+ All Categories
Home > Documents > INDEX FOR APPROVED NIT - AIIMS Bhopal

INDEX FOR APPROVED NIT - AIIMS Bhopal

Date post: 23-Apr-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
65
Transcript

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

1

INDEX

Name of work: - Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal.

--------------------------------------------------------------------------------------------------------------------- -------------------------

Sr. No. Contents Page No. Remarks

1 Index 1 to 2

PART - A 2. Press Tender Notice 3 to 4

3. Information and instructions for Contractors 5 to 7

4. Notice inviting tender 8 to 12

(CPWD - 7)

5. Integrity Pact 13 to 19

6. Tender and contract 20 to 22

8. Schedule “A” to “F” (Electrical) 23 to 28

9. Annexure-A Proforma of Earnest Money Deposit 29 to 30 (Bank Guarantee Bond)

10. Annexure-B Form of Performance Guarantee Deposit 31 to 32 (Bank Guarantee Bond)

11. Schedule of Work 33 to 48

12. Particulars Specifications & Terms Conditions 49 to 60

13. Performa of Completion and Performance 61 to 64

-----------------------------------------------------------------------------------------------------------------------------------------------

Certified that this bid document contains pages 1 to 64 (One to Sixty Four) excluding front Cover Page.

Assistant Engineer (P), Executive Engineer (C)

ABEU, AIIMS Bhopal ABEU, AIIMS Bhopal

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

2

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

3

PRESS NOTICE

The Executive Engineer (C), Project Cell, MoHFW, Block No. 10, Hospital Building, AIIMS,

Saket Nagar, Bhopal (Phone 0755-2835050, 2900697 email : [email protected],

[email protected],) on behalf of Director AIIMS, Bhopal invites Percentage Rate Bids from

approved & eligible bidders registered with CPWD/ MES/ Railways/ Other Central Government

PSU’s in appropriate class & Category who fulfill the PQ criteria in Two Bid System for the following

work:

NIT No. 01/NIT/EEC/ABEU/AIIMS/BPL/2021-22

Name of work: - Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal.

Estimated Cost: 54,41,525/- Earnest Money: - Nil, (declaration in respect of EMD at page no. 29 to be

enclosed hard copy duly sealed & signed)

Period of completion: - 12 Months, Last time and date of submission of bid: Up to 03.00 PM on 04/06/2021.

The Bid forms and other details can be obtained from the website

www.tenderwizard.com/AIIMSBHOPAL, www.aiimsbhopal.edu.in and www.eprocure.gov.in

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

4

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

5

Annexure 20 A.13.1

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

(APPLICABLE FOR INVITING BIDS ON TWO BID SYSTEM) The Executive Engineer (C), Project Cell, MoHFW, Block No. 10, Hospital Building, AIIMS,

Saket Nagar, Bhopal (Phone 0755-2835050, 2900697 email : [email protected],

[email protected],) on behalf of Director AIIMS, Bhopal invites Percentage Rate Bids from

approved & eligible bidders registered with CPWD/ MES/ Railways/ Other Central Government

PSU’s in appropriate class & Category who fulfill the PQ criteria in Two Bid System for the

following work:

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are

not accepted. (This is not applicable for CPWD enlisted contractors of appropriate class in

composite category) a. Should have satisfactorily completed the works as mentioned below during the last Seven years

ending previous day of last date of submission of bids.

i. One similar work each costing not less than 43.53 Lakhs.

ii. Two similar works each costing not less than 32.65 Lakhs.

iii. Three similar works costing not less than 21.77 Lakhs.

iv. Similar work means “Civil work” The value of executed works shall be brought to current

costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated

from the date of completion to last date of submission of bids.

b. Certificate of Financial Turn over: Should have had average annual financial turnover of

27.50 Lakh and at the time of submission of bid contractor may upload Affidavit/ Certificate

from C.A. mentioning Financial Turnover of last 3 years or for the period as specified in the

bid document and further details if required may be asked from the contractor after opening of

technical bids. There is no need to upload entire voluminous balance sheet

c. Profit/Loss:-The Bidder Should not have incurred any loss (profit after Tax should be

positive) in more than two years during available the last five consecutive balance sheet, duly

audited and Certified by Chartered Accountant. (The Balance sheet in case of Pvt./ Public Ltd.

Company means its standalone finance statement and consolidated financial statement both)

d. Net worth Certificate: - Net worth certificate of minimum 15% of the Estimated Cost put to

tender issued by certified chartered Accounts.

S

No.

NIT

No. Name of work & Location

Estimated

Cost put to

bid

Earnest

Money

Period of

Completi

on

Last date & time

of submission of

bid, duly seal

and signed

Original EMD

declaration

form.

Time & Date

of opening

of Technical

Bid

Time & Date of opening of Price Bid

1 2 3 4 5 6 7 8

1

01/N

IT/E

EC

/AB

EU

/AII

MS

/

BP

L/2

021-2

2

Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal.

54

,41

,525

/-

Nil,

(decla

rati

on

in

respect

of

EM

D a

t p

ag

e n

o.

29

to b

e

en

clo

sed h

ard

cop

y d

uly

seale

d &

sig

ned

)

12 M

on

ths

Up

to

3:0

0 P

M

on

04/0

6/2

021

Up

to

3:3

0 P

M

on

04/0

6/2

021

----

----

--

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

6

2. Evaluation of Performance: - Evaluation of the Performance of Contractors For eligibility

shall be done by NIT approving authority or a Committee Constituted by him. All the Eligible

similar works executed and submitted by bidders may be got inspected by a committee which

may consist of client or any other authorities decided by NIT approving authority. The marks

for Quality shall be given based on this inspection are carried out.

Scoring method of evaluation: - The Scoring for evaluation mentioned in these columns shall

be done as given in Proforma-1.

The intending bidder must read the terms and conditions of CPWD-7 carefully. He should

only submit his bid if he considers himself eligible and he is in possession of all the documents

required.

3. Information and Instructions for bidders posted on website shall form of bid document.

4. The bid document consisting of plans, specifications, the schedule of quantities of various

types of items to be executed and the set of terms and conditions of the contract to be complied

with and other necessary documents can be seen and downloaded from website

www.tenderwizard.com/AIIMSBHOPAL, www.aiimsbhopal.edu.in or

www.eprocure.gov.in

5. But the bid can only be submitted after deposition of duly sealed & signed declaration form

in respect of EMD (available in NIT Page No. 29) in the office of Executive Engineer,

ABEU AIIMS BHOPAL inviting bids within the period of bid submission and uploading

the mandatory scanned documents of above mentioned declaration form in favor of Director

AIIMS BHOPAL and other documents as specified.

6. Those contractors not registered on the website mentioned above, are required to get registered

beforehand. If needed they can be imparted training on online bidding process as per details

available on the website.

7. The intending bidder must have valid class-I/Class-II/Class-III digital signature to submit the

bid.

8. On opening date, the contractor can login and see the bid opening process. After opening of

bids he will receive the competitor bid sheets.

9. Contractor can upload documents in the form of JPG format and PDF format.

10. Contractor must ensure to quote percentage rate on total value of work with selection of

ABOVE/ BELOW/ AT PAR. The column meant for quoting percentage rate in figures appears

in “Yellow Color”. In addition to this, while selecting Above/ Below / AT PAR, if the cell is

left with AT PAR selection, the same shall be treated as “0” (ZERO) Percent. However, if a

tenderer quotes nil rates against each item in item rate tender or does not quote any percentage

above / below on the total amount of the tender or any section / subhead in percentage rate

tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

11. The PQ bid will be opened first on due date and time as mentioned above. The time & date of

opening of financial bid of contractors qualifying the eligibility bid will be communicated

to them a later date.

12. Pre Bid Conference shall be held in chamber of Executive Engineer (C), AIIMS Bhopal at

03:00 PM on / /2021 to clear the doubt of intending bidders, if any.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

7

13. When bids are invited in two stage system and if it is desired to submit revised financial bid

then it shall be mandatory to submit revised financial bid. If not submitted then the bid

submitted earlier shall become invalid.

14. The department reserves the right to reject any prospective application without assigning any

reason and to restrict the list of qualified contractors to any number deemed suitable by it, if

too many bids are received satisfying the laid down criterion.

15. It may be noted that this e-tender is subject to the provision contained in Government of India, Ministry

of Commerce & Industry, Department for Promotion of Industry and Internal Trade (Public

Procurement Section) order no. P-45021/2/2017-PP (BE-II) dt. 04.06.2020 and other all relevant orders

issued by the Government of India from time-to-time.

16. a) The class-I Local Supplier/ Class-II local supplier at the time of tender, bidding or solicitation shall

be required to indicate percentage of local content and provide self-verification that the item offered

meets the local content requirement for Class-I Local supplier/ class-II local supplier, as the case may

be. They shall also give details of location(s) at which the local value addition is made.

b) in case of procurement for a value in excess of Rs. 10 crores the Class-I Local supplier/ Class-II

Local Supplier shall be required to provide a certificate from the statuary auditor or cost auditor of the

company (in the case of companies) or from practicing cost accountant or practicing chartered

accountant (in respect of suppliers other than companies) giving the percentage of local content.

c) False declaration will be in breach of the code of integrity under Rule 175(1)(i)(h) of th GFR-2017

for which a bidder or its successor can be debarred for up to two (2) years as per Rule 151(iii) of the

GFR-2017 along-with such other action as may be permissible under law.

17. Fundamental principles of public buying Rule 144 of GFR 2017 will be applicable as per F No.

6/18/2019-PPD of Ministry of Finance, Department of Expenditure Public Procurement Division.

18. List of Documents to be scanned and uploaded within the period of bid submission:

I. Contractor Enlistment Order/ Registration in concerned department as specified in the

NIT.

II. Declaration form against EMD in favor of Director AIIMS Bhopal (Pg. No. 29).

III. Certificates of work experience, to be issued by office of the rank not below Executive

Engineer. (Duly Filled in Form ‘D’ Performance of Works referred in NIT Pg. 63)

IV. Certificate of last 3 years Financial Turnover from CA.

V. Profit and Loss statement of more than two years from CA.

VI. Net worth Certificate issued From CA.

VII. Certificate of registration for GST and acknowledgement of up to date filed returns (if

applicable).

VIII. Copy of PAN Card issued by Income Tax Department.

IX. Postal Address, Mobile No. and e-mail ID of bidder.

X. Undertaking for site inspection

Executive Engineer (C)

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

8

CPWD - 7

AIIMS, BHOPAL

Notice Inviting Tender 1. The Executive Engineer (C), Project Cell, MoHFW, Block No. 10, Hospital Building,

AIIMS, Saket Nagar, Bhopal (Phone 0755-2835050, 2900697 email :

[email protected], [email protected],) on behalf of Director AIIMS, Bhopal

invites Percentage Rate Bids from approved & eligible bidders registered with CPWD/

MES/ Railways/ Other Central Government PSU’s/ Specialized Agencies in appropriate

class & Category who fulfill the PQ criteria in Two Bid System for the following work of

“Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal..”

The enlistment of the contractors should be valid on the last date of submission of bids. In

case the last date of submission of bid is extended, the enlistment of contractor should be

valid on the original date of submission of bids.

The work is estimated to Cost of 54,41,525/- This estimate, however, is given merely as a

rough guide

1.1 The authority competent to approve NIT for the combined cost and belonging to the major

discipline will consolidate NITs for calling the bids. He will also nominate Division which

will deal with all matters relating to the invitation of bids.

1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the

appropriate authority, which shall be to the satisfaction of the competent authority, of having

satisfactorily completed similar works of magnitude specified below:-

2. Criteria of eligibility for submission of bid documents

2.1. Criteria of eligibility: 2.1.1. One similar work each costing not less than 43.84 Lakhs.

2.1.2. Two similar works each costing not less than 32.88 Lakhs.

2.1.3. Three similar works costing not less than 21.92 Lakhs.

In last 7 (Seven) Years ending previous day of Last date of submission of Bids.

2.2. The value of executed works shall be brought to current costing level by enhancing the actual

value of work at simple rate of 7% per annum; calculated from the date of completion to last

date of submission of bids. This is applicable for 2.1 (This is not applicable for CPWD

enlisted contractors of appropriate class in composite category). Similar work means “Civil

work.

2.3. To become eligible for issue of bid, the bidders shall have to furnish an affidavit as

under:-

I/We undertake and confirm that eligible similar works(s) has/have not been got executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of

Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a

violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall

be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy

to be uploaded at the time of submission of bid).

3. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 of

CPWD GCC 2020 which is available as a Govt. of India Publication and also available on

website www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of

the said form, which will form part of the agreement.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

9

4. The time allowed for carrying out the work will be 12 Months from the date of start as defined in

schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with

the phasing, if any, indicated in the bid documents.

5. The site for the work is available.

The architectural and structural drawings shall be made by successful bidder and got approved and

vetted from IIT/NIT/Sates govt. institutes. (If applicable)

6. The bid document consisting of plans, specifications, the schedule of quantities of various types of

items to be executed and the set of terms and conditions of the contract to be complied with and

other necessary documents except Standard General Conditions of Contract Form can be seen from

website www.tenderwizard.com/AIIMSBHOPAL, www.aiimsbhopal.edu.in or

www.eprocure.gov.in free of cost.

7. After submission of the bid the contractor can re-submit revised bid any number of times but before

last date and time of submission of bid as notified.

8. While submitting the revised bid, contractor can revise the quoted rates but before last date and

time of submission of bid as notified.

9. When bids are invited in three stage system and if it is desired to submit revised financial bid then

it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier

shall become invalid.

10. Declaration form against EMD drawn in favor of Director, AIIMS Bhopal shall be scanned and

uploaded to the e-Tendering website within the period of bid submission.

The original Declaration form against EMD should be deposited in the office of Executive

Engineer, inviting bids within the period of bid submission.

A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum

50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape

prescribed above, and balance may be deposited in shape of Bank Guarantee of any Scheduled

Bank having validity for 180 (One Hundred Eighty) days or more from the last date of receipt of

bids which is to be scanned and uploaded by the intending bidders.

Copy of Enlistment Order and certificate of work experience and other documents as specified in

the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid

submission. However, certified copy of all the scanned and uploaded documents as specified in

press notice shall have to be submitted by the lowest bidder only within a week physically in the

office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those

bidders, whose original Declaration form against EMD deposited with office of

EXECUTIVE ENGINEER (C) AIIMS Bhopal and other documents scanned and

uploaded are found in order.

The bid submitted shall be opened at 03.30 PM on 04/06/2021

11. The contractors registered prior to 01.04.2015 on e-tendering portal of tender wizard shall

have to deposit tender processing fee at existing rates or they have option to switch over to

the new registration system without tender processing fee any time.

12. The bid submitted shall become invalid and e-Tender processing fee shall not be

refunded if:

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

10

a) The bidder is found ineligible.

b) The bidder does not deposit original Declaration form against EMD in the office of Executive

Engineer, AIIMS Bhopal.

c) The bidder does not upload all the documents (including GST registration) as stipulated in the

bid document including the copy of Declaration form against EMD.

d) If any discrepancy is noticed between the documents as uploaded at the time of submission of

bid and hard copies as submitted physically by the lowest bidder in the office of bid opening

authority.

e) If a tenderer quotes nil rates against each item in item rate tender or does not quote any

percentage above / below on the total amount of the tender or any section /sub head in

percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest

tenderer.

13. The contractor whose bid is accepted will be required to furnish performance guarantee of

3% (Three Percent) of the bid amount within the period specified in Schedule F. This

guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or

Deposit at Call Receipt of any Scheduled Bank/Banker’s Cheque of any Scheduled

Bank/Demand Draft of any Scheduled Bank/Pay Order of any Scheduled Bank (in case

guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit

Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in

accordance with the prescribed form. In case the contractor fails to deposit the said

performance guarantee within the period as indicated in Schedule ‘F’ including the extended

period if any, the Earnest Money deposited by the contractor shall be forfeited automatically

without any notice to the contractor. The Earnest Money deposited along with bid shall be

returned after receiving the aforesaid performance guarantee. The contractor whose bid is

accepted will also be required to furnish either copy of applicable licenses / registrations or

proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW

Welfare Board including Provident Fund Code No. if applicable and also ensure the

compliance of aforesaid provisions by the sub-contractors, if any, engaged by the contractor

for the said work and Programme Chart (Time and Progress) within the period specified in

Schedule F.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

11

14. The description of the work is as follows:-

“Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal.”

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is

practicable), the form and nature of the site, the means of access to the site, the accommodation

they may require and in general shall themselves obtain all necessary information as to risks,

contingencies and other circumstances which may influence or affect their bid. A bidder shall be

deemed to have full knowledge of the site whether he inspects it or not and no extra charge

consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible

for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,

facilities for workers and all other services required for executing the work unless otherwise

specifically provided for in the contract documents. Submission of a bid by a bidder implies that he

has read this notice and all other contract documents and has made himself aware of the scope and

specifications of the work to be done and of conditions and rates at which stores, tools and plant,

etc. will be issued to him by the Government and local conditions and other factors having a

bearing on the execution of the work.

15. The competent authority on behalf of the Director, AIIMS Bhopal does not bind itself to accept the

lowest or any other bid and reserves to itself the authority to reject any or all the bids received

without the assignment of any reason. All bids in which any of the prescribed condition is not

fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be

summarily rejected.

16. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the

bids submitted by the contractors who resort to canvassing will be liable for rejection.

17. The competent authority on behalf of Director, AIIMS Bhopal reserves to himself the right of

accepting the whole or any part of the bid and the bidder shall be bound to perform the same at the

rate quoted.

18. The contractor shall not be permitted to bid for works in the AIIMS Bhopal responsible for award

and execution of contracts, in which his near relative is posted as Group A/ B officer or as an

officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both

inclusive). He shall also intimate the names of persons who are working with him in any capacity

or are subsequently employed by him and who are near relatives to any Group A/ B officer in the

AIIMS Bhopal. Any breach of this condition by the contractor would render him liable to be

removed from the approved list of contractors of this Department.

19. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India is allowed to work

as a contractor for a period of one year after his retirement from Government service, without the

prior permission of the Government of India in writing. This contract is liable to be cancelled if

either the contractor or any of his employees is found any time to be such a person who had not

obtained the permission of the Government of India as aforesaid before submission of the bid or

engagement in the contractor’s service.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

12

20. The bid for the works shall remain open for acceptance for a period of Seventy (75) days

from the date of opening of PQ bid in case bids are invited on two envelop system (strike out

as the case may be). If any bidder withdraws his bid before the said period or issue of letter of

acceptance, whichever is earlier, or makes any modifications in the terms and conditions of

the bid which are not acceptable to the department, then the Government shall, without

prejudice to any other right or remedy, be at liberty to be suspended for One year and

shall not be eligible to bid for AIIMS Bhopal and further the bidder shall not be allowed

to participate in the re-bidding process of the work.

21. This Notice Inviting Bid shall form a part of the contract document. The successful bidder /

contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the

stipulated date of start of the work, sign the contract consisting of : -

a) The Notice Inviting Bid, all the documents including additional conditions,

specifications and drawings, if any, forming part of the bid as uploaded at the time

of invitation of bid and the rates quoted online at the time of submission of bid and

acceptance thereof together with any correspondence & negotiation leading thereto.

b) Standard C.P.W.D. Form 7 of CPWD GCC 2020 or other Standard C.P.W.D. Form

as applicable.

c) C.P.W.D. General Conditions of Contract 2020 (For Maintenance Works)

**********

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

13

INTEGRITY PACT

To,

Sub: NIT No. 01/NIT/EEC/ABEU/AIIMS/BPL/2021-22

For the work of: - “Annual Repair and Maintenance Work of Housing Complex at AIIMS

Bhopal.”

Dear Sir,

It is here by declared that AIIMS Bhopal is committed to follow the principle of transparency,

equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that

the Bidder will sign the integrity Agreement, which is an integral part of tender / bid documents,

failing which the tenderer / bidder will stand disqualified from the tendering process and the bid of

the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the

same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the

Director AIIMS Bhopal.

Yours faithfully,

Executive Engineer (C)

ABEU AIIMS Bhopal

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

14

To,

The Executive Engineer (C)

ABEU, AIIMS BHOPAL.

Sub: NIT No. 01/NIT/EEC/ABEU/AIIMS/BPL/2021-22

For the work of: - “Annual Repair and Maintenance Work of Housing Complex at AIIMS Bhopal.”

Dear Sir,

I / We acknowledge that AIIMS is committed to follow the principles thereof as

enumerated in the Integrity Agreement enclosed with the tender/bid document.

I / We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on

the condition that I/We will sign the enclosed integrity Agreement, which is an integral part

of tender documents, failing which I/We will stand disqualified from the tendering process.

I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN

UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and

distinct from the main contract, which will come into existence when tender/bid is finally

accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,

which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, AIIMS shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with

terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

15

To be signed by the bidder and same signatory competent / authorized to

Sign the relevant contract on behalf of AIIMS Bhopal.

INTEGRITY AGREEMENT

This Integrity Agreement is made at .............................. on this ............... day of. ............. 2018

BETWEEN

Director, AIIMS Bhopal represented through Executive Engineer (C), ABEU, AIIMS Bhopal,

(Name of Division)

AIIMS, ..................................................................................... , (Hereinafter referred as the

(Address of Division)

'Principal / Owner', which expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns)

AND

(Name and Address of the Individual/firm/Company)

through ................................................................................ (hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context

hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender No. 01/NIT/EEC/ABEU/AIIMS/BPL/2021-

22)

.................................... ) (hereinafter referred to as “Tender/Bid”) and intends to award, under

laid down organizational procedure, contract for “Annual Repair and Maintenance

Work of Housing Complex at AIIMS Bhopal.” here in after referred to as the “Contract”.

AND WHEREAS the Principal / Owner values full compliance with all relevant laws of the land,

rules, regulations, economic use of resources and of fairness/transparency in its relation with its

Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this

Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and

conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and

Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties

hereby agree as follows and this Pact witnesses as under:

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

16

Article 1: Commitment of the Principal / Owner

1. The Principal/Owner commits itself to take all measures necessary to

prevent corruption and to observe the following principles:

a. No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the Tender, or the execution of the Contract,

demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

b. The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity

and reason. The Principal/Owner will, in particular, before and during the Tender

process, provide to all Bidder(s) the same information and will not provide to any

Bidder(s) confidential / additional information through which the Bidder(s) could

obtain an advantage in relation to the Tender process or the Contract execution.

c. The Principal / Owner shall endeavor to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2. If the Principal/Owner obtains information on the conduct of any of its employees which is

a criminal offence under the Indian Penal code (IPC) / Prevention of Corruption Act, 1988

(PC Act) or is in violation of the principles herein mentioned or if there be a substantive

suspicion in this regard, the Principal / Owner will inform the Chief Vigilance Officer and

in addition can also initiate disciplinary actions as per its internal laid down policies and

procedures.

Article 2: Commitment of the Bidder (s) / Contractor (s)

1. It is required that each Bidder / Contractor (including their respective officers, employees

and agents) adhere to the highest ethical standards, and report to the Government /

Department all suspected acts of fraud or corruption or Coercion or Collusion of which

it has knowledge or becomes aware, during the tendering process and throughout the

negotiation or award of a contract.

2. The Bidder(s) / Contractor(s) commit himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation

in the Tender process and during the Contract execution:

a. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm,

offer, promise or give to any of the Principal / Owner's employees involved in the

Tender process or execution of the Contract or to any third person any material or other

benefit which he/she is not legally entitled to, in order to obtain in exchange any

advantage of any kind whatsoever during the Tender process or during the execution

of the Contract.

b. The Bidder(s) / Contractor (s) will not enter with other Bidder (s) into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to

prices, specifications, certifications, subsidiary contracts, submission or non-submission

of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c. The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC

Act. Further the Bidder(s) / Contract(s) will not use improperly, (for the purpose of

competition or personal gain), or pass on to others, any information or documents

provided by the Principal/Owner as part of the business relationship, regarding plans,

technical proposals and business details, including information contained or transmitted

electronically.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

17

d. The Bidder(s)/ Contractor(s) of foreign origin shall disclose the names and addresses of

agents / representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian

Nationality shall disclose names and addresses of foreign agents/representatives, if any.

Either the Indian agent on behalf of the foreign principal or the foreign principal directly

could bid in a tender but not both. Further, in cases where an agent participates in a tender

on behalf of one manufacturer, he shall not be allowed to quote on behalf of another

manufacturer along with the first manufacturer in a subsequent/parallel tender for the same

item.

e. The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose (with each tender as per

Performa enclosed) any and all payments he has made, is committed to or intends to make

to agents, brokers or any other intermediaries in connection with the award of the Contract.

3. The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

4. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm indulge in fraudulent

practice means a willful misrepresentation or omission of facts or submission of fake / forged

documents in order to induce public official to act in reliance thereof, with the purpose

of obtaining unjust advantage by or causing damage to justified interest of others

and/or to influence the procurement process to the detriment of the Government

interests.

5. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use

Coercive Practices (means the act of obtaining something, compelling an action or

influencing a decision through intimidation, threat or the use of force directly or indirectly,

where potential or actual injury may befall upon a person, his / her reputation or property to

influence their participation in the tendering process).

Article 3: Consequences of Breach

1. Without prejudice to any rights that may be available to the Principal/Owner under law or

the Contract or its established policies and laid down procedures, the Principal / Owner

shall have the following rights in case of breach of this Integrity Pact by the

Bidder(s)/Contractor(s) and the Bidder / Contractor accepts and undertakes to respect and

uphold the Principal / Owner's absolute right:

2. If the Bidder (s) / Contractor(s), either before award or during execution Contract has

committed a transgression through a violation of Article 2 above or in any other form, such

as to put his reliability or credibility in question, the Principal/Owner after giving 14 days

notice to the contractor shall have powers to disqualify the Bidder(s)/ Contractor(s) from the

Tender process or terminate / determine the Contract, if already executed or exclude the

Bidder/Contractor from future contract award processes. The imposition and duration of the

exclusion will be determined by the severity of transgression and determined by the Principal/ Owner.

Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

3. Forfeiture of EMD / Performance Guarantee / Security Deposit:

If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the

award of the Contract or terminated/determined the Contract or has accrued the right to

terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from

exercising any legal rights that may have accrued to the Principal/Owner, may in its

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

18

considered opinion forfeit the entire amount of Earnest Money Deposit, Performance

Guarantee and Security Deposit of the Bidder / Contractor.

4. Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or

Contractor, or of an employee or a representative or an associate of a Bidder or Contractor

which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of

Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the

Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1. The Bidder declares that no previous transgressions occurred in the last 5 years with

any other Company in any country confirming to the anticorruption approach or with

Central Government or State Government or any other Central/State Public Sector

Enterprises in India that could justify his exclusion from the Tender process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the

Tender process or action can be taken for banning of business dealings/ holding listing

of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3. If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by

him and has installed a suitable corruption prevention system, the Principal/Owner

may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors:

1. The Bidder(s) / Contractor(s) undertake(s) to demand from all subcontractors a commitment

in conformity with this Integrity Pact. The Bidder / Contractor shall be responsible for

any violation(s) of the principles laid down in this agreement/Pact by any of its Sub-

contractors/sub vendors.

2. The Principal / Owner will enter into Pacts on identical terms as this one with all

Bidders and Contractors.

3. The Principal / Owner will disqualify Bidders, who do not submit, the duly signed

Pact between the Principal/Owner and the bidder, along with the Tender or violate its

provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

1. This Pact begins when both the parties have legally signed it. It expires for the Contractor /

Vendor 03 Months after the completion of work under the contract or till the continuation

of defect liability period, whichever is more and for all other bidders, till the Contract has

been awarded.

2. If any claim is made/lodged during the time, the same shall be binding and continue to be

valid despite the lapse of this Pacts as specified above, unless it is discharged/determined

by the Competent Authority of AIIMS Bhopal.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

19

Article 7- Other Provisions

1. This Pact is subject to Indian Law, place of performance and jurisdiction is the AIIMS

of the Principal / Owner, who has floated the Tender.

2. Changes and supplements need to be made in writing. Side agreements have

not been made.

3. If the Contractor is a partnership or a consortium, this Pact must be signed by all the

partners or by one or more partner holding power of attorney signed by all partners

and consortium members. In case of a Company, the Pact must be signed by a

representative duly authorized by board resolution.

4. Should one or several provisions of this Pact turn out to be invalid; the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to

their original intentions.

5. It is agreed term and condition that any dispute or difference arising between the

parties with regard to the terms of this Integrity Agreement / Pact, any action

taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact

or interpretation there of shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and

remedies belonging to such parties under the Contract and/or law and the same shall be deemed

to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of

brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender /

Contract documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place

and date first above mentioned in the presence of following witnesses:

(For and on behalf of Principal/Owner)

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. . .................................................. (Signature, name and address)

2. . ................................................... (Signature, name and address)

Place: -

Dated: -

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

20

fufonk T E N D E R

eSaus@geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlwph d][k]x]?k] M-] vkSj p] ykxw fofunsZ’k]

uD’ks ,oa fMtkbu] lkekU; fu;e ,oa funsZ’k] Bsds ds mica/k] fof’k"V ’krsZ] nj vuqlwph ,oa vU; dkxtkr

rFkk Bsds dh ’krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa dks i<+ o tkap fy;k

gSA

I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract

and all other contents in the tender document for the work.

eS@ge] ,rr~ }kjk funs’kd v-Hkk-vk-la- ds fy, vuqlwph ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V

dk;Z] ;Fkk&ek=kvksa dh vuqlwph rFkk lHkh lacaf/kr fofunsZ’kksa] fMtkbuksa] uD’kksa ds vuq:i rFkk lkekU;

fu;ekoyh ds fu;e&1 vkSj Bsds dh ’krksZ ds [kaM&11 esa mfYyf[kr fyf[kr vuqns’kksa ,oa ,slh lkefxz;ksa]

tks iznku dh tkrh gS vkSj mlds laca/k esa] ,slh ’krsZ tks ykxw gks] ds vuq:i fu"iknu gsrq fufonk nsrk

gwa@nsrs gSa A

I/We hereby tender for the execution of the work specified for the Director AIIMS within the time specified in Schedule ’F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkjh[k ls iPNrj ¼75½ fnu ds fy, [kqyk j[kus

rFkk bldh 'krksaZ ,oa fuca/kuksa esa] fdlh izdkj dk ifjorZu djus ds fy, lger gSaA

I/We agree to keep the tender open for 75 (75) days from the due date of opening of technical bid and not to make any modification in its terms and conditions.

EMD के सबंधं में घोषणा प्रस्ततु की गई है। यदि मैं / हम, निधाारित अवनध के भीति निधाारित निष्पािि

गािंटी प्रस्ततु कििे में ववफल िहता हैं। मैं / हम इस बात से सहमत हैं दक नििेशक, एम्स भोपाल या उिके

उत्तिानधकािी, कायाालय में दकसी अन्य अनधकाि या उपाय के पक्षपात के वबिा, मेिे / हमािे ऊपि कायावाही कििे के नलए स्वततं्र है होंगे। इसके अलावा, यदि मैं / हम निदिाष्ट के रूप में काम शरुू कििे में ववफल िहत ेहैं, तो मैं / हम इस

बात से सहमत हैं दक नििेशक, एम्स, भोपाल या कायाालय में उिके उत्तिानधकािी काििू में उपलब्ध दकसी अन्य

अनधकाि या उपाय के पक्षपात के वबिा, उक्त प्रिशाि की गािंटी के नलए पणूा रूप से स्वततं्रता पि होंगे। उक्त प्रिशाि की गािंटी टेंडि िस्तावेजों में निदिाष्ट नियमों औि शतों पि निदिाष्ट सभी कायों को निष्पादित कििे की गािंटी होगी या उस

सीमा से अनधक होज़ के नलए सिंनभात की जाती है, जो खंड 12.2 औि 12.3 में निदहत प्रावधाि के अिसुाि निधाारित

की जािी चादहए। इसके अलावा, मैं / हम सहमत हैं दक पवूोक्त के रूप में बयािा धि या प्रिशाि की गािंटी के मामले में, मैं / हम काया की पिु: निवविा प्रदिया में भागीिािी के नलए अवरुद्ध दकय ेजाएंगे।

Declaration in respect of EMD has been submitted. If I/We, Fail to furnish the

prescribed performance guarantee within prescribed period. I/We agree that the said Director,

AIIMS Bhopal or his successors, in office shall without prejudice to any other right or remedy, be at

liberty to take action to debar me/us. Further, if I/WE fail to commence work as specified, I/We

agree that Director, AIIMS, Bhopal or his successors in office shall without prejudice to any other

right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely.

The said Performance Guarantee shall be a guarantee to execute all the works referred to in the

tender documents upon the terms and conditions contained or referred to hose in excess of that

limit at the rates to be determined in accordance with the provision contained in clause 12.2 and

12.3 of the tender form. Further, I/we agree that in case of forfeiture of earnest money or

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

21

performance guarantee as aforesaid, I/We shall be debarred for participation in the re-

tendering process of the work.

eSa opu nsrk gwa rFkk iqf"V djrk gwa@ge opu nsrs gSa rFkk iqf"V djrs gSa fd ik=rk ds fy, leku

fuekZ.k dk;Z dks cSd Vw cSd vk/kkj ij ,d vU; Bsdsnkj }kjk ugha djok;k x;k gSA blds vykok ;fn

bl izdkj dk mYya?ku foHkkx dh tkudkjh esa vkrk gS rks eq>s@gesa Hkfo"; esa dsyksfufo esa fufonk nsus ls

ges'kk ds fy, oafpr dj fn;k tk,xkA lkFk gh] ;fn dk;Z ds izkjaHk gksus dh rkjh[k ls igys bl izdkj

dk mYya?ku foHkkx dh tkudkjh esa vkrk gS rks Hkkjlk/kd bathfu;j dks c;kuk jkf'k tek@dk;Z fu"iknu

xkjaVh dh lexz jkf'k tCr djus dh Lora=rk gksxhA I/We undertake and confirm that eligible similar work(s) has / have not been got executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in AIIMS Bhopal in future forever. Also, if such a violation comes to the notice of Department before date of start of work, The Engineer – in – Charge shall be free to forfeit the entire amount of Earnest Money Deposited / Performance Guarantee.

eSa@ge ,rr~ }kjk ?kks"k.kk djrs gS fd eS@ge fufonk dkxtkrksa] uD’kksa vkSj dk;Z ls lacaf/kr vU;

vfHkys[kksa dks xqIr@xksiuh; dkxtkr ds :Ik esa j[ksxs vkSj muls izkIr@yh xbZ tkudkjh fdlh vU; dks]

ftUgsa eSa@ge lwfpr djus ds fy, izkf/kd`r gks] ls fHkUu fdlh dks]ugha crk,xsa ;k tkudkjh dks fdlh ,sls

:i esa iz;ksx ugh djsaxs tks jkT; dh lqj{kk ds fy, izfrdwy gksA

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

rkjh[k Dated #..................... Bsdsnkj ds gLrk{kj Signature of Contractor#

Mkd dk irk Postal Address#

lk{kh Witness : #

irk Address: #

mithfodk Occupation : # # To be filled in by the contractor/witness

as applicable

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

22

Lohd`fr ACCEPTANCE

eS funs’kd] vf[ky Hkkjrh; vk;qfoZKku laLFkku Hkksiky dh vksj ls rFkk muds fy,

------------------------- ¼:i, -------------------------------*-----------------------------------------½ dh jkf’k ds fy, mi;qZDr

fufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj djrk gwaA

The above tender (as modified vide letters mentioned hereunder) is accepted by me for and on behalf of the Director AIIMS, Bhopal for a sum of . ____________ (Rupees_____________________________________________________________)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksaxsA

The letters referred to below shall form part of this contract Agreement:- a) b) c) funs’kd v-Hkk-vk-la- dh vksj ls rFkk muds fy,

For & on behalf of the Director AIIMS gLrk{kj Signature ....................................

rkjh[k Dated ...................... inuke Designation .........................

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

23

vuqlwfp;ka SCHEDULES

vuqlwph ^d* SCHEDULE ‘A’ ek=kvksa dh vuqlwph ¼layXu½

Schedule of quantities (As per PWD-3) Page No. 33 to 48 (Enclosed) vuqlwph ?k* SCHEDULE ‘D’ dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost]

;fn dksbZ gksa] dh vfrfjDr vuqlwph

Extra schedule for specific requirements/ Documents for the work, if any. -Nil-

vuqlwph ¼M½ SCHEDULE ‘E’ Bsds dh lkekU; ’krksZ dk lanHkZ

Reference to General Conditions of contract: General Conditions of Contract for CPWD Works, 2020 (for Maintenance Works)

dk;Z dk uke Name of work : “Annual Repair and Maintenance Work of Housing

Complex at AIIMS Bhopal.”

dk;Z dh vuqqekfur ykxr Estimated cost of work : 54,41,525/- (i) /kjksgj jkf’k Earnest money: Nil, (declaration in respect of EMD at page no. 29 to be

enclosed hard copy duly sealed & signed)

(ii)fu"iknu xkjaVh Performance guarantee : 3% of tendered value fufofnr ewY; dk 3 izfr’kr

(iii) izfrHkwfr fu{ksi% Security Deposit: 2.5% of tendered Value

vuqlwph ^p* SCHEDULE ‘F’

lkekU; fu;e ,oa fn’kkfunsZ’k%

General Rules & Directions: fufonk vkea=.k djus okyk izkf/kdkjh

Officer inviting tender - EXECUTIVE ENGINEER (C) AIIMS Bhopal

dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr’kr ftlls

vf/kd fu"ikfnr enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2

vkSj 12-3 ds fuEukuqlkj vuqlkj gksxk

Maximum percentage for quantity of items of Work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 See Below Definitions: 2(v) Hkkjlk/kd bathfu;j

Engineer-in-Charge Executive Engineer (C), AIMS Bhopal 2(viii) Lohdkj drkZ izkf/kdkjh

Accepting Authority Superintending Engineer, AIMS Bhopal 2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds fy, Je ,oa

lkefxz;ksa dh ykxr ij izfr’krrk

Percentage on cost of materials and labour to cover all overheads and profits 15% (Fifteen per cent) 2(xi) njksa dh ekud vuqlwph

Standard schedule of Rates Delhi Schedule of Rates (DSR) - 2018 2(xii) foHkkx

aDepartment ABEU AIIMS BHOPAL

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ

Standard CPWD contract Form: GCC 2020, CPWD Form 7as modified & corrected up to last date of online bid submission

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

24

[k.M Clause 1

iv) Lohd`fr i= tkjh gksus dh rkjh[k ls fu"iknu

xkjaVh ds izLrqrhdj.k ds fy, vuqer le;

Time allowed for submission of performance guarantee, program chart (Time & Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW welfare board or proof of applying thereof : from the date of issue of letter of acceptance : 7 days.

v) ¼mi;qZDr i½ esa nh xbZ vof/k ds Ik’pkr~ vf/kdre vuqes; ,DlVsa’ku

Extension with late fee @ 0.10% per day of performance guarantee amount beyond the period as provided in (i) above : 7 days.

* Beyond days mentioned in (iv) & (v) above the competent authorities

May take appropriate decisions.

[k.M Clause 2 [k.M 2 ds rgr izfrdkj fuf’pr djus okyk izkf/kdkjh

Authority for fixing compensation under clause 2 Superintending Engineer, AIIMS Bhopal

[k.M Clause 2A D;k [k.M 2 d ykxw gksxk

Whether clause 2A shall be applicable For maintenance works estimated cost upto Rs. 25 Lacs

(Modified OM No. DG/CON/309 Dt. 19/03/2010 Deleted

[k.M Clause 5

dk;Z vkjaHk dh rkjh[k dh x.kuk ds fy, Lohdf̀r i= ds tkjh

gksus dh rkjh[k ls fnuksa dh la[;k

No. of days from the date of issue of letter of acceptance for reckoning date of start 14 days

y{; uhps nh xbZ lkj.kh ds vuqlkj

Milestone(s) : - As per Table given below

y{; ¼ehy&iRFkj½ lkj.kh

Table of milestone(s) Table of Mile stones:

Sr. No.

Description of Mile stone (Financial)

Time allowed in Months (From date of start) for

achieving milestone

Amount to be withheld in case of Non-achievement

of each mile stone

1. 1/3 4 Months 1.50%

2. 2/3 8 Months 1.50%

3. Full 12 Months 2.00%

NOTE: 1. Withheld amount shall be released if and when subsequent milestone is achieved within respective

time specified. However, in case milestones are not achieved by the Bidder for the work, the amount shown against milestone shall be withheld.

2. Intending bidder may submit phasing of activities/milestones based on their resources and methodology at the time of bidding corresponding to physical milestones / financial milestone/ stages indicated in the above table. These shall be formed part of the agreement after approval of the accepting authority, otherwise it would be assumed that agency agrees with the above mentioned physical / financial milestones.

Time allowed for execution of work : 12 Months

Authority to decide

(i) Extension of Time Executive Engineer (C), AIIMS Bhopal (ii) Rescheduling of mile stones Superintending Engineer, AIIMS Bhopal

(iii) Shifting of date of start in case of Superintending Engineer, AIIMS Bhopal delay in handing over of site

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

25

PROFORMA OF SCHEDULE Clause 5 Schedule of Handing over of site

Part Portion of site Description Time period for handing over reckoned

from date of issue of letter of intent

Part - A Portion without any hindrance Site available

Part – B Portion with encumbrances NIL

Part – C Portion dependent on work of other agencies

NIL

[k.M Clause 6

Clause applicable Clause 6 (Computerized MB)

[k.M Clause 7 varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls Hkqxrku ds ckn

dqy Hkqxrku ,df=r lkefxz;ksa ds vfxzeksa ds lek;kstu lfgr fd;k

tkus okyk dqy dk;Z

Gross work to be done together with net Payment/adjustment of advances for Material collected, if any since the last Such payment for being eligible to interim Payment 2 Lakh

[k.M 7 d Clause7A

Weather clause 7 A shall be applicable Yes applicable (No running Account Bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-charge)

[k.M 10 d Clause10A

dk;ZLFky iz;ksx’kkyk esa Bsdsnkj }kjk miyC/k djk;s tkus ijh{k.k midj.k dh lwph

List of testing equipment to be provided by the contractor at site lab As per direction of Engineer-in-Charge.

[k.M Clause10B(ii)

D;k [k.M 10 [k (ii) ykxw gksxk

Whether clause 10B (ii) shall be applicable Yes

[k.M Clause10C

Component of labour expressed as 25%

[k.M Clause10CC Not Applicable

[k.M Clause 11 CPWD General Specifications for Civil

Works Part I & II 2019 .

dk;Z fu"iknu ds fy, vuqikyu

Type of Work Maintenance Work

[k.M Clause 12

Authority to decide deviation up to 1.5 times of tendered amount

fufonk jkf’k dk 1-5 xquk rd fopyu r; djus dk vf/kdkjh Superintending Engineer, AIIMS Bhopal

12.2 & 12.3

fopyu lhek ftlds ijs [k.M 12-2 rFkk 12-3 Hkou fuekZ.k

dk;Z ds fy, ykxw gksaxs

Deviation limit beyond which clauses 12.2 & 12.3 30% shall apply for building work (Other than foundation)

12.5 Deviation limit beyond which clauses 12.2 & 12.3 shall

apply for foundation work (except earth work) 30%

Deviation Limit for items mentioned in earth work subhead of DSR and related items 100%

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

26

[k.M Clause 16

?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh

Competent Authority for deciding reduced rates: Superintending Engineer, AIIMS, Bhopal

[k.M Clause 18

dk;ZLFky ij Bsdsnkj }kjk yxk;s tkus okyh vfuok;Z e’khujh

vkStkj ,oa l;a=ksa dh lwph %&

List of mandatory machines, tools and plants to be deployed by the contractor at site. All essential Tools Used for Maintenance Work. As per direction of Engineer-in-Charge [k.M Clause 19L

ईपीएफ औि ईएसआई का योगिाि Contribution of EPF and ESI : Not Applicable [k.M Clause 25

Place of arbitration : To be decided by competent authority at the time of appointment of Arbitrator. For Total Claim upto Rs. 25 Lakhs

Designation Constitution of Dispute Redressal Committee (DRC)

Chairman Director AIIMS Bhopal

Member F.A. AIIMS Bhopal

Member Secretary Superintending Engineer AIIMS Bhopal

Presenting Officer Executive Engineer, AIIMS Bhopal Bhopal

For Total Claim above Rs. 25 Lakhs

Designation Constitution of Dispute Redressed Committee (DRC)

Chairman Director AIIMS Bhopal

Member Secretary Superintending Engineer AIIMS Bhopal

Member F.A. AIIMS Bhopal

Presenting Officer Executive Engineer, AIIMS Bhopal.

[k.M Clause 30 Whether clause 30 shall be applicable YES / NO

[k.M Clause 31 Whether clause 31 shall be applicable YES applicable as per condition of work

[k.M Clause 32

Whether clause 32 shall be applicable YES

S. No Requirement

of Technical

staff

Nos. Minimum

experience

(Years)

Designation of

Technical staff

Rate at which recovery shall be

made from the contractor in the

event of not fulfilling provision of

Clause 32

1.

Graduate

Engineer

Or

Diploma

Engineer

1

1

2

Or

5

(respectively)

Principle

Technical

Representative

Or

Project Planning/

Quality/ Site/

Billing Engineer

15,000/-

Per Person /

Per Month

Fifteen

Thousand Per

Person / Per

Month

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

27

[k.M Clause 38

I) d½ etnwjh dh njsa NA

I) (a) Labour Wages

II) vuqekuewyd ek=kvksa esa vuqeR; fopyu

Variations permissible on theoretical quantities. d½ lhesUV ftu dk;ksZ ds fy, fufonk easa vuqekfur

ewY; :- 5 yk[k ls vf/kd u gks

a) Cement for works with estimated cost put NA to tender not more than Rs. 5 lakhs

ftu dk;ksZ ds fy, fufonkesa vuqekfur

ewY; :- 5 yk[k ls vf/kd gks

for works with estimated cost put to NA tender more than Rs. 5 lakhs

[k½ fcVqeu lHkh dk;ksZ ds fy,

b) Bitumen for all works NA

x½ bLikr izR;sd O;kl] dksV vkSj Js.kh ds fy,

iwuoZyu vkSj lajpukRed bLikr dkV

c) Steel Reinforcement and structural steel sections for each diameter, section and NA category.

?k½ lHkh vU; lkefxz;ka

d) All other materials NA

vuqeR; fopyu ls vf/kd dh ek=kvksa ds fy, olwyh njsa

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION __________________________________________________________________________________ Øe en fooj.k vadks vkSj ’kCnksa esa og nj ftl ij Bsdsnkj ls vuqeR; fopyu ls veqeR; fopyu ls

la- olwyh dh tk,xh vf/kd vkf/kD; vf/kd mi;ksx

?kVk;k

Sl Description of item Rates in figures and words at which Excess beyond Less use beyond No. recovery shall be made from the Permissible variation the permissible

Contractor variation

__________________________________________________________________________________ 1. lhesUV Cement N.A. Not Permitted

2. bZLikr Steel Reinforcement N.A. Not Permitted

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

28

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

29

ANNEXURE – ‘A’

PROFORMA FOR EARNEST MONEY DEPOSIT DECLARATION

To,

The Director

AIIMS Bhopal

WHEREAS, I/WE ............................. …………………………………. (Name of Agency) have submitted

bids for…………………………………………………………………………………………………...(name of work)

I/WE hereby submit following declaration in lieu of submitting Earnest Money.

(1) If after tender opening of tender/quotation, I/WE withdraw or modify my/our bid during the period of

validity of tender (including extended validity of tender/NIQ) specified in the tender/NIQ documents.

OR

(2) If after the award of work, I/WE fail to sign the contract, or to submit performance guarantee before

the deadline defined in the tender documents.

I/WE shall be suspended for One Year and shall not be eligible to bid for AIIMS Bhopal Tender/NIQ

from date of issue of suspension order.

DATE SIGNATURE OF THE Constructor(S)

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

30

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

31

Annexure ‘B’ Form of Performance guarantee / Bank guarantee bond

[Reference para 21.1.(1)(V)] In consideration of the Director of AIIMS Bhopal (hereinafter called “The Government”) having offered to accept the terms and conditions of the proposed agreement between…………………………….and …………….....................…… (Hereinafter called “the said Contractor(s)”) for the work………………………… (Hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs………………….. (Rupees………………………………… only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, ………………………………. (Hereinafter referred to as “the Bank”) hereby undertake to pay to the Director AIIMS Bhopal an amount not exceeding Rs……………….. (Rupees……………………………. Only) on demand by the Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the Director, AIIMS Bhopal stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards 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. ………………….. (Rupees ………… ……………….only)

3. We, the said bank further undertake to pay the Director, AIIMS Bhopal any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Director, AIIMS Bhopal under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in- Charge on behalf of the Director, AIIMS Bhopal certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ……………………………. (indicate the name of the Bank) further agree with the Director, AIIMS Bhopal that the Director, AIIMS Bhopal shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Director, AIIMS Bhopal against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Director, AIIMS Bhopal to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

7. We, ……………………………. (Indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Director, AIIMS Bhopal in writing.

8. This guarantee shall be valid up to …………………………unless extended on demand by the Director, AIIMS Bhopal. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. …………………… (Rupees ……………………………………………………..) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

*Dated the ………………..day of ……………………for………………….(indicate the name of the Bank

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ JE (P) AE (P) EE (C)

32

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

33

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, BHOPAL

NIT NO. 01/NIT/EEC/ABEU/AIIMS/BPL/2021-22

Name of Work :- Annual repair and maintenance work of Housing Complex at AIIMS Bhopal.

SCHEDULE OF QUANTITY

Name of the Contractor

Sr. No

Description of Items Qty Unit

Quoted rates are negative

or positive

Rate in Figures

in Rupees

Amount

1

Supplying chemical emulsion in sealed containers including delivery as specified. concentrate of 20%

231.20 litre Normal

Item 216.92 50,151.90

2

Treatment at points of contact of wood work by chemical emulsion Chlorpyriphos/ Lindane (in oil or kerosene based solution) @ 0.5 litres per hole by drilling 6 mm dia holes at downward angle of 45 degree at 150 mm centre to centre and sealing the same.

150.00 Meter Normal

Item 274.32 41,148.00

3

Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels.

Raj Nagar Plain white marble/ Udaipur green marble/ Zebra black marble

a Area of slab upto 0.50 sqm 2.52 Sqm Normal

Item 2,999.59 7,558.97

b Area of slab over 0.50 sqm 2.52 Sqm Normal

Item 2,756.86 6,947.29

4

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados,over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete

25.92 Sqm Normal

Item 1,112.72 28,841.70

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

34

5

Providing and fixing Pre-laminated flat pressed 3 layer (medium density) particle board or graded wood particle board IS : 3087 marked, with one side decorative and other side balancing lamination Grade I, Type II exterior grade IS : 12823 marked, in shelves with screws and fittings wherever required, edges to be painted with polyurethane primer (fittings to be paid separately).

18 mm thick 56.25 Sqm Normal

Item 1,288.66 72,487.13

6

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters:

30 mm thick including ISI marked Stainless Steel butt hinges with necessary screws

33.00 sqm Normal

Item 1,965.38 64,857.54

7 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete :

250x10 mm 12.00 Each Normal

Item 403.54 4,842.48

8

Providing and fixing special quality bright finished brass cupboard or ward robe locks with four levers of approved quality including necessary screws etc. complete.

40 mm 30.00 Each Normal

Item 271.30 8,139.00

9 Providing and fixing bright finished brass handles with screws etc. complete:

125 mm 15.00 Each Normal

Item 221.02 3,315.30

10 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete.

15.00 Each Normal

Item 115.24 1,728.60

11

Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISi, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete.

10.00 Each Normal

Item 919.73 9,197.30

12

Providing and fixing aluminium sliding door bolts, ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868), transparent or dyed to required colour or shade, with nuts and screws etc. complete :

250x16 mm 20.00 Each Normal

Item 250.24 5,004.80

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

35

13

Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with necessary screws etc. complete :

250x10 mm 40.00 Each Normal

Item 111.83 4,473.20

14

Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with necessary screws etc. complete :

125 mm 25.00 Each Normal

Item 64.42 1,610.50

15

Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade, with necessary screws etc. complete.

Single rubber stopper 30.00 Each Normal

Item 36.67 1,100.10

16

Providing and fixing factory made uPVC door frame made of uPVC extruded sections having an overall dimension as below (tolerance ±1mm), with wall thickness 2.0 mm (± 0.2 mm), corners of the door frame to be Jointed with galvanized brackets and stainless steel screws, joints mitred and Plastic welded. The hinge side vertical of the frames reinforced by galvanized M.S. tube of size 19 X 19 mm and 1mm (± 0.1 mm) wall thickness and 3 nos. stainless steel hinges fixed to the frame complete as per manufacturer’s specification and direction of Engineer- in-charge

Extruded section profile size 48x40 mm 30.00 Meter Normal

Item 239.38 7,181.40

17 Providing and fixing to existing door frames.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

36

24 mm thick factory made PVC door shutters made of styles and rails of a uPVC hollow section of size 59x24 mm and wall thickness 2 mm (± 0.2 mm) with inbuilt edging on both sides. The styles and rails mitred and joint at the corners by means of M.S. galvanised/ plastic brackets of size 75x220 mm having wall thickness 1.0 mm and stainless steel screws. The styles of the shutter reinforced by inserting galvanised M.S. tube of size 20x20 mm and 1 mm (± 0.1 mm) wall thickness. The lock rail made up of 'H' section, a uPVC hollow section of size 100x24 mm and 2 mm (± 0.2 mm) wall thickness, fixed to the shutter styles by means of plastic/galvanised M.S. 'U' cleats. The shutter frame filled with a uPVC multi-chambered single panel of size not less than 620 mm, having over all thickness of 20 mm and 1 mm (± 0.1 mm) wall thickness. The panels filled vertically and tie bar at two places by inserting horizontally 6 mm galvanised M.S. rod and fastened with nuts and washers, complete as per manufacturer's specification and direction of Engineer-in-charge. (For W.C. and bathroom door shutter).

22.00 Sqm Normal

Item 1,901.56 41,834.32

18

Providing & Fixing decorative high pressure laminated sheet of plain / wood grain in loss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality.

1.0 mm thick 22.75 sqm Normal

Item 775.06 17,632.62

19

Providing and fixing in wall lining medium density fibre board IS: 14587:1998 marked, Pre-laminated one side decorative lamination and other side balancing lamination, with necessary fixing arrangement and screws etc. complete.

12 mm thick. 22.00 Sqm Normal

Item 1,134.70 24,963.40

20

Providing and fixing bright /matt finished Stainless Steel handles of approved quality & make with necessary screws etc all complete.

100 mm 300.00 Each Normal

Item 79.92 23,976.00

21 Welding by gas or electric plant including transportation of plant at site etc. complete.

50.00 cm Normal

Item 3.62 181.00

22

Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

37

In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works

449.90 Kg Normal

Item 141.48 63,652.42

23

Providing & fixing fly proof wire gauze to windows, clerestory windows & doors with M.S. Flat 15x3 mm and nuts & bolts complete.

Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm aperture on both sides

18.00 Sqm Normal

Item 1,003.91 18,070.38

24

Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

25 mm thick 180.00 sqm Normal

Item 1,654.40 297,792.00

25

Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete.

5.85 sqm Normal

Item 1,954.85 11,435.87

26

Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), Jointing with grey cement slurry @ 3.3 kg/sqm including pointing the joints with white cement and matching pigment etc., complete.

31.92 sqm Normal

Item 1,001.05 31,953.52

27

Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc., complete.

Size of Tile 600x600 mm 126.00 Sqm Normal

Item 1,620.59 204,194.34

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

38

28

Providing and fixing precoated galvanised iron profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineerin- charge. The sheet shall be fixed using self drilling /self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required.

447.12 Sqm Normal

Item 677.75 303,035.58

29 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of requiredshade :

Old work (Two or more coats applied @ 1.43 ltr/ 10sqm) over existing cement paint surface

500.00 Sqm Normal

Item 174.04 87,020.00

30

Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.

1131.60 Sqm Normal

Item 124.36 140,725.78

31 White washing with lime to give an even shade :

Old work (one or more coats) 932.96 Sqm Normal

Item 11.07 10,327.87

32

Removing white or colour wash by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete

932.96 Sqm Normal

Item 15.34 14,311.61

33 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

Old work (one or more coats) 5546.00 sqm Normal

Item 58.64 325,217.44

34

Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

13106.00 sqm Normal

Item 19.71 258,319.26

35 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade:

7560.00 Sqm Normal

Item 91.42 691,135.20

36 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade :

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

39

One or more coats on old work 900.00 Sqm Normal

Item 86.35 77,715.00

37 Melamine polishing on wood work (one or more coat). One or more coats on old work

297.00 sqm Normal

Item 119.61 35,524.17

38

Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq.meters and under, including cutting the patch in proper shape,raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the mping ground, all complete as per direction of Engineer-in-Charge.

With cement mortar 1:4 (1 cement : 4 fine sand)

50.00 sqm Normal

Item 451.22 22,561.00

39

Disconnecting damaged overhead/terrace PVC water storage tank of any size from water supply line and removing from the terrace including shifting at ground level as per direction of Engineer-in- charge.

8.00 Each Normal

Item 343.17 2,745.36

40

Providing & fixing White vitreous china water closet squatting pan (Indian type) along with “S” or “P” trap including dismantling of old WC seat and “S” or “P” trap at site complete with all operations including all necessary materials, labour and disposal of dismantled material i/c malba, all complete as per the direction of Engineer-in charge.

Long pattern W.C Pan of size 580x440 mm

8.00 Each Normal

Item 2,942.03 23,536.24

41

Dismantling W.C. Pan of all sizes including disposal of dismantled materials i/c malba all complete as per directions of Engineer-in-Charge.

8.00 Each Normal

Item 103.68 829.44

42

Dismantling dressed stone work ashlar face stone work, marble work or precast concrete work manually/ by mechanical means including stacking of serviceable and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge :

In cement mortar 0.13 Cum Normal

Item 2,217.13 279.36

43 Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 metres lead.

For thickness of tiles 10 mm to 25 mm 36.00 Sqm Normal

Item 59.24 2,132.64

44

Disposal of building rubbish / malba / similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including all lifts involved.

120.96 cum Normal

Item 149.96 18,139.16

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

40

45

Providing and laying 60mm thick faciory made cement concrete interlocking paver block of M -30 grade made by block making machine with strong vibratory compaction, of approved size, design & shape, laid in required colour and pattern over and including 50mm thick compacted bed of coarse sand, filling the joints with line sand etc. all complete as per the direction of Engineer-in-charge.

150.00 Sqm Normal

Item 928.10 139,215.00

46

Taking out existing CC interlocking paver blocks from footpath/ central verge, including removal of rubbish etc., disposal of unserviceable material to the dumping ground, for which payment shall be made separately and stacking of serviceable material within 50 metre lead as per direction of Engineer-in-Charge.

150.00 Sqm Normal

Item 101.57 15,235.50

47

Providing and placing in position 100 mm thick factory made machine batched & machine mixed Precast RCC Rectangular Covers with base frame on drains of footpath of various sizes, of M-25 grade cement concrete for RCC work, including cost of centering, shuttering, reinforcement of 8 mm dia TMT bars of Fe 500 grade @ maximum 100mm c/c on both ways , neat cement punning on finished surface, properly encased on all edges with 1.6 mm thick , 100 mm wide MS sheet duly painted over priming coat , reinforcement to be welded at edges with MS sheet and providing 2 Nos. 12 mm dia bar for hooks etc i/c cost of cartage, all leads & lift, handling at site etc. all complete as per direction of Engineer-in-Charge.

10.80 Sqm Normal

Item 2,727.38 29,455.70

48

Providing and fixing wash basin with C.I. brackets, 15 mm dia CP Brass single hole basin mixer of approved quality and make, including painting of fittings and brackets, cutting and making good the walls wherever required:-

(a) White Vitreous China Wash basin size 550x400 mm with a 15 mm CP Brass single hole basin mixer

2.00 Each Normal

Item 4,756.10 9,512.20

49

Providing and fixing wash basin with C.I. brackets, 15 mm PTMT pillar cock, 32 mm PTMT waste coupling of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required. White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm PTMT pillar cock.

9.00 Each Normal

Item 2,590.60 23,315.40

50 Providing and fixing white vitreous china pedestal type (European type/ wash down type) water closet pan.

8.00 Each Normal

Item 2,459.11 19,672.88

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

41

51

Providing and fixing 8 mm dia C.P. / S.S. Jet with flexible tube upto 1 metre long with S.S. triangular plate to Eureopean type W.C. of quality and make as approved by Engineer - in - charge.

15.00 Each Normal

Item 321.35 4,820.25

52

Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete.

8.00 Each Normal

Item 1,079.95 8,639.60

53 Providing and fixing solid plastic seat with lid for pedestal type W.C. pan complete :

White solid plastic seat with lid 8.00 Each Normal

Item 616.68 4,933.44

54 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete.

Flexible pipe

32 mm dia 21.00 Each Normal

Item 109.19 2,292.99

55

Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fittings arrangement of approved quality and colour.

450 mm long towel rail with total length of 495 mm, 78 mm wide and effective height of 88 mm, weighing not less than 170 gms

20.00 Each Normal

Item 599.78 11,995.60

56 Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet :

100 mm diameter 20.00 Each Normal

Item 164.05 3,281.00

57

Providing and placing on terrace (at all floor levels) polyethylene water storage tank, IS : 12701 marked, with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank.

5000.00 Each Normal

Item 9.50 47,500.00

58

Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.

15 mm nominal bore 15.00 Each Normal

Item 596.54 8,948.10

59

Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931

15mm nominal bore 15.00 Each Normal

Item 574.56 8,618.40

60 Providing and fixing PTMT bib cock of approved quality and colour.

15mm nominal bore, 86 mm long, weighing not less than 88 gms

25.00 Each Normal

Item 125.87 3,146.75

61 Providing and fixing PTMT pillar cock of approved quality and colour.

15 mm nominal bore, 107 mm long, weighing not less than 110 gms

25.00 Each Normal

Item 208.06 5,201.50

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

42

62 Providing and fixing PTMT grating of approved quality and colour.

Circular type

100 mm nominal dia 25.00 Each Normal

Item 40.93 1,023.25

63

Providing and fixing PTMT Ball cock of approved quality, colour and make complete with Epoxy coated aluminium rod with L.P./ H.P.H.D. plastic ball.

a 15 mm nominal bore, 105 mm long, weighing not less than 138 gms 20.00 Each

Normal Item

206.87 4,137.40

b 20 mm nominal bore, 120 mm long, weighing not less than 198 gms 20.00 Each

Normal Item

272.86 5,457.20

c 25 mm nominal bore, 152mm long, weighing not less than 440 gms 10.00 Each

Normal Item

512.19 5,121.90

64 Providing and fixing PTMT angle stop cock 15 mm nominal bore, weighing not less than 85 gms

25.00 Each Normal

Item 167.78 4,194.50

65 Providing and fixing PTMT swivelling shower, 15 mm nominal bore, weighing not less than 40 gms

30.00 Each Normal

Item 120.69 3,620.70

66

Providing and fixing unplasticised P.V.C. connection pipe with PTMT Nuts, collar and bush of approved quality and colour.

15 mm nominal bore with 30cm length 45.00 Each Normal

Item 102.49 4,612.05

67 Providing and fixing PTMT extension nipple for water tank pipe, fittings of approved quality and colour.

15 mm nominal bore, weighing not less than 32 gms

10.00 Each Normal

Item 53.14 531.40

68

Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge . (Cost of aluminium snap beading shall be paid in basic item):

With float glass panes of 4.0 mm thickness (weight not less than 10 kg/ sqm)

28.20 Sqm Normal

Item 1,079.57 30,443.87

69

Providing and fixing stainless steel (SS 304 grade) adjustable friction windows stays of approved quality with necessary stainless steel screws etc. to the side hung windows as per direction of Engineer-in-charge complete.

355 X 19 mm 186.00 Each Normal

Item 309.42 57,552.12

70

Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying :

(a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/ sqm. This layer will be allowed to air cure for 4 hours.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

43

(b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.

The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.)

224.25 Sqm Normal

Item 502.91 112,777.57

71

Providing & Applying polymer modified, flexible cementatious negativeside waterproofing coating with elastic waterproofing polymers on interior wall plaster surface in three coats @14.35 kg /10 sqm. one coat of self priming of cementatious waterproofing polymer(dilution with water in the ratio of 1:1) and two coats of cementatious waterproofing polymer (dilution with water in the ratio of 3:1 ) after scrapping and properly cleaning the surface to remove pre-existing paint film & loose particles till plaster is visible, complete in all respect as per the direction of Engineer-in-Charge.

107.25 Sqm Normal

Item 480.38 51,520.76

72

Providing and laying DRP zigma waterproofing system (PU amalgamted acrylic polymer) based VOC compliant high build flexible waterproofing treatment on the roof as specified below: Cleaning the surface by wire brush, remvoing all foreign deposits from the roof, widening the crack in V shape and sealing all the joints with polyurethane flexible sealant. For Horizontal Surface a) Surface grouting with low viscosity polymer (DRP Zigma LVP) @0.4 kg/sqm or as required as per the surface condition of roof b) Base coat of DRP Zigma PU polymer (DRP Zigma PUP) @0.2 kg/sqm admixed with 0.2 kg of Zigma polymer dry powder (DRP Zigma PDP) Laying of Fiberglass reinforcement mesh c) Intermediate coat of DRP Zigma PU polymer (DRP Zigma PUP) @0.2 kg/sqm admixed with 0.2 kg of Zigma polymer dry powder (DRP Zigma PDP) d) Final Coat of DRP Zigma PU polymer (DRP Zigma PUP) @0.2 kg/sqm admixed with 0.2 kg of Zigma polymer dry powder (DRP Zigma PDP) e) Top finishing of white sealer coat of DRP Zigma SC @0.5 kg/sqm (Including removal of loose subsrates, vegetation and dirt. Making good the site after work in all respect as per the direction of Engineer in charge.)

1300.00 Sqm Normal

Item 642.87 835,731.00

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

44

73

Providing and fixing ply wood (Moisture Resistant grade) for table top, drawer, cupboard door, facade or like including cutting, jointing and placing in position complete including all labour material etc. as per drawing , design and direction of Engineer-in-charge.18 mm thick. Ply board of approved make

22.75 Sqm Normal

Item 1,044.34 23,758.74

74

Providing and fixing ply wood (Moisture Resistant grade) for table top, drawer, cupboard door, facade or like including cutting, jointing and placing in position complete including all labour material etc. as per drawing , design and direction of Engineer-in-charge. 06 mm thick. Ply board of approved make

22.75 Sqm Normal

Item 632.99 14,400.52

75

Providing and fixing powder coated telescopic drawer channels 20" long with necessary screws etc. complete as per directions of Engineer- in- charge.

25.00 Set Normal

Item 327.05 8,176.25

76

Providing and Fixing of S.S.90° Concealed hinges, (doorma/ kitch/ hettich/ godraj/Ebco) for the above wooden work as approved by engg-in-charge.

70.00 Set Normal

Item 72.35 5,064.50

77

Providing and fixing of PVC fire resistant louver of specified size at exaust/ventilation location of kitchen or toilet with necessary screws etc. complete.

20.00 Each Normal

Item 438.69 8,773.80

78

Cutting holes up to 10x10 cm in R.C.C. floors/brick walls for passing drain pipe etc. and repairing the hole after insertion of drain pipe etc. with mortar, including finishing, painting etc. complete so as to make it leak proof.(PVC pipe for drainage to be measured seperatly for payment)

80.00 Each Normal

Item 107.87 8,629.60

79

Providing and fixing uPVC pipe, including all requisite fittings (Horizontally and vertically as the case may be) This includes jointing of pipes with socket/coupler and fixing the pipes on near by wall/RCC structure firmly, testing of joints complete as per direction of Engineer in Charge. External work

650.00 Meter Normal

Item 99.67 64,785.50

80

Providing & fixing fly proof wire gauze to existing door shutter with all type of fittings and nuts & bolts complete as per the direction of engineer in charge. (Torn net dismantling is included in the rates)

Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm aperture on both sides

48.40 Sqm Normal

Item 745.07 36,061.33

81

Providing and fixing SS Grade 304 curtain rods of wall thickness 1.25 mm with two SS brackets fixed with screws etc. wherever necessary complete.

240.00 Meter Normal

Item 237.40 56,976.00

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

45

82

Providing and writing 4 digit number on the wall of qtrs with first class oil paint on a background of up to 8"x8". The paint shall be dust proof, water resistant and durable.

153.00 Each Normal

Item 60.22 9,213.66

83

Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete, making good the opening in all respect including plaster, putty paints etc. and stacking within 50 metres lead :

Of area 3 sq. metres and below 5.00 Each Normal

Item 328.00 1,640.00

84

Providing and fixing ISI marked flush door shutters 30 mm thick conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters:The door shutter shall be made in specified size as per site condition by single or two non decorative block board shutters and painting the door shutter both side including edges with synthetic enamel paint of shades as directed by engineer in charge. The door shutter to be fixed with Aluminium C or E channel with roller arrangment for sliding it from the top and provding rebate at one end of shutter to house the SS handle flush with face of shutter with end stopper as applicable with all track ,roller, handle, consumables and labour without any extra cost.

114.40 sqm Normal

Item 2,945.91 337,012.10

85

Providing and fixing fly proof galvanized SS (Grade 304) wire gauge to windows and clerestory windows using wire gauge with average width of aperture 1.4 mm in both directions with wire of dia 0.5 mm all complete.

With aluminium beading of pattern and size as directed by engineer in charge (Cost of beading to be deducted @95 per sqm if beading is not provided)

54.48 Sqm Normal

Item 781.23 42,561.41

86

Providing and fixing Door Seal bottom, Door Air Gap rubber Shield, 36''/93 cm, Anti Rust, Brown Colour, Black Rubber with necessary screws etc. complete.

30.00 Each Normal

Item 187.37 5,621.10

87

Providing and fixing casement pull handle (Left & right handed) of pattern and design as directed by engineer in charge (black color) for Aluminium casement window with necessary screws etc. complete.

175.00 Each Normal

Item 94.12 16,471.00

88

Repair of existing MS steel door shutter by welding, cutting, painting etc. and refixing of repaired door shutters to existing door frames, including replacement of hinges with screws, weld etc. as required, all complete as per the direction of the Engineer-in-charge.

26.40 sqm Normal

Item 1,665.54 43,970.26

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

46

89

Dismantling tile work in walls laid in cement mortar For thickness of tiles 5 mm to 10 mm including stacking material within 50 metres lead

25.92 Sqm Normal

Item 54.86 1,421.97

90

Providing and fixing of superior glass (of approved quality) and of required shape and size complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws, washers and mirror cap complete.

12.38 Sqm Normal

Item 3,758.89 46,527.54

91

Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS:8931. with new Cpvc / GI line pipe and fittings all complete in washroom. (No extra cost shall be paid for providing GI/CPVC fittings, cut peices of pipes etc.)

15 mm nominal bore 138.00 Each Normal

Item 606.27 83,665.26

92

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, testing of joints complete as per direction of Engineer in Charge. External work

a 20 mm nominal outer dia Pipes 70.00 Meter Normal

Item 155.16 10,861.20

b 25 mm nominal outer dia Pipes 40.00 Meter Normal

Item 228.10 9,124.00

c 32 mm nominal outer dia Pipes 25.00 Meter Normal

Item 315.15 7,878.75

93 Providing and fixing G.I. pipes complete with G.I. fittings including testing of all the joints. External work

a 20 mm nominal bore 25.00 Meter Normal

Item 185.23 4,630.75

b 25 mm nominal bore 20.00 Meter Normal

Item 265.50 5,310.00

c 32 mm nominal bore 20.00 Meter Normal

Item 325.55 6,511.00

94

Providing and fixing factory made precast RCC perforated drain covers with base frame, having concrete of strength not less than M-25, of specified rectangular size, reinforced with 8 mm dia four nos longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.

3.38 Sqm Normal

Item 2,757.64 9,307.04

95

Dismantling plywood/MDF board or any such wooden board up to 18 mm thickness from wall, cabinate or cupboard and diposal of the same within a lead of 50 meter.

67.50 Sqm Normal

Item 42.20 2,848.50

96 Providing and fixing GI gate valve ½", brass heavy duty of approved quality

8.00 Each Normal

Item 470.40 3,763.20

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

47

97 Providing and fixing GI gate valve ¾" brass heavy duty of approved quality

8.00 Each Normal

Item 617.57 4,940.56

98 Providing and fixing GI gate valve 1", brass heavy duty of approved quality

8.00 Each Normal

Item 764.74 6,117.92

99 Providing and fixing C.P. brass waste 32 mm coupling as per the direction of Engineer in charge

7.00 Each Normal

Item 115.06 805.42

100 Providing and fixing PTMT - Waste Coupling 31/32 mm as per the direction of Engineer in charge

5.00 Each Normal

Item 53.52 267.60

101

Providing and fixing PVC edge bending tape 2.00 mm thick over the existing furniture incluidng dismantling and assembling the furniture components as per the prevailing site condition, as per the direction of Engineer in charge

45.00 Meter Normal

Item 34.78 1,565.10

102

Providing and fixing Quarter Turn 15mm Brass Ceramic concealed spindle by removing the old broken spindle, as per the direction of Engineer in charge

8.00 Each Normal

Item 190.81 1,526.48

103

Providing and fixing Quarter Turn 20mm Brass Ceramic concealed spindle by removing the old broken spindle, as per the direction of Engineer in charge

8.00 Each Normal

Item 262.24 2,097.92

104

Providing and fixing Quarter Turn 15mm Brass Ceramic for bib cock/pillar cock/angle cock. by removing the old broken spindle, as per the direction of Engineer in charge

60.00 Each Normal

Item 64.71 3,882.60

105

Providing and fixing water tank cover over the existing overhead water tank of specified dimension, as per the direction of Engineer in charge

10.00 Each Normal

Item 141.82 1,418.20

106 Providing and fixing Basin mixer leg of specified dimension, as per the direction of Engineer in charge

5.00 Each Normal

Item 350.54 1,752.70

107 Providing and fixing Cistern Handle, as per the direction of Engineer in charge

10.00 Each Normal

Item 44.15 441.50

108 Providing and fixing Cistern Syphone PVC in Flush Tank, as per the direction of Engineer in charge

10.00 Each Normal

Item 224.78 2,247.80

109 Providing and fixing Health faucet with 1.2m long flexi tube, as per the direction of Engineer in charge

8.00 Each Normal

Item 1,145.27 9,162.16

110

CREDIT SCHEDULE: Deduct Credit Schedule as per Annexure “C” Rs. 33,799/- (Minus) as listed in schedule. Note: Tenderers will not quote against this item being a firm amount. Contract lump Sum will be worked out after deducting the credit schedule amount.

Grand Total 5,441,525.00

Percentage above/ below OR At Par rate the estimated cost

Grant Total Amount -

-100.00

Contractor Percentage in words

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(P)

48

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

49

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS

GENERAL

1. The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site. No excavated earth or building materials shall be stacked on areas where the buildings, roads, services or compound walls are to be constructed.

2. Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing shall be payable to him on this account.

3. The working drawings appearing at para 8.1(iii) of conditions of contract in the form CPWD-7/8, shall mean to include both architectural and structural drawings respectively. The structural and architectural drawings shall be properly correlated before executing the work. In case of any difference noticed between architectural and structural drawings, final decision, in writing of the Engineer-in-charge shall be obtained by the contractor before proceeding further.

4. Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials etc. The contractor shall be bound to follow all such restriction / instructions including issue of identity cards to all persons authorized by him to do work / visit the work site and nothing shall be payable on this account.

5. Water and electricity will not be supplied by institute / organization. However if requested by the contractor in writing and available with the organization, it may provide with applicable charges.

6. The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor (s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed, so as not to interfere with the operations of other contractors, or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-Charge. The contractor shall be responsible for any damage due to hindrance caused by him.

7. Stacking of materials and excavated earth including its disposal shall be done as per the directions of the Engineer-in-Charge. Double handling of materials or excavated earth if required at any stage shall have to be done by the contractor at his own cost.

8. No claim for idle establishment &labour, machinery &equipments, tools & plants and the like, for any reason whatsoever, shall be admissible during the execution of work as well as after its completion.

9. The Contractor’s engineer shall be stationed at AIIMS premises all the time during the working hours/days for receiving routine complaints of housing complex occupants. Contractor is required to execute qty of items under BOQ in part or full as per the nature and number of complaints on daily basis. Contractor is required to work on the routine complaints irrespective of its qty.

10. Only Star headed Stainless Steel screws shall be used unless otherwise specified.

11. Work shall be carried out in professional manner with finished product serving the intended purpose with specified strength, durability and aesthetics.

12. Work activities shall be executed in well thought out sequences such that consequent activities not adversely affecting previously done work. Nothing extra shall be payable to protect the works already done.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

50

13. The contractor shall prepare all the needed shop drawings well in advance and get them approved before placing the order and execution of the item.

14. The contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as the Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer - in -Charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications.

15. The contractor shall not store /dump construction material or debris on metalled road.

16. The contractor shall get prior approval from Engineer-in-charge for the area where the construction material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic / inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such permissible storage.

17. The contractor shall take appropriate protection measures like raising wind breakers of appropriate height on all sides of the plot / area using CGI sheets or plastic and / or other similar material to ensure that no construction material dust fly outside the plot area.

18. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction purposes / or are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and dust free to ensure that en route their destination, the dust, sand or any other particles are not released in air / contaminate air.

19. The contractor shall provide mask to every worker working on the construction site and involved in loading, unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.

20. The contractor shall provide all medical help, investigation and treatment to the workers involved in the construction of building and carry of construction material and debris relatable to dust emission.

21. The contractor shall ensure that C&D waste is transported to the C & D waste site only and due record shall be maintained by the contractor.

22. The contractor shall compulsory use of wet jet in grinding and stone cutting.

23. The contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage. RATES, TAXES & RECOVERIES

24. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work, profile, setting lay out on ground, establishment of reference bench mark(s), installing various signage, taking spot levels, survey with total station, construction of all safety and protection devices, compulsory use of helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous training for all the workers, barriers, preparatory works, construction of clean, hygienic and well ventilated workers housings in sufficient numbers as per drawing supplied by Engineer in charge, working during monsoon or odd season, working beyond normal hours, working at all depths, height, lead, lift, levels and location etc. and any other unforeseen but essential incidental works required to complete this work. Nothing extra shall be payable on this account and no extension of time for completion of work shall be granted on these accounts.

25. The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

51

26. Contractor has to be submitting the GST compliant Bill showing work done and GST component separately.

27. No foreign exchange shall be made available by the Department for importing (purchase) of equipment, plants, machinery, materials of any kind or any other items required to be carried out during execution of the work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign exchange rate.

28. All ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement level, temporary structure for plants and machineries, water storage tanks, installation and consumption charges of temporary electricity, telephone, water etc. required for execution of the work, liaison and pursuing for obtaining various No Objection Certificates, completion certificates from local bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all field tests and for taking samples etc. during execution or any other activity which is necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office, positioning of machinery, material yard, cement & other storage, fabrication yard, site laboratory, water tank etc.

29. For completing the work in time, the Contractor might be required to work in two or more shifts (including night shifts). No claim whatsoever shall be entertained on this account, not with-standing the fact that the Contractor may have to pay extra amounts for any reason, to the laborers and other staff engaged directly or indirectly on the work according to the provisions of the labour and other statutory bodies regulations and the agreement entered upon by the Contractor with them.

30. All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

31. Any damage to the existing installation/ equipment/ work shall be the responsibility of the contractor and should be repaired immediately on his own cost for which nothing extra shall be paid by the department.

32. The workers / staff employed should wear colour code uniforms displaying contractor firm’s name. The Contractor should not employ any person who is prohibited by Law from being employed for fulfilling obligations under this Contract. Any indecent behavior / suspicious activities of the staff employed shall be viewed seriously and a suitable penalty shall be imposed on contractor. The contractor is also required to submit the list of workers with photo ID, educational qualification, address proof, etc. to site engineer before deputing the workers and submit the updated list of workman as and when new workmen are employed. An attendance register shall be maintained at site indicating number of persons deployed for the inspection by officials/representative of the department. CLEANLINESS OF SITE

33. The Contractor shall not stack building material / malba / muck/ rubbish on the land or road of the local development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved dumping grounds as per the local byelaws and regulations of the concerned authorities and all necessary permissions in this regard from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable on this account. In case, the Contractor is found stacking the building material / malba as stated above, the Contractor shall be liable to pay the stacking charges / penalty as may be levied by the local body or any other

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

52

authority and also to face penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on the above counts, from any sums due to the Contractor including amount of the Security Deposit and performance guarantee in respect of this contract agreement.

INSPECTION OF WORK

34. In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by the senior officers of CPWD in addition of the Engineer-in-Charge and his authorized representative. The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-Charge or other officers as stated above to visit the works shall have been given to the Contractor, either himself be present to receive the orders and instructions or have a responsible Site Engineer duly accredited in writing, to be present for that purpose Senior Officers of CPWD Authorities shall be inspecting the on-going work at site at any time with or without prior intimation.

35. SAFETY MEASURES AT CONSTRUCTION SITE 35.1. In order to ensure safe construction, following shall be adhered for strict compliance at the

site: 35.1.1. The work site shall be properly barricaded. 35.1.2. Adequate singnages indicating ‘Work in Progress – Inconvenience caused is regretted’ or

Diversion Signs shall be put on the sites conspicuously visible to the public even during night hours. These are extremely essential where works are carried out at public places in use by the public.

35.1.3. The construction malba at site shall be regularly removed on daily basis. 35.1.4. All field officials and the workers must be provided with safety helmets, safety shoes and

safety belts. 35.1.5. Proper MS pipe scaffoldings with work – platforms and easy-access ladders shall be provided

at site to avoid accidents. 35.1.6. Necessary First-Aid kit shall be available at the site. The above provisions shall be followed in addition to the provisions of General Condition of Contract.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

53

SPECIAL CONDITIONS OF THE CONTRACT

1. Contractor is required to generate End of the Day (EoD) reports on status of routine works (Day

to day complaints), specific works, labour employed, etc. to the engineer in charge or his representative on daily basis. The format for such reports shall be provided to contractor from time to time.

2. Contractor shall maintain complaints register and a proper Record/Register indicating reason for not attending to any particular work or routine complaints (Day to day complaints) on daily basis. Time is the essence of the contract and for compaint which remain unattended beyond 3 working days(24 hrs for hygeine or sewarage work) penalty @500/- per day shall be imposed. If complaint further remain unattemded beyod 3 working days (24 hrs for hygeine or sewrage work) + 7 days (maximum), in addition to penalty amounting to 3500/- (7x500/-) or part thereof ; this case shall be refered to engineer in charge for further course of action including contarct cancellation if deemed fit.

3. The responsibility of engaging and maintaining adequate strength of workers (corresponding to the work assigned/undertaken as per CPWD specifications) lies with the Contractor in view of timely attention and completion of the routine works within the given time frame. In case of non-attendance or non-timely attendance or non-timely completion or below-standard carrying out of any work by the contractor, the Engineer in charge shall get the work satisfactorily carried out through its other agencies at the risk and cost of the contractor. Apart from making payments to the said other agencies from the dues of the contractor, engineer in charge shall also levy a penalty as above.

4. The site for routine work (i.e. day to day complaints) or specific work shall be accessed by the contractor or his authorized representative ‘as is where is' basis and the contractor shall ensure proper service to a reasonably satisfactory level. The Contractor or his authorized representative should visit the site as per requirement/work load/complaints and meet engineer in charge with prior appointment for any clarifications and to receive instructions, etc. at the site.

5. The manpower employed by the contractor should be polite, cordial, positive and efficient, while handling the assigned work so that their actions promote goodwill and enhance the image of department. Necessary grooming should be done by the contractor before employing the staff at site. He shall also comply with the provisions of all labour legislations. Receipt of any complaint in this regard shall be viewed seriously.

6. No additional payment shall be made if contractor keeps more staff at site for completing the pending work or if the minimum staff strength is not able to perform satisfactorily as per the contract provision.

7. The Contractor should not at any time do, cause or permit any nuisance on the site / do anything which shall cause unnecessary disturbances or inconvenience to the occupants / visitors at site or near the site of work.

8. The work should be carried out with minimum inconvenience to the occupants. The workmen employed by the Contractor should abide by the Rules and Regulations maintained by AIIMS, BHOPAL in the premises, especially in respect of working hours, entry of the workers to the premises, interpersonal relation with the occupants, etc.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

54

LIST OF APPROVED MATERIALS (CIVIL)

Note: 1. Unless otherwise specified, the brand/make of the material as specified in the item

nomenclature or in the particular specifications or in the list of approved materials attached in the tender, shall be used in the work.

2. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material/ Brand/ Make.

3. Whenever the specified brand of material is not available than, the Engineer-in-charge may approve any material equivalent to that specified subject to proof being offered by the Contractor for its equivalence and its non-availability to his satisfaction.

CIVIL WORK

1 Particle Board Merino/Green Ply/Century/Archid Ply

2 Door Lock Godrej/ Harrison/ Link/ Dorma

3 Hardware Arkay/ Godrej/ D-Line/ Carl-F/ RK/ Everlite/ Earl Bihari

4 Stainless Steel D-Handles D-Line/ Giesse/ Dorma/ Kitch/

5

Clear Glass/ Clear Float Glass/ Toughened Glass

Modi/ Saint Gobain (SG)/ Asahi India Safety/ GSC/ Tata/ Atul

6 Aluminum Composite Panel Alpolic, Aluco Bond, Reynobond, Euro bond, Alstrong

7 Aluminum Extrusions Hindalco, Indalco, Jindal

8 Aluminum Sections Jindal, Hindalco, Indalco

9 Annealed Float Glass Saint Gobain, Modi Guard, Asahi

10 Dash fastener, Expansion Bolt Hilti, Bosch Fischer

11 Stainless Steel Nut Bolts, washers and screws

Kundan/ Puja/ Atul

12 Hydraulic Door closer, Floor springs Dorma, Hardwyn, Hettich, Hafele

13 Friction Stay Earl-Bihari, Ebco, Hettich

14 Mirror Atul, Modiguard, Saint Gobain

15 Flush Door Greenlam, Kitply, Duro, Century

16 Calcium Silicate Board Hilux, Visaka

17 Structural Steel Sail, Tisco, Vizag, JSW, Appolo

18 Paint/ Primer (First Quality) Dulex, Nerolac, Burger, Asian

19 Putty J,K,, Birls, Burger

20 Minral fiber ceiling board Armstrong, Gyproc, Aerolite

21 Cement ACC, Ultratech, Ambuja, Shree Birla

*Note:

1. CPWD SDG letter no. 32/2/2019-NP/SDG(PR)/082-95(H), Dated 07-01-2020 will be applicable

for items not mentioned above.

2. If any item found which was not available in above table and SDG letter then agency has to

take prior approval by Engineer-in-Charge before installation.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

55

Schedule of Credit (Civil Works)

BOQ

Item

No.

Description

Item

expected to

be recovered

Unit QTY

Rate

Per

Unit

Amount

7

Providing and fixing bright finished brass

tower bolts (barrel type) with necessary

screws etc. complete :

250x10 mm old brass

tower bolt Each 12 18.00 216.00

9 Providing and fixing bright finished brass

handles with screws etc. complete:

125 mm old brass

handle Each 15 30.00 450.00

10

Providing and fixing bright finished brass

hanging type floor door stopper with

necessary screws, etc. complete.

old brass floor

door stopper Each 15 15.00 225.00

11

Providing and fixing aluminium extruded

section body tubular type universal hydraulic

door closer (having brand logo with ISi, IS :

3564, embossed on the body, door weight

upto 36 kg to 80 kg and door width from 701

mm to 1000 mm), with double speed

adjustment with necessary accessories and

screws etc. complete.

old aluminium

door closer Each 10 72.00 720.00

12

Providing and fixing aluminium sliding door

bolts, ISI marked anodised (anodic coating not

less than grade AC 10 as per IS : 1868),

transparent or dyed to required colour or

shade, with nuts and screws etc. complete :

250x16 mm

old aluminium

sliding door

bolt

Each 20 15.00 300.00

13

Providing and fixing aluminium tower bolts,

ISI marked, anodised (anodic coating not less

than grade AC 10 as per IS : 1868 )

transparent or dyed to required colour or

shade, with necessary screws etc. complete :

250x10 mm

old aluminium

tower door

bolt

Each 40 7.20 288.00

14

Providing and fixing aluminium handles, ISI

marked, anodised (anodic coating not less

than grade AC 10 as per IS : 1868) transparent

or dyed to required colour or shade, with

necessary screws etc. complete :

125 mm

old aluminium

handle door

bolt

Each 25 9.00 225.00

15

Providing and fixing aluminium hanging floor

door stopper, ISI marked, anodised (anodic

coating not less than grade AC 10 as per IS :

1868) transparent or dyed to required colour

and shade, with necessary screws etc.

complete.

Single rubber stopper

old aluminium

floor door

stopper

Each 30 6.00 180.00

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

56

16

Providing and fixing factory made uPVC door

frame made of uPVC extruded sections

having an overall dimension as below

(tolerance ±1mm), with wall thickness 2.0

mm (± 0.2 mm), corners of the door frame to

be Jointed with galvanized brackets and

stainless steel screws, joints mitred and Plastic

welded. The hinge side vertical of the frames

reinforced by galvanized M.S. tube of size 19

X 19 mm and 1mm (± 0.1 mm) wall thickness

and 3 nos. stainless steel hinges fixed to the

frame complete as per manufacturer’s

specification and direction of Engineer- in-

charge

Extruded section profile size 48x40 mm old existing

door frame Meter 30 47.10 1413.00

17 Providing and fixing to existing door frames.

24 mm thick factory made PVC door shutters

made of styles and rails of a uPVC hollow

section of size 59x24 mm and wall thickness 2

mm (± 0.2 mm) with inbuilt edging on both

sides. The styles and rails mitred and joint at

the corners by means of M.S. galvanised/

plastic brackets of size 75x220 mm having

wall thickness 1.0 mm and stainless steel

screws. The styles of the shutter reinforced by

inserting galvanised M.S. tube of size 20x20

mm and 1 mm (± 0.1 mm) wall thickness. The

lock rail made up of 'H' section, a uPVC

hollow section of size 100x24 mm and 2 mm

(± 0.2 mm) wall thickness, fixed to the shutter

styles by means of plastic/galvanised M.S. 'U'

cleats. The shutter frame filled with a uPVC

multi-chambered single panel of size not less

than 620 mm, having over all thickness of 20

mm and 1 mm (± 0.1 mm) wall thickness. The

panels filled vertically and tie bar at two

places by inserting horizontally 6 mm

galvanised M.S. rod and fastened with nuts

and washers, complete as per manufacturer's

specification and direction of Engineer-in-

charge. (For W.C. and bathroom door shutter).

old PVC door Sqm 22 28.70 631.49

23

Providing & fixing fly proof wire gauze to

windows, clerestory windows &

doors with M.S. Flat 15x3 mm and nuts &

bolts complete.

Stainless steel (grade 304) wire gauze of 0.5

mm dia wire and 1.4 mm aperture on both

sides

old SS wire

gauge Sqm 18 18.00 324.00

39

Disconnecting damaged overhead/terrace

PVC water storage tank of any size from

water supply line and removing from the

terrace including shifting at ground level as

per direction of Engineer-in- charge.

old tank 500 l Each 8 20.00 160.00

48

Providing and fixing wash basin with C.I.

brackets, 15 mm dia CP Brass single hole

basin mixer of approved quality and make,

including painting of fittings and brackets,

cutting and making good the walls wherever

required:-

White Vitreous China Wash basin size

550x400 mm with a 15 mm CP Brass single

hole basin mixer

old CP Brass

single hole

basin mixer

Each 2 90.00 180.00

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

57

49

Providing and fixing wash basin with C.I.

brackets, 15 mm PTMT pillar cock, 32 mm

PTMT waste coupling of standard pattern,

including painting of fittings and brackets,

cutting and making good the walls wherever

required. White Vitreous China Flat back

wash basin size 550x400 mm with single 15

mm PTMT pillar cock.

old PTMT

pillar cock,

PTMT waste

coupling

Each 9 2.00 18.00

51

Providing and fixing 8 mm dia C.P. / S.S. Jet

with flexible tube upto 1 metre long with S.S.

triangular plate to Eureopean type W.C. of

quality and make as approved by Engineer - in

- charge.

old C.P. / S.S.

Jet Each 15 5.00 75.00

52

Providing and fixing P.V.C. low level flushing

cistern with manually controlled device

(handle lever) conforming to IS : 7231, with

all fittings and fixtures complete.

old cistern Each 8 3.00 24.00

53 Providing and fixing solid plastic seat with lid

for pedestal type W.C. pan complete :

White solid plastic seat with lid olf seat cover Each 8 2.00 16.00

54

Providing and fixing P.V.C. waste pipe for

sink or wash basin including P.V.C. waste

fittings complete.

Flexible pipe

32 mm dia old waste pipe Each 21 0.20 4.20

55

Providing and fixing PTMT towel rail

complete with brackets fixed to wooden cleats

with CP brass screws with concealed fittings

arrangement of approved quality and colour.

450 mm long towel rail with total length of

495 mm, 78 mm wide and effective height of

88 mm, weighing not less than 170 gms

old PTMT

towel rail Each 20 2.00 40.00

56 Providing and fixing C.P. brass shower rose

with 15 or 20 mm inlet :

100 mm diameter old C.P. brass

shower rose Each 20 7.50 150.00

58

Providing and fixing C.P. brass long body bib

cock of approved quality conforming to IS

standards and weighing not less than 690 gms.

15 mm nominal bore

old C.P. brass

long body bib

cock

Each 15 120.00 1800.00

59

Providing and fixing C.P. brass angle valve

for basin mixer and geyser points of approved

quality conforming to IS:8931

15mm nominal bore old C.P. brass

angle valve Each 15 60.00 900.00

60 Providing and fixing PTMT bib cock of

approved quality and colour.

15mm nominal bore, 86 mm long, weighing

not less than 88 gms

old PTMT bib

cock Each 25 0.50 12.50

61 Providing and fixing PTMT pillar cock of

approved quality and colour.

15 mm nominal bore, 107 mm long, weighing

not less than 110 gms

old PTMT

pillar cock Each 25 0.55 13.75

62 Providing and fixing PTMT grating of

approved quality and colour.

Circular type

100 mm nominal dia old PTMT

grating Each 25 0.50 12.50

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

58

63

Providing and fixing PTMT Ball cock of

approved quality, colour and

make complete with Epoxy coated aluminium

rod with L.P./ H.P.H.D.

plastic ball.

a 15 mm nominal bore, 105 mm long, weighing

not less than 138 gms

old PTMT

Ball cock 15

mm dia.

Each 20 8.28 165.60

b 20 mm nominal bore, 120 mm long, weighing

not less than 198 gms

old PTMT

Ball cock 20

mm dia.

Each 20 11.88 237.60

c 25 mm nominal bore, 152mm long, weighing

not less than 440 gms

old PTMT

Ball cock 25

mm dia.

Each 10 26.40 264.00

64

Providing and fixing PTMT angle stop cock

15 mm nominal bore, weighing not less than

85 gms

old PTMT

angle stop

cock

Each 25 0.50 12.50

65

Providing and fixing PTMT swivelling

shower, 15 mm nominal bore, weighing not

less than 40 gms

PTMT

swivelling

shower

Each 30 0.25 7.50

66

Providing and fixing unplasticised P.V.C.

connection pipe with PTMT Nuts, collar and

bush of approved quality and colour.

15 mm nominal bore with 30cm length

old P.V.C.

connection

pipe with

PTMT Nuts,

collar and

bush

Each 45 1.00 45.00

67

Providing and fixing PTMT extension nipple

for water tank pipe, fittings of approved

quality and colour.

15 mm nominal bore, weighing not less than

32 gms

old PTMT

extension

nipple for

water tank

pipe

Each 10 0.25 2.50

69

Providing and fixing stainless steel (SS 304

grade) adjustable friction windows stays of

approved quality with necessary stainless steel

screws etc. to the side hung windows as per

direction of Engineer-in-charge complete.

355 X 19 mm old friction

windows stays Each 186 18.00 3348.00

75

Providing and fixing powder coated telescopic

drawer channels 20" long with necessary

screws etc. complete as per directions of

Engineer- in- charge.

old telescopic

drawer

channels 20"

long

Set 25 2.00 50.00

76

Providing and Fixing of S.S.90° Concealed

hinges, (doorma/ kitch/ hettich/ godraj/Ebco)

for the above wooden work as approved by

engg-in-charge.

old Concealed

hinges Set 70 2.00 140.00

80

Providing & fixing fly proof wire gauze to

existing door shutter with all type of fittings

and nuts & bolts complete as per the direction

of engineer in charge. (Torn net dismantling is

included in the rates)

Stainless steel (grade 304) wire gauze of 0.5

mm dia wire and 1.4 mm aperture on both

sides

old SS wire

gauze Sqm 48.4 18.00 871.20

81

Providing and fixing SS Grade 304 curtain

rods 20 mm of wall thickness 1.25 mm with

two SS brackets fixed with screws etc.

old SS curtain

rod Meter 240 36.97 8872.80

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

59

wherever necessary complete.

85

Providing and fixing fly proof galvanized SS

(Grade 304) wire gauge to windows and

clerestory windows using wire gauge with

average width of aperture 1.4 mm in both

directions with wire of dia 0.5 mm all

complete.

With aluminium beading of pattern and size as

directed by engineer in charge (Cost of

beading to be deducted @95 per sqm if

beading is not provided)

old SS wire

gauze Sqm 54.48 18.00 980.64

90

Providing and fixing of superior glass (of

approved quality) and of required shape and

size complete with 6 mm thick hard board

ground fixed to wooden cleats with C.P. brass

screws, washers and mirror cap complete.

old glass Sqm 12.38 2.00 24.76

91

Providing and fixing C.P. brass stop cock

(concealed) of standard design and of

approved make conforming to IS:8931. with

new Cpvc / GI line pipe and fittings all

complete in washroom. (No extra cost shall be

paid for providing GI/CPVC fittings, cut

peices of pipes etc.)

15 mm nominal bore old C.P. brass

stop cock Each 138 60.00 8280.00

92

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, testing of joints

complete as per direction of Engineer in

Charge. External work

a 20 mm nominal outer dia Pipes

old (CPVC)

pipes 20 mm

dia.

Meter 70 2.00 140.00

b 25 mm nominal outer dia Pipes

old (CPVC)

pipes 20 mm

dia.

Meter 40 2.00 80.00

c 32 mm nominal outer dia Pipes

old (CPVC)

pipes 32 mm

dia.

Meter 25 2.00 50.00

93

Providing and fixing G.I. pipes complete with

G.I. fittings including testing of all the joints.

External work

a 20 mm nominal bore old G.I. pipes

20 mm dia. Meter 25 5.00 125.00

b 25 mm nominal bore old G.I. pipes

25 mm dia. Meter 20 8.00 160.00

c 32 mm nominal bore old G.I. pipes

32 mm dia. Meter 20 12.00 240.00

96 Providing and fixing GI gate valve ½", brass

heavy duty of approved quality

old GI gate

valve Each 8 12.00 96.00

97 Providing and fixing GI gate valve ¾" brass

heavy duty of approved quality

old GI gate

valve Each 8 21.00 168.00

98 Providing and fixing GI gate valve 1", brass

heavy duty of approved quality

old GI gate

valve Each 8 30.00 240.00

99

Providing and fixing C.P. brass waste 32 mm

coupling as per the direction of Engineer in

charge

old C.P. brass

waste 32 mm

coupling

Each 7 6.00 42.00

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______AE(P) EE(C)

60

100

Providing and fixing PTMT - Waste Coupling

31/32 mm as per the direction of Engineer in

charge

old PTMT -

Waste

Coupling

31/32 mm

Each 5 4.00 20.00

102

Providing and fixing Quarter Turn 15mm

Brass Ceramic concealed spindle by removing

the old broken spindle, as per the direction of

Engineer in charge

old broken

spindle Each 8 12.00 96.00

103

Providing and fixing Quarter Turn 20mm

Brass Ceramic concealed spindle by removing

the old broken spindle, as per the direction of

Engineer in charge

old broken

spindle Each 8 21.00 168.00

104

Providing and fixing Quarter Turn 15mm

Brass Ceramic for bib cock/pillar cock/angle

cock. by removing the old broken spindle, as

per the direction of Engineer in charge

old broken

spindle Each 60 7.20 432.00

105

Providing and fixing water tank cover over the

existing overhead water tank of specified

dimension, as per the direction of Engineer in

charge

old tank cover Each 10 1.00 10.00

106

Providing and fixing Basin mixer leg of

specified dimension, as per the direction of

Engineer in charge

old Basin

mixer leg Each 5 3.00 15.00

107 Providing and fixing Cistern Handle, as per

the direction of Engineer in charge

old cistern

handle Each 10 1.00 10.00

108

Providing and fixing Cistern Syphone PVC in

Flush Tank, as per the direction of Engineer in

charge

old Cistern

Syphone PVC Each 10 1.00 10.00

109

Providing and fixing Health faucet with 1.2m

long flexi tube, as per the direction of

Engineer in charge

old Health

faucet Each 8 2.00 16.00

Total Amount 33799

Notes:-

1. The retrieved material obtained from the demolition/dismantling as listed below shall be the property of the contractor.

2. Quantities of column 5 are approximate and may very in accordance with the quantities retrived from dismantling/ demolition as illustrated in respective itms of Sch 'A'.

3. Contractors are requested to visit the site of work to get them acquainted with the retrived material. The rate to be quoted against sch 'A' shall be deemed to include this aspect and no claim whatsoever as regards the condition/ availability of the material listed below hall be entertained at a later date.

4. Any other material retrieved from dismantling not listed below shall be returne to ABEU Department.

5. The contractor will remove the emolished/ dismantled material from the site of works without extra cost to Govt. with the written permission from GE once the recovery is made from the contractor's dues.

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(C)

61

PROFORMA - 1 CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR

PRE-ELIGIBILITY

(a)

Attributes Evaluation

Financial strength (20 marks)

(i) Average annual 16 marks

turnover

(ii) Solvency 4 marks

Certificate

(i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria

or more

In between (i) & (ii) - on pro-rata basis

(b) Experience in similar (20 marks)

class of works

(i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility

criteria or more

In between (i) & (ii) - on pro-rata basis

(c) Performance on ( 20 marks)

works (time over run)

Parameter Calculation For points Score Maximum Marks

If TOR = 1.00 2.00 3.00 >3.50 20

(i) Without levy of compensation 20 15 10 10

(ii) With levy of compensation 20 5 0 -5

(iii) Levy of compensation not decided 20 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time in the Agreement plus (+) justified period of Extension

of Tim

Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis.

(d) Performance of works (Quality) (40 marks)

(i) Outstanding 40

(ii) Very Good 30

(iii) Good 20

(iv) Poor 0

SECTION - I

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are as under:

Sl.no. Name of work Estimated cost Period of completion

2. The work is situated at ………………………………..

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(C)

62

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(C)

63

187

FORM 'D'

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS "C"

1. Name of work/project & location

2. Agreement no.

3. Estimated cost

4. Tendered cost

5. Date of start

6. Date of completion

(i) Stipulated date of completion

(ii) Actual date of completion

7. Amount of compensation levied for delayed completion, if any

(a) Whether case of levy of compensation for delay has been decided or notYes/No

(b) If decided, amount of compensation levied for delayed completion, if any

8. Amount of reduced rate items, if any

9. Performance Report

(1) Quality of work Outstanding/Very Good/Good/Poor

(2) Financial soundness Outstanding/Very Good/Good/Poor

(3) Technical Proficiency Outstanding/Very Good/Good/Poor

(4) Resourcefulness Outstanding/Very Good/Good/Poor

(5) General Behavior Outstanding/Very Good/Good/Poor

Dated: Executive Engineer or Equivalent

FORM "E"

STRUCTURE & ORGANISATION

1. Name & address of the bidder

2. Telephone no./Telex no./Fax no.

3. Legal status of the bidder (Scan & upload copies of original document defining the legal status)

(a) An Individual

(b) A proprietary firm

(c) A firm in partnership

(d) A limited Company or Corporation

ABEU AIIMS

CORRECTION__NIL____ INSERTION NIL ______

CUTTING __NIL____OVERWRITING __NIL_______ AE(P) EE(C)

64


Recommended