF LABOUR The contractor shall submit a daily report to the Engineer-in-charge regarding t he total labour employed by him for the work and shall be bound to pay wages which shall not less than the wages fixed under Minimum Wages Act.

31. LINE AND LEVELS

The contractor shal l be solely responsible for setting out the works and fo r t he correctness of the position, levels, dimensions and al ignment according to the specification and shal l provide all necessary assistance, instruments, pegs, sticks,

poles and other materials, required for t he purpose. The tender rates shall be deemed to include all this.

32. EXECUTION The contractor shall have to execute various items of works strictly according t o t he order and time schedu le approved by t he Engineer-in-charge. Materials will also be tested as per requ ired frequency of tests.

33. TECHNICAL STAFF AT SITE OF \NORI< The contractor shall have to employ full time technical staff and ot her supporting staff for supervision of the work of each construction site. Name of the 'technica l st aff employed by the contractor shall be intimated in writing to the Engineer-in­charge. Any change of technical staff during t he execution of work shou ld be intimated immediately in writing t o the Engineer-in-charge.

34. SITE OFFICE The contractor shall establish and maintain a site office under his aut horized representative/technica l staff. All re levant documents shall be kept in the site office.

35. SITE ORDER BOOK A site order book shall be maintained at the site of work in wh ich instructions shall be given to the contractor as and when necessary. These instructions/orders, sha ll

have to be signed and complied by the Contractor or his authorized representative. The entri es in 'Site Order Book1 shall be treated as proper not ice se rv ing upon the contractor in terms of his Contract .

.. 36. LIGHTING ARRANGEMENT

The contractor sha ll make his own arrangement for light s during the fag end of the day in case the wo rk is likely to be delayed due to unavoidable circumstances.

L ~PJf~~-

Qtlcrr 0-l-c~r

Page 15: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

15

37. SAMPLES Contractor shall establish laboratory with sufficient arrangement of testing facilities, appliances and laboratory technicians etc. at the site and sha ll always co.-operate in procurement of samples, conduct ion of tests, as may be directed and no extra payment shall be made for them. Test samples shal l be taken carefully in accordance with the 1.5.1. method of sampling, no plea shall be entertained on th is account. Job Mix Formula for Concrete shall be designed from any rep uted authority by the contractor on his cost. In case it is designed by t he agency itself it should be checked by third party/ an independent agency.

38. TESTING OF MATERIALS All materials and workmanship shall be of the respective kind described in the

contract and in the accordance with Engineer-in-charge instructions and shal l be subjected from time to time to the testes mentioned under specifications. The contractor shall provide such assistance, labour and materials as are normally required for examining measuring and testing of the works quantity weight or

quality of materials used and sha ll supp ly materials, sufficiently in advance for testing as mentioned under specifications. The materials used subsequently for execution of the work shall strictly conform to the quality and sample approved. Necessary test for which facil ities are not avai lable local ly or at site shal l be conducted in the nearest available government contro lled Laboratories/Resea rch Institutes, Lucknow or any other reputed technical institution. Cost of such t esting and forwarding of sample to the laboratory etc. shall be borne by the contractor and nothing extra shal l be paid on this account. Regular quality control test registers shall be maintained by the contractor.

39. ROYALTIES AND TAXES ETC.

The contractor shall pay all royalties, license fee, labour cess and other charge at

query, octroi duties, custom duties, toll taxes, trade tax, service charge and any

other local taxes as may be levied . No passes for octroi or to ll levied by loca l bodies

on toll bridges shall be issued by the department. Rate shall inclusive of the same.

Nothing extra shall be paid due to fluctuations in the cost of materials, machines

bitumen, P.O.L., labour and all types of taxes etc.

40. COMPLIANCE WITH LOCAL BYE LAWS

The contractor shall throughout the continuance of the contract and in respect o.f all

matters arising out of performance their off, confirm with all required regulati ng

and bye-laws of the local or other authorities which may be appl icable to the works.

Page 16: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

16

41. ROAD TRANSPORT

The contractor employing motor vehicles for transport of material shall abide by

provisions of the Motor Vehicles Act.

42. SAFETY CODE

The contractor must ensure to arrange rigid scaffold ing or staging, working platforms, gangways and stairway with safe means of excess shall provide to all working places including Hnisting Machines with proper attachments and regular maintenance with all other safety measures. All nec_essary personal safety equipments as considered adequate by the Engineer should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contracto r should take adequate steps to insure proper use of equ ipments for those concerns.

43. FIRST AID At every work place there shall be maintained, in readily accessible place, first aid app liance including an adequate supply of sterilized dressi ngs and sterilized cotton wool. The appliance shall be kept in good order and in la rge work pl ace they shall be readily available during working hours.

44. DAMAGES BY RAINS, ACCIDENTS OR NATURAL CALAMITIES

No payment will be made to the contractor for damage caused by rains, accidents or other natural calamities during the progress of work. No cla im what so ever shall be entertained on this account. The contractor shall be responsible for all injury to the work or workmen to persons or things and for all damages to the structure. The contractor shall reinstate all damage of every sort mentioned in this clause,

so as to deliver the whole of the contract works compl et e and perfect in every respect and so as to make good or otherwise satisfy al l claims for damages to the property or third parties.

The contractor shall effect the insurance necessary and indem nify the Employer entirely from all responsibil ities in this respect. The insurance must be placed

with a company of repute with scope of insurance to include all damages or loss.·

45. DEFAULT OF CONTRACTOR IN COMPLIANCE

Constant defiance of the instructions of the Engineer-i n-charge on the part of the contractor or his authorized agent will make · the contract liable to be terminated .

Page 17: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

17

46. TERMINATION

1) The Employer may terminate the Contract if the Contractor ca~ses a fundamenta l breach of the Contract.

2) Fundamental breaches of Contract sha ll include, but shall not be limited to, the

following: a) the contractor stops work for 28 days when no stoppage of work is shown on

the current Programme and the stoppage has not been authorized by the Engineer;

b) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation. ·

47. CLEARANCE OF SITE ON COMPLETION

The contractor shall at all times keep the premises free from accumulated materials or rubbish caused by his employees on the works and on completion of the work, he sha ll clear away and remove from site all surplus materials, rubbish and temporary work of any kind and fill up borrow pits dug by him. He shall leave who le of the site and work clean and in a workmanlike condition to t he entire satisfaction of the Engineer-in-charge;

48. ARBITRATION

All disputes or differences of any kind what so ever which shall at any tim e rise between the parties sha ll after written notice by either party to the contract t o the other of them and to the U.P.R.N .N. herein after mentioned be referred fo r adjudication to a sole arbitrator to the appointed as herein after provided. For the purpose of appointing the sole arbitrator referred to above, the e·mployer will send within 30 days of receipt of the notice, to the contractor a panel of three names of persons who shall be presently unconnected with the organization for which the work is executed. The contractor shall on rece ipt of the names as aforesa id; select any one of the persons named to the appointed, as a sole arbitrator and communicate his name to the employer within 30 days of receipt of the name. The employer shall their upon without any delay appoint the set person Sole Arbitrator. If the contractor fails to communicate such selection as provided above within the period specified, the competent authority shall make t he se lection and appoint the

selected person as the Sole Arbitrator. The award of ·the arbitrato r sha ll be final and binding on both t he parties. Th e

~ . fees and other costs, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. If any dispute arises between parties to the Contract it shall be under the jurisdiction of Civil Court at Lucknow (Procedure for resolution of dispute exist in general conditions of contract clause 25.1 to 25.7).

L ~ar~·

~T\1T x;{tfi.:-;-

Page 18: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

18

49. DEFECTS AFTER COMPLETION The contractor shall make good at his own cost and to t he satisfaction of the

employer all defects, shrinkage, settlements or other faults which may appea r

within 12 months after completion of the work.

SO. ESCALATION The rate quoted shall be FIRM throughout the tenure to the contract (including

extension of time, if any, granted) and will not be subject to any fluctuation due

to increase in cost of materials, labour, tax, octroi etc.

51. Milestones to be achieved during the contract period a) 1/8th of the value of entire contract work up to X th of the

period allowed for completion of construction.

b) 3/8th of the value ·of entire contract work up to Yz of the

period allowed for completion of construction.

c) 3/4th of the value of entire contract work up to% th of the

period allowed for completion of construction.

52. LIQUIDATED DAMAGES Amount of liquidated damages for

delay in completion of works

Maximum lim it of liquidated damages

for delay in completion of work.

For Whole of work 1 percent of the Initial

Contract Price, rou.nded of to the nearest

Thousand, per week.

Total securit y money

The authorized person to make payments is Project Manager or Unit lncharge of Unit.

(.'°',_ -"'· -;-fc'flp .;,,- ~·1'-lo! <I

1re'fcfi ir-r:r-a

Page 19: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

PROFORMA'S

FOR

TECHNICAL BID

19

Page 20: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

20

Appendix -1

I . Details of Earnest money Enclosed (Duly Pledged in favour of U.P.Rajkiya Nirman Nigam Ltd, Etawah Zone Etawah)

1. FDR/NSC/CDR/D.D. No ...... .

Name of Issuing Post Office/Bank

2. Bank Guarantee Amount Bank Guarantee no

Name and Address of Issuing Branch and Date

Date:

Signature of Bidder

Page 21: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

General Information

1) Name of the fi rm

2) Address

3) Contact Person

Phone

Fax

E-mail

Cell Phone

4) Place and year of incorporation of th e firm

5) Registration No. (copy to be enclosed)

6) Deta ils of registration (State PWD/CPWD/MES)

a) Class

b) State

c) Date of Registration

d) Validity

7) Constitut ion of the fi rm (Pvt. Ltd ., Public, Proprieta ry etc.)

8) Name and qualification of the Chief Executive of the firm.

Organization Structure of the Firm

Technical Chief of the Organization

a. Name

b. Designation

c. Address

d. Telephone

Fax

E-mail

Mobile .• e. Qualification

f. Experience in years as well as projects (attached C.V)

g. Age

21

Appendix- 2

Signature of Bidder

L

Page 22: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

22

Appendix - 3

Details of Projects handled

1} Details of completed projects eac.h with an outl ay or more tha n 80% Tendered cost (i- last five years (2009-10 to 2013-14)

(Furnish in Annexu re I) (Completion certificates must be enclosed)

Project/ Name of Description Value of Stipulated Work t he of Works Contract time of Name Client, (Rs. In completion

Place lacs) and

State

2) Details of existing commitments and ongoing projects {i - 50% of Tendered cost {ii- 40% of Tendered cost

Project Name Value of Stipulated Date Date of /Work of the Contract time of of Completion Name Client, (Rs. In completion Start

Place lacs) and

State

-.

Actual Ren:iarks, time of Explain

completion reasons

for delay, if any

Value of Anticipated Works time of

Remaining completion to be

completed

Signature of Bidder

L ~ affercnr~·

m:i:tr ai·c:Jc,i

Page 23: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

Format for availability of Credit Facilit ies

BANK CERTIFICATE This is to cert ify

M/S ........... .... ............. ..................................... ........ ...................... ............. . Company with a good financial Standing.

23

Appendix - 4

that is a reputed

If the contract for the work namely ... .............................. .. ...... .. .............. .. ...... .. ........ overdraft/Credit facilities to the extent of

Rs ........................ .................. ... ........ ... .. to meet their working cap ital requi re ments for executing the above Contract.

Sign of Bank Manager Name ... ...... ....................................... . Address of the Ban k Stamp

Note:- Certificate should be on the letter head of t he Bank.

= ~ .r11-"\ '\r;f "'JJ j .. . , ! ·,

}J"eTGff Jtz-:c-r

Page 24: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

24

Appendix - 5

Financial Information · 1) Turnover for the last five years (Civil Engineering Worl<s)

SI. No. Year Turnover (Rs. In lacs) Remarks

1 2009-10

2 2010-11

3 2011-12

4 2012-13

5 2013-14

Enclose certificate from the concerned Officer not below the rank of Chief Account Officer/Finance control ler in the case of Govt. or from Chartered Accou ntant in the case of Private Organizations.

2) Permanent Account Number (IT)

3) Service Tax registration number

4) Income Tax clearance certificate (Enclose copies for the last five years)

·-

Signature of Bidder

L ~cllf> ar~r~·

~TqT :Jfii'D

Page 25: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

Details of Machinery and Equipment owned

Name of Nos. Capacity/Size Equipment

25

Appendix - 6

Age/ Owned/Leased Condition or to be

Purchased

Signature of Bidder

· f.:ft":':"f\ 1 "i[cTcff 3[Zf~1

Page 26: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

26

Appendix- 7

Details of Important Technical Personnel to be provided as in II above

Qualification of technical personnel proposed for the Contract.

Position Name Qualification Years of experience Road Building Other

Works Works

Signature of Bidder

Page 27: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

- ---- -27

Appendix- 8

Attested copy of the partnership deed if it is pa rtnership fi rm and registrat ion cert ificate in case of company, sole proprietorship declaration in case of proprietorship

firm. Joint ventures shall not be accepted .

SIGNATURE OF BIDDER

Page 28: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

28

Appendix- 9

Authority letter, if firm, in favour of th e person who has signed the tender document with telephone no. and complete postal address.

SIGNATURE OF BIDDER

Page 29: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

29

Appendix-10

Standard Form of Agreement

Notes on Standard Form of Agreement The Agreement should incorporate any corrections or modificat ions to the Bid resulting

from correction of errors

Standard Form: Agreement

Agreement

This agreement, made the day of ................ of 2015 ....................................... ............ .

Unit, U.P.R.N.N ......................... ......... .. .

(hereinafter ca lled "the Employer") of the one part, and

[name and address of Contractor] (hereinafter called "the Contractor" of the other part)

Whereas the Employer is desirous that the Contractor execute the Work of ................ .. ..... .

District-...... ............... (here inafter called "the Works") and the Employer has accepted t he Bid by the Contractor fo r the execution and completion of such Works and the remedying of any defects therein at a cost if Rupees ...... ............ [Rs .................. ........... only].

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and t hey shall be deemed to form and read and construed as part of this Agreement.

2. In consideration of t he payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants w ith t he Employer to execute and complete the Works and remedy any defects therein in conformit y in all aspects with the provisions of the Contract.

3 . The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and remedying the defects wherein the Contract Price o r

such other sum as may become payable under the provisions of t he Contract at t he t imes and un the manner prescribed by the Con~tract.

4. The fol lowing documents shall be deemed to form and be read and const rued as part of this Agreement, viz:

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii ) Contractor's Bid;

Page 30: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

iv) Contract Data;

v) Special Conditions of Contract. and General Conditions of Contract;

vi) Specifications

vii) Drawings;

viii} Bill of Quantities;

ix) Any other document listed in the Contract Data as forming part of the contract.

30

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of

Was hereunto affixed in the presence of;

Signed, Sealed and Del ivered by the sa id To,

In the presence of:

Project Manager/ Unit lncharge

Unit- ..................... .. UPRNN

District

· Resident Engineer

Binding Signature of Employer authorized representative

Project Manager/ Unit l ncharge

Unit- ................... .... UPRNN

District

Binding Signature of Contractor

Page 31: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

31

Appendix-11

Form of Bid

Notes on Form of Bid Th e Bidder shall fill in and submit thi s form with the Bid .

............... .... ...... .. .. Date

To [Name of Employer] U.P. Rajkiya Nirman Nigam Ltd, Lucknow represented by

Project Man ager ............ ...................... .. ......... .. Un it ... ..... ....... .. .... ............... .......................................... ..... .

Address ........................... ........................ ... ........... ....... ......................... ............................ .

Description of Works ................................. .......................... ....... .. .......... ... ..... .... ... ........................ ......... .

1. I/We offer to execute the work described above and remedy any defects th erein conformity w ith the condition of contract, specifications, drawings, Bill of Quan~ity and Addenda for

a) For percentage rate ...... .. .. ....................... percentage below/ percentage above/at par w ith the rate entered in the schedules of rate, as referred to in clause C page-4 (Bid Prices) of ITB.

2. We undertake to commence the work on receiving the notice to proceed with work in accordance with the contracts documents.

3. This Bid and your written acceptance of itself constitute a bidding contract between us. We understand that you are not bound to accept the lowest or any bid you receive.

We hereby confirm that thi s bid complies with the bid abilit y an d earnest money requ ired by the bidding documents and specified in the appendix to ITB.

Authorized Signature: .................. ... ............ ......... .. .......... .... .. ... ............... ............. ..... ......... ............ ......... ... .

Name of Title of Signatory ...... ... ............ ... ........... ... ................. .. .......................................... .... .... ......... .... .

Name of Bidder ...... .......... .. ................................. ................... , .... ..... ................... ............ .................. .. ..... .. .

Authorized Address of Communication: ............ , ..... ...................................................................... ......... .

• o' '' • o' o o o O O O o o Io O o O O IO O O 00 0 0 00 0 0 0 0 0 0 0 00 0 0 0 0 0 IO 0 0 o O 01 0 0 0 00 0 0 00 0 I O 1 0 0 0 10 0 0 0 o O Hi 0 0 0 0 0 00 0 0 0 0 0 0 t O O O 00 0 0 O I 1 0 0 t 0 0 0 0 0 0 0 0 t 00 IO O O O O 0 1 0 0 I t IO O OI O 0 0 f I o O 0 10 1 1 0 0 0 0 I 1 0 0 0 O t O O O t O 10 I I t

Telephone No. (s):(office): ...... ......... ............ ......................................... .... .................................... ............ .

Mobile No : ................ : ...... .. .. .............................. : ............................... ........... ... .. ... ............................... .. ... .. .

Facsimile (FAX) No.: .......................................... .......................................................................................... .

Electronic Mail Identification .(E-Mail ID) ........ : ............... .. ....... ... .................. .................. ..... .. ... ............ . .

Page 32: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

OFFICE OF THE GENERAL MANAGER

ETAWAH ZONE ETAWAH

No ..................... ... ... ........... .

LETTER OF ACCEPTANCE

To,

M/s ... ...... ....................................... . .

32

Appendix-12

Dated ............ ................... ..

This is notify you that on beha lf of the Employers the General Manager(Etawah Zone),

U.P.R.N .N Ltd.Etawah has accepted your bid dated ............... ........ ......... .for Execution of the

............................. : ......................... ... for the Contract Price of Rs ... ........................ ......... ......... .. (Rs .

........................ .................................. .... ................. only) is hereby accepted in accordance with Head

Office order No ................... ...................................... ........... .

You are hereby requested to furnish Performance Security, in the form deta iled in Cl. 23 of !TB for an amount of Rs. . ...................... .. . (Rs .

............... ............... .. ........... ........ ......... ... ............... ...... .. )Within 10 days of the receipt of this letter of acceptance valid up to 45 days from the date of expiry of Defects Liability Period (i.e. up t o

... .................................... .. ) and sign the contract, failing which action as stated in Clause. 23 of

ITB will be taken.

You rs faithfully

(U.K.Gahlaut)

Genera l M anager

No. & Dated as above

Copy of Managing Director,UPRNN Ltd. Head Office Lucknow

2. General. Manager(Tech.) UPRNN Ltd. Head Office Lucknow.

3. Financial Ad.visor,UPRNN Ltd . Head Office Lucknow.

4. Unit lncharge,UPRNN Ltd. Saifai Unit'-1 Saifai,Etawah.

General Manager

~ \--I~ ,.-,.,.';- . ·,, '-'l \, 1 I 1• r

:i 2T,rr af1::c:r

Page 33: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

33

Appendix-13

OFFICE OF THE GENERAL MANAGER Etawah Zone Etawah.U.P.

Issue of Notice to proceed with the work

Letter No . ............................. . Da ted ........................ ........ .

To,

Dear Sir,

Pursuant to your furnishing the requi site performance security as stipulated in ITB

Clause and signing of the contract for t he const ructio n of

For Distt ................. ..................................................... ..... .. . you are hereby instructed t o proceed

with

The execution of the said work in accordance with the Contract documents.

•,

Your's faithfully

General Manager

Etawah Zone

Page 34: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

(d) Form of unconditional Bank guarantee for advance payment.

To, BANK GUARANTEE FOR ADVANCE PAYMENT

General Manager, UPRNN Ltd. Etawah Zone Etawah.U.P.

Gentlemen:

34

Appendix-14

In accordance with the provisions of general conditions of Contract , clause 45 ("Advance Payment") of the above mentioned contract,

[Name and addresses of contractor] with

(hereinafter called "the Contractor) shal l deposit

performance under the said clause of the contract in the amount of ............................ .. ... ...... .......... [amount of gua rant ee'] ........................... ............ ............... .. ............. .................... .... [in words].

We, the ... .. ........................ ... ... .................. [bank or financial institut ion], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ...... .......... .. ... .............................................. .. .. ...... [Name of Employer]on his first demand without whatsoever right of objection on ou r part and without his firstclaim to the contract, in amount not exceeding .............................. .................... ............. ..... .... .......... ... [.amount of guarantee]* ...... ......... ......... ......... ... ..... ............... .... .

We further agree that no change or addition to or other modification of the term of thecontract or of works to be performed there under or of any of the con t ractor documents whichmay be released us from any liability under this guarantee, and we hereby waive not ice of anysuch change, addition or modification.

This guarantee sha ll remain va lid and in full effect from the date of the advance payment under the contract until .......................... .... .. ......................... .. ............ .......... .... ..... [Name of Employer]receives full repayment of the same amount from the Contractor.

Your trul y, Signature and seal : ................................. .... .. .... . Name of Bank/Financial. Insti tution : ............... . Addresses : ............ ........................... .. ....... ...... ..... .

~

Date: .... ........ ............ .

* An amount shall be inserted by the Bank or Financial i nstitu tion rep resenting the amount of the advance paymen t and denominated in Indi an Rupees.

Page 35: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

35

Appendix-ls

PROFORMA OF BANI< GUARANTEE FOR EARNEST MONEY DEPOSIT

(ON NON JUDICIAL PAPER OF APPROPRIATE VALUE)

Bank Guarantee No. & date ...... ............................ .. .. Guaranteed Amount: Rs ........................ ............. . Date of Expiry:

Name of Work: Construction of 100 Bedded Maternity Wing Under NRHM Scheme in Distt. l<anpur Dehat

To, U.P. Rajkiya Nirman Nigam Ltd. Vishveshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow. Dear Sir,

M/s ...... ...... ...... (Tender Name and Address) .............. wish to submit th'eir bid fo r award of work for Construction of Up-gradation of Industrial Estate, Nunhai Agra as per prescribed terms and cond itions of the tender document, and is due for submission by ............... 2015. The Tender cond itions require the intending tenderer to submit a sum of (Total Rs. 23.00 Lacs) Rs. 10.00 Lacs as DD/CDR/NSC and rest amount in the shape of Bank Guarantee as Earnest Money Deposit. Th is includes Bank Guarantee executed by Nationalized Bank, on behalf of Intending Tenderer, undertaking full responsibilities to indemnify the U.P. Rajkiya Nirman Nigam Ltd., Lucknow in case of default of t he prescribed terms and condit ions of the said Tender.

M/s ...... ............ (Tender Name and Address) .............. has, in view of the above, approached us and at their request and in consideration of t he promises, we, .............. (Bank Name) having our office at.. .................. (Address) ............... have agreed to give such guarantee as hereunder mentioned:-

1. We (Name of Bank) ...... .............. , do hereby undertake and agree to pay to you, on demand, in such manner as you may direct, full amount of Rs . .............................. or part the reof, in the event of any default made by M/s ............... .... . (Tender Name and Address) ................. in performing any of the terms and cond itions of the tender and against any loss or damage caused to or suffered or would be caused to or suffered by the U.P.Rajkiya Nirman Nigam Ltd, Visheshwariya Bhawan, Vibhuti l<hand, Gomti Nagar, Lucknow by reason of any breach of the terms and condit ions of the tender referred above.

2. We (Name of Bank) ...... .. ........ , do hereby undertake to pay the amounts due and payable under ~

the Guarantee w ithout any demur, merely on demand from the U.P.Rajkiya Nirman Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Nigam by reason of breach by the said bidder of any of the terms and cond itions submitt ed by the bidder or by reason of fai lure to perform the said commitment. Any such demand made of t he Bank shall be conclusive with regard to the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs .............................. .

Page 36: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

-------~ ------36

3. We undertake to pay the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow any money so demanded not withstanding any dispute or disputes raised by the bidder in any suit or proceeding pending before any court or tribunal relat ing thereto or liability under this present being absolute and unequivocal. The payment so made by us under this bond sha ll be valid discharge of our liability for payment thereunder and the bidders shall have no claim against us for making such payment.

4. We {Name of Bank) ....... .. .... , f urther agree that guarantee herein contained shall remain in fu ll force and effect during the specified period that would be taken for the performance of the said commitment and for any liability which may arise during its legal va lidity. It sha ll continue to be enforceable til l all the dues of the Government under or by v irtue of the said commitment have been fully paid and its claims satisfied or discharged or ti ll U.P.Rajkiya Nirman Nigam Ltd, Gomti Nagar, Lucknow certifies that the Terms & Conditions of the sa id commitment have been fully and properly carried out by the said bidder and according ly discharges this guarantee. Unless a demand or claim under this Gua rantee is made on us in writing on or before ......... .. , we shall be discharged from all liab ilities under this guarantee t hereafter.

5. We (Name of Bank) .......... , fu rther agree, that the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow sha ll have fullest li berty without our consent and without affecting in any manner our obligations hereunder to vary the Terms & Cond itions of the said Tender Enquiry or to extend time of performance by the said bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow against the said bidder and to forbear or enforce any of the Terms & Conditions relating to t he said Tender Enquiry and we shall not be relieved from our liability by reason of such variations or extensions being granted to the sa id bidder or for any forbearance, act or omission on t he part of U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow or any indulgence by the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan1

Vibhuti Khand, Gomti Nagar, Lucknow with the said bidder or any such matter or t hing whatsoever which under the law relating to sureties would, but for the provision, have effect of so relieving us.

6. The guarantee herein contained sha ll not be determined or affected by the liquida tion or winding up, dissolution or changes in the constitution or insolvency of t he said bidder but sha ll in all respects and for all purposed be binding and operative until payment of all money due to you in respect of such liabilities is paid.

7. This gua rantee will not be discharged due to the change in constitution of Bank.

8. We (Name of Bank) .......... , lastly undertake not to revoke th is guarantee during the currency except with the previous consent of the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan,

Vibhuti Khand, Gomti Nagar, Lucknow in writing.

Yours faithfully,

........................ Bank By its Constituted Attorney Signature of a person duly authorized to sign On behalf of the Bank.

Dated: ..................... .

Page 37: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

Contract Data 1. The Employer is: U.P. Rajkiya Nirman Nigam Ltd.

Designation : Managing Director Name of authorized Representative: Unit lncha rge ........................... . Telephone No. (s): (Office) ................................. . Mobile No ............................ ............ .. Facsimile (FAX) No ............................... . Electronic mail Identification (E-mail ID) : .................................................. ..

2. The Engineer is Designation; Unit lncharge (PM/APM/RE) Address : ..................................... .. Telephone No. (s) (Office) ............................................... .. Mobile No ................ .............................. . Facsimile (FAX ) No . ...................................... .. Electronic mail Identification (E-mai l ID) : .................................................. ..

3. The Intended Completion date for the whole of the Works is ......................... after sta rt of work. 4. The Site is locat ed : with in Distt ......................... .. 5. The Start Date sha II be Nil days after the date of issue of the Notice to proceed with the work. 6. The following documents also form part of the Contract. 7. (a) The law which applies to the Contract is the law of Union of India.

(b) The language of the Contract is attached. 8. The Schedule of Other Contractors is attached. 9. The period for submission of the programme for approval of Engineer shall be TEN days from the

issue of Letter of Acceptance. 10. The updated programme shall be submitted at interval of 60 days. 11. The amount to be withheld for late submission of an updated programme shall be Rs. 10,000=00

per day for contract value upto 2 Crore and Rs. 20,000=00 per day contract value above Rs. 2 Crores.

12. No. increase in rates of any items specified in bill of Quantities is al lowed due to .va riation in quantities.

13. The authorized person to make payment Project Manager.

37

14. The amc:,unt to be withheld for failing to supply "as-built" drawings by the date requ ired is Rs. One

Lacs. 15. (a) The period of setting up a field laboratory with the prescribed equipment is 7 (Seven) days from

the days From the date of notice to start work.

(b) The following events shall also be fun damenta l breach of contract . "The Contractor has contravened Clause 7.1 and Clause 9 of Part I General Conditions of Contract.

16. The percentage to apply to the value of the work not completed representing the Employer's additional cost of completing the works sha ll be 20%

17. Milestones to be ach ieved during the cont ract period a) 1/Sth of the value of entire contract work up to XI th of the

period allowed for completion of construct ion. b) 3/81

h of the value of entire contract ~ork up to Yi of the period allowed for completion of construction.

c) 3/41h of the va lue of entire contract work up to Y. th of the

period allowed for comp letion of construction. 18. LIQUIDATED DAMAGES

Amount of liquidated damages for delay in completion of works

Maximum limit of liquidated damages for delay in completion of work.

For Whole of work 1 percent of the Initial Contract Price, rounded of to the nearest

thousand, per week. Tota l Security Money.

The authorized person to make payments is Project Manager or Unit lncharge of Unit .

L

Page 38: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

A. General

1. Definitions

1.1 Terms

General -Conditions of Contract

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 40 hereunder.

38

The Completion Date is the date of completion of the Works as certified by the Engineer, in accordance with Clause 48.1

The Contractor is a person or corporate body w hose Bid to carry out the Works, including routine maintenance, has been accepted by the Employer.

The Contractor's Bid is the completed bidding document submitted by th e Cont ractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days, months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability Period has ended and upon correction of Defects by the Contractor.

The Defects Liability Period is one year's calculated from the complet ion Date.

Drawings include calculations and other information provided or approved by the Engineer for the execution of the Contract.

The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including routine maintenance. The Employer may delegate any or all functions to a person or body nominated by him for specified functions.

The Engineer is the person/ any other competent person appointed by the Employer and notified to t he Contractor, to act in rep lacement of the Engineer who is responsible for supervising the execution of Works and administ ering the Contract.

Equipment is the Contractor's mach inery and vehicles brought temporarily to the site to

construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall

complete the Works. The Intended Completion Date may be revised only by the Engineer by

issuing an extension of time.

Page 39: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

39

Materials are all supplies, including consumables, used by the Contractor for incorporat ion in

the Works.

Plant is any integral part of the Works that sha ll have a mechanical, electrical, electronic,

chemical, or biological function .

The Site is the area defined as such in the Contract.

Site Investigation Reports are those that were included in the bidding documents and are

reports about the surface and subsurface conditions at the Site.

Specifications means the Specification of the Works included in the Contract and any

modificat ion or the addition made or approved by the Engineer.

The Start Date is given in the Contract. It is the date when the Contractor sha ll commence

execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

A Sub-Contractor is. a person or corporate body who has a Contractor to carry out a part of the

construction work in the Contract, which includes work on the Site.

Temporary Works are works designed, constructed, insta lled and removed by the Contractor

that are needed for construction or installation of the Works. ·

A Variation is an instruction given by the Engineer, which varies the Works.

The Works, as defined in the Contract Data, are what the Contract requires the Contractor to

construct, install, maintain and turn over to the Employer. Routine maintenance is defined

separately.

· 2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means

female or neuter, and the other way around. Headings have no significance. Words have thei r

normal meaning under the language of the Contract unless specifical ly defined. The Engineer

will provide instructions clarifying queries about these Conditions of Contract.

2.2 If sectiona l completion is specified in the Contract Data, re ferences in the Conditions of

Contract to the Works, the Completion Date, and the Intended Completion Date apply to any

Section of t he Works (other than references to the Completion Date and Intended Completion

Date for the who le of the Works).

2.3 The documents forming the Cont ract shall be interpreted in the fo llowing order of

priority_;

1) Agreement,

2) Notice to Proceed with the Work,

3) Letter of Acceptance,

4) Contractor's Bid,

5) Special Conditions of Contract Part II,

Page 40: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

6) General Conditions of Contract Part I,

7) Specifications,

8) Drawings,

9) Bill of Quantities, and

10) Any other document listed in the Contract Data.

3. language and Law

40

3.1 The language of the Contract and the law governing the Contract are stated in the

Contract Data.

4. Engineer's Decision

4.1 Except where otherwise specifica lly stated, the Engineer w il l decide contractual matters

between the Employer and the Contractor in the role representing the Employer. However, if

the Engineer is required under the rules and regulations and orders of the Employer to obtain

approval of some other authorities for specific actions, he w ill so obtain the approval.

4.2 Except as expressly stat ed in the Contract, the Engineer shall not have any authority to

relieve the Contractor of any of his obligations under the contract.

5. Delegation

5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and

responsibilities to other people, after notifying the Contractor, and may cancel any delegation

after notifying the Contractor.

6. Communications

6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/

Engin eer shall be sent on the address or contact details given by t he contractor in section 6-

Form of Bid. The address and contact details for communicat ions w ith the Employer/Engineer

shall be as per the detai ls given Contract Data to GCC. Communications between parti es that

are referred to in the conditions shalt be in writing. The Notice sent by facsimile {fax) or other

electronic means shall be effective on confirmation of the transmission. The Notice sent by

Registered post or Speed post shal l be effective on delivery or at t he expiry of the normal

del ivery period as undertaken by the postal serv ice.

7. Subcontracting

7.1 The contractor may subcontract part of the construction work w ith the approval of the

Employer in writing, upto 25% of the contract price but will not assign the Contract.

Subcontracting shall not alter the contractor's obligations . . 7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting

any part of the work during execution of the works, because of some unforeseen

circumstances to enable him to complete the work as per terms of the contract, the Employer

wil l consider the fol lowing before according approval:

a) The Contractor shall satisfy himself before recommending to the employer whether

Page 41: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

41

b) The Contractor shall not sub-contract any part of the work without prior consent of the

Employer. Any such consent shal l not reli eve the contractor from any liabi lity or obligation

under the contract and he shall be responsible for the acts, defaults and neglects of any his

sub-contractor, h:s agents or workmen as fully as if they were the acts, defaults or neglects of

the Contractor, his agents and workmen.

7.3 The Engineer should satisfy himself before recommending to the Employer whether

a) The circumstances warrant such sub-contracting: and

b) The sub-contractor so proposed for the work possess the experience, qualification and

eq uipment necessary for the job proposed to be entrusted to him in proportion of the

Quantum of works to be sub-contracted.

8, Other Contractors

8.1 The contractor shall co-operate and share the site with other contractors. Public

authorities utilities, and the employer between the dates given in the schedule of other

contractors, as referred to in the cont ract data. The contractor shall also provide facilities and

services for them as described in the schedule. The employer may modify the schedule of

other contractor, and shall notify the contractor of any such modification.

8.2 The contractor should take up the work in convenient reaches as decided by the Engineer

to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles

and equipment of other contractors till the completion of the works.

9. Personnel

9.1 The contractor shall employ for th e construction work and routine maintenance the

technical personnel named in the Contract Data or other technical persons approved by the

Engineer. The Engineer wi ll approve any proposed replacement of technical personnel only if

their releva nt qualifications and abilities are substantially equal to or better than those of the

personnel stated in the Contract Data.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the

Contractor's staff or work force, stating the reasons, the Contractor shall ensure that the

person leaves the Site w ithin seven days and has no further connection with the Works in the

Contract.

9.3 The Contractor sha ll not employ any reti red Gazetted officer who has worked in the

Engineering Department of the State Government and has either not completed two years

after the date of retirement or has not obtained State Government's permiss ion to

employment with the Contractor.

10. Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer's risks, and

the Contractor carries the risks that this Contract states are Contractor's risks.

Page 42: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

42

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are {a) in so far as they

directly affect the execution of the Works in th e Employer's country, the risks of war, invasion,

act of foreign enemies, rebe llion, revolution, insurrection or mil itary or usurped power, civil

war, riot commotion or disorder (unless restricted to the Contractor's employees), natural

calamities and contamination from any nuclear fuel or nuclear waste or radioactive toxic

explosive, or {b) a cause due solely to the design of the Works, other than the Contractor's

design.

12. Contractor's Risks

12.1 All risks of loss or damage to physical property and of personal injury and death which

arise during and in consequence of the performance of th e Contract other than the excepted

risks, referred to in clause 11.1, are the responsib ility of the Contractor.

13. Insurance

13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the

Contractor, insurance cover from the Start Date to the date of completion, in the amounts and

deductibles stated in the Contract Data for the fol lowing events which are due to the

Contractor's risks.

a) loss of or damage to the Works, Plant and Materials;

b) loss of or damage to equipment;

c) loss of or damage to property {except the Works, Plant s, Materials and Equipment) in

connection with the Contract; and

d) Personal injury or death.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer's approva l before the completion date/ Start Date. All such

insurance provide for compensation to be payable in Indian Rupees to rectify the loss or

damage incu rred.

13.3 {a) The contractor at his cost shall also provide, in the joint names of the Employer ·and

the Contract or, insurance cover from the date of completion to the end of defect liabil)ty

period, in the amounts and deductibles stated in the Contract Data for t he follow ing events

which are due to the Contractor's risks.

{b) Personal injury or death.

13.4 Insurance policies and cert ificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer's approval before the completion date/Start date. All such

insurance shall be provide for co mpensation to be payable in Indian Rupees . . 13.5 Alterations to the terms of insurance shall not be made without the approval of the

Engineer.

13.6 Both parties shal l comply with any cond itions of the insurance policies.

\ L

Page 43: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

43

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, may rely on any Site Investigation Reports refe rred

to in the Contract Data, supplemented by any other information available to him, before

submitting the bid.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contract to Construct the Works

16.1 The Contractor shall construct, and install and maintain the Works in accordance with

the Specifications and Drawings.

16.2 The Contractor shall construct t he works with intermediate technology, i.e., by manual

means with medium input of machinery required to ensure the quality of works ae per

specifications. The contractor shall deploy the equipment and machinery a given in Contract

Data.

17. The Works to be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall

carry out the Works in accordance with the Programme submitted by the Contractor, as

updated with the approval of the Engineer, and complete them by the Intended Completion

Date.

18. Approval by the Engineer

18.1 The contractor shall submit Specifications and Drawings showing the proposed

Temporary Works to the Engineer, who is to approve them.

18.2 The contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approva l shall not alter the Contractor's respons ibility for design the

Temporary works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary

Works,. where required .

18.5 All Drawings prepared by t he Contractor for the execut ion of the temporary or

permanent Works, are subject to prior approval by the Engineer before t hei r use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest br of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall not ify the Engineer of such discoveries and car ry out the Engineer's instructions for dealing with th em.

21. Possession of the Site

21.1 The Employer sha ll handover complete or part possession of the site to the Contractor 7 days in advance of canst.ruction programme. At the start of the work, t he employer shall handover the possession of at~least 75% of the site.

Page 44: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

44

22. Access to the Site 22.1 The Contractor shall allow access to the Site and to any place where work in connection with the Contract is being carried out, or is intended to be carried out to the engineer and any

person/persons/agency authorized by: a. The Engineer b. Th e Employer

23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the

applicable laws where the Site is located.

24. Dispute Redressal System 24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or arising out of this Contract or the execution of Works or maintenance of the Works there under, whether before its commencement or during the progress of Works or after the termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred for settlement to the competent authority, described along with their powers in the Contract Data, above the risk of the Engineer, The competent authority shall with in a period of a forty­five days after being requested in writing by the Contractor to do so, convey his decision to the Contractor. Such decision in respect of every matter so referred shall, subject to review as hereinafter provided, be final and binding upon the Contractor. In case the Works if already in progress, the Contractor shall proceed with the execution of the Works, including maintenance thereof, pending receipt of the decision of the competent authority as aforesaid, with all due

diligence. 24.2 Either party will have the right of. appeal, against the decision of the competent authority, to the arbitration if the amount appealed exceeds rupees one lakh.

25. Procedure for Resolution of Disputes 25.1 The Competent Authority mentioned in clause 24.l shall give a decision in writing within

45 days of receipt of a notification of a dispute. 25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28 days of the Competent Authority's written decision Arbitration shall be under the Arbitration and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28

days, the Competent Authority' s decision will be final and binding. 25.3 The Arbitration sha ll be conducted in accordance with the followi ng procedure, in case Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who

has bid under ICB:-a) In case of a decision of the Competent Authority in a dispute or difference arising

between the Employer and a Contractor relating to any matter out of or connected with this Agreement, the matter will be referred to an Arbitral Tribuna l. The Arbitral Tribunal shall consist of three Arbitrators, one each to be appointed by the Em p~oyer and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by t he parties and shall act as presiding Arbitrator. In case of failure of the two Arbitrators · appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the Arbitrator appointed subsequently, the Arbitrator shall be appointed by the Chairman of the Executive Comm ittee of the

Indian Roads Congress.

Page 45: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

45

b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then th e Chairman of the Executive Committee of the Indian Roads Congress shall appoint the arbitrator.

A certified copy of the order of the Chairman of the Executive Committee of the Indian Roads Congress, making such an appointment shall be furnished to each of the

parties. c) The decision of the majority of arbitrators shall be final and binding upon both

parties. The cost and expenses of Arbitrati.on proceedings will be paid as determined by the Arbitra l Tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself .

25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore and below, disputes and differences in wh ich an Adjudicator has given a decision shall be referred to a sole Arbitrator . The sole Arbitrator would · be appointed by the agreement between the parties; failing such agreement within 15 days of the reference to arbitration, by the appointing authority, namely the Chairman of the Executive Committee of the Indian Road Congress. 25.5 Arbitration proceedings shall be held at_Lucknow(U.P.), India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. 25.6 Performance under the contract sha ll continue even after references to the arbitrat ion and payments due to the contractor by the Employer shall not be withheld, unless they are the subject matter of the arbitration proceedings. 25.7 If any dispute arises between parties to the Contractor it shall be under the jurisdiction of Civi l Court at Lucknow.· B. TIME CONTROL

26. Programme 26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for approval a Programme showing the general methods, arrangements, order and timing for all the activities in the Works, along with monthly cash flow forecasts for the constr!,,lction of works.

26.2 The Contractor shall submit the list of equipment and machinery being brought to Site, the list of key personal being deployed, the list of machinery/equipments being placed in field laboratory and the location of field laboratory along with the programme. The Engineer sha ll cause these details to be verified at each approRriate stage of the programme. 26.3 An update of the Programme shall be a programme showing the actual progr.ess

~

achieved on each activity and the effect of the progress ach ieved on the timing of the remaining Works, including any changes of the sequence of the activities. 26.4 The Contractor shall submit to the Engineer for approval an update programme at intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor does not submit an updated programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to

Page 46: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

46

withhold this amount until the next payment after the date on which the overdue programme has been submitted. 26.5 The Engineer's approval of the programme shall not alter the Contractor's obligations. The contractor may revise the programme and submit it to the engineer again at any time. A revised programme shall show the effect of variations and compensation events.

27. Extension of the intended completion date; 27.1 The Engineer shall extend the intended completion date if a compensation event occurs or a variation is issued which makes it impossible for completion to the achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Works, which would cause the Contractor to incur additional cost . 27.2 The Engineer shall decide whether and by how much time to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a compensation event or variations and submitting full supporting information . If the Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be considered in accessing the new Intended Completion Date.

28. Delays Ordered by the Engineer 28.1 The Superintending Engineer may instruct the Contractor to delay the Start or progress of any activity within the Works. Delay/delays totaling more than 30 days will require prior written approval of the Employer.

29. Management Meetings 29.1 The Engineer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans for th e Works. 29.2 The Engineer shall record the business of management meetings and provide copies of the record to those attend ing the. meeting. The responsibility of the parties for actions to be taken shall by the Engineer either at the management meeting or after the management meeting and stated in writing to all those who attended the meeting. C. Quality Control

30. Identifying Defects 30.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect. 31. Tests 31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall establish field laboratory at the location decided by the Engineer. The field laboratory will have minimum equipments as specified in the Contract Data. The contractor shall be solely responsible for :

a. Carrying out mandatory tests prescribed in the Specifications, and b. For the corrections of the test~ results, whether performed in his laboratory or

elsewhere. 31.2 If the Engineer instructs the Contractor to carry out a test not specified in the Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples.

=~L ' 'w l t.f ~l ,' I : I

~C.li:IT ~f I •. j

Page 47: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

47

32. Correction of Defects noticed during the Defect liability Period for one year. 32.1 The Engineer shall give notice to the Contractor of any Defects before the end of t he Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall be extended for as long as Defects remain to be corrected . 32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified Defect/Defects within the duration of time specified by the Engineer's notice. 32.3 The RFI system wi ll be followed for execution of work. 33. Uncorrected Defects 33.1 If the Contractor has not cor rected a Defect pertain ing to the Defect Liability Period under clause 32.1 and of t hese conditions of Contract, to the satisfact ion of the Engineer, w ithin all time specified in the Engineer's notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor wi ll pay this amount, on correction of the Defect. D. Cost Control 34. Bill of Quantities 34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning, maintaining works, and lump sum figure~ for yearly routine maintenance for each of the five years separate ly to be done by the Contractor. 34.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the bill of quantiti es for each item for the construction of roads. The payment to the Contractor .is performance based for routine maintenance of roads. 35. Variations 35.1 The Engineer shal l, having regard to t he scope of the Works and the sanct ioned estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of t he Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account.

36. Payments for Variations 36.1 If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out such work at the same rate. This shall apply for vari ation only up to the limit prescribed in the contract data . If the variation exceeds this limit, the rates shall be derived under the provision of clause- 36.3 for quantities (h igher or lower) exceeding the deviation limit. 36.2 If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities. 36.3 If the rate for Variat ion item cannot be determined in t he manner specified in Clause 36.1 or 36.2, the Contractor shall, within 14 days of the issue of order of va riation work, inform the Engineer the rate w hich he proposes to claim, supported by analysis of t he rates. The Engineer shall assess the quotation and determine the rate based on prevail ing market rates within one month of the submission of the claim by th~ Contractor. As far as possible, the rate analysis shall be based on th e standard data book and the current schedule of the rates of the district public work division. The decision of the Engineer on the rate so determined shall be fina l and binding on the Contractor. 37. Cash Flow Statements 37.1 When the Programme is updated, the Contractor shall provide the Engineer with and updated cash flow forecast.

Page 48: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

48

38. Payment of Certificates 38.1 The payment to the Contractor wi ll be as fo llows for const ruction work:

a. The Contractor sha ll submit to the Engineer fortnightly/monthly statements of the

value of the work executed less the accumulative amount certified previously supported w ith detailed measurement of the items of works executed in

measurement books authorized by U.P. P.W.D. b. The Engineer sha ll check the Contractors fortnightly/month ly statements within 14

days and certify th e amount to be paid to the Contractor.

c. The va lue of work executed shall be determined, based on measurements by the Engineer.

d. The Value of work executed shall comprise the va lue of t he quantities of the items in the Bill of Quantities completed .

e. The Value of work executed shall also include the va luation of variat ions and .

compensation events.

f . The Engineer may exclude any item certified in the previous certificate or reduce th e proportion of any item previously certified in any cert ificate in t he light of later information.

g. The Payment of final bill sha ll be governed by the provisions of clause 50 of G.C.C.

39. Payments 39.1 Payment shall be adjust ed for deductions for advance paym ents, security deposits, other

recoveri es in t erms of t he cont ract and taxes at source as appl icab le under t he law. The Engineer

shal l pay the Contractor the amounts he had certified within 15 days of the date of each certificate.

39.2 The Employer may appoint another authority, as specified in t he Contract Data (or any other competent person appointed by the Employer and notified t o the Contractor) to make

payment certified by the Engineer.

39.3 Items of the work fo r which no rate or pri ce has been entered in t he Bi ll of Quantit ies,

will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

40. Compensation Events

40.1 The following shall be compensation events unless they are caused by the Contractors; a. The Engineer orders a delay or delays exceeding a tota l of 30 days. b. Th~ effects on t he Contractor of any of the Employers risks.

40.2 If a compensation event wou ld prevent the works being completed before t he intended

completion date, t he Intended Completion Date shall be extended. The Engineer shall decide w hether and by how much t he Intended Completion Date shall be extended .

41. Tax

41.1 The rates coat ed by the Contractor shal l be deemed to be inclusive of al l sa les and other levies, duties, royalties, cess, toll, taxes of eentral and State Government, lo'ca l bodies· and

authorities that the contractor will have to pay for the performance of t his Contract. The

Employer will perform such duties in regard to the· deductions of such t axes at source as per applicable law. 42. Currencies

All payment will be made in Indian Rupees.

Page 49: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

49

43. Security Deposit/Retention and Release of Performance Security and Security Deposit/Retention

43.1 The Employer shall retain security deposit of 5% of the amount from each payment due to the Contractor unti l completion of the whole of the construction work. No security deposit/ retention shall be retained from the payments for the routine maintenance of works. 43.2 On the completion of the whole of the construction work half the total amount retained are security deposit is repaid to the contractor and half when the Defect Liability Period has passed and the Engineer has certified that all the Defects notified by t he Engineer to the Contractor before the end of this period have been corrected. 43.3 The additional performance security for unbalanced bid as detailed in clause 51 of conditions of Contract is repaid to the Contractor wh~n the construction work is complete. 43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions of Contract is repaid to the Contractor when the period of one years fixed or defect liability period is over and the Engineer has certified that the Contractor has satisfactorily carried out the works. 43.5 If the Contractor so desires then the security deposit can be converted into any interest bearing security of schedule, commercial Bank in the name of the Employer or National Savings certificate duly pledged in favour of Employer for Defect Liability Period.

44. Liquidated Damages

44.1 The Contractor shall pay liquidated damages to the Employer at the rate per week or part theirof stated in the Contract Data for the period that the completion date is later than the Intended Completion Date. Liquidated damages at the same rate shal l be withheld if the Contractor fails to achieve t he milestones prescribed in the Contract Data, however in case the Contractor achieves the next milestone the amount of the liquidated damages already withheld

shall be restored to the Contractor by adjustment in the next payment certificate. The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor, payment of liquidated damages shall not affect the Contractor's other liabilities. 44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting the next payment certificate.

45. Advance Payment

45.1 The Employer will make the following advance payment to the cont racto r against provision by the Contractor of an Unconditional Bank Guarantee in a fo rm and by a Commercial bank acceptable to the Employer in amounts equal to the advance payment: Mobilization advance up to 5 percent of the contracJ price with interest rate @10% P.A. wi ll be charged.

The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

~- ........ L \-Ct,µ 'w1 I· 1 • ; ,

;rc.;q7 ~s:4 r

Page 50: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

50

45.2 The Contractor is to use the advance payment only to pay for Equipment, plant and mobilization expenses required specifically for execution of works. The contractor shal l demonstrate the advance payment as been used in this way by supplying copies of invoices or other documents to the Engineer. 45.3 The advance payment shall be repaid by deducting proportionate amounts otherwise due to the Contractor for the construction work, fo llowing the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing valuation of work done. Variations. Price adjustments, Compensation events or liquidated damages.

46. Security

46.1 The Performance Security equal t o five percent of the contract price and additiona l security for unbalanced bids sha ll be provided to the Employer no later than the date specified in the letter of Acceptance and sha ll be issued in the form given in the Contract Data and by a Schedule Commercial Bank. The Performance Security shall be va lid until a date 45 days from the date of expiry of Defect Liability Period and the additional security for unbalanced bids shall be va lid until a date 45 days from t he date of issue of the certificate of completion.

47. Cost of Repairs

47.1 Loss or Damage to the works or Materia ls to be incorporated in the Works between the Start Date and the end of the Defects Corrections Periods shall be remedied by the Contractor at his cost if the loss or damage arises from the Contractor's acts or .omissions. E. Finishing the Contract 48. Completion of Construction and Maintenance 48.1 The Contractor shall request the Engineer to issue a certificate of Completion of the construction of the works, and the Engineer wi ll do so upon deciding that the work is completed. 49. Taking Over

49.1 The Employer shall take over the works within 7 days of the Engineer issu ing a certif icate of Completion of Works. 50. Final Account

50.1 The contractor shall supply the Engineer with a detailed account of the total amount that the contractor considers payable for works under the contract within 21 days of issue of certificate of completion of construction of work. The Engineer shall issue a Defect Liability Certificate and certify any payment that is due to the correct and complete. If the account is not correct and complete, the Engineer shall issue within 42 days a schedule that states t he scope of corrections or additions that are necessary. If the account is still unsatisfactory after it has been resubmitted, the Engineer sha ll decide on the amount payable to the contractor and issue a payment certificate within 28 days of receiving the Contractor's revised account. The payment of final bill for construction of works will be made within 14 days thereafter. 51. Operating and Maintenance Manuals

51.1 If "as bui lt" Drawings and/or operatin'g and maintenance manua ls are requi red, the Contractor shall supply them by the dates stated in the Contract Data. 51.2 If the Cont ractor does not supply the Drawings and/or manuals. by the dates stated in the Contract Data, or they do not receive the Engin eer's approva l, the Engineer shal l withhold the amount stated in the Contract Data from payments due to the Contractor. 52. Termination

Page 51: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

51

52.1 The Employer may terminate the Contract if the Contractor causes a fundamenta l breach

of the Contract. 52.2 Fundamental breaches of Contract shall include, but shall not be limited to, the fo llowing:

c) the contractor stops work for 28 days when no stoppage of work is shown on the current Programme and the stoppage has not been authorized by the Engineer;

d) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation;

e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determ ined by the Engineer;

f) the Contractor does not maintain a Security, which is required; · g) the Contractor has delayed the completion of the Works by the number of days fo r

which the maximum amount of liquidated damages can be paid, as defined in clause

44.1; h) the Contractor fails to provide insurance cover as required under clause 13; i) if the Contractor, in the judgement of th e Employer has engaged in the corrupt and

fraudu lent practice in competing for or in executing the Contract . For the purpose of this clause, "corrupt practice" means the offering, giving, receiving, o r soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execut ion. "Fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid su bmission) designed to establish bid process at arti ficia l non competitive levels and to deprive the Employer of the benefits of free and open

competition . j) If the Contractor has not completed at least Thirty percent of the value of

const ruction works required to be completed after half of the completion period has

elapsed. k) If the contractor fails to setup a field laboratory with the prescribed equipment s,

within the period specified in the contract data and I) Any other fundamental breaches as specified in the contract data m) If the contractor fa ils to deploy mach inery and equipments or personal as specified in

the con tract data at the appropriate time. 52.3 Notwithstanding the above, the Employer may terminate t he Cont ract for convenience. 52.4 If the Contract is termi nated, the Contractor shall stop the work immediate ly, make the Site safe and secure, and leave the site as soon as reasonably possible. 53. Payment upon Termination 53 .1 If the Cont ract is terminated because of a fundamental breach of cont ract by the Contractor, the Engineer shall issue a certificate for the va lue of the work done and mat eria ls

ordered less liquidated damages, if any les•s advance payments recei ved up to the date of issu e of the certificate and less the percentage to apply the va lue of work not completed, as indicated in the Contract Data, Subject to in maximum of total security amount (Liquidated damage and percentage of in-completed work) If the total amount due to th e Employer exceeds any payment due to the Contractor, the difference shall be recovered from the security deposit, and performance security. If any amount is st il l left un-recovered it wil l be

debit payable to the Employer.

~h }J'e"J(;fl' x:.k

Page 52: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

52

53.2 If the contract is terminated at the Employer's convenience, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repat riation of the Contractor's personal employed solely on the Works, t he Contractor's cost of protecting and securing the works and less advance payments received up to the date of the Certificate, less other recoveries due in terms of contract, and less taxes due to be deducted at

source as per applicable law.

54. Property 54.1 All Materials on the Site, Plant, Equipment, Temporary works, and works shall be deemed to be the property of the Employer for use for completing balance construct ion work if the contract is terminated because of the Contractor's default, till the works is completed after which it will be transferred to the contractor and credit, if any, given for its use.

55. Releases from Performance 55.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely outside the control of the Employer or the Contractor, the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

F. Other Conditions of Contract

56. Labour 56.1 The Contractor sha ll, unless otherwise provided in the contract make his on arrangement for the engagement of all staff and labour, local and others, and for their payment, housing, feeding and transport. 56.2 The contractor sha ll if required by the Engineer's, deliver to the Engineer a ret urn in detail in such form and at such interval as the Engineer may prescribe, showing the staff and the members of the several classes of labour from time to time employed by the contractor on the site and such other information as the Engineer may require.

57. Compliance with Labour Regulations 57.1 During continuation of the contract the contractor and his sub-contractors shall abide all t imes by all existing labour enactments and rules made the ir under, regulations, notifications and by laws of the State or Central Government or local authorities and any other labour law(rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Centra l Government or the local authority. Salient features of some of the major labou r laws that are applicable to construction industry are given in appendix to part 1st general conditions of contract. Th e Contractor shall keep the employer indemnified in case any action is taken against the employer by the competent authority on account of contravention of any of the provisions of any act or rules made their under, regulations or notificatio~ including amendments. If the Employer is c~used to pay or reimburse, such amount as may be necessary to cause or observe, or non­observance of the provisions stipulated in the notification/bye laws/acts/rules/regulations including amendments, if any, on the part of contract, the Engineer/Employer shall have t he right to deduct any money due to the contractor including his amount of performance security . The Employer/Engineer sha ll also have right to recover from the contractor's any sum

Page 53: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

53

required ~r estimated to be required for making good the loss or damage suffered by the Employer.

Th e Employees of the Contractor and the sub-contractor in no case shall be treated as the employs of the Employer at any point of t ime.

58. Drawings and Photographs of the Works 58.1 The contractor shall do photography/video photograp hy of t he Site firstly before t he start of work, secondly mid-way in the execution of different stages of work and lastly after the completion of the work. No separate payment will be made to the cont ractor fo r this. 58.2 · The contractor shal l not disclose details of drawing furnished to him and works on which he is engaged w ithout the prior approval of the Engineer's in writing. No photograph of the work or any part thereof or Plant employed thereon, except t hose perm itted under clause 58.1 shall be taken or permitted by t he contractor to be taken by any of his employees or any employees of his sub-contractors without the prior approval of the Engineer1s in writi ng. No photographs/vid eo phot ographs shall be publ ished or otherwise circulated without the approval of t he Engineer's in writing. 59. The Apprentice Act 1961 59.1 The contractor .shall duly comply with the provisions of the Apprenti ces Act 1961 (Ill of 1961), the ru les made their under and the orders that may be issued from time to t ime under the sa id act and t he said rules and on its failure or neglect to do so he shall be subject to all liabi lities and penalties provided by the said act and sa id ru les. 60. Crimina ls are Prohibited from Bidding

60.1 Any bidders having criminal records is not allowed to pa rticipate in the bidding process. Any person who is having criminal case against him or invo lve in the organised crime or gangster activities or mafia or goonda or anti social activity are strictly prohibited to pa rt icipate in the bidding process. If it is stabi lized that any bidder has criminal record, his bid shall be automatically cance lled.

60.2 The Bidder has to reduce character certificate, so lvency certificate, se lf decoration affidavit (on the prescribed performer which is attached with the bid document) etc, issued by the competent authority in original bid document.

61. Any Bidder who is an advocate and Registered with any State Bar Council shall not be allowed to participate in the bidding. If it is stabi li zed that contractor is registered wit h the State Bar Council, his bid shall be automatically cancelled.

62. Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer before stand ing of work and submit No Objection Certificate from Chief Fire Officer after completion of work.

63. Contractor sha ll obtain No Objection Certificate from Director Electrica l Safety before energisation of the building.

64. Contractor shall establish and maintain a site office under his authorized representative/

Tech nical staff. All relevant documents sha ll be kept in the site office. 65. Contractor shall make his own arrangement for light (Electricity) and water supply during

course of construct ion.

Signature of Contractor Project Manager

.................. ..... ............. ..... .... Unit,

District ....... .. ............................. .

L ·~;,.,,J·-r:· (..~'~-(~ ·~· : .. ; _,[ x;.; .(,i

Page 54: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

54

SPECIFICATIONS

Page 55: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

55

Specifications

All works sha ll be carr ied out as per detai led U.P.P.W.D. and C.P.W.D. specifications, schedu le of finishes as annexed, unless ot herwise specified and as per directions of Engineer-in-charge.

Project Manager

... ... ............ ..................... ... ... Unit,

Dist rict ... .. ............ ... ... ....... ...... . ..

Page 56: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

56

Construction of 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur De hat

List of Preferred Makes for Civil, Furnishing & Electrical Works

S.N . Name of Materials Preferred Makes

1 Ordinary Portland I Portland ACC, Ultratech, Gujara t Ambuja, Vikram, Birla & JK Cement.

Pozzolona Cement (Grey) - 43 Grade JP Rewa & Shree

2 RMC Ultratech, L&T, ACC or any other approved by UPRNN Ltd.

3 White Cement Birla White/ J. K. White

4 Reinforcement Steel SAIL, TISCO & RINL

5 Veneered Particle Board Novapan, Kitply & Green ply

6 Laminated Particle Board Sunmica, Century, Greenply, Novapan & Kitply

7 Flush Door Shutters Kitply Industries, Century & Greenlam

8 Pressed Steel Frames San Harvie, Stee lman Industries, Meta l Shape, G.I. Industry, Meta l

Windows, Chandni Indust r ies, Ga npati Udyog & Thir lingston

9 Water Proofing Compound Fosroc, Cico, Pidilite. lmpermo by M/s Snowcem & Sika

10 PVC Pipe & Fittings Supreme, Finolex, Prince & Ast ral

11 Acrylic Distemper I Plastic Paint I ICI, Asian Paints, Nerolac & Berger Paints 080

12 Synthetic Enamel Paint ICI, Asian Paints, Nerolac & Berger Paints

13 Steel Primer ICI, Asian Paints, Nerolac & Berge r Pa in ts

14 Wood Primer ICI, Asian Paints, Nerolac & Berger Paints

15 Mosaic Glass Tiles Coral, Mridul, Ita lia & Bizaza

16 Dash I Anchoring Fasteners HILTI / Fischer

17 Nuts I Bolts & Screws GKW & Atul

18 Stainless Steel Sink (Out of Salem Diamond, Nirali, Neelkant & Jayna

Steel only)

19 Float Valve Viki~ & Prayag.

20 Admixtures Fosroc, Sika & Faircrete

21 Vitreous China Sa nitary Ware Parryware, Hindware & Cera

22 Plastic Seat Cover of W.C. (ISi Mark Commander, Hindware, Admira l, Parryware & Cera only)

~~ tr",.,.,.,,,. \Jr· , . , ,· t~v-J ·H t.

Page 57: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

57

23 CP Fittings/ Mixer Pi llar taps JAGUAR

Washers

24 CP Accessories JAGUAR

25 Centrifuga lly Cast (Spun) Iron Pipes NECO, or any other B.I.S marked Product & Fittings

26 Centrifuga lly Cast (Spun) Iron Pipes Electro Steel, Kesoram & Jindal.

(Class LA)

27 G.I. Pipes Jindal (Hissar) & Tata

28 G.I. Fi t tings Unik & UU

29 Gun meta·, Va lves Leader, Zoloto & Sant

30 Stone Ware Pipes & Gully Traps Prefect, Hind, Crystal or ISi marked S.W.Pipes.

31 Mirror Glass Atu l, Modi Guard, Saint Gobain & AIS

32 Grouting Compound Balandura & Latticrete

33 Aluminium Sections Hindalco, Jindal

34 Aluminium Fittings Ebco, Dorma, Ozone, Classic & Everite

35 Hydraulic Door Closer Dorset, Derma, Ozone, Hardwyn & Everite

36 Floor Springs Ebco, Oorma, Ozone

37 Exterior Paint Asian, Nerolac, Berger & Snowcem India

38 Frict ion Hinges Zipco, AKS, Dorma & Earl Bihari

39 Reflect ive Sun Control Film Garware

40 6 mm I 12 mm thick Ply Century, Dura & Green

41 Telescopic Drawer Channel Earl Bihari & Hettich

42 Ceramic Glazed Ti les (Matt Finish) Nitco, Johnson, Naveen, Orient , Asian & Kaja ria

43 Glazed Vitrified Til es Rectified (Pure Nitco, Johnson, Naveen, Orient & Asian, Matt Finish)

44 Glazed Vitrified Tiles Rectified (Satin Nitco, Johnson, Naveen, Orient & Asian, Finish)

45 Glass includ ing high performance Saint Gobain, Modi Guard & AIS

thermal glass

46 Brass Locks Dorset, Crust, Kich & Godrej

47 12 mm Particle Board Novapan, Kitply, greenply,Euro

48 19 mm Block Board Century, Green Ply & Arch id

49 Po ly Carbonate Sheet GE

50 Acoustical Wa ll Paneling Armstrong I Anutone

51 Silicon Sealant Dow Coming, GE & 3M

52 Glass Wool Twiga, Rockwoo l

53 Stainless St eel Hand Rail System Dorset, Crust, Kich, Derma & Ozone

44 Stainless Steel Pull Handle Dorset, Crust, Kich, Dorma & Ozone .

~l r

{·e.it1i ~1· I ,•'

~c;l;'T 3( •· ,

Page 58: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

58

54 Wall Putty Birla Care & JK White

55 Ce ra mic Wall Tiles for Dedo Nitco, Johnson, Naveen, Orient, Asian & Kajaria

56 W.C., EWC, Wash Basin, Urinal & Hindware, Parryware & Jaguar Urinal Divition Plates

57 Health Shower, Taps, Jet Spray Jaguar, Moen & Marc

58 Hand Drier cum Paper Dispenser Uronics & Jaguar Unit

Page 59: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

·, 1 •• •

ABSTRACT OF COST Name of Work : Construction of 100 beded Women Hospital at Kanpur dehat

· (G+3) at salt piter ground SI. No. ITEM Unit Qty. Rate

1 3 4 Earth work in excavation in foundation in ordinary soil (loam clay or sand) including lift up to 1.50 mtr and lead up to 30 mtr. And including filling watering and ramming of excaled earth in to space between the- building and sides of the

1 foundation trenches or in to plinth and removal and disposal

Cum 1674.57 80.75 of surplus earth as directed by Engineer-in-charge up to a distance of 30mtr- from the foundation trenches including all T&P phawarah and basket etc complete

Filling available of excavated earth (excluding rock) in trenches, plinth, sides of foundations etc in layers not

2 exceeding 20 cm in depth consolidating each deposit layer by ramming and watering, lead upto 50m and lift upto1.5m

Cum 3643.45 57.00

Providing and laying cement concrete in 1 :4 :8 with 40 mm graded stone ballast approved coarse sand and cement

3 curiing complete including of cost of form. work in fou:1da:ion and floors-completion of the work as per direction of the Ell

Cum 223.46 4845.00

Class M150 Brick work in 1:6 with cement and fine sand in

4 FM 1.25 mortar in foundation and plinth including supply of all material, labour, T&P etc required for proper completion of the Cum 256.10 4250.92

work as per direction of Ell

Class M150 Brick work in super structure with 1:6 with cement and fine sand mortar (FM not less than 1.25 including necessary cutting and moulding of bricks required and also

5 including honey comb brick work thickness of wall for one cum 675.69 4495.59 brick wall. The Cost including all materials, labour, T&P and scaffolding etc complete

Class 150 brick work in super structure in half brick wall with

6 1 :4 cement coarse sand mortar including necessary cutting and moulding. The cost of including all material, labour, T&P cum 671.69 4655.81

and scafolding etc, complete

Providing and laying in position machine batched and machine mixed design mix of M25 grade cement concrete for reinforced cement concrete v,ork using cement content as per approved design mix including pumping of concrete to site of laying but excluding the cost of centering, shuttering, fini~hing and reinforcement. including Admixtures in recommended

7 proportions as per IS 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-Charge

Note : cement content considered in this item is @ 330 kg/c\1m excess / less cement used as per design mix is payab or recoverable separately)

All works up to plinth level cum 425.00 5750.25 All woks above plinth level up to Floor V level cum 1873.97 6366.38 Supplying and filling in plinth with local sand unders

8 including, watering, ramming consolidating and dressing Cum 834.34 760.00 complete Pa ~e 1 of 9

Page 60: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

.·.,-· .:,

SI. No. ITEM Unit Qty. Rate Providing, and injecting chemical emulsion for PRE • CONSTRUCTIONAL antitermite treatment and creating a chemical barrier under and around the column pits, wall trenches, basement excavation, top surface of plinth filling, junction of wall and floor, along the external perimeter of building, expansion joints, surrounding of pipes and conduits etc complete,(Plinth area of the building at Ground Floor only shall be measured as per IS 6313 ( part OJI) Aldrine emulsifisble concentrate or any other approved material such as chlorophyriphos or Heptrachlor or chlordance will be used, The rates of application of chemicals emulsion shall be as

9 follows : as per IS 6313 part Ill as amended from time to time and creating a continuos chemical barrier under and around sqm 1877.99 228.00

the column pits , wall trenches, basement excavation, top surface of plinth filing, junction of wall and floors along the external perimeter of building expansion joints, over the top surface of consolidated earth of which aproch is to be laid srroundtwo days of aroper curing applying a second coat of cement slurry using 2.75 kg I sqm of cement admixed with water p

Providing and laying damp proof course 40 mm thick with

10 cement concrete 1 :2:4 (1 cement .: 2 coarse sand : 4 Graded stone agregate 12:5mm nominal size)

Sqm 100.89 209.57

Extra for Providing and mixing water proofing material in 11 cement concrete work in doses by weight of cement as per

manufaturer's specification Kg 25.83 42.14

Appying a coat of residual petrolium bitumin of grade of VG-10 of approved quality using 1.7 kg per square meter on on

12 damp proof coarse after ceaning the surface with brushes sqm 100.89 103.31 and finally with a piece of cloth lightly soaked in kerosine oil

Miled steel or iron in plain work such as reinforcemt concrete or reinforced brick (when not included over all rates) brought to requred shape as necessay and also including being for

13 proper completion of the work and including supply of all steel Qtl 3696.71 6460.00 and wastage & over lapping & hooks

Plaster

15mm thick plaster with cement mortar in proportion of 1 :6 14 cement & fine sand of not less than 1.25 FM for all floors in

side Sqm 5429.84 146.96

6mm thick plaster cement & fine sand in FM not less than 1.25, 1 :3 including chipping of RCC surface before ceiling

5967.83 124.78 15 plaster . The cost of including all materials, labour, T&P and sqm scaffolding etc, complete

Providing & Fixing vitrified tile flooring with 600x600 (R Series) Double charged matt finish (as the case may be) (premium quality) of approved colour & shade laid over 20 mm thick cement mortar 1 :4 (1 cement : 4 coarse sand) jointed and pointed in white cement mixed with colour to

16 match the colour & shade of the tiles, vitrified I rectified, the sqm 5176.91 1377.50 vitrified tile shall be 10mm thick and water aborption less than 0.4 %( 18010545/3) and confirming to IS 15622 with braking sterngth of min 2300N and bulk density Gm/ cm3 of 2.32

- - -~\,,~V I I V

Page 61: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No.

17

18

19

20

21

22

23

ITEM Providing and Fixing Isl quality ceramic glazed wall confirming to IS 15622 (thickness to be specified by the manufacture) of approved make, in all colour, shades except burgundy, bottle green, black of any size as approved by engineer-in-charge, in skirting, risers of step and dado, over 12 mm thick bed of cement mortar 1 :3 (1 cement :3 coarse sand) and jointing with grey cement slurry @ 3.3 kg I sqm including pointing in vmite cement mixed with pigment of matching shade complete

Providing and laying ceramic gazed floor tiles of size 300x300 mm (Thickness to be specified by the manufacturer) of first quality conforming to IS : 15622 of approved make and colours such white, ivory, grey, fume.red brown, laid on 20 mm thick cement mortar 1 : 4 (1 Cement : 4 Coarse Sand) including pointing the joints with white cement and matching pigment etc complete.

Granite stone slab 18 mm thick mirror polished quarter rounded v~th anti skid lines in treads of stair case full length over 20 mm(average) thick base laid over and jointed with cement slurry mixed with pigment to match the shade of slab including rubbing and polished complete with base of cement mortar 1 :4 (1 cement: 4 coarse sand)

Unit

sqm

sqm

Sqmt

Making edge moulding work granite stone including cutting polishing etc complete Rm

Painting or varnishing on iron work in small areas or new wood work with one coat of ready mixed priming paint & one coat of approved superior quality ready mixed paint of clear synthetic varnish including supply of all materials, labour and T&P etc required for proper completion of work, paint to be used should confirm to the I.S.I no 1031950

Same as item above for every coat after ist coat painted

Providing and laying integral cement based water proofing treatment including preparation of surface as requird for treatment of roofs, balconies, terraces etc consisting of following operations a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing compound confirming to IS.2645 and approved by Ebgineer­in-charge over the RCC slab including adjoining walls up to 300 mm hight including cleaning the surface before treatment, b) Laying brick bats with mortar using broken bricks I brick bats 25 mm to 115 mm size with 50 % of cement mortar 1 :5

sqm

sqm

(1 cement : 5 coarse sand) admixed with water proofing compound confirming to IS : 2645 and approved by Enginner· in-charge over 20 mm thick layer of cement mortar of mix 1 :5 sqm (1 cement :5 coarse sand) admixed with water proofing compound confirming to IS : 2645 and approved by Engineer· in-charge to required slope and treating sililaly the adjoining walls up to 300 mm hight including rounding of junction of walls and slab.c) After two days of aroper curing applying a second coat of cement slurry using 2.75 kg I sqm of cement admixed with water proofing compound confirming to IS : 2645 and approved by Engineer-in-charges, d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1 :4 ( cement :4 coarse sand) admixed with water proofing compound confirming to IS : 2645 and approved bv Enainer-" _ _ _

Qty. Rate

5080.05 753.92

325.65 780.99

99.36 3581.21

451.53 200.12

203.98 51.30

203.98 24.70

2234.17 838.47

Page 62: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

>

SI. No. ITEM Unit Qty. Rate

24 Supply and Filling of Cinder for sunken portion of toilets and

60.78 950.00 kitchen as per direction of Engineer-in-charge

cum

Providing and fixing on wall face 150 mm dia unplasticised rigid PVC rain water pipe conforming to IS : 13592 Type A jointing with seal ring conforming to IS : 5382 leaving 10 mm

25 gap for thermal expansion, single socket pipes complete with cost of Bends, TEE, shoes clamps etc complete

Rm 200.80 380.00

including making good the walls

Stainless steel railing made with 304 grade stain less steel as per design for stair case, balcony, ramp etc of required pattern in all complete including cutting, bending, welding

26 and grinding, and fixing at site including making holes Kg 7500.75 580.55

complete including cost of dash fastners

Making plinth protection 50 mm thick of cement concrete 1 :3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75 mm bed of dry brick ballast 40

27 mm nominal size well rammed and consolidated and grouted sqm 251.26 360.00

with fine sand including finishing the top smooth.

28 Providing and fixing in position copper plate as per design for

kg 468.00 308.46 expansion joint

29 Providing and fixing in position blown bitumen in expansion

14.04 505.45 joint

sqcm

Providing and fixing in position 12mm thick bitumen

30 impreganated fibre board conforming to IS : 1838 including cost of primer and sealing compound in expansion joints sqm 37.98 414.48

complete work .

Providing and fixing Aluminium sheet 150 mm wide and 3.15 mm thickess covering over expansion joints with iron screws

31 as per design to match the colour I shade of wall treatment or Rm 72.00 307.89

floor

40 mm thick plain cement floor with cement , approved coarse

32 sand & 2.00 cm graded approved stone laid in panel finished

739.05 300.96 with 3 mm floating coat of neat cement & marble dust in 5:1 sqm

as specified

Providing and fixing 3.5 mm thick thermocole on sides of RCC

33 of water tank including cost of all material complete sqm 31.89 190.00

34 Providing and fixing glass strips 35x4mm size in cement floor

Rm 862.23 20.90

Providing and fixing 7 .5mm Anodised Aluminium grill of

35 approved pattern (pab type) shade and edour with necessay sqm 194.40 3277.50 screw etc complete

36 Centering and shuttering including strutting, propping etc. and removal of form for :

(a) Foundations, footings, bases of columns, etc. for mass

604.43 177.08 concrete.

sqm

(b} Suspended floors, roofs, landings, balconies and access

6400.00 353.21 platform.

sqm

(C) Lintels, beams, plinth beams, girders, bressumers and cantilevers.

sqm 4579.91 294.31

(d) Columns, pillars, piers, Abutments, post and struts sqm 2853.46 401.85

Page 4 of 19

Page 63: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No. ITEM Supplying and fixing rolling shutter of approved make made • made of required size M.S. laths interlocked together through their entire length and jointed together at the ends by end locks, mounted on specially designed pipe shaft with brackets , side guides, and arrangement for inside and out side locking with push and pull operation complete including the cost of

37 providing and fixing necessary 27.5 cm long wire springs manufactured from hingh tensile steel wire of adequate strenghth confirming to IS : 4454-part 1 and M.S top cover of required thickness for shutters

80 x 1.25 M.S laths with 1.25 mm thickness top cover 38 Providing and Fixing ball bearing for rolling Shutters

Providing and fixing Aluminium work for doors windows, ventilaors and partitions with extruded built up standard tubeler section appropriate Z section and other section of approved mark conforming to IS : 733 & IS : 1285 fixing with dash fastners of required dia and size, including necessary filling up the gaps at junctions, ie at top, bottom and sides with required EPDM rubber I neoprane gasket etc , Aliminum section shall be smooth, rust free, straight, miterd and jointed

39 mechanically wherever required including cleat angle Aluminium snap beading for glazing I paneling, C.P brass/ stanless steel screws, all complete as per architectural drawings and direction of Engineers-in-charges (Glazing paneling and dash fastners will be paid separately)

(a) powder coated aluminium(minimum thickness of powder coating 5-micron) for fix portion

Powder coated aluminium( minimum thickness of powder coating 50- micron ) for shutter of door window and ventilators

(b) including providing and fixing hinges I pivots and making provisions of fixing of fittings wherever required including the cost of EPDM rubber I neoprane gasket required (fitting shall be paid separately)

For providing and fixing for wire mesh in window shutters of aluminium as per above item with anodidic coating windows, ventilators including and fixing hinges I pivots making

40 provision for fixing of fittings wherever required including the cost of PVC I Neoprane gasket required (fitting shall be paid sepately)

Supplying and fixing 12mm thick frameless toughened glass door shutter of approved brand and manufacture. including providing and fixing top & bottom pivot & spring type fixing

41 arrangement and making necessary holes etc for fixing required door fitting, all complete as per direction of engineer-in-charges ( door handle • lock and stopper etc to be paid separately )

Unit

sqm

no

kg

kg

sqm

sqm

Page 5 of 19

Qty. Rate

24.48 1941.94 8.00 414.63

6916.83 354.35

1129.52 406.22

233.22 1189.64

185.16 4458.06

Page 64: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

..... .. · >

SI. No. ITEM Unit Qty. Rate

Providing and fixing ISi marked flush door shutters 30 mm thick conforming to IS 2202 (part 1 ), non decorative type , core of block board construction with frame of 1st class hardwood and well matched commercial 3 ply veeneering with vertical grains or cross bands and face veneering on both faces of shutter complete with 1 mm thick laminate of desired

434.96 2695.10 43 shape and brand on both sides of shutter, machine pressed sqm

including cost of all fittings as prescribed by the architect , including second class teak wood lipping around the shutter 25 mm thick duly polished complete.

Extra for providing Vision Panel not exceeding 0.1 sqm in all

45 type of flush doors (Cost of Glass Excluded) over all of shutter sqm 34.69 126.87 to be measured)

Providing and Fixing glazing in aluminium door, window, ventilator shuuters and partetion etc with EPDM rubber I neoprene gasket etc. Complete as per the architectural

46 drawing and the direction of engineer-in-charges (Cost of aluminium snap beading shall be paid in basic item)

With float glass of 4.00 mm thickness sqm

With high thermal efficincy flot glass of 5.5 mm sqm 935.34 958.00

With float glass of 12mm ( Toughened glass ) sqm

Door window hiardware-aechitectural drawing No. MCH/ AU1012, 13, 14/RO di 12.01 .13 shall essential part of boq

Providing and Fixing butt hinges door shutter , size 125 mm

47 high, sheet thick ness=3mm, made of anodized aluminium in matt black refer drawing no 1206/AL/1028/P1 dt 17 .1 1.12 Nos 724.00 94.67

providing and Fixing Mortise handle with double door

48 attachment one side Knob 1, one side key cylender (in sets) Nos 40.00 4370.00

49 providing and Fixing Mortise handle with one side Knob 1 ,

Nos 98.00 3182.50 one side key cylender ( in sets )

50 providing and Fixing Mortise handle with out out cylender

Nos 13.00 2470.00

51 Pull Handles Nos 80.00 2280.00

52 Door closers heavy duty Nos 131.00 972.84

53 door stoppers Nos 131.00 76.19

54 Tower Bolts DSR 9.97.5 Nos 122.00 47.36

55 Bottom Patch Nos 4.00 237.50

56 Top Patch Nos 4.00 237.50

57 Floor Spring Nos 18.00 1919.05

58 Push Plate Nos 16.00 1900.00

59 Friction Stays Nos 395.00 64.98

60 Window Handles 100mm Nos 395.00 59.66

61 Tower Bolt For windows Nos 152.00 59.61

62 Pull Handles in windows Nos 76.00 95.00

63 Butt hinges 75 mm size for windows Nos 152.00 74.81

Providing and Laying rubber 65 mm interlocking rubberised

64 concrete tile with base of 100 mm thick dry stone ballat etc Nos 1800.00 573.70 complete

65 Construction of 100 KL capicity under ground sump as per

Lit 1.00 1111785.0D drawing and design and as per direction of Ell

Page 6 of 19

Page 65: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No.

66

ITEM Construction of Deep tube well 300/200 mm dia 1 OOOLPM subnersible pumps with chloronation plant etc complete A. Transportation of rig machine its errection and dismentling complete B. Water .supply include C. drilling 200mm dia bore hole from GL to 200 mtr. D Reaming of 200 mm dla pilot bore to 675 mm dia bore from GL to 100 mtr E Reaming of 200 mm dia pilot bore to 500 mm dia bore 100 mtr to 200 mtr F Washing of bore holeG . Electric logging of bore hole. H providing and lowring of assembly pipe including cutting and welding by providing collar : a. 300 mm dia MS ERW hoisting pipe having having wall thickness 7 mm 60 mtr b. 200 mm dia MSREW blind pipe having wall thickness 6mm 60 mtr c. 200 mm dia MSERW slotted pipe 40 mtr i. Providing and fixing well cap, reducer, clamp, center guide and bail plug j. Providing and packing the bore hole with suitable size of pea gravel k. devlopment by air compressor by suitable capicity. I. supply installation of 1000 LPM discharge sutwo days of aroper curing applying a second coat of cement slurry using 2.75 kg I sqm of cement a

67 Rain Water Harvesting

A. Boring I 'drilling well of 300 mm dia ( all kind of soil ) for casing strainer pipe by suitable method prescribed in I.S 2899 ( part -1 ) inclu'ding collecting sample for different strata and preparing and submitting strata chart I bore log including cost of running charges of equipments , tools and plants , machines etc . up to 90 to 100 mtr depth

B . Supply and assembling , loring and fixing in vertical pipe 150 mm dia position in bore well unplasticized PVC medium class well casing pipe 150 mm dia plai I slatted with confirming to I.S 12818 including cost of all materials , lbour , T &P etc complete up to 100 mtr depth

C. Gravel packing in suitable well construction in accordance with I.S 4049 as per required grading and size and as per direction of Engineer - in - charge

D . Construction of recharge well and required chamber as per site condition and direction by Engineer - in - charge and architect as per detail drawing

E . Devolpment of tube well in accordance with I.S 2800 ( part -1 ) and I.S 11189 to establish maximum rate of usable water yield without sand content with required capicity air compressor , running the compressor for required time well is fully devloped

The cost of serial no A to E including all labour , material , T&P etc complete

Chequrred precast cement concete tiles 22 mm thick in footpath & court yard jointed with neat cement slurry mixed with pigment to match the shade of tiles including rubbibg and

Unit

Job

No

68 cleaning etc complete on 20 mm thick bed of cement mortar sqm 1 :4 ( 1 cement : 4 coarse sand )

Page 7 of 19

Qty. Rate

1.00 1799495.00

1.00 371450.00

2880.00 838.80

Page 66: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

.)

SI. No. ITEM Unit Qty. Rate Filling the gap up to 5 mm depth 5 mm width in between aluminium frame & agjacent RCC I stone work by providing

69 weather silicon sealant ocer backer rod of approved quality as Rm 1450.00 56.05 per architectural drawings and direction of Engineer - in -charge

Providing and fixing steel gate , grating , and grills made of angle , tee , square bars , flats or black pipe with hold fast

70 and fitting complete as per architectural drawings and kg 1900.00 69.35

direction of Enginner - in - charge

TOT AL OF CIVIL ITEMS

SUBHEAD I: SANITARY INSTALLATION

(Based on DSR 2013) Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100mm sand cast Iron P or Strap, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with

1 manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required :

White Vitreous china Orissa pattern W.C. pan of size each 32.00 3101.98 580x440mm with integral type foot rests.

Providing and fixing white vitreous china pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush bend with fittings & C.l.brackets, 40mm flush bend, overflow

2 arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete including painting of fittings and brackets, cutting and making good the walls and floors wherever required :

W.C. pan with ISi marked black solid plastic seat and lid. each 8.00 4382.40

providing and fixing wash basin with C.I brackets, 1 Smm c. p

3 brass pillar tapes 32mm CP brass waste of slandered pattern including painting of fitting of brackets, cutting and making good the wall wherever required

White Vitreous China Flat back wash basin size 550x400 mm 'Mth single 15 mm C.P. brass pillar tap

each 32.00 1872.78

Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick

64.00 697.80 4 hard board ground fixed to wooden cleats with C.P. brass each

screws and washers complete.

Providing and Fixing white vitrious china laboratory sink with C.I brackets , C.P brass chain with rubber plug 40 mm C.P

5 brass unions complete includig painting of fitting and brackets No 10.00 1991.10 , cutting and making size 450 x300x 150 mm

Providing and fixing Stainless Steel A ISi 304 (18/8) kitchen sink as per IS 13983 with C.I. brackets and stainless steel

6 plug 40 mm including painting of fi ttings and brackets, cutting and making good the walls wherever required :

Kitchen sink with drain board Pa ge 8 of 9

Page 67: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No. ITEM Unit Qty. Rate

51Ox1040 mm bowl depth 250mm. each 18.00 6626.63 Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass)

7 with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass.including painting of fittings and cutting and making good the walls and floors wherever required:

Range of two half stall urinal with 10 ltr P V C automatic each 9.00 9335.55 flushing cistern

CP Brass fittings

8 Providing and fixing unplasticised PVC connection pipewith brass unions

45 cm length

15 mm nominal bore 163.00 63.98

9 Providing and fixing C.P. brass bib cock of approvedquality conforming to IS:8931

a) 15 mm nominal bore each 67.00 397.50

Providing and fixing C.P. brass long body bib cock of

10 approved quality conforming to IS standards and weighing not

each 91 .00 578.90 less than 69"0 gms

a) 15 mm nominal bore Providing and fixing C.P. brass angle valve for basin mixer

11 and gyser points of approved quality conforming to IS:8931

each 172.00 481 .36

a) 15 mm nominal bore

12 Providing and fixing C.P. brass shower rose with 15 or 20mm inlet

each 21 .00 81 .32

150 mm diameter each 75.00 138.35

Providing and fixing C.P. brass stop cock (concealed) of

13 standard design and of approved make conforming to each 48.00 587.76 IS:8931:

15mm nominal bore

1 Providing and fixing soil, waste and vent pipes : rmt 1200.00 904.87

100 mmdia. Centrifugally cast (spun) iron socketed pipe as per IS:3989

rm! 200.00 748.31

75mm dia Centrifugally cast (spun) iron socketed pipe as per IS:3989

2 Providing and fixing plain bend of required degree.

100mm Sand cast iron S&S as per IS : 3989 each 24.00 365.23

75mm

Sand cast iron S&S as per IS • 3989 each 6.00 301.32

3 Providing and fixing plain bend of required degree with access door

100 mmdia

Sand cast iron S&S as per IS - 3989 each 45.00 317.75

75mm each 9.00 235.41

Sand cast iron S&S as per IS • 3989 - - -~"'""..;} VI W

Page 68: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

>

SI. No. ITEM Unit Qty. Rate

Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter: each 1200.00 220.68

4 100 mm

75 mm each 200.00 186.39

5 Providing & fixing cast iron coller. each 45.00 301.20

100mrn

sand cast iron S & S as per IS - 3989 each 9.00 207.81

75mm sand cast iron S & S as per IS - 3989

6 Providing and fixing centrifugaly cast iron single equal

plain junction of required degree. each 38.00 546.15

100x100x1 OOmm 75x75x75mm each 8.00 384.37

7 Providing and fixing cast iron terminal guard. 100 MM Each. 23.00 240.60 5533.80 each 54.00 546.15

75MM each

8 Providing and fixing M.S. holder bat clamps of

approved disign to sand cast iron/ cast iron (spun} pipe

embedded in and including cement concrete blocks 1 Ox1Ox10 cm of 1 :2:4 mix (1 cement :2 coarse sand

:4 graded stone aggregate 20 mm nominal size)

including cost of cutting holes and making good the

walls etc. 100 mm dia pipe Each. 247.00 112.50 27787.50 each 650.00 133.62

75 mm dia pipe each 75.00 131.43

9 Providing and fixing G.I. pipes complete with G.I. fittings and clamps.including cutting and making good

the walls etc. (internal work} Mtr 62.00 367.90

Concealed pipe including painting with anti corrosive

bitumastic paint, cutting chases and making good the

wall {for Waste Conn.from WB/Urinals/Slnks)

32 mm dia nomina bore

(296.50+ 7 .80+63.60)

10 Providing and laying cement concrete 1:5:10(1 cement Mtr 68.00 496.90

: 5 coarse sand : 10 graded stone aggregate 20rnm

nominal size) around C.I Soil and waste pipe including

bed concrete as per standard design(embedded in the

f11o0o0r mingm I d giaro und} metre 375.00 496.90 186337.50

75 mm dia

11 Making khurras 45x45 cm with average minimum each 20.00 148.90

thickness of 5 cm cement concrete 1 :2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size) over PVC sheet 1 m x 1 m x 400 micron, finished with 12 mm cement plaster 1:3 (1 cement: 3

coarse sand) and a coat of neat cement,punning,rounding the edges and making and

!!!

1 Providing and fixing chlorinated polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold

water supply including all CPVC plain & brass threaded fittings This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling & testing of joints complete as per direction of Engineer ' "' ~'- ·1u U I I ~

Page 69: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No. ITEM Unit Qty. Rate ilnn tCehrnaargl ew.ork (exposed on wall)

a) 40mm dia inner dia pipes Rm. 50.00 309.60 15480.00 each 65.00 375.82

b) 32mm dia nominal outer dia pipes Rm. 250.00 230.45 each 120.00 272.74 57612.50

c) 25mm dia nominal outer dia pipes each 120.00 211.75 2 Providing and fixing Chlorinated Polyvinyl Chloride

(CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings i/c fixing the pipe with clamps at 1.00m

spacing. This includes jointing of pipes & fittings with

one step CPVC solvent cement and the cost of cutting

chases and making good the same including testiang of joints complete as per direction of Engineer in Charge. Concealed work including cutting chases and making good the walls etc.

a) 20mm dia nominal outer dia pipes rmt 645.00 267.28 3 Providing and fixing GI pipes complete with GI

fittings and clamps, including cutting and

making good walls etc. (internal work). Internal work-Exposed on wall

20mm dia nominal bore 25mm dia nominal bore

32mm dia nominal bore 40mm dia nominal bore

50mm dia nominal bore 65mm dia nominal bore 80mm dia nominal bore

4 Painting GI pipes and fittings with SYNTHETIC enamel paint over a ready mixed priming coat, both of

approved quality for new work.

20mm dia nominal bore 25mm dia nominal bore

32mm dia nominal bore 40mm dia nominal bore 50mm dia nominal bore

5 Painting G.I. pipes fittings with two coats of anticorrosive bitumastic paint of approved quality : 65mm dia nominal bore BOmm dia nominal bore

6 Providing and fixing GI Union in GI pipes including cutting and threading the pipe and making long screws etc. complete (new work). 20mm dia nominal bore

25mm dia nominal bore

32mm dia nominal bore 40mm dia nominal bore

50mm dia nominal bore 65mm dia nominal bore

80mm dia nominal bore

7 Providing and fixing gun metal gate valve with wheel of approved quality

a) 25mm dia nominal bore each 8.00 406.41 b) 32mm dia nominal bore each 6.00 475.33 c) 40mm dia nominal bore each 6.00 554.99 ·-·- v , "'

Page 70: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No. ITEM Unit Qty. Rate d) 50mm dia nominal bore each 4.00 711.93 e) 65mm dia nominal bore each 4.00 1221 .94 e) 80mm dia nominal bore each 4.00 1822.90

8 Providing and fixing brass stop cock of approved quality

a) 20 mm nominal bore no 14.00 326.75 a) 15 mm nominal bore no 48.00 205.60

IV

1 Excavating trenches of required width for pipes, cables

etc. including excavation for sockets and dressing of sides, ramming of bottoms, depth upto 1.5m including

getting out the excavated soil, and then returning the

soil as required, in layers not exceeding 20cm in depth including consolidating each deposited layer by ramming, watering etc. and disposing of surplus All kinds of soil

exceeding 300mm. Mtr 725.00 183.11 2 Providing, laying and jointing glazed stoneware pipes

grade 'A' with stiff mixture of cement mortar in the proportion of 1 :1 (1 cement : 1 fine sand) including 1 OOmm diameter mtr 68.00 187.72

3 Providing and laying cement concrete 1:5:10 (1 mtr 68.00 516.37 cement: 5 coarse sand : 10 graded stone aggregate

40mm nominal size) all round S.W. pipes including

bed concrete as per standard design 1 OOmm dia SW pipe

v 1 Extra for providing & fixing 125 mm dia C.P. grating each 150.00 76.00

in place of C.I. grating over floor traps.

2 Providing & fixing 60x2cm. C.P. brass towelrail each 32.00 1046.90 complete with C.P. brass brackets fixed to wooden cleats with C.P. brass screw.PARRYWARE C9948

3 Supplying & Fixing of CP soap tray fixed to the wall each 20.00 800.00 with PVC rubber plug with CP brass screws

4 Providing & fixing Jaguar make C.P. brass bottle trap each 64.00 1130.50 Providing and fixing Puddle flanges fabricated out of 600mm long GI/MS pipe welded with 6mm thick M S

5 plates along with flanges of suitable size and properly fixed in walls and top slabs of OHT I UGT complete.

100mm dia each 1.00 1235.00 80mm dia each 3.00 950.00 50mm dia each 2.00 745.75 40mm dia each 2.00 637.45

VI PROPOSED 100 BEDDED DISTRICT HOSPITAL AT KANPUR DEHAT. U.P.(EXTERNAL

SEWERAGE, DRAINAGE AND WATER SUPPLY SYSTEM)

1 Providing orange colour safety foot rests of each 125.00 280.44 minimum 6 mm thick plastic encapsulated as per IS: 10910 on 12 mm dia steel bar conforming to IS: 1786 having minimum cross section as 23

mm x 25 mm and over all minimum length 263

mm and width as 165 mm with minimum 112

mm space between protruded legs having 2 mm

thread on top surface by ribbing or chequering besides necessary and adequate anchoring o '" rz v, "'

Page 71: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

~-·

SI. No. ITEM Unit Qty. Rate projections on tail length on 138 mm as per standard drawing and suitable to with stand the bend test and chemical resistance test as per

2 Constructing brick masonry open surface drain rmt 125.00 2375.00 with bricks of class designation 150 in cement mortar 1 :4 (1 cement : 4 fine sand) including earth excavation, 1 Ocm thick bed concrete

1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40mm nominal size) and 25mm thick cement concrete 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate 12.5mm nominal size) for filling haunches including 12mm cement plaster 1 :4 (1 cement : 4 coarse

sand ) with a floating coat of neat cement inside the drain, its top and exposed side including disposal of surplus earth complete as per

5 EXTERNAL WATER SUPPLY SYSTEM

DISTRIBUTION NETWORK WITH RISING 1 Excavating trenches upto 1.5 meter depth In

all kind of soil of required width for pipes. including excavation for sockets and dressing of

sides ramming of bottoms including getting out the excavated soil & then returning the soil as

required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by

ramming, watering, etc & disposing of surplus excavated soil as directed within a lead of 50m. (i) Pipes etc exceeding 80 mm but not exceeding

300 mmdia. rm! 725.00 183.11

C'<O' I"' I .) or 1::1

Page 72: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI. No. 1

2 3 4

5

6 7

8

9

10

11

12

'13

i4

15

- · 16

17

18

---19

20

....

BlLL OF QU ANTITY - ELECTRICAL WORK (Internal)

Name of Work: 100 B edded 1111CH W.i.!)g in Distri ct Hos.2lli?.U:<anpur Deh at

Descriotion of Item Wiring point for light with 1 sq. mm. FR PVC insulated mullislrand single core copper conductor cable in heavy guage rigid steel conduit pipe partly concealed in !he wall If< partly la id in slab along with the rein forcement before concreting. complete with 1.5 sqmm copper earth continuity wire, modular type switch , GI modular type box & 3 terminal ceiling rose /angle /batten holder complete in all respects. as directed includmg matching colour w ash. Same as above but for 5 A plua ooint on board Same as above out for c,ilt bell point. same as above but for exhaust fan with 1.5 sqrnm copper w ire and 1.5 sgmm COE~er wire for earth same as above but for ceiling fan I fresh air fan with 1 0 sqmrn cooper wire and 1.5 samm copoer wlre for earth same as above hut for 2 VVav lia l1I noint same as c1bove but for HPSV li9ht with 1.5 sqrnrn copper wire and 1.5 somm cormer wire for e arih Wiring for seperate pilig point with 1.5 sq. 1'11111. FR PVC insulated rnul tistrand s111gle :ore copper conductor cal:le .n heavy guage rigid steel condu:t pipe partl1 concealed in !lie wall

& partly laid in s!ab along with the reinforcement before concreting, complete with 1.5 sqmm copper earth continuity wire. modular type switch , GI modular type box & 3 terminal ceiling rose /angle /batten holder cornpletn i11 all respects, as directed including matching colour wash. Supply and winng of submain with 2X 2.5 sq.mm. FR PVC insulated 1100 v grade multi strand single core copper conductor cable and 1 no 1.5 sqrnm copper wire for earth in Heavy guage rigid steel conduit partly laid in slab and µarlly concealed in wall Same as above but for 2 X 1.5 sqrnm copper w,re and 1 No 1. 5 sq111m cooper ec1rtt1 wire Same as above but for 2X 4.0 sqrnm copper wire and 1 J~o 2.5 sqmrn coooer earth wire Same as above bu\ for 2X 6.0 sqmrn copper wire and 1 No 4.0 sqmm copoer earth wire Same as above but for 2X 10.0 sqrnm copper wire and 1 No 6.0 somm coi:JOer earih wire Same as above but for 4X 5.0 !;Qmrn copper v;,re and 2 No 4.0 samm copoer earth wire Sarne as above but for 4X 10.0 sqmm copper wire and 2 No 6.0 sqmm copDer earth w ire S/fixing of Hexagon;,! fan box 16 SWG, 'including phenolic fan

shee1. S/fixing of MS loose wire box 200 X 250 X 75 mm deep made from 16 SWG MS sheet cornplete with 3 mrn thick pll enolic sheet cover. Sifixing of MS loose wire box 250 x 300 X 75 mm deep made from 16 SWG MS sheet co-nplete w it\1 3 mm thick phenolic sheet cover Si fixing of MS loose wire box 300 X 450 X 75 mm deep made iro111 16 SWG lv1S sheet complete with 3 mm thicl1 phenolic sheet cover. Supply and fixing of fi:lclory wired, recess rnolmting cat II mirror

optic fittings w ith electronic ballast having perforale a sheets for

separating the lamp compartment for 2X36 w Fn. wi t11 2nos. 36

w fTL l~mps complete 1n all respect. CAT AA Ph illips make

Unit each

each each each

e ach

each each

each

rrnt

nnl

rmt

nnt

rmt

rrnt

rm t

each

each

each

each

each

-~-----Qtv . 960

200 50 <15

400

3 8

·-110

3500 00 I

6000.00

4500 00

3200.00

1200 00

1800 GO

1500 00

380

50

50

50 I 20

Rate Amount 605.58 58 1,354 401

I

I .

I I

324.00 64,799.50,

585.72 29,286.13 870.01 39, ·150.45

60558 242.231.00

71 8.39 4,310.34 1.024 '.34 8.194 70

605.58 66,613.53

146.21 51'.,7 175C

126.35 758.100.0C.

172.38 775,698 75

192.23 615, 144.00

305.05 366.054 00

307.75 553,954.50

532 48 796,712.50

·-96 57' 36.685.65

rno.so1 I

9.025 00

i 270.75 13,53"/ 50

-----361 00 !8.050 00

4.963.75 9;),275 00

v:,., .. ~~~ i v-, "'-...~I __. .. \j '-! .,.~

~1~;:--~ ~rt "-q,r:J !::t' rn .1::r ( fo o)

'-)t:,.t~r .. i•{tvl~l'-·"f~iu\~ rn f<-1,'].<.'f :;Fr,d, ;;;~~~·,.

...?., ..

Page 73: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

SI.No. 21

22

23

24

25

26

27

28

a 29

30

31

32

33 34 35 36 37

38

39 40

41

42

f

BILL OF QUANTITY - ELECTRICAL WORK (Internal)

Name of Work: 100 Bedded MCH Wing in District Hospital l\anpur De hat

Descript ion of Item Unit Supply and fixing of factory w ,red, recess mounting mirror optic each

fittings for 4 x 14 W TS lamps with elec1(011ic ballast & bright

anodized alL1minium reflector & P5 paralite louvers wilh 4 ':< 14

W TS lamps complete in all respect. Phillips make Supply and 11xing o' factor1 wired surface mounting mi,ror optic each fittings for 2 X 36 W CFL lamps with electronic alwnium 111i1 ror reflector Phil ips Ma ke Supply and fixing of recess mounting CFL down lighl specially each designed for SA TIN FINISH aluminium reflec1or, Eleclrornc ballast suitable for & with 2X 18 w CFL complete in all respects.Philips Make Supply and fxing of factory wired HPF box type fluorescent tul:e each light fitting w,th electronic ballast suitable for 1X40 w fluorescent tube complete including tubes etc. on surface complete in all resoects.Philips Mako Supply and fixing of factory w,red 2 X 36 W mirror light each comoiete with tubes.Ph il ios Make Supply and fixing of industrial bulk head fi tting of casl aluminium each body. having heat resistant glass cover and M.S galvanized wire guard suitable fer and with 9i 10 w CFL lar,ps coinplete in all resoect on wall. Cro1111)ton Make SIF of angle Batten holder complete with 15 W direct fi t CFL each

Supply & fixing of s.ngle light, wall bracket on matching M.D.F.E.G board base etc complete in all respects. Cat A each Supply and rixing of facto-y wired sodium vapour lamp street each

light luminaries single piece cast "Aluminium" body suitable for

250 w S.V. lamp inc!Liding integral control gear. 150w S. V. lamp

on G.I. pipe bracket complete in all respects on wall wtlh 1.5 mtr

lonq 40 mm dia GI bracket and clamps. Phlllips make S/F of surfacelfiush mounting 4 ways TPN d i:;tributicn board each without MCB with additional metal door complete in all respect and as directed at site. SIF of surface/flush mounting 6 ways TPN distribution board each without MCB with additional metal door complete in all respect and as directed at site. S IF surface /flush mounting 8 ways SPN distribution board each without MCB double door complete in all respect and directed as directed at site SIF of 63 AMP. FP MCB ( '!OKA) each S/F of63AMP. TP MCB I 10KAl each S!F of63AMP. DP MCB ( 10KA) each S/F & 5Amp.161 .. 32Amp. MCB 9 KA I 10 KA. each S/F of 63 Amp 4 15 V me'.al clad T.P. rewireable type switch fuse unit on anqle iron brac<ei comolete in all respects. Cat. B each

Supply I fixing and mak,ng connection of 63 Amp 4 pole 30 MA each ELCB of din rail mounting complete in all respects as per direction and satisfaction to the Ell. S/F of MCB blankino olale for DB each S IF sheet steel enclosure surface /flush moLlnling filled with 20 each Amp. 2 pin and earth metal clad scraping earth plug and socket comolete 1n all respect. Supply and fixing of call bell of approved make on polished each MDFEG I Teak wood board including making connection etc. complete in a!I respects. Supply and fixing o f 16 ways bell indicator on PMDFEG I Teak each wood board. ,nclud111g making connection etc. complete in all resoects.

Otv : 20

200

40

350

40

10

60

20 8

24

0

9

24 16 9

360

2 2

24 32

50

10

Rate Amount

5,595.50 111.910 DC

3,429 50 685,900.00

1,073 98 42,959.00

997.26 349.041 Bil

876.61 3!:,064.50

636.26 6,362.63

I

I 144.40 8.66~.001

-538.79 10,775 85

5.207 43 41 ,659.40

2.373.58 56,965 80

2.373.10 -

1.191.30 10,721.70

1.728.29 41 478.90 753.59 12 057 40 875.43 7 878.83 180.50 64 980 00

-

2.960.20 5,920.40 2,950.27 5,900.55

10.63 259.92 570.38 18,252 16

94.76 4,738.13

3,158.75 31.587.50

~~ ~rr~~

f'."T>'J'.J tr"frtl' (fq-CJ) 0- 'Jr! ,:.,-,:rof.1' ol'l-r,.,fi:, (J'

f<r,3,r ,;,,rq;rJ-, .. ,,Fl'.} . •

Page 74: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

BILL OF QUANTITY - ELECTRICAL WORK (Internal}

Name of Work: 100 Bedded MCH Wing in District Hospital Kanpur De hat

SI.No. Description of Item 43 Supply and bt1ryin9 of 600mmX600mmX6.0mrn 3 .1. plate

vertically for earthing with its top at least 3 meters below ground level complete with 20mm dia G.I. pipe ("B" class) and funnel for watering and 30cm square C.L frame with hin[;ed cover. masonary t1ousing alternate layers of charcoal I coke and salt at least 150mn, thick all round etc. as per direction of Engineer-in-charQ(~ comolete in all respects

44 Same as above b1Jt with copper plate of size 600 X 600 X 3mm

45 Sarne as above but for li9h\enir g conductor wittl GI plate size 900 X 900 X 6mm

46 Supply and laying of 32mmX6mm G.I. strip from earth electrode

oireclly in tr e oround as re<1u1red complete in all respects 47 same as above but copper stri1) of size 32rnrn X 6 mm 48 Supply and fixr.g of vertical down conductor 32 X 5mm GI stnp

on approved clamps 0 ·1 surface for lightening cond..1ctor for upto 4 storeved buildinq

49 Supply and fixing of vertical air termination final rod comprising of 300mm long X25mm dia. Copper rod with one pointed prong and 100mm dia X3mm thick base plate etc. complete in all respects.

50 Making of Joints in GI strip ilc fixing with GI nL1t & bo,t and so!derinQ

51 Making of joints in copper strip 11c f1x111g wi:n GI nut & bolt and soldennq

52 Supply and fixng of 1200 mrn sweep Ceiling fan ISi marked complete with fan down rod of required size

53 S/F or fan step reQulator modular type (2/3 module) 54 Supply and fixing of 300 mm sweep 900 RPM exhaust fan

heavy duty with the help of MS fasteners. including making connections, making of hole in wall fixing of MS dr~m & MS louvers of required size

65 Supply and fixing of 450 mm weep 900 RPM exhaust fan hea·1y duty with the help of fasteners . ;ncluding making connections, making of hole in wall fixing of MS drum & MS louvers of reoulred size.

56 S/F of sock treatment chart (Prescribed under IE rules i dt.ly framed with glass & supported from back with hard. board or soft board with supply or al l material lat:our T& P for propar completion of work.

57 Supply and fixing of danger board fabricated from 10 gauge M.S. sheet as per I.E. rul.es

58 Supply and layfing of 180CmmX900rnmX12mm thick chequered

I-• rubber mattinq oi tested Q\Jallt'{ .

59 Supply and fixing of cable route marker in suitable masoncy enclosure as directed by tr e Enainee· - in charoe

co S/fixinq of 15 watt C.F.L. 61 Supply and fixing of danger board fabricated from 10 gauge

M.S. sheet as per I.E. rules G2 Supply and fixing of fan hook iabricated M .S rod for ceiling fan

each. 63 Supply and fixing of crimping solder less copper tin

electroplated lugs of Dowe l 's I ismail make suitable for 10 sq.mm cables :ncluding lappinG with insula'.iog tape ' complete 1n all resoects

64 Supply and fixing of c, imping solder less ~. copper tin electroplated lugs of Dowel 's I ismail mako st11lable for 1.5 sq.mm to 6 sq.mm cables . including tapping w1t1·1 1nst1lating tape . complete in all respects

,. ' ,, - \

(JTI,Ff~1 1~~ .<,;r .P.·/·) ~Jq ,:i ;·-i :;! I ,

• , •• 1'1·.: '.- : ! •

Un it Qty. set 18

set 8

e:ich 4

rmt 1200

rmt 400 nnt 300

each 4 I

i each 200

each 100 I each 380

each 380 each 40

each b

each 12

each 12

each 12

each 80

each 20 each 10

each ·o

each 400

each 60

Rate Amount J,659 64 65.873 48

7.220.00 '::.7 760.00

5.162 30 20,649.28

109.20 131 .043 OJ

749.08 299.630.00 19' .33 57.399 OD

992.75 3,971 .00

39.7'1 7,942.00

138.08 13 808.25

1,126. 13 428.687.50

' 406.13 154.327.50

2.436.75 97.470.00

4,061 25 20 306 25

i 84.11 2,209.32

40.61 487 35

1,993.62 23.923.47

261 82 20,945.6C

157 94 3.158 75 52 35 523.45

74 9 1 749 08

9.93 3.971 00

14.44 866 40

..... ~-·-:-; ~-=,.,· . ) ·;.,~; q•!} ._r ('1- c )

., ! .,· ~< f . .-"' •• t, ;. .. , • r

- - - - - - - - - ---

Page 75: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

BILL OF QUANTITY - ELECTRICAL WORK (Internal)

Narne of Work: 100 Bedded MCI-I Wing in District Hospi tal Kanpur Dehat

SI.No. Descrip tio n of Item Unit 65 Supply and fixing of power plug with 15A/240 V flush type each

modular switch and 6 pin 20A/10A 250 V flush type universal modular socket complete with GI box modular tyepe intuding supply of all rr.aterral. labour T&P etc. requ'red for proper comolelicn of work

66 Supply and fixinQ of meira otuc & Soe<.et 32A TP each 67 SiF of 40 Arv P. 4 pole MCB ( 1 OKA) each 68 S/making of chamber for cable etc. of size 30x30x75 cm each

includinq all material 6. labour. 69 S/making or chamber for cable elc. of size 45x45x75 cm each

includino all material & labour. 70 Slmaking of cable trench for cable etc. including all material & rmt

labour. Size-71 S/laying of G.I pipe with required socket Jnderground at the

deoth of 75C mm below comolete 1n all respect 100 mm dia rmt

72 S/laying of P.V C pipe with required socket underground at the depth of750 mm below ccmplete in all respect 100 rnrn d1a rmt

73 S/LayinQ of nex1ble PVC conduit a b c

74 a b c

75

76

77 78 79

80

81

82 8·3 84 85

86

20mm dia 25 mm d1a 32 mm dia

S/FixinQ of P.V.C oland in flexible oioe. 20 mm dia 25 mm dia 32 mm d1a

SIF of Slloted angle 40x40x3mm with hanger.fastener GI nu t bolt & sadclilc . Supply and fixing of Coirputer Jack for Cal · 6 Mcdular type

Supply and fixinq of TV .,ack Modular \voe · Supply anc fixinq of Telephone Jack Modular tv.oe Supply and drawing of 2 pair telepho11e wire in PVC conduit heavv auaoe. Supply and drawing of compu1er networking wire CAT - 6 wire 111 PVC conduit heavv c1uaoe Supply and drawing o f Television wire RG 6 in heavy guagc PVC condun Slnxing modular blankinq !)late S/Layinq cf fine sand in cable Trench. S/fixinq of trench cover complete. Supply and fixing of 4 way VTPN Distribution board double door witil 125 Amo. 3 Pole MCCB at incornmi11q Supply Installat ion testing & commissioning of Floor L.T. Control Panel, Indoor cubical type. dust & vermine proof. floor mounting, free standing, dead front construction, made of 16 SWG CRCA sheet steel, duly Powder C:>aled 1·aving separntc instrument cho111ber comprising of f,ust, type voltmeter, amperemeter, selector swaches CTs, 1ndica1ing lights, toggle switcl', protection fuses on incoming & a I outgoing of ·oo A, & above shall have amperemeter, selector switches & CTs. suitable rating PVC sleeved aluminium bus bars and complete with the following switchgears. including connections & interconnections etc.· lncomminq · 200 A FP MCCB - 1 No Bus bar : 250 A TPN AL bLS

OJI QoinQ 100 A TPN MCCB - 1 no 63 A FP MCB • 4 no

~ '

nnt m1t rml

each each each rmt

each

each each rmt

rmt

rm!

eacil co. Mtr sqm\r each

each

Qtv. 450

4 4 4

4

10

200

200

300 600 200

12 20 20

120

5

5 5

50

50

50

10 10 4

4

t~· / (I..

}j: /Y ~ -· R.!\JENDR;~R,~SAD ('1°~0 cy~r{t)

I r·,, ~ ,-, , J . 1· ·;-\ \' jnq--;, ~T ,~r;:; ~ .. ~ i · j I\ \Ir..: i

. ~q ,jrfi;:i .. ~ll l l :ra) .,.._~v·~.r o\'i{ ,l .. 1· f : .. , \ t rt r-,~ 'ii .. ~1~

A.R.E. (E) ~ U.P.R.N.N. 'Ltd. '3o!{0Uor-=ta~o~o

~ lcctricul Unit-Kanpur ~ ~eP.f'{, ~ ;:-;;

Rate Amount 474 72 21362' 75

2.631.50 10,526.00 1,728.29 6.913.15

676.88 2,707 50

76713 3.068 5(

2.797.75 27,977.SC

902.50 180,500.00 -'

279.78 55.955 00

11.73 3,51 9 75 15 34 9.205.50 20.31 4,062 20

10.83 129.95 12.64 252.70 14 90 297 92

180.50 21 ,66'.J.OO

1,046 90 5.234 ~o

89.35 446.74

259.02 1.295.09 72.20 3,610 00

81 .23 4.061 25

81 .23 4,061 25

23.47 2.346 50 722.00 7,220.()0

3.519.75 35,197.50 19,457.90 77.831 GO

85.500 00 342.COO.OO

( r t>(~~ ~ "-0"£fl·C =

ir,-:r.r,J i:.-rr; tt (re,,..,) ;:'c.J:!ci{Tcf,70:··rofvio,

R:r..::;;cr ~:1 J-,: ,' fjr-f :J, (

Page 76: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

. BILL OF QUANTITY - ELECTRICAL WORK (Internal)

Name of Work: 100 Bedded MCH Wing in District Hospital Kanpur Oehat

SI.No. Description of Item Unit Qtv. Rate Amount 87 Supply Installation testing & commissioning or Floor each 4 66,500.00 266,000 00

Emergency L.T. Control Panel. indoor cubical type, dust & vem1ine proof, floor mounting, free standing, dead front

construction. made of 16 SWG CRCA sheet steel, duly Powder Coated having separate mstrument chamber comprising of ilush type voltmeter. amperemeler, selecto' switches CTs, indicating

lights. toggle switch, protection fuses on inco·ning & all outgoi119 or 100 A. & above srrnll have amperemeter. selector sw1tcl1es & CTs, suitable raling PVC sleeved aluminium bus bars and

complete with the loliowing sw,tchgears, including connections

& interconnections etc. lncomminp . 160 A FP MCCO • 1 No Bus bar : 250 A TPN AL bus Oul 9oin9 : 63 A FP MCB • 4 nc

Total 9,850,366.00

.: 17' • • ,. •

,Jr;1 1,<:r"f,,!··· ,. •('l.",·1, ·,• ,

f,:r,:1~-1 :.: ... , ,l '-_. ,.; J I l •'

Page 77: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

BILL OF QUANTITY. LIFT WORK

Name of Work : 100 Bedded MCH Wing in District Hospital Kanpur Dehat

S No Description of Item 1 S.I.T.C. of 26 Passenger cum Bed Elevator.

Speed : 0.55 rnps. Travel : G, Isl to 3rd

Control . AC variable voltage variable

Operation simplex full collective

Power supply : 400 V, 3 ph, 50 Hz, AC .

Machine : Geared placed directly above

Cab finish : stainless steel (hairline). Cab door& shaft door : stainless steel (hairline). Car floor : Vinyl flooring. False ceiling :

Cab size : about 1600mm wide X 2400mm deep. Shaft size : about 2350mm wide X 3000rnm wide . Entrance type : two speed sliding doors. Entrance opening : clear opening 1200mm X 2000mm. Over head : 4800. Pit depth : 1600 mm. Pit

depth : 1600mm. Door operation Automatic with ACVVVF door operator and multi ray Electronic door detector. Signal design combined lminous hall button with ·15 segment digital J1all position indicator at all floors. Car operating panel with luminous 16 segment digital car position indicator combined with direction arrows, overload warning indicator, batter; operated alarm bell and emergency lig l1 t firemans switch at main lobby .

.... Automatic rescue device

2 Supply and fixing of hoisting beam ISMS 300 X 140 (44 .2 l<glmt)cut to size i/c li fting & shifting upto the machine room . Complete in all repects.

3 Supply and fixing of MS t rap door in machine room floor slab. Trap door made of 6 mm thick MS plate weiideo on MS angle frame made of 40 X 40 X 6mm MS angle, complete wit!1 l11nges and locking arranqement.

TOTAL

(;QG'f';l°<)T -:,:;:;:,· 1!~- 7 ,_:::.1-1)'

\ v 11 ....-1 i tttt -, • >-,\ · .. ·tt · !t t \JC

'~ \j~1 ~r:-~ (, ~ )) -~!, , ·i7;• .f;; ...,f j· !:·1 .. , : ... i : r" ·!':r

"

Unit I Qty Set

I 2

I I

I

rmt 4

sqrnt 2

Rate 2G78250.00

-

4061 .25

4512.50

Amount (Rs} 5,956,500.00

16,245.00

9,025.00

5,981,770.00

( ·/-)

''il~~ ~~~ ~J-11~

~<T>r:t' ~~rt1 ( ft'r o) 'G'" o Vt o'"{lt":Jf:l'of ·"foMi,...-:>,.

fcJ;:r~r ~~·;;•.L -=~ rv~,--;-.;

Page 78: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

BILL OF QUANTITY -AIR CONDITIONJNG SYSTEM

Name of Work : 100 Bedded MCH Wing in District Hospital Kanpur Dehat

S No Description of ltern Unit Qty Rate Amount (Rs} SPLIT UNITS

·1 Supply & installation of DaikinNoltas Make High Wall Split Unit complete with Indoor Unit, Condensing Unit and Cordless Remote. 1.8TR Capacity 32 Nos 36,'IOO.OO 1, 155.200 00

2 Suooly of Volta9e Stabilizer 5KVA Capacity 32 Nos 5,708.31 182,666.00

3 Supply & installation of Copper piping with fittings 64 Rmt 794.20 50,828.80 com plete with Nitrile Rubber Insulation for connecting Indoor & Outdoor Units.

4 Supply & installation o f Drain Water PVC Pipe from 64 Rmt - -124.09 8,360.32 Indoor Unit lo Outside Drain Point.

5 Supply and laying of Copper Cable of 4Core x - 64 Rmt 108.30 6,931 .20 1.5Sqmm size from Outdoor Unit to Indoor Unit.

6 Supply and laying of Copper Cable of 3Core x 64 Rrnl 135.38 8,664.00 2.5Sqmm size from Outdoor Unit to Power Po;nt.

7 St;pply & installaiion of MS Stand for Outdoor Unit. 32 Nos 1,353.75 43 .320 00 8 Charges for making civil opening in walls for running of 32 Nos 451.25 14,440 00

Copper Pipe of Hiqh Wall Split Units.

Total 1,470,410.32

~~ ~:pz..-.;,: ~~i'--;TT'

:.:·:L1i. !.C i1r11 !i,:,' .. _ .... 1 r ·""

Page 79: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

r-··

I r

I

----·-··~-·-··

BILL OF QUANTITY" SUB STATION & EXTERNAL ELECTRIFICATION WORK

Name of Work : 100 Bedded MCH Wing in District Hospita l Kanpur Dehat

S No Description of ltern 1 S.I.T.C. of 630 l<VA 1 ·1 1.44 KV copper wound

indoor type iransfonner with cable end box on both sides, Cooling - ONAN, Temprature rise oil/winding - 50/55 C. vector group reference Dyn 11, off load tap changer +/- 7. 5% . 6 steps @ 2.5%, No load losses and full !mid losse~ - ;;is per IS, including making of transformer plinlh of suitable size as per directions of engineer in

Unit each

Rate Amot1nt (Rs) . 1.109,8-55.00

Qty 1109885.00

>-·~-4 _c_ha_r~g_e _______________ -+------~---~,------1--------~ 24 760.00 18.240.00 2 S/F MS cage for tranformer made from 40 X 40 X

6 mm MS angle frame and 25 X 50mm MS jali, frame to be assembled on nut & bots , complete wi lh one no openable gate. complete cage to be painted with one coat of red oxide primer and two coats of synthetic enamel paint. Complete witll fixing of cage in ground with concreting I brick work as per requirement.

3 S.I.T.C. 11 kV VCB unit panel(tlaving arrangemeni for incornming and outgoing ) totally enclosed. indoor type, floor mounting, vermin & dust proof, vertical installation. horizontal drawout type, air insulated metal clad switch gear 1,aving motorised mechanism. complete w ith necessa,y copper bus bars and integral earthing · facility through copper bus bar. CT ratio - 100/5 +5 A, PT ratio - 11kv/3/'11 OV/3. Instrument panel consisting of Ammeter. voltmeter, powerfactor meter etc. Protection relays - IDMT relay, earlllfaull relay, master trip & lockout relay. Complete inall

sqmt

each 593/50.DD 593,750.00

respects. l--~-+---~----~~~~ ~-~---l-~----1--~~~i~--·~--~--~-~~--~

each 6 12'183.75 73 ,102.50 4 Supply and making of 11 KV indoor/outdoor type end termination heat shrinkable type for ·1 20 sqmm X 3 C

5 Supply and laying of 120 sqmm X 3. C 11 KV grade XLPE insulated PVC bedded, galvanised flat steel strip annourecl cable conforming to IS 7098 9part · II with latest amendments) at a depth of 900 rnm below gr:)nd level over a cushion of 1 DO mm thick · fir.ie river sard all around and protected with well burnt bricks on sides and on top put across. The armouring shall be properly connectecl wit11 earth conductor by clamps etc .

7

8

Supply and erection of GI octagonal pole fla nge type7 rntr high complete with GI pole top brac<el 1.5 mtr long & kit kat for connection of wires , on RCC £01 ,ndatioo 3nn X 300 X 1200mm deen ~/fixing of 250 W HPSV fitting (Cat no SGP 438 1 X SONT250W Phi llips make or equiva lent) on .. Supply and fixing of autome1tic street light cubicle control p;;:inel painted with anti corrosive alkali and acid proof paint consisting of time switch with contactors incliding making of foundation of sutable size and following swi tch gears

;3,f <::.if ·;·:F:1 I,. i -j~~~ :,1,,( .• . ,:":.i. : ·:i '> i"":- ., .... ~-~ '·~ ...

rmt 100

each 10

each 10

set

1900.95

22552 sot i I

6790.4 1 I

34295.00

190,095.00

:25.325.00

67 ,904.10

34,295.00

. • t ~--~~,\~~-1) ~ -

'tl::fi:i·-::~ cm· . ._::,

'.:pffi',; rrrrrJt (f.'1 "") \;! ci!''.f(J~r f'Jf-..1 •.. 1.;,-(..,p.:f O

r~~:Jtl \.~-~~= ... ::, ::nr;-1i (

Page 80: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

S No Description of Item lncomming 63A FP MCCB - 1 n::, Bus bar : 100 A TPN AL bus Out going: 32 A DP MCB - 4 No

g Supply and laying of XLPE ir1sulated armoured seved sheathed Aluminiumconductor cables 1103 V grade at a depth of 750 mm below ground level over a cushion of 75 mm thick sand all around and protected with burnt bricks on sides and on top On surface t11e cable run shall be fixed on MS clamps & M.S.slolted angle tray etc ot suitable size or as directed by engineer in charge , the armouring of tne cable shall te propery connected w,lh the earth condlictor by clamps. of following sizes

a 10 sqmrnX 2 C b 35 samm X 3.5 C c 70 sqrnm X 3.5 C d 120 sqmm X 3.5 C e 240 sqmm X 3.5 C f 400 sqrnm X 3.5 C

10 Supply and making of end termination of LT cable ilc the cost of clouble compression glands, aluminium lugs of reqL1ired sizes complete in all

a 10 sqmm X 2 C b 35 sqmm X 3.5 C c 70 sqmm X 3.5 C d 120 sqmm X 3.5 C ~ · " 240 sqmrn X 3.5 C f 400 sqmm X 3.5 C

· 1 Supply lnstallat1on testing & commissioning of L.T. Control Pariel, indoor cubical type, dust & vermine proof, floor mounting, free standing. dead front construction. made of 16 SWG CRCA sheet steel, duly Powder Coated l1avi.1g separate instrument chamber comprising of flush type voltmeter, amperemeter , selector switches CTs, indicating lights. toggle switch, protection fuses on incoming & all outgoing of 100 A, & above shall have amperemeter. selector switches & CTs, suitable rating PVC sleeved aluminium baJS bars and complete with the following switchgears. including connections & in ter connections etc.

Incomer : 1000A FP ACB MOO type - 1 no Bus bar: 1200 A Aluminium bus with heat shrink sleeving and mounted on non hygroscopic supports Out qoinq : 320 A FP MCCB -1 No --

200 A FP MCCB - 5 No ~

100 A FP MCCB - 2 No 63 A FP MCB -8 No

, _,jJL( (. !i .;;~:I <·,: ~ . ,: . ) ~ " .. t·'.j:;f, :11 l,i° ; :)

"J ,..ri :;1 ~· .. '·1 ·s :, ;--, .... ! ' ..-Y:Jrt7

"

Unit Qty Rate Amount (Rs)

rmt 300 227.34 ee,2)3.35

rmt 150 368.32 55.247.25 rmt 250 825.97 206,492.00

rrrt 200 931 .98 192.395.90

rnit 120 1659.88 199.165.36 rmt 150 2481.88 372,281.25

each I 20 225.63 4,512 50

each 1J 270.75 2,707 ~o each 10 315.88 3 158 75 each 15 338.44 5,076.56

each 15 383.56 5,753.44 eac11 15 42669 6,430 31

set 1 731025.00 731.025 00

;

1

I I

.

.,.

- \. !'-. \ I

-~ ( h v ~~ - '. . .,..

~ .. G~ -:.:i· ··.

- · • • t • 1 1 •

.J ,,r

Page 81: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

S No Description of Item Unit 12 Supply Installation testing & commissioning of set

Emergency l.T. Control Panel, indoor cubical type, dust & vermine proof, floor mounting, free standing, dead front construction, made of 16 SWG CRCA sheet steel, duly Powder Coated having separate instrument chamber comprising of flush type voltmeter, arnperemeter, selector switches CTs, indicatir.g lights, toggle switch, protection fuses on incoming & all outgoing of 1 oo A, & above shall have arnperemeter, selector switches & CTs, suitable rating PVC sleeved aluminium bus bars and complete with the following switchgears, including connections & interconnections etc.

Incomer: 320 A FP MC:::B - ·1 No Bus bar : 400 A TPN /11 Bus out aoino: 63 A TPN SDFU • 3 No

160 A FP MCB -3 No 63 A FP MCB -4 No

13 Supply and burrying of GI eartt1 plate 600 X 600 x each 6mm thick GI plate vertically for earthing with its top at least3 mtr below ground level complete with 20 mm dia GI pipe and funnel for watering . 30 sqcm Cl frame with hinged cover masonary housing alternate layers of charcoal & salt at least 150mm thick all around etc complet in all repects as per directions of engineer in charge

14 Supply and laying of GI strip 32mm x 6mm rmt directly form earth electrode directly In ground or 0 11 surface.

15 Supply and burrying of copper earth plate 900 X each 900 X 3 mm vertically with its top at least 3 mtr below ground level complete with 20mm dia GI pipe for watering funnel, 30 cm X 30 cm Cl frame with hinged cover masonary housing alternate layers of charcoalfcoke and salt a!least 150mm thick alround etc as per directions of engineer in charge.

16 Supply and laying of copper strip 50 X 6 mm from rmt earth electrode directly in ground/on surface fixed on insulators i/c the cost of insulators.

17 Supply and laying of GI pipe 100 rnm dia i/c all rrnt accessories laid in grouncl at a cJepth of 750 mm or in wall ior cable entry.

TOTAL

I (' I

;J'.T ... - ·1.:[ ·(,'. I

R',JENDtt::D A.R.E. (£)

U.P.R.N.N. Ltd. Clectri-:al U·,i r- [(anput

Otv Rate Amount (Rs) 1 130862.50 130,862.50

10 4025.61 t:0,256.06

sco 120.13 G0.063.75

I 8 '13680.10 109,440.i6

200 1170.54 234, 108.50

--60 i67.13 46,027 50

4,786,125.00

z ~-~~

,1

, T

Page 82: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

Bill of Quantity

Name of Work: s .r:r.c. of Au tom.a tic Fire Detection & Ala:rm System in 100 Beclded at Hospital Kanpur Dehat

S.N. Descdption

1 Supply insta llation testing commissioning and handing over of 10 - Zone Main Control Pa.nel wi th Public Addressable System (P.A. System) with all facility like Open & Short c ircuit fire and fault indication & 120 watl AmpliJirer for P.A. System etc. complete with Battery Charger & All other Accessories strictly as per 1S: 2189.

2 Supply instaJlation testing commissioning and handing over of 4 -Zone Local Control Panel with an facility like Open & Short circuit fire and fault condition & I\U other Accessories strictly as_ per IS : 2189 .

3 Supply installalion tc:slin.g commissioning and handing over of Ionization Smoke Detector complete with base & all other accessories.

5 Supply installation testing commissioning and handing over of Response Indicator (R.L ) as per lS: ,., , or,

6 Supply 'installation testing commissioning and h<1nding over of Ma nual Cali Poi m Break Glass in metallic box with Hammer as per TS: 2189. --7 Supply installation testing commissioning and handing over of Electronic Alarm Sounder as per IS: In, ""

8 Supply instal labon testing commissioning a nd handing over of Maintenance free battery. (2Nos X 12

1., ' UAA,n

9 Supply, wiring, connection and testing of sizes 1100 volt gracle PVC insu lated copper co nd ucto r Wire in conduit concealed in wall, ceiling/ false ceiling complete ·with al l accessories as per standard specification.

(2Core X l.5sq.mm.)

(3Corc X 1. 5sq. rnm.)

c Total Amount Rs.

Qty Unit

1 No.

4 No.

225 No.

140 No.

8 No

2 No.

l Set

2000 M1.rs

865 ML rs

Unit Rate Axnou11t

(In Rs.) (In Rs.) 104,500.00 104,500.00

-

26, 125.00 104,500.00

1,805.00 406,125.00

248,19 34,746.25

812.25 6,498.00

902.50 1,805.00

15,675.00 15,675.00

51. t.Jt.J 102.885.00

64 08 SS,427.04

832,161.29

~~/ ~ .-~lTfZ-

ir~~,t ~T•:r{) ( \°,:.'! <:>) ~c,:!,TC"->·1~rc,f=; ,.:.,\\i ... _,f.::;r o,

fq•£!,':f ~1!1,rJ. <fil·l~

Page 83: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

I

Bill of Qu antity

Name of Work: S.I.T.C. of Fire Hydrant System and Mot.o r P u mp Set Conne c tion in Hospital Kanpur Dchul

S.N. Particulars 1 S.I.T.C. of [SI Marked C-Clas s (l-l eavy Duty) M.S. Pipe r or

UNDER GROUND Use including tran sporla:ion, Bend, Flanges, Red\.1cer, Tees , Anti Cor::-osive Trea tment an d La.) ing down the pipt.: .in t renches and back fill ing o! Trenches compacting e tc . hydrostatic testing of the complete pipe work c;ompleLing the work in a ll respect. (Ra tes of RCC rntting / CC Cutt ing arc not included in quo ted rare .

• 150 mm . 100 mm . 80 mm

2 S .l.T.C. of 181 Marked C-Clas s (1 lcavy Du ty) M.S. Pipe f o r b,BO~ GROUND Use includ ing t ran spol'ta t ion, Bend , Flanges, Rcdt1ce1·, 'Tees , Angle, Fastener, a n d pair.ri ng the p ipe with Pr imer and Pire Reel Paint com plete tbe work in a ll r espect.

I

• 200 mm 0 150 mm

• 100 mm

• 80 mm 3 S. l.'l'.C. of Cast Iron Butrer ny Valves JSJ mar lced including

I ran sporting tJ-1e mate ria l LO wurk s ite , sup ply and fixing nu ts , bolts, gaskets a nd washe rs etc ., com plet ing the wor k i.J1 a l! respect.

• 150 mm

• IOO mm 0 80 rnm

4 S.I.T .C . of Cast Iron du a l pla te check Valves as per IS: 210 including transporta tion , nuts, bolts, gaske ts a nd washers e1.c. , com pleting the work in a1l respec t.

• lSOmm

• lOOmm

• 8 0 m m 5 S u p ply, Installa tion , Tes ling and Commissioning of single

headed 63mm dia S tainless Steel Landing Valve (Hydra nt

Vr,!ve) , flanged inle t with 63 m m female instan taneou s outle t

conform ing LO JS: 5290 on the fire wet riser including

ma k ing 80 mm pipe c onnl!C tio n \1·ith r isN ,rnd landing valv<'s

111 prop er posi tions , incl ud ing supp ly of 11 LI LS, ga sket$,

ca ps , chains etc., testing the hydrant, comple ling i'.he work

in a ll respect. ·-

QTY Uni t

292 Meter 40 McLcr

18 .Meter

18 Meter

12 MeLer 6 1'.letcr

12 l\1 ctl!r

10 l\o.

3 No.

6 'lo .

4 No .

2 No.

l No.

20 No.

R ate Amount

2 ,211. 13 645,64 8 .50

1,71 '1 .75 68,590.00

1,2 18 .38 21.930.75

2,883.49 51,90?...78

2,075.75 24,909 .00

1,624.50 9 ,747 .00

l ,173.25 14.079 .00

9 ,•176.25 9•1,762.!)()

7,7 16 .3 8 23 ,H9.1 3

4 ,963 .75 29 ,7 82 .50

9 ,025.00 36,100.00

7.2 20.00 14-,440.00

4 ,5 ; 2 .50 4,5 12.50

10 ,423.88 208,477.50

rri~::;~ Q5:.i;·,:· ,., r, i .. ; ~~ •;?.Tr : : ' l :: ,-'

':".J,,.., .(;.l}:rr..,f ... -: .. ·,;·i· J,' . j

Page 84: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

.N. Particulars OTY Unit Rate Amount C.::.:...'-1-~~~~ ~~~~ ~ ~~~ ~~~~~--,~~~-:--:-~-+~~~-t----,~-··l--~·c;_-'-'-'~~1~~~--,,,,-,-=--l 6 Supply, lnstaJlarion , Testing a1x l Commissioning or 63mrn 20 No. 2 .232 .70 44,673.94-

dio. instantaneous pattern Stai.nlc::;s Steel short branch pipe

and 20 mm dia nozzle conforming to IS: 903-1985 IS!

Marked. 7 Supply, Installation, Testing and Commissioning of 63 mm

<lia 15 Meters long, Reinforced Rubber Lined, (RRL) IS: 636 ,

Type - A, lSI ma rked i-lose Pipe binding wit.h 6 3 mm clia

Stainless Srecl m ale a nd female coupling conform~ng to as

per IS: 903 . 8 Supply, Insta llation, Test ing and Commissio n ing of 20 mm

!Jore and 30 meters long high pressure rubber linetl p ipe

a nd hose red foi· fir st a id fire ligh ting conforming to IS : 884,

,, ilh full swing drum, fix ing b rackets, 25 mm globe valve

connection to the landing valve through adopter or directly

from the riser through 25 mm dia GI pipe as required

inc luding 25 mm clia pipe le ngth, a ll 8ockets, elbows, n ipples

elc. including providing operating in structions ancl fiJ.:ing it

near hose reeL 9 S.I.T.C. of Weather Proof Door Hose Cabinet INDOOR TYPE

keeping for Hose Ree l Drum, Hydrant, Branch Pipe, Hose

Pipe having cen tral opening glass door (4 mm Lhick

rr inforced glass) inclu cli1,g necessary locking arrangement

(Size 1300mm X 900mm X SOOmm) or ,\s per Fire Duct /

Srwcification. 10 8 .l.T.C . of Weather Proof Hose Cabinet Out Door TYPE

keeping for Hydrant, Branch Pipe, Hose Pipe having c:;ntral

open ing glass door (4 mm thick reinforced glass) including

necessary locking arrangement (Size 1000:-nrn X 750mn1 X

500mm) or As per S necificat ion nrovided . 11 S.!.T.C. of Cy lindrical type air cush ion tank 150mm clia 1.0

meter long on the top of wet riser a nd with the p ump shall

l:>e provided with an automatic air re lease valve, safe ly valve.

Pressure gauge etc . comple le a s drawings & direction pf the

Engineer -in- in chanrc com1)lete the work in all respec t. 12 Supply, Installatio11, Testing and Commission1ng ol

ins tan.taneous Inlet / Draw off connection for Fir e Brigade

connection including provision for Bu t tcr11/ Va.ive and making connection wi th wet r iser pipe or underground water

ta nk ecc. competing the work Ln all respec t . (Rat~s of

Butterfly Va lve are not included, quoted as separate item)

. ,c) · 1 L.-12 \"i' i ~ ,· . \'.; I :1·1'11' t~r.:;-:- .or;:·;r;r;,1,·c)

I • '"i ~ ~\ "1 I '"', t -.. \, i

40

12

12

8

3

No.

No.

No.

No.

No.

7,671.25 306,850.00

13,537.50 I {)2,450.00

15,297.38 183,568.50

15,67;, .00 125,400.00

10,450.00 31,3 ii0. 00

· ·-; !

~~ v.:i~~ ~ :r.:rr<

~{ !:FiT.ft' (fi:10) ;Jo~ouoFrof.1,.,frro ,

f i:1 ;...:J.a ~;p4~, ~r~,~-~

Page 85: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

I t I

.N.

13

14

1 5

16

17

18

19

Pa1·ticulars Ffrc Brigade Connection (Inlet/ DrawofD - "l· Way.

Suvply, lnstallalion, Testing and Commissioning of cubical

type floor/wall mounted, dust & vermin proof. fab1icatecl

Wli.h l6 swg C.R.C.A. sheet steel, TPN bus bar 41SV AC.

50HZ, compartmentalized, powder coated control pane l for

au tomatic /manual operation or Main Motor, Jockey Mctor

& Diesel E:ngine with su itable switchgear, relays control and

other components such as Voltmeter, Amp. Meter , starter

for elecrrical molor, s ingle phasing pre sen te rs and power

control cable work, battery charger interconnection withir1

the pane1 and along wit11 comp::ments and m otors complete

in n.ll resuects. Supply, Installation, Testing and Commissioning of ulumirn.trn conductor PVC ins l1 latecl Armollred, served

sheathed cable 1100 V grade with terminal joints and brass compression glands on sur face, the cable run shall be fi.,ecl on M.S. Clamps etc of suitable size or as dir ected by engineers ln charge complete in all respects. The armoring 01

the cabh~ shall be properly con nected with the earth

conductor by clamps etc (cable shall be rs1 Mari.::ed as per IS: 1554)

• 25 sq mm 3. 5 core

0 70 sq mm 3 .5 core

Supply, Installation, Testing and Commissioning of Copper

conductor PVC in sulated wire 2.5 mm2 clia complete with all

accessories for control wiring from Main Electrical Control

Panel to various mo1ors &. Control panels for assuring

automatic /manual operation at Electric Control Level. ~u pply, l nstallalion, Testh1g and Commissioning o f Pressu:re

Switch complete with all ,\ccessories. Washers etc.,

rnmplcti:ng tb.e work in a ll respect . Supp.ly, Installation, Testing and Commissioning of Pressure

Gaull;e complete with Socket e.., Nipple and all accessories. Supply, Installation, Testing and Commissioning of Air

Rlcase Valve complete ,vith Socket and all accessories. Making of brick chamber for Butterfly Valve~. chamber Size (lOOOmm X 750mm X 750mm), Plastered from inside with

M.S Chamber cover complete 111 all respect as p~r direc tion of en!tineer inchaq,e.

Grand Tota l Rs.

(

QTY Unit 1 No.

l No.

30 Meters

40 Meters

') Nos. v

4 Nos.

3 Nos.

3 Nos.

Rate Amount 20,:306.25 20,3C6.25

189,525.00 189,525.00

315AO 9,462 .0()

783 .75 31,350 .00

3 .158.7:i q ,47(S.2 :')

631. 75 2,527.00

1,425.00 4,275 .00

14,891.25 44.673 .75

2,416, 168.84

-c I :· , · ~~~

t::·J .-.... ~~ ~~1~~

,. ' ,,,. '"'1Tl: ,; ( "'·· ' ~~ · ···~ .-f ~ t \l rJ ("')J

.,,.. __._l.rr/ \r ........ '~1 -.,f1--:.·i ~ ,,!" , t; .,.~ ( ~·,t, ' _1,, • I

Page 86: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

Bill of Quantity

Name of \Vork: 100 Bedded MCH Wing in District Hospital Kanpur Dehat

FIRE EXTINGUISHER

S.N. Description Qty Unit Unit Rate Amount

tln Rs.) (In Rs.) 1 ABC store pressure (Multipurpose) type.: Fire 24 Nos. 9,259.65 222,231.60

Extinguisher Capacity 04 kg hilly charged & complete with wall mounting bracket and discharge hose pipe and pressure gauge IS: 15683 ISi marked.

2 C02 type Fire Exl.ingL1isher Capacity 4.5 kg fu lly 24 Nos. 10,288.50 2'~6.<J24.00 charged complete with wall mounting bracket and di scharge Hose pipe and Horn IS : 15683, ISI Marked.

Total 469, 155.60 Total Rs. 469, 155.oO

[\ ~,\ / .,,

~ (_

·iJ \.. .

j_ -~~ ~~~~) r,2-- ::.:.---&tr>::Y i :_. , ~ ~~/

RAi.JENDRA PRASAD - . A.f{.E. (3 ) ':-

U.P,R.N,N. Ltd. Elcctri.cn! l'!· 't Kanrur

< • • .....

<.:)

~r;ut lPTl"ll (f,:ro) '3'c,~c.,uof.:ro'f:rc.,f,::ro.,

fc:r~ i?l•I~, t:r;r-'G,~

Page 87: Tender Document with BOQ Kanpur Dehat - UPRNN TENDER DOCUMENT FOR Construction OF 100 Bedded Maternity Wing Under NRHM Scheme in Distt. Kanpur Dehat UTTAR PRADESH RAJKIYA NIRMAN NIGAM

..

LIST OF APPROVED MAKES FOR ELECTRICAL WORKS

S.No. Name of Material Approved Make ~ 1VI.S. Conduit Pipe Black, 16 SWG ISI Marked. M.Kay/ AKG -2 Accessories of M.S. Conduit Pipe , Heavy Du ty. Promise

(M .S. Bend/ Surface Junction Box/Deep Junction Box)

3 M.S . Fan box, Loose wire box with red oxide 16 SWG p1imer.

4 Modular Box all types. Lcgrancl/SSK

5 PVC Conduit Pipes and its a ccessories heavy duty Seiko/AKO (Surface .Junction Box, PVC Benc1) etc. !SI marked .

6 Copper wire of all sizes 650 Lo 1100 V grade . Seiko/Have['s 7 Modular Type Switch and Socket etch Legr and J SSK

8 DB's double door of all size/MCBs all size etc., ISI Legrand Marked

9 Elccb·ica.l Fixtures Philips

10 LT Panel Board Switches L&T.

11 11 /0.433 KVA Tnmsformer Crompton

12 HTVCB Panel Crompton

13 DO Set with canopy Kirlosker

14 Street Light Pole Philips

15 Ceiling Fnn JSI Mark Crom p lo:, / Ort em

16 Fire Fighting Pumps Kirloske r

17 LT/ HT Cable s Have1J's/K8I

18 Smoke Detector Appe llo / Approved by Compitent Authority

19 All other electrical related items ISI Mar k 20 Fire Fighting IS1 Mark 21 Lift OTIS/KONE/Thyseenkrupp 22 Ou tdoor Luminaries Philips 23 11 KV Ca ble Termination 3M/Rhaycam

24 Air Conditioning Voltas/Daikir../Blueslar 25 Lug & Gland Dowels/ Janson 26 M .S . Pipe ·c· Cla$S ,Jinda.l / TATA/ QST

A J ~ , ~ rcvr / rt ./ ~~ ~ .t?(b) r«/ ~ ~----~ " RAJEN RA PRASAD (o;o~o ~ ;,,1)

( _...r;:. ;:\"T ,..,,.-.-,· r': :, f lJ) ARC' (E) ~ \ ·'i::\•f ' ' ~·~ --11--:,' • ' ~,. • .i:... \ ,t . "\ I - ~ [ \ U.P.R.N.N. Ltd. ~05lo'{tof.rot;lo~o

l:l·1 ,-1 • ·1 ,il , .. Electrical tJnic-r<"npur ~ ~ t cf>Fl~

....

(.~\\~~/ J<_ / -f

~"<·1~ ~r-(

~,t .1:r<-rrtr (1::?ro) ~ o;:to-Uo f.'rof'~ofz-;;.,,

r.tr.~T l'0ii~~ , T-r: , :s (