Download as pdf or txt
Download as pdf or txt
You are on page 1of 205

INDIAN OIL CORPORATION LIMITED

UTTAR PRADESH STATE OFFICE - 2


E-8, SECTOR 1, NOIDA – 201301

SUBJECT: CONSTRUCTION OF MULTI-STORIED OFFICE


BUILDING AT 35-A, KAMLA NEHRU MARG,
CIVIL LINES, BAREILLY, COMPRISING OF
CIVIL, SANITARY, PLUMBING, HVAC, LIFT,
FIRE FIGHTING AND ELECTRICAL WORKS.

PART ‘A’: TECHNICAL COMMERCIAL BID

TENDER NO: UPSO-2/ENGG/PT-142/2014-15


DUE DATE & TIME: 28/10/2014 AT 15:00 HRS
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

Reference No: UPSO-2/ENGG/PT-142/2014-15

M/s. ____________________________
________________________________

________________________________

________________________________

SUBJECT: CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING


AT 35-A, KAMLA NEHRU MARG, CIVIL LINES, BAREILLY,
COMPRISING OF CIVIL, SANITARY, PLUMBING, HVAC,
LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.
TENDER No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs

Dear Sirs,
In reference to your request for subject tender, please find complete tender document,
consisting of ‘Technical Commercial Bid’ and ‘Price Bid’ same to be studied thoroughly
including logistic of the area, all conditions, SOR, Specifications, Drawings, etc.
You may please note that this is an e-Tender hence no tender fee required for
downloading of tender. Tender will not be available for purchase from any of our offices.
Being e-Tender it can only be downloaded and submitted in the manner specified in “Notice
Inviting e-Tender” and “Instruction to Bidders for participating in e-Tendering” and
elsewhere contained in this document.
All documents are required to be submitted online and electronically at our e-tender
portal https://iocletenders.gov.in except the original instrument of Earnest Money
Deposit (EMD). Tender Documents submitted in hard copies shall be summarily rejected.
EMD is to be paid off-line as specified in Notice Inviting e-Tender. Earnest Money Deposit
is to be paid by way of Demand Draft/Pay Order from Nationalized/ Scheduled Bank in
favour of INDIAN OIL CORPORATION LIMITED, payable at NOIDA/NEW DELHI. Details of
Bidder & Tender Number should be mentioned at the back of banking instrument. EMD must
be submitted in sealed envelope cover (format enclosed). Scanned copy of banking
instrument must be submitted electronically. Tenders submitted without EMD as
specified would be rejected out-rightly.
Please note that rates are excluding service tax, which shall be payable separately on actual
as mentioned. However rates of Supply items (if any) are inclusive of Sales Tax also,
hence nothing extra shall be paid. Please refer “Additional Instructions to
Bidders/Contractors” for details. The format of tender submission shall be strictly as
mentioned in Special Terms & Conditions.
Bidders are advised to visit our portal very often for any changes or addendums. It is the
bidder's sole responsibility to access this webpage and download any changes or addendums
to this tender, if any. Any bid received that does not include posted addendums shall be
liable for rejection.

Page 2 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

Kindly note that in Price Bid, bidder has to enter/quote, ONLY overall percentage
on Schedule of Works, applicable uniformly on all items.
Conditional offers are liable for rejection. However, you are requested to get any
clarification, if required, from us during Pre-Bid Conference. The points to be clarified
during Pre-Bid Conference may please be conveyed to IndianOil at-least two working days
prior to scheduled day of conference. This is with a view to have structured discussion with
proper focus on issues. Please also note that after the clarifications (if any), are given in
conference, no further deviation shall be permitted and all decisions taken by IndianOil in
Pre-Bid Conference shall be binding on all bidders. All are requested to attend Pre-Bid
Conference. The Pre-Bid Conference minutes shall also form part of the tender and bidders
must submit the same as a token of acceptance.
Bidders are requested to go through the ‘Bidders Manual Kit’ available in the homepage of
IndianOil e-tendering portal https://iocletenders.gov.in to have a clear understanding of
the steps to be followed for bid submission. The ‘Bidders Manual Kit’ is for general reference
only and bidders have to abide by the terms and conditions of this tender. Bidders must
note that IndianOil will not be responsible for any delay in submission of online tender on or
before due date & time of tender submission.
Bidders must also note that before the bid is uploaded, Bids comprising of required
documents should be digitally signed using digital signatures as specified in the tender.
Canvassing of information or submission of forged or false documents /information by
any Bidder shall make their offer invalid. Further, action shall also be taken by IndianOil
for forfeiture of their EMD as well as putting the Party on Holiday list.
General Condition of Contract (GCC) contains provisions for arbitration and alternative
dispute resolution machinery under Section 9, which stands deleted. Further, the reference
to arbitration and alternative dispute resolution machinery provision contained in any other
term and condition in GCC, which may be general or specific in nature shall also stand
deleted to the extent the said contents are applicable to the arbitration provisions.
The Corporation reserves the right to reject any or all tenders without assigning
any reason whatsoever.
The bidders are required to report with all original documents pertaining to qualifying
parameters and other documents submitted along-with tender, for verification in our office
as per schedule given in Notice Inviting e-Tender. Please note that no separate
communication shall be sent for verification of documents.
Thanking You,

Yours faithfully,
for INDIAN OIL CORPORATION LIMITED

for Deputy General Manager (Engg), UPSO-2

Page 3 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

CHECK LIST

For the benefit of bidders, we are giving below a summary of check list which are to
be filled and checked by the Bidder before uploading:
Number of
Details to
Pages &
IndianOil be
S No Descriptions Reference of
Requirement furnished
Documents
by Bidder
enclosed
1 Earnest Money Deposit As per NIeT
2 Mode of EMD DD/PO/BG
Confirmation that Original EMD As per tender
3 instrument is dropped in tender Box conditions
before due date & time
To be filled &
4 Credentials
enclosed
To be furnished &
5 PAN & Service Tax Numbers
enclosed
6 Type of firm To be furnished
7 Rate of Service Tax To be furnished
Details of Annual Turnover. Audited As per NIeT’s PQ
8 Accounts/Balance Sheets for Financial
Years 2011-12, 2012-13 & 2013-14
Details of similar work(s) against As per NIeT’s PQ
Tender’s PQ including copies of Work
9
Order(s) and their successful
completion certificate(s)
Details of person authorized to sign To be furnished
10
Tender Document
11 Bio-data of key persons of the firm To be enclosed
Details of Engineers proposed to be To be furnished
12
posted at Site
List of Machineries to be deployed for To be enclosed
13
the subject tender
Name of Bidder is provided at As per tender
14
appropriate place in price bid conditions
Complete Tender Documents have been
15 To be furnished
digitally signed
All Affidavits/ Declarations/ As per tender
16
Undertakings, as required are provided conditions
Confirmation that there are no To be furnished
17
deviations from tender conditions
In case party is
In price bid sheet (BOQ excel file), intending to quote at
Bidder has quoted, by selecting EXCESS par, then they must
18 or LESS in the drop-down box and quote ‘0’ in space
thereafter filling the percentage rate in provided. If none
quoted, then same shall
figures only without any condition. be treated as ‘at par’
19 Other relevant information To be furnished

Page 4 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

UNDERTAKING
We confirm that we have quoted the rates in this tender considering inter-alia the following
details mentioned in Tender Document:
1. Minutes of Pre-Bid Conference
2. Bill of Quantities/Schedule of Rates/Price Bid Sheets
3. Notice Inviting e-Tender
4. Scope of work & Completion Time
5. Special Terms And Conditions
6. Instruction to Bidders/Contractors
7. General Conditions of Contract including Form of Contract.
8. Safety practices during construction.
9. Working conditions and all other tender conditions

I/We ___________________________________________ (Name of the Bidder) certify and


confirm that we had fully read complete Tender Document (comprising of ‘Technical
Commercial Bid’ and ‘Price Bid’) and had understood and accepted the same. We are
enclosing them duly signed and sealed as a token of acceptance.

I/We certify and confirm that for our ease we are not uploading files/sub-files named as
‘Technical Specifications’, ‘General Drawings’ and ‘General Conditions of Contract’ However
we confirm for agreeing to all the contents mentioned/applicable in these documents, hosted on
IndianOil official website.

I/We also certify and confirm that we will abide by all the terms and conditions as per Tender
Document uploaded on website www.iocletenders.gov.in we further agree to all the decisions
confirmed in Pre-bid Conference Minutes and hosted on said website.

I/We agree to all the conditions mentioned in these documents and had thoroughly studied
the same before submitting the bid.

I/We also confirm having understood that the work order will be placed for carrying out
works as per details mentioned in the said tender and for any other work not mentioned but
related with the subject work.

In the event of award of contract to us, the complete tender document uploaded along-with
Pre-Bid Conference minutes on IndianOil e-portal https://iocletenders.gov.in shall be
considered for constitution of Contract Agreement.

(Signature of Bidder & Address)


PLACE: ____________________
DATE: _____________________

Witness:
Signature: ____________________________
Name & Address: _______________________
______________________________________

Page 5 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

FORM OF TENDER (TECHNICAL COMMERCIAL BID)


(To be filled up by the Bidder)

Date:
From: _____________________
_________________________

_________________________

To
Indian Oil Corporation Limited,
(Marketing Division)
Uttar Pradesh State Office - 2
E-8, Sector 1, NOIDA

Tender No: ______________________________________

Dear Sirs,
Having examined the Tender Documents consisting of the Tender Notice, General
Instructions to Bidders, General Conditions of Contract, Special Instructions to Bidders,
Special Conditions of Contract, Specifications, Plans (Exhibits __________ to __________),
Drawings (Exhibits __________ to __________), Time Schedule, Form of Contract, Form
of Schedule of works, and Addendum(a) to the Tender Documents, and having understood
the provisions of the said Tender Documents and having thoroughly studied the
requirements of Indian Oil Corporation Limited relative to the work tendered for in
connection with the __________________________ (Name of the Project) and having
conducted a thorough study of the job site(s) involved, the site conditions, soil conditions,
the climatic conditions, labour, power, water, material and equipment availability, the
transport and communication facilities, the availability and suitability of borrow areas, the
availability of land for right of way and temporary office accommodation and quarters and
all other facilities and things whatsoever necessary for or relative to the formulation of the
tender or the performance of work, I/we hereby submit my/our tender offer for the
performance of proposed work in accordance with the terms and conditions and within the
time mentioned in the Tender Documents.
In consideration of the sum of Rupee 1.00 (Rupee one) only paid to me/us by Indian Oil
Corporation Limited, by adjustment in the price of Tender Documents, I/We further
undertake to keep my/our this tender offer open for a period of not less than 4 (four)
months from the scheduled date of opening of Tenders as specified in the General
Instructions to Bidders forming part of the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of
our Directors (in the case of a Company) was/were employed as Directors of Indian Oil
Corporation Limited, during the period of 2 (two) years immediately preceding the date
hereof OR I/We hereby declare that I/Shri ____________________one of our partners (in
the case of partnership firm/Directors in the case of a Company) was employed as a Director
in Indian Oil Corporation Limited, during the period of 2 (two) years immediately.
Preceding the date hereof and that I/Shri ______________________ have/has obtained
previous permission of Indian Oil Corporation Limited to make this tender.

Page 6 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

I/We have annexed to this Bid the following documents:


a) Schedule of works in the prescribed form.
b) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary
Public in proof of the authority of the person who has signed the Tender.
c) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance
Certificate duly attested by a Gazetted Officer/Notary Public.
d) Information regarding bidder in the form annexed to the Form of Tender.
e) Information regarding experience of the bidder in the performance of work of a
comparable nature in the form annexed to the Form of Tender.
f) Information regarding construction Organization and equipment in the form annexed
to the Form of Tender.
g) Solvency Certificate from a Nationalized/Scheduled Bank.
h) Set of Tender Documents, as issued duly signed.
i) Additional Documents as listed below.

I/We hereby undertake that the statements made herein/information given in the Annexure
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be
a mis-representation entitling Indian Oil Corporation Limited to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Limited to
produce, for its inspection, original(s) of the document(s) of which copies have been
annexed hereto.
I/We confirm having deposited Earnest Money of Rs. _______________________ (Rupees
_________________________________) as detailed hereunder (strike-off whichever is not
applicable).

(Signature(s) of the Bidder(s))


Name & Designation of Authorized person
Signing the tender on behalf of the bidder(s)
Full Name and address of the Bidder(s)

Witness Names & Addresses:

Page 7 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

FORM OF TENDER (PRICE BID)


(To be filled up by the Tenderer)

Date:
From: _____________________
_________________________

_________________________

To
Indian Oil Corporation Limited,
(Marketing Division)
Uttar Pradesh State Office - 2
E-8, Sector 1, NOIDA

Tender No: ______________________________________

Dear Sirs,
Having examined the Tender Documents consisting of the Short Tender Notice, General
Instructions to Tenderers, General Conditions of Contract, Special Instructions to tenderers,
Special Conditions of Contract, Specifications, Plans (Exhibits __________to __________),
Drawings (Exhibits _______ to _________),Time Schedule, Form of Contract, Form of
Tender, Form of Schedule of works, and Addendum(a) to the Tender Documents, and
having understood the provisions of the said Tender Documents and having thoroughly
studied the requirements of Indian Oil Corporation Limited relative to the work tendered for
in connection with the _______________ (Name of the Project) and having conducted a
thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic
conditions, labor, power, water, material and equipment availability, the transport and
communication facilities, the availability and suitability of borrow areas, the availability of
land for right of way and temporary office accommodation and quarters aid all other
facilities and things whatsoever necessary for or relative to the formulation of the tender of
the performance of work,
I/we hereby submit my/our tender offer for the performance of proposed work in accordance
with the terms and conditions and within the time mentioned in the Bid Documents at the
rate(s) quoted by me/us in the accompanying Schedule of works based on the Form of
Schedule(s) of Rates included within the Tender Documents and arrived at a total contract
value of Rs._____________ (Rupees __________________________ only) based on an
application of the rates tendered in the accompanying Schedule(s) of Rates to the relative
quantities indicated in the Form Schedule(s) of Rates forming part of the Tender
Documents.
If the work or any part thereof is awarded to me/us, I/We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of
the Tender Documents and accept the terms and conditions of Contract as laid down therein
and undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or
deposit with the Accounts Officer, ______________ (Name of the Project) Indian Oil
Corporation Limited a sum which together with the amount of earnest money deposited by
me/us in terms hereof, shall make 2½% (two and one-half percent) of total contract value

Page 8 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

as specified in the Acceptance of Tender for the purpose of security deposit, by any one or
more of the modes of payments specified in this behalf in the General Conditions of
Contract, and to commence work at each job site(s) involved within 10 (ten) days of
handing over the job site or any part thereof to me/us, and to sign the formal Contract in
the terms of the form of contract forming part of Tender Documents, within 10 (ten) days of
receipt of Letter of Acceptance from and on behalf of Indian Oil Corporation Limited, in this
behalf failing which Indian Oil Corporation Limited, shall be at liberty, without reference to
me/us and without prejudice to any of its rights or remedies, to terminate the Contract
and/or to forfeit the earnest money deposited in terms hereof.

In consideration of the sum of Rupee 1.00 (Rupee one) only paid to me/us by Indian Oil
Corporation Limited, by adjustment in the price of Tender Documents, I/We further
undertake to keep my/our this tender offer open for a period of not less than 4 (four)
months from the scheduled date of opening of Tenders as specified in the General
Instructions to Tenderer forming part of the Tender Documents.
I/We have annexed to this Bid the following documents:
a) Schedule of works in the prescribed Form.
b) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney or other authority duly certified by a
Gazetted Officer or a Notary Public in proof of authority of the person who has signed
the Tender.
I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be
a misrepresentation entitling Indian Oil Corporation Limited to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Limited to
produce, for its inspection, original(s) of the document(s) of which copies have been
annexed hereto.

(Signature(s) of the Bidder(s))


Name & Designation of Authorized person
Signing the tender on behalf of the bidder(s)
Full Name and address of the Bidder(s)

Witness Names & Addresses:

Page 9 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

NOTICE INVITING e-TENDER


E-TENDERS ARE INVITED FROM REPUTED, TECHNICALLY COMPETENT, QUALITY
CONSCIOUS, EXPERIENCED AND FINANCIALLY SOUND PARTIES HAVING
EXPERIENCE OF SIMILAR WORKS AND MEETING PRESCRIBED QUALIFYING
PARAMETERS ALONG-WITH OTHER DETAILS AS GIVEN BELOW:

TENDER NUMBER : UPSO-2/ENGG/PT-142/2014-15


NAME OF WORK : CONSTRUCTION OF MULTI-STORIED
OFFICE BUILDING AT 35-A, KAMLA
NEHRU MARG, CIVIL LINES, BAREILLY,
COMPRISING OF CIVIL, SANITARY,
PLUMBING, HVAC, LIFT, FIRE FIGHTING
AND ELECTRICAL WORKS.
NUMBER OF PARTIES REQUIRED : Only One (1) No.
TYPE OF TENDER : Electronic Bid under Two Bid System
 Part-1 : Technical Commercial Bid
 Part-2 : Price Bid
TENDER VALIDITY : 4 MONTHS FROM THE DATE OF OPENING
TOTAL ESTIMATED COST : Rs. 979.58 lacs including Service Tax
The quantum of work given above is only
indicative based on tentative estimates and is not
the right of contractor. IndianOil does not
guarantee any minimum or maximum quantum of
works to be allocated to contractor during the
currency of contract.
EARNEST MONEY DEPOSIT : RS. 7,40,000.00
MODE OF PAYMENT
 EMD WILL BE ACCEPTED EITHER IN THE
FORM OF:
o DEMAND DRAFT FROM NATIONALIZED/
SCHEDULED BANK IN FAVOUR OF ‘INDIAN
OIL CORPORATION LIMITED’ PAYABLE
AT NOIDA/NEW DELHI OR
o BANK GUARANTEE FROM NATIONALIZED/
SCHEDULED BANK (if EMD amount is
Rs.1.00 lacs or more).
 EXEMPTED CATEGORIES FOR EMD:
o AS PER MSME ACT, 2006 (OR
ERSTWHILE NSIC REGISTERED PARTIES)
HAVING MONETARY LIMIT VALUE OF
ATLEAST THAT OF THE TOTAL ESTIMATED
COST MENTIONED ABOVE.
o CENTRAL/STATE PSUs AND JOINT
VENTURES OF INDIANOIL.
 BIDDER OF THIS TENDER SHALL UPLOAD A
SCANNED COPY OF EMD INSTRUMENT or

Page 10 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

EXEMPTION CERTIFICATE IN THE TENDER


DOCUMENT – TECHNICAL COMMERCIAL BID
WHILE SUBMITTING THE TENDER
ELECTRONICALLY IN THE E-TENDER PORTAL.
 PHYSICAL EMD MUST REACH INDIANOIL,
UPSO-2, NOIDA BEFORE DUE DATE AND TIME
ON THE ADDRESS GIVEN IN A SEALED
ENVELOPE.
 NON-SUBMISSION OF PHYSICAL EMD BEFORE
DUE DATE AND TIME ON THE PRESCRIBED
ADDRESS, WILL LEAD TO TECHNICAL
DISQUALIFICATION OF THE BID BY THE
BIDDER.
 CLEARLY MENTION TENDER NUMBER, TENDER
SUBJECT AND NAME OF BIDDER ON THE
ENVELOPE IN WHICH EMD INSTRUMENT IS
BEING SUBMITTED.
 ORIGINAL EMD INSTRUMENT SHOULD BE
SEALED IN AN ENVELOPE AND DROPPED IN
DESIGNATED TENDER BOX:
TENDER BOX
(KEPT ON SECOND FLOOR)
ENGINEERING DEPARTMENT
UTTAR PRADESH STATE OFFICE-2
INDIAN OIL CORPORATION LIMITED
E-8, SECTOR 1, NOIDA-201301
DOWNLOAD PERIOD OF TENDER : From 25/09/2014 @ 11:00 Hrs
DOCUMENT STARTS
PRE-BID CONFERENCE : On 13/10/2014 @ 11:00 Hrs
DUE DATE & TIME OF UPLOAD OF : From 14/10/2014 @ 11:00 Hrs upto
TENDER DOCUMENTS AND SUBMISSION
OF EMD IN TENDER BOX 28/10/2014 @ 15:00 hrs
DATE & TIME OF OPENING OF : 28/10/2014 @ 15:30 Hrs
TECHNICAL COMMERCIAL BID
DATE & TIME OF ORIGINAL : 29/10/2014 FROM 10:30 HRS TO 17:00
DOCUMENTS VERIFICATION HRS OR AS INTIMATED AFTER TENDER
OPENING.

ORIGINAL DOCUMENTS VERIFICATION SHALL


BE DONE DURING PRESCRIBED TIME AT THE
FOLLOWING ADDRESS:
ENGINEERING DEPARTMENT
UTTAR PRADESH STATE OFFICE-2
INDIAN OIL CORPORATION LIMITED
E-8, SECTOR 1, NOIDA-201301
MINIMUM QUALIFYING : The Qualifying Parameters for the tender shall
PARAMETERS be as mentioned below. Applicants not
fulfilling following qualifying parameters
need not apply:

Page 11 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

a) ANNUAL TURNOVER : The party should have minimum annual


turnover of Rs 587.75 Lacs in any of the last
3 financial years ending 31/03/2014.
b) SINGLE WORK ORDER : The party should have completed similar
VALUE OF SIMILAR works of minimum value, as described below
WORKS against single work order during the period
between 01/09/2009 to 31/08/2014:
 One Similar Completed Work costing
not less than the amount equal to Rs.
489.79 Lacs OR
 Two Similar Completed Works each
costing not less than the amount equal to
Rs. 391.84 Lacs OR
 Three Similar Completed Works each
costing not less than the amount equal to
Rs. 293.88 Lacs
c) DEFINITION OF SIMILAR : Experience in successful completion of
WORKS Construction of Multi Storied Office/
Commercial/ Residential Building with RCC
Framed Structure and Associated Works,
mainly comprising of Civil, Sanitary,
Plumbing, HVAC, Lift, Fire Fighting &/or
Electrical Works. Any allied works required
for completion of such job shall also be taken
as similar works for the purpose of
qualification.

ONLY WORKS AS DESCRIBED ABOVE


WOULD BE ACCEPTED AS SIMILAR
WORK.
 Completed Work(s) from start to finish against
respective order(s) should be done during the
above specified period.
 Date of Commencement & Completion of
respective order(s) shall be the deciding factor
to conclude whether the job has been executed
during the qualifying period or not.
 Value of final executed work(s) shall be
considered while evaluating order value as
qualifying parameter.
 There should be direct work order(s) from
employer to bidder.
 Proof of successful completion of Similar
Work(s) must be enclosed.
 Bidders without PAN and Service Tax
Registration number will not be considered.
COMPLETION PERIOD : FIFTY (50) WEEKS PLUS MOBILIZATION PERIOD

Page 12 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

OF 10 DAYS.
MANPOWER FOR PROJECT :  Project Manager – 1 No (Degree holder
MANAGEMENT SERVICES Engineer with minimum 8 years experience or
Diploma holder Engineer with minimum 10
years experience)
 QC/QA/Planning Engineer – 1 No (Degree
holder Engineer with minimum 4 years
experience or Diploma holder Engineer with
minimum 6 years experience)
 HSE Manager – 1 No (Degree holder Engineer
with minimum 2 years experience or Diploma
holder Engineer with minimum 4 years
experience)
SECURITY DEPOSIT : @10% VALUE OF WORK DONE
PRICE ADJUSTMENT : ½% OF WORK ORDER VALUE PER WEEK OF
DELAY OR PART THEREOF (MAXIMUM 10%).
CONTACT PERSONS : SITE ENGINEER/ ENGINEER-IN-CHARGE/
INDIANOIL’S REPRESENTATIVE.
MOBILIZATION ADVANCE : Mobilization Advance Clause shall not be applicable for
this contract. In other words no Mobilization Advance
shall be given to the contractor. This supersedes any
other clause on Mobilization Advance, if mentioned
elsewhere in the tender document.

GCC contains provision for payment of Mobilization


Advance as per clause 6.4.5.0, which stands deleted.
Further the reference to Mobilization Advance contained
in the tender, which may be general or special in nature
shall also stand deleted to the extent said contents are
applicable to Mobilization Advance.
INCOME TAX/ EXCISE DUTY/ : Shall be deducted as per prevailing rules.
SALES TAX/ VAT/ WORKS Party must quote rates inclusive of all taxes/
CONTRACT TAX levies, etc. IndianOil shall not entertain any
request for payment of any taxes/levies.
SERVICE TAX :  RATES MENTIONED IN ‘SCHEDULE OF WORKS’
ARE EXCLUSIVE OF SERVICE TAX ON
‘CONSTRUCTION ITEMS’ (WHICH SHALL BE
PAID EXTRA ON ACTUALS, AS APPLICABLE)
BUT ARE INCLUSIVE OF ALL TAXES
INCLUDING SALES TAX ON ‘SUPPLY ITEMS
(if any)’.
 PRESENT RATE OF SERVICE TAX IS 12.36%.
CONTRACTOR SHALL BE REQUIRED TO SUBMIT
VALID TAX INVOICES INCLUDING SERVICE
TAX COMPONENT MENTIONED SEPARATELY AS
PER PREVAILING SERVICE TAX RULES OUT OF
TOTAL PAYABLE AMOUNT.
 IN CASE OF COMPANY, IT WILL BE
CONTRACTOR’S RESPONSIBILITY TO PAY THE
SERVICE TAX FOR THE FULL AMOUNT SHOWN
IN THE TAX INVOICE TO CONCERNED SERVICE
TAX AUTHORITY.

Page 13 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 IN CASE OF PROPRIETORSHIP/ HUF/


PARTNERSHIP FIRM/ ASSOCIATION OF
PERSONS, OUT OF TOTAL SERVICE TAX
SHOWN ON INVOICE, 50% OF SERVICE TAX
SHALL BE DEDUCTED BY INDIANOIL, WHICH
WILL BE DEPOSITED BY INDIANOIL TO
SERVICE TAX AUTHORITIES DIRECTLY AND IT
WILL BE CONTRACTOR’S RESPONSIBILITY TO
PAY THE BALANCE 50% SERVICE TAX TO
CONCERNED SERVICE TAX AUTHORITIES.
SERVICE TAX REGISTRATION : SERVICE TAX REGISTRATION NUMBER TO BE
NUMBER COMPULSORILY PROVIDED BY THE PARTY.
The Party should have valid Service Tax
registration number and a copy of the same has to
be enclosed. BIDDER WITHOUT SERVICE TAX
REGISTRATION NUMBER WILL NOT BE
CONSIDERED.
UTTAR PRADESH TIN : TIN REGISTRATION NUMBER TO BE
REGISTRATION NUMBER COMPULSORILY PROVIDED BY THE PARTY
WITHIN 6 WEEKS FROM DATE OF ORDER,
FAILING WHICH ORDER SHALL BE
CANCELLED AND EMD/ISD MAY BE
FORFEITED.
Party from outside the state of Uttar Pradesh
should obtain TIN number if work is awarded to
them. As payment from IndianOil can be released
to only those parties who posses said number,
Party who do not have required TIN number
should obtain the same before payment is made.
Please note that no payment shall be released till
same is obtained. Please note that IndianOil shall
not responsible for delay in payment or no
payment due to above.
GUIDELINES OF SUBMISSION : SUBMISSION OF DOCUMENTS:
OF TENDER DOCUMENTS  Complete Tender Documents (Un-priced
Technical Commercial Bid and Price Bid) along-
with required documents have to be submitted
on-line only, failing which their bid is liable for
rejection.
 Constitution of the Firm
o Proprietor’s details in case of proprietary
nature.
o Partner’s details with full names and
address of all partners as per Partnership
Deed (in case of Partnership Firm).
o Director’s details with full names and
address of all directors as per Certificate of
Incorporation (in case Limited Company).
 However, documents which necessarily have to
be submitted in originals like EMD and any
other documents mentioned in the tender

Page 14 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

documents have to be submitted off-line.


 To facilitate ease in uploading on our e-
tendering portal, bidders are permitted not to
upload files/sub-files named as ‘Technical
Specifications’, ‘General Drawings’ and
‘General Conditions of Contract’. However
they have to give undertaking for agreeing to
all the contents mentioned/applicable in these
documents, hosted on our official website but
not uploaded by them.
 Bidder is also permitted to use tender
document, not downloaded from our official
website www.iocletenders.gov.in. Bidder
have to submit undertaking that they shall
abide by, all the terms and conditions as per
document hosted on our official website, if any
discrepancy is observed in the submitted
tender even at a future date.
 Bidder has to give undertaking for agreeing to
all the decisions confirmed in Pre-bid
Conference Minutes and hosted on our official
website.
 It is advised that the bidder uploads small
sized documents (preferably upto 5 MB) at a
time to facilitate in easy uploading into e-
tendering site.
 IndianOil does not take any responsibility in
case of failure of the bidder to upload the
documents within specified time of tender
submission.
 IndianOil will not be responsible for any delay
under any circumstances for non-receipt of
EMD/Tender/Submission of filled in tender
document by due date & time.
 IndianOil shall not be responsible in any way
for failure on the part of the bidder to follow
the instructions.
SUBMISSION & OPENING OF BIDS:
 Bid along with all the copies of documents
should be submitted in the electronic form only
through IndianOil e-tendering system.
 Before the bid is uploaded, the bid comprising
of all attached documents should be digitally
signed using digital signatures issued by
an acceptable Certifying Authority (CA) in
accordance with the Indian IT Act 2000.
LAST DATE FOR SUBMISSION OF BIDS:
 Bidders are advised in their own interest to
ensure that bids are uploaded in e-tendering
system much before the closing date and time
of said tender.

Page 15 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 Vendors/Bidders must use any computer


having Windows 2000 or Windows XP
Versions or higher of Window Operating
System and an internet web browser version
Internet Explorer Version 8.0 or higher
recommended.
PROCEDURE FOR SELECTION OF : SUBMISSION OF CREDENTIALS:
CONTRACTOR  Bidder will be required to fill-in and upload
relevant documents as given in Statement of
Credentials sheet attached.
 Bidder will be technically qualified on the basis
of submission of following:
o Requisite EMD
o Minimum Qualification Criteria as given
above and
o Based on the availability of other
credentials as indicated in tender document
 Offer of parties will not be considered if they
are not meeting any of the relevant
qualification norms.
 Bidders are required to upload copies of
following documents:
o Service Tax Registration Number -
Parties without Service Tax Registration
Number will not be considered
o PAN Card (Permanent Account Number) -
Parties without PAN will not be considered
o Work Order(s) for the executed ‘Similar
Work(s)’ along-with Work Completion
Certificate(s) towards proof of having
completed the individual work order(s) of
required value within specified period -
from the Client or certified Final Bill, if said
work is done, for IndianOil. For this
purpose, copy of work order, completion
certificate and/or payment details, TDS
certificate or any other document in
support of proof of any such work
considered necessary/sufficient will have to
be submitted.
o Audited Balance Sheet of the relevant
Financial Year duly certified by registered
Chartered Accountant towards proof of
fulfilling Annual Turnover Criteria as
specified in the tender document. If
certified Balance Sheet is voluminous, then
relevant pages in support of turnover is to
be uploaded along-with CA certificate
towards the same.
o In case the turnover is less than the
statutory requirement of “Audited

Page 16 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

Accounts” the self certified accounts shall


also be accepted. This shall be supported
with Income Tax return of the
corresponding financial year, duly
acknowledged by IT Department for the
same.

1) INSTRUCTIONS TO BIDDERS FOR PARTICIPATING IN E-TENDERING:


a) Bidders are advised to download Notice inviting e-Tender along-with
complete tender documents from the e-tendering portal
https://iocletenders.gov.in free of cost using their digital signature &
registered user ID.

b) Indian Oil Corporation Limited has developed a secured and user friendly
system through National Informatics Centre, which enables Vendors/ Bidders
to Search, View, Download tenders directly and also, enables them to
participate & submit Online Bids on the e-tendering portal
https://iocletenders.gov.in in a secured and transparent manner
maintaining confidentiality and security throughout the tender evaluation
process. All interested bidders are requested to register themselves with the
portal indicated above and enrol their digital certificate with the user id for
participation in the tender. Bidders are requested to read following conditions
in conjunction with various conditions, wherever applicable appearing with
this bid invitation for e-Tendering.

c) Bidders are requested to go through the “Bidder’s Manual Kit” and read the
instructions available in the homepage of e-tendering portal
https://iocletenders.gov.in to have a clear understanding of the steps to
be followed for bid submission. The “Bidder’s Manual kit” is for general
reference only and the bidders have to abide by the terms and conditions of
this tender. IndianOil will not be responsible for delay in submission of on-line
tender & Physical copy of EMD Instrument by due date & time by any party.
Bidders may also contact at the e-mail: etenderingheldpdesk@indianoil.in for
any assistance required in this regard.

d) Bidders need to have Digital Signature Certificate: Digital Signature


Certificate is a unique digital code which can be transmitted electronically and
primarily identifies a unique sender. The objective of digital signature is to
guarantee that the individual sending the message is who he or she really
claims to be just like the written signature. The Controller of Certifying
Authorities of India (CCA) has authorized certain trusted Certifying
Authorities (CA) who in turn allot on a regular basis Digital Certificates,
Documents which are signed digitally are legally valid documents as per the
Indian IT Act (2000). In order to bid for IndianOil e-tenders all the vendors
are required to obtain a legally valid Digital Certificate as per Indian IT Act

Page 17 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

from the licensed Certifying Authorities (CA) operating under the Root
Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA)
of India. The Digital Certificate is issued by CA in the name of a person
authorized for filing Bids / Offers on behalf of his Company. A Vendor/Bidder
can submit their Bids/Offers On-line only after digitally signing the
bid/documents with the above allotted Digital Signatures. Bidders have to
procure Digital Certificate (Class III) on their own, from any of the Certifying
Authorities in India.

e) Submission and Opening of Bids: Bid along with all the copies of
documents should be submitted in the electronic form only through IndianOil
e-tendering system. Before the bid is uploaded, the bid comprising of all
attached documents should be digitally signed using digital signatures issued
by an approved Certifying Authority (CA) in accordance with the Indian IT Act
2000. The bidder should go through the detailed instructions available in the
homepage of the portal for enrolment and on-line bid submission process.
Bidder has to ensure that their bid is complete in all respect before pressing
on the “FREEZE BID” button. Any revision or amendment in bid shall be
possible after the “FREEZE BID” button is pressed, only till the due date and
time of submission of tender.

f) Bidder is required to be careful in ensuring that copies of all the requisite


documents have been uploaded along with Statement of Credentials and the
statement is correctly filled without leaving any required information. Non-
submission of required documents or incomplete submission of any
documents may result in rejection of the Tender.

g) The bidders should note the following:


i) Late and delayed Bids/Offers after due date/time shall not be
permitted.
ii) No bid can be submitted if the last date and time of submission has
reached. (If bidder intends to revise the bid already submitted, they
may change/revise the same on or before the last date and time of
submission of bid).
iii) The system time (IST) that will be displayed on e-tendering web page
shall be the time and no other time shall be taken into cognizance.
iv) Bidders are advised in their own interest to ensure that bids are
uploaded in e-tendering system well before the closing date and time
of submission.
v) No printed or posted Bids Offers other than EMD shall be accepted.

2) CRITERIA FOR SELECTION SHALL BE, AS FOLLOWS:


a) Technical Commercial Bid of only those parties submitting their Bid & EMD,
before due date and time, shall be opened on the due date & time of

Page 18 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

opening.

b) Offers shall be scrutinized and evaluated based on the qualifying parameters


mentioned above, requisite credential certificates uploaded and verification of
the credential documents.

c) Before opening of the Price Bid, qualified parties may be called to attend Pre
Price Bid Conference. Date, time & venue for the same, if so decided by
IndianOil, will be informed, only to technically qualified parties.

d) Price Bid of only those parties shall be opened who qualify as per the
qualifying parameters after evaluation as mentioned above. Prior intimation
will be uploaded on e-tender portal regarding due date and time of opening
of Price Bid.

e) The methodology to be followed for finalization of subject Tenders shall be as


under:
 Price bid of technically qualified parties will only be opened.
 After opening of price bid, Merit-list of the parties shall be made based
on the ascending order of the offers received.
 In case more than 1 tenderer quotes the same rate, then the tenderer
with the higher average annual turnover in the last 3 financial years
ending 31/03/2014 will be preferred above in the Merit-list as
compared to the party with lower turnover.
 Work shall be awarded to L-1 Party, with or without negotiations.

3) TERMS AND CONDITIONS:


a) Incomplete Tenders are liable for rejection without any further
communication to the bidder and decision of IndianOil in this respect will be
final.

b) Any conditions given along with Tender Document will make tender invalid
and same will be rejected.

c) IndianOil will not be responsible for any delay in on-line submission of tender
at mentioned website & Original EMD Instrument in mentioned tender box by
due date & time by the party. If the original EMD is sent by Registered Post/
Courier, the bidder should ensure that it reaches the tender box on or before
due date and time.

d) Subsequent communications, if any, related with this Tender should be


treated as a part of the tender document.

e) Mere submission of the relevant information and meeting the qualifying


criteria would not entitle the bidder for technical qualification. In the event
document/information submitted by the tenderer is found to be forged or

Page 19 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

incorrect, the tender will be rejected and/or the contract with such bidder
shall be terminated and EMD and/or ISD/SD submitted shall be forfeited.
Such bidder may also be put on Holiday List by IndianOil.

f) The bidders are required to report with all original documents pertaining to
qualifying parameters and other documents for verification with photocopies
submitted at the address given below during specified date and time. Please
note that no separate communication shall be sent for verification of
documents therefore parties should report on specified dates with all
Originals as required.

g) The details and credentials submitted by bidders are to be verified by the


concerned authority. Authorized representative of IndianOil, if required, prior
to award of work may carry out field visits to verify credentials claimed by
the bidder. The bidder shall extend necessary co-operation to facilitate the
visits. Bidder should be in a position to produce all the original documents
and/or any other information as and when required by IndianOil.

h) Any party submitting false or forged documents shall be put on the Holiday
Listed Vendors.

i) The conditions mentioned herein under shall supersede and shall prevail over
the conditions enumerated elsewhere in the tender document.

j) No compensation will be paid by the IndianOil for reduction of Scope of Work


or Quantities mentioned in Price Bid and overrules all provisions given in the
General Conditions of Contract.

k) IndianOil reserves the right to reject any or all tenders without assigning any
reasons thereof.

4) ENCLOSURES: Complete Tender Document should, inter-alia, be


accompanied with clear scanned copies (in pdf format) of the following, which
should be uploaded with authorized digital signature:
a) Copy of EMD instrument.

b) Copies of Credentials/Documents, mainly:


i) Similar Works completed during specified period pertaining to
qualifying parameters along-with certificate for satisfactory completion.
ii) Audited balance-sheets of the specified financial year along-with
relevant IT Assessment Orders/Returns filed.
iii) PAN, Service Tax, Uttar Pradesh Sales Tax, PF & ESIC Registration
Certificates.
iv) Company profile with supporting documents pertaining to its
constitution, like Partnership Deed or Certificate of Incorporation.

Page 20 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

c) Copies of all Affidavits, Declarations & Undertakings as mentioned in the


tender documents.

d) Following Affidavits (in prescribed format) duly attested by Magistrate/Notary


are also to be uploaded and originals to be submitted at the time of
document verifications:
i) Affidavit on Black/Holiday Listing &
ii) Affidavit on Tender Not Tampered.

Page 21 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

DOCUMENTS REQUIRED IN SUPPORT OF QUALIFYING NORMS

PARTIES ARE REQUIRED TO SUBMIT ONLY FOLLOWING DOCUMENTS. OTHER


EXTRA DOCUMENTS NEED NOT BE ATTACHED; ALL DOCUMENTS SHALL BE
VERIFIED WITH ORIGINALS:

Essential Documents: Following documents are required to be attached/


submitted/ uploaded for consideration of the offer:
i. EMD instrument unless exempted.
ii. Copy of Audited Accounts/ Balance Sheets duly certified by Chartered Accountant for
the relevant financial year, including corresponding Assessment Orders/Income Tax
Returns, same shall be basis for further evaluation, wherever required.
iii. Copies Work Order(s) with their completion certificate of Similar Works, in support of
PQ as defined in NIeT. In case completion certificate is not issued by the principle,
clear proof of release of final payment duly signed by principle with amount should
be enclosed.
iv. PAN Number
v. Service Tax Number, including Rate of Service Tax applicable
vi. Uttar Pradesh State TIN Number – if same is not obtained by the bidder, it shall be
mandatory for the bidder to obtain Sales Tax Registration (TIN) for Uttar Pradesh
State within six weeks from the date of order.
vii. Affidavit duly attested by Magistrate/Notary that bidder has not tampered with
tender documents.
viii. Affidavit duly attested by Magistrate/Notary that party is not black/holiday listed.

Other Documents/Information: Following documents should also be attached:


i. Certificate of Incorporation and AOA (Article of Association) in case of company.
ii. Registration certificate & Partnership deed in case of partnership firms.
iii. Power of Attorney in favour of the person signing the tender documents.
iv. PF Registration Number – if same not available, then proof of having applied for PF
Number on or before tender submission date.
v. ESIC Registration Certificate.
vi. Any other relevant document regarding verification of credentials.

Page 22 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PARTICULARS OF EARNEST MONEY DEPOSIT

1) EMD is payable by Demand Draft/Pay Order only in favour of M/s Indian Oil
Corporation Limited (Marketing Division) payable at Noida/New Delhi.

2) Tender without EMD or with lesser amount of EMD shall be out rightly rejected.
Central/State PSUs/ JVs of IndianOil/ Firms registered as per MSME Act 2006 (or
erstwhile NSIC registered parties) will be exempted for submission of EMD, provided
their Registration is for the quoted works and within the monetary limits specified in
registration certificates.

3) The details of EMD payment should be filled in the relevent space and original EMD
instrument to be sent and submitted as specified in Notice Inviting e-Tender before
due date and time. Scanned copy of EMD instrument with copy of this page duly
filled in is also to be uploaded in e-Tender website at appropriate place.

4) Request of existing contractors for adjustment of any pending due towards EMD shall
not be entertained.

EMD THRU DEMAND DRAFT/PAY ORDER


We are enclosing EMD as per DD given below against subject Tender:

Demand Draft No: ____________________ dated _____________

of Bank _______________________________________________

for Rs.7,40,000.00 (Rs. Seven Lac Forty Thousand Only)

OR (if applicable)

EMD THRU BANK GUARANTEE


We are enclosing EMD as per BG given below against subject Tender:

BG No: ____________________________ dated _____________

of Bank ____________________________ valid upto _________

for Rs.7,40,000.00 (Rs. Seven Lac Forty Thousand Only)

Page 23 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

STATEMENT OF CREDENTIALS

Bidder should fill in below mentioned details and submit them with tender documents.
Please state “NOT APPLICABLE” in case you have no positive answer. For example if you are
not a proprietary firm, please state “NOT APPLICABLE” against relevant item, instead of
leaving the same blank. Bidders must note that incomplete information and/or data not
furnished in the prescribed formats are liable for rejection without any reference to the
bidder. All the required information is necessarily to be provided by the bidders. Power of
attorney for the person signing the tender documents should be attached.

A. 1. Registered Name and Address of the Bidder

______________________________________________________

______________________________________________________

______________________________________________________

2. IndianOil Vendor ID, if any _______________________________

3. Contact Nos. _______________________________

4. E-mail address, if any _______________________________

5. Name of Contact person _______________________________

6. Name of authorized signatory _______________________________

7. Registration Details (Copies of Registration Certificates to be enclosed)

 Income Tax PAN No __________________________

 Service Tax Registration No __________________________

 Uttar Pradesh TIN Regn No __________________________

 Uttrakhand TIN Regn No __________________________

 MSME Act/ NSIC No _____________________________

 PF Registration No __________________________

 ESIC Registration No __________________________

B. 1. Correspondence Address of the Bidder

______________________________________________________

______________________________________________________

______________________________________________________

Page 24 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

2. Contact Nos. _______________________________

3. E-mail address, if any ____________________________

4. Name of Contact person _______________________________

C. Details of annual turnover in Rs. Lacs in last three financial years:


Year 2011-12 2012-13 2013-14

Turnover

Attach copies of audited & certified Balance Sheets. Originals are to be produced as
and when required by IndianOil.

D. Details of jobs on single work order value carried as per qualifying


parameters:
S Name of work Work Order Completion time Present status
No Location & No, Date & As per Actual of work
Employer Amount order
1

Attach copy of work order(s) their completion certificates along-with proof of


payment. Originals are to be produced as and when required by IndianOil.

E. Details of work order presently under execution:


Actual
Name of work Work Order Completion Completion Present
S
Location & No, Date & Time as per Period & status of
No work order Completion
Employer Amount work
Date
1

F. Type of Firm:

1. Sole proprietorship? (Name of the Proprietor):

 ______________________________________________

Page 25 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

2. Partnership firm? (Name of Partners also enclose copy of ‘Partnership


Deed’):

 ______________________________________________

 ______________________________________________

 ______________________________________________

3. Private or Public Limited Company? (List of Directors also enclose copy of


‘Certificate of Incorporation’):

 ______________________________________________

 ______________________________________________

 ______________________________________________

 ______________________________________________

G. RESUME OF KEY PERSONNEL: Bidder to provide a resume for each key person
(indicated in the organization chart) to be assigned to the subject Project, containing
at least the following information on each person (Additional pages are to be
attached and properly designated, if necessary). Such key-personnel shall cover all
employees to be engaged for the subject work.
S No KEY-PERSONNEL DETAILS
1. NAME
2. EDUCATIONAL QUALIFICATIONS
3. PRESENT POSITION IN BIDDER’S
COMPANY
4. RELEVANT EXPERIENCE WITH
PREVIOUS EMPLOYMENT HISTORY

H. MANPOWER DEPLOYMENT FOR SUBJECT WORK:


TENTATIVE DATE OF
S No MANPOWER NUMBERS DEPLOYMENT AT
SITE
1. FABRICATION & SUPERVISING ENGINEERS
2. INSPECTION ENGINEERS
3. QUALITY CONTROL ENGINEER
Attach copy of Educational Certificates. Originals are to be produced as and when
required by IndianOil.

I. EQUIPMENTS: Please furnish details of equipments.


QUANTITY PROPOSED
TO BE DATE FOR
S No DETAILS OF EQUIPMENTS
DEPLOYED DEPLOYMENT
AT SITE AT SITE
1. WELDING MACHINES / RECTIFIERS

Page 26 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

2. PLATE ROLLING MACHINES


3. GAS CUTTING SET
4. GRINDING MACHINES
5. PUG CUTTING MACHINES
6. CRANES / HYDRA
7. HYDRAULIC JACKS
8. DG SETS
AIR COMPRESSORS AND OTHER SAND
9.
BLASTING EQUIPMENTS
10. VACCUM PUMPS
11. VACCUM BOX
12. TANK ERECTION MATERIALS
13. ELCOMETER
14. ULTRASONIC THICKNESS GUAGE
15. RADIOGRAPHY EQUIPMENTS

J. WORK CULTURE:
1 Have you ever failed to complete any work awarded to
you or suspended the job allotted? If so, please
furnish the details
2 Has your firm ever been blacklisted or put on holiday
by any client in last 5 years? If so, give the details.
3 Total no. of arbitration cases entered by your
organization in the last 5 years.
4 No. of arbitration cases decided in your favour in the
last 5 years.
5 No. of arbitration cases decided against your
organization in last 5 years.
6 Any other useful information, the bidder may like to
submit.
7Has any structure designed/constructed by you failed
for reasons not attributed to you? If so, give details.
Attach necessary document/paper as a token of proof.

Page 27 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED

1. Shri B Ashok 2. Shri Makrand Nene


Chairman Director (Marketing)
Indian Oil Corporation Limited Indian Oil Corporation Limited,
IndianOil Bhawan (Marketing Division)
1, Sri Aurobindo Marg, IndianOil Bhavan,
Yusuf Sarai, G-9, Ali Yavar Jung Marg,
New Delhi - 110016 Bandra (East), Mumbai –400051
3. Shri VS Okhde 4. Shri Sanjiv Singh
Director (Pipelines) Director (Refineries)
Indian Oil Corporation Limited, Indian Oil Corporation Limited,
Corporate Office, Corporate Office,
Plot 3079/3 Plot 3079/3
Sadiq Nagar, JB Tito Marg Sadiq Nagar, JB Tito Marg
New Delhi-110049 New Delhi-110049
5. Shri SC Khuntia 6. Shri Rajive Kumar
Additional Secretary & Financial Additional Secretary
Advisor, Ministry of Petroleum & Natural Gas
Ministry of Petroleum & Natural Gas Shastri Bhavan,
Shastri Bhavan, New Delhi – 110001
New Delhi – 110001
7. Ms Shyamala Gopinath 8. Shri Shyam Saran
Former Deputy Governor. Former Foreign Secretary,
Reserve Bank of India, Government of India,
New Delhi New Delhi
9. Prof Devang Khakhar
Director,
Indian Institute of Technology,
Mumbai

Page 28 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

BRIEF CONTRACTOR’S SCOPE OF WORK

 Construction of Office Buildings which includes all Civil, Structure, Sanitary, Plumbing,
HVAC, Lift, Fire Fighting, Electrical Works and other allied and all relevant works related
with the subject Project. Necessary CCTV, LAN, PA & Net-working Systems are also to be
provided. Office Building is to be developed on Green Building Concept.

 Office Building to be constructed at 35-A, Kamla Nehru Marg, Civil Lines, Bareilly shall
be four storied including ground with one basement, having RCC framed structure
building with raft foundation.

 Plinth Level to be at 1300mm above Main Road top which is on the rear side of the
proposed Building (facing the Retail Outlet).

 Surveying the total area, fixing coordinates for various facilities with respect to the
reference coordinates and setting out/laying out of blocks and other facilities using Total
Station. Permanent benchmarks are to be constructed, maintained and handed over to
IndianOil after completion of the jobs.

 Clearing of Site, Land Development and Execution of Exterior facade & of Interior works,
etc. Connection/Hook-up of sewer/water lines to nearest headers.

 Any other items as tendered for the purpose of this work.

 Above Scope of Work is defined in general and is not limited to above. Bidder has
also to carry out job which is not listed here but required for completion of subject work.

 Unless otherwise specified, all materials, labourers, tools, tackles, equipments,


transportation, etc shall be provided by the tenderer only to complete the Project in all
respect.

 Obtaining following or any other permission as may be necessary, on behalf of IndianOil,


from Statutory Authority, as required. Amount paid by Contractor to authority will be
reimbursed by IndianOil to Contractor on submission of original receipts against them.
No service charges shall be paid to Contractor for the same:
a. Permission to drill water bore-well of required size and depth (if applicable).
b. Permission of permanent water connection and to get water connection line on site.
c. Permission of permanent Drainage connection and to get drainage line connected
with drainage line at local authority.
d. Permission for permanent Electricity connection (for full load) and to get the line
energized.
e. Permission for use of DG Sets, Lifts & HVAC System.
f. NOC from Fire Authorities & Local Pollution Control Board.

 Facilitate IndianOil in obtaining following approvals:


a. Building Use/Occupancy Certificate, on completion of construction works.
b. Green Building Certification from authorized agency.

Page 29 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 Contractor shall be required to depute following manpower for project management


services during the currency of contract, failing which punitive action shall be taken, as
detailed in tender document:
o Project Manager – 1 No (Degree holder Engineer with minimum 8 years experience
or Diploma holder Engineer with minimum 10 years experience)
o QC/QA/Planning Engineer – 1 No (Degree holder Engineer with minimum 4 years
experience or Diploma holder Engineer with minimum 6 years experience)
o HSE Manager – 1 No (Degree holder Engineer with minimum 2 years experience or
Diploma holder Engineer with minimum 4 years experience)

NOTE:
o All safety precautions to be observed and all safety gadgets like use of safety belts,
helmets, safety shoe, safety goggles, etc to be done in the work as per direction, and
as per standard practice.
o Segregation of working area to be demarcated by Safety Tape.
o Water Proofing Treatment for basement, walls & roof slabs shall be got executed by
specialised agency only which shall be approved IndianOil. Treatment shall be
guaranteed for a period of 10 (ten years) years from the date of completion of the
project.
o All drawings issued for undertaking the work will be approved by IndianOil or their
authorized representative. However, shop drawings for the services, as outlined in
the tender, will be prepared by the contractor following all standard practice during
execution and got approved before commencement of work.
o For structural details, structural drawings shall only be referred. If there is any
discrepancy between architectural and structural drawings with regard to structural
details, details shown on structural drawings shall prevail. Similarly, if there is any
discrepancy between architectural and structural drawings with regard to
architectural details, details shown on architectural drawings shall prevail. Decision of
IndianOil as to what constitute structural or architectural details shall be final,
conclusive and binding.
o Contractor shall submit the Quality Assurance Plan (QAP)/ Safety Assurance Plan for
maintaining quality/safety of work at site, within 10 days from the date of issuance
of Order.
o Contractor shall provide and maintain, at Site, an office for the working
accommodation of the Contractor’s Engineers and Staff, such office shall remain open
and attended at all hours during which the work is being performed, for the receipt of
instructions, notices and other communications. They have to maintain computer,
printer, scanner and at-least MS-Project should be used as a Project Management
Software so that periodic Planning Reports are submitted by them in time.
o Contractor shall at his own cost and initiative, arrange for and provide access to the
work area and/ or other yards for labour, equipment and materials as may be
necessary. He shall also obtain all necessary permissions, permits, consents and
licenses as may be necessary to transport the materials, tools, equipment, machinery
and labour by any means of transport. They shall maintain at site all the
records/registers required under any law, rule or regulation or as required by
IndianOil from time to time.
o Contractor shall plan well in advance for the collection of materials and equipment so
that there is no hindrance due to adverse weather condition. Safety measure such as
erection of tarpaulins, sheds, wind breakers and other protection as shall or may be
necessary for working during adverse weather condition. They shall also bring such

Page 30 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

special equipment as may be necessary to enable work during adverse weather


conditions and shall at his own cost arrange for de-watering the job sites so as to
keep the construction sites and the areas to be worked upon free of water. They shall
not be entitled for any extra compensation on this account.
o Contractor shall mobilize additional manpower, equipment, tools & tackles if so
instructed by IndianOil in the interest of progress of work, so as to complete the work
within the prescribed time limit. If necessary the Contractor shall work overtime or in
two or three shifts in a day. The Contractor shall not be entitled to any extra
compensation or remuneration for overtime or double or triple shift working. The
Contractor shall be expected to work on Sundays and Holidays, if necessary, without
extra compensation.
o Contractor shall provide and keep at all times during the progress of work proper
means of access to the work for inspection or measurement. On no account shall the
Contractor proceed with cover up or otherwise place beyond reach of inspection or
measurement, any work before inspection and measurements are taken. Should the
Contractor do so, the same shall be uncovered at Contractor's risk and expense for
carrying out the inspection and measurement.
o Only metallic scaffolding to be used.

Page 31 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PAYMENT SCHEDULE

S No DESCRIPTION %AGE PAYMENT

1 Pro-rata against completion of each item up to a maximum in 90%


Running Bills
2 On Completion/Commissioning 10%

Notes:
1) Since commissioning of Subject Project, includes other associated works/
components some of which are not in the scope of this tender, therefore
lump-sum amount of 02% of the Final Value of Work done shall be
withheld from the final bill, which shall be released on successful
commissioning of entire Project.
2) Payment against Running Bills shall be made for completed works subject to
minimum bill amount of not less than 10% of the Work Order Value.
3) However frequency of Bills submission may be increased or decreased at the
discretion of IndianOil.

Page 32 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

SPECIAL TERMS AND CONDITIONS

1. GENERAL:
a. The work descriptions and specifications are as per enclosed documents.

b. Bidders are advised to inspect the site and ascertain the site conditions including
leads/ lifts involved/ approach to vehicles etc prior to quoting the amount. The
work descriptions and specifications are as per enclosed documents.

c. Fabrication & Laying procedure detailed in this tender is based on laid down
standards, available fabrication technology, past experience and sound
engineering practise. In case some improvised technology is available at a later
date, which can facilitate faster and better execution of tank fabrication jobs,
same can be adopted after approval from IndianOil.

d. Material specifications and approved list of vendors for various items are given in
this tender are based on available information. In case other reputed suppliers/
manufacturers can supply material as per the laid down specifications, their name
can be considered after evaluation and written clearance from IndianOil.

e. Schedule given in the price bid are generic in nature and includes most of the
items involved. Specific tender schedule to be firmed up after selecting items,
based on actual site requirement.

f. Not with-standing the sub divisions of the tender document into several sections
and volumes, every part of each shall be deemed to be supplementary of every
other part and shall be read with and into the contract so far as it may be
practicable to do so.

g. The materials, design and workmanship shall satisfy the relevant Indian
Standards, the job specifications contained herein & codes referred to. Where the
job specifications stipulate requirements in addition to those contained in the
Standard Codes and specifications, these additional requirements shall also be
satisfied.

h. In the absence of any standard /specification /codes of practice for detailed


specifications covering any part of the work covered in this tender document, the
instruction/directions of Engineer-In-charge will be binding on the
contractor.

2. FORMAT IN WHICH TENDER DOCUMENT IS TO BE UPLOADED BY THE PARTY:


a. Tender is uploaded in two bids (types) on our e-tender portal:
 Technical Commercial Bid
 Price Bid

b. First Bid (Technical Commercial Bid) contain the Fee/Pre-Qualification/Technical


Commercial details along-with all required documents as per tender conditions
including scanned copy of EMD. All documents must be uploaded under relevant

Page 33 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

sections.

c. Second Bid (Price Bid) should contain only Party’s quote (BOQ excel file). No
other document to be attached with price bid. In price bid sheet (BOQ excel
file) Party should quote by selecting EXCESS or LESS in the drop-down
box and thereafter filling the percentage rate in figures only without any
condition. In case party is intending to quote “at Par”, party must quote
“0” in the space provided. Leaving the designated space for quoting
percentage rate blank shall be taken as quoted “at par”. The party in their own
interest should tally the quoted rate in words and quoted amount (in figures)
which is displayed at the bottom of price bid sheet and calculated as per % rate
quoted by the party. Name of bidder must also be provided at appropriate place
in price bid.

3. DEFINITIONS OF TERMS:
a. The following expression hereunder and elsewhere in the contract documents
used shall, unless repugnant to the subject or context thereof, have following
meanings hereunder respectively assigned to them.

b. The “OWNER” shall mean IndianOil Corporation Ltd., a company incorporated in


India and having its Office Uttar Pradesh State Office-2, E-8, Sector 1, Noida. The
court of jurisdiction for all matters under the tender shall be at NOIDA.

c. The “CONTRACTOR” shall mean the bidder selected by the Owner for the
performance of the work and shall include the successors and permitted assigns
of the Contractor.

d. The “ENGINEER-IN-CHARGE” shall mean the Engineer nominated by the Owner


for the purpose of the Contract or any work covered hereunder.

e. The “SITE ENGINEER” shall mean the Engineer(s) designated by the Engineer-in-
Charge as Site Engineer for the work to be performed by the Contractor at
any and / or all job sites.

f. The “JOB SITE” shall mean the site at which the work is to be performed by the
Contractor, and shall include a part or portion of the job site.

g. The “WORK” and “SCOPE OF WORK” shall mean the totality of the work by
expression or implication envisaged in the contract and shall include a or portion
of the job-site.

h. The “WORK” shall mean the product(s) of the work.

i. The “CONTRACT” shall mean the totality of the agreements between the parties
as derived from the Contract Documents.

j. The “SPECIFICATION(s)” shall mean the various specifications as set out in


the specifications forming part of the tender documents and as referred to
and derived from the contract and any order(s) or instruction(s) there-under, and
in the absence of any specifications as aforesaid covering any particular work or

Page 34 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

part or portion thereof, shall mean the relevant Indian Standard Institution
Specifications for or relative to the particular work or part thereof, and in the
absence of any Indian Standard Institution Specifications covering the relative
work or part/ portion thereof, shall mean the standards or specifications of any
other country applied in India as a matter of Standard Engineering practice and
approved in writing by the Engineer-in-Charge or Site Engineer with or without
modifications.

k. “ORDER” and “INSTRUCTION” shall respectively mean any written Order or


Instruction given by the Engineer-in-Charge or Site Engineer within the scope of
their respective powers in terms of the contract.

l. “PLANS” and “DRAWINGS” shall mean the maps, plans, tracings and prints
forming part of the tender documents and any details or working drawings,
amendments and/or modifications thereof approved in writing by the Engineer-in-
Charge, Site Engineer or any agency nominated by the Engineer-in-Charge in his
behalf in connection with the work.

m. “ACCEPTANCE OF TENDER” shall mean the Acceptance of Tender issued by the


Owner to the Contractor.

n. The “TOTAL CONTRACT VALUE” shall mean the total contract value as specified
in the Acceptance of Tender or after calculation of the entire remuneration due to
the Contractor under the contract on successful completion of the works.

o. "SECURITY DEPOSIT” shall mean the Security Deposit as specified in associated


Clauses thereunder.

p. “SCHEDULE OF WORKS” shall mean the Schedule of works Annexed to the


Acceptance of Tender and shall include any remuneration payable to the
Contractor for any work, determined in accordance with the conditions herein.

q. "DEFECT LIABILITY PERIOD” shall mean the defect liability period as specified in
the Contract.

r. All headings of the Clause in these General Conditions of Contract or


otherwise in any contract document are intended solely for the purpose of giving
a broad indication of the contents of the Clause and not as a summary of the
contents thereof.

4. TIME OF COMPLETION:
a. Entire work should be completed in duration as given in NIeT from the date of
handing over the site which will be normally taken as the 10th day from the date
of issue of Acceptance of tender/work order failing which price adjustment for
delay in completion shall be made as per clause 4.4.0.0 of GCC. This will be in
addition to and without prejudice to the other rights available to the Corporation
under the said GCC. However if IndianOil is not able to hand over the site due to
any reasons, then the actual handing over of site date shall be taken as
commencement date.

Page 35 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

b. The work shall be executed strictly as per time schedule. The period of
completion given includes the time required for mobilisation and testing as well,
rectifications, if any, retesting & completion in all respects to the entire
satisfaction of the Engineer-in-Charge.

c. A joint programme of execution of work will be prepared by the Engineer-in-


Charge and Contractor.

d. Monthly/Weekly construction programme will be drawn by Engineer-in-Charge


jointly with the contractor based on availability of work fronts and the joint
construction programme.

e. The contractor shall scrupulously adhere to these Targets/Programme by


deploying adequate personnel and construction tools and tackles and he shall
also supply himself all materials of his scope of supply in time to achieve the
targets set out in the weekly and monthly programme.

f. In all matters concerning the extent of targets set out in the weekly and monthly
programme/targets and the degree of' shall be final and binding on the
Contractor.

g. Contractor shall give daily report on category-wise labour and equipment


deployed along with the progress of work done.

h. The progress of work should be proportionate to completion time. If at any stage,


the progress is found behind schedule, the owner will have option to cancel the
work order and get the balance work executed from the other agencies at the
entire RISK, COST & CONSEQUENCES of the contractor.

i. After issuance of the work order, under some special circumstances, the
Corporation may advise postponement of commencement date or to carry out the
work in stages, in such case the time of completion shall be extended suitably
depending upon the actual delay/interruptions caused. The Corporation will not
however be liable under any circumstances for payment of compensations of any
nature to the contractor for such delay or interruptions.

j. Acceptance of facility/facilities by the Corporation does not constitute final


completion of the contract. The contract shall be deemed to be executed in full
and final measurement certificate only when the contractor has fully discharged
all his obligations in terms of all the contract documents.

5. The bidders must note that the rates and amount indicated in the schedule of works
shall be applicable for all leads and lifts and reach involved. The Corporation also
reserves the right to operate or not operate or partly operate any item mentioned in the
schedule. The rates quoted for all items below the ground level shall be inclusive of
adequate shoring, shuttering, bailing out sub soil water (if found necessary) etc
complete. The successful bidder shall be responsible for implementation of all
precautionary measures for ensuring safety for all materials and labor till such time the
work is completed in all respects and handed over to the Corporation.

Page 36 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

6. ISSUE OF MATERIALS:
a. Engineering materials usually dispatched in the name of IndianOil and the
successful contractor after taking over the site shall take delivery of the above
material from IndianOil for installation/use and keep them in safe custody till the
time of handling over.

b. The contractor will not have any legal ownership on materials issued for
Corporation’s works.

c. Contractor will preserve MIN/MRN (for receipt of material from the Corporation/
Return of balance material to the Corporation after the work is completed) till the
submission of final bill. The consumption of material for work will be settled on
the basis of MIN/MRN if any material is found short, the Corporation will recover
its cost as per policy.

d. The contractor will submit the name of his authorized representative with his
attested signature to location in-charge for issue of materials.

e. The Contractor on completion of job will hand over the facilities and site to
Corporation or its authorized representative and will have no legal claim of
ownership on material, equipment and site.

7. Bidder shall visit the site/area of work and study in detail covered in the tender and
other site conditions before quoting of the tender.

8. CONTRACTOR’S SCOPE OF SUPPLY:


a. All materials including cement, reinforcement, structural steel, consumables, all
the testing appliances, tools and tackles necessary for completing the work shall
be procured & supplied by the Contractor at his own cost unless otherwise
specified in the schedule. No claim/ delay on this account will be entertained by
the Corporation.

b. IndianOil reserves the right in selection of best makes of materials to be procured


by the contractors & contractor shall procure the same only up on the approval by
site in charge.

9. No extra payment other than Rates Quoted shall be entertained.


a. Rates quoted towards supply of materials shall include all taxes, duties, octroi,
packing and forwarding, transportation, material handling at all stages, delivery
of materials to site including unloading and all other taxes as applicable
(including import charges, customs duty, LC charges, etc in case of imported
items).

b. Rates quoted towards installation/providing/fixing/commissioning shall include all


materials as per items mentioned including all taxes, duties, labour, loading and
unloading, material handling as required, works contract tax etc and Service tax.

10. Materials as per accepted QAP to be firmed up upon placement of order shall be got
inspected by any of the TPI agencies from the list enclosed with the tender documents
prior to delivery to site.

Page 37 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

11. Any additional work that may become necessary during course of execution of works as
authorized by our site in charge shall be immediately got approved prior to taking up
the work duly forwarding the details, nature of works etc as per relevant clause of the
GCC.

12. The Corporation reserves the right to accept any tender in whole or in part and reject
any or all tenders without assigning any reasons. The Corporation reserves the right to
accept more tenders in part. The Corporation also reserves the right to accord
purchase/ price preferences to the public enterprises and Joint ventures of the
Corporation as per the prevailing policy. Decision of the Corporation in this regard will
be final.

13. METHODOLOGY FOR ARRIVING AT THE MOST COMPETITIVE BID: Bidders are
advised to submit their quote as a percentage (+/-) on the total amount indicated in
the tender. In case, the percentage quoted by more than one bidder results in identical
amount received towards the tender, then the bidder with higher average annual
financial turnover shall be awarded the work. Tender will be considered as a whole for
all Sections put together as per the BOQ/SOR enclosed.

14. Bidders shall have to keep offer / rate quoted valid for a minimum period of FOUR (4)
months from the date of opening of this tender.

15. POSTING OF MANAGERS/ENGINEERS AT SITE: In order to achieve timely


completion of work, to monitor daily/weekly work progress, to maintain records at site,
to achieve desired quality standard in works, effective supervision, planning of work at
site, adequate number of qualified & experienced Project Engineer, QC/ QA/ & Planning
Engineer & HSE Manager are to be positioned at site by the contractor as per detail
given in the Table below. Contractor shall be required to depute following manpower for
project management services during the currency of contract, failing which punitive
action shall be taken as detailed below:
Nos to Recovery for
S Qualification & Experience non-
Descriptions be
No posted
(minimum) deployment
per Month
1 Project Manager 1 Degree holder Engineer with 8 years Rs.50,000.00
experience or Diploma holder Engineer
with 10 years experience
2 QC/QA/Planning 1 Degree holder Engineer with 4 years Rs.35,000.00
experience or Diploma holder Engineer
Engineer
with 6 years experience
3 HSE Engineer 1 Degree holder Engineer with 2 years Rs.25,000.00
experience or Diploma holder Engineer
with 4 years experience

16. LABOUR AGREEMENT: The Contractors who are working in the establishments
through Contract Labour shall be fully responsible for observance of all rules and
regulations as per the Contract Labour (Regulation and Abolition) Act 1971 and obtain a
licence from the Assistant Labour Commissioner concerned and produce the same to
IndianOil. In this connection, bidders shall abide by all the conditions of Appendix I and
Appendix II enclosed with the GCC. The Principal Employer certificate shall be given on
written request from contractor by IndianOil.

Page 38 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

17. MATERIALS/WORKS:
a. The Contractor shall carry out the various tests as enumerated in the technical
specifications of this tender document and the technical documents that will be
furnished to him during the performance of the work and no separate payment
shall be made unless otherwise specified in schedule of works.

b. All the tests either on the field or at outside laboratories concerning the execution
of the work and supply of materials by the Contractor shall be carried out by
Contractor at his own cost.

c. All results of inspection & tests will be recorded in the inspection reports,
proforma, which will be approved by the Site Engineer/ Engineer-in-Charge.
These reports shall form part of the completion documents.

d. The work is subject to inspection at all times by the Site Engineer/ Engineer-in-
Charge/ representatives nominated by IndianOil. The Contractor shall carry out
all instructions given during inspection and shall ensure that the work is being
carried out according to the technical documents and the relevant codes of
practice furnished to him during the performance of the work.

e. Any work not conforming to the execution drawings, specifications or codes shall
be rejected forthwith and the contractor shall carry out the rectifications at his
own cost.

f. Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.

18. The Corporation may change the representative for supervision of work during
pendency of the contract and may or may not appoint third party agency to get the job
executed. The party will have to abide by the instructions given by authorized
representative of the Corporation as well as any third party appointed by IndianOil.

19. All the bidders shall have to submit EMD instrument of requisite amount. EMD shall be
refunded to all unsuccessful bidders on submission of original cash receipt after
finalization of the tender and on placement/acceptance of order by successful bidder.
However, Central or State PSU/ NSICs/JVs of IndianOil are exempted from payment of
Earnest money deposit (EMD). No interest shall be payable on the EMD amount so
deposited along with the tender.

20. Successful bidder shall have to complete tender formalities within 10 days from the
date of placement of work order failing which the bid of the party may not be
considered without any reference to tender and their EMD amount can be forfeited as
per Corporation’s rule.

21. The successful party shall have to submit his BAR CHART to complete the whole work
during the validity of contract period before start of the work. The contractor has to
make shop drawings wherever required and the same shall be approved by the
Engineer-in-charge before execution of work.

Page 39 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

22. The contractor is bound to execute all items (whether mentioned in the tender or
otherwise) required for proper completion of work. In case where a specification of any
item is not provided, CPWD specifications shall be applicable with approval of Engineer
-in-charge.

23. The tender is on Percentage Basis i.e. the rates are to be quoted in the form of
percentage above or below the schedule of works offered by the Corporation. The rates
quoted by the party shall be uniformly applicable to all items of schedule of work
inclusive of all the taxes, as mentioned in the tender document.

24. The rate once accepted by the successful bidder shall remain firm during the pendency
of the contract and Corporation shall not entertain any consideration of rate/cost
escalation clause on whatever ground under any circumstances.

25. The date of completion of work shall be taken as the date accepted by Engineer in
Charge of the project after completion of works.

26. Corporation will have the authority to deduct all taxes/levies etc from the contractor’s
bill as per latest rule of Central/State Govt.

27. It is for the information of the bidder that “negotiations will not be conducted with the
bidders as a matter of routine. However, Corporation reserves the right to conduct
negotiations”. In case of negotiations, confirmation of the negotiations should be
received from the bidder within 07 days from the date of negotiations failing which the
Corporation reserves the right to ignore the quotation.

28. SAFETY PRECAUTIONS & HOT WORK:


a. Contractor shall have to take all safety precaution for carrying out hot work in the
premises after obtaining hot work permit from location incharge at his own cost
as directed by the Engineer-In-Charge. Necessary safety equipment such as
safety belts, helmets and other equipments are to be positioned by the contractor
and use as per requirement.

b. Safety distance as per PESO Rules and OISD Norms shall be maintained strictly.

c. Any casualty or damage caused to property or person by any untoward incidents


while executing this contract will be at the contractor’s risk and cost.

d. The contractor shall also abide by hot work permits to be taken on day to day
basis from the location as per policy of the Corporation.

e. The successful bidder shall be responsible for observance of all conditions as per
Appendix III furnished along with GCC with regard to safety.

29. COOPERATION WITH OTHER CONTRACTORS: The contractor shall cooperate with
other contractors for smooth execution of project related works.

30. SECRECY AGREEMENT:


a. CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of
the drawings/documents with IndianOil. CONTRACTOR, hereby, expressly

Page 40 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

undertake to keep all the drawings/documents as well as other Technical


information given in the CONTRACT-DOCUMENT secret and shall not divulge or
leak or otherwise cause to be known to the competitors or others having any
interest in such process in anyway the contents in any form, shape or method.

b. Following clauses forming part of the GCC issued along with the tender are
deleted:
 Clause 2.6.1.0 and 2.6.2.0 – General, section 2 of GCC.
 Clause 4.5.1.1 – The clause shall partly be modified. Duration of 30 days shall be
read as 10 days.
 Clause 3.0 – Instruction to bidders of GCC.

31. TENDER NEGOTIATIONS: Bidders may note that negotiations will not be conducted
with the bidders as a matter of routine. However, Corporation reserves the right to
conduct such negotiations.

32. WATER AND POWER:


a. Municipal Water supply is available in our Terminal/Depot/AFS for restricted
hours. If it is surplus, the same shall be supplied to the contractor free of cost
from the source of supply. Balance water is to be arranged from outside source
by contractor for construction work. No delay on this account is acceptable. (All
necessary pipeline fittings from the source of supply to site of work shall be laid
by contractor at his cost).

b. Power shall be arranged by contractor for construction work without any extra
cost to the Corporation. In case the power is available, the contractor shall have
to make his own arrangement for laying cable from the existing sources in the
Installation/Depot/AFS.

c. If IndianOil Power &/or Water is used then same shall be on chargeable basis @
highest slab rate paid by Corporation + (plus) 10%.

33. WORKING TIME & COMPLETION PERIOD:


a. The contractor shall have to carry out the works during the normal working
hours. However with the concurrence of location in-charge, the contractor may be
permitted to work beyond the normal working hours and the expenses for
Chowkidar shall be borne by the contractor.

b. The entire work must be completed within stipulated time of completion. If the
contractor fails in due performance of the contract in respect of completion time
as given in specified work order placed against this contract and does not
complete the entire work on the due date, the Corporation shall be entitled to
recover, and the contractor agrees to pay to the Corporation as and by way of
compensation or liquidated damages in form of price adjustment as mentioned.

c. The progress of work shall be proportionate to time of completion and amount of


order. If at any stage the progress is found to be below the schedule, the
Corporation will have option to cancel the work order and get the balance work
executed from other agencies at the risk, cost and consequences of the bidder.

d. At times, Corporation may have to foreclose / suspend the work at particular site

Page 41 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

due to some unavoidable reasons. In the event of such foreclosure / suspension


of work, contractor will not be have any right to ask for compensation on any
ground whatsoever.

34. SITE CLEANING: The Contractor shall take care for cleaning the working site from
time to time for easy access to work site and also from safety point of view. Working
site should be always kept cleared up to the entire satisfaction of the Engineer-in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document, shall clear the site to the entire
satisfaction of Engineer-in-Charge.

35. THE ONUS OF SUPPLYING THE MATERIALS OF CORRECT SPECIFICATIONS LIES


WITH THE CONTRACTOR: For providing the quality & quantity of all the materials
being supplied at site, any documents e.g. invoices, test certificates, required by site
engineer are to be supplied by the contractor at any time during the schedule of
contract without any extra cost to IndianOil.

36. SAFETY PRECAUTIONS & HOT WORK:


a. The contractor shall have to take all safety precautions for carrying out hot work
in the Terminal/Depot/AFS premises at his own cost as directed by the Site
Engineer. Necessary Hot work permit to carry out the job in location is to be
obtained from location in-charge prior taking up the work.

b. Heating the stone metal, sand, bitumen and hot mixing shall be done outside the
Terminal/Depot/AFS area.

c. Safety distance as per CCE Rules shall be maintained strictly at all sites.

d. Any causality or damage caused by any untoward incidents while executing this
contract will be at the contractor’s risk and cost as per Corporation’s policy.

e. Welding work may not be allowed during the day time when Operation is on and
may have to be done during scattered hours or during night hours, however, no
compensation will be paid on account of idling of labour/equipment.

37. SECURITY OF MATERIAL EQUIPMENT:


a. Contractor is fully responsible for the equipments/materials handed over to him
for the execution of the work and in case these are mishandled or stolen, he has
to arrange these entirely at his own cost to the satisfaction of site Engineer.

b. Corporation shall not be responsible for the security of contractor's materials/


equipment.

38. RATE & EXTRA ITEM:


a. The rates shall be valid till the entire work is 100% completed. No request for
escalation in price will be entertained for this order except as permitted as per
tender conditions and modalities.

b. All the rates shall be inclusive of all taxes, octroi, levies and transportation
including any taxes imposed by Govt/local authorities during expiry of the

Page 42 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

contract etc. and no extra cost will be paid unless otherwise specifically
mentioned in the scheduled of rates or the work order.

c. The contractor shall not take up any extra item unless he receives specific written
instructions in writing from the concerned office or from the site engineer.

39. EXTENSION OF TIME: Attention is drawn to clause 4.3.0.0 of the General conditions
contract regarding extension of the time of Contractor request in the above context.

40. SPECIAL CONDITIONS:


a. Since the work may be carried out in running locations and the work is likely to
be hampered/ delayed due to operational reasons. No claims on account of the
above and any other reason whatsoever shall be entertained by the corporation
and work shall be completed by the contractor within the stipulated period
considering the above conditions also the Corporation shall not pay any
compensation whatsoever for idling of labour/ equipment.

b. Acceptance of the facility/ facilities by the Corporation does not constitute final
completion of the contract. The contract shall be deemed to be executed in full
and final measurement certified only when the contractor has fully discharged all
his obligations in terms of all the contract documents.

c. Facilities dismantled/ damaged while executing the works shall be restored to its
original condition without any extra cost the corporation.

d. Dismantled unserviceable material which is not to be reused except for tanks and
pumps shall be the property of the Contractor. Decision of Engineer In charge to
declare the material as unserviceable shall be final and binding on the contractor.

e. The Corporation may appoint a third party for supervision of the work at site to
ensure the quality and the scheduled progress of work. Such agencies duly
appointed by Corporation shall be deemed to be authorized site engineer of
IndianOil and all instructions given by such agencies shall be binding of the
contract within the parameter of this contract.

41. MISCELLANEOUS REQUIREMENTS:


a. It shall be contractor’s responsibility to obtain approval for any revision and/or
modifications decided by the contractor from the Owner/Engineer-in-Charge
before implementation. Also such revisions and/or modification if accepted /
approved by the Owner/Engineer-in-Charge shall be carried out at no extra cost
to the owner.

b. Any changes required during and/or after approval for detailed construction
drawings due to functional requirements or for efficient running of system
keeping the basic parameters unchanged and which has not been indicated by
the Contractor in the data / drawings furnished along with the offer, will be
carried out by the contractor at no extra cost to the owner.

c. All expenses towards mobilisation & de-mobilisation including bringing in


equipment, clearing the site etc. shall be deemed to be included in the prices

Page 43 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

quoted and no separate payments on account of such expenses shall be


entertained.

d. It shall be entirely Contractor’s responsibility to provide, operate & maintain


necessary construction equipments, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like
and efficient manner & complete all jobs as per time schedules.

e. Preparing approaches and working area for movement and operation of the
cranes, leveling the areas for assembly and erection shall also be the
responsibility of the Contractor. The Contractor shall acquaint himself with
access availability, facilities such as railway siding, local labour etc. to provide
suitable allowances in his quotation. The Contractor, at his own cost, may have
to build temporary access roads to aid his own work which shall also be taken
care while quoting for the work.

f. The procurement and supply in sequence and at the appropriate time of all
materials & consumables shall be entirely the Contractor’s responsibility. Rates
for execution of work will be inclusive of supply of all these items.

42. PIPELINE WORK:


a. The above ground pipeline will pass through brick wall etc. at places. The
contractor will dismantle the required portion of structure for passing the line and
also make good the damaged surface of the structures to its original condition at
no extra cost to Corporation. Necessary pipe sleeve shall be provided at no extra
cost.

b. Measurement of pipeline shall be taken for actual pipeline laid at site. Gate
valves, flanges, strainers, filters etc. would not be include in measurement of
length of pipeline.

c. The contractor will take sufficient care during welding of old pipelines which may
contain traces of petroleum products and shall follow the prescribed safety
precautions at no extra cost to Corporation.

d. The contractor will have to segregate the good pieces of pipelines from the lot as
per direction at no extra cost to Corporation.

e. The contractor will be given old & new MS pipeline. The contractor will have to
cut all the tees bends welded on the pipelines & put patches at those places at no
extra cost to Corporation, the tees bends cut form the pipelines will be permitted
for use. For the purpose of measurement, if any old flange with pipeline is re-
welded on the pipes, contractor will be given payment for welding of flange at
quoted rates.

43. ELECTRICAL WORK:


a. During the execution of job temporary connections are to be provided by the
contractor and he will render all possible assistance for the smooth operation of
the depot/Indian oil premises. No extra payment shall be made on this account.

Page 44 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

b. All temporary connections are to be spark proof/ fire proof and shall be got
approved from Site Engineer.

c. Test Report (if required for this job as decided by the engineer) duly approved by
the local electricity department shall be submitted by the contractor after
completion of the work. Any payment to electricity deptt. needed shall be borne
by the contractor.

d. The entire electrification work shall be carried out by the contractor under
supervision of licensed Electrical supervisor to the satisfaction of local Electricity
Deptt./Site Engineer.

e. The entire electrification work shall be carried out as per IE Rules/Local Electricity
Regulation/IndianOil specification as applicable.

f. All metal covering which is used to project cables and apparatus shall be
efficiently earthed. The metal covering used to carry the cables must be
electrically continuous and this includes the entire switch gear casing, if they are
made of metal.

g. The number of points on any one circuit is limited and must not exceed the
following:
 For circuit not exceeding - 6 amps. 10 points
 For circuit not exceeding - 8 amps. 6 points
 For circuit not exceeding - 10 amps. 4 points
 For circuit not exceeding - 20 amps. 2 points

44. OTHER SPECIFICATIONS:


a. The work shall be carried out as per Corporation’s specifications/ drawings and to
the entire satisfaction of site engineer.

b. Unless otherwise stated above the work shall be carried out as per IndianOil
Specifications which can be studied in office on working days.

c. All works are to be executed as per Technical specifications, relevant IS codes


and standard Engineering practices.

45. GCC contains provisions for arbitration and alternative dispute resolution
machinery under Section 9, which stands deleted. Further, the reference to
arbitration and alternative dispute resolution machinery provision contained in
any other term and condition in GCC, which may be general or special in nature
shall also stand deleted to the extent the said contents are applicable to the
arbitration provisions.

Page 45 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

INSTRUCTIONS TO BIDDERS/CONTRACTORS - PARTICULAR


CONDITIONS OF CONTRACT
1. SUBMISSION OF TENDER:
a. Tender documents should be submitted only in the prescribed tender schedule.
The tender and subsequent communications (if any), should be submitted by
uploading the same during he prescribed timed.
b. EMD should be dropped at office as laid down in the Tender Document before the
Closing date and time.

c. Tender documents are not transferable.

2. TENDER FEE: There is no tender fee for this tender being the e-Tender.

3. FILLING OF TENDER DOCUMENTS:


a. The bidder should quote his rates for all items in the tender schedule. All the
rates given in the tender schedule should be expressed both in figures and words,
and where there is a difference between the two the rates given in words will be
taken as authentic. Should there be any discrepancy between unit rate and
amount; the unit will be considered as the correct one.
b. All entries in the tender documents should be in Ink/Typed. All corrections should
be attested under full signature of the bidder. Corrections wherever necessary
should be made by crossing out the wrong works/ figures by drawing a line
across them and attesting these with full signature. These shall not be erased and
there shall not be any overwriting.
c. Every page of Tender Documents shall be signed by the Bidder at the end of last
entry there on. One complete set of drawings should be signed and returned by
the Bidders along with the Tender Documents.
d. Bidder must distinctly understand that they will be strictly required to conform to
the condition of the contract as contained in each of its clause and that the plea
of “custom prevailing” will not be admitted on any account as an excuse on their
part for infringement of any of the conditions.
e. The quoted rates should be inclusive all materials, labour, equipments, lifts leads
and loads. All the materials are to be supplied by the contractor unless otherwise
stated by the Corporation.
f. The quoted rates shall be valid for a period of four months from the date of
opening of tender. No upward revision of rates will be accepted after opening of
the tender, if the Contractor fails to accept the work order, if placed at his original
quoted rates or subsequently negotiated rates, as the case may be, the earnest
money shall be forfeited. Once the quotation accepted and the work order is
placed on the successful bidder, the rates shall be valid till the entire, work is
100% complete.
g. Conditional tenders (in case of single bid tenders), incomplete tenders or tenders
received late or tender not conforming to the terms and conditions prescribed in
the tender documents are likely to be rejected.
h. Tenders not accompanied by the requisite earnest money will be rejected.
i. The Corporation is not bound to accept the lowest tender and reserve the rights
to reject any or every tender without assigning any reason whatsoever and/or to
carry out negotiations with the bidders in the manner considered suitable by the
Corporation.
j. As per the General Condition of Contract under section 6, contractors shall be

Page 46 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

bound to pay all taxes foreseen or unforeseen unless otherwise stated.

4. EARNEST MONEY DEPOSIT:


a. The Earnest Money should be paid thru Pay Order/Demand Draft only, before the
specified time and date. Pay Orders/ Demand Draft should be made Payable at
Noida. Bidders quoting against this Tender will have to pay Earnest Money
Deposit as per the Tender Notice.
b. The acceptable financial instruments towards Earnest Money Deposit should be
submitted along with Technical Commercial Bid. The tender shall not be
considered if the instrument towards EMD is not submitted or submitted for the
lesser amount alongwith Technical Commercial Bid.
c. If the Earnest Money is not deposited before the closing date and time of the
tender, the tender shall not be considered. Requests for adjustment of pending
bill or credits towards Earnest Money will not be entertained.
d. The EMD paid against a tender is refundable to the unsuccessful bidders on
finalization of the tender and on placement/acceptance of order by successful
bidder.
e. All bidders who shall be technically disqualified shall be refunded the EMD after
the finalization of Technical bid.
f. Earnest Money will be returned to the unsuccessful bidders on submission of
original Cash Receipt.
g. No interest shall be allowed on EMD amount.
h. Central/State PSUs/JVs of IndianOil Firms registered as per MSME Act 2006 (or
erstwhile NSIC registered parties) will be exempted for submission of EMD.
i. Bidder who quotes against the tender will have to furnish the required
information regarding the Earnest Money Deposit, while submitting the Tender
Documents at the prescribed space given in the tender documents.

5. SECURITY DEPOSIT:
a. Total Security Deposit amount shall be equivalent to 10% of the value of work
order/work done.
b. Method of payment of security deposit shall be as under:
 Pay Order/Demand Draft: As per IndianOil manualised procedure in vogue,
25% of the total security deposit amount shall be paid by DD before
commencement of the work. Balance security deposit shall be recoverable from
the running bills at the rate of 10% of the bill amount till full security deposit
amount has been recovered. Pay Orders/Demand Drafts shall be drawn on
Nationalised/Scheduled Banks, on which no interest will be allowed.
 Bank Guarantee (BG): SD above Rs. 1,00,000.00 can be accepted in shape of
Bank Guarantee. Entire amount of security deposit shall be covered by BG and
such BG should be submitted before commencement of the work. BG shall be
submitted directly by the bankers under their covering letter to the office of the
Corporation in a sealed cover. BG to be valid for a period of 3 months beyond the
end of defect liability period.
c. Option of one of the above methods once exercised should under no
circumstances be changed later on.
d. Retention period shall be 12 months from the date of completion of work.
e. The Security Deposit will be released after 12 months from the date of completion
of work provided defects are not noticed in the work during the defect liability
period and will not carry any interest.

Page 47 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

6. DEFECT LIABILITY PERIOD:


a. The works completed and taken over by IndianOil shall be under ‘Defect Liability
Period’ for one year from the actual date of completion of works against the order
released for the subject work. Contractor should replace/rectify defective
equipment or carryout rectification/repair, during the defect liability period, to be
entire satisfaction of IndianOil. The security deposit deducted for works shall be
released only after completion of defect liability period and other obligations
during this period.

b. The Defect Liability Period shall stand good even after making machine/ chisel cut
trench for laying conduits, cable, wire, switch boards, doors, windows, making
connections in RCC/Brick works after completion of works. However, finishing
can be done by rich mortar also, for which no extra payment shall be made.

7. CLARIFICATIONS/NEGOTIATIONS: Bidders may note that negotiations will not be


conducted with the bidders as a matter of routine. However, Corporation reserves the
right to conduct such negotiations. In case of negotiations, confirmation of the
negotiation should be received from the bidder within 7 days from the date of
negotiations failing which the Corporation reserve the right to ignore the quotation.

8. ACCEPTANCE OF WORK ORDER BY BIDDER: After communication of the


corporation’s acceptance of the Contractor’s tender, if the Contractor fails to return the
duplicate copy of the work order and the Agreement, duly signed in token of their
acceptance within 15 days, the Earnest Money deposited may be forfeited by the
Corporation, without any further reference to the Contractor.

9. POWER OF ATTORNEY: When the party, signing the agreement is not the sole
proprietor, the person who is acting on behalf of the proprietor shall produce Power of
Attorney before execution of the Agreement.

10. EXECUTION OF WORKS: The successful bidder will have to give in writing the name
of his authorized person who will supervise the work and shall remain at site during
execution of job to the Site Engineer/Depot Manager or Terminal Manager so that
necessary instruction regarding execution of the job can be given to him in writing or
verbally from time to time.

11. METHOD OF WORK:


a. The entire work shall be carried out under the supervision of the authorized
representatives of the corporation.
b. As stated in general conditions of Contract, the Contractor shall carry out work as
per directions in the Work Order. The Contractor shall not undertake on his own
any change in the specifications mentioned in the tender documents and Work
Order. In case of any doubt the Contractor will refer the matter in writing and the
Contractor shall carry out the particular item of work as per clarifications given.
In case of delay in getting such clarifications, the Contractor will not be entitled
for any claim on account of idling of the labour, machinery etc. In case the
Contractor carry out the work as per his own specifications not acceptable to the
Corporation, in such cases the same will be required to be redone as per
specifications given by the Corporation at the Contractor’s risk & cost. In case of
failure to re-do the work by the Contractor, the Corporation reserves the right to
get it done through any other agency at the entire risk and cost of the Contractor.

Page 48 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

12. PROCUREMENT OF MATERIALS: It shall be contractor’s responsibility of procurement


of all material equipments, etc. No delays due to non-availability of any
material/equipments will be entertained by the Corporation.

13. SAFETY/SECURITY OF MATERIALS: The responsibility of safety and security of


material and equipments brought or installed by the contractor (till they are handed
over to IndianOil) will remain with the Contractor and any claim of whatsoever nature
due to any loss or otherwise will not be entertained. The contractor will have to hand
over complete job in its entirely as per Work Order.

14. EXECUTION OF AGREEMENT: On acceptance of quotation, the successful bidder will


have to execute an agreement with the Corporation covering all aspect of all Contract in
the standard form “FORM OF CONTRACT contained in GCC” immediately before
commencement of the work. The intending bidder should acquaint themselves with the
provisions of standard agreements before quoting.

15. CORPORATION’S RIGHT: The Corporation reserves the right to increase/decrease the
tendered quantity of any or every item and delete any item at any stage of work at the
accepted rates. The Contractor’s claim for compensation or damages on account of
these shall not be entertained.

16. REVISIONS: The Corporation reserves the right to revise the specifications drawings
and designs at any stage of work. Such deviations shall be adjusted at the rates already
contained in Work Order or the prevailing market rates, if the rates are not available in
the Work Order.

17. MAINTENANCE OF INSTRUCTION BOOK: The contractor will maintain an instruction


book at site, serially numbered having one original and two copies of each page, so that
our visiting officers/Site Engineers can issue instructions regarding progress and quality
of work to the Contractor. The Contractor or the contractor representative will sign in
the instruction book in token of receipt of and understanding of such instructions. The
original copy of the instruction page shall be sent to the concerned Engineer and second
copy will be retained by the issuing person and the third copy shall be retained by the
Contractor.

18. CANCELLATION OF ORDER: If the performance of the successful contractor is found


to be unsatisfactory, the Corporation reserves the right to cancel part or whole of the
contract and get the work executed through alternate means at the entire risk and cost
of the Contractor on whom the order was first placed. In such cases, the Contractor
should make good all losses that corporation may suffer due to this.

19. ABANDONMENT OF WORK: In case contractor abandons the work inspite of our
notice, the Corporation shall issue the final notice to the contractor to remain present at
site for taking final measurements and in case the contractor does not report at the site
on due date and time as per the notice, the Corporations representative will take the
unilateral measurements of abandoned work which will be binding on the contractor
and the balance work will be carried out by any other agency appointed by the
corporation, at the risk and cost of the contractor.

Page 49 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

20. CORPORATION’S SUPPLIED MATERIALS: The tanks, pipelines, equipments and any
other materials to be supplied by the Corporation will be supplied anywhere within the
IndianOil premises. The transporting and handling of the same to actual location of
installation will be the Contractor’s responsibility for which no extra payment will be
made. Any damage caused to our equipment/property while handling and installing will
have to be made good by the Contractor at his risk and cost.

21. WORKS IN OPERATING TERMINAL, INSTALLATION, DEPOTS, AFS, ROS, CPS,


ETC:
a. If the work is required to be carried out in working Depot/ Terminal/ AFS/ RO/
CP/ Office/ etc, under such circumstances, the progress of work is likely to be
interrupted on account of the operations of working of the Depot/ Terminal/ RO/
CP/ Office/ etc. The work may be stopped at certain times on the instructions of
our representative. Under such circumstances the Contractor should co-operate
with our representative to avoid hindrance to the operations of working of the
location.
b. The working hours, shall be adjusted as per the directions of the Corporation’s
representative from time to time.
c. Local Rules and regulations of the Depot/ Terminal/ Installation/ RO/ CP/ Office/
etc. shall be strictly followed by the contractor.
d. The stoppage of work due to any reasons shall not entitle the Contractor for any
claim or compensation whatsoever for idling of his labour/machinery etc.

22. WORK BY OTHER CONTRACTORS: Along with the work covered under this tender
tank fabrication/erection work civil work etc., may be carried simultaneously by other
contractors. The successful bidder should extend full co-operation to the contractors
and the work should be carried out in such a way as not to affect the progress of other
works. Any damage caused should be rectified by the concerned contractor at his own
risk and cost.

23. DAMAGE TO EXISTING FACILITIES: Any damage caused to the existing facilities
while carrying out the work shall be made good by the contractor to our entire
satisfaction at his own risk and cost. During execution of work if it is found necessary to
dismantle a portion of existing band wall/enclosure wall in the tank farm to facilitate
movement of material and equipments the same shall be made good by Contractor at
his own cost after completion of work.

24. OMISSION/DEVIATIONS: Any omissions/ deviations noticed in the work carried


without the prior approval of the Corporation shall result in rejection of the Contractor’s
claim for payment for such items.

25. COMPLETION OF CONTRACT: Acceptance of a facility/ facilities by the Corporation


does not constitute final completion of the contract. The contract shall be deemed to be
executed in full and final measurement certified, only when the Contractor has fully
discharged all his obligations in terms of all the contract documents.

26. STATUTORY RULES REGULATION: The Contractor will abide by the Rules,
Regulations, Bye-laws and statutory etc., imposed by the Government and other local
authority for execution of this job.

Page 50 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

27. SAFETY OF CONTRACTOR’S MATERIALS: Once the steel plates, valves, pumps,
flanges etc. and other Corporation supplied items are handed over to the Contractor,
the safety of the same is the Contractor’s responsibility.

28. SECURITY OF CONTRACTOR’S MATERIALS: Corporation shall not be responsible for


the security of contractor’s materials/ equipments.

29. OBSERVATION OF RULES: In case the contract work is to be done within


Terminals//Depots/AFS’s/RO/CP/Office etc., the Contractor shall have to observe all
local rules for safety/security, gate passes etc. as advised by the Location-in-
charge/Site Engineer.

30. SUBMISSION OF BILLS: The bills will be submitted in our measurement/bill proforma
only.

31. STORAGE SPACE: No covered space shall be released for storage/stocking of


Contractor’s material. The Contractor shall make his own arrangement for the same.

32. SUBMISSION OF DECLARATION:


a. The Contractors shall submit the Declaration ‘A’, ‘B’ and ‘C’ as applicable
(attached herewith) while submitting the quotation, duly completed in all
respects.
b. The bidders have to submit PF No., ESIC No., PAN No., TIN No. and Registration
No. with the State Government. In case contractor does not fall under the
purview of Provident Fund/ESIC, he has to execute indemnity Bond in respect of
P.F. and ESIC registration with the State Government on Corporation’s prescribed
proforma at his cost.

33. The corporation reserves the right to accept any tender in whole or in part and reject
any or all tenders without assigning any reasons. The Corporation is not bound to
accept the lowest rates for any tender and reserves the right to accept one or more
tender to allow Public Enterprises (Central/State) price/purchase contract/service
preference as admissible under existing Government Policy. The Decision of the
corporation in this connection will be final.

We confirm that our quotation has been prepared after through study of Tender
Documents, Logistic & geographical Site Conditions, Specifications Drawings,
Works Contract, General Conditions of Contract, Special Terms, safety practices
during construction and Conditions, Particular Condition of Contract etc. and agree
to all the conditions in toto.

Page 51 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

ADDITIONAL INSTRUCTIONS TO BIDDERS/CONTRACTORS

1. TENDER SHALL STAND LIABLE FOR REJECTION ON FOLLOWING GROUNDS:


 NON-SUBMISSION OF EMD AS SPECIFIED.
 PARTY NOT MEETING TENDER QUALIFYING PARAMETER.
 CONDITIONS GIVEN IN PRICE BID.
 NON-WITHDRAWAL OF CONDITIONS.
 BIDDER SUBMITTING FABRICATED/FORDGED DOCUMENTS ALONGWITH
TENDER DOCUMENTS.
2. SALES TAX / WORKS CONTRACT TAX: The contractor must quote the rates
including all Taxes, Statutory levies, Sales tax, Works Contract taxes, etc but
excluding Service Tax on Construction Items. IndianOil shall not entertain any
request for payment of any taxes/ levies separately, unless otherwise specified in
schedule of work or work order.
3. SERVICE TAX: The rates are exclusive of service tax and same shall payable extra
on the Construction Items, as per works completed.
Present rate of service tax is 12.36% including cess. The successful bidder shall be
required to submit valid taxable invoices indicating the service tax component
separately (Payable by IndianOil and Vendor) in each invoice. Liability for payment of
service tax shall be as under:
 In case of company, full amount of service tax, shall be paid by IndianOil to
the contractor against valid tax invoice, which shall be deposited by
contractor to service tax authority.
 In case of HUF/ Association of persons/ proprietorship/ parternship firm, 50%
of service tax will be deposited by IndianOil directly to the service tax
authorities and balance 50% will be paid to contractor against valid tax
invoice, which shall be deposited by contractor to service tax authority.
4. Non-submission of the tender in the prescribed manner is liable to be rejected.
Please note that technical bid shall be opened on the due date & time in the presence
of intending bidders. Parties whose technical bids are found acceptable by the
Corporation shall be intimated about the date and time of opening of price bids. If
they wish, they can be present during opening of the price bids. Date and time for
opening of price bids decided by Corporation will be final and request for change of
date will not be entertained.
5. The experience of similar works being submitted by parties for meeting the qualifying
parameters may be inspected by a committee from Indian Oil Corporation
Limited/Third Party Inspection Agency at sole discretion of the IndianOil.
6. IndianOil reserves the right to inspect work of any or all bidders and the decision of
IndianOil in this respect will be final and bidding on the bidder.
7. Documents indicated in this tender are to be submitted in the Technical Commercial
Bid only repeat only with Technical Commercial Bid. No documents to be attached
with Price Bid.
8. Bidders shall have to give an affidavit duly attested by 1 st class Magistrate/ Notary on
a stamp paper of required value that bidder has not been Black listed/Holiday listed
(proforma enclosed).

Page 52 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

9. Bidders shall have to keep offer/ rate quoted valid for a minimum period of four
months from the date of opening of this tender.
10. In case the date of issue/receipt of tender happens to be a public holiday, the tender
will be issued/received and opened on next working day at stipulated time.
11. Bidder must note that they have carried out works in their own name as principal
contractor and not in any other name as per MOU signed with other parties or as a
subcontractor.
12. Tender not properly filled in all the relevant portions/spaces so provided or
improperly filled tender may not be considered. Merely attaching the documents
instead of filling the required details at appropriate places shall not constitute the
tender to have been filled properly.
13. The bidder who does not meet the qualifying norms as mentioned in the tender
documents/tender notice need not apply as their offer will be rejected without any
further reference to them.
14. Even if, any vendor falls under the exempted category for submission of EMD but
they shall be under the purview of Security Deposit and Penalty clause as per tender
conditions.
15. It shall be mandatory for the bidder to get Sales Tax Registration (TIN No) for the
state of Uttar Pradesh. In case a bidder fails to obtain TIN No, within specified period,
their order shall be cancelled. In such case no payment shall be released till such
time party obtains the Uttar Pradesh TIN Number and submits the same to IndianOil
and in addition the party shall not be considered for future tenders. EMD/ISD
deposited by bidder may also be forfeited.
16. Every successful bidder shall have to obtain Service Tax Registration (if not
registered earlier) within six weeks from the date of order. In case a bidder fails to
obtain Service Tax Registration within six weeks, order placed on him shall be
cancelled. EMD/ISD deposited by bidder may be forfeited.
17. The corporation reserves the right to accept any tender in whole or part and reject
any tender without assigning any reason. The corporation is not bound to accept one
or more tenders in part. The decision of the corporation in this regard shall be final.
18. Merely execution of a particular work shall not be considered as completed work
unless until the same is accepted by the Corporation. For acceptance of work, the
Corporation may appoint a committee/third party agency at its absolute discretion.
19. Work Order quantities are approximate and payment shall be made as per actual
measurement. The contractor is not entitled for any sort of compensation towards
excess materials produced/ stored at site.
20. IndianOil representative shall have the authority to get the executed work
dismantled for verification/ checking for quality work as per specifications. The work
so dismantled shall be rectified by the contractor at no extra cost to the Corporation.
21. After the placement of the order, the successful bidder shall not be allowed to sublet
or assign any part of the work order to any other agency without our prior written
consent of the Corporation.
22. The successful bidder should give in writing to the Corporation, the name of his
authorized person who will supervise the work and shall remain at the sight during
execution of the job.

Page 53 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

23. In case of any doubts, the details/conditions supersedes in the following sequence
of documents:
 SCHEDULE OF WORK
 TECHNICAL SPECIFICATIONS
 DRAWINGS
 SPECIAL TERMS AND CONDITIONS
 ADDITIONAL INSTRUCTION TO BIDDER
 PARTICULAR CONDITION OF CONTRACT
 GENERAL CONDITIONS OF CONTRACT
24. CONTRACTOR’S SCOPE OF SUPPLY: Scope of supply includes all the required
materials unless/otherwise specifically mentioned in either price bid or special terms
and conditions. It will be the responsibility of the contractor to provide at their cost
all required workers/labours, equipment, machinery and all materials so as to
complete the whole work as per drawing and specifications. The contractor is also
required to submit the complete document regarding procurement/sourcing of
material as per specification including relevant warranty documents issued by the
manufacturer and necessary test certificates.
25. If contractor brings defective/sub standard material at site, it shall be the
responsibility of the Contractor for the removal and disposal of the same at his own
cost. The Corporation shall not entertain any claim by the contractor on this account.
In case, Contractor fails to remove such materials within 7 days after issue of notice
in writing to the Contractor, the Corporation reserves the right to dispose off such
materials at the entire risk and cost of the Contractor.
26. Contractor shall take insurance policy in line with GCC.
27. FORCE MAJEURE: In partial modification of Clause No 4.3.8.0 of General Conditions
of Contract, “Local Bandh” shall be included in “FORCE MAJEURE”.
28. TESTING OF WORKS/MATERIALS: The contractor if so desired by the Corporation
shall arrange to test the materials used for the works as per instructions from the
Corporation/Consultants. and of the materials to be used in the works to meet its
specification as per prevailing codes of the Bureau of Indian Standards at no extra
cost to IndainOil.
29. ELECTRICAL WORKS: All electrical works should be carried out through licensed
electricians only.
30. LABOUR LAWS-INDEMNITY BOND/ UNDERTAKING: The successful contractors
shall have to give an Indemnity Bond/Undertaking to the Corporation in the
prescribed form for covering the provisions of the following status upto the latest
amendments as applicable.
 Minimum Wages Act, 1984.
 Equal Remuneration Act, 1978.
 Inter-state Migrant Workman (Regulation of Employment & Conditions of
Services) Act, 1979.
 Contract Labour (Regulation & Abolition) Act, 1970.
 Workmen’s Compensation Act, 1923.
 Employees State Insurance Act.
 Provident Fund Act.
31. Particulars of Registration with appropriate Government Authorities/ Statutory Bodies
as mentioned above as applicable should be furnished to the Corporation.

Page 54 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

32. MINIMUM WAGES: Contractor will pay his labours working on the job undertaken
by them for IndianOil, at least minimum wages statutory payable to the contract
labour. Contractor will have to show proof of having actually paid minimum wages to
the labours.
33. SAFETY: All safety precautions and regulations should be strictly adhered to at no
extra cost to the Corporation. Provision of safety belts and helmets for workmen
working on the scaffoldings is compulsory. The contractor shall have to follow safety
practices during construction as per attached guideline in toto. The Contractor to
ensure wearing of safety helmets and shoes, by each and every contracted worker
while working at location site at all times.
34. SAFETY PRACTICES WHILE WORKING AT HEIGHT: In line with OISD guidelines
on “Safety practices during construction” (OISD-GDN-192), the contractor shall
ensure that additional safety measures like providing Fall Arrestor type safety belt,
Safety net are provided for all activities being done in line with tender requirements
at a height of 2.5 meters and more depending upon site conditions and job
requirements.
35. PRECAUTIONS DURING WORK:
 Violation of applicable safety, health & environment related norms, a penalty of
Rs. 5,000.00 per occasion shall be imposed.
 Violation as above resulting in any physical injury, a penalty of 0.5 % of the
contract value shall be imposed (maximum of Rs. 2,00,000.00) per injury in
addition to Rs. 5,000.00 as mentioned above, shall be imposed.
 In case of fatal accidents, a penalty of 1% of the contract value (maximum of
Rs. 10,00,000.00) per fatality in addition to Rs. 5,000.00 as mentioned above,
shall be imposed.
36. In addition Penalties for Violation/ Non-Adherence of Safety Procedures and Practices
with a view to improve the safety aspects of execution of the job based on the job
requirements following penalties will also be imposed for violation/non-adherence of
safety procedures:
S Penalty per
Nature of Violation
No occasion
a For non use of PPE (Personal Protective Equipment) Rs. 1,000.00
b Working without clearance Rs. 5,000.00
c Hot work without proper Clearance/Permit Rs. 10,000.00
d Non Display of Name board/permit, etc. Rs. 500.00
e Non fencing of excavated area in operating station Rs 1,000.00
f Non-protection of deep excavation by way of shoring & strutting. Rs 10,000.00
g Over speeding of jeep/ bus etc. in operating station Rs 1,000.00
h Inadequate or non-availability of First aid Box Rs. 500.00
* Aforesaid penalty clause is over and above, the applicable statutory
requirements.
37. TAXES:
 All applicable taxes, duties, levies etc and any amendments made thereof during
the currency of the contract shall be deducted from the contractor’s bills as per
applicable laws of the land. No escalation and de-escalation shall be paid on this
account. IndianOil shall not entertain any request for payment of any taxes/
levies separately, unless otherwise specified.

Page 55 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 The contractor shall at his own cost and initiative arrange for and obtain all
necessary permissions, permits consents and licenses, as may be necessary to
transport the contractors materials, tools, equipment, machinery and labour
along or across highway, roadway, railway, bridge, dyke, dam, river or through
posts of toll collection, octroi checks or other line border or barrier.
 Bidder must quote the rates inclusive of all taxes, statutory levies, sales tax,
works contract taxes, octorai, etc. Service Tax on Construction Items, as
mentioned, shall be paid extra subject to submission of taxable invoices.
 Bidder must quote rate including any impact in execution of work due to
imposition of VAT or any other tax liabilities levied by Central/State
Government/Municipalities, etc from time to time during contract period.
38. Finalized Party shall have to execute following documents on a stamp paper as per
prevailing value as a token of acceptance of terms and conditions of Corporation for
carrying out works as and when required.
 General Conditions of Contract/ Form of Contract
 Declarations
 Indemnity Bond undertaking for PF and ESIC
39. The reference to the Arbitration and Alternate Dispute Resolution Machinery provision
as contained in GCC in any other term and condition, which may be general or
special in nature, stands deleted to the extent the said contents are applicable to the
Arbitration provisions.
40. The corporation reserves the right to accept any tender in whole or in part and reject
any or all tender without assigning any reasons. The corporation is not bound to
accept the lowest rates for nay tender and reserves the right to accept one or more
tender to allow Public Enterprises (Central/ state) price/ purchase contract service
preference as admissible under existing Government Policy. The decision of the
corporation in this connection will be final.
41. QUANTITIES OF WORK: In partial modification of clause 2.6.0.0 of General
Conditions of Contract, no compensation shall be payable to the contractor in the
eventuality of the executable quantities being less than 80% of total contract value
(as contained in the SOR) and as mentioned in clause no.2.6.2.0 of General
Conditions of Contract.
42. Action against the defaulting contractors shall be taken as per the policy of the
Corporation which may include termination of the contract and/or putting the party
on holiday list for a specified period.
43. HOLIDAY LISTING OF PARTIES: Party may be put on Holiday List due to reasons
listed below:
 Has indulged in malpractices such as bribery, corruption, fraud and pilferage.
 Is bankrupt or is being dissolved or has resolved to be would up or proceedings
for winding up or dissolution have been instituted.
 Has submitted fake, false or forged documents/ certificates.
 Has submitted materials in lieu of materials supplied by IndianOil or has not
returned or has short returned or has unauthorized disposed off materials/
documents/ drawings tools or plants or equipments supplied by IndianOil.
 Has obtained official company information or copies of documents in relation to
the tender/ contract, by questionable methods/ means.
 Has deliberately violated and circumvented the provisions of labour laws/
regulations/ rules, safety norms or other statutory requirements.

Page 56 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 Has deliberately indulged in construction and erection of defective works of


supply of defective materials.
 Has not cleared IndianOil's previous dues.
 Has committed breach of Contract or has failed to perform a contract or has
abandoned the contract.
 Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase Order/
Letter of Intent/ Work Order after the same is issued by IndianOil within the
validity period and as per agreed terms and conditions.
 After opening of Price Bid, on becoming L-1, withdraws/ revises their bid
upwards within the validity period.
 Has parted with, leaked or provided confidential/ proprietary information of
IndianOil given to the party only for his use (in discharge of his obligations
against an order) to any third party without prior consent of IndianOil.
 Any other ground for which in the opinion of the Corporation makes it
undesirable to deal with the party on grounds as defined in GCC.
 If a communication is received from the Administrative Ministry of IndianOil to
ban a party from dealing with IndianOil.

Page 57 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

ABBREVIATIONS & NOTATIONS

UNLESS OTHERWISE SPECIFIED FOLLOWING NOTATIONS/ ABBREVIATIONS SHALL


BE APPLICABLE TO DOCUMENT

MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sq. cm - SQUARE CENTIMETER
SQFT/sqft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
NO (S) / Nos. / nos. - NUMBER (S)
DIA/dia - DIAMETER
RCC - REINFORCED CEMENT CONCRETE
PCC - PLAIN CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
CRVT - CONE ROOF VERTICAL TANK
FRVT - FLOATING ROOF VERTICAL TANK
IFRVT - INTERNAL FLOATING ROOF VERTICAL TANK

Page 58 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING


(TO BE SUBMITTED ALONGWITH TENDER DOCUMENT WITH SIGNATURE AND STAMP)

In the case of a Proprietary Concern:


I hereby declare that neither I in my personal name or in my personal name or in the name
of my Proprietary concern M/s. ________________________ which is submitting the
accompanying Bid/Tender nor any other concern in which I am proprietor nor any
partnership firm in which I am involved as a Managing Partner nor any company in which I
am a promoter or a Director or having controlling stake with minimum 26% share holding
have been placed on black list or holiday list declared by Indian 0il Corporation Ltd. or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as
indicated below. (Here give particulars of blacklisting or holiday listing, and in absence thereof state
“NIL”)

In the case of a Partnership Firm:


We hereby declare that neither we, M/s. _________________, submitting the
accompanying Bid/Tender nor any partner involved in the management of the said firm
either in his individual capacity or as proprietor or managing partner of any firm or as a
promoter or Director having controlling stake with minimum 26% share holding of any
company have or has been placed on blacklist or holiday list declared by IndianOil
Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural
Gas), except as indicated below. (Here give particulars of blacklisting or holiday listing, and in
absence thereof state “NIL”)

In the case of Company:


We hereby declare that we have not been placed on any holiday list or black list declared by
IndianOil Corporation Ltd. or its Administrative Ministry (presently the Ministry of petroleum
and Natural Gas), except as indicated below. (Here give particulars of blacklisting or holiday
listing, and in absence thereof state “NIL”)

It is understood that if this declaration is found to be false in any particular, IndianOil


Corporation Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and
if the bid has resulted in a contract, the contract is liable to be terminated.

Date:
Place: Bidder's Signature & Seal

Page 59 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PROFORMA OF TENDER NOT TEMPERED


(TO BE SUBMITTED ON STAMP PAPER DULY NOTORIZED WITH SIGNATURE AND STAMP)

AFFIDAVIT

I/We _____________________ (Name of Bidder), hereby declare that:

I/We, hereby confirm that if any discrepancy observed in the submitted tender at a
future date, I/We will abide by all the terms and conditions as per the document
hosted on your website https://iocletenders.gov.in. I/We further assure that we
agree to all the decisions confirmed in Pre-Bid Conference of the subject tender.

I/We have not tampered or modified the tender forms in any manner and before
uploading, same has been cross-checked with document hosted on your website.

In case, if the same is found to be tampered/modified, I/We understand that


my/our tender will be summarily rejected and EMD/SD may be forfeited and I
am/We are liable to be banned from doing business with and/or prosecuted.

Bidder's Signature & Seal

Date:
Place:
E-mail address:

Page 60 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PAYMENT THROUGH ELECTRONIC FUND TRANSFER(EFT) & REAL TIME GROSS


SETTLEMENT (RTGS)

FORMAT FOR GIVING CONSENT AND BANK DETAILS ON LETTER HEAD

Date:
M/s Indian Oil Corporation Limited,
IndianOil Bhawan,
E-8, Sector 1, Noida.

Sirs,
With reference to your request, we hereby agree to accept the payment of our bills through
“EFT/RTGS/Internet”. The desired Bank Account details are given below:

1 Beneficiary’s Name
2 Name of the Bank (to which payments should be sent)
3 Branch Name
4 Address of the Branch
5 STD Code and Telephone No of Branch
6 Branch Code
7 9 Digit Code Number of Bank & Branch as appearing on
the MICR Cheque
8 Bank Account No (As appearing on the Cheque Book)
9 Account Type (SB/CA/CC)
10 Branch IFSC Code (Applicable only for RTGS payments)

* Please attach a blank cancelled cheque issued by your bank relating to your above
account for verifying the accuracy of the same.

I hereby declare that the particulars given above are correct and complete.

Signature of Account Holder with rubber stamp

Enclosed: One cancelled cheque

Page 61 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PROFORMA OF DECLARATIONS TO BE FURNISHED BY BIDDER

D E C L A R A T I O N - `A'
We declare that we have complied with the conditions of Agreement.

Date:
Place: Bidder's Signature & Seal

D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the
Corporation/Central/State Governments.

We have the following employees working with us who are near relatives of the
Officer/Director of the Corporation/Central/State Government.

Name of the employee Name & designation of the Officer


of the Contractor of Corporation/Central/State Government

Date:
Place: Bidder's Signature & Seal

D E C L A R A T I O N - `C'
The Bidder is required to state whether he is a relative of any Director of our Corporation or
the Bidder is a firm in which any Director of our Corporation or his relative is a partner or
any other partners of such a firm or alternately the Bidder is a private company in which
Director of our Corporation is a member or Director.

1. Name of the Contractor and his relations with the Director in our Corporation:
___________________________________________________________________

2. Name of the Director of the Corporation who is related to the Contractor:


___________________________________________________________________

3. Name of the Director of the Corporation who is a member or a Director of the firm:
___________________________________________________________________

Date:
Place: Bidder's Signature & Seal

Page 62 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

DECLARATION – ‘D’
Bidder is required to state whether they have employed any retired Director and above rank
officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be
submitted.

1. Name of the person :

2. Post last held in IndianOil :

3. Date of retirement :

4. Date of employment in the firm :

Date:
Place: Bidder's Signature & Seal

Note:
1. A separate sheet may be attached, if the above is not sufficient.
2. Strike out whichever is not applicable.
3. If the Contractor employs any person subsequent to signing the above declaration and
the employee(s) so appointed happens to be the near relatives of the Officer/Director of
the Corporation/Central/State Governments, the Contractor should submit another
declaration furnishing the name(s) of such employee(s) who is/are related to the
officer(s) of the Corporation/Central/State Governments.

Page 63 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

FORM OF CONTRACT
(On Rs. 100.00 Non-Judicial Stamp Paper)

THIS CONTRACT made at Noida this __________ day of ____________ 200__, BETWEEN
INDIAN OIL CORPORATION LTD., a Government of India Undertaking registered in India
under the Indian Companies Act 1956, having its registered office at G-9, Ali Yavar Jung
Marg, Bandra (East), Mumbai - 400051 and the Headquarters of Uttar Pradesh State Office-
2, Indian Oil Corporation Limited (Marketing Division), E-8, Sector 1, Noida (hereinafter
referred to as the "OWNER" which expression shall include its successors and assigns) of the
One Part; AND _____________ carrying on business in sole proprietorship/ carrying on
business in partnership under the name and style of ______________________ a Company
registered in India under the Indian Companies Act, 1913/ 1956 having its registered office
at _______________________ (hereinafter referred to/ as collectively referred to as the
"Contractor" which expression shall include his/ their/ its executors, administrators,
representatives and permitted assigns/ successors and permitted assign) of the Other Part:

WHEREAS The OWNER desires to have executed the work of _________________________


more specifically mentioned and described in the contract documents (hereinafter called the
'work' which expression shall include all amendments therein and/ or modifications thereof)
and has accepted the tender of the CONTRACTOR for the said work.

NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:

ARTICLE - 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
(a) This contract;
(b) Tender documents as defined in the General Instructions to Bidders;
(c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent.
1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
been collectively marked Annexure 'A' while a copy of the letter of Acceptance of
Tender along with annexures thereto and a copy of Fax/Telegram of Intent dated
________ are annexed hereto and said copies have been collectively marked as
Annexure 'B".

ARTICLE - 2
Work To Be Performed
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within
the item specified in the Contract documents,

ARTICLE - 3
Compensation
3.1 Subject to and upon the terms and conditions contained in the Contract documents,
the OWNER shall pay CONTRACTOR compensation as specified in the Contract
documents upon the satisfactory completion of the work and/ or otherwise as may be
specified in the Contract documents.

Page 64 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

ARTICLE - 4
Jurisdiction
4.1 Notwithstanding any other court or courts having jurisdiction to decide the
question(s) forming the subject matter of the reference if the same had been the
subject matter of a suit, any and all actions and proceedings arising out of or relative
to the contract (including any arbitration in terms thereof) shall lie only in the court
of competent civil jurisdiction in this behalf at ________ (where this Contract has
been signed on behalf of the OWNER) and only the said Court(s) shall have
jurisdiction to entertain and try any such action(s) and/ or proceeding(s) to the
exclusion of all other Courts.

ARTICLE - 5
Entire Contract
3.1 The Contract documents mentioned in Article - I hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract
they do not rely upon any previous representation, whether express or implied and
whether written or oral, or any inducement, understanding or agreements of any
kind not included within the Contract documents and all prior negotiations,
representations, contacts and/ or agreements and understandings relative to the
work are hereby cancelled.

ARTICLE - 6
Notices
6.0 Subject to any provisions in the Contract documents to the contrary, any notice,
order or communication sought to be served by the CONTRACTOR on the OWNER
with reference to the Contract shall be deemed to have been sufficiently served upon
the OWNER (notwithstanding any enabling provisions under any law to the contrary)
only if delivered by hand or by Registered Acknowledgment Due Post to the
Engineer-in- Charge as defined in the General Conditions of Contract.
6.1 Without prejudice to any other mode of service provided for in the Contract
Documents or otherwise available to the OWNER, any notice, order or other
communication sought to be served by the OWNER on the CONTRACTOR with
reference to the Contract, shall be deemed to have been sufficiently served if
delivered by hand or through Registered Post Acknowledgement Due to the principal
office of the CONTRACTOR at __________________ or to the CONTRACTOR's
representatives as referred to in the General Conditions of Contract forming part of
the Contract Documents.

ARTICLE-7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms
thereof shall be deemed to be a waiver of such right, remedy, obligation or liability,
as the case may be, by the OWNER and notwithstanding such failure or delay, the
OWNER shall be entitled at any time to enforce such right, remedy, obligation or
liability, as the case may be.

Page 65 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

ARTICLE-8
Non-Assignability
The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the
place, day and year first above written

SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD by ________

in the presence of

1.

2.

SIGNED AND DELIVERED for and on behalf of _____________________ (CONTRACTOR) by


(this day of _____________ 20___)

in the presence of

1.

2.

(Strike off which is not applicable)

Page 66 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

AMENDATORY AGREEMENT
(to be executed on Non-Judicial stamp paper)

This Amendatory Agreement made at _____________ the ______ day of _______ 200___
by and between INDIAN OIL CORPORATION LIMITED, a Company incorporated in India
under the Indian Companies Act, 1956 and having its registered office at G-9, Ali Yavar Jung
Marg, Bandra (East), Mumbai - 400051 and the Headquarters of Uttar Pradesh State Office-
2, Indian Oil Corporation Limited (Marketing Division), E-8, Sector 1, Noida (hereinafter
called “the Corporation” which expression shall unless inconsistent with the context include
its successors and assigns) of the first PART and M/s._________________ having its Office
at ________ (hereinafter called “the Contractor”) of the Other PART and collectively referred
to as “the Parties”.

WHEREAS:
1) The parties referred to above have executed an Agreement dated ___________ in
pursuance of Work Order No.______ dated __________ for _______________ work
(hereinafter referred to as “Main Agreement”).
2) The aforesaid Main Agreement contains provisions requiring both the parties to refer
any dispute or differences arising under the Main Agreement to arbitration.
3) The Main Agreement permits the parties to amend or modify any of the terms of the
Main Agreement

NOW THEREFORE by virtue of this Amendatory Agreement the parties to the Main
Agreement agree as under:-
a. That the provisions relating to Arbitration in the event of dispute or difference or any
other issue arising under the Main Agreement stand deleted from the Main
Agreement.
b. That the reference to the Arbitration Clause contained in the Main Agreement in any
other term or condition which may be general or special in nature shall also stand
deleted to the extent the said contents are applicable to Arbitration provisions.
c. Save as above, all other conditions whether general or special in nature relating to
the Main Agreement shall continue to be in force unless modified or amended by the
parties hereto.

Authorised Signatory for Indian Oil Corporation Limited

Authorised Signatory for M/s._________

WITNESSES:
1) Name & Address

2) Name & Address

Page 67 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

INDEMNITY BOND UNDERTAKINGS FOR PF


(to be executed on Non-Judicial stamp paper)

PROFORMA ‘A’
(to be executed if applicable on obtaining work order)
From :
M/s. .............................................................................................................
(Contractors)
To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ..................….........................., dt. ..................
(2) Agreement No. ..............................................., dt.....................
THIS INDEMNITY BOND/ UNDERTAKING executed at ..................... this ................day
...................... of ............. 20 ……. by Messers
......……...................................................…. hereafter called the “Contractors” (which
expression shall mean and include if the context so admits, the partners or partner for the
time being of the Firm and their or his respective heirs, executors and administrations its
successors and assigns in law) in favour of INDIAN OIL CORPORATION LTD. a Company
incorporated under the Company Act I of 1956 and having its Registered Office at G-9, Ali
Yavar Jung Marg. Bandra (East), Bombay 400051, hereinafter called “the Corporation”
(which expression shall include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work
order No. ___________ dated ___________ issued by the Corporation on the Contractors
has caused drawings, specifications and bill of quantity showing and describing the work
to be done prepared and the same have been signed by or on behalf of the parties hereto
AND WHEREAS the Contractors have agreed with the said work Order upon certain terms
and conditions provided in the Agreement executed between the Contractors and the
Corporation and also contained in the General Conditions of contract attached thereto.
AND WHEREAS the Contractor are bound by law to comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State
Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact
Labour (Regulation and Abolition) Act 1970, Workmen’s Compensation Act 1923, Employees
State Insurance Act as also the Provident Fund Act providing for Provident Fund Act
Scheme for labourers engaged by the Contractors but amenities and facilities to the workers
under the different labour laws, not only the contractors but also the Corporation as the
principal employer becomes liable for the acts of omission and commissions by the
Contractors.
IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE
CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.
1. The Contractor hereby undertake to furnish a certificate with regard to the number
of labourers employed by them in the Corporation in other ordination throughout the
country to the Location in-charge of the Corporation where the work is undertaking
by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under
Contract Labour (Regulation and Abolition) Act 1979 as amended from time to time
and that they undertake to furnish a certified copy of the requisite License obtained
by the Contractors from the competent authority to the corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his


labourers and will give opportunity to the officers of the Corporation to supervise the
same and confer upon the Corporation’s representative the right to countersign the
said register. The Contractors shall provide a copy of pay sheets to the Location in-

Page 68 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

charge of the Corporation and also confer the right of wages to the labourers on the
spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the Provident
Fund Act, particularly with regard to the enrolment of labourers as a member of
Provident Fund. The Contractors further confirm that they are aware of the
provisions and that they are obliged to recover Provident Fund contribution from the
eligible labourers engaged by them and after adding their own contribution, remit
the same to RPFC. The contractors state and confirm that are fully aware of their
obligation remit the said amounts on account of Provident Fund to the RPFC within
the prescribed period and that they have obtained a separate code number from the
Regional Provident Fund Commissioner which is bearing Sanction No. dated
...…............ from ..……........ RPFC.

5. The Contractors will afford all opportunities to the Corporation whenever required to
verify that the Provident Fund is actually deducted by the Contractors from the
wages of the labourers and the same together with the Contractors’ contribution has
been duly remitted by the Contractors to the concerned P.F. Commissioners. The
Contractors also undertake to provide photocopy of the receipt issued by the
concerned P.F. Commissioner for having received the P.F. contribution from the
Contractors.

6. In the event the location in-charge of the Corporation is not satisfied about the
payment of wages made and the recovery of P.F. etc. from the labourers employed
by the Contractors, the Contractors hereby agree and authorize the contractor’s
complete all their obligations.

7. Notwithstanding the provisions contained in clause 6 above, the Corporation hereby


undertake and authorize the Corporation to recover dues payable by the Contractors
to the labourers employed by them as also amounts on account of P.F. contributions
(including the Contractors’ contribution) as also all losses, damages, costs, charges,
expenses, penalties from their bills and other dues including the security amounts.

8. The Contractors hereby agree, confirm and declare that they have fully complied and
will comply with the provisions of various labour laws, particularly those referred to
herein above and that no violation of the provisions of various amenities and
facilities to the workers under different laws has been done by them and in the
events of any past or future violation of the various labour laws, the contractors shall
indemnify and keep the Corporation duly indemnified against all losses, damages,
costs, expenses, penalties, suits or proceeding which the Corporation may incur,
suffer or be put to.

9. The contractors hereby agree that the aforesaid indemnity undertaking are in
addition to and not in substitution of the terms and conditions contained in the
tender documents and the work order and also the Agreement executed by the
Contractors with the Corporation.

10. The Contractors hereby confirm, agree and record that these terms of undertaking
and indemnity shall be irrevocable and unconditional and shall be binding on their
heirs, executors, administrators and legal representatives and shall ensure for the
Corporation’s benefit and for the benefit of its successors and assigns.

Page 69 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

Date:
Place: Bidder's Signature & Seal

Witness (Name & Full Address):


(1) ..............................................................................................

..............................................................................................

(2) ..............................................................................................

..............................................................................................

PROFORMA ‘B’
(to be executed if applicable on obtaining work order)
From:
M/S. ......................................................................................................................
Contractors
To,
M/s. INDIAN OIL CORPORATION LIMITED

Sub.: (1) Work Order No. ................................................, dt..................


(2) Agreement No. ................................................, dt..................

THIS INDEMNITY BOND/ UNDERTAKING executed at .......................... this .......... day


…………… of ........................ 20….. by Messers ................................................
hereinafter called “The Contractors” (which expression shall mean and include, if the
context so admits, the partners or partner for the time being of the Firm and their or his
respective heirs, executors and administrations its successors and assigns in law) in favour
of INDIAN OIL CORPORATION LIMITED a Company incorporated under the Company Act I of
1956 and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg.
Bandra (East), Bombay 400051, hereinafter called “The Corporation’ (which expression shall
include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work
order No. .................... dated ........... issued by the Corporation on the Contractors: has
caused drawings, specifications and bill of quantity showing and describing the work to be
done prepared and the same have been signed by or on behalf of the parties hereto AND
WHEREAS the Contractors have agreed with the Corporation to execute and perform the
said work specified in the said Work Order upon certain terms and conditions provided in
the Agreement executed between the Contractors and the Corporation and also contained
in the General Conditions of contract attached thereto.
AND WHEREAS the Contractors are bound by law to comply with the provisions of various
Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions of
Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970, Workmen’s
Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act by
the Contractors but in the event of violation of the provisions of various amenities and
facilities to the workers under the different labour laws, not only the Contractors but also
the Corporation as the principal employer becomes liable for the acts of omissions and
commission by the Contractors.
IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE
CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

Page 70 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

1. The Contractors hereby undertake to furnish a certificate with regard to the number
of labourers employed by them in Corporation/ in other organization throughout the
country to the location in charge of the Corporation where the work is undertaking
by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under
Contract Labour (Regulation and Abolition) Act 1970 as amended from time to time
and that they undertake to furnish a certified copy of the requisite Licence obtained
by the Contractors from the competent authority to the Corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his


labourers and will give opportunity to the officers of the Corporation to supervise the
same and confer upon the Corporation’s representative the right to countersign the
said register if so required by the Corporation. The Contractor shall provide a copy of
the pay sheets to the Location in-charge of the Corporation nominated by the
Corporation for supervision of the payment of wages made to the labourers by the
contractors and also confer the right on the Corporation for supervision of the
payment of wages made to the labourers by the contractors and also confer the right
on the Corporation’s representative to supervise the payment of wages to the
labourers on the spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the Provident
Fund Act, and the rules made thereunder. The Contractors hereby confirm that the
said act and the rules made thereunder are not applicable to them since they have
not employed labourers exceeding ________ at any time and that the labourers so
far employed were also not on continuous basis. The contractors further confirm in
this regard that no worker employed by them is in service for circumstances none of
the workers employed by them is eligible for P.F. benefits under the said Act. The
Contractors therefore state that they are exempted from the purview of the said ACT
and the rules made thereunder an they are therefore not required to obtain a
separate code No. from the R.P.F.C.

5. The Contractors hereby undertake and agree that in event of any claim on account
of P.F. liabilities arising in future, they shall keep the Corporation duly indemnified
against all losses, damages, charges, expenses, penalties, suits or proceedings
which the Corporation may incur, suffer or be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and
will comply with the provisions of various labour laws, particularly those referred to
herein above and that no violation of the provisions of various amenities and
facilities to the workers under different laws has been done by them and in the
events of any past or future violation of the various labour laws the contractors shall
indemnify and keep the Corporation duly indemnified against all losses, damages,
costs, expenses, penalties, suits or proceeding which the Corporation may incur,
suffer or be put to.

7. The Contractor hereby agree that the aforesaid indemnity undertaking are in
addition to and not in substitution of the terms and conditions contained in the
tender documents and the work order and also the Agreement executed by the
Contractors with the Corporation.

Page 71 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

8. The Contractors hereby confirm, agree and record that these terms of undertaking
and indemnity shall be irrevocable and unconditional and shall be binding on their
heirs, executors, administrators and legal representatives and shall ensure for the
Corporation’s benefit and for the benefit of its successors and assigns.

9. That all questions, issues, disputes and differences between the contractor and the
Corporation arising under this indemnity bond/undertaking shall be referred to
arbitration in the same manner as indicated in the contract dt ________ executed
between the contractors and the Corporation.

Bidder's Signature & Seal


Date:
Place:

Witness (Name & Full Address):


(1) ..............................................................................................

..............................................................................................

(2) ..............................................................................................

..............................................................................................

Page 72 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

DECLARATION
(to be executed on Non-Judicial stamp paper)

Subject: Contract/ Work Order No. ..................................... Dated ..........................

1. We shall
a. Deploy trained and competent employees who are physically fit and are not
suffering from any chronic or contagious diseases.
b. Be responsible for and arrange and bear costs of such equipment, cleaning
materials, uniforms and other paraphernalia necessary to render effectively
the service required by the Corporation.
c. Be responsible and liable for payment of salaries, wages and other legal dues
of our employees for the purpose of rendering the services required by the
Corporation under the above contract and shall maintain proper books of
account, records and documents. We shall however as the employer, have
the exclusive right to terminate the services of any of our employees and to
substitute any person instead.
d. Comply in all respects with the provisions of all statues, rules and regulations
applicable to us and/ or to our employees and in particular we shall obtain
the requisite licence under the Contract Labour (Regulation and abolition) Act
1970 and the rules made thereunder.
e. Ensure that our employees while on the premises of the Corporation or while
carrying out their obligations under the contract, observe the standards of
cleanliness, decorum, safety and general discipline laid down by Corporation
or its authorized agents and the Corporation shall be the sole judge as to
whether or not we and/or our employees have observed the same.
f. Personally and exclusively employ sufficient supervisory personnel exclusively
to supervise the work of our employees so as to ensure that the services
rendered under this contract are carried out to the satisfaction of
Corporation.
g. Ensure that our employees will not enter or remain on the Corporation’s
premises unless absolutely necessary for fulfilling our obligations under the
contact.
h. Not do or suffer to be done in or about the premises of the premises of the
Corporation anything whatsoever which in the opinion of the Corporation may
be or become a nuisance or annoyance or danger or which may adversely
affect the property, reputation or interest of the Corporation.
i. Not do so suffer to be done in or about the premises of the Corporation
anything whereby any policy of insurance taken out by the Corporation
against loss or damage by fire or otherwise may become void or voidable.
j. Be liable for and make good any damage caused to the Corporation’s
properties or premises or any part thereof or to any fixtures or fittings thereof
or therein by any act, omission, default or negligence on our part or on the
part of our employees or our agents.
k. Indemnify and keep indemnified the Corporation, its officers and employees
from and against all claims, demands, actions, suits and proceedings,
whatsoever that may be brought or made against the Corporation by or on
behalf of any person, body, authority and whatsoever and all duties,
penalties, levies, taxes, losses, damages, costs, charges and expenses and all
other liabilities of whatsoever nature which the Corporation may now or
hereinafter be liable to pay, incur or sustain by virtue of or as a result of the
performance or non-performance or observance or non-observance by us of

Page 73 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

the terms and conditions of the contract. Without prejudice to the


Corporation’s other rights, the Corporation will be entitled to deduct from any
compensation or other dues to us, the amount payable by the Corporation as
a consequence of any such claims, demands, costs, responsible for death,
injury or accidents to our employees which may arise out of or in the course
of their duties on or about the Corporation’s property is made liable to pay
any damages or compensation in respect of such employees, we hereby agree
to pay to Corporation such damages or compensation upon demand. The
Corporation shall also not be responsible or liable for any theft, loss, damages
or destruction of any property that belongs to us or our employees lying in
the Corporation’s premises from any cause whatsoever.

2. It is hereby declared that we are, for the purpose of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the contract shall be our employees and not of the Corporation.

3. On the expiration of the contract or any earlier termination thereof, we shall


forthwith remove our employees who are on the Corporation’s premises or any part
thereof failing which, our employees, agents, servants etc. shall be deemed to be
trespassers and on their failure to leave the Corporation’s premises, the Corporation
shall be entitled to remove all persons concerned (if necessary by use of force) from
the Corporation’s premises and also to prevent them (if necessary by use of force)
from entering upon the Corporation’s premises.

4. We hereby undertake and declare that, in the event the workmen/employees/person


engaged by us (“the Contractors’ employees”) to carry out the purpose hereof,
attempt to claim employment with the Corporation or attempt to be declared as
employees of the Corporation or attempt to become so placed, then in all such
cases, we shall assist the Corporation in defending all such attempts of the
Contractor’s employees AND we shall bear and pay solely and absolutely all costs,
charges and expenses including legal charges incurred or which may be incurred in
defending all such attempt and in any appeal or appeals filed by the Corporation
therein or relating thereto AND we hereby indemnify forever the Corporation against
all such costs, charges and expenses including legal charges and against all and any
loss, expenses or damages, whether recurring or not, financial or otherwise, caused
to or incurred by the Corporation, as a result of such attempt by the Contractors’
employees.

5. It is hereby agreed that the Corporation shall be entitled to set off any debt or sum
payable by us either directly or as a result of vicarious liability to the Corporation
against any monies payable or due from the Corporation to us against any monies
lying or remaining with the Corporation and belonging to us or any our partners or
directors.

Contractor’s Signature or Authorized Attorney

To be witnessed by Notary

Page 74 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT

WHERE AS DEPOSIT RECEIPT NO. ......................... dated .......... for Rs. ..................
issued by Indian Oil Corporation Limited in favour of the undersigned as Earnest Money
Deposit for the fulfillment of our obligations under the Tender No ................... in respect of
.................... has been mislaid or lost by us and the same is not traceable in spite of due
and diligent search made by us for the same AND WHEREAS Indian Oil Corporation Limited
have at our request and entirety agreed to refund to us the amount covered by the said
DEPOSIT RECEIPT on our executing these presents in the manner herein after appearing
NOW KNOW WE AND THESE PRESENTS WITNESS that we, the undersigned (name and
address) ....................................... for ourselves and our heirs executors and
administrators and our successors and assigns do hereby agree covenant and undertake to
Indian Oil Corporation Limited and its successor’s and assigns fully and effectively
indemnity and keep Indian Oil Corporation Limited and its successor’s and assigns fully and
effectually indemnified against all claims, actions, demand,, losses and damages and costs,
charges and expenses respectively that they and their successors and assigns might suffer
and be put to by reason of refunding to us the under signed the sum covered by the said
DEPOSIT RECEIPT and we our heirs executors and administrators and our successors and
assigns hereby record having agreed to reimburse Indian oil Corporation Ltd. the amount of
all claims, losses, damages costs charges and expenses suffered by them in the premises
aforesaid.
IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature
the day and year first herein above written.

SIGNATURE OF THE EXECUTOR


Witness:

1. NAME & ADDRESS:

2. NAME & ADDRESS:

Page 75 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

PERFORMANCE EVALUATION OF CONTRACTOR


(Shall be evaluated every month, as per Corporation’s policy)

Contractor Name: _________________________ Vendor Code: _______________

PO No:_______ Date: ________ Amount: Rs._________ Completion Period: ______

Description of WO: _____________________________________________________

Location: ____________________________ Report for the month of _____________

Date of start: ______________ Schedule date of completion: ___________________

Anticipated date of completion _______________ Physical Progress of work: _______%

Bills raised since start of work : Rs. _______________________

Bills raised during the Financial year : Rs.________________________

Bills raised during the Month : Rs.________________________

1. Mobilization of Within time 0 to 15 15 to 30 Beyond 30


sufficient manpower, days delays days delays days delays
equipment etc. to
commence the work 10 6 4 2

2. Progress of work 100 % of 80-99% 50-79% Below 50% of


commensurate with Tgt. Tgt. Tgt. Tgt. Progress
elapsed completion Progress Progress Progress
time (including
extension) 20 16 8 4

3. Delay in completion In time Upto 20% Delay 21- Above 50% of


on contractor account of 50% of completion
beyond schedule completion completion period
completion time period period
which includes
extension if any 20 16 8 4
granted

4. Organizational capacity during Good Adequate Poor


execution on planning, manpower,
machinery etc. 6 3.6 3

Page 76 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

5. Finance available at site Good Adequate Poor

20 12 6

6. Cooperation with Site Engineer Good Adequate Poor

10 6 5

7. Timely positioning of construction Good Adequate Poor


material
8 4.8 4

8. Good will with Vendors Good Adequate Poor

4 2.4 2

9. Good will with Sub contractors Good Adequate Poor

4 2.4 2

10. Good will with Labourers Good Adequate Poor

2 1.2 1

11. Rejection / failure rates (quality) None Occasional Frequent

10 6 2

12. Compliance of safety and statutory Full Precautions Precautions on


requirements precautions in critical insistence
at his own areas at his
own

6 3.6 3

SITE IN CHARGE SIGNATURE & NAME


PLACE: ________

DATE: _________

Page 77 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

SPECIFICATIONS – GENERAL AND TECHNICAL

1. DRAWINGS & DESIGN REQUIREMENTS:


a. The drawings supplied by the IndianOil are indicative and for general guidance only.
Depending on site requirements, it may be necessary to modify the same before
commencement of work or during the progress of work. Contractor shall have no
extra claim on account of such changes and shall agree to accept final measurement
of the finished job without any allowance whatsoever.

2. CODE OF PRACTICE: All works shall be completed as per specifications, drawings


and directions of site engineer.

3. GENERAL: All materials required for the work shall be supplied by the contractor
after being approved by the Site Engineer.

4. SETTING OUT: Before starting the work, the contractor shall line out the work
area/position of as per layout drawing and construct a concrete benchmark which
shall be the datum for levels. The benchmark shall be constructed in a manner,
which will ensure that it is not disturbed or undergo settlement. The laying out of the
benchmark shall be approved by Site Engineer.

5. SUBGRADE: Excavation shall be to the exact dimensions as per direction of Site


Engineer. The subgrade shall be watered and rammed to level and shall be free from
soft spots.

6. WATER: Water for consolidation shall be potable and free from mineral salts. Same
shall be got tested from a reputed test house for suitability before the start of works.
Water used shall be clean. Potable water is generally considered satisfactory for
construction & curing purposes.

7. CEMENT: Cement of L&T, JK, ACC, Ultratech, Grasim, Ambuja, Laxmi, Khyber Birla
or Sriram cement shall be used of following types with prior approval of Engineer in
charge.
a. Ordinary or Low Heat Portland Cement conforming to IS:269
b. Rapid Hardening Portland cement conforming to IS:8041
c. Portland Blast Furnace Slag Cement conforming to IS:455
d. Portland Pozzolana cement conforming to IS:1489
e. White Portland cement conforming to IS:3042

8. AGGREGATES: Aggregates shall consist of naturally occurring stones, gravel and


sand and shall be hard, strong dense durable clear and free from veins, adherent
coating and injurious amounts of disintegrated pieces and deleterious substances.
Aggregates shall not contain harmful organic impurities such as pyrites, laminated
material, alkali, sea shells and organic impurities and those which may attack the
reinforcement when used in RCC work. aggregates shall not be chemically reactive
with alkalis of cement.

9. FINE AGGREGATES: Aggregates most of which passes 4.75mm size IS sieve is


known as fine aggregates. The sum of the percentage of al deleterious materials
shall not exceed 5%. Fine aggregates shall be either sand or crushed stone dust.
However, generally sand is used as fine aggregate for concrete or mortar. Two
varieties of sand are available normally:

Page 78 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

FINE SAND: This shall be natural river sand conforming to the requirements of
IS:383-1970. Its grading shall be within the limits of grading zone IV of the table
shown below:

IS SIEVE PERCENTAGE PASSING FOR GRADING


DESIGNATION ZONE ZONE ZONE ZONE
I II III IV
10mm 100 100 100 100
4.75mm 90-100 90-100 90-100 95-100
2.36mm 60-95 75-100 85-100 95-100
1.18mm 30-70 55-90 75-100 90-100
600 micron 15-34 35-59 60-79 80-100
300 micron 5-20 8-30 12-40 15-50
150 micron 0-10 0-10 0-10 0-15

Note: Fine aggregate conforming to grading Zone IV shall not be used in reinforced
concrete unless ascertained for suitability by mix designing.

COARSE SAND: This shall be either river sand or pit sand conforming to the
requirements of IS:383-1970. It shall be clean, sharp, angular, strong and
composed of hard silicious material. Its grading shall be within the limits of zone I, Il
or III of the table shown above.

The maximum quantity of silt content shall not exceed 8%.

10. COARSE AGGREGATES: Coarse aggregates used for concrete can be either stone,
gravel (river bed shingle or pit gravel). However, crushed stone shall be used as
coarse aggregates for concretes.

STONE: This shall be crushed or broken from hard stone obtained from approved
quarry. It shall be hard, strong, dense, durable, clean and free from soft, thin, flat,
elongated, laminated, flaky pieces and shall be roughly cubical in shape. It shall be
clean and free from dirt and any foreign matter.

SIZE: Graded aggregate of nominal sizes 40, 20, 16 or 12.5mm

11. COLD TWISTED/THERMO MECHANICALLY TREATED BARS: The physical


requirements of all sizes of twisted bars whether plain or deformed shall be as
follows:
Tensile strength : Minimum 49.5 kgf/sq.mm
0.2% proof stress : Minimum 42.5kgf/sq.mm
Elongation : Minimum on gauge length 5.65/So
where So is the cross sectional area of the
test piece - 14.5%

WEIGHT: The tolerance on the weight of the bars shall be the following percentages
of the weight calculated on the above:
Upto and including 8mm - ±4%
Above 8mm - ±2.5%

12. APPLICABLE CODES: The latest standards and codes, including all official
amendments/ revisions and other specifications & codes referred to therein, should

Page 79 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

be considered a part of the specification. In all cases the latest issue/ edition/
revision shall apply.

13. SOME COMMON BUILDING MATERIALS CODES TO BE FOLLOWED:


S No Material Code
1 Aluminum doors/windows / ventilators / partitions HE9WP of IS:733
2 Sheet glass IS:2835
3 Wired and figured glass IS:5437
4 Steel doors/ windows & ventilators IS:7452
5 Pre-stress steel frames IS:4351
6 Steel rolling shutter IS:6248
7 Terrazo tiles /cement tiles IS:1237
8 Shahbad/ Katni/ Tandur/ Kota stone IS:1124
9 Water proofing with brick bat coba
a. Bricks IS:3068
b. Water proofing compound IS:2645
10 Plastering quality / grading of sand IS:1542
11 Painting of concrete masonry/ plastered surfaces
a. Oil bound distemper IS:428
b. Cement paint IS:5410
c. Plastic emersion paint IS:5411
d. White wash IS:712
12 ACC sheet roofing IS:459
13 Gl sheet roofing IS:277
14 Pre-coated metal sheets ASTM: A446
16 False ceiling; Cold rolled steel IS:513

14. SPECIFIC TEST ON MATERIALS AND THEIR FREQUENCIES:


S Method of Remark
Material Test Frequency of Test
No Testing s
1. Bricks a. Visual & IS:1077 As per Table-1 of IS:1077 given as under:
Dimensional
Characteristics
Lot Size Sample Permissible No. of
(Nos.) Size Defective Bricks
(Nos.)
2001 to 20 1
10000
10001 to 32 2
35000
35001 to 50 3
50000
b. Compressive IS:3495 (Part As per Table-2 of IS:5454 as given under:
strength I)
Lot Size Sample Permissible No. of
(Nos.) Size Defective Bricks
(Nos.)
2001 to 5 0
10000
10001 to 10 0
35000
35001 to 15 1
50000
c. Water Absorption -do- -do-
d. Efflorescence -do- Part (II) -do-
2 Coarse a. Sieve Analysis IS:2386 (Part As per Table-3 of IS:2430
Aggregate I) Lot Size (m3) No. of Sample
(for Upto 100 2
concrete) 101 to 500 3
501 to 1500 5
1501 to 5001 7

Page 80 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

S Method of Remark
Material Test Frequency of Test
No Testing s
b. Flakiness index -do- -do-
c. Estimation of IS:2386 -do- -do-
deleterious (Part-II)
materials
d. Organic impurities -do- -do- -do-
e. Specific gravity & -do- (Part -do- -do-
water absorption – III)
3 Fine a. Sieve Analysis IS:2386 (Part As per Table-3 of IS:2430
Aggregate I) Lot Size (m3) No. of Samples
(for Upto 100 1
concrete) 101 to 500 3
501 to 1500 5
1501 to 5001 7
b. Test for clay silt & -do- -do-
impurities
c. Specific gravity & -do- -do-
water absorption
d. Test for organic -do- -do-
impurities
e. Moisture content -do- -do-
4 Cement a. Setting time IS:4031 Once for each consignment of 50MT or part
thereof
b. Soundness -do-
c. Compressive -do-
strength
d. Fineness -do-
5 Structural a. Compressive IS:516 Quantity of No. of Samples
Concrete strength Concrete (in m3)
1-5 1
6-15 2
16-30 3
31-50 4
51 & above 4 plus one additional sample
for each additional 50m3 or
part thereof
b. Slump/ compaction -do- -do-
factor for
workability
6 PCC solid a. Dimension & visual IS:2185 20 blocks from every consignment of 5000 blocks Three
blocks defects or part thereof blocks to
b. Compressive -do- 8 blocks out of 20 randomly selected blocks be kept
strength reserved
c. Drying shrinkage -do- 3 blocks out of 20 randomly selected blocks for future
d. Density -do- -do- tests
7 Water for a. Test for acidity & IS:456 Once at the stage of approval of source of water
construction alkalinity (PH)
purpose value
b. Test for solid -do- -do-
contents
8 Aggregate a. Impact IS:2386 (Pt- IV) 1 test per 100 m3
of all sizes b. Crushing value IS:2386 (Pt- IV) 1 test per source
for WBM, c. Los Angeles IS:2386 (Pt- IV) -do-
BM AC, abrasion value
PMC, etc for d. Flakiness IS:2386 (Pt- II) 1 test per 100 m3
road and e. Water absorption IS:2386 (Pt- III) -do-
pavement
f. Specific gravity IS:2386 (Pt- III) 1 test per source
g. density IS:2386 (Pt- III) -do-
9 Bitumen for a. penetration value IS:73 1 test per batch of bitumen supplied in bulk or
road drums
pavement b. softening points -do- -do-
works c. elongation -do- -do-
d. wax content IS:1209 -do-
e. flash point/ fire IS:1208 -do-
point
f. ductility IS:1208 -do-

15. The tests mentioned above are to be conducted on receipt of materials at site as per
the decision of site engineer. Requirements of tests to be conducted by

Page 81 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

manufacturers ex-factory for certain materials like cement, steel, tiles, pipes,
manufactured or fabricated items, paints, bitumen's products, pre-laminated boards,
electrical and mechanical equipments etc. shall be as per the relevant IS Code
provisions. For ensuring required quality in materials, these tests shall be carried
out. Accepting Officer may decide to accept the manufacturers test certificate(s), call
for third party test or decide to have these tests in presence of his representative.
Where factory manufactured or fabricated materials are to be used, the approved
sources may be decided based on proven past track/ IS embossed/ ISI certified/
conforming to IS specifications.

16. SPECIFIC TESTS ON WORKMANSHIP (excluding Normal Checks and


Inspections):
S Method of Remark
Material Test Frequency of Test
No Testing s
1. Structural a. slump test or IS:109 Minimum frequency of sampling of concrete of Random
concrete compacting factor each grade shall be as under sampling
(M-15 or Vee-Bee time shall be
grade & carried out
above) to cover all
b. Compressive IS:516 Qty of Conc. No of Mixing mixing
strength (M3) Samples units
1 to 5 1
6 to 15 2
16 to 30 3
31 to 50 4
51 & above 4+1 for each addl 50m3 or
part thereof
c. Non distance test
(NDT) (where
required)
2 Bituminous a. Test for spread of SP-11 of IRC 1 test/ 500sqm BM
work in bitumen Bituminous
roads BM/ Macadam
AC/ PMC b. Thickness of layer -do- -do- AC-Asphalt
of BM/ AC/ PMC Concrete
etc.
c. Density by sand IS:2720 (Part- -do- PMC-
replacement 28) Premix
d. Surfaces evenness SP-11 of IRC As concrete
required
3 WBM & Density by core IS:2720 (Part- 1 test/ 500sqm WBM-
soling in cutting/ sand 28) Water
roads replacement method Bound
Macadam
4 Pavements
Bituminous a. Tray test SP-11 1 test per batch of bitumen supplied in bulk or CRL- crack
a. CRL/ BM/ drums relief layer
AC
b. Bitumen extraction Sp-11 -do- BM-
c. Density mix SP-11 -do- bituminous
macadam
d. Marshal stability & ASTM -do- AC asphalt
flow value concrete
b. Concrete a. Workability IS:516 1 test per 10m3 of concrete
b. Cube crushing -do-
strength
c. Flexural strength -do-
d. Surface evenness -do-
Paver a. Crushing strength BS:6717 1 in 1000 blocks
5.
blocks
b. Water absorption BS:1881 1 in 1000 blocks

17. LIST OF EQUIPMENT FOR FIELD TEST LABORATORY (for Road Works):
a. Weighing balance
 7 Kg to 10 Kg, capacity semi-self indicating type (accuracy 10 gm)
 500 gm capacity, semi-self indicating type (accuracy 1 gm)

Page 82 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

 Chemical Balance, 100 gm capacity (accuracy 0.1 gm)


 Pan balance 5 kg capacity (accuracy-10 gm)
 Platform scale 300 Kg capacity
b. Ovens - Electrically operated, thermostatically controlled upto 220°C
(sensitivity 1°C).
c. Sieve as per IS: 460-1962
 IS Sieve 450 mm of internal dia, of sizes 100 mm, 80mm, 63mm,
50mm, 40mm, 25mm, 20mm, 12.5mm, 10mm, 6.3mm, 1.75mm,
complete with lid and pan
 IS Sieve 200 mm internal dia. (brass frame) consisting of 2.36 mm.
1.18 mm, 600 microns, 425 microns, 300 microns, 212 microns. 150
microns, 90 microns and 75 microns with lid and pan.
d. Sieves Shaker capable for shaking 200 mm and 300 mm dia. sieves,
electrically operated with timer.
e. Dial gauge 25 mm travel 0.01 mm/division.
f. Load Frame 5 tonne capacity electrically operated with speed control.
g. Aggregate impact test, apparatus as per IS: 23861963 (Part IV).
h. Compaction apparatus (Procter) as per IS: 27201974 (Part VII).
i. Modified ASIIO compaction apparatus as per IS: 27201974 (Part III).
j. Stand pouring cylinder with control funnel and type complete as per IS:
27201974 (Part XXVIII).
k. Sampling tins with rods 100mm dia x 50 mm height and miscellaneous items
like moisture tins etc.
l. Constant temperature bath for accommodating bitumen test specimen
electrically operated and thermostatically controlled.
m. Penetrometer with automatic time controller and with adjustable weight
accessories and needles as per IS: 1203-1958.
n. Laboratory mixer about 0.02 m3 capacity electrically operated with heating
jacket.
o. Distant reading thermometer.
p. Graduated cylinder 1000 ml capacity.

Page 83 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

SPECIFICATION - SCAFFOLDING, PLATFORMS & LADDERS

Normally only metal is to be used as material of construction for scaffolding,


platforms and ladders. Scaffold should conform to provisions given in IS:2750 –
Specification for Steel Scaffoldings.
 A scaffold should be provided and maintained where work cannot safely be done on or
from the ground or from part of a building or other permanent structure.
 Scaffolds should be provided with safe means of access. Ladders should be secured
against inadvertent movement.
 Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.
 Every scaffold and part thereof should be constructed such as not to cause hazards for
workers during erection and dismantling.
 Scaffold is to be of suitable type and adequate for the job.
 Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.

Lifting appliances on scaffolds: When a lifting appliance is to be used on a scaffold the


parts of the scaffold should be carefully inspected to determine the additional strengthening
and other safety measures required

Prefabricated scaffolds: In the case of prefabricated scaffold systems, the instructions


provided by the manufacturers or suppliers should be strictly adhered to. Prefabricated
scaffolds should have adequate arrangements for fixing bracing. Frames of different types
should not be intermingled in a single scaffold. Scaffolding shall be erected on firm and
level ground.

Suspended scaffolds/boatswain’s chair: In addition to the requirements for scaffolds in


general as regards soundness, stability and protection against the risk of falls, suspended
scaffolds should meet the following specific requirements.
 Platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;
 Number or anchorage should be compatible with the dimensions of the platform;
 Safety of workers should be safeguarded by an extra rope having a point of attachment
independent of the anchorage arrangements of the scaffold;
 Anchorage and other elements of support of the scaffold should be designed and built in
such a way as to ensure sufficient strength;
 Ropes, winches, pulleys or pulley blocks should be designed, assembled, used and
maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;
 Before use, the whole structure should be checked by a competent person.

Bamboo Scaffolding: In general, it should be avoided as far as possible. It should not be


used in the unit/off-site areas and where hot work is to be done.

Page 84 of 85
Tender No: UPSO-2/ENGG/PT-142/2014-15 due on 28th October, 2014 at 15:00 hrs
PUBLIC TENDER - CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A,
KAMLA NEHRU MARG, CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY,
IndianOil PLUMBING, HVAC, LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

SCHEDULE OF RATES, SPECIFICATIONS, DRAWINGS AND


GENERAL CONDITION OF CONTRACT & SAFETY PRACTICE
DURING CONSTRUCTION PERIOD

Following are attached in subsequent pages:

o SCHEDULE OF RATES (BILL OF QUANTITIES): PR No: 2143611 (dated


08/08/2014) - print dated 29/08/2014 - Schedule of rates shall be read
with work description relevant drawings, specifications, instruction to tenders,
particular conditions of contract, general conditions of contract, safety during
construction and all terms and conditions.

o TECHNICAL SPECIFICATIONS & GENERAL DRAWINGS - Specifications


along-with General Drawings for Schedule of Rates are attached separately. Please
note that the SOR contains Description of Items, and only relevant items may please
be referred while going through said Specifications and General Drawings. These
Specifications and General Drawings are common for various Tenders being floated
by IndianOil and as such some specifications and drawings may not be relevant for
this tender, hence same may be ignored.

GENERAL CONDITION OF CONTRACT & SAFETY PRACTICE DURING


CONSTRUCTION PERIOD.

Page 85 of 85
INDIAN OIL CORPORATION LIMITED
UPSO - II

PURCHASE REQUISITION FOR SERVICES

Creation Date : 08.08.2014 PR No. : 2143611


Change Date : 29.08.2014 Print Date : 29.08.2014
Tracking No. : UPSO2/BDO Rel.Status : OK
Created by : 00504389 Purch.Gr : M50
Department : Engineering Budget Head:

Total estimate value: Rs. 93,342,844.70

___________________________________________________________________________________
Outline Level Quantity Unit Rate Amount
Item no.Service no.
Service Description
___________________________________________________________________________________
00010 CIVIL WORKS

Plant: 1500 UPSO - II


Account Assignments: Unknown

00010 ZSORC005XX
Earth work in excavation by
mechanical means (Hydraulic
excavator) / manual means over
areas (exceeding 30cm in depth.
1.5m in width as well as 10 sqm on
plan) including disposal of
excavated earth within and outside
site to unobjectionable place,
disposed earth to be levelled and
neatly dressed. Lift upto 1.5m.
00020 ZSORC00501 2,200.000 M3 127.70 280,940.00
i) All kinds of Soil
00030 ZSORC00800 2,000.000 M3 10.90 21,800.00
Extra for excavation for every
additional lift of 1.5m or part
thereof in ALL KIND OF SOIL AND
ORDINARY ROCK
00040 ZSORC01800 1,500.000 M3 83.20 124,800.00
Filling available excavated earth
(excluding rock) in trenches,
plinth, sides of foundations etc.
in layers not exceeding 20cm in
depth, consolidation each deposited
layer by ramming and
watering, within premises and lift
upto 1.5m
00050 ZSORC01900 750.000 M3 341.60 256,200.00
Supply & filling imported
earth, in plot,trenches, plinth,
sides

___________________________________________________________________________________
Page 1 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

of
foundations etc. in layers not
exceeding 20cm in depth, each
deposited
layer by ramming and watering. In
case of plot, rolling as per
specifications
will be carried out
00060 ZSORC02000 150.000 M3 741.50 111,225.00
Supplying and Local sand filling
within the grading zone IV of
fine aggregates specified in table
3.1 , clause 3.1.3 of attached
specifications, in plinth, under
floors etc. in layers not exceeding
20cm in depth, each deposited layer
to be compacted by ramming
watering and dressing complete
00070 600.000 SQM 400.00 240,000.00
Diluting and injecting chemical
emulsion for PRE-CONSTRUCTIONAL
anti-termite treatment and creating
a continuous chemical barrier under
and alround the cloumn pits, wall
trenches, basement excavation, top
surface of plinth filling, junction
of wall and floor, along the
external perimeter of building ,
expansion joints, over the top
surface
of consolidated earth of which
apron is to be laid, surroundings of
pipes and conduits etc. complete as
per specification. (Plinth area of
building at ground floor only shall
be measured for payment) With
Chlorpyriphos/ Lindane E.C. 20 with
1% concentration.
00080 ZSORC021XX
Providing and laying in position
cement concrete of specified grade
excluding cost of centering and
shuttering - All work up to plinth
level :
00090 ZSORC02108 10.000 M3 3,557.10 35,571.00
viii)1:4:8(1 Cement :4 Coarse Sand
: 8 Graded stone aggregate of 40mm)
00100 ZSORC02105 250.000 M3 3,983.80 995,950.00
v)1:3:6(1 Cement : 3 Coarse Sand :
6 Graded stone aggregate of 20mm)
00110 ZSORC035XX
Centering and shuttering including
strutting, propping etc. and
___________________________________________________________________________________
Page 2 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

removal of form as per


specifications, for :
00120 ZSORC03501 1,200.000 M2 165.30 198,360.00
i) Foundations,footings,bases of
columns, etc. for mass concrete
00130 ZSORC03503 2,800.000 M2 307.90 862,120.00
iii) Suspended
floors,roofs,landings,balconies,
access platform and
Shelves (Cast in situ)
00140 ZSORC037XX
Supply of Reinforcement for R.C.C.
including straightening, cutting,
bending, placing in position &
binding all complete at all levels
00150 ZSORC03702 100,000.000 KG 68.00 6,800,000.00
ii)Thermo Mechanically Treated Bars
Fe- 500 grade,Conforming to IS1786
00160 ZSORC26700 150.000 M3 4,996.50 749,475.00
Providing and laying C.C. pavement
of mix M25 with machine mixed,
machine batched design mix cement
concrete from batching plant. The
machine mixed design mixconcrete
shall be laid and finished with
screed
board vibrator, trowel for vacuum
dewatering process and finally
finished by floating, brooming with
wire brush etc. complete as per
specifications and directions of
Engineer-in-charge. (The panel
shuttering work shall be paid for
separately ).
00170 ZSORC043XX
Providing and laying Brick work
with bricks of class designation 75
Including Scaffolding :
00180 ZSORC04302 300.000 M3 4,693.00 1,407,900.00
ii) Brick work in Cement mortar 1:6
(1 cement: 6 coarse sand ) IN
FOUNDATION AND PLINTH
00190 ZSORC04304 350.000 M3 5,378.00 1,882,300.00
iv) Brick work in Cement mortar 1:6
(1 cement: 6 coarse sand) in
superstructure ABVOE PLINTH & UP
TO FLOOR V LEVEL
00200 ZSORC04310 500.000 M2 654.00 327,000.00
___________________________________________________________________________________
Page 3 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

x) Half brick masonry in Cement


mortar 1:4 (1 cement : 4 coarse
sand)
superstructure ABVOE PLINTH & UP
TO FLOOR V LEVEL
00210 ZSORC060XX
Providing wood work in frames of
doors, windows, clerestory windows &
other frames, wrought framed and
fixed in position :
00220 ZSORC06002 2.000 M3 67,962.50 135,925.00
ii) Sal wood
00230 600.000 SQM 5,380.00 3,228,000.00
Providing and fixing Partition
using 1.5" x 2" kiln
driedPine/spruce/hemlock/kail wood
member forming grid work of at
allhorizontal & vertical grooves as
per drawing provided on both sides
glued and nailed with 4mm
thickDECORATIVE VEENER PLY of
Greenlam/Marino/Century pasted on
both sidesover plywood in desired
pattern as per detail drawing
complete in allrespects as approved
by
IndianOil. Rates also include matt
melaminefinish on all visible faces.
Rate also include making of opening
inpartition if required, for
electrical fittings, switch boxes,
etc.Concealed portions/members shall
not be measured for payment. No
Paymentshall be made for Door
Opening.
00240 500.000 SQM 3,090.00 1,545,000.00
Providing and fixing Wall Paneling
with wooden framework of size 1.5"
X1.5" dried
Pine/spruce/hemlock/kail wood
member forming grid work of
atall horizontal & vertical grooves
as per drawing PROVIDED with 9mm
plywood glued and nailed with 4mm
thickDECORATIVE VEENER PLY of
Greenlam/Marino/Century pasted over
plywood indesired pattern as per
detail drawing complete in all
___________________________________________________________________________________
Page 4 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

respects asapproved by IndianOil.


Rates
also include matt melamine finish
on allvisible faces. Rate also
include
making of opening in panelling
ifrequired, for electrical fittings,
switch boxes, etc.
Concealedportions/members shall not
be measured for
payment. No Payment shall bemade
for Door Opening.
00250 50.000 SQM 400.00 20,000.00
Extra for providing and fixing 12mm
thick Pin-up board with cloth
ofapproved design in the above item
of Partition. Visible area shall
bemeasured for payment.
00260 50.000 SQM 260.00- 13,000.00-
Rebate for providing and fixing 5mm
thick Floatglass with itching as
perapproved design, in the above
item of Partition. Item also
includeproviding 40mm x 12mm teak
wood moulding on both side with matt
melamnefinish. Visible area shall
be measured for deduction.
00270 25.000 EA 15,710.00 392,750.00
Providing and fixing 40mm thick
solid flushed door (factory made)
ofapproved make Duro/
Century/Kitply etc with 75mm x 65mm
door frame
madeof teak wood. Shutter to be of
single leaf finished with 4mm
thickDECORATIVE VEENER PLY of
Greenlam/Marino/Century pasted on
both
sides indesired pattern as per
detail drawing complete in all
respects
asapproved by IndianOil. Shutter to
be lipped with 12mm thick teak
woodbeading on all sides. Each leaf
to have one heavy duty hydraulic
doorcloser concealed type of
approved make. Rate include
providing
___________________________________________________________________________________
Page 5 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Godrejmake 1 No handle lock, 4 Nos


heavy duty ball bearing hinges of
SS,
1 Nodoor stopper and all hardware
required. Rates also include matt
melaminefinish on all visible
faces. Size of the opening
including frame
3'0" x7'0".
00280 20.000 EA 2,860.00 57,200.00
Providing and fixing 40mm thick
solid flushed door (factory made)
ofapproved make Duro/
Century/Kitply etc with 75mm x
65mm door frame
madeof teak wood. Shutter to be of
single leaf finished with 4mm
thickDECORATIVE VEENER PLY of
Greenlam/Marino/Century pasted on
outer
sideand inner side finished with
1mm thick Laminate in desired
pattern
asper detail drawing complete in
all respects as approved by
IndianOil.Shutter to be lipped with
12mm thick teak wood beading on all
sides.Each leaf to have one heavy
duty hydraulic door closer concealed
typeof approved make. Rate include
providing Godrej or equelent make 1
Nohandle , 4 Nos heavy duty ball
bearing hinges of SS, 1 No door
stopperand all hardware required.
Rates also include matt melamine
finish onall visible faces. Size of
the opening including frame 2'9" x
7'0".
00290 10.000 EA 10,810.00 108,100.00
Providing and fixing 40mm thick
solid flushed door (factory made)
ofapproved make Duro/
Century/Kitply etc with 75mm x
65mm door frame
madeof teak wood. Shutter to be of
single leaf finished with 1mm
thickLAMINATED
Greenlam/Marino/Century pasted on
___________________________________________________________________________________
Page 6 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

both sides in
desiredpattern as per detail
drawing complete in all respects as
approved byIndianOil. Shutter to be
lipped with 12mm thick teak wood
beading on allsides. Each leaf to
have one heavy duty hydraulic door
closer concealedtype of approved
make. Rate include providing Godrej
make 1 No handle ,4 Nos heavy duty
ball bearing hinges of SS, and all
hardware required.Rates also
include matt melamine finish on all
visible
faces. Size ofthe opening including
frame 2'6" x 7'0".
00300 2.000 EA 28,280.00 56,560.00
Providing and fixing 40mm thick
solid flushed double leaf door
(factorymade) of approved make
Duro/ Century/Kitply etc with 75mm
x
65mm doorframe made of teak wood.
Shutter to be of double leaf
finished
with 4mmthick DECORATIVE VEENER PLY
of Greenlam/Marino/Century pasted on
bothsides in desired pattern as per
detail drawing complete in all
respectsas approved by IndianOil.
Shutter to be lipped with 12mm thick
teak woodbeading on all sides. Each
leaf to have one heavy duty
hydraulic doorcloser concealed
type of approved make. Rate include
providing Godrejmake 1 No handle, 4
Nos heavy duty ball bearing hinges
of SS, and allhardware required.
Rates also include matt melamine
finish on allvisible faces. Size of
the opening including frame 5'6" x
7'0".
00310 20.000 SQM 10,030.00 200,600.00
Providing and fixing in position
FRAMELESS GLASS DOORs made with 12
mm
thick clear toughned glass of AIS
make fixed with stainless steel
___________________________________________________________________________________
Page 7 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

patch
fittings of Godrej make with all
enabling work complete as per
drawing
and direction of the engineer in
charge including the cost of
providing
and fixing floor spring Godrej
model 3800, Gamma 1100 mm width-.
00320 10.000 SQM 8,650.00 86,500.00
P/F wall paneling with wooden
framework of size 1.5" X 1.5" with
2'-0"c/c made out of pine wood.
12MM THK Plywood fixed on frame and
finishedwith 4mm thk Vinear make
Greenlam/Marino/Century and melamine
finish tobe provided on all visible
portion of rear surface, both sides,
top &bottom areas and providing 4
Nos, 8 MM Thick Glass Shelf in
eachdisplay rack with Beveling.
dEPTH OF each rack shall be in the
range of 350-500 mm Measurement to
be done on the basis of rear width X
rear Height.
00330 75.000 SQM 9,676.00 725,700.00
Providing and fixing 12 mm thick
toughend clear glass of AIS make
with
stainless steel spider fittings of
Trium, Ozone / Auraa make all
complete as per direction of
Engineer-in-Charge &
specifications of
manufacturar.
00340 300.000 SQM 8,260.00 2,478,000.00
Providing and fixing AIS Super
Silver Blue Toughened 24 mm over all
thickness (Double Glazed Unit, 6mm
toughened glass plus 12 mm air gap
plus 6 mm clear Low-E glass, ECBC
compliant with solar factor 0.27 & U
vale 1.6 W / Sqm. K, having main
frame of verticals & horizontals
made
out of specially designed extruded
aluminium sections to withstand wind
pressure of 200 Kg/SqM at a height
___________________________________________________________________________________
Page 8 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

to Masonry/RC Wall with necessary


clamps, brackets & anchor
fasteners. All clamps & brackets
shall be mild
steel Hot Dip Galvaised minimum 80
microns thick and shall confirm to
IS:4756-1996. The extruded
aluminium sections shall be
anodised as per
the approved colour with an anodic
coating of minimum 20 microns.
Extruded section shall be 6063 T5
or T6 alloy confirming to ASTM B221
or
BSH79 confirming to IS:63400.
The job also includes providing of
structural glazing sealant and
weather sealant of Dow Corning as
specified in the Technical
specification. The job further
includes any other materials
required for
execution of complete structural
glazing works as per instructions,
direction of Site-in-Charge/
Manufacturers instruction. Rate
shall
include EPDM gaskets, open cell
polythene backer rods etc.The
structural
glazing sealant shall be Dow
Corning 995 and weather sealant
shall be
Dow Corning 991 H.P. All sealants
shall be black in colour. Rate shall
include charges to conduct the
performance test confirming to ASTM
specifications, etc. complete as
directed. NOTE: Testing certificate
of
Double glazed unit glass shall have
to be obtained from AIS before any
payment.
00350 ZSORC10000 5,000.000 KG 68.00 340,000.00
Structural steel work in single
section fixed with or without
connecting plate including cutting,
hoisting, fixing in position and
___________________________________________________________________________________
Page 9 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

applying a priming coat of approved


steel primer all complete.
00360 ZSORC10100 10,000.000 KG 75.00 750,000.00
Structural steel work
riveted,bolted or welded in built
up sections,
trusses & framed work, including
cutting, hoisting, fixing in
position
and applying a priming coat of
approved steel primer all complete:
00370 ZSORC110XX
Providing & fixing hand rail of
approved size, welding etc. to steel
ladder railing,balcony railing &
staircase railing including applying
priming coat of approved steel
primer.
00380 ZSORC11001 400.000 KG 85.10 34,040.00
i) M.S. tube.
00390 ZSORC10200 20.000 M2 4,191.70 83,834.00
Providing & fixing in position
collapsible steel shutter with
vertical
channels 20x10x2mm and braced with
flat iron diagonals 20x5mm size
with top and bottom rail of T-iron
40x40x6mm with 40mm dia, steel
pulleys complete with bolts, nuts,
locking arrangement, stoppers,
handles, including applying a
priming coat of approved steel
primer.
00400 ZSORC47700 15,000.000 KG 88.00 1,320,000.00
Structural steel work in built up
sections/ framed work in gratings,
frames, guard bar, ladder,
railings, brackets, gates and
similar works
including cutting, hoisting, fixing
in position and applying a priming
of approved steel primer using
structural steel etc. as required.
00410 ZSORC11800 15.000 M2 936.50 14,047.50
25mm Thick Kota stone slab flooring
over 20 mm (average) thick base
laid over and jointed with grey
cement slurry mixed with pigment to
___________________________________________________________________________________
Page 10 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

match the shade of the slab


including rubbing wax polishing
complete
with base of cement mortar 1 : 4
(1 cement : 4 coarse sand) :
00420 ZSORC12000 210.000 M2 11.90 2,499.00
Extra for pre finished nosing in
treads of steps of Kota stone/
granite
stone slab.(Main item of Kota /
Baroda Green Marble flooring will
also
be paid).
00430 ZSORC23900 1,500.000 M2 191.10 286,650.00
Supply and laying of water bound
macadam of 100 mm consolidated
thickness for subbase with 90 to 45
mm stone aggregate,11.2mm size
screenings, chippings of stone and
murrum spreading, watering and
consolidating in camber with power
roller complete as/specifications.
00440 ZSORC24000 1,500.000 M2 161.40 242,100.00
Supply and laying of water bound
macadam in layers, each of 75 mm
thick (consolidated) with 63 mm to
45 mm stone aggregate. Each layer
shall be consolidated by power
roller after watering, spreading
chippings of stone and murrum
complete as per specifications.
Item includes supply of murrum 6 mm
thick, watering and rolling with
power roller complete with
preparation of surface. Rate per
Layer
00450 ZSORC24200 1,500.000 M3 1,941.40 2,912,100.00
Providing, laying, spreading and
compacting graded stone aggregate
(size range 53 mm to .075 mm) to
wet mix macadam (WMM)
specifications including premixing
the material with water at OMC in
mechanical mix plant, carriage of
mixed material by tipper to site,
for all leads and lifts, laying in
uniform layers with mechanical
paver finisher in sub-base/base
___________________________________________________________________________________
Page 11 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

course on well prepared surface and


compacting with vibratory roller of
8 to 10 ton capacity to achieve
the desired density, complete as
per specifications of Engineer-in-
charge
00460 ZSORC117XX
Stone flooring with 18mm thick
Marble/Granite stone (sample of
stone
shall be approved by
Engineer-in-charge) over 20 mm
(average) thick
base of cement mortar 1:4 (1 cement
: 4 coarse sand) laid and jointed
with cement slurry including
polishing .
00470 ZSORC11704 100.000 M2 1,404.80 140,480.00
iv) Udaipur green marble
00480 ZSORC11705 50.000 M2 228.70 11,435.00
v) Extra for marble stone flooring
in treads of steps and risers using
single length up to 2.00 metre .
00490 43.000 M 8,450.00 363,350.00
Supply and installing in position,
hand railing system of O- railing,
Ozone of AISI-304 grade Hair line
finish stainless steel having 50 mm
dia handrail Model No.
OZBF-SS-38-GH with appropriate
fasteners of
approved size and make.
00500 150.000 KG 566.80 85,020.00
Providing and fixing stainless
steel cramps of required size and
shape
for anchoring stone wall lining to
the backing or securing adjacent
stones in stone wall lining in
cement mortar 1:2 (1 cement : 2
coarse
sand) including making the
necessary chases in stone and holes
in walls
wherever required.
00510 ZSORC18400 2,300.000 M2 77.20 177,560.00
Painting with silicon & acrylic
emulsion based water thinnable
___________________________________________________________________________________
Page 12 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

approved brand and manufacture on


wet or patchy portion of plastered
surfaces: 2 COATS
00520 ZSORC17200 2,300.000 M2 83.20 191,360.00
Providing and applying plaster of
Paris putty of 2 mm thickness over
plastered surface to prepare the
surface even and smooth complete
00530 ZSORC17900 300.000 M2 116.80 35,040.00
Finishing walls with textured
exterior paint of required shade
with Two or more coats applied @
3.28 ltr/10 sqm, over and including
base coat of water proofing cement
paint applied @ 2.20kg/10 sqm.
00540 ZSORC20000 500.000 M2 78.20 39,100.00
Painting with synthetic enamel
paint of approved brand and
manufacture of required colour to
give an even shade with two or more
over an under coat of suitable
shade with ordinary paint of
approved
brand and manufacture.
00550 ZSORC405XX
Providing and fixing aluminium work
for doors, windows, ventilators
and partitions with extruded built
up standard tubular sections/
appropriate Z sections and other
sections of approved make
conforming to IS: 733 and IS :
1285, fixed with rawl plugs and
screws
or with fixing clips, or with
expansion hold fasteners including
necessary filling up of gaps at
junctions,at top, bottom & sides
with
with required EPDM rubber/neoprene
gasket etc. aluminium sections
shall be smooth, rust free,
straight, mitred and jointed
mechanically
wherever required including cleat
angle, aluminium snap beading for
glazing/paneling, C.P.
brass/stainless steel screws
___________________________________________________________________________________
Page 13 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

including fixing
all complete as per drawing & the
directions of Engineer-in-charge.
(Cost of glazing or panels to be
paid for separately.
00560 ZSORC40501 400.000 KG 384.10 153,640.00
i) Fixed Glazing with Powder coated
aluminium (minimum thickness
of powder coating 50 micron)
sections
00570 ZSORC40503 75.000 KG 431.60 32,370.00
iii) For shutters of doors, windows
& ventilators with Powder coated
aluminium sections including
providing fixing hinges/ pivots &
making
provision for fixing of fittings
wherever required including the cost
of EPDM rubber / neoprene gasket
required (Fittings shall be paid
for separately)
00580 ZSORC407XX
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):
00590 ZSORC40702 75.000 M2 896.90 67,267.50
ii) With float glass panes of 6.0
mm thickness
00600 ZSORC406XX
Providing and fixing 12mm thick
prelaminated particle board flat
pressed three layer or graded wood
particle board conforming to IS:
12823 Grade l Type ll, in panelling
fixed in aluminium doors, windows
shutters and partition frames with
C.P. brass / stainless steel screws
etc. complete as per directions of
Engineer in charge
00610 ZSORC40601 10.000 M2 923.70 9,237.00
i) Pre-laminated particle board
___________________________________________________________________________________
Page 14 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

with decorative lamination on


one side and balancing lamination
on other side.
00620 ZSORC40602 40.000 M2 960.30 38,412.00
ii) Pre-laminated particle board
with decorative lamination on
both sides.
00630 ZSORC157XX
Providing and laying cement plaster
on surfaces with fine sand
including curing etc.
00640 ZSORC15702 2,060.000 M2 111.90 230,514.00
ii)12 mm cement plaster of mix1:6 1
cement: 6 fine sand)
00650 ZSORC15704 500.000 M2 128.70 64,350.00
iv) 15mm Cement plaster of mix1:6
(1 cement: 6 fine sand) on rough
side of half or single brick
wall
00660 ZSORC161XX
Providing and laying 6mm thick
cement plaster on surfaces with
fine sand including curing etc.
00670 ZSORC16101 1,800.000 M2 100.00 180,000.00
i) 6mm thick plaster of mix 1:3 (1
cement: 3 fine sand)
00680 1,100.000 SQM 944.00 1,038,400.00
Providing and fixing 65 mm thick
Rockloyd Rockwool slab Water
Repellant
Grade of density 64 kg/m3
conforming to IS:8183 and type
tested for non
combustibility as per BS:476 Pt.4
from govt. approved lab. The slab
shall be encased in 200G polythene
sheet placed between the grid work
of
aluminium composite panel and fixed
to the plastered wall with
mechanical fasteners including the
cost of scaffolding and all the
taxes
all complete as per direction of
Engineer-in-Charge.
00690 325.000 SQM 1,418.36 460,967.00
Providing and fixing 75 mm thick
ISO Loyd Nilflame - Rigid
___________________________________________________________________________________
Page 15 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Polyisocyanurate make Foam Slab of


density 32+2 kg/m3 having thermal
conductivity value not more 0.021
W/m degree K and "U" factor 0.42
W/m2K
(0.07 Btu-in/ft.hr degree F) on the
smooth prepared surface with the
help of cold adhesive like CPRX
Compound and laying over the
Polyisocyanurate Slab, geotextile
mambrance of min. 120 gms . Over the
geotextile membrance and providing
and laying in slope min. 25 mm thick
cement concrete 1:2:4 (1 Cement : 2
Coarse sand : 4 stone aggregate 20
mm nominal size). which shall be
finished with suitable waterproofing
treatment .waterproofing is not
included in this item.
00700 ZSORC158XX
Providing and laying cement plaster
on surfaces with Coarse sand
including curing etc.
00710 ZSORC15805 1,750.000 M2 185.10 323,925.00
v) 20mm cement plaster of mix 1:4
(1 cement: 4 coarse sand)
00720 ZSORC12100 325.000 M2 716.80 232,960.00
Providing & fixing Ist quality
ceramic glazed wall tiles
conforming to
IS : 15622 (thickness as 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.
00730 ZSORC42000 600.000 M2 212.90 127,740.00
Providing & laying water proofing
treatment in sunken portion of
WCs, bathroom etc., by applying
___________________________________________________________________________________
Page 16 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

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. 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 &
sealing of all joints, corners,
junctions of pipes and masonry with
polymer mixed slurry.
00740 ZSORC46000 400.000 M2 779.10 311,640.00
Providing and laying integral
cement based water proofing
treatment
including preparation of surface as
required for treatment of roofs,
balconies,terraces etc consisting
of following operations: a) Applying
a slurry coat of neat cement using
2.75 kg/sqm of cement admixed
with water proofing compound
conforming to IS. 2645 and approved
by Engineer-in-charge over the RCC
slab including adjoining walls
upto 300 mm height including
cleaning the surface before
treatment.
b) Laying brick bats with mortar
using broken bricks/brick bats 25
mm to 115 mm size with 50% of
cement mortar 1:5 (1 cement : 5
coarse sand) admixed with water
proofing compound conforming to
IS : 2645 and approved by
Engineer-in-charge over 20 mm thick
layer of cement mortar of mix 1:5
(1 cement :5 coarse sand ) admixed
with water proofing compound
conforming to IS : 2645 and approved
by Engineer-in-charge to required
___________________________________________________________________________________
Page 17 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

slope and treating similarly the


adjoining walls upto 300 mm height
including rounding of junctions
of walls and slabs c) After two
days of proper curing applying a
second coat of cement slurry using
2.75 kg/ sqm of cement admixed
with water proofing compound
conforming to IS : 2645 and approved
by Engineer-in-charge. d) Finishing
the surface with 20 mm thick
jointless cement mortar of mix 1:4
(1 cement :4 coarse sand)
admixed with water proofing
compound conforming to IS : 2645 and
approved by Engineer-in-charge
including laying glass fibre cloth
of
approved quality in top layer of
plaster & finally finishing surface
with trowel with neat cement slurry
and making pattern of 300x300
mm square 3 mm deep. e) The whole
terrace so finished shall be
flooded with water for a minimum
period of two weeks for curing and
for final test. All above
operations to be done in order & as
directed
and specified by the
Engineer-in-Charge : with average
thickness of
120 mm and minimum thickness at
khurra as 65 mm.
00750 ZSORC02800 50.000 M2 309.90 15,495.00
Providing and laying damp-proof
course 40mm thick with cement
concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone
aggregate 12.5mm nominal size).
Item includes mixing water proofing
material in cement concrete work @
1 kg per 50kg of cement. Applying
a coat of residual petroleum
bitumen of grade VG-10 of approved
quality using 1.7kg per square
meter on damp proof course after
cleaning the surface with brushes
___________________________________________________________________________________
Page 18 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

& finally with a piece of cloth


lightly soaked in kerosene oil.
00760 300.000 SQM 2,175.00 652,500.00
P/F Roller blinds in MAC Spotlight
, transworld collection orequivalent
consisting of Control unit, Idler,
Brackets, OperatingChain, Fixing
Brackets, Roller tube and Load bar
complete as perdirections of
Engineer
in charge
00770 200.000 SQM 700.00 140,000.00
Providing and fixing suspended
false ceiling in plaster of paris as
perdesign: Frame work made with
GI grade 175 (120 g / m2)
channelfixed with steel expansion
fasteners as per requirement of the
designindicated in the detailed
drawing including providing and
fixinggalvanized chicken mesh fixed
with GI screws to and in between
mainrunners. Applying POP (Calcium
sulphate semi hydrate variety) to
athickness of not less than 10mm
over the XPM finished smooth to line
andlevel. The surface could be in
the form of curves, edging or
recessesetc. as may be specified or
directed. Finally a coat of primer
shall beapplied followed by a 2 or
more coats of plastic emulsion paint
(rollerfinish) of approved shade
and make. For light fittings, a/c
grillsdiffusers /return air grills
/ trap doors etc. cut outs have to
be
madewith suitable frame work.
Rectifying all defects, and cracks
formedduring the construction
period before handling over the work
complete.The rates shall include
for necessary supports, scaffolding,
labour. Allas per drawing, approval
and instructions of the Engnieer.
Note : -Complete exposed visible
area including drops, slant / slopes
etc, to bemeasured on sq.mt basis
___________________________________________________________________________________
Page 19 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

for payment.
00780 900.000 SQM 1,100.00 990,000.00
Providing and fixing suspended
false ceiling in Glass Fiber
Reinforced
Gypsum board or of approved
equivalent make. Gypsum board
suspended
ceiling shall comprise of providing
and fixing G.I. perimeter channel
(MF-6A) of size 0.50mm thick having
one flange of 19.6mm and another
flange shall be of size 29.6mm and
a web of 26.6mm along with perimeter
of ceiling, screw fixed to the beam
to the required curvature with nylon
sleeves and screws at not exceeding
610mm centers. Then suspending G.I.
intermediate channel (MF-7) of size
45mm, 0.9mm thick with two flanges
of 15mm each bent to the required
curvature by cutting both its
flanges.
Suitable bracing to be provided
where ever the flanges are cut with
0.9mm G.I. Flat and nuts and bolts
at specific positions and thereafter
at 1220mm centers with ceiling
angle of width 25mm x 10mm x 0.50mm
thick
fixed to soffit with G.I. cleats
and steel expansion fasteners.
Ceiling
section (MF-5) of 0.50mm thickness
having knurled web of 51.5mm and two
flanges of 25.6mm each with lips of
10.5mm bent to the required profile
by cutting both its flanges.
Suitable bracing to be provided
wherever
the flanges are cut with 0.50mm
flats. Steel screws, are then fixed
to
the intermediate channel with the
help of connecting clip and in
direction perpendicular to the
intermediate channel at 457mm
centres.
___________________________________________________________________________________
Page 20 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

12.5mm tapered edge Glass Fiber


Reinforced Gypsum board or of
approved
equivalent make (conforming to
IS-2095-1982) is then screw fixed to
ceiling section with 25mm drywall
screws at 230mm centres. Screw
fixing
is done mechanically either with
screw driver or drilling machine
with
suitable attachment. The boards are
to be jointed and finished which
includes filling and finishing the
tapered and square edges of the
boards with jointing compound and
fiber tape suitable for Gypsum
board.
A layer upto of 3.00mm thickness of
Veneer Plaster is applied followed
by two coats of top coat (primer)
at the face of board to give smooth
seamless finish. 2 or more coats of
plastic emulsion paint (roller
finish) of approved shade and make
shall be applied. For light
fittings,
a/c grills diffusers /return air
grills / trap doors etc. cut outs
have
to be made with suitable frame
work.Rectifying all defects, and
cracks
formed during the construction
period before handling over the work
complete. The rates shall include
for necessary supports, scaffolding,
labour. All as per drawing,
approval and instructions of the
Engineer-in-charge.
00790 50.000 SQM 5,500.00 275,000.00
"Providing and fixing EAF-800
Grade raised floor System
constructed
with 600x600x 35 mm tiles ,metal
with Cement infill Panel with the
top
finish with 1 mm thick antistatic
___________________________________________________________________________________
Page 21 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

High Pressure Laminate(HPL) . The


pedestal support assembly shall be
made of steel & yellow zinc plated
25mm dia pipe with 1.5 mm wall
thickness, bottom plate of
100x100mmx2mm
Thk. Top plate of 75x75x3mm thk.
with threaded bolt of 90mm long & 2
nuts for leveling adjustment of
height . Stringers of 0.8-1.00 mm
Thk.
rectangular pipe of size
20x30x575mm long, 2 holes center to
center
550mm. The Tile/Panel shall be
capable of supporting a point load
of
300Kg/sqinch. and uniformly
distributed load (UDL)1250Kg/Sqm
without
deformation. The floor panels shall
be made of 35.00 Thk, steel
construction & cavity filled with
epoxy mix cement . Finish of the
tiles
shall be high pressure antistatic
hot pressed factory finish laminates
&, Edge bonded with black
conductive PVC bending.
00800 ZSORC038XX
Providing and laying in position,
machine batched, machine mixed
design mix M-25 grade cement
concrete for reinforced cement
concrete
work, using cement as per approved
design mix, including pumping of
concrete to site of laying but
excluding the cost of centering,
shuttering, finishing and
reinforcement. including Admixtures
in
recommended proportions as per IS
9103 to accelerate, retard setting
of concrete,improve workability
without impairing strength and
durability as per direction of
Engineer-in-charge.
___________________________________________________________________________________
Page 22 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

(Note :- Cement content considered


in this item is @ 330 kg/cum.
Excess/less cement used as per
design mix is payable/recoverable
separately).
00810 ZSORC03801 925.000 M3 5,189.60 4,800,380.00
i) M-25 grade reinforced cement
concrete UP TO PLINTH LEVEL
00820 ZSORC04100 500.000 KG 5.80- 2,900.00-
Add or Deduct for using cement
less/more than the quantity as
provided
in the item of BMC/RMC as arrived
as per mix design.
00830 ZSORC04100 500.000 KG 5.80 2,900.00
Add or Deduct for using cement
less/more than the quantity as
provided
in the item of BMC/RMC as arrived
as per mix design.
00840 ZSORC123XX
Providing & laying vitrified floor
tile in different sizes (thickness
as per manufacturer) with water
absorption's 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) including grouting the joints
with white cement and matching
pigments etc., complete.
00850 ZSORC12301 200.000 M2 1,323.60 264,720.00
i) Size of Tiles 60x60 Cm
00860 ZSORC12302 800.000 M2 1,563.20 1,250,560.00
ii) Size of Tiles 80x80 Cm
00870 ZSORC237XX
Construction of granular sub-base
by providing close graded material
conforming to specifications,
mixing in a mechanical mixer plant
at
Optimum Moisture Content, carriage
of mixed material by tippers
to work site, for all lead and
lifts, spreading in uniform layers
of
specified thickness with motor
___________________________________________________________________________________
Page 23 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

grader on prepared surface and


roller to achieve the desired
density, complete as per
specification
compacting with vibratory power &
direction of Engineer-in-charge.
00880 ZSORC23701 25.000 M3 1,921.60 48,040.00
i) With material confirming to
grade-I (size 75 mm to .075 mm)
having CBR value -30, Thickness as
desired
00890 ZSORC23702 25.000 M3 1,971.10 49,277.50
ii) With material confirming to
grade-I (size 53 mm to .075 mm)
having CBR value -30,Thickness as
desired
00900 ZSORC23703 25.000 M3 1,955.30 48,882.50
iii) With material confirming to
grade-I (size 26.5 mm to .075 mm)
having CBR value -20, Thickness as
desired
00910 ZSORC23800 1,000.000 M3 7.70 7,700.00
Extra for compaction of earth
work in embankment under optimum
moisture conditions to give at
least 95% of the maximum dry density
(proctor density).
00920 ZSORC055XX
Providing & laying,Marble work in
gang saw cut (Polished & machine
cut) of thickness 18mm for WALL
LINING( VENEER WORK), in Cement
mortar 1:3(1cement :3coarse sand)
including pointing with white cement
mortar 1:2(1white cement :2 marble
dust) with an admixture of pigment
to match the marble shade(To be
secured to the backing by means of
cramps) Raj Nagar Plain white
marble or Udaipur green marble or
Zebra
black marble or Cuddap stone
00930 ZSORC05501 20.000 M2 2,200.80 44,016.00
i) Area of slab upto 0.50 sqm
00940 ZSORC05502 50.000 M2 2,290.90 114,545.00
ii) Area of slab over 0.50 sqm
00950 ZSORC056XX
Providing and fixing 18mm thick
___________________________________________________________________________________
Page 24 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

gang saw cut mirror polished


premoulded and prepolished) machine
cut for kitchen platforms, vanity
counters,sills,facias,Pump Island
and similar locations
counters, window sills , facias and
similar locations of required size
of shade, colour and texture laid
over 20mm thick base cement mortar
1:4 (1 cement : 4 coarse sand) with
joints treated with white cement
mixed with matching pigment,epoxy
touch ups, including rubbing,curing
moulding & polishing to edge
to give high gloss finish etc.
complete
at all levels.
00960 ZSORC05601 25.000 M2 1,876.10 46,902.50
i) Raj Nagar Plain white marble or
Udaipur green marble or Zebra
black marble or Cuddap stone having
Area of slab upto 0.50 sqm
00970 ZSORC05602 100.000 M2 1,960.20 196,020.00
ii) Raj Nagar Plain white marble or
Udaipur green marble or Zebra
black marble having Area of slab
over 0.50 sqm
00980 ZSORC05603 25.000 M2 3,010.60 75,265.00
iii) Granite of any colour and
shade having Area of slab upto 0.50
sqm
00990 ZSORC05604 600.000 M2 3,052.20 1,831,320.00
iv) Granite of any colour and shade
having Area of slab over 0.50 sqm
01000 ZSORC057XX
Extra for providing edge
moulding to 18mm thick
Granite/marble
stone counters,Vanities etc.
including machine polishing to edge
to
give high gloss finish etc.
complete as per design approved
by
Engineer-in- Charge.
01010 ZSORC05701 100.000 M 104.90 10,490.00
i) Marble work
01020 ZSORC05702 100.000 M 177.20 17,720.00
___________________________________________________________________________________
Page 25 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

ii) Granite work


01030 ZSORC05800 5.000 EA 278.20 1,391.00
Extra for providing opening of
required size & shape for wash
basins/
kitchen sink in kitchen platform,
vanity counters & similar location
in marble/Granite/stone work
including necessary holes for pillar
taps etc.including rubbing and
polishing of cut edges etc.complete
Mirror polishing on marble
work/Granite work/stone work
wherever
required to give high gloss finish
complete.
01040 ZSORC47000 500.000 M2 199.00 99,500.00
Mirror polishing on marble
work/Granite work/stone work
whereever
required to give high gloss finish
complete.
01050 ZSORC47100 400.000 M2 5,163.00 2,065,200.00
Providing and laying machine
cut,mirror polished, Italian Marble
Stone
Flooring laid in required pattern
in linear portion ,all complete as
per
drawing with 18mm thick Italian
Marble stone slab over 20mm
(Average)
thick base of cement mortar 1:4 ( 1
cement:4 coarse sand) and jointed
with white cement
slurry@4.4kg/sqm,pointing with
white cement slurry
admixed with pigment to match the
marble shade, including rubbing
polishing etc. all complete as
specified and as directed by
Engineer
in charge. 18mm thick Italian
Marble stone slab- Perlato, Rosso
Verona
Fire red or Dark Emperadore etc.
01060 ZSORC45900 600.000 M2 1,083.10 649,860.00
Providing & laying 80mm thick
___________________________________________________________________________________
Page 26 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

factory made Lacquered finish


(Reflective type)
Grey / Coloured Pre-cast cement
concrete, interlocking paver
block of M 40 grade made by block
making machine with
strong vibratory compaction
& of approved size and
design/ shape
,shade and manufacturers and as
per IOCL's specifications.
The paver blocks shall have
peripheral chamfer, with average
crushing strength as per IS 15658.
maximum water absorption of 2%
after 10 minutes and 5% after
24 hrs. maximum dimensional
deviations of +/- 2mm
on length & width and +/- 3mm
on on thickness. The job includes
supplying & laying a layer of
50mm thick clean course sand on
thoroughly compacted sub-base
below the paver blocks, cutting
the paver blocks wherever required
with hydraulic splitter, filling
in the joints at the edges of
paver blocks with sand,compacting
with machine vibrator to required
line and level, etc. complete
.(Payment for provision of edge
restraints shall be made separately)
01070 ZSORC408XX
Providing and fixing double action
hydraulic floor spring of approved
brand and manufacture IS : 6315
marked, for doors including cost of
cutting floors as required,
embedding in floors and cover
plates with
brass pivot & single piece M.S.
sheet outer box with slide plate
etc.
complete as per the direction of
Engineer-in-charge.
01080 ZSORC40801 10.000 EA 1,933.50 19,335.00
i) With stainless steel cover plate
01090 ZSORC372XX
___________________________________________________________________________________
Page 27 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Supply and erection of RCC Hume


pipe class NP2 in ground complete
with
excavation and refilling the same
as required.
01100 ZSORC37204 20.000 M 423.00 8,460.00
iv) 300 mm dia. R.C.C. pipe
01110 ZSORC37203 60.000 M 342.00 20,520.00
iii) 250 mm dia. R.C.C. pipe
01120 ZSORC37202 150.000 M 255.00 38,250.00
ii) 150 mm dia. R.C.C. pipe
01130 ZSORC33800 6.000 EA 9,021.00 54,126.00
Constructing masonry Chamber
90x90x100 cm, inside with 75 class
designation brick work in cement
mortar 1:4 (1 cement : 4 coarse
sand) for valves etc, with C.I.
surface box 100 mm. top diameter,
160 mm bottom diameter and 180 mm
deep (inside) with chained lid
and RCC top slab 1:2:4 mix (1
cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal
size ) necessary excavation
foundation concrete 1:5:10 (1
cement : 5 fine sand:10 graded stone
aggregate 40 mm nominal size ) and
inside plastering with cement
mortar 1:3 (1 cement : 3 coarse
sand) 12 mm thick finished with a
floating coat of neat cement
complete as per standard design :
With Common burnt clay bricks of
class designation 75
01140 ZSORC33700 10.000 EA 5,252.00 52,520.00
Constructing masonry Chamber
60x60x75 cm, inside with 75 class
designation brick work in cement
mortar 1:4 (1 cement : 4 coarse
sand) for valves etc., with C.I.
surface box 100mm. top diameter,
160 mm bottom diameter and 180 mm
deep ( inside) with chained lid
and RCC top slab 1:2:4 mix (1
cement :2 coarse sand : 4 graded
stone aggregate 20mm nominal
size ) necessary excavation
foundation concrete 1:5:10 (1
___________________________________________________________________________________
Page 28 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

cement : 5 fine sand : 10 graded


stone
aggregate 40 mm nominal size) and
inside plastering with cement
mortar 1:3 (1 cement : 3 coarse
sand) 12 mm thick finished with a
floating coat of neat cement
complete as per standard design :
With Common burnt clay bricks of
class designation 75
01220 ZSORC14503 25.000 M 632.00 15,800.00
iii) 160 mm diameter PVC Rain water
pipe
01230 ZSORC46900 100.000 M 28.00 2,800.00
Add for plaster drip course/ groove
in plastered surface or moulding to
all type of RCC projections
01240 ZSORC47200 50.000 M2 1,603.00 80,150.00
Providing & fixing Glass mossaic
tiles at finished plain wall surface
of size 20mm x 20mm x 4mm in all
colour, design , fixing in customize
design as per direction of
Engineer-in- Charge.The glass
mosaic tiles
to be fixed on the wall surface
with the help of approved adhesive
applied at the rate of 2.5 kg per
sqm and grouting of the same. The
Rate is inclusive of all operation,
material and required pattern
approved by Engineer-in-Charge:
01250 ZSORC47600 100.000 M2 58.00 5,800.00
Providing and fixing 150 mm wide
Chicken Wire mesh between junctions
of column/beam and walls, fixed
with U nails 150 mm centre to centre
before plastering the junction.
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 10 ( CIVIL WORKS ): 47,607,559.50
(Rs.FOUR CRORE SEVENTY-SIX LAC SEVEN THOUSAND FIVE HUNDRED FIFTY-NINE & PAISE FIFTY)

00020 SANITARY, PLUMBING AND PIPING WORKS

Plant: 1500 UPSO - II


Account Assignments: Unknown

00010
___________________________________________________________________________________
Page 29 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

SANITARY WARE INSTALLATION


00020 8.000 EA 13,000.00 104,000.00
Providing and fixing first quality
type glazed vitreous china Wall hung
colored water closet with #P#
trap and seat cover of Ivory
colour(heavy quality). Ref.
American standard Loreno/
ParryCardiff/Hindustanware/Roca/Kohl
er Cat no. K-17647T-0, complete with
CPnuts, bolts etc. all internal
fittings complete as per drawing
,approval and instructions of the
Engineer-in-charge.
00030 8.000 EA 2,350.00 18,800.00
Providing and fixing upto 1200mm
wide Glass mirror, 6mm thick of
SaintGobain make above counter with
decorative teak beading all around
of25mm wide and with 6mm water
proof ply backing of century, kitply
,truwood make and including
polishing in poly-urethene finish.
00040 8.000 EA 9,750.00 78,000.00
Providing and fixing
over-the-counter decorative colored
wash basins
inGebrit/Commander/Viega/Kohler
American standard TF-0502
Chipperfield
orequivalent with 32mm dia CP
(matt finish) brass waste with 40mm
dia
CP(matt finish) brass bottle trap
including 32mm dia waste coupling
unionetc. complete as per approval
and instructions of
theEngineer-in-charge.
00050 8.000 EA 8,500.00 68,000.00
Providing and fixing
Gebrit/Commander/Viega/Kohler front
operatedconcealed cistern Cat
no.4178IN-RJ-NA of dimensions 388 x
555 x
88mmwith Bolero type actuator plate
complete including integrated angle
stopvalve, Flush bend with
protective cover, slotted flat
___________________________________________________________________________________
Page 30 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

irons,
fasteningbrackets and flushing pipe
45mm dia.
00060 8.000 EA 12,500.00 100,000.00
Providing and fixing
Parryware/Hindware sensor
integrated Colored
Urinalcat. no.-96004 of with
in-built sensors, 32mm dia CP
brass waste
with40mm dia CP brass bottle trap
including 32mm dia waste coupling
unionetc. complete in all respect
including cutting and making good
the
floor& walls wherever required. All
complete including Battery and as
perapproval and instructions of the
Engineer-in-charge.
00070 40.000 EA 1,100.00 44,000.00
Supply, installation, testing and
commissioning 15 mm dia. C.P. brass
angle valves with 450mm long C.P.
Copper connecting pipe union nut
C.P.
cast brass wall flange. (Make:
Jaguar, Model :Florentine Cat No-
5053)
00080 8.000 EA 1,850.00 14,800.00
Supply, installation, testing and
commissioning toilet paper holding
including cutting and making good
the walls. (Make: Jaquar, Model
No-
1551)
00090 8.000 EA 1,200.00 9,600.00
Supply, installation, testing and
commissioning Towel ring with
brackets
fixed to wooden cleats with C.P.
brass screws. (Make: Jaquar, Model
:Cat
No- 1121)
00100 8.000 EA 1,425.00 11,400.00
Supply, installation, testing and
commissioning liquid soap dispenser
with stainless steel lid and
brackets fixed to wooden cleats
___________________________________________________________________________________
Page 31 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

with C.P.
brass screws. (Make: EURONICS,
Model : ES 05)
00110 8.000 EA 850.00 6,800.00
Supply, installation, testing and
commissioning C.P. brass twin coat
hooks fixed on toilet door with
C.P. brass screws (Make: Jaquar,
Model:
Double Coat Hook - 21761).
00120 8.000 EA 1,575.00 12,600.00
Supply, installation, testing and
commissioning of CP flexible hose,
spray, wall flange etc. complete.
(Make: Jaquar, Model : 573)
00130 8.000 EA 11,000.00 88,000.00
Supply, installation, testing and
commissioning stainless steel fully
automatic "No Touch" hand drier
suitable to operate on 220 volts,
single
phase 50 hz., A.C. power
supply.(Make: EURONICS, Model : EH
07S)
00140 4.000 EA 7,500.00 30,000.00
Supply, installation, testing and
commissioning of vertical storage
type
Bajaj make electric water heater
with automatic thermostatic control
electric element, pressure release
valve, brackets fixed to expansion
fasteners with M.S. nuts and bolts
all complete including cutting and
making good the walls wherever
required
Of 25 Liters capacity
00150 ZSORC277XX
Providing and fixing Stainless
Steel A ISI 304 (18/8) kitchen sink
as per IS 13983 with C.I. brackets
and stainless steel plug 40 mm
including painting of fittings and
brackets, cutting and making good
the walls wherever required,
Kitchen Sink with Drain board
00160 ZSORC27701 4.000 EA 6,676.60 26,706.40
i) Sink with drain board 510x1040mm
___________________________________________________________________________________
Page 32 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

bowl depth 250mm.


00170 4.000 EA 20,000.00 80,000.00
Providing and fixing and
installation fo ball mounted type
Drinking
Water R.O. unit with micron
filtration pre-treatment unit, skid
mounted
R.O. module with pressure pump and
pressure tank, 6 m long food grade
PP
permeate line including connection
to drinking water cooler, Coffee
machine, complete in all respects.
Storage capacity of minimum 10 ltr
and with treatment capacity of 12
ltr/hr, (Make: ION HN/ kent) (with
standard items supplied by
Manufactures).
00180
Supply and installation of
Butterfly Valves with mating flanges
generally as specified all complete.
00190 4.000 EA 3,200.00 12,800.00
80 nominal bore.
00200
Providing and fixing brass ball
valve with SS 304 Stem and ball,
teflon
seat complete (PN-16).
00210 4.000 EA 550.00 2,200.00
15 mm NB
00220 8.000 EA 750.00 6,000.00
20 mm NB
00230 12.000 EA 1,100.00 13,200.00
25 mm NB
00240 6.000 EA 1,700.00 10,200.00
32 mm NB
00250 2.000 EA 2,200.00 4,400.00
40 mm NB
00260 4.000 EA 3,200.00 12,800.00
50 mm NB
00270
Providing and fixing 9 mm thick
insulation with Arm flex elastomeric
nitrile rubber sheets for hot water
pipes in wall chases complete with
plastering.
___________________________________________________________________________________
Page 33 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00280 28.000 M 150.00 4,200.00


For 20mm OD pipes
00290 15.000 M 200.00 3,000.00
For 25mm OD Pipes
00300 12.000 M 250.00 3,000.00
For 32mm OD Pipes
00310 5.000 M 300.00 1,500.00
For 40mm OD Pipes
00320
Providing and laying Y-Type
Strainer valve, make Zoloto IS
marked with
flanges generally as specified
complete.
00330 2.000 EA 8,300.00 16,600.00
80 mm dia.
00340
Providing and fixing brass
automatic air vent at the top of
each riser.
00350 10.000 EA 1,150.00 11,500.00
15 mm dia. nominal bore
00360
Providing & fixing G.I. (Heavy
duty) 700 mm long pipe puddle
flanges of
required size to under water tanks
& retaining wall. (Water Tank
construction to be paid seperatly).
Make Jindal Hissar, Prakash Surya
Note :

1. Both end
screwed up to 65 mm
2. One end screwed
& other end flanged above 65 mm
3. Size of plate welded
center of pipes - 3 D x 3 D x 5 mm
(D- Diameter of Pipes)
00370 8.000 EA 575.00 4,600.00
25 mm dia.
00380 8.000 EA 1,025.00 8,200.00
50 mm dia.
00390 1.000 EA 1,125.00 1,125.00
65 mm dia.
00400 8.000 EA 1,475.00 11,800.00
80 mm dia.
00410 12.000 EA 1,770.00 21,240.00
___________________________________________________________________________________
Page 34 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

100 mm dia.
00420 4.000 EA 2,725.00 10,900.00
150 mm dia.
00430 2.000 EA 5,025.00 10,050.00
200 mm dia.
00440
Providing & fixing brass mesh in
elbow with necessary G.I. Vent pipe
with fittings
00450 4.000 EA 2,700.00 10,800.00
100 mm dia.
00460
Providing & fixing mosquito proof
brass overflow grating for tanks
00470 4.000 EA 1,900.00 7,600.00
50 mm dia.
00480
Providing and constructing Rain
water Harvesting Pit of
4000x4000x3000
mm size (internal) in overall size
with inlet & outlet connection with
Upto 1500mm from ground level Ist
class brick 230 mm thick in cement
mortar 1:4 (1 cement: 4 coarse
sand) inside and outside 12 mm thick
plaster with cement mortar 1:3 ( 1
cement : 3 coarse sand) with a
floating coat of neat cement on
inside surface, After 1500mm depth
500
mm thick sand bed; then 500mm thick
gravel and 500mm thick boulders. C.I
(heavy duty) manhole cover 560 mm
(weight not less than 208 kg)
including necessary excavation
backing filling, disposal of surplus
earth, Providing and fixing of C.I
manhole steps complete as per
standard design.
00490 2.000 EA 118,000.00 236,000.00
Constructing Rain Water Harvesting Pits.
00500 70.000 M 2,400.00 168,000.00
450mm diameter boring with 150mm
dia. upvc slotted pipes located
centrally in 450mm diameter bore
filled with boulder upto minimum 25
Meter from ground level.
___________________________________________________________________________________
Page 35 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00510 20.000 M 1,475.00 29,500.00


Providing and fixing 210mm dia.
UPVC pipes (6 Kg/sqcm) including all
fittings, excavation and back
filling for connecting over flow
from rain
water harvesting pits to external
network.
00520
Constructing masonry valve Chamber
1000 x 1000 x1000 mm, inside with 75
class designation brick work in
cement mortar 1:5 (1cement: 5 fine
sand)
for sluice valve/butter fly valve,
with C.I. Surface box 100x100x75 mm
(inside) with hinged cover fixed in
cement concrete slab 1:2:4 mix
(1cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)
necessary excavation foundation
concrete 1:5:10 (1 cement : 5 fine
sand
: 10 graded stone aggregate 40 mm
nominal size) and inside plastering
with cement mortar 1:3 (1 cement :
3 coarse sand) 12 mm thick finished
with a floating coat of neat cement
complete as per standard design.
00530 1.000 EA 14,750.00 14,750.00
With F.P.S. bricks
00540
WATER SUPPLY & DRAINAGE
PUMPS
00550
Water Booster Pumpset
(Hydro-pneumatic Pump set), DP Make
00560 1.000 SET 195,000.00 195,000.00
Supplying, storing, handling,
shifting, installation, testing and
commissioning of package horizontal
hydropneumatic system, comprising of
2 Nos. (1 duty + 1 stand by)
electrical driven inline pumps each
of 1.0
LPS to a head to 30 meter with all
accessories, pumps shall be with
C.I.
___________________________________________________________________________________
Page 36 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

base, S.S 304, impeller, shaft,


mechanical seal, S.S. shaft directly
coupled to motor suitable for
operation on 400/440 volts, 3 phase
2900
RPM. TEFC electric motor mounted on
a common channel baseplate 150mm
dia. pressure gauge, GM isolation
cock and cement concrete foundation
with plaster with dunlop cushy foot
mountings with all accessories such
as NRVs, valves, common suction and
delivery header complete in all
respects.
Pump mounted or wall mounted
control panel with pressure switch,
electrical wiring, cabling from
panel to pumps, level controller,
pump
running and fault capable to
communicate with power box equipped
with
fuses or isolators or circuit
breakers as required. complete with
all
accessories as per manufacturer
specifications.
Suction and discharge header with
valve etc.
Impeller : Stainless Steel
Shaft : Stainless Steel
RPM: 2900.
Mover : Electric Motor
HP - 2
Necessary foundation with bolts
Ball valve on suction & delivery
NRV on delivery
No Variable Frequency Drive
Dust & vermin proof cubicle type
motor control centre fabricated
from powder coated 16 SWG MS sheet
suitable to automatic working of
above mentioned pumps.
Incoming
Line upto panel to be provided by
electrical contractor.
00570
Sump Pumps
___________________________________________________________________________________
Page 37 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Supply & Installation, testing and


commissioning of centrifugal non
clogging submersible sump pumps for
plant room drainage. Pump capable of
handling 25 mm dia. soft solids.
Motor suitable for 415 + 10% volts,
3
phase, 50 Hz AC Power supply. Pumps
shall be suitable for
automatic/manual operation (Overall
depth of sump # 1.5 M). Submersible
sump pump shall be provided with
dry running protection. Inclusive of
supporting arrangement for
stationary type.
Two nos. of pump installed in one
sump pit 1 working & 1 standby with
automatic/manual operation as
required.
00580 2.000 EA 60,200.00 120,400.00
Waste Water Sump Pumps-
Flow rate : 4.0 LPS
Head : 10 Mtrs.
Min. Motor HP : 2 (Each)
Set of 2 pumps (1duty +1 stand by)
00590 2.000 EA 44,750.00 89,500.00
WATER SUMP PUMP
Flow rate : 2 LPS
Head : 10 Mtrs.
Min. Motor HP : 1.0 (Each)
00600 8.000 EA 6,500.00 52,000.00
Supplying & installation of water
level controller with sufficient
nos.
of low/high level switches/ probes
for the auto operation of the pumps.
00610 ZSORC010XX
Excavating trenches of required
width for pipes, cables, etc
including
excavation for sockets & dressing
of sides, ramming of bottoms,depth
upto 1.5m including getting out
excavated soil & then returning the
soil as required, in layers not
exceeding 20 cm in depth including
consolidating each deposited layer
by ramming, watering, etc. and
___________________________________________________________________________________
Page 38 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

disposing surplus excavated soil as


directed, within or outside site
at unobjectionable place IN ALL
KIND OF SOILS
00620 ZSORC01001 100.000 M 100.00 10,000.00
i) Pipes,cables etc. not exceeding
80mm dia
00630 ZSORC01002 50.000 M 135.60 6,780.00
ii) For extra depth of >1.5m < 3m
for dia upto 80mm
00640 ZSORC01003 25.000 M 348.50 8,712.50
iii) For extra depth of >3m < 4.5m
for dia upto 80mm
00650 ZSORC01004 100.000 M 164.30 16,430.00
iv) Pipes, Cable etc. > 80mm < 300m
dia
00660 ZSORC01005 50.000 M 221.80 11,090.00
v) For extra depth of >1.5m < 3m
for dia 80 to 300mm
00670 ZSORC01006 25.000 M 569.30 14,232.50
vi) For extra depth of >3m < 4.5m
for dia 80 to 300mm
00680 ZSORC01007 50.000 M 256.40 12,820.00
vii) Pipes,cables etc.> 300mm <
600mm dia
00690 ZSORC01008 25.000 M 345.50 8,637.50
viii)For extra depth of >1.5m < 3m
for dia300 to 600mm
00700 ZSORC10200 15.000 M2 4,191.70 62,875.50
Providing & fixing in position
collapsible steel shutter with
vertical
channels 20x10x2mm and braced with
flat iron diagonals 20x5mm size
with top and bottom rail of T-iron
40x40x6mm with 40mm dia, steel
pulleys complete with bolts, nuts,
locking arrangement, stoppers,
handles, including applying a
priming coat of approved steel
primer.
00710 ZSORC10300 25.000 M2 1,822.60 45,565.00
Supplying and fixing rolling
shutters of approved make, made of
required size M.S. laths
interlocked together through their
entire
length,jointed together at the end
___________________________________________________________________________________
Page 39 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

by end locks mounted on specially


designed pipe shaft with brackets,
side guides and arrangements for
inside and outside locking with
push and pull operation complete
including the cost of providing and
fixing necessary 27.5cm long wire
as per IS 4454 Part-I & M.S. top
cover of required thickness for
rolling shutters:- 80x1.25mm MS
laths with1.25 mm thick top cover.
00720 ZSORC10400 6.000 EA 425.70 2,554.20
Providing and fixing ball bearing
for rolling shutters.
00730 ZSORC105XX
Extra for providing mechanical
device chain and crank operation
for operating rolling shutters.
00740 ZSORC10501 3.000 M2 620.70 1,862.10
i) Exceeding 10.00 sqm and upto
16.80 sqm in the area.
00750 ZSORC10600 5.000 M2 258.40 1,292.00
Extra for providing grilled rolling
shutters manufactured out of 8 mm
dia. M.S. bar instead of laths as
per design approved by Engineer-in-
charge.(area of grill to be
measured).
00760 ZSORC13800 6.000 EA 147.50 885.00
Making khurras 45x45 cm with
average minimum thickness of 5 cm
cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone
aggregate of 20 mm nominal
size ) over the P.V.C. sheet
1mx1mx400micron, finished with 12mm
cement plaster 1:3 (1 cement :
3 coarse sand) and a coat of neat
cement rounding the edge sand
making and finishing the outlet
complete.
00770 ZSORC145XX
Providing and fixing on wall face
unplasticised Rigid PVC rain water
pipes conforming to IS:13592 Type A
including jointing with seal ring
conforming to IS : 5382 leaving 10
mm gap for thermal expansion,
___________________________________________________________________________________
Page 40 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Single socketed pipes.


00780 ZSORC14502 75.000 M 204.90 15,367.50
ii) 110 mm diameter
00790 ZSORC14800 6.000 EA 32.70 196.20
Providing and fixing to the inlet
mouth of rain water pipe cast iron
grating 15 cm diameter and weighing
not less than 440 grams.
00800 ZSORC149XX
Providing & fixing UV stabilised
fibreglass reinforced plastic sheet
roofing up to any pitch including
fixing with polymer coated 'J' or
`L' hooks, bolts & nuts 8mm dia.
G.I plain/bitumen washers complete
but excluding the cost of purlins,
rafters, trusses etc. The sheets
shall be manufactured out of 2400
TEX panel rovigs incorporating
minimum 0.3% Ultra-violet
stabiliser in resin system under
approximately 2400 psi and hot
cured. They shall be of uniform
pigmentation & thickness without
air pockets & shall conform to
IS 10192 & IS 12866. The sheets
shall be opaque or translucent,
clear or pigmented, textured or
smooth as specified
00810 ZSORC14901 15.000 M2 923.70 13,855.50
i) 2mm thk corrugated (2.5"
or4.2"or 6") or step-down (2" or 3"
or 6")
00820 ZSORC14902 10.000 M2 813.80 8,138.00
ii) 2mm thick flat.
00830 ZSORC289XX
Providing and fixing soil, waste
and vent pipes :
00840 ZSORC28901 120.000 M 726.70 87,204.00
i) 100mm dia Sand cast iron S&S
pipe as per IS: 1729.
00850 ZSORC290XX
Providing & filling the joints with
spun yarn cement slurry and cement
mortar 1:2 ( 1 cement : 2 fine
sand) in S.C.I./ C.I. Pipes :
00860 ZSORC29002 30.000 EA 55.40 1,662.00
ii) 100 mm dia pipe
___________________________________________________________________________________
Page 41 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00870 ZSORC291XX
Providing and fixing M.S.
holder-bat clamps of approved
design to
Sand Cast iron/cast iron (spun)
pipe embedded in and including
cement
concrete blocks 10x10x10cm of 1:2:4
mix (1 cement : 2 coarse sand : 4
graded stone aggregate 20mm nominal
size) including cost of cutting
holes and making good the walls
etc. :
00880 ZSORC29101 30.000 EA 111.90 3,357.00
i) For 100 mm dia. Pipe
00890 ZSORC292XX
Providing and fixing bend of
required degree with access door,
insertion rubber washer 3 mm thick,
bolts and nuts complete.
00900 ZSORC29201 10.000 EA 349.50 3,495.00
i) 100mm dia Sand cast iron S&S as
per IS - 3989
00910 ZSORC293XX
Providing and fixing plain bend of
required degree.
00920 ZSORC29301 5.000 EA 293.00 1,465.00
i) 100mm dia Sand cast iron S&S as
per IS - 3989
00930 ZSORC294XX
Providing and fixing heel rest
sanitary bend
00940 ZSORC29401 5.000 EA 339.60 1,698.00
i) 100mm dia Sand cast iron S&S as
per IS - 3989
00950 ZSORC295XX
Providing and fixing double equal
junction of required degree with
access door, insertion rubber
washer 3 mm thick, bolts and nuts
complete :
00960 ZSORC29501 5.000 EA 740.50 3,702.50
i)100x100x100x100mm SCI S&S as per
IS - 3989
00970 ZSORC296XX
Providing and fixing double equal
plain junction of required degree.
00980 ZSORC29601 5.000 EA 673.20 3,366.00
___________________________________________________________________________________
Page 42 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

i)100x100x100x100mm SCI S&S as per


IS - 3989
00990 ZSORC297XX
Providing & fixing single equal
plain junction of required degree
with access door, insertion rubber
washer 3 mm thick, bolts
and nuts complete.
01000 ZSORC29701 5.000 EA 574.20 2,871.00
i)100x100x100mm SCI S&S as per IS -
3989
01010 ZSORC298XX
Providing and fixing single equal
plain junction of required degree :
01020 ZSORC29801 5.000 EA 517.80 2,589.00
i)100x100x100mm SCI S&S as per IS -
3989
01030 ZSORC303XX
Providing & fixing double equal
plain invert branch of
required degree:
01040 ZSORC30301 5.000 EA 626.70 3,133.50
i)100x100x100mm SCI S&S as per IS -
3989
01050 ZSORC304XX
Providing and fixing door piece,
insertion rubber washer 3mm thick,
bolts & nuts complete :
01060 ZSORC30401 5.000 EA 464.30 2,321.50
i)100mm SCI S&S as per IS - 3989
01070 ZSORC305XX
Providing and fixing terminal guard:
01080 ZSORC30501 5.000 EA 241.60 1,208.00
i)100mm SCI S&S as per IS - 3989
01090 ZSORC306XX
Providing and fixing collar:
01100 ZSORC30601 5.000 EA 235.60 1,178.00
i)100mm SCI S&S as per IS - 3989
01110 ZSORC307XX
Providing lead caulked joints to
sand cast iron/centrifugally cast
(spun) iron pipes and fittings of
diameter:
01120 ZSORC30701 50.000 EA 205.90 10,295.00
i) 100 mm
01130 ZSORC308XX
Providing and fixing M.S. stays and
clamps for sand cast
___________________________________________________________________________________
Page 43 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

iron/centrifugally cast (spun) iron


pipes of diameter :
01140 ZSORC30801 5.000 EA 61.40 307.00
i) 100 mm
01150 ZSORC309XX
Providing & fixing trap of self
cleansing design with screwed down
or
hinged grating with or without vent
arm complete, including cost of
cutting and making good the walls
and floors :
01160 ZSORC30901 10.000 EA 794.00 7,940.00
i)100mm inlet & 100mm outlet SCI
S&S as per IS - 3989.
01170 ZSORC311XX
Painting sand cast
iron/centrifugally cast(spun) iron
soil,waste vent
pipes and fittings with paint of
any colour such as chocolate grey,
or
or buff etc.over a coat of primer
(of approved quality) for new work:
01180 ZSORC31101 100.000 M 28.70 2,870.00
i) 100 mm diameter pipe
01190 ZSORC313XX
Providing and fixing M.S. holder
bat clamp of approved design to sand
cast iron/cast iron (spun) pipes
comprising of M.S.flat brackets made
of 50x5mm flat of specified shape,
projecting 75mm outside the wall
surface and fixed on wall with
4nos, 6mm dia expansion hold
fasteners
including drilling necessary holes
in brick wall/ CC/ RCC surface and
the cost of bolts etc. The pipes
shall be fixed to the already fixed
brackets with the help of
30mmx1.6mm galvanised M.S. flats of
specified shape and of total length
420mm and shall be fixed with M.S.
nuts, bolts, & washers of size
25x6mm, one bolts on each side of
the
pipe.
___________________________________________________________________________________
Page 44 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01200 ZSORC31301 5.000 EA 166.30 831.50


i) Total bracket length 580mm of
approved shape and design
(for single 100mm dia pipe).
01210 ZSORC31302 5.000 EA 203.90 1,019.50
ii) Total bracket length 810mm of
approved shape and design
(for two 100mm dia pipes).
01220 ZSORC31303 5.000 EA 240.60 1,203.00
iii) Total bracket length 1040mm
of approved shape and
design (for three 100mm dia pipes).
01230 ZSORC317XX
Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot &
cold water supply including all
CPVC plain & brass threaded
fittings including fixing the pipe
with
clamps at 1.00 m spacing. This
includes jointing of pipes &
fittings
with one step CPVC solvent cement
and testing of joints complete
as per direction of Engineer in
Charge.Internal work - Exposed on
wall
01240 ZSORC31702 300.000 M 155.40 46,620.00
ii) 20 mm nominal outer dia .Pipes.
01250 ZSORC31703 100.000 M 196.00 19,600.00
iii) 25 mm nominal outer dia .Pipes.
01260 ZSORC31705 100.000 M 344.50 34,450.00
v) 40 mm nominal outer dia .Pipes.
01270 ZSORC31706 100.000 M 508.90 50,890.00
vi) 50 mm nominal outer dia .Pipes.
01280 ZSORC318XX
Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot &
cold water supply including all
CPVC plain & brass threaded
fittings i/c fixing the pipe with
clamps
at 1.00 m spacing. This includes
jointing of pipes & fittings with
one
step CPVC solvent cement and the
___________________________________________________________________________________
Page 45 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

cost of cutting chases and making


good the same including testing of
joints complete as per direction of
Engineer in Charge.Concealed work
including cutting chases and making
good the walls etc.
01290 ZSORC31801 100.000 M 217.80 21,780.00
i) 15 mm nominal outer dia .Pipes.
01300 ZSORC31802 200.000 M 241.60 48,320.00
ii) 20 mm nominal outer dia .Pipes.
01310 ZSORC31803 100.000 M 296.00 29,600.00
iii) 25 mm nominal outer dia .Pipes.
01320 ZSORC319XX
Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot &
cold water supply including all
CPVC plain & brass threaded
fittings This includes jointing of
pipes &
fittings with one step CPVC solvent
cement ,trenching ,refilling &
testing of joints complete as per
direction of Engineer in Charge.
External work
01330 ZSORC31902 100.000 M 138.60 13,860.00
ii) 20 mm nominal outer dia .Pipes.
01340 ZSORC31903 200.000 M 183.20 36,640.00
iii) 25 mm nominal outer dia .Pipes.
01350 ZSORC31906 300.000 M 471.20 141,360.00
vi) 50 mm nominal outer dia .Pipes.
01360 ZSORC31909 200.000 M 2,537.40 507,480.00
ix) 100mm nominal inner dia .Pipes.
01370 ZSORC31910 10.000 M 4,422.30 44,223.00
x) 150 mm nominal inner dia .Pipes.
01380 ZSORC320XX
Providing and fixing B class G.I.
pipes complete with G.I. fittings
& clamps, i/c cutting & making good
the walls etc. Internal work
Exposed on wall.
01388 ZSORC32002 25.000 M 186.10 4,652.50
ii) B class 20 mm nominal outer dia
.Pipes.
01389 ZSORC32003 75.000 M 240.60 18,045.00
iii) B class 25 mm nominal outer
dia .Pipes.
01390 ZSORC32004 250.000 M 294.00 73,500.00
___________________________________________________________________________________
Page 46 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

iv) B class 32 mm nominal outer dia


.Pipes.
01400 ZSORC32005 100.000 M 360.40 36,040.00
v) B class 40 mm nominal outer dia
.Pipes.
01410 ZSORC32006 350.000 M 449.50 157,325.00
vi) B class 50 mm nominal outer dia
.Pipes.
01420 ZSORC322XX
Providing and fixing G.I. pipes
complete with G.I. fittings
including
trenching and refilling etc.for
WATER and AIR, External work.
01430 ZSORC32204 50.000 M 246.50 12,325.00
iv) B class32 mm dia. nominal bore
01440 ZSORC32205 50.000 M 291.10 14,555.00
v) B class40 mm dia. nominal bore
01450 ZSORC32206 50.000 M 352.40 17,620.00
vi) B class50 mm dia. nominal bore
01460 ZSORC32208 50.000 M 567.30 28,365.00
viii) B class 80 mm dia. nominal
bore
01470 ZSORC323XX
Making connection of G.I.
Distribution branch with G.I.
main of
following sizes by providing &
fixing C class tee, including
cutting
and threading the pipe etc.
complete :
01480 ZSORC32301 1.000 EA 274.20 274.20
i) 25 to 40 mm nominal bore
01490 ZSORC32302 1.000 EA 623.70 623.70
ii) 50 to 80 mm nominal bore
01500 ZSORC32400 1.000 EA 226.70 226.70
Fixing water meter and stop cock in
G.I. pipe line including cutting
and threading the pipe and making
long screws etc. complete (cost of
water meter and stop cock to be
paid separately).
01510 ZSORC327XX
Providing and fixing gun metal gate
valve with C.I. wheel of approved
quality (screwed end) :
01520 ZSORC32701 5.000 EA 369.30 1,846.50
___________________________________________________________________________________
Page 47 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

i) 25 mm nominal bore
01530 ZSORC32702 5.000 EA 446.50 2,232.50
ii) 32 mm nominal bore.
01540 ZSORC32703 5.000 EA 540.50 2,702.50
iii) 40 mm nominal bore
01550 ZSORC32704 5.000 EA 773.20 3,866.00
iv) 50 mm nominal bore
01560 ZSORC32706 5.000 EA 1,814.70 9,073.50
vi) 80 mm nominal bore
01570 ZSORC328XX
Providing and fixing ball valve
(brass) of approved quality, High or
low pressure, with plastic floats
complete :
01580 ZSORC32801 5.000 EA 255.40 1,277.00
i) 15 mm nominal bore
01590 ZSORC32802 5.000 EA 356.40 1,782.00
ii) 20 mm nominal bore
01600 ZSORC32803 5.000 EA 417.80 2,089.00
iii) 25 mm nominal bore
01610 ZSORC329XX
Providing and fixing gun metal non-
return valve of approved quality
(screwed end) :
01620 ZSORC32901 5.000 EA 379.20 1,896.00
i) 25 mm nominal bore, horizontal
bore
01630 ZSORC32902 5.000 EA 391.10 1,955.50
ii) 25 mm nominal bore, Vertical
bore
01640 ZSORC330XX
Providing and fixing brass ferrule
with C.I. mouth cover including
boring and tapping the main :
01650 ZSORC33002 5.000 EA 247.50 1,237.50
ii) 20 mm nominal bore
01660 ZSORC33003 5.000 EA 327.70 1,638.50
iii) 25 mm nominal bore
01670 ZSORC333XX
Providing and laying S&S
centrifugally cast (spun) iron
pipes (Class
LA) conforming to IS - 1536 :
01680 ZSORC33301 50.000 M 976.10 48,805.00
i) 100 mm dia. pipe
01690 ZSORC33303 100.000 M 1,462.20 146,220.00
iii)150 mm dia. pipe
01700 ZSORC33304 50.000 M 2,490.80 124,540.00
___________________________________________________________________________________
Page 48 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

iv) 200 mm dia. pipe


01710 ZSORC334XX
Providing lead caulked joints to
spun iron or C.I. pipes and specials
including testing of joints but
excluding the cost of pig lead :
01720 ZSORC33401 20.000 EA 148.50 2,970.00
i) 100 mm dia. pipe
01730 ZSORC33403 20.000 EA 222.80 4,456.00
iii)150 mm dia. pipe
01740 ZSORC33404 20.000 EA 296.00 5,920.00
iv) 200 mm dia. pipe
01750 ZSORC33700 20.000 EA 5,199.50 103,990.00
Constructing masonry Chamber
60x60x75 cm, inside with 75 class
designation brick work in cement
mortar 1:4 (1 cement : 4 coarse
sand) for valves etc., with C.I.
surface box 100mm. top diameter,
160 mm bottom diameter and 180 mm
deep ( inside) with chained lid
and RCC top slab 1:2:4 mix (1
cement :2 coarse sand : 4 graded
stone aggregate 20mm nominal
size ) necessary excavation
foundation concrete 1:5:10 (1
cement : 5 fine sand : 10 graded
stone
aggregate 40 mm nominal size) and
inside plastering with cement
mortar 1:3 (1 cement : 3 coarse
sand) 12 mm thick finished with a
floating coat of neat cement
complete as per standard design :
With Common burnt clay bricks of
class designation 75
01760 ZSORC33800 20.000 EA 8,930.80 178,616.00
Constructing masonry Chamber
90x90x100 cm, inside with 75 class
designation brick work in cement
mortar 1:4 (1 cement : 4 coarse
sand) for valves etc, with C.I.
surface box 100 mm. top diameter,
160 mm bottom diameter and 180 mm
deep (inside) with chained lid
and RCC top slab 1:2:4 mix (1
cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal
___________________________________________________________________________________
Page 49 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

size ) necessary excavation


foundation concrete 1:5:10 (1
cement : 5 fine sand:10 graded stone
aggregate 40 mm nominal size ) and
inside plastering with cement
mortar 1:3 (1 cement : 3 coarse
sand) 12 mm thick finished with a
floating coat of neat cement
complete as per standard design :
With Common burnt clay bricks of
class designation 75
01770 ZSORC344XX
Providing & C class fixing G.I.
Union in G.I. Pipe including cutting
threading the pipe and making long
screws etc. complete (New work)
01780 ZSORC34401 10.000 EA 118.80 1,188.00
i) 15 mm nominal bore, C class Union
01790 ZSORC34402 10.000 EA 141.60 1,416.00
ii) 20 mm nominal bore, C class
Union
01800 ZSORC34403 10.000 EA 152.50 1,525.00
iii) 25 mm nominal bore, C class
Union
01810 ZSORC34406 10.000 EA 304.90 3,049.00
vi) 50mm nominal bore, C class Union
01820 ZSORC34408 10.000 EA 649.40 6,494.00
viii) 80 mm nominal bore, C class
Union
01830 ZSORC34600 10,000.000 L 5.90 59,000.00
Providing and placing on terrace
(at all floor levels) polyethylene
water storage tank ISI : 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
01840 ZSORC34800 5.000 EA 406.90 2,034.50
Providing and fixing C.P. brass
long nose bib cock of approved
quality conforming to IS standards
and weighing not less than 810
gms, - 15 mm nominal bore.
01850 ZSORC35000 5.000 EA 422.70 2,113.50
Providing and fixing C.P. brass
stop cock (concealed) of standard
___________________________________________________________________________________
Page 50 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

design & of approved make


conforming to IS:8931,15 mm nominal
bore.
01860 ZSORC367XX
Providing, laying and jointing
glazed stoneware pipes class SP-1
with
stiff mixture of cement mortar in
the proportion of 1:1 (1 cement : 1
fine sand) including testing of
joints etc. complete :
01870 ZSORC36701 50.000 M 148.50 7,425.00
i) 100 mm diameter
01880 ZSORC36702 50.000 M 216.80 10,840.00
ii) 150 mm diameter
01890 ZSORC36703 50.000 M 319.80 15,990.00
iii) 200 mm diameter
01900 ZSORC368XX
Providing and laying cement
concrete 1:5:10 (1 cement : 5 coarse
sand : 10 graded stone aggregate 40
mm nominal size) all-round
S.W. pipes including bed concrete
as per standard design:
01910 ZSORC36801 50.000 M 492.00 24,600.00
i) 100 mm diameter S.W. pipe
01920 ZSORC36802 50.000 M 601.90 30,095.00
ii) 150 mm diameter S.W. pipe
01930 ZSORC36803 50.000 M 700.90 35,045.00
iii) 200 mm diameter S.W. pipe
01940 ZSORC370XX
Providing and fixing
square-mouth S.W. gully trap
class SP-1
complete with C.I. grating brick
masonry chamber with water tight
C.I.cover with frame of 300 x300 mm
size(inside) the weight of cover
to be not less than 4.50 kg and
frame to be not less than 2.70 kg
as per standard design :
01950 ZSORC37001 5.000 EA 1,243.40 6,217.00
i) 100x100 mm size P type with
common burnt clay bricks of class
Designation75
01960 ZSORC37002 5.000 EA 1,281.10 6,405.50
ii) 100x100 mm size P type with
Sewer bricks conforming to IS : 4885
___________________________________________________________________________________
Page 51 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01970 ZSORC37004 5.000 EA 1,303.80 6,519.00


iv) 150x100 mm size P type with
Sewer bricks conforming to IS : 4885
01980 ZSORC372XX
Providing and laying non-pressure
NP2 class (light duty) R.C.C. pipes
with collars jointed with stiff
mixture of cement mortar in the
proportion of 1:2 (1 cement : 2
fine sand) including testing of
joints etc. complete : Light Duty
01990 ZSORC37202 100.000 M 252.50 25,250.00
ii) 150 mm dia. R.C.C. pipe
02000 ZSORC37203 150.000 M 338.60 50,790.00
iii) 250 mm dia. R.C.C. pipe
02010 ZSORC37204 150.000 M 418.80 62,820.00
iv) 300 mm dia. R.C.C. pipe
02020 ZSORC373XX
Providing and laying non-pressure
NP3 class R.C.C. pipes
with collars jointed with stiff
mixture of cement mortar in the
proportion of 1:2 (1 cement : 2
fine sand) including testing of
joints etc. complete :Medium Duty
02030 ZSORC37301 25.000 M 3,333.30 83,332.50
i) 600 mm dia. R.C.C. pipe
02040 ZSORC37302 25.000 M 6,113.30 152,832.50
ii) 900 mm dia. R.C.C. pipe
02050 ZSORC374XX
Constructing brick masonry manhole
in cement mortar 1:4 ( 1 cement
: 4 coarse sand ) R.C.C. top slab
with 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20
mm nominal size), foundation
concrete 1:4:8 mix (1 cement : 4
coarse sand : 8 graded stone
aggregate 40mm nominal size)
inside plastering 12mm thick with
cement mortar 1:3 (1 cement : 3
coarse sand) finished with floating
coat of neat cement and making
channels in cement concrete 1:2:4
(1 cement : 2 coarse sand : 4
graded stone aggregate 20mm nominal
size) finished with a floating coat
of neat cement complete as per
___________________________________________________________________________________
Page 52 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

standard design :
02060 ZSORC37402 5.000 EA 7,087.40 35,437.00
ii) Inside size 90x80 cm and 45 cm
deep including C.I. cover
with frame (light duty) 455x610 mm
internal dimensions
total weight of cover and frame to
be not less than 38 kg
(weight of cover 23 kg and weight
of frame 15 kg) :With Sewer bricks
conforming to IS : 4885
02070 ZSORC37600 2.000 M 4,301.60 8,603.20
Extra for depth for manholes Size
90x80 cm, With Sewer bricks
conforming to IS : 4885
02080 ZSORC381XX
Providing M.S. foot rests including
fixing in manholes with 20x20x10
cm cement concrete blocks 1:3:6 (1
cement : 3 coarse sand : 6
graded stone aggregate 20 mm
nominal size) as per standard
design:
02090 ZSORC38101 1.000 EA 226.70 226.70
i) With 20x20 mm square bar
02100 ZSORC38400 5.000 EA 243.50 1,217.50
Supplying and fixing C.I. cover
300x300 mm without frame for gully
trap (standard pattern) the weight
of cover to be not less than 4.5kg.
02110 ZSORC385XX
Making connection of drain or sewer
line with existing manhole
including breaking into and making
good the walls, floors with cement
concrete 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone
aggregate 20 mm nominal size)
cement plastered on both sides with
cement mortar 1:3 (1 cement : 3
coarse sand) finished with a
floating
coat of neat cement and making
necessary channels for the drain
etc.
complete :
02120 ZSORC38501 2.000 EA 272.30 544.60
i) For pipes 100 to 230 mm diameter
___________________________________________________________________________________
Page 53 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

02130 ZSORC39200 1.000 EA 14,180.80 14,180.80


Making soak pit 2.5 m diameter 3.0
metre deep with 45 x 45 cm dry
brick honey comb shaft with bricks
of class designation 75 and S.W.
drain pipe 100 mm diameter, 1.8 m
long complete as per standard
design.with common burnt clay
bricks of class designation 75
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 20 ( SANITARY, PLUMBING AND PIPING WORKS ): 4,831,261.30
(Rs.FORTY-EIGHT LAC THIRTY-ONE THOUSAND TWO HUNDRED SIXTY-ONE & PAISE THIRTY)

00030 FIRE FIGHTING SYSTEM

Plant: 1500 UPSO - II


Account Assignments: Unknown

00010
FIRE FIGHTING PLANT ROOM
EQUIPMENTS
DESIGNING THE ENTIRE FIRE
FIGHTING SYSTEM AND OBTAINING
REQUIRED
APPROVAL ALONG THE COMPLETION
CERTIFICATE FROM LOCAL FIRE
AUTHORITY WITH
RESPECT TO OCCUPATION OF THE
BUILDING WITHOUT ANY EXTRA
COST
00020
Supply, installation, testing and
commissioning of fire authority
approved fire fighting pumps,
electrically driven generally as
specified
and shown in equipment schedule
complete with:
00030
Hydrant and Sprinkler Main Fire Pump
00040 1.000 EA 429,000.00 429,000.00
Supply, installation, testing and
commissioning of fire authority
approved split casing multistage
stage, single outlet pumping set
with
bronze impeller, C.I. body and
connected by a flexible coupling to
___________________________________________________________________________________
Page 54 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

a
totally enclosed fan cooled
induction motor mounted on a common
structural base plate with RCC base
and with all pump accessories,
including pressure switch, pressure
gauge (both with cut off ball
valves) complete as per
specifications. Motor to be
suitable for 415
volts, 3 phase, 50 cycles A.C.
supply (specifications as per fire
fighting requirements and on the
pattern of TAC or local authority
approval) as per instruction and
specifications.
Capacity : 2280 lpm
App. head : 60 m
App. H. P. : 60 HP
RPM : 1450
00050 1.000 EA 670,000.00 670,000.00
Main Diesel Pump - Common for
Hydrant and Sprinkler System
Supply, installation, testing and
commissioning of fire authority
approved split casing single stage,
single outlet pumping set with C.I.
body and bronze impeller connected
by means of a flexible coupling heat
exchanger cooled diesel engine
mounted on a common structural base
plate
with RCC base, anti-vibration pads
and foundation including pressure
switch, pressure gauge ( both with
cut off ball valves ) complete with
electric panel for automatic
starting, battery including spare
battery,
automatic starting arrangement,
exhaust pipe of required length to
discharge outside building with
muffler, oil tank mounted on
suitable
structural supports complete in all
respects as per specifications ready
for use and as per latest
requirement of fire
___________________________________________________________________________________
Page 55 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

authority/regularities.
Capacity : 2280 lpm
App. head :60 m
App. H. P. : 60 HP
RPM : 1450
00060 2.000 EA 108,000.00 216,000.00
Fire Jockey Pumps
Supplying, installation, testing &
commissioning of vertical inline
jockey pump, comprising of 1 No.
Electrical Driven inline of
capacity
3.0 LPS to a head to 80 meter with
all accessories, Pumps shall be with
C.I. Base, S.S 304, impeller,
shaft, mechanical seal, S.S. Shaft
directly coupled to motor suitable
for operation on 400/440 volts, 3
phase 2900 RPM. TEFC electronic
motor mounted on a common channel
baseplate 150mm dia pressure gauge,
GM isolation cock and cement
concrete foundation with plaster
with dunlop cushy foot mountings
complete in all respects.
Capacity : 180 lpm
App. head : 60 m
App. H.P. : 7.5 HP
RPM : 2900
00070 4.000 SET 8,900.00 35,600.00
Supply and installation of pressure
gauge panel as per the requirement &
Comprising:
Pressure gauges & Pressure switches
with ball valve and 2 x 1.5 sq mm
copper conductor wiring to motor
starter panel
Water piping from system upto the
gauge panel along with valves etc.
Sheet metal enclosure with glass
paneling etc. as approved.
00080 1.000 SET 11,800.00 11,800.00
Providing & fixing 100 mm dia. Test
line for Fire Pumps of capacity 250
M3 /hr. complete with pressure
gauge.
00090 1.000 EA 29,000.00 29,000.00
Supply, fabrication (as per IS
___________________________________________________________________________________
Page 56 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

code), installation, testing and


commissioning of Pressure vessels
450mm diameter and 1000mm high
fabricated from 8-10mm M.S. plate
with accessories inside painting
with
epoxy paint and outside with enamel.
00100 15.000 M 3,600.00 54,000.00
Providing & fixing 150mm Diameter
M.S. Class 'C' diesel pump exhaust
pipe includings all fittings, like
bends, tees etc. clamps / structural
steel supports. The pipe shall be
provided with 75mm thick fiberglass
insulation & covering the
insulation with 500 g polythene
sheet giving
proper overlaps & sealing the
joints with suitable adhesive
compound.
The pipe shall be provided with 24
gauge aluminium sheet cladding.
00110
Providing, fixing, testing &
commissioning of resilient rubber
lined
single arch vibration eliminators
suitable for raw water up to 45
deg. C
temperature, working pressure 8.8
Kg/cm2 and test pressure 14 Kg/cm2
for
:-
00120 4.000 EA 8,900.00 35,600.00
150 mm dia.
00130 1.000 EA 7,100.00 7,100.00
100 mm dia.
00140 1.000 EA 5,300.00 5,300.00
80 mm dia.
00150
FIRE FIGHTING SYSTEM
NOTE: Contractor shall obtain, from
the local fire authority, completion
certificate with respect to his
work as required for occupation of
the
building without any extra cost.
00160
___________________________________________________________________________________
Page 57 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Supply, installation, testing,


trial run and commissioning of
hydrants
all complete as required and as
approved.
Internal hydrants / landing valves
generally as specified and all
complete with:
00170 6.000 EA 11,300.00 67,800.00
63mm dia. single outlet landing
valve IS marked with suitable size
bolts, nuts, washers and gaskets.
Landing valve shall be as per IS
Code
00180 5.000 EA 10,000.00 50,000.00
First aid hose reel with 25 mm
dia., 30 m long rubber hose, ball
valve,
piping, nozzle and pressure gauge.
00190 12.000 EA 6,000.00 72,000.00
63mm reinforced rubber hoses (RRL)
with male and female GM coupling, IS
marked - 15 m.
00200 6.000 EA 3,000.00 18,000.00
Standard short size gunmetal branch
pipe with nozzle of 20mm nominal
bore outlet with instaneous type 63
mm dia. coupling complete IS marked
00210 5.000 EA 1,000.00 5,000.00
Fire Axe
00220 5.000 EA 12,000.00 60,000.00
Aluminium 1200x2100 door for
recessed fire hose cabinet. The
door shall
have a front glass with lock and
key arrangement & shall be painted
with
post office red colour (approval
shall be taken on the basis of
submitted sample before ordering).
00230 5.000 EA 6,500.00 32,500.00
1200x600x2100 Recessed type
masonary box of accommodating fire
hose
reel, landing valve, hosepipes,
fittings, 1 No. CO2 & 1 No. Dry
powder
type portable fire extinguishers &
___________________________________________________________________________________
Page 58 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

accessories.
00240 1.000 EA 8,850.00 8,850.00
Aluminium Powder coated 900x1800
door for recessed fire hose cabinet.
The door shall have a front glass
with lock and key arrangement &
shall
be painted with post office red
colour (approval shall be taken on
the
basis of submitted sample before
ordering).
00250 1.000 EA 6,500.00 6,500.00
900x600x1800 Recessed type masnoary
box of accommodating fire hose reel,
landing valve, hosepipes, fittings,
1 No. CO2 & 1 No. Dry powder type
portable fire extinguishers &
accessories-
00260
External hydrant valve, IS marked
of gunmetal with generally as
specified and as required all
complete.
00270 4.000 EA 13,300.00 53,200.00
63mm dia. twin outlet landing valve
IS marked with suitable size bolts,
nuts, washers and gaskets.
00280 8.000 EA 6,000.00 48,000.00
63mm reinforced rubber hoses (RRL)
with male and female GM coupling, IS
marked.
00290 4.000 EA 3,000.00 12,000.00
Standard short size gunmetal branch
pipe with nozzle of 20mm nominal
bore outlet with instaneous type 63
mm dia. coupling complete IS marked
00300 4.000 EA 3,000.00 12,000.00
As per IS code, M.S. fire hose
cabinet (900x350x750\mm) made out
of 16
gauge M.S. sheet capable of
accommodating landing valve, hose
pipes,
fittings & accessories. The box
shall have a front glass door with
lock
and key arrangement & shall be
___________________________________________________________________________________
Page 59 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

painted with post office red colour


(approval shall be taken on the
basis of submitted sample before
ordering)
00310 1.000 SET 29,000.00 29,000.00
Providing, installing, testing &
commissioning of fire brigade inlet
connection (fire department
connection) consisting of 4 Nos. 63
mm dia.
instantaneous inlet arranged on a
50 mm dia. header, 1 No. 150 mm
diameter sluice valve, 1 No. 150mm
dia. Non-return valve and wall
mounted box of M.S. construction
with glass door to house the above
mentioned components.
00320 1.000 SET 20,700.00 20,700.00
Providing, installing, testing &
commissioning of fire brigade draw
out
connection (fire department
connection) with suction pipe MS
class 'C'
100 mm dia. & 100 mm dia. foot
valve & steel chain including wall
mounted box M.S. construction with
glass door to house the above
mentioned components.
00330
Supply, fabrication & laying heavy
grade IS marked black mild steel
piping complete with all fittings,
pipe supports, clamps etc. as
approved with welded jointing for
external hydrant system. These pipes
shall be provided with 4mm thick
weather proof treatment like
covering
with pypkote complete.
00340 40.000 M 2,000.00 80,000.00
100 nominal bore
00350 175.000 M 2,600.00 455,000.00
150 nominal bore
00360 175.000 M 150.00 26,250.00
Excavation upto hard murrm as per
general profiles and back filling
00370 2.000 CUM 4,150.00 8,300.00
___________________________________________________________________________________
Page 60 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Making 1:2:4 cement concrete


supports and thrust blocks
generally as per
required and approved.
00380
Supply and installation of
Butterfly Valves with mating flanges
generally as specified all complete.
00390 2.000 EA 14,800.00 29,600.00
200 nominal bore
00400 6.000 EA 11,000.00 66,000.00
150 nominal bore
00410 5.000 EA 8,100.00 40,500.00
100 nominal bore
00420 2.000 EA 7,300.00 14,600.00
80 nominal bore
00430 2.000 EA 5,300.00 10,600.00
65 nominal bore
00440
Providing and laying Zoloto make
cast iron non-return valve IS marked
with flanges generally as specified
complete
00450 1.000 EA 14,750.00 14,750.00
200 nominal bore
00460 3.000 EA 12,500.00 37,500.00
150 nominal bore
00470 1.000 EA 7,700.00 7,700.00
80 nominal bore
00480 3.000 EA 1,350.00 4,050.00
Supply, installation, testing and
commissioning C.I. flanged double
air
valves size 25mm with 25mm gun
metal isolation valve etc. all
complete.
00490
Supply, installation testing and
commissioning double flanged MS pot
strainers with M.S. body and SS
40-grade mesh strainer.
00500 2.000 EA 17,100.00 34,200.00
Size 200mm
00510
Supply, fabrication & laying heavy
grade IS marked black mild steel
piping complete with all forged
fittings, pipe supports, clamps,
___________________________________________________________________________________
Page 61 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

painting (PO Red enamel paint of


approved make) etc. as approved with
threaded and welded jointing for
Wet Riser System.
Note:
a. Threaded joint upto 50 mm
diameter pipe.
b. Welded joint above 50mm diameter
pipe.
00520 18.000 M 3,500.00 63,000.00
200 mm nominal bore (6mm Thick Construct
00530 50.000 M 2,200.00 110,000.00
150 mm nominal bore
00540 15.000 M 1,400.00 21,000.00
100 mm nominal bore
00550 10.000 M 1,200.00 12,000.00
80 mm nominal bore
00560 5.000 M 1,000.00 5,000.00
65 mm nominal bore
00570 10.000 M 400.00 4,000.00
25 mm nominal bore
00580 5.000 EA 1,475.00 7,375.00
Supply, installation, testing and
commissioning brass orifice plates
in
pipelines to reduce pressure from 8
kg. to 3.5 kg/sq.cm.
00590
SPRINKLER SYSTEM
00600 1.000 SET 77,000.00 77,000.00
Supply, installation, testing and
commissioning of 150 mm dia.
Installation Control Valve
inclusive of 2 nos. 150 mm dia.
Butterfly
Valve, trainer, Alarm Valve with
Water Motor Gong, Pressure Gauges,
Test
Lines with Ball Valves with
necessary GI (H) piping with
threaded
fittings of required sizes complete
00610 5.000 SET 19,500.00 97,500.00
Supply, installation, testing and
commissioning of 80 mm dia. Zonal
Control Valve inclusive of 1 nos.
80 mm dia. butterfly valve, 80mm
diam.
___________________________________________________________________________________
Page 62 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

non return valve, Flow Switch,


water pressure gauges & 25 mm dia.
Auxiliary Drain valve with sight
glass with necessary GI (H) piping
with
threaded fittings of required sizes
complete
00620 1.000 EA 1,400.00 1,400.00
Providing and fixing 100 mm dia.
Pressure Gaugeon Sprinkler Header
including Ball Valves
00630
Providing, fixing, testing and
commissioning of 15 mm dia.
gunmetal
quartz bulb type sprinkler head to
operate at 68 degree centigrade
00640 180.000 EA 425.00 76,500.00
Upright / Pendent type
00650 175.000 EA 550.00 96,250.00
Pendent type with twin rossett plate
00660 4.000 EA 900.00 3,600.00
Side wall type
00670
Supply, fabrication & laying heavy
grade IS marked black mild steel
piping complete with all fittings,
pipe supports, clamps, painting ( PO
Red enamel paint of approved make)
etc. as approved with threaded and
welded jointing for Wet Riser and
Sprinkler System. Note: a. Threaded
joint upto 50mm diameter pipe. b.
Welded joint above 50mm diameter
pipe.
00680 25.000 M 2,200.00 55,000.00
150 mm nominal bore
00690 40.000 M 1,500.00 60,000.00
100 mm nominal bore
00700 40.000 M 1,100.00 44,000.00
80 mm nominal bore
00710 50.000 M 1,000.00 50,000.00
65 mm nominal bore
00720 65.000 M 900.00 58,500.00
50 mm nominal bore
00730 85.000 M 650.00 55,250.00
40 mm nominal bore
00740 45.000 M 600.00 27,000.00
___________________________________________________________________________________
Page 63 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

32 mm nominal bore
00750 435.000 M 425.00 184,875.00
25 mm nominal bore
00760
PORTABLE FIRE EXTINGUISHERS &
EXIT SIGNAGES
00770
Supply, storing, handling,
shifting, installation, testing and
commissioning of portable fire
Extinguishers as described below:
00780 ZSORC46100 12.000 EA 1,192.00 14,304.00
Supply of Fire buckets (9 litre
capacity) painted white inside and
red outside with letters 'fire' in
black
00790 ZSORC46200 3.000 EA 2,720.00 8,160.00
Supplying Fire bucket stand- 4
buckets hanging arrangement
00800 ZSORC46300 15.000 EA 4,338.00 65,070.00
Supplying and fixing of 4.5kg CO2
fire extinguisher of approved make
Conforming to IS 15683, portable
high pressure type. Body seamless
Manganese Steel, ISI marked
conforming to IS 7285, discharge
valve
conforming to IS 324, polyethylene
flat discharge horn with diffuser,
1m
wire braded rubber hose, powder
coated wall mounting mild steel
bracket
, stainless steel safety pin of SS
316 grade, CO2 gas with 99.5%
purity.
Extinguisher shall have anti
corrosive treatment of phosphating
by hot
dipping process to thickness not
less than 0.012mm both internally
and
externally. Epoxy polyster powder
coating of minimum 50 micron to all
metallic external parts with two
bands of yellow colored fluorescent
adhesive tape of minimum 20mm
thickness of body. Finish of the
___________________________________________________________________________________
Page 64 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

paint to
be PO red as per shade 538 of of
IS:5
00810 ZSORC46400 10.000 EA 2,283.00 22,830.00
Supplying and fixing of 9kg DCP
portable,cartridge type Fire
extinguisher of approved make,
Conforming to 15683:2006 , Body
Carbon
Steel as per IS:513, EDD grade with
no vertical weld joint on the body,
Neck ring of seamless mild steel
tube conforming to IS 1239 part-1,
Valve assembly conforming to SS 316
gradeor forged brass as per IS 6912
grade FLB, Inlet and outlet siphon
tubes of SS 316 grade or of brass as
per IS 407, Discharge nozzle of SS
316 grade of forged brass as per IS
6912, 500mm long discharge hose of
EDPM rubber, powder coated wall
mounting mild steel bracket ,
stainless steel safety pin of SS 316
grade, Dry Chemical powder (
potassium bi-carbonate and Minimum
90% of
the total chemical), ISI marked CO2
Gas cartridge of 200 gms, dia of the
body 175mm +/- 10mm and overall
hight less than 650mm. Extinguisher
shall have anti corrosive treatment
of phosphating by hot dipping
process to thickness not less than
0.012mm both internally and
externally. Epoxy polyster powder
coating of minimum 50 micron to all
metallic external parts with two
bands of yellow colored fluorescent
adhesive tape of minimum 20mm
thickness of body. Finish of the
paint to
be PO red as per shade 538 of of
IS:5
00820 5.000 EA 3,800.00 19,000.00
2 kg Mono Ammonium Phosphate (ABC)
type cartridge operated
extinguishers
00830 2.000 SQM 15,000.00 30,000.00
___________________________________________________________________________________
Page 65 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Providing and fixing signages


printed on photoluminescent U1000
aluminium sheet of 1.0 mm (+-10%)
containing Lumigen II as base
chemical, covered under UV
stablized coating and of
appropriate size
(Glo-lite or eq. Make) including
fixing on wall, door, ceiling etc.
with
proper clamps, hangers, cleats,
anchor fasteners etc. complete in
all
respects as directed by
Engineer-in-charge.
NOTE : Area of each signage shall
not be more than0.30 Sqm
00840 140.000 EA 5,000.00 700,000.00
Wireless Intelligent addresable
multisensor detector capable of
emitting
radio waves smoke detector should
have testing button to test the
complete system without generating
any smoke
00850 1.000 EA 125,000.00 125,000.00
Wireless Intelligent addressable
control panel with 999 different
zones
with inbuilt siren etc. It has
capability to recieve wireless
signals
from the hooter and displacement on
the panel.
00860 18.000 EA 27,000.00 486,000.00
Wireless Intelligent Addressable
manual coll point . It is Generally
installed within 3-4 mtr distance
of radio emmiter.
00870 16.000 EA 5,000.00 80,000.00
Wireless Intelligent Addressable
radio emmiter which has capability
to
read the zones of each detector
independently and send it to
wireless
panel. Radio emmiter has inbuilt
hooter so it also works as hooter
___________________________________________________________________________________
Page 66 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

single radio emmiter can read the


zones of different detectors
independently.
00880 2.000 EA 15,000.00 30,000.00
Addressable Control Module for
directional sounder, AHU,
Pressurization
Fan etc.
00890 8.000 EA 5,000.00 40,000.00
Addressable Monitoring Module to
connect NO/NC contacts such as flow
switches & Existing Panel.
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 30 ( FIRE FIGHTING SYSTEM ): 5,547,614.00
(Rs.FIFTY-FIVE LAC FORTY-SEVEN THOUSAND SIX HUNDRED FOURTEEN)

00040 DG & ELECTRIFICATION WORKS

Plant: 1500 UPSO - II


Account Assignments: Unknown

00010 1.000 SET 25,000.00 25,000.00


11 KV H.T. VCB SINGLE BREAKER
PANEL BOARD (OUTDOOR TYPE)
Receiving, Unloading, Shifting,
Installation Testing &
Commissioning of
11 KV Vacuum Circuit Breaker Panel
Board as Incomming / Outgoing shall
be metal clad floor mounting
complete as per specification and
as
described.
00020 1.000 SET 25,000.00 25,000.00
500 KVA TRANSFORMER With OLTC and
RTCC PANEL:
Recieving, Installation, Unloading,
Shifting, testing and commissioning
of 11 KV/ 433V, 3 phase, 50 Hz
delta/star-11 connected, out door
type,
transformer (rating as specified),
oil immersed ONAN cooled, complete
with all fittings such as oil
conservator, silica gel breather,
thermometer, explosion vent with ON
Load Tap changing (OLTC) arrangement
on HV side with Tapping for
___________________________________________________________________________________
Page 67 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

variations of high voltage from (+)


10% to
(-) 20% in steps of 2.5% each with
Microprocessor RTCC panel,
bi-directional roller, diagrams &
rating plate, Oil temperature
indicator, & Winding temperature
indicator, Buchholz relay, weather
proof Marshalling Box, lifting
lugs, first filling of oil, weather
proof H.T/L.T cable box etc.
complete as per specification and as
described.
All relays, contacts & CT terminals
to be wired upto marshalling box.
Enclosure shall be of split up type
so that top portion of the enclosure
can be removed without disturbing
core-coil assembly for shifting
purpose.
00030 1.000 SET 2,233,064.00 2,233,064.00
Main L.T. Panel
Design, Manufacturing, Supply,
Receiving, Unloading, Shifting,
Installation, Testing &
commissioning of Main LT Panel. The
panel will
be fully compartmentlized, totally
enclosed type with, free standing,
floor mounted, indoor duty, dust &
vermin proof, front operated,
electrical panel fabricated from 2
mm thick M.S. Sheet as per
specifications & drawing laid in
this document and will be complete
with
the main and auxiliary bus bars,
ammeter, ammeter selector switch,
voltmeter, voltmeter selector
switch, indication lamps, CT's,
protection
MCB, interconnection wiring, earth
bus and will be powder coated finish
with 70 micron thickness. All the
busbar joint shall be protected by
clip on type sleeve. The Main LT
Panel shall use all draw out type
breakers suitable for 415 V AC, 3
___________________________________________________________________________________
Page 68 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

phase, 50 Hz, 3 phase 4 wire supply


system. The panel shall have load
management, AMF, changeover facility
& interlocking through PLC to
achieve electrical interlocking,
buscoupler switching, auto
operation of incommer and bus
coupler etc and
having following incomming and
outgoing Air Circuit Breakers, MCCB
as
per the drawing and specification.
SUB HEAD : I-SUB STATION WORK
Each Incoming, Outgoing & Bus
Coupler Air Circuit Breaker shall
have
microprocessor release mentioned as
in specification. The Panel will be
made as per detailed specifications
& drawings forming part of this
document. Fault level of panel
shall be 25 KA.
Each Incomming MCCB shall have
microprocessor release and variable
current setting from front,
overcurrent & short circuit
protection and
Outgoing MCCB shall have thermal
magnetic release front extended
lockable handle, pad lockable in
off position, indication light for
ON,
shrouding on incomer side,
termination shall be suitable for
aluminium
bus bars / cables.
INCOMING
1 No. 800 Amp FP Electrically
operated horizontal drawout type Air
Circuit Breaker. (For 500 KVA
Transformer Incommer) (35 KA Ics)
1 Nos. 400 Amp FP Moulded Case
Circuit Breaker with 400 A FP Power
Contactor. (For 250 KVA D.G. Set
Incommer) (35 KA Ics)
1 Nos. 160 Amp FP Moulded Case
Circuit Breaker with 160 A FP Power
Contactor. (For 160 KVA D.G. Set
___________________________________________________________________________________
Page 69 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Incommer) (30 KA Ics)


BUS COUPLER
1 Nos. 160 Amp FP Moulded Case
Circuit Breaker with 160 A FP Power
Contactor. (35 KA Ics)
1 Sets of indicating lamps for ON &
OFF of buscoupler.
SUB HEAD : I-SUB STATION WORK
AUTO OPERATION OF INCOMER /
BUSCOUPLER.
Load management through Micro PLC
shall be provided to achieve the
following functions.
Auto start of DG Sets on grid
failure & phase reversal.
Auto DG Set running by preset
timing.
Auto changeover.
Buscoupler switching.
Interlocking.
Necessary hardware shall be
provided to achieve above functions
including micro PLC with real time
clock, digital inputs/outputs, MMI
with 2 line display, power supply,
auxillary relays, PB's indication
etc. & software for the above.
Automatic system shall be user
friendly and shall have manual
override.
BUS BARS
800 Amp TPN busbars of aluminium
alloy as per SLD.
OUTGOING
Each outgoing breaker shall have
Dual source Energy Meter & All
outgoing Breaker & MCCB shall be 25
KA Ics.
2 Nos. 400 Amp TP+N MCCB.
3 Nos. 160 Amp TP+N MCCB.
9 Nos. 100 Amp TP+N MCCB.
4 Nos. 63 Amp TP+N MCCB.
SUB HEAD : I-SUB STATION WORK
INSTRUMENTS
3 Nos. 0 to 500 Volt digital
voltmeter with Voltmeter Selector
Switch
& Protective SP MCB (96mm square)
___________________________________________________________________________________
Page 70 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

(one for each Incoming Breaker).


1 No. 0 to 800 Amp digital ammeter
(96mm square) with CT's.
1 No. 0 to 400 Amp digital ammeter
(96mm square) with CT's.
1 No. 0 to 150 Amp digital ammeter
(96mm square) with CT's.
3 Sets of phase indicating lights
(RYB) with protection fuses (one set
for each incoming breaker).
3 Sets breaker 'ON' & 'OFF'
indicating lamp (one set for each
incoming breaker).
3 Sets trip circuit healthy
indicating lamp (one set for each
incoming
breaker).
3 Sets of 3 Phase O/V and U/V relay
with time delay (O/V - 100% to 140%
U/V - 80% to 95%).
1 Sets of 3 phase, phase reversal
relay (one set for each transformer
incoming)
1 Sets of 3 phase, Single Phasing
Preventor (one set for each
transformer incoming)
1 Set of CT's one of 800/ 5Amp
ratio for APFC relay.
3 Nos. Frequency meter (one for
each Incoming Breaker).
2 Nos. 12 window announciator for
D.G. Set.
3 Nos. master trip relay (one for
each Incoming Breaker).
SUB HEAD : I-SUB STATION WORK
BATTERY & BATTERY CHARGER
2 No. 24 V / 12 V DC Battery
Charger suitable for 250 KVA & 82.5
KVA D.G. Set complete panel control
supply.
1 No. 220 V A.C. / 24V DC Power
Supply Unit suitable for complete
panel
control supply.
1 No. Single Phase 1 KVA UPS with 2
Hour Backup.
00040 1.000 SET 375,000.00 375,000.00
CAPACITOR BANK PANEL (150 KVAR)
___________________________________________________________________________________
Page 71 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

INCOMING
1 Nos. 300 Amp TP Moulded Case
Circuit Breaker with neutral link.
1 Nos. 0 to 500 Volt digital
voltmeter with Voltmeter Selector
Switch &
Protective SP MCB (96mm square)
(one for each Incoming Breaker).
1 No. 0 to 300 Amp digital ammeter
(96mm square) with CT's.
1 Sets of phase indicating lights
(RYB) with protection fuses (one set
for each incoming breaker).
1 Sets breaker 'ON' & 'OFF'
indicating lamp (one set for each
incoming
breaker).
8 Step Automatic Power Factor
Correction relay (APFC relay).
BUSBARS
400 Amp TPN busbars of aluminium
alloy as per SLD.
SUB HEAD : I-SUB STATION WORK
5 Nos. 63 Amp TP MCCB.
3 Nos. 32 Amp TP MCCB.
5 Nos. capacitor duty contactor
(one for each 25KVAR capacitor
unit).
3 Nos. capacitor duty contactor
(one for each 10/5KVAR capacitor
unit).
5 Nos. 25 KVAR Capacitor Bank.
2 Nos. 10 KVAR Capacitor Bank.
1 Nos. 5 KVAR Capacitor Bank.
8 sets of push button stations Red
and Green for manual operation of
capacitor units with auto/manual
selector switches.
1 No. Indicating lamp for each 25 /
10 / 5 KVAR capacitor unit to
indicate that the unit is 'ON'.
1 No. Toggle switch for changing
automatic to manual operation of
capacitor units.
Power factor meter.
00050 1.000 SET 15,000.00 15,000.00
Receiving, Unloading, Shifting,
Installation, Testing &
___________________________________________________________________________________
Page 72 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Commissioning of
indoor type floor mounted, dust,
damp and vermin proof, cubicle HT.
Metering Panel made out of 14 gauge
CRCA sheet steel complete with 5Amp
electronic trivector meter, C.T.'s
of 25/5Amp, 0.5 Class, 10VA Burden,
and P.T's of 11KV/ /3, 110V/
/3, conforming to relevant IS
Standards
and complete as required. H.T.
Metering cubicle along with C.T.'s,
P.T.'s and trivector meter shall be
got tested and approved from local
electricity supply authority.
00060 1.000 SET 15,000.00 15,000.00
Receiving, Unloading, Shifting,
Installation Testing &
Commissioning of
11 KV Load Break Switch as
Incomming / Outgoing shall be metal
clad
floor mounting, incomming and
outgoing cable termination
arrangement
complete as per specification and
as described.
00070
CUBICAL PANEL BOARD
Supplying, Installation, Testing &
Commissioning of Panel Boards as per
standard items as specified given
below
00080 1.000 SET 110,000.00 110,000.00
i) For 2 x 2.0 HP Booster Pumps (1
duty + 1 stand by)
ii) For2 x 2 HP Basement Waste Sump
Pumps (1 Duty + 1 Stand by) - (only
isolator).
iii) For 2 x 1
HP Basement Waste Sump Pumps pump
room (1 Duty + 1 Stand by) - only
feeder to sub panels.
iv) For 1 x 5 HP Bore well
Pump (only isolator).
Supply, installation, testing and
commissioning of Cubical type
sectionalised floor standing switch
___________________________________________________________________________________
Page 73 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

board of 31 MVA fault capacity at


415 V complete with 3.5 strip, 160
A capacity Aluminium Bus - Bar
Electrolytic grade, cable alley,
switchgears of following capacity &
as
per specifications.
INCOMER: 100 A TP MCCB with heavy
duty solid neutral link with
(0-100A)
ammeter with 3 CT and selector
switch, (0 - 500 V) voltmeter with
selector switch, phase indication
light with protection fuse. - 01 Set

OUT
GOINGS : 12 A TP MCB with 10 A DOL
starter, overload relay, 96 mm
(0-25A) ammeter with single CT,
start / stop push buttons, on / off
/
trip indication lights with
protection fuse, single phase
preventer. -
02 set.
i) For 2 x 2 HP Waste Water
Transfer Pumps
25 A
TP MCB with Isolator - 1 sets
ii) For 2
x 1 HP waste Water Transfer Pumps
iii) 12 A TP MCB
with 10 A DOL starter, overload
relay,
96 mm (0-25A) ammeter with single
CT, start / stop push buttons, on /
off / trip indication lights with
protection fuse, single phase
preventer. - 02 set.
iv) For 1 No. - 5 HP Borewell Pump

32 A TP MCB with isolator


NOTE :
i) All the water supply & drainage
pumps shall work in cyclic
process i.e. in first operation
duty pump work on duty and stand by
pump
___________________________________________________________________________________
Page 74 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

duty pump work on stand by and


stand by pump work as duty pump.
ii) The drainage Stand by pumps
automatically work as drainage
assist
pump for Duty pump when level of
water rises in drainage sump pumps
iii) Both pumps can work at a time
& operation shall be controlled
with the help of level controllers
and float switches.
00090 1.000 SET 210,000.00 210,000.00
i) For 1 x 60 HP Wet Riser &
Sprinkler Pump (Main fire Pump)
ii) For 1 x 7.5 HP Jockey Pumps
Supply, installation, testing
and commissioning of non draw out
Cubical type sectinalised floor
standing powder coated switch board
of
31 MVA fault capacity at 415 V
complete with 4 strip, 400 A
capacity
Aluminium Bus - Bar Electrolytic
grade, cable alley & supplying &
fixing of following switchgears as
per specifications including
connections & interconnections.
INCOMER
400 A TPN MCCB with overload, short
ckt., earth fault protection
release, with 144 mm (0 -400 A)
ammeter with 3 CT and selector
switch,
144 mm (0 - 500 V) Voltmeter with
selector switch, phase indication
light with protection fuse, on /
off / trip indicating light with
protection fuse. - 01 Set
OUTGOINGS
i) For 1 x 60 HP Wet Riser &
Sprinkler Pumps
200 A TP MCCB with 110 A star delta
starter, overload relay start /
stop push buttons, 96 mm (0-250
A) ammeter with three CT & selector
switch, on / off / trip indication
light with protection fuses,
___________________________________________________________________________________
Page 75 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

single phase preventer.


- 02 Set
ii) For 1 x 7.5 HP Jockey Pumps
40 A TP MCB, 40 A star delta
starter, overload relay, start/stop
push
buttons, ammeter (0-40A) with three
CT & selector switch, on/off/trip
indication lights with protection
fuse, single phase preventer. - 01
Set
NOTE :
All pumps operation shall be
controlled by flow switches.
The logic of control panel based on
specification attached.
All pumps shall be works
automatically or manually.
5 Amp power required for diesel
engine pump from main fire fighting
panel.
00100 1.000 SET 85,000.00 85,000.00
LIFT PANEL BOARD
INCOMING
1 No. 100 Amp TP+N Moulded Case
Circuit Breaker.
BUSBAR
150 Amp TPN bus bar of aluminium
alloy.
SUB HEAD : I-SUB STATION WORK
OUTGOING
3 Nos. 63 Amp TP+N MCCB
5 Nos. 40 Amp TPN MCB
4 Nos. 40 Amp DP MCB
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00110 1.000 SET 75,000.00 75,000.00
UPS INCOMMING PANEL-
INCOMING
___________________________________________________________________________________
Page 76 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

1 No. 100 Amp TP+N Moulded Case


Circuit Breaker.
BUSBAR
150 Amp TPN bus bar of aluminium
alloy.
OUTGOING
3 Nos. 63 Amp TP+N MCCB
1 Nos. 63 Amp DP MCB with Digital
Energy Meter.
SUB HEAD : I-SUB STATION WORK
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00120 1.000 SET 125,000.00 125,000.00
PS OUTGOING PANEL-
INCOMING
2 No. 125 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
250 Amp DP bus bar of aluminium
alloy.
OUTGOING
3 Nos. 63 Amp TP MCCB with Digital
Energy Meter
1 Nos. 100 Amp TP MCCB with Digital
Energy Meter
INSTRUMENT
2 Set of ON/OFF Indication lamps
with SP MCB.
00130 1.000 SET 55,000.00 55,000.00
UPS PDB PANEL-
INCOMING
1 No. 100 Amp TP Moulded Case
Circuit Breaker.
SUB HEAD : I-SUB STATION WORK
BUSBAR
150 Amp DP bus bar of aluminium
alloy.
OUTGOING
12 Nos. 40 Amp DP MCB
___________________________________________________________________________________
Page 77 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

02 Nos. 63 Amp DP MCB


INSTRUMENT
1 Set of ON/OFF Indication lamps
with SP MCB.
00140 1.000 SET 50,000.00 50,000.00
UPS ELDB PANEL-
INCOMING
1 No. 63 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
100 Amp DP bus bar of aluminium
alloy.
OUTGOING
12 Nos. 25 Amp DP MCB
INSTRUMENT
1 Set of ON/OFF Indication lamps
with SP MCB.
00150 1.000 SET 50,000.00 50,000.00
RAW POWER PDB PANEL-
INCOMING
1 No. 100 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
150 Amp DP bus bar of aluminium
alloy.
OUTGOING
02 Nos. 63 Amp TPN MCB
12 Nos. 40 Amp TPN MCB
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00160 1.000 SET 100,000.00 100,000.00
LIGHTING DB PANEL-
INCOMING
1 No. 100 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
150 Amp DP bus bar of aluminium
alloy.
OUTGOING
___________________________________________________________________________________
Page 78 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

02 Nos. 63 Amp TPN MCB


12 Nos. 40 Amp TPN MCB
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00170 1.000 SET 100,000.00 100,000.00
AC DB PANEL-
INCOMING
1 No. 100 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
150 Amp DP bus bar of aluminium
alloy.
OUTGOING
12 Nos. 40 Amp TPN MCB
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00180 1.000 SET 100,000.00 100,000.00
VENTILLATION PANEL-
INCOMING
1 No. 100 Amp TP Moulded Case
Circuit Breaker.
BUSBAR
150 Amp DP bus bar of aluminium
alloy.
OUTGOING
8 Nos. 40 Amp TPN MCB
INSTRUMENT
1 No.0 to 500 Volt digital
voltmeter with selector switch &
protection
___________________________________________________________________________________
Page 79 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00190 1.000 SET 125,000.00 125,000.00
EXTERNAL LIGHTING PANEL (OUTDOOR
TYPE)
Design, Manufacturing, Supply,
Receiving, Unloading, Shifting,
Installation, Testing &
Commissioning of cubicle type
totally enclosed
free standing type moisture, dust
and vermin proof Sub Distribution
Board made out of MS sheet complete
with following equipments,
including ammeter, ammeter
selector switch, voltmeter,
voltmeter
selector switch, indicating lamps,
CT's, internal wiring with suitable
size wires/ cable,
interconnection, painting etc as
required & as per
technical specification. (All MCCB
up to 200 A shall have
thermalmagnetic release and above
200 A shall have microprocessor
release and all the MCCB shall be
25 KA Ics)
INCOMING
1 No. 63 Amp TP+N (25 KA Ics)
Moulded Case Circuit Breaker.
1 No. 63 Amp FP Power contactor.
1 set. 24 hour timer, A/M switch,
control wiring etc.
BUSBAR
1 set of 100 Amp TPN bus bar of
aluminium alloy.
OUTGOING
3 Nos. 63A TPN MCB
3 Nos. 63 Amp DP MCB
00200 1.000 SET 65,000.00 65,000.00
800 Amp MCCB L.T. Isolator Panel
for Transformer (Outdoor Type)
___________________________________________________________________________________
Page 80 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

1 No.0 to 500 Volt digital


voltmeter with selector switch &
protection
SP MCB.
1 No.0 to 100 Amp digital Ammeter
with selector switch and CT's.
1 Set of phase indicating lamps
with SP MCB.
1 Set of ON/OFF Indication lamps
with SP MCB.
00210 1.000 SET 2,951,000.00 2,951,000.00
DIESEL GENERATING SET 250 KVA:
Supply & Installation, testing and
commissioning of DG sets of the
following ratings, excluding the
preparation of foundation, including
the transporting from owner's issue
point to the place of installation,
unpacking, positioning, in place,
site assembly of loosely furnished
accessories including all
necessary accessories like storage
tank,
housing , piping, power and control
panel, wiring , safety devices , etc
and housing (container) , AMF panel
and with contractor's own test
equipment complete with all labour
as per approved & installation
drawings, specifications of this
tender and directions of
Engineer-in-charge.
00220 1.000 SET 1,809,500.00 1,809,500.00
DIESEL GENERATING SET 160 KVA:
Supply & Installation, testing and
commissioning of DG sets of the
following ratings, excluding the
preparation of foundation, including
the transporting from owner's issue
point to the place of installation,
unpacking, positioning, in place,
site assembly of loosely furnished
accessories including all
necessary accessories like storage
tank,
housing , piping, power and control
panel, wiring , safety devices , etc
and housing (container) , AMF panel
___________________________________________________________________________________
Page 81 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

and with contractor's own test


equipment complete with all labour
as per approved & installation
drawings, specifications of this
tender and directions of
Engineer-in-charge.
00230 20.000 M 2,189.00 43,780.00
Supply and installation of DG Set
exhaust line (including cladding
,providing of mineral wool etc
inside the acoustic enclosure)
consistingof 80 mm dia B class MS
Pipe DG Sets
00240 10.000 EA 1,097.00 10,970.00
Supply and installation of earth
pit markers for directly bNAied GI
pipeelectrodes with 18 SWG
enamelled steel plate engraved (with
whiteletters BNAIED, EARTH
ELECTRODE instead of BNAied
Electric Cables)
onJADE green background complete
with support and foundation as
perapproved drawings,
specifications of this tender and
direction
ofEngineer-in-charge.
00250 2.000 EA 150.00 300.00
Providing & fixing H.T. danger
notice plate of 250mm x 200mm, made
of
mild steel, at least 2mm thick &
vitreous enamelled white on both
sides
and with inscription in signal red
colour on front side as required.
00260 2.000 EA 150.00 300.00
Providing & fixing M.V. danger
notice plate of 200mm x 150mm made
of
mild steel, atleast 2mm thick and
vitreous enamelled white on both
sides
& with inscription in signal red
colour on front side as required.
00270 1.000 EA 5,000.00 5,000.00
First aid box containing material
as prescribed by St. John ambulance
___________________________________________________________________________________
Page 82 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

brigade or Indian Red Cross


complete as required.
00280 ZSORE006XX
Cable Jointing : Providing straight
through joint of following 1.1 KV
grade XLPE insulated armoured cable
with approved make jointing kit,
and other jointing material, etc.
all complete including supply
of all materials as per
specification & direction of
Engineer
In-charge.
00290 ZSORE00604 1.000 EA 680.10 680.10
S/F Cable jointing kit for 2 Core x
6 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00300 ZSORE00612 1.000 EA 729.60 729.60
S/F Cable jointing kit for 4 Core x
6 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00310 ZSORE00613 1.000 EA 729.60 729.60
S/F Cable jointing kit for 4 Core x
10 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00320 ZSORE00617 1.000 EA 776.20 776.20
S/F Cable jointing kit for 3.5 Core
x 35 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00330 ZSORE00618 1.000 EA 869.20 869.20
S/F Cable jointing kit for 3.5 Core
x 50 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
___________________________________________________________________________________
Page 83 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00340 ZSORE00619 1.000 EA 941.50 941.50


S/F Cable jointing kit for 3.5 Core
x 70 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00350 ZSORE00620 7.000 EA 1,156.30 8,094.10
S/F Cable jointing kit for 3.5 Core
x 95 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00360 ZSORE00622 1.000 EA 1,450.40 1,450.40
S/F Cable jointing kit for 3.5 Core
x 150 sq. mm with approved make
jointing kit etc. as per
specifications and direction of
Engineer in
charge.
00370 ZSORE001XX
Supply & laying of XLPE
insulated PVC sheathed
aluminium/copper
conductor, 1.1 kV grade armoured
cable conforming to IS:7098, as per
approved make in ground/
trench/surface/pipe, etc. wherever
required
as per direction of Engineer
In-charge.
Note: The rate of Installation
should be inclusive of Cable clamps,
tags Saddles, Consumables etc.
Trays/pipes, Glands, trenches,
fabricated
tray supports etc will be covered
& paid in Separate Items
00380 ZSORE00108 200.000 M 146.50 29,300.00
Supply and Laying 2 Core x 6 sq. mm
Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00390 ZSORE00110 400.000 M 164.30 65,720.00
Supply and Laying 3 Core x 6 sq. mm
Aluminium Cable FRLSas per
specifications and direction of
___________________________________________________________________________________
Page 84 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Engineer in charge.
00400 ZSORE00111 500.000 M 194.00 97,000.00
Supply and Laying 3 Core x 10 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00410 ZSORE00112 575.000 M 187.10 107,582.50
Supply and Laying 4 Core x 6 sq. mm
Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00420 ZSORE00113 80.000 M 223.70 17,896.00
Supply and Laying 4 Core x 10 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00430 ZSORE00114 30.000 M 242.60 7,278.00
Supply and Laying 4 Core x 16 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00440 ZSORE00117 500.000 M 361.40 180,700.00
Supply and Laying 3.5 Core x 35 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00450 ZSORE00118 150.000 M 454.40 68,160.00
Supply and Laying 3.5 Core x 50 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00460 ZSORE00119 50.000 M 599.00 29,950.00
Supply and Laying 3.5 Core x 70 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00470 ZSORE00120 300.000 M 736.60 220,980.00
Supply and Laying 3.5 Core x 95 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
00480 ZSORE00122 50.000 M 1,067.20 53,360.00
Supply and Laying 3.5 Core x 150
sq. mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge
00490 ZSORE003XX
Supplying and Laying of Flat cables
___________________________________________________________________________________
Page 85 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

as per specifications and direction


of Engineer In-charge
00500 ZSORE00301 100.000 M 165.30 16,530.00
Supply and laying of 3core, 2.5
sq.mm copper Flat Cable for
submersible
pump as per specifications and
direction of Engineer In-charge.
00510 ZSORE00302 100.000 M 232.70 23,270.00
Supply and Laying 3core, 4 sq.mm
copper Flat Cable for submersible
pump
as per specifications and direction
of Engineer In-charge.
00520 ZSORE004XX
Cable Termination (NON FLP):
Providing termination of 1.1 kV
grade
armoured cable for the following
sizes including supply of NON FLP
heavy duty DOUBLE COMPRESSION cable
glands, crimping type lugs
and allied jointing materials, etc.
all complete as per specification
& direction of Engineer
In-charge. Glands and lugs shall be
of
approved make. Copper lugs for
copper cables and aluminium lugs for
aluminium cables shall be used.
00530 ZSORE00404 10.000 EA 221.80 2,218.00
S/P Cable termination for 2 Core x
6 sq. mm including double
compression Non-FLP Glands.
00540 ZSORE00407 2.000 EA 211.90 423.80
S/P Cable termination for 3 Core x
2.5 sq. mm. including double
compression Non-FLP Glands.
00550 ZSORE00408 2.000 EA 211.90 423.80
S/P Cable termination for 3 Core x
4 sq. mm. including double
compression Non-FLP Glands.
00560 ZSORE00409 10.000 EA 259.40 2,594.00
S/P Cable termination for 3 Core x
6 sq. mm. including double
compression Non-FLP Glands.
00570 ZSORE00410 10.000 EA 265.30 2,653.00
S/P Cable termination for 3 Core x
___________________________________________________________________________________
Page 86 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

10 sq. mm. including double


compression Non-FLP Glands.
00580 ZSORE00412 10.000 EA 259.40 2,594.00
S/P Cable termination for 4 Core x
6 sq. mm. including double
compression Non-FLP Glands.
00590 ZSORE00413 10.000 EA 265.30 2,653.00
S/P Cable termination for 4 Core x
10 sq. mm. including double
compression Non-FLP Glands.
00600 ZSORE00417 10.000 EA 380.20 3,802.00
S/P Cable termination for 3.5 Core
x 35 sq. mm. including double
compression Non-FLP Glands.
00610 ZSORE00418 20.000 EA 517.80 10,356.00
S/P Cable termination for 3.5Core x
50 sq. mm. including double
compression Non-FLP Glands.
00620 ZSORE00419 10.000 EA 593.00 5,930.00
S/P Cable termination for 3.5 Core
x 70 sq. mm. including double
compression Non-FLP Glands.
00630 ZSORE00420 30.000 EA 831.60 24,948.00
S/P Cable termination for 3.5 Core
x 95 sq. mm. including double
compression Non-FLP Glands.
00640 ZSORE00422 10.000 EA 1,246.40 12,464.00
S/P Cable termination for 3.5Core
x150 sq.mm. including double
compression Non-FLPGlands.
00740 ZSORE007XX
Supplying and installing of GI
cable route marker with 100mm x
100mm
x5mm thick GI Plate with
inscription thereon, bolted/welded
to 35mm x
35mm x 6mm angle iron, 600mm long
and fixing the same in ground as per
drawing and direction of Engineer
in charge. Job also include painting
with one coat of redoxide and
synthetic enamel paint on the
markers.
00750 ZSORE00701 30.000 EA 354.40 10,632.00
Supplying and installing of GI
cable route marker with
100mm x 100mm x5mm thick GI Plate
___________________________________________________________________________________
Page 87 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

as per drawing & direction of


Engineer in charge.
00760 ZSORE008XX
Providing and constructing
underground brick duct 650mm below
GL for
laying of 3 cables of max. diameter
70mm, complete with supply and
laying of sand, bricks &
including Excavation and
backfilling in
all kind of soils.
00770 ZSORE00801 500.000 M 278.20 139,100.00
Brick duct for cables, 450mm wide
(24 Bricks & 0.0494 cum per
Mtr)
as per specifications and direction
of Engineer in charge.
00780 ZSORE00802 100.000 M 172.30 17,230.00
Brick duct for cables, 225mm wide
(16 Bricks & 0.0195 cum per
Mtr)
as per specifications and direction
of Engineer in charge.
00790 ZSORE00900 100.000 M 378.20 37,820.00
Providing and laying class-B 50mm
dia GI pipe for cable routing
under flooring/ EB post leading
including sealing both ends with
Sealing compound
00800 ZSORE011XX
PERFORATED GI CABLE TRAY - 50MM
Supplying, fabricating and
installing following sizes of
perforated GI cable trays including
horizontal and
vertical bends, reducers, tees,
cross members and other
accessories as required and duly
suspended from the ceiling
and/or fix to steel/RCC columns,
beams or any other structure
members with MS suspenders, angles,
channels, etc complete
as per the direction of Engineer in
charge.
00810 ZSORE01101 800.000 M 474.20 379,360.00
S/F/I Perforated GI trays of 150mm
___________________________________________________________________________________
Page 88 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

x 50mm x 2mm with bends, tees, cross


members etc. as per specifications
and direction of Engineer in charge.
00820 ZSORE01102 200.000 M 553.40 110,680.00
S/F/I Perforated GI trays of 200mm
x 50mm x 2mm with bends, tees, cross
members etc. as per specifications
and direction of Engineer in charge.
00830 ZSORE01103 450.000 M 708.80 318,960.00
S/F/I Perforated GI trays of 300mm
x 50mm x 2mm with bends, tees, cross
members etc. as per specifications
and direction of Engineer in charge.
00840 ZSORE01104 100.000 M 944.50 94,450.00
S/F/I Perforated GI trays of 450mm
x 50mm x 2mm with bends, tees, cross
members etc. as per specifications
and direction of Engineer in charge.
00850 ZSORE01105 50.000 M 1,179.10 58,955.00
S/F/I Perforated GI trays of 600mm
x 50mm x 2mm with bends, tees, cross
members etc. as per specifications
and direction of Engineer in charge.
00860 ZSORE01800 10.000 EA 1,046.40 10,464.00
Supplying and providing 100mm
square hensel weather proof
junction box for emblem pole/ light
pole/yard light
00870 ZSORE014XX
Providing earthing with pipes of
specifications as per IS:3043 (with
latest ammendment) including
providing suitable earth bus for
interconnection, providing a
mixture of salt and charcoal,
making earth
pit chamber with chequered plate
cover as per standard Drawing all
complete as per specification and
direction of Engineer In-charge.
00880 ZSORE01401 18.000 EA 7,058.70 127,056.60
Providing earthing with 100 mm dia,
3.0M long C.I pipe as per
specification and direction of
Engineer In-charge
00890 ZSORE015XX
Supply & drawing/laying, jointing,
connecting, testing and
___________________________________________________________________________________
Page 89 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

commissioning of earth
strip/copper strip/GI wire for
earthing and
lightning protection under or
aboveground complete as per
specification for the following :
00900 ZSORE01501 400.000 M 264.30 105,720.00
Supply & Laying Earthing 50 x
10mm G.I. Strip as per
specifications and direction of
Engineer in Charge
00910 ZSORE01503 350.000 M 157.40 55,090.00
Supply & Laying Earthing 50 x
6 mm G.I. Strip as per
specifications and direction of
Engineer in Charge
00920 ZSORE01506 400.000 M 15.80 6,320.00
Supply & Laying Earthing 8
S.W.G. G.I. Wire (bare) as per
specifications and direction of
Engineer in Charge
00930 ZSORE01512 200.000 M 296.00 59,200.00
Supply & Laying Earthing 20 x
3 mm Cu. Strip as per specifications
and direction of Engineer in Charge
00940 ZSORE01513 100.000 M 634.60 63,460.00
Supply & Laying Earthing 25 x
5 mm Cu. Strip as per specifications
and direction of Engineer in Charge
00950 ZSORE02200 1.000 EA 705.90 705.90
Formation of lighting protection
arrangement with supply of 1.0 M
height spike and erection at top
most portion of structure/building
and connecting the same to earth
pit by 40x6mm GI Strip
(excluding supply and laying of GI
strip)
00960 ZSORE02300 1.000 EA 186.10 186.10
Supplying and fixing of MV
Lightning Arrestor
horn gap type as required
00970 ZSORE024XX
Supplying & Fixing of following
items for electrical safety in
switch
rooms/DG rooms etc
00980 ZSORE02401 60.000 M2 673.20 40,392.00
___________________________________________________________________________________
Page 90 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

12mm thick Rubber floor mat


suitable for working on
equipment upto 33 KV working
voltage of size 2mtr x 1mtr near
switchboards, etc as per direction
of Engineer In charge
00990 ZSORE02402 40.000 M2 3,300.70 132,028.00
6 mm thick chequered plate on cable
trench inside switch room,
DG room, earthing pit including
cutting, painting, lifting hooks,
etc
01000 ZSORE02403 1.000 EA 144.50 144.50
Supply and fixing of shock
treatment chart in English, Hindi &
local
language framed in glass framework.
01010 ZSORE02404 1.000 EA 691.00 691.00
11 KV grade hand gloves, ISI mark
01020 ZSORE028XX
Providing iternal wiring for light
point/ fan point/ exhaust fan point/
call bell point with 1.5 sq.mm FR
PVC insulated copper conductor
single
core cable in surface / recessed
medium class PVC conduit, with
switches
and plates, earthing the point with
1.5 sq.mm. FR PVC insulated copper
conductor single core cable etc as
per specifications and direction of
Engineer in charge.
01030 ZSORE02802 100.000 EA 538.60 53,860.00
Wiring for light point/ fan point/
exhaust fan point/ call bell point
with 1.5 sq.mm FR PVC insulated
copper conductor single core
cable in surface / recessed medium
class PVC conduit, with
MODULAR SWITCH, MODULAR PLATE ,
suitable GI box and earthing the
point with 1.5 sq.mm. FR PVC
insulated copper conductor single
core cable etc as required.
01040 ZSORE02803 250.000 EA 815.80 203,950.00
Wiring for light/ power plug with
2X4 sq. mm FR PVC insulated
___________________________________________________________________________________
Page 91 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

copper conductor single core cable


in surface/ recessed medium
class PVC conduit along with 1 No 4
sq. mm FR PVC insulated
copper conductor single core cable
for loop earthing as required.
with modular switch, modular plate,
suitable GI box
01050 ZSORE029XX
Providing following point wiring
with standard wire/ cable, plug,
fittings, with suitable sockets,
suitable GI box with front plate
etc. complete, to include circuits
from distribution boards to
individual point boards, suitable
PVC casing capping and required
accessories pulling of wires, etc.
complete.
01060 ZSORE02901 2,000.000 M 15.80 31,600.00
Supplying and drawing following 2
pair 0.5 sq mm FR PVC
insulated annealed copper
conductor, unarmored telephone
cable in the existing surface/
recessed steel/ PVC conduit as
required.
01070 ZSORE02902 500.000 M 21.80 10,900.00
Supplying and drawing co-axial TV
cable RG-6 grade, 0.7 mm
solid copper conductor PE
insulated, shielded with fine tinned
copper braid and protected with PVC
sheath in the existing
surface/ recessed steel/ PVC
conduit as required.
01080 ZSORE030XX
Supplying, drawing sub-main/power
wiring with PVC insulated Copper
1100 V grade FRLS type through
heavy duty rigid PVC conduit
either on wall or in concealed. The
job include terminations at both
ends through proper jointing
materials all complete for the
following.
Make of Insulated wires shall be as
per approved make
___________________________________________________________________________________
Page 92 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01090 ZSORE03001 1,500.000 M 105.90 158,850.00


Sub-main/power wiring with PVC
insulated Copper wire of 2 x 1.5 sq
mm +
1 x 1.5 sq mm earth wire, as per
specifications and direction of
Engineer in Charge
01100 ZSORE03002 2,500.000 M 129.70 324,250.00
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 2.5 sq
mm +
1 x 2.5 sq mm earth wire, as per
specifications and direction of
Engineer in Charge
01110 ZSORE03003 4,500.000 M 160.40 721,800.00
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 4 sq
mm + 1
x 4 sq mm earth wire, as per
specifications and direction of
Engineer in
Charge
01120 ZSORE03004 100.000 M 203.90 20,390.00
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 6 sq
mm + 1
x 6 sq mm earth wire, as per
specifications and direction of
Engineer in
Charge
01130 ZSORE03005 100.000 M 306.90 30,690.00
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 10 sq
mm + 1
x 10 sq mm earth wire, as per
specifications and direction of
Engineer
in Charge
01140 ZSORE03006 100.000 M 424.70 42,470.00
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 16 sq
mm + 1
x 16 sq mm earth wire, as per
specifications and direction of
Engineer
in Charge
01150 ZSORE031XX
Supply and fixing of following
___________________________________________________________________________________
Page 93 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Electrical fittings /fixtures


01160 ZSORE03107 100.000 EA 1,694.90 169,490.00
S/F 2x18 W CFL energy saver fitting
with choke, starter and all other
accessories including lamp Make ,
HAVELLS FP-L type
or WIPRO WVP 252 18 or BAJAJ BMLA
01 218 CFL D W2EB or equivalent type
01170 ZSORE03108 100.000 EA 3,587.80 358,780.00
S/F 3X36 W CFL energy saver fitting
with choke, starter and all other
accessories including lamp Make ,
HAVELLS FP-L (HF)type
or WIPRO WVP 243 36 or BAJAJ BMLA
01336 CFL W2EB or equivalent type
01180 ZSORE032XX
Supply and fixing of Modular switch
frame with inner and outer face
plates and accessories as per
following details of approved
including
flush metal boxes/surface mounting
boxes, plates, etc. all complete
as per manufacturer's specification
and direction of Engineer
In-charge.
01190 ZSORE03211 100.000 EA 196.00 19,600.00
S/F modular switch frame with 2 Pin
Telephone Modular Socket, as per
specifications and direction of
Engineer in Charge
01200 ZSORE03212 5.000 EA 459.40 2,297.00
S/F modular switch frame with Fan
Regulator of stepped modular type,
as
per specifications and direction of
Engineer in Charge
01210 ZSORE03213 10.000 EA 232.70 2,327.00
S/F modular switch frame with
Modular type TV/cable sockets., as
per
specifications and direction of
Engineer in Charge
01220 ZSORE033XX
Supply & fixing of 300mA RCCB of
approved Make of following ratings :
01230 ZSORE03301 5.000 EA 1,304.80 6,524.00
Supply & fixing of 300mA RCCB
___________________________________________________________________________________
Page 94 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

of approved Make of ratings, 2


poles, 25A, as per specifications
and direction of Engineer in Charge
01240 ZSORE03302 60.000 EA 1,380.10 82,806.00
Supply & fixing of 300mA RCCB
of approved Make of ratings, 2
poles, 40A , as per specifications
and direction of Engineer in Charge
01250 ZSORE03303 2.000 EA 1,662.20 3,324.40
Supply & fixing of 300mA RCCB
of approved Make of ratings, 4
poles, 25A, as per specifications
and direction of Engineer in Charge
01260 ZSORE03304 2.000 EA 1,686.00 3,372.00
Supply & fixing of 300mA RCCB
of approved Make of ratings, 4
poles, 40A , as per specifications
and direction of Engineer in Charge
01270 ZSORE03305 5.000 EA 1,945.40 9,727.00
Supply & fixing of 300mA RCCB
of approved Make of ratings, 4
poles, 63A, as per specifications
and direction of Engineer in Charge
01280 ZSORE034XX
Supplying and fixing of MCB + ELCB
(RCBO) with necessery inter
connections on existing DB, Panel
board.
01290 ZSORE03401 5.000 EA 1,833.50 9,167.50
40 A 2 pole 100-300mA sensitivity
01300 ZSORE03402 10.000 EA 2,053.30 20,533.00
40A 4 pole 100-300mA sensitivity
01310 ZSORE035XX
Supplying and fixing of following
MCBs with necessery inter
connections on existing DB, Panel
board etc.
01320 ZSORE03501 350.000 EA 139.60 48,860.00
Upto 32A SP MCB
01330 ZSORE03502 15.000 EA 375.20 5,628.00
Upto 32A DP MCB
01340 ZSORE03503 25.000 EA 556.40 13,910.00
Upto 32A TP MCB
01350 ZSORE03600 25.000 EA 707.90 17,697.50
Supply & fixing 20A, 240V metal
clad industrial type socket outlet
with 2 poles and earth, metal
enclosed plug top along with 20A
___________________________________________________________________________________
Page 95 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

(10kA) SPMCB (D- Curve) in steel


enclosure on surface/ recess
with chained metalic cover for the
socket and complete with
interconnection testing etc as
required.
01360 ZSORE050XX
MCB DISTRIBUTION BOARD INCLUSIVE OF
SINGLE PHASE MCB
Supply & fixing of MCB Distribution
Board double door type, IP-42,
inclusive of MCB, Single Phase, as
per approved make of following
types with all accessories such as
tinned copper busbars, neutral
link, earth bar, din bar,
knockouts, interconnections, earth
studs,
etc. (MCB - 10KA Breaking Capacity)
01370 ZSORE05001 5.000 EA 1,613.70 8,068.50
8way DB with 32ADP as
incoming-1No.& 6 to16A SP as
outgoing-8Nos
01380 ZSORE05002 5.000 EA 2,328.50 11,642.50
12 way DB with 32A DP as
incoming-1No.& 6to16ASP as
outgoing-12No
01390 ZSORE051XX
MCB DISTRIBUTION BOARD INCLUSIVE OF
3- PHASE MCB
Supply & fixing of MCB Distribution
Board double door type inclusive
of MCB, Three Phase, as per
Approved Make of following types:
(MCB - 10KA Breaking Capacity)
01400 ZSORE05101 5.000 EA 8,617.00 43,085.00
S/E 4 way DB with 63A FP RCBO, 300
mA sensitivity as incoming - 1No.
& 6 to 16A SP as outgoing - 4
Nos. for each phase.
01410 ZSORE05102 5.000 EA 10,891.00 54,455.00
S/E 6 way DB with 63A FP RCBO, 300
mA sensitivity as incoming - 1No.
& 6 to 16A SP as outgoing - 6
Nos. for each phase.
01420 ZSORE05103 5.000 EA 12,168.10 60,840.50
S/E 8 way DB with 63A FP RCBO, 300
mA sensitivity as incoming - 1 No.
___________________________________________________________________________________
Page 96 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

& 6 to 16A SP as outgoing -


8 Nos. for each phase.
01430 ZSORE05104 5.000 EA 16,029.10 80,145.50
S/E 12 way DB with 63A FP RCBO,
300 mA sensitivity as incoming - 1
No.
& 6 to 16A SP as outgoing -
12 Nos. for each phase.
01440 ZSORE054XX
Supplying & drawing inside the
poles 3 core 2.5 sq.mm PVC insulated
flexible copper conductor, fixing
of junction box at the pole base
(excluding supply of JB), making
all connections on both ends, all
complete as per specification and
direction of Engineer In-charge.
01450 ZSORE05402 10.000 EA 1,335.50 13,355.00
S/E S/Drawing 3CX2.5sqmm PVC CU
wiring in "L" Pole , as per
specifications and direction of
Engineer in charge
01460 ZSORE055XX
OCTAGONAL POLES
Supply & Fixing of Octagonal Poles
of following type (Civil job shall
be paid separatly) :
01470 ZSORE05501 10.000 EA 13,737.00 137,370.00
S/E of 7 Meter high galvanised
Octagonal pole with top 70mm (A/F),
bottom 130mm (A/F) made p of 3 mm
thick plate having a base plate of
size 220 x 220 x 12 with single arm
1500mm long bracket arm made up of
48 O.D. pipe with EN 8 grade
galvanised foundation bolts and
anchor
plate on suitable concrete
foundation as per standard drawings
enclosed
herein(Civil and Electrical works
shall be paid separately)
01480 ZSORE058XX
Providing fluorescent tubelight
fitting, with 2x36 watt lamps,
starter, choke, rotary holder, down
rods (if required), etc. all
complete as per specification and
___________________________________________________________________________________
Page 97 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

direction of Engineer-In-Charge.
(For inside Building)
01490 ZSORE05801 5.000 EA 1,697.90 8,489.50
S/E of Philips Cat. No.TMC 55/2 x
TL-D36W EBE light fitting
01500 ZSORE059XX
Providing mirror optic fluorescent
tubelight fitting with 2x36 watt
lamps,starter,choke,rotary holder,
down rods, etc.all complete
as per specification and direction
of Engineer-In-Charge (for
inside the Sales building).
01510 ZSORE05901 100.000 EA 3,694.70 369,470.00
S/E of Philips Cat. No.TCS 605/2 x
TL-D 36 EBE light fitting
01520 ZSORE060XX
Providing fluorescent tube light
fitting with 1x36watt lamps,starter,
choke, rotary holder, down rods(if
required), etc. all complete as
per specification and direction of
Engineer-In-Charge. (For inside
Building)
01530 ZSORE06001 10.000 EA 1,189.00 11,890.00
S/E of Philips Cat. No.TMC 55/1x36
EBE light fitting
01540 ZSORE061XX
COMPACT FLUORESCENT & T5 LIGHT
FITTINGS
Supply & Fixing of Light Fittings
of following types
01550 ZSORE06101 50.000 EA 1,394.90 69,745.00
S/E of 2X11 W CFL energy saver
fitting with lamp of approved make
equivalent to Philips Cat. No.
FCS518/2x11 / WIPRO cat S/E of no:
WVP
50211.CROMPTON-TLD211 2X11W CFL
01560 ZSORE06104 10.000 EA 1,708.70 17,087.00
S/E of 2x28 W T5 tube light fitting
of approved make equivalent to
Philips S/E of Cat No. TMS 122/2 x
28 W EBE / WIPRO cat no: WIF 36240 S
with lamp
01570 ZSORE06105 50.000 EA 5,025.20 251,260.00
S/E of 2x28 W Mirror Optical
Fitting of approved make,
___________________________________________________________________________________
Page 98 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

equivalent to
Philips Cat No. TCS 398/2 x TL-
D36W IC M2 with lamp
01580 ZSORE063XX
SODIUM VAPOUR YARD LIGHT FITTINGS
Supply & fixing of street lighting
luminaries including supply &
fixing of 250W HPSV lamp(SON),
control gears and other
accessories all complete as per
specification and direction of
Engineer In-charge.
01590 ZSORE06301 10.000 EA 9,861.40 98,614.00
S/E of Yard light of Philips Cat.
No.SGP 325/SON-T-250 FG with 250W
HPSV
(SON) lamp
01600 ZSORE066XX
CDMT YARD LIGHT FITTINGS
Providing and fixing yard light
luminaire with 70W / 150W /250W CDMT
lamp including all required
accessories such as, control gear,
fixtures, etc. on light poles, all
complete as per specification and
direction of Engineer In-charge.
01610 ZSORE06601 1.000 EA 5,872.70 5,872.70
P/F CDMT yard light fitting of
Philips Cat. No. CRP320-1 x CDMTT
70 W FG
GR Lamp
01620 ZSORE06602 1.000 EA 7,445.80 7,445.80
P/F CDMT yard light fitting of
Philips Cat. No. SGP-401/ CDM-TT
150W
Lamp
01630 ZSORE06603 1.000 EA 7,809.10 7,809.10
P/F CDMT yard light fitting of
Philips Cat. No. SGP-401/ CDMTT 250W
Lamp/HPIT
01640 ZSORE075XX
CEILING FANS
Supply & fixing of ceiling fan for
inside of the sales building of
following type:
01650 ZSORE07503 5.000 EA 1,827.50 9,137.50
S/I of 1200 mm sweep Ceiling fan of
approved make.
___________________________________________________________________________________
Page 99 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01660 ZSORE07504 10.000 EA 1,952.30 19,523.00


S/I of 1400 mm sweep celing fan of
approved make.
01670 ZSORE076XX
EXHAUST FANS
Supply and fixing of exhaust fan
including electrical wiring all
shall be with per specification and
direction of site In charge.
The fans shall be with louvers /
shutters. (The job does not
include making suitable cut out in
the wall for fixing the fan).
01680 ZSORE07602 10.000 EA 1,386.00 13,860.00
S/I of 9" dia light duty exhaust
fan of Khaitan or equivalent make.
01690 2.000 EA 558,363.00 1,116,726.00
AC UPS WITH VRLA BATTERY FOR 30
min. BACKUP (AC UPS, 3Ph 415V Input,
230Vac Output, with bypass)
Supply & Installation, testing and
commissioning of following UPS sets
having parallel redundant with
bypass arrangement complete with
VRLA
battery bank (30 min. battery
backup) and AC UPS DB (230 V
,1-phase/2-wire,10 kA/1s, metal
enclosed, wall/structure mounted,
external/internal protection IP
52W/IP 20) including transportation
from
owner's store to place of
Installation,filling with
electrolyte,
charging and discharging of cells,
including capacity test etc,
aligning, leveling, grouting supply
and fixing of all accessories like
foundation bolts, etc., including
transportation from owner's as
required as per approved drawings,
specifications of this tender and
directions of Engineer-in-charge.
Batter Sizing to be done as per
IEEE-485 considering battery aging
factro, temperature correction
factor
___________________________________________________________________________________
Page 100 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

and 10 % design margin.


15 KVA
01700 2.000 EA 444,696.00 889,392.00
AC UPS WITH VRLA BATTERY FOR 30
min. BACKUP (AC UPS, 3Ph 415V Input,
230Vac Output, with bypass)
Supply & Installation, testing and
commissioning of following UPS sets
having parallel redundant with
bypass arrangement complete with
VRLA
battery bank (30 min. battery
backup) and AC UPS DB (230 V
,1-phase/2-wire,10 kA/1s, metal
enclosed, wall/structure mounted,
external/internal protection IP
52W/IP 20) including transportation
from
owner's store to place of
Installation,filling with
electrolyte,
charging and discharging of cells,
including capacity test etc,
aligning, leveling, grouting supply
and fixing of all accessories like
foundation bolts, etc., including
transportation from owner's as
required as per approved drawings,
specifications of this tender and
directions of Engineer-in-charge.
Batter Sizing to be done as per
IEEE-485 considering battery aging
factro, temperature correction
factor
and 10 % design margin.
5 KVA
01710 1,250.000 M 60.00 75,000.00
Supply, Installation, Testing &
Commissioning of PVC insulated twin
twisted copper conductor flexible
cable of 1.5 sq.mm in existing
conduits (For speakers).
01720 20.000 EA 1,500.00 30,000.00
Supply, Installation, Testing &
Commissionig of 12 watt Volume
Controller for all the closed areas.
01730 55.000 EA 1,500.00 82,500.00
Supply, Installation, Testing &
___________________________________________________________________________________
Page 101 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Commissioning of 6 watt Ceiling


Mounted
Speeker complete as per technical
specification and as required.
01740 5.000 EA 5,000.00 25,000.00
Supply, Installation, Testing &
Commissioning of 6 watt wall Mounted
Speeker complete as per technical
specification and as required.
01750 1.000 SET 175,000.00 175,000.00
Supply, Installation, Testing &
Commissioning of Complete audio
system
Complient to IEC 60849 Evacuation
Standards for 6 Zones expendable to
60 Zones system with 1 Nos Plena
Voice Alarm System Controller LBB
1990/00 , 1 nos Plena Voice Alarm
Call Station LBB 1956, 3 Plena
Booster Amplifier 120 Watt LBD
1930, 1 nos Plena mixing Amplifier
LBD
1906, 1 Nos Plena All-in-one (
Music Source ) PLN-DVDT, Digitally
pre-recorded messages in case of
fire alarm Make- PHILIPS/BOSE.
The PA
system shall be compatible for
integration with fire alarm panel.
01760 1.000 SET 20,000.00 20,000.00
Supply, Installation, Testing &
Commissioning of Distribution rack
and
housing for amplifier, power
supply unit mounting, and all
connection.
01770
NETWORKING SYSTEM
01780 12,000.000 M 55.00 660,000.00
Supply, drawing, testing &
commissioning of 4 pair UL listed
CAT-6 UTP
cable of 24 AWG solid copper
conductors in existing
conduit/raceway etc.
complete as required including
penta scanning.
01790
___________________________________________________________________________________
Page 102 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Supplying, installation, testing &


commissioning of RJ-45 Flush
mounted
information outlets wired according
to T568A/B standard with face plate
in G.I. box complete with inner
plate and modular type front plate
complete as reqiuired:-
01800 120.000 EA 700.00 84,000.00
Single outlet
01810 4.000 EA 7,700.00 30,800.00
Cat-6, 24 Port I/O Loaded ,Modular
Jack panel, 1 U (1 for every 24
points to be given). The UTP to be
terminated at both the ends.
01820 4.000 SET 20,000.00 80,000.00
18 U Wall Mount Rack with
Perforated Steel Back Door & Front
Glass Door.
(One at Each Floor). Rack
accessories to include - 4 Fans,19"
Stationery
shelf (2 No.), 5-Ponit AC
Distribution Box 5/15 Amps (2
Nos.), Mounting
Hardware- Pack of 10 - 1 No. Cable
Manager 1 No. as per requirement.
Note:- The final integration of
Horizontal cabling and and active
components (to be procured
seperately ) shall be in the scope
of the
contractor. IOCL would provide 1-2,
24 port switches for this. Except
for supply of switches all works
required for complete commissioning
of
LAN, whether mentioned explicitely
or not shall be in the scope of the
Contractor.
NOTE:
The following items are excluded
from the above BOQ are as follows,
1. All type of Active components
2. Switches
3. Patch Cards
4. Certification
5. Uplinks between Hubs located in
___________________________________________________________________________________
Page 103 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

each floor to Server Racks.


6. EPABX
01830 20.000 SET 600.00 12,000.00
S/F of raceway juntion box of
various sizes made out of GP Sheet
for
elctrical & LV wiring including,
cutting the floor/wall & jamming the
junction box / Hanging in ceiling,
Supporting arrangement as approved
by
Indian Oil with all necessary
hardware(Including civil
works).(Junction
box to be providing as per
drawing/as per site requiremnt & as
per
specifications)
01840
Supplying and drawing in existing
conduits / on cable tray / hume pipe
and testing & commissioning of
following multicore PVC insulated
PVC
sheathed annealed tinned copper
conductor 0.61 mm dia telephone
wires
conforming to ITD-S/SW-113B
including terminal joints complete
as
required.
01850 200.000 M 37.00 7,400.00
5 Pair
01860 50.000 M 140.00 7,000.00
20 Pair
01870 200.000 M 340.00 68,000.00
50 Pair
01880
Supply and installation of
telephone tag block of IDC type of
following
sizes in sheet metal enclosure of
suitable dimensions fabricated out
of
16 SWG sheet steel with castle key
lock, krone connector for cable
termination hinged type cover
including termination of telephone
___________________________________________________________________________________
Page 104 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

cables,
making connections, painting of box
etc, complete as required.
01890 2.000 EA 1,250.00 2,500.00
10 Pair
01900 1.000 EA 2,000.00 2,000.00
20 Pair
01910 2.000 EA 11,000.00 22,000.00
100 Pair
01920 10.000 EA 13,500.00 135,000.00
1/3" super HAD CCD II, high
resolution of 600TV lines,
Colour,V/F
lens(2.8~10mm), true day &
nigh(ICR), MD, SSNRIII, Coax
:Pelco-C, max
aperture ratio
:1:1.2(wide)~2.8(Tele), min.Object
Distance :0.2mm,
dual(24v AC & 12V DC + 10%, power
consumption Max: 3.5w. (Make -
Samsung / Pelco / GE), Minimum
Illumination 0.1 Lux.
01930 1.000 EA 54,000.00 54,000.00
1/3" super HAD CCD II(double Scan),
high resolution of 650TV
lines(col.), min.illumination
0.1lux@F1.2(col) o.01Lux(B/W), WDR,
VPS,
true day & night(ICR), intelligent
Video,MD, SSNRIII, coax : Pelco-c,
dual(24V AC & 12DC+ 10% varifocal
lens 2.8-10mm(SLA-2810dn),IP66
housing
SHB-4300H1. (Make - Samsung / Pelco
/ GE)
01940 1.000 EA 135,000.00 135,000.00
16ch CIF real-time H.264 digital
video recorder, 400(PAL)fps
recording
rate, max.5 HDD, PTZ control via
coaxial cable, with VGA, HDMI port,
protocol support :samsung T/E,
Pelco-D/P, Panasonic, Phillips AD,
input
voltage : 100~240V AC + 10%. (Make
- Samsung / Pelco / GE), with
Minimum
___________________________________________________________________________________
Page 105 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

4.5 TB hard disc


01950 135.000 EA 30.00 4,050.00
1.5 Sq.mm 2 -Core Unarmoured
Shielded Power cable. (Make -
excel or
equivalent)
01960 1.000 EA 80,000.00 80,000.00
48" LED monitor support to full
high definition, High contrast
ratio,
fast response time, motion
technology. Make SONY BRAVIA R482B
or
equivalent.
01970 5.000 EA 2,500.00 12,500.00
Power Supply Unit with all
accessories like Junction boxes,
mounting ,
etc.
01980 1.000 EA 17,000.00 17,000.00
9 U Rack with power strip with
spike arrestors etc complete as
required..
01990 1,250.000 M 60.00 75,000.00
Supply, Installation, Testing &
Commissioning of PVC insulated twin
twisted copper conductor flexible
cable of 1.5 sqm in existing
conduits
(for Speakers)
02000 20.000 EA 1,500.00 30,000.00
Supply, Installation, Testing &
Commissioning of 12 Watt volume
controller for all the closed areas.
02010 55.000 EA 1,500.00 82,500.00
Supply, Installation, Testing &
Commissioning of 6 Watt Ceiling
Mounted
speaker complete as per
specification of make Bose/ Philips.
02020 1.000 EA 500.00 500.00
Supply, Installation, Testing &
Commissioning of 6 Watt wall mounted
speaker complete as per technical
specification and of make Bose/
Philips.
02030 1.000 SET 175,000.00 175,000.00
Supply, Installation, Testing &
___________________________________________________________________________________
Page 106 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Commissioning of Complete audio


system
Complient to IEC 60849 Evacuation
Standards for 6 Zones expendable to
60 Zones system with 1 Nos Plena
Voice Alarm System Controller LBB
1990/00 , 1 nos Plena Voice Alarm
Call Station LBB 1956, 3 Plena
Booster Amplifier 120 Watt LBD
1930, 1 nos Plena mixing Amplifier
LBD
1906, 1 Nos Plena All-in-one (
Music Source ) PLN-DVDT, Digitally
pre-recorded messages in case of
fire alarm Make- PHILIPS/BOSE.
The PA
system shall be compatible for
integration with fire alarm panel.
02040 1.000 SET 20,000.00 20,000.00
Supply, Installation, Testing &
Commissioning of Distribution rack
and
housing for amplifier, power
supply unit mounting, and all
connection.
02060
Supplying & fixing following LED
light fixtures with all necessary
fittings, complete of Philips or
equivalent make as per
specifications
and direction
02070 10.000 EA 7,000.00 70,000.00
b) Model No RC140B 39W with Gypsum
attachment
02080 10.000 EA 8,500.00 85,000.00
b) Model No RC140B 39W with Gypsum attac
02090 10.000 EA 5,000.00 50,000.00
c) Model No DN193B 18W
02100 10.000 EA 7,000.00 70,000.00
d) Model No DN194B 24W
02110 10.000 EA 10,000.00 100,000.00
e) Model No Status SP 790P 44S
02120 10.000 EA 10,000.00 100,000.00
f) Model No Status SP 824P 29S
02130 5.000 EA 12,000.00 60,000.00
g) Model No Linear RC869B 1x4
02140 5.000 EA 8,000.00 40,000.00
___________________________________________________________________________________
Page 107 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

h) Model No BVP120 LED 35CW FG S1 PSU GR


02150 10.000 EA 20,000.00 200,000.00
i) Model No BRP322 48LED CW71 PCS1 PSUGR
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 40 ( DG & ELECTRIFICATION WORKS ): 20,187,452.90
(Rs.TWO CRORE ONE LAC EIGHTY-SEVEN THOUSAND FOUR HUNDRED FIFTY-TWO & PAISE NINETY)

00050 LIFT AND HVAC SYSTEM

Plant: 1500 UPSO - II


Account Assignments: Unknown

00020 2.000 EA 1,987,320.00 3,974,640.00


Designing, Supplying, Installation,
testing and commissioning of
Passenger Elevator/ Gearless as per
specification, briefly described
below
Capacity & Speed : 8 Passenger/ 544
Kg.
Speed: 1.00 mps
Drive : Variable Voltage Variable
Frequency Drive
Operation : Microprocessor based
Duplex Collective Selective Control
with Provision of attendant.
Separate Landing Push Button Box
for all
Landings with Digital indicators.
Stops & Openings : 04 Stops 04
openings
Floor Designation : Ground, first,
Second and Third floor
Car travel: 20.0 meter
Car Enclosure : 18 SWG SS Moon Rock
Finish. Fluorescent Light & Fan as
per our standard Design and
Flooring by Client.
Car Entrance : Automatic Centre
Opening Door in 18 SWG SS Moon Rock
Finish.
Landing Entrance : Automatic Centre
Opening Door in 18 SWG SS Moon Rock
Finish.
Car size : About 1300 mm Wide 1100
mm Deep 2100 mm High.
Door Opening : About 800 mm Wide
2000 mm High
___________________________________________________________________________________
Page 108 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Elevator well : 1900 mm Wide x 1800


mm Deep
Machine room : Above the shaft
Elevator Pit Depth : 1600 mm
Overhead Required: 4800 mm
Main supply : 415 volts, 3 Phase,
50Hz. A.C.
Signals : Indicator for all
landings, Floor position Indicator
for all
Landings
Special features :Special features
are given below:
o Emergency Light and Alarm.
o Fireman's Control Switch.
o Auto Circuit Light & Fan.
o Door Close Button.
o Over Load Device.
o Intercom
o Automatic Rescue Device.
o Handrail on rear side
o VFD in Car COP
o Voice Announcement System
00030
Design, Supply, Instalaltion,
testing and commissioning of
VARIABLE REFRIGERANT FLOW
MODULER TYPE AIRCONDITIONING
SYSTEM with
stepless modulation complete
with indoor and outdoor units,
individual remote controller
and centralized
controller, interconnected
refrigerant piping , full
charge of refrigerant gas
and oil, control cabling
etc.
as per detail given in
specifications and having
following items:Refrigerant to be
used shall be - R 410 A only.
00040
Supply, Instalaltion, testing
and commissioning of Modular type
outdoor units equipped with
highly efficient scroll compressors
with one inverter & other
___________________________________________________________________________________
Page 109 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

with one inverter & other


constant speed type
compressor(s) or
digital scroll compressor, special
heat exchanger, low noise
condenser fan, auto check
function for connection error,
auto
address setting and capacity as
mentioned below.
00050 5.000 EA 513,500.00 2,567,500.00
Supply, Instalaltion, testing
and commissioning of Modular type
outdoor units equipped with
highly efficient scroll compressors
with one inverter & other
constant speed type compressor(s)
or
digital scroll compressor, special
heat exchanger, low noise
condenser fan, auto check
function for connection error,
auto
address setting and capacity as
mentioned below: a) 30 HP (12 HP +
18
HP) Cool / Heat Pump Unit
00060
Design, Supply, Instalaltion,
testing and commissioning of
Ceiling Mounted Indoor units
equipped with pre-filter,
fan section with suitable
static fan, multispeed motor,
coil
section with DX coil, outer
cabinet, drain pan, insulation,
pipe connections etc. of various
capacities as per specifications
and
drawings, of the following capacity
suitable Static Indoor Units
00070 6.000 EA 40,420.00 242,520.00
a) 0.8 TR
00080 1.000 EA 40,420.00 40,420.00
b) 0.8 TR
00090 9.000 EA 41,990.00 377,910.00
c) 1.0 TR
___________________________________________________________________________________
Page 110 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00100 7.000 EA 43,090.00 301,630.00


d) 1.30 TR
00110 7.000 EA 48,000.00 336,000.00
e) 1.7 TR
00120 5.000 EA 52,000.00 260,000.00
f) 2.0 TR
00130 9.000 EA 59,100.00 531,900.00
g) 2.80 TR
00140 2.000 EA 62,900.00 125,800.00
h) 3.2 TR
00150 6.000 EA 192,300.00 1,153,800.00
Supply, Installation, testing and
Commisioning of Heat Recliam
Ventilation Unit without DX Coil &
Humidifier
a) 588 CFM
00160 43.000 EA 10,650.00 457,950.00
Design, Supply, Installation,
Testing & Commissioning Of
Y-joints as required.
00170 46.000 EA 5,050.00 232,300.00
Design, Supply, Installation,
Testing & Commissioning Of
Corded
Self Diagnostic Type Remote
Controllers as required.
00180 1.000 EA 79,680.00 79,680.00
Design, Supply, Installation,
Testing & Commissioning Of
Main
Intelligent Central Controller
System as required.
00190
PIPING WORK
00200
Design, Supplying, Installation,
Testing and Commissioning of
interconnecting copper
refrigerant piping work including
filling
same with refrigerant gas, as duly
insulated with elastomeric
nitrile
rubber type tubular insulation
between indoor & outdoor units as
per specifications. All piping
shall be properly supported on
slotted
___________________________________________________________________________________
Page 111 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

trays, payments shall be paid


seperately.
Note:- Indoor & Outdoor Unit
Location as well as routing of
refrigerant piping to be submitted
for approval before execution lenth
and Size of refrigerant piping to
be optimized, to avoid losses.
00210 850.000 M 1,881.00 1,598,850.00
a) Insulated VRV / VRF Refrigerant Pipin
00220
Design, Supply, installation,
testing and commissioning of
condensate drain water piping of
GI 'Medium' class
complete with fittings like
elbows, tees, reducers,
bends, MS flanges, supports,
painting etc. as
required conforming to tender
specifications. Payment shall be
made
under Civil items.under the series
ZSORC320XX
00230
AIR DISTRIBUTION WORK
00240
Designing, Supplying, fabrication,
installation, testing and
Commisioning of G.S.S. sheet metal
ducting (Zinc coating 120 gm/Sqm)
complete with Spliter Damper,
duct damper, vanes etc. as required
& as per specifications & as
per approved shop drawings.
00250 350.000 M2 784.00 274,400.00
a) 24 SWG
00260 180.000 M2 898.00 161,640.00
b) 22 SWG
00270 35.000 M2 1,200.00 42,000.00
c) 20 SWG
00280 5.000 M2 1,450.00 7,250.00
d) 18 SWG
00290
Designing, Supplying, installation,
testing and Commisioning of Powder
coated Aluminium extruded grill /
diffusers as per specification & of
___________________________________________________________________________________
Page 112 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

following sizes:
00300 7.000 M2 7,980.00 55,860.00
a) Single louvered supply / return
air registers (Grills)
00310 4.000 M2 4,332.00 17,328.00
b) GI Volume Control Dampers for
supply air registers / terminals.
00320 7.000 M2 7,410.00 51,870.00
(c) Fresh air intake / Exhaust air
louvers with bird screen dampers
(Aluminium extruded only)
00330 1.000 M2 8,550.00 8,550.00
(d) Return square Ceiling
00340 3.000 M2 8,208.00 24,624.00
Desiging, Supplying, installation,
testing and Commissioning of
multiblade box type Galvanized
Sheet Steel construction damper
for
ducts to be provided with
suitable links and quadrants for
control
of volume of air.
00350
Desiging, Supplying, installation,
testing and Commissioning of
Flexible ducting made of double
lamination of Metalized
Polyster Film permanentaly
bounded to a coated spring
steel
wire helix & resistant
construction to tear &
puncture
branch & collar wherever
suitable & of following sizes:
00360 35.000 M 1,254.00 43,890.00
a) 200 MM Dia.
00370 55.000 M 1,881.00 103,455.00
b) 250 MM Dia.
00380 25.000 M 2,052.00 51,300.00
c) 300 MM Dia.
00390
Desiging, Supplying, installation,
testing and Commissioning of
external thermal insulation on
ducts with cross linked, closed
cell,
___________________________________________________________________________________
Page 113 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

fire retardent, XPE polyethylene


foam insulation, tape &
adhesive (pidilite SR -998) as
required of following thickness
and conforming to specification.
00400 75.000 M2 627.00 47,025.00
a) 6 mm thick Aluminium Metalized Insula
00410 75.000 M2 741.00 55,575.00
b) 12 mm thick Aluminium Metalized Insul
00420
Desiging, Supplying, installation,
testing and Commissioning of
acoustic
lining of duct with fibre glass
rigid board of density 48 Kg/m³
sealed in fibre glass tissue
paper and covered with 0.5 mm
thick perforated aluminium
sheet and conforming to
specification.
00430 25.000 M2 850.00 21,250.00
a) 12 mm thick fibre glass rigid board.
00440
Electrical works:
Items not mentioned, shall be paid
under Electrical head of Schedule of
Rates (SOR)
00450
Industrial isolator switch with
ELCB for Outdoor Unit with sheet
metal enclosure, rain
protection etc. as required
to suit the
site condition.
00460
Designing, Supplying, Instalation,
Testing and Commissioning of Inline
fans with motor complete in all
respect & of following
capacities.
The casing of inline
fans shall be acoustically
lined.
Fan motor shall have inbuilt speed
controller.
00470 1.000 EA 13,000.00 13,000.00
a) 100 CFM, 10 mm Static Pr.
00480 3.000 EA 19,300.00 57,900.00
___________________________________________________________________________________
Page 114 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

b) 750 CFM, 20 mm Static Pr.


00490 1.000 EA 25,700.00 25,700.00
c) 1500 CFM, 20 mm Static Pr.
00500
Designing, Supplying, Instalation,
Testing and Commissioning of floor
mounted Tube Axial flow fans
with adjustable pitch blade, MS
casing, cast aluminium alloy
impeller complete with TEFC
Sq.Cage Induction motor suitable
for 415 volts ± 10%, 50Hz ± 3 %,
three phase A.C supply with
support, mountings and flexible
connection etc. & of following
capacity. Motor Insulation shall be
class
H for exhaust application and F for
supply application.
00510 2.000 EA 44,300.00 88,600.00
4,000 CFM (15mm st. pr, 600 mm Dia
Axial Fan, 2.24 Kw, 1500 RPM Fan
Motor, Direct Driven)
00520 2.000 EA 47,200.00 94,400.00
5,000 CFM (15mm st. pr, 700 mm Dia
Axial Fan, 2.24 Kw, 1500 RPM Fan
Motor, Direct Driven)
00530 2.000 EA 51,200.00 102,400.00
7,000 CFM (25mm st. pr, 700 mm Dia
Axial Fan, 3.73 Kw, 900 RPM Fan
Motor, Direct Driven)
00540 2.000 EA 38,090.00 76,180.00
3,500 CFM (25mm st. pr, 600 mm Dia
Axial Fan, 2.24 Kw, 900 RPM Fan
Motor, Direct Driven)
00550
Designing, Supplying, Instalation,
Testing and Commissioning of
acoustic
lining of duct with fibre glass
rigid board of density 48 Kg/m³
sealed in fibre glass tissue
paper and covered with 0.5 mm
thick
perforated aluminium sheet and
conforming to specification given
in the
tender.
___________________________________________________________________________________
Page 115 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00560 35.000 M2 850.00 29,750.00


a) 12 mm thick fibre glass rigid board.
00570
Supply, installation, testing and
commissioning of Cubical wall
mounted type switch board as
detailed below & switch gears
suitable for AC - 23 duty
including making interconnection
etc as
required.
00580 7.000 EA 39,900.00 279,300.00
40 A 4 Pole MCCB with 16 A DOL
starter, overload relay, start /
stop push buttons, phase indication
lights with protection fuse, on /
off / trip indication lights with
protection fuse, single phase
preventer & auto / manual mode
selector switch.
Set
- 03
Controls & interlocking accessories
as required. Lot
00590
Supply, installation, testing &
commissioning of Double Skinned
(Made of Sandwitched Panel
including Door) Air Cooled
Precision Package
Units of 625 CFM / Ton (Minm.),
floor discharge type with modulating
capacity Humdifier, Heaters,
Evaporator, an Externally Equalised
thermostatic expansion valve (TXV),
Electronically commuted plug fans,
microvee & pre filters etc all
of which shall be contained within
the cabinet of unit. The unit
should have one independent
refrigeration circuits with R-410
/ R-407C refrigerant, manual
reset
HP and an auto reset LP
switch, filter drier and
charging
port. A thermal expansion
valve, sight glass and filter
___________________________________________________________________________________
Page 116 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 25.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

drier
shall be provided for each
circuit. The outdoor unit shall have
condenser coil, fans with motor
and drive, stepless fan speed
controller etc. The standard
controls shall be of microprocessor
based
programmable PID logic controller
with dew point logic. The capacity
of units are given below.
The actual capacity of unit shall
be based on 45.0 Deg. C ambient
temperature and 20.0+/-1.0 Deg. C
inside temperature & RH of 50+/-5%.
The unit shall be suitable for
satisfactory working for vertical
height
of 25 meter and shall have
necessary extended piping kit
arrangement.
Interface card suitable for open
protocal shall be part of precision
AC
Unit.
00600 2.000 EA 438,900.00 877,800.00
i) 5.5 TR Actual Capacity (1W+1S)
00610 40.000 M 1,350.00 54,000.00
Supply, installation, testing and
commissioning of refrigerant
piping
(two lengths per circuit) duly
insulated with 25 mm thick closed
cell nitrile rubber of density
60+/-10% Kg/CMT to interconnect
indoor &
outdoor units.
00620 1.000 M2 7,410.00 7,410.00
Designing, Supplying, Instalation,
Testing and Commissioning of Duct /
Wall mounted GI Dampers actuated
with the help of 24 V electric
actuator and as per specifications
excluding actuator.
00630 2.000 EA 14,000.00 28,000.00
Designing, Supplying, Instalation,
Testing and Commissioning of
Motorised Spring Return Actuator
___________________________________________________________________________________
Page 117 of 118
Works Purchase Requisition: 2143611 File Ref. No.: UPSO2/BDO
Date: 08.08.2014

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

for devices upto 0.8 sq. metre


with with control panel &
interlocking with blower motor.
00640 185.000 M2 690.00 127,650.00
Designing, Supplying, Instalation,
Testing and Commissioning of 10 mm
thick chemically cross-linked
closed cell polyethylene XPE in roll
form, density not less than 33±3kg
/ cum, self adhesive type and
finally
supported with screws / rawl plug,
washers etc. .
00650 5.000 EA 9,690.00 48,450.00
Designing, Supplying, Instalation,
Testing and Commissioning of
aluminium Powder coated supply
air floor grills / diffusers with
aluminium blade, VCD's and of
floor tile size i. e. (600 mm x 600
mm)
or as approved by the architects.
00660 1.000 SET 11,500.00 11,500.00
Designing, Supplying, Instalation,
Testing and Commissioning of
Sequential Controllers for
automatic / cyclic operation of
machines to
run equal hours.
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 50 ( LIFT AND HVAC SYSTEM ): 15,168,957.00
(Rs.ONE CRORE FIFTY-ONE LAC SIXTY-EIGHT THOUSAND NINE HUNDRED FIFTY-SEVEN)

___________________________________________________________________________________
TOTAL ESTIMATE VALUE: Rs. 93,342,844.70
( Rs.NINE CRORE THIRTY-THREE LAC FORTY-TWO THOUSAND EIGHT HUNDRED
FORTY-FOUR & PAISE SEVENTY )

Initiator Finance Approved


00504389

___________________________________________________________________________________
Page 118 of 118
Tender Inviting Authority: Uttar Pradesh State Office-2, Indian Oil Corporation Limited (Marketing Division)
Name of Work: CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING AT 35-A, KAMLA NEHRU MARG,
CIVIL LINES, BAREILLY, COMPRISING OF CIVIL, SANITARY, PLUMBING, HVAC, LIFT, FIRE FIGHTING AND
ELECTRICAL WORKS.
Tender No: UPSO-2/ENGG/PT-142/2014-15
NOTE:
1. RATES MENTIONED IN ‘SCHEDULE OF RATES’ ARE INCLUSIVE OF ALL TAXES, BUT EXCLUSIVE OF SERVICE TAX, WHICH SHALL BE PAID EXTRA ON ACTUALS, AS
APPLICABLE.
2. PARTY SHOULD QUOTE BY SELECTING EXCESS OR LESS IN THE DROP-DOWN BOX AND THEREAFTER FILLING THE PERCENTAGE RATE IN FIGURES ONLY
WITHOUT ANY CONDITION.
3. IN CASE PARTY IS INTENDING TO QUOTE “AT PAR”, PARTY MUST QUOTE “0” IN THE SPACE PROVIDED. LEAVING THE DESIGNATED SPACE FOR QUOTING
PERCENTAGE RATE BLANK SHALL BE TAKEN AS QUOTED “AT PAR”.
4. PERCENTAGE QUOTED SHALL BE APPLICABLE ON ALL THE ITEMS OF 'SCHEDULE OF RATES' ATTACHED ALONGWITH TECHNICAL COMMERCIAL
BID.
5. NAME OF BIDDER SHOULD ALSO BE PROVIDED AT APPROPRIATE PLACE IN PRICE BID.
Bidder
Less (-) 0.00 %
Name:
PRICE BID
Estimated Rate
S. No. Description of works Quantity Unit Amount
Figure Words
1 Total Cost as per enclosed Technical Estimate vide 1.00 LS 93,342,844.70 #NAME? 93,342,844.70
PR No: 2143611 dated 08/08/2014, Print
Date 29/08/2014
TOTAL including all Taxes but excluding #NAME?
8 1.00 LS 1.00 93,342,844.70
Service Tax = Rs.
#NAME?
Service Tax @ 12.36% on 40% of work
9 4,614,870.24
value, considering abatement of 60% = Rs.
10 TOTAL including Service Tax = Rs. 1.00 LS 1.00 #NAME? 97,957,714.94
Total estimated cost in Figures 97,957,714.94
Quoted Amount 97,957,714.94 97,957,715.00
Quoted Rate in Words #NAME?

Page 1 of 1
ENVELOPE: EARNEST MONEY DEPOSIT
TENDER NO: UPSO-2/ENGG/PT-142/2014-15
DUE DATE & TIME: 28/10/2014 AT 15:00 HRS
CONSTRUCTION OF MULTI-STORIED OFFICE BUILDING
AT 35-A, KAMLA NEHRU MARG, CIVIL LINES, BAREILLY,
COMPRISING OF CIVIL, SANITARY, PLUMBING, HVAC,
LIFT, FIRE FIGHTING AND ELECTRICAL WORKS.

TO,
TENDER BOX
ENGINEERING DEPARTMENT,
UTTAR PRADESH STATE OFFICE-2,
INDIAN OIL CORPORATION LIMITED,
E-8, SECTOR 1, NOIDA – 201301

EMD Ref:
_______________________________

Name & Address of Bidder:


_____________________________________

_____________________________________

_____________________________________

You might also like