instructions to tenderers for submission …delhigovt.nic.in/upload/057-2008-04248.doc · web...

56
INDEX PRESS NOTICE……………………………………………………………………………. .2 INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER……………… .4 CPWD-6………………………………………………………………………………………. 6 C.P.W.D. 8…………………………………………………………………………………… 6 SCHEDULES ………………………………………………………………………………...6 GENERAL CONDITIONS AND SALIENT POINTS……………………………………. 6 WATER TREATMENT PLANT, PUMPS AND ELECTRICAL PANEL……………… 6 SPECIAL CONDITIONS OF CONTRACT:……………………………………………… 6 ADDITIONAL CONDITION ……………………………………………………………….6 LIST OF MAKES…………………………………………………………………………… 6 SCHEDULE OF QUANTITIES …………………………………………………………….6 document.doc Page 1 of 56

Upload: others

Post on 27-Apr-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

INDEX

PRESS NOTICE……………………………………………………………………………. .2

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER……………… .4

CPWD-6………………………………………………………………………………………. 6

C.P.W.D. 8…………………………………………………………………………………… 6

SCHEDULES ………………………………………………………………………………...6

GENERAL CONDITIONS AND SALIENT POINTS……………………………………. 6

WATER TREATMENT PLANT, PUMPS AND ELECTRICAL PANEL……………… 6

SPECIAL CONDITIONS OF CONTRACT:……………………………………………… 6

ADDITIONAL CONDITION ……………………………………………………………….6

LIST OF MAKES…………………………………………………………………………… 6

SCHEDULE OF QUANTITIES …………………………………………………………….6

document.doc Page 1 of 39

Page 2: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

PUBLIC WORKS DEPARTMENT

(GOVT. OF DELHI)

N. I. T.

Name of work:-Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi.

SH:- Water Treatment Plant, Pumps, Electrical Panels.

Estimated Cost : Rs.3064019/-

Earnest Money : Rs.61280/-

Security Deposit : 5% of Tendered amount

Performance guarantee : 5% of Tendered amount

Time allowed : 3 (Three) Months

Certified that N.I.T. contains 1 to 39 pages with correction slips

Assistant Engineer Executive Engineer PWD, Div.B-212 PWD, Div. B-212 New Delhi New Delhi

N.I.T. approved for Rs. 3064019/-(Rupees Thirty lacs sixty four thousand nineteen only)

Project Manager,Circle B-21, PWD

Sukhdev Vihar, N.Delhi-25

document.doc Page 2 of 39

Page 3: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

PRESS NOTICEThe Executive Engineer, Division –B-212, PWD (DS), Visvesvarayya Setu, Sukhdev

Vihar, Mathura Road, New Delhi. 110025 on behalf of ‘President of India’ invites Item Rates Tenders in sealed cover for the under mentioned work from approved & eligible contractors of CPWD upto 3:00 PM on--------- which will be opened at 3.30 pm on the ----------------

Last Date of Receipt of Application. : -------------Date of Issue of Tender : -------------

Sl. No.

Name of work Estimated cost(In Rs.)

Earnest Money(In Rs.)

Cost of Tender

Time Allowed

1. Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH:- Water Treatment Plant, Pumps, Electrical Panels.

Rs. 3064019/- Rs. 61280/- 500.00 3(Three) Months

Tenders shall also be issued to specialized agencies who has successfully completed three similar works costing not less than Rs. 12.30 lakhs or two similar works costing not less than Rs. 18.40 lakhs or one similar work costing not less than Rs. 24.50 lakhs during last seven years. Similar work means water treatment plants with pumps & electrical cables.

All contractors should submit a Certificate that upto date returns have been filed along with the copies of return submitted to the department of trade & Taxes.

The earnest money should be deposited along with the application in Receipt Treasure Challan / Fixed Deposit Receipt of a Scheduled Bank / Demand Draft of a Scheduled Bank / Pay Order or Bankers Cheque of a Scheduled Bank guaranteed by the Reserve Bank of India issued in favour of Executive Engineer, PWD Division B-211 The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tender and is pledged in favour of Executive Engineer, PWD Division B-211.

Tenders details are also available on web site www.delhigovt.nic.in

Sd/- Executive Engineer

document.doc Page 3 of 39

Page 4: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER

1. The tenderer should read all the instructions, terms & conditions, contract clauses, nomenclature of items, specifications etc. contained in the tender document very carefully, before quoting the rates. The tenderer should also read the General conditions of contract for CPWD works 2008 which form a part of the Agreement with upto date correction slips issued till date of receipt of tenders.

2. Tender should be signed and witnessed indicating full address of witnesses and the names of signatories.

3. Rates must be filled both in words and figures, indicating percentage above/ below.

4. The contractor shall quote his rates keeping in mind the specifications, terms & conditions, additional and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.

5. Letter of recommendation for exemption of octroi shall be issued by the department on demand. However, the department is not liable to reimburse the octroi duty in case such exemption certificates are not honoured by the concerned authorities.

6. The tender which is not duly signed by authorised signatory or is conditional shall be treated as non responsive and shall be summarily rejected.

7. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorised him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952.

8. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to given effectual receipts for the firm.

9. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

10. In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form, stating at what percentage below/ above (in figures as well as in words) the total estimated cost given in Schedule of Quantities as Schedule-A, he will be willing to execute the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

11. The officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule-I. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same, without any interest.

document.doc Page 4 of 39

Page 5: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

12. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender.

13. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment or payment to the officer inviting tender and the contractor shall be responsible for seeing that the procures a receipt signed by the officer inviting tender or a duly authorised Cashier.

14. The memorandum of work tendered for and the schedule of materials to be supplied by the department an their issue-rates, shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

15. The tenders shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

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

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

18. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

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

20. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ‘Rs.’ should be written before the figure of

document.doc Page 5 of 39

Page 6: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end.

21. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percentage) of the tendered amount within specified period. This guarantee shall be in the form of Govt. Securities of fixed deposit receipt of any scheduled bank, guarantee bonds of any scheduled bank or State Bank of India.

The contractor, whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfilment of his contract, an amount equal to 5% of the tendered value of the work. The security deposit will be collected by deductions from the running bills of the contractor at the rates mentioned above and the earnest money if deposited in cash at the time of tenders, will be treated as a part of the Security deposit. The Security amount will also be accepted in cash or in the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank or State Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

22. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

23. Sales-tax/Vat, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.

24. The contractor shall give a list of both gazatted and non-gazatted CPWD employees related to him.

25. The tender for the work shall not be witnessed by a contractor or contractors who himself themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection.

26. The tender for composite work includes in addition to building work all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc. The tenderer apart from being a registered contractor (B&R) of appropriate class, must associate himself with agencies of appropriate class which are eligible to tender for sanitary and water supply drainage, electrical and horticulture works in the composite tender.

27. The contractor shall submit list of works which are in hand (progress) in the following form:-

Name of work

Name of particulars of Divn where work is being executed

Value of work

Position of works in progress

Remarks

1 2 3 4 5

28. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer/Executive Engineer may in his discretion, without prejudice to any other right or remedy available in law, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

document.doc Page 6 of 39

Page 7: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

CPWD-6GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENTNOTICE INVITING TENDER

Item Rate tenders are invited on behalf of the President of India from approved & eligible contractors of CPWD and specialized firms for the work of Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH:- Water Treatment Plant, Pumps, Electrical Panels.

1. The work is estimated to cost Rs- 3064019/- This estimate, however, is given merely as a rough guide.

2. The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of tender.

3. For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicate the estimate cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.

4. Tenders shall be issued only to those applicants who fulfill the following criterion.

Criteria of eligibility for issue of tender document The tenderers who have successfully completed three similar works costing not less than Rs. 12.30 lakhs or two similar works costing not less than Rs. 18.40 lakhs or one similar work costing not less than Rs. 24.50 lakhs during last seven years. Similar work means water treatment plants with pumps & electrical cables.

[

5. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-8 which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

6. The time allowed for carrying out the work will be Three month from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

7. The site for the work is available.

8 Application for issue of forms shall be received by EE B-212 on -------- (4 PM) and tender documents shall be issued by EE B-212 on ----------- (4 PM). [

Tender documents consisting of plans, specifications the schedule of quantities of the various classes of work to be done and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer, Div. B-212, PWD Sukhdev Vihar, New Delhi-25 between hours of 11.00 A.M. & 04.00 PM.from -------- to ------------ everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of the following:-

i) Rs. 500/- in cash as cost of tender and ii) Earnest Money of Rs.61280/-in cash (upto Rs. 10,000/-)/ Receipt, Treasury

Challan/Deposit at Call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of The Executive Engineer, Div. B-211, PWD, New Delhi , 50% of earnest money or Rs. 20 lakh, , whichever is less, will have to be deposited in the shape prescribed above.and balance amount of earnest money can be accepted in the form of Bank Guarantee issued by a Scheduled Bank.

9. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the EE B-212 upto 03.00 P.M. on ----------- and will be opened by him or his authorised. representative in his office on the same day at 03.30 P.M.

document.doc Page 7 of 39

Page 8: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

10. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any schedule bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form.

11. The description of the work is given in schedule of quantities which is the part of tender Copies of drawings and documents pertaining to the works will be open for inspection by the

tenderers at the office of the above mentioned officer.

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

12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

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

14. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

15. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

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

17. The tender for the works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

document.doc Page 8 of 39

Page 9: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

18. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:-a) The notice inviting tender, all the documents including additional conditions, specifications

and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.PW.D. Form 8

19. For Composite Tenders19.1.1 The tenderer must associate with himself agencies of the appropriate class eligible to tender

for the other components individually.19.1.2 It will be obligatory on the part of the tenderer to sign the tender document for all the

components. (The schedule of quantities conditions and special conditions etc)19.1.3 After the work is awarded, the contractor will have to enter into separate agreements for

each component with the Officer concerned.19.1.4 Executive Engineer in charge of minor component shall make interim payments in respect

of minor component of work. Executive Engineer in charge of the major component shall make the payment against final bill of the composite contract.

20 The Executive Engineer Incharge of the major component will call tenders for the composite work.. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender. Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major component of work.

21 On acceptance of the composite tender by the competent authority, the letter of award will be issued by the Executive Engineer Incharge of the major component on behalf of the President of India, making it clear in the letter of award that the contractor will have to execute separate agreements for different components of work with the concerned officers of the respective discipline (Designation to be given).

Signature of Divisional Officer/ Sub Divisional Officer………………………

For & on behalf of President of India

C.P.W.D. 8GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENTdocument.doc Page 9 of 39

Page 10: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

STATE : DELHI CIRCLE : B-21

BRANCH : B&R DIVISION : B-212

ZONE : B-2 SUB-DIVISION : B-2121

Item Rate Tender & Contract for Works

(A) Tender for the work of:- Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi SH:- Water Treatment Plant, Pumps, Electrical Panels.

(I) To be submitted by 3:00 PM on --------- to ----------EE B-212, PWD (time) (date)

(ii) To be opened in presence of tenderers who may be present at 3:30 PM on --------- in the office of The Executive Engineer, Div. B-212, PWD, New Delhi.

Issued to:_________________________________________

(contractor)

Signature of officer issuing the documents_____________________________________________

Designation EE, PWD Div. B-212

Date of Issue:------------

TENDER

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

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

We agree to keep the tender open for sixty (60) days from the due date of its opening and not to make any modifications in its terms and conditions.

A sum of Rs.61280/- has been deposited in cash/receipt treasury challan/ deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

document.doc Page 10 of 39

Page 11: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

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

Dated…………………. Signature of ContractorPostal Address

Witness: -

Address:

Occupation: -

ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs._______________ Rupees_______________________________________

The letters referred to below shall form part of this contract Agreement:-

(i)

(ii)

(iii)

For & on behalf of the President of India.

Signature_________________________

Dated…………………

Designation_____________________

SCHEDULES

document.doc Page 11 of 39

Page 12: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

SCHEDULE `A’

Schedule of quantities (Enclosed)

SCHEDULE `B’

Schedule of materials to be issued to the contractor:-

S. NO.

Description of item Quantity Rates in figures & words at which the material will be charged to the

contractor

Place of issue

1 2 3 4 5

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

Note:- Contractor shall arrange the materials only from reputed manufactures / dealers and supply corporation as per approved by Engineer-in-Charge without defect the each challan submitted by contractor.

SCHEDULE `C’

Tools and plants to be hired to the contractor

Sl. No Description Hire charges per day Place of Issue1 2 3 4

Blank

SCHEDULE `D’

Extra schedule for specific requirements/documents for the work, if any. : Not applicable

SCHEDULE `E’[[[

Schedule of component of Cement, Steel, Other Materials, Labour etc. : Not applicablefor price escalation.

CLAUSE 10 CC Not applicable

Component of cement- expressed as percent of total value of work Xc Not applicable %

Component of steel- expressed as percent of total value of work Xs Not applicable %

Component of civil ( except cement & steel)/Electrical construction Materials- expressed as percent of total value of work

Xm Not applicable %

document.doc Page 12 of 39

Page 13: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

Component of labours- expressed as percent of total value of work Y Not applicable %

Component of P.O.L.- expressed as percent of total value of work[[[[[[[[[[

Z Not applicable %

SCHEDUEL `F’

Reference to General Conditions of Contract.

Name of work: Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH: SH:- Water Treatment Plant, Pumps, Electrical Panels.

Estimated cost of work : Rs. 3064019/-

Earnest Money : Rs.61280/-

(a) Performance Guarantee

5% of tendered value

(b) Security Deposit Shall be recovered from each R/A Bills @ 5% of Gross amount of bill subjected to maximum 5% of tendered amount.

General Rules & Directions: CPWD, General conditions of contract for Central PWD works 2008 with up to date correction slips upto receipt of tender.

Office Inviting tender

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3.

Definitions :2 (v) Engineer-in-charge E.E.

2 (viii) Accepting Authority S.E.

2 (x) Percentage on cost of material and labour to cover all overheads and profits 15 %

2 (xi) Standard Schedule of Rates Market Rates

2 (xii) Department PWD (NCTD)

9 (ii) Standard CPWD contract form CPWD 8 as modified & corrected up-to date of receipt of tender.

document.doc Page 13 of 39

Page 14: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

(i)

Clause 1

Time allowed for submission of performance guarantee from the date of issue of letter of acceptance

7 days.

(ii) Maximum allowable extension beyond the period

provided in I) above 3 days.

Clause 2:Authority for fixing compensation under clause 2.

Project Manager

Clause 2A:

Whether Clause 2 A shall be applicable NO

Authority to give fair and reasonable extension of time for Executive Engineercompletion of work.

Clause-5:Number of days from the date of issue of letter of acceptance 10 days or actualfor reckoning date of start handing over of site

whichever is later

Table of Mile Stone (s)S. No. Description of Milestone

(Financial)Time allowed (from date of Start)

Amount to be with held in case of Non achievement of milestone

1. 1/8th (of whole work) 1/4th (of whole work) In the event of not achieving the necessary progress as assessed from the running payments, 1% of the tendered value of work will be withheld for failure of each mile stone.

2. 3/8th (of whole work) 1/2th (of whole work)

3. 3/4th (of whole work) 3/4th (of whole work)

4. Full Full

Time allowed for execution of work 3(Three) month.

Clause-6, 6AClause applicable (6 or 6 A) Clause-6

Authority to give fair and reasonable extension of time for Project Manager-B-21 completion of work.

Clause 7:Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

N.A.

Clause 10 A List of testing equipment to be provided by the contractor at site lab.1.2.3.4.5.6.

N.A.

Clause 10-B( ii) Whether Clause 10 B (ii) shall be applicable No

document.doc Page 14 of 39

Page 15: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

Clause 10 CA Materials Covered under this clause Nearest material for which All India Wholesale Price Index is to be followed.1.2.3.4.5.6.

N.A.

Clause 10CC:Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

N.A.

Clause 11:Specification to be followed for execution of work CPWD specifications

Vol-I to VI – 1996 With upto date correction slips and General specifications for electrical works, Part-1 & Part-II for internal & external works respectively with upto date correction slip.

Clause 12:

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for the work above plinth level. 30%

12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work 100%

Clause 16: Competent Authority for deciding reduced rates PM up-to 5% of the contract

value C.E. beyond 5% of the contract value.

Clause 18: List of mandatory machinery, tools & plants to be Whatever is required, shall be arranged deployed by the contractor at site by the contractor

Clause 36 i):Sl No.

Minimum Qualification of Technical Representative

Dis

cipl

ine Designation ( Principal Technical/ Technical representative) M

inim

um

Expe

rienc

e

Num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

1. Graduate Engineer Civil Principal technical representative

5 1 10,000/- Ten Thousand

Assistant Engineers retired from Government services that are holding diploma will be treated at par with Graduate Engineers.

document.doc Page 15 of 39

Page 16: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

i) (a)

Clause 42 :Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. with upto day correction slips of receipt of tender.

ii) Variations permissible of theoretical quantities

a) Cement for works with estimated cost put to tender not less than Rs. 5 lakh

3% plus/minus.

For works with estimated cost put to tender more than Rs. 5 lakh

2% plus/minus.

b) Bitumen for all works.2.5% plus only & nil on minus

side.

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

2% plus/minus.

d) All other materialsNil

RECOVERY RATES FOR QUANTITIES BEYOND PREMISSIBLE VARIATION

Sl.No.

Description Of item

Rates in figures and words at which recovery shall be made from the contractorRate in Schedule “B” Plus 10% in case materials issued by departmentExcess beyond permissible variation

Less use beyondthe permissible variation

1. Cement

2. Steel reinforcement

3. Structural Sections NIL

4. Bitumen of specified grade

5. Bitumen issued at stipulated

fixed price

document.doc Page 16 of 39

Page 17: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

document.doc Page 17 of 39

Page 18: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

GENERAL CONDITIONS AND SALIENT POINTS1. The contractor shall make his own arrangements for electricity for the execution of the work and

nothing extra shall be paid for the same. However, for electrical connection, Engineer-In- Charge shall recommend the application to concerned local authorities. Necessary payment shall be made by the contractor directly to the department concerned. In case the authorities fail to sanction the electric connection or delay the sanction of electric connection, the contractor shall make his own arrangements by providing diesel generators of adequate capacity at his own cost.

2. For water supply, contractor shall make his own arrangement including boring of tube well, if necessary, and nothing extra shall be paid by the Department for arrangement of water or on its treatment to meet the requirements laid down in IS: 456 /2000, para 4.3 or CPWD Specifications 1996 Volume-I to VI with correction slips 1 to 17 and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works. In case of contractor making his own arrangements of water supply 1% water charges shall not be recovered from him.

3. All the materials except the material stipulated in Schedule ‘B’ will be arranged by the contractor himself at his own expense.

4. If for any reason, any part of the site is not available temporarily for some time for part of the work under the contract. The agreed construction schedule (mile stones) shall be suitably modified and contractor shall diligently divert his men & materials to utilize them profitably and no claim of damages whatsoever shall be entertained on this account, this shall be without prejudiced to his right for claim of E.O.T. on this account.

5. Samples of Material

6. Samples including brand / quality of materials and fittings to be used in the work shall be got approved from the Engineer-In-Charge, well in advance of actual execution and shall be preserved till the completion of the work. All the materials procured by the contractor shall be in conformity with the sample approved by the Engineer-in-charge for the same. Any material, even though approved by Engineer-In-Charge if found defective subsequently shall be replaced / removed by the contractor at his own risk & cost.

7. BIS marked materials except otherwise specified shall be subjected to quality test besides testing of other materials as per the specifications described for the item/material. Wherever BIS marked materials are brought to the site of work, the contractor shall furnish manufacturer’s test certificate or test certificate from approved testing laboratory to establish that the material produced by the contractor for incorporation in the work satisfies the provisions of BIS codes relevant to the material and / or the work done. BIS marked items (except cement & steel) required on the work shall be got tested. Only important tests, which govern the quality of the product, shall be carried out. The frequency of such tests shall be 25% of the frequency specified in the CPWD Specifications 1996 Vol.I to VI with upto date correction slips and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works superseding chapter 3,4 and 5 of CPWD Specifications 1996 Vol.II.

For certain items, if frequency of tests is not mentioned in the CPWD Specifications then relevant IS code shall be followed and tests shall be carried out @ 25% of the frequency specified therein..

8. List of approved makes and brands of materials for civil works, are annexed on Page 45 Makes & brands of materials specified there in shall only be used on work. The contractor shall submit brand/make of various materials to be used for the approval of Engineer-in-charge along with samples and once approved, he shall stick to it.

9. Samples of Testing: -

9.1 The cost of tests shall be borne by the contractor/department in the manner indicated below:-(a) By the contractor, if the results show that the material does not conform to relevant

specification.(b) By the department, if the results show that the material conforms to relevant specification.

9..2 However, if any load testing or special testing is to be done for concrete whose strength is doubtful, the cost of the same shall be borne by the contractor.

document.doc Page 18 of 39

Page 19: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

9..3 In case, there is any discrepancy in frequency of testing as given in list of mandatory tests provided in CPWD Specifications and that in individual sub-heads of work as per CPWD Specifications, higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

10. The contractor shall ensure quality control measures on different aspects of construction i/c materials, workmanship and correct construction methodologies to be adopted.

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

12. Contractor shall engage well experienced skilled labour and deploy modern T & P and other equipments to execute the work

13. Except for the items, for which particular specifications are given or where it is specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the “CPWD Specifications 1996 VoI.I to VI with correction slips No. 1 to 17 and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works superseding chapter 3, 4 and 5 of CPWD Specifications 1996 Vol.II (Hereinafter to be referred to as CPWD Specifications) and instructions of Engineer-In-Charge. Wherever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed. In case I.S. specifications are also not available, the decision of the Engineer-in-charge, given in writing based on acceptable sound engineering practices and local usage shall be final.

14. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such publications of relevant Indian Standard applicable to the work at site.

15. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be inclusive of all lifts, heights & depths, floors including terrace, and nothing extra shall be payable on this account.

16. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour, material, tools and plants and other inputs involved in the execution of the item. Nothing extra shall be paid either on this account or on account of any conditions and specifications mentioned in the tender documents, unless specifically specified otherwise.

17. The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawings etc. (FPS units wherever indicated are for guidelines only)

18. The contractor shall indemnify the Govt. against any claims or obligations arising out of any damage to adjacent property, structure or to building work done by him.

19. Contractor shall take all precautionary measures to avoid any damage to adjoining property./structure. All necessary arrangement shall be made at his own cost.

20. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to existing / new work adjacent properties/structures due to negligence on his part. No hindrances shall be caused to traffic as well as running of hospital services during the execution of the work.

21. The contractor shall act in close co-ordination with client department so as to ensure unhindered construction activity as well as smooth functioning of hospital/school/institute/office/residence. The contractor shall honour the existing instructions of the security guard & other relevant instructions/restrictions imposed for the safe secure & proper functioning of the hospital services, and plan the movement of material & labour accordingly for the purpose of execution of the work without making any claim for the same.

document.doc Page 19 of 39

Page 20: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

22. The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor and he shall arrange his work with that of the others in an acceptable manner and in proper sequence and co-ordination with others.

23. Normally contractors shall not be allowed to work at night. Work at night shall, however, be allowed if the site conditions/circumstances so demand. However, if the work is carried out in more than one shift or at night, no claim on this account shall be entertained. In such situations the contractor shall make available to the department proper means of transport such as vehicle at his own cost.

24. Licences

25. The contractor shall pay to the municipal, police or other authorities all the fees etc. that may be required by law and obtain requisite licences for temporary constructions, enclosures required in the course of execution of the contract and pay all fees taxes and charges which shall be leviable on that account. No extra claim will be entertained on this account.

26. All licencing fees, royalty charges for property rights etc. shall be paid by the contractor direct to the authorities concerned. No extra claim will be entertained on this account.

27. No payment shall be made to the contractor for any damage caused by rain, floods, earthquake or any other natural causes whatsoever during execution of work. The contractor at his own cost will make the damages to the work good and no claim on this account shall be entertained.

28. Existing cables, pipe cables, overhead wires, sewer lines, water lines and similar services encountered in the course of execution of work shall be protected against the damages by the contractor at his own cost. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In no case such services should be stopped to the existing buildings.

29. The building work will be carried out in the manner complying in all respects with the requirements of relevant bylaws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-Charge and nothing extra shall be paid on this account.

document.doc Page 20 of 39

Page 21: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

WATER TREATMENT PLANT, PUMPS AND ELECTRICAL PANEL SPECIFICATIONS FOR WORK EXECUTION

GENERAL:

Subject to the nomenclature of the item and the specification indicated hereafter, the work, in general, shall be carried out in accordance with the CPWD specifications 1996 Vol. I to VI and specification for electrical works Part I Internal 2007 and Part II 2007 External read with correction slips issued up to the date of receipt of tenders and relevant IS codes.

In the event of any difference or discrepancy in the description of any item or its specifications, the same shall be resolved in the following sequence and decision of the Engineer-in-Charge shall be conclusive, final and binding on the contractor.

The nomenclature of the item shall take precedence over all and anything slated elsewhere.

The conditions and specification attached to tender documents shall take precedence over the provisions of CPWD specification 1996 (Vol. I to VI) and specification for electrical works Part I Internal 2007 and Part II 2007 External with correction slips issued up to date of receipt of tender and relevant I.S.codes.

The CPWD specifications 1996 Vol.-I to VI and specification for electrical works Part I Internal 2007 and Part II 2007. External with correction slips issued up to date of receipt of tender and the provisions of relevant I.S.codes. shall be relied upon.

In case it is not possible to resolve the dispute with the help of tender documents and CPWD specification 1996 Vol.-I to VI and specifications for electrical worksPart I Internal 2007 and Part II 2007 External with up to date correction slips, the provisions of relevant I.S.codes shall be relied upon.

In case , it is not possible to resolve dispute with the help of any of the above stated documents, the decision and directions of the Engineer-in-Charge shall be followed for execution and completion of any item of work.

document.doc Page 21 of 39

Page 22: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

SPECIAL CONDITIONS OF CONTRACT:

The contractor shall make his own arrangement for the safe custody/ storage of his material. Theft, pilferage, breakage, damage if any during the storage / execution of the work, shall be replaced / rectified by the contractor at his own cost.

The entire installation shall be at the risk and responsibility of the contractor until these are tested and handed over to the department.

Not with standing the bill of quantity, all item of inter-related work considered necessary to make installation complete and operative should be deemed to be included by the contractor at no extra cost.

The equipments and the installation shall conform to various relevant Indian Standards amended up to date wherever applicable.

Fees, damages, cost charges of all and every sort the may be legally incurred in respect there of shall be by the contractor.

If the complete installation / equipment or any portion there of, after it is taken over, is found to be defective or fails to fulfill the intent of the Engineer-in-Charge, fourth with make good the defective installation / equipment. Should the contractor fail to rectify the defects / make good the defective installation / replace the equipment at no extra cost, with in a stipulated time mentioned in the written notice, department may get the work done at the risk and expenses of the contractor.

The department reserves the right to make changes in the specification of the work if in its opinion the same is found necessary. However such alterations shall be made after mutual discussion and arrangement between the department and the firm. Any price implication in this regard shall be mutually discussed and agreed upon in times of relevant clause of the contract.

The work shall be executed in close co-ordination with the progress of Building works. This being essence of the contracts, no claim for idle labour will be entertained. The successful contractor shall have to prepare shop drawings for all equipment installations as per site requirements, prepare layout etc. and obtain approval of the same from Engineer-in-charge before execution of the work.

TESTING AND INSPECTION BY THE DEPARTMENT & LOCAL AUTHORITY.On commissioning of the installation, all equipments shall be tested as per tender specification for proper functioning of the system in the presence of Engineer-in-Charge before being offered for inspection by the local authority.

Shall be the responsibility of the Contractor to obtain the approval and get the installation inspected and passed by the concerned agencies, as may be necessary as per local bye-laws. Necessary testing equipments along with operating personnel shall be arranged by the contractor without any extra cost clearance certificate is obtained.The contractor shall employ qualified graduate engineers one each for civil and electrical works.

document.doc Page 22 of 39

Page 23: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

The design of plant shall be done for the quality of ground water of LNJP Hospital. Tenderers should ascertain quality of water before quoting the rates.The treated water quality from R.O.Plant would confirm to the following parameters:- Color ColorlessOrder odorlessTurbidity <1 NTUTDS 100mg./Lt.Hardness <50mg./Lt.Calcium <50mg./Lt.Magnesium <50mg./Lt.Iron <0.1PPMLead Nil.Alkalinity <50

OPERATION OF SYSTEMThe department shall have the right operate all equipment. If in operating condition, whether or not such equipment have been accepted as complete and satisfactory. The contractor at such times as directed by the Engineer-in-Charge, free of Charge , shall make repairs and alterations.

WORKS TO BE DONE BY THE CONTRACTORIn addition to supply, installation, testing & commissioning of equipment, as per schedule of work and specification, the followings works shall be deemed to be included with in the scope of work to be executed by the contractor for which nothing extra shall be paid.

All minor building works necessary for the installation of equipment such as cutting the wall / floor / road and making good the damage etc. as required.

All MS frame / channel and the other items i/c RCC 1:2:4 foundation of proper size and minimum depth 600mm for proper installation of water treatment plant i.e. Filtration plant, Softening plant, O plant, pumps etc.

Provision of all accessories required for the installation like work for water treatment media filtration plant, Softening panel and Revision Osmosis plant and pumps etc.

Tools and plants required for handling and installation of equipment.

Protection required for the equipment from rain, dust, storm during transportation such as provision of polythene cover tarpaulin etc.

Necessary Treatment Plant equipment for the commissioning / site testing.

Provision of necessary control cables including connection between water Treatment Plant and Electrical Panel.

All connection, interconnections earthing strips etc. with similar terminations necessary for completion of work.

document.doc Page 23 of 39

Page 24: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

Responsibility of materials against pilferage and damages from the date materials are brought to site till the installation is handed over to Engineer-in-charge.

All scaffolding as maybe necessary during erection work and subsequent removal.

COMPLETENESS OF TENDERAll fitting, unit assembles, accessories, hardware items, foundation bolts, termination lugs for electrical connection, cable glands and misc. materials or accessories or item of works which are use full and necessary for efficient assembly and working of Water Treatment Plant i/c labour and supervision for assembly of all such fittings etc. shall be deemed to be included in the tender with in the rates quoted unless otherwise specially indicated in the tender with in the rates quoted unless otherwise specially indicated in the tender. Water Treatment plant shall be complete in all details whether such detail has been specially mentioned or not.

INSPECTION TESTING AND ACCEPTANCE

Testing:The contractor shall perform testing as per CPWD General Specifications and as per direction of Engineer-in-charge.

Inspection during installation and final inspection.

The contractor shall arrange with the Department for checking and the testing the installation as per CPWD General Specification for works. Installation shall not be accepted until the Department is satisfied its compliance with the requirements of the specifications in all resects. After satisfactory compliance as above final report duly signed by the contractor and countersigned by the Engineer-in-charge shall be prepared before of completion certificate as given in CPWD General Specifications.

All instruments and materials required for testing shall be responsibility of the contractor.

WARRANTYAll the equipments stipulated and installed shall be covered by the warranty for one year against defective design. workman ship and material . If any equipment is found defective due to faulty materials, faulty design or inferior quality of materials. It shall be repaired or replaced at side free of change by the Contractor at his own cost during the warranty period. The warranty shall cover consequential damages to the equipment supplied by the tenderer due to poor workmanship or defective materials. All repairs shall be done promptly within a reasonable period. The warranty period will commence from the date of handling over the installation to the department duly commissioned.

The warranty shall cover the following:-

a) Quality, strength and performance of the materials and water treatment equipment used.

b) Safe mechanical and electrical stresses on all parts under all specified conditions of operation.

document.doc Page 24 of 39

Page 25: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

c) Satisfactory performance during warranty period including free replacement to be done in accordance with the maintenance instructions and schedule. The firm with out any charge what so ever shall replace any parts found defective during the warranty period. The services of the firm’s personnel, if required, during the period for such work shall be made available to the Department without any extra charge. The firm shall depute their representatives to the site immediately on notification of the defects by the Department.

d) The firm shall be warranty that water treatment plant shall be free from any defects due to defective materials or bad workmanship and that the water treatment plant shall work satisfactory and the performance and the efficiencies of the water treatment plant shall not be less than warranted values.e) Prompt service during twelve (12) months free maintenance period for repairs and breakdowns. The tenderer shall give full particulars of local facilities available such as address, phone number, name of person available, stock of spares etc.

f) Satisfactorily operation during the maintenance period of the year from the handling over the installation after successful commissioning of the same.

g) Performance figures and particulars as specified by the tenderer under schedule of warranted technical particulars.

PAINTING

The tendered cost shall include the cost of painting the entire exposed ironwork in the complete installation. All iron work baring contact areas and moving parts shall be painted at the work before installation with two cost of anticorrosive premier paint.

WATCH AND WARDThe tenderer shall, on supply of treatment plants equipment for bonafide use on the work at site, shall continue to be responsible for their safe custody till they are installed in position, tested, commissioned and handed over to the Engineer-in-charge.

UNIT RATE

The tenderer may indicate in the price bid unit rates for any item not covered under schedule of work but considered by him as useful in the execution of work.

CONTRACTORS LIABILLITY FOR DAMAGES CAUSED AND IMPERFFECTIONS NOTICED WITHIN MAINTENANCE PERIOD:

If the contractor or his work people shall break, deface, injure or destroy any part of the building in which they are working or if any damages shall happen to the work, in the progress of work, from any cause what so ever, of if any defect or any fault appear in the work, from any cause what so ever, of if any defect or any fault appear in the work within twelve (12) months after certificate final or otherwise of its completion shall have been given by the engineer-in-charge arising out of defective or improper materials of workmanship, the contractor shall upon receipt of notice in writing on that behalf make the same good at his expense from any sum that ay then or any time therefore may become due to the contractor or from his security deposits.

Care shall be taken by the Contractor in handling/ stacking of materials to avoid damage to the building. On completion of the installation work contractor shall remove all debris from occupied premises and other areas used by him in a clean state.

document.doc Page 25 of 39

Page 26: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

ADDITIONAL CONDITIONUnless otherwise provided in the schedule of quantities the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depth of the building and nothing extra shall be payable to him on this account. Payment for centering, shuttering however if required to be done for heights greater then 3.5 m shall be admissible at rates arrived in accordance with clause 12 of the agreement if not ready specified.The contractor shall make his own arrangements for obtaining electric connections if required and make necessary payments directly to the authority / department concerned.Other agencies shall make his project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, opening etc. for laying / burying in the work pipes, cables, conduits, clamps, boxes and hooks for clamps etc, as may be required for other agencies. Nothing extra over the agreement rates shall be paid for the same.Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, material etc. The contractor shall be bond to follow all such restriction / instruction and nothing extra shall be payable on this account.

a) The building work will be carried out in the manner complying in all respects with the requirement of relevant bye laws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.b) The contractor shall comply with proper and legal orders and direction of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable.The contractor shall be give a performance test of the entire installations as per standing specification before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test. The structural and architectural drawing shall at all items be properly correlated before executing any work. However, In case of any discrepancy in the items given in the schedule of quantities appended with the tender and architectural drawings relating to the relevant item, the former shall prevail unless and otherwise given in writing by the Engineer-in-charge.If any malba is there on account of execution of work, the same shall be removed on day to day basis without any failure.

The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawing etc. (FPS units wherever indicated are for guidance only).Wherever any reference to any Standard Specification corners on the documents relating to this contracts the same shall be inclusive of all amendments issued to or revisions thereof, if any up to the date of receipt pf tenders.

SPECIFICATION FOR WATER TREATMENTS PLANTDual Media Filtrationi) Diameter, mm - 1500ii) Height on straight, mm - 1500iii) Frontal Piping Dia NB. - 80

document.doc Page 26 of 39

Page 27: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

iv) Filtration velocity cum m /hr/sq m - 20v) Maximum working pressure Kg/sq m - 3.5vi) Minimum working pressure Kg/sq m - 2.0vii) Treatment flow -cum m/hr - 35.0viii) Backwash flow –cum m/hr - 35.0ix) Manufacturing code as per - IS 2825x) Shell thickness - 6 mm minimum.xi) Dished End thickness - 8 mm minimum.

Softening planti) Diameter, mm - 1600ii) Height on straight, mm - 2500iii) Frontal Dia NB. - 65iv) Resin Qty in Litre - 1800 Litrev) Maximum working pressure Kg/sq m - 3.5vi) Minimum working pressure Kg/sq m - 2.0vii) Flow cum m/hr - 25.0viii) Quality of water after treatment -ix) Hardness - < 10 ppm

(commercial Zero) x) Manufacturing code as per - IS 2825xi) Shell thickness - 6 mm minimum.xii) Dished End thickness - 8 mm minimum

Reserve Osmosis System

Limit of R.O. system

PROCESS DESCRIPTIONPRE- TREATMENTThe feed water is closed with Sodium Hypo Chloride to get of COD present in it. Then it is passed through MULTI GRADE FILTER (MGP), to remove the suspended solids present in the water, after Garnet Filter water is feed through Softener. Softener is provided to avoid formation of Calcium and magnesium Floride. To makes sure that no oxidization agent goes to the membrane, SMBS is closed to the water, In order to reduce scaling lendencies of feed water Antiscalant closing is done.

DESALINATION BY REVERSE OSMOSIS:-

In order to safe the R.O. system a low pressure switch is provided at the suction of high pressure pump to avoid dry running of the same. Incorporated a tripping system for acid closing pump in case the pH falls below the set value. In case of these abnormalities the system is tripped automatically and the nature of the same malfunctioning shall be indicated on the instrument panel by means of annunciator

The pressurized feed water is then passed through a reserve osmosis block where dissolved solids in the water are reduced. Necessary instruments like pressure gauges, conductivity indications, pH meter etc. are provided to monitor the smooth functioning of the plant.

document.doc Page 27 of 39

Page 28: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

WORKING OF THE PPLC

The plant starts when the level at PST is low and stops when the level as PST is high.

When the level is low, the intent valve opens/PWR stars. OPR is not high dump valve closes and HPP starts. HPP starts after two minutes of starting of PWR.

The reject valve closes after 1 minute of starting of HPP. If the pressure of HPP suction is low, the plant trips. When the pants stops due to high level, first the HPP stops the dump valve open

after two minutes the PWR and closing pumps stops, closing the plant valve. When OPR is high the dump valve open and HPP gets trip. The PWR and closing

pumps keep running for OPR adjustment. When the conductivity is high an alarm is given. The MIMIC provides indications for all the I/P’s and the respective O/p’s.

PST -Permeate Storage Tank.OPR -Oxidation Reduction PotentialPWR -Raw Water Pump.HPP -High Pressure Pump.

Instruments:-i) Pressure Gauge - 6Nos.ii) Retometer (Flow indicator) - 2Nos.iii) PPLC Cum instrument panel - 1NO.iv) Conductivity indicator - 1No.v) O.P.R metre - 1NO.vi) Level indicator - 6Nos.

document.doc Page 28 of 39

Page 29: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

LIST OF MAKESWater supply motor 15 HP - ABB / CGL Kirloskar / Siemens / Crompton

Raw water pumping set 7.5 HP - Kirloskar / Crompton / ABB

Dosing pump set 0.5 LPH - Asia LMI / CWG

Brine Tank - Syntex / Sheetal / Super star / Unitex

Soft water pump set 7.5 H.P - Kirloskar / Crompton / ABB

Raw water pump – 1 HP - Kirloskar / Crompton / ABB

Dosing electronic diaphragm pump - Asia LMI / Crompton / Rain bow(Antisscalent) 0.5 LPH

Centrifugal High pressure pump – 5 HP - Pentaire / Kirloskar / Crompton / 6800 LPH . 120 m head Grund foss.

Electronic Diaphragm pump type-0.6 - Asia LMI/ CWG /Rain bowLPH

Fibre Reinforced plastic diaphragm - Wellmet / pentairepressure vessel

G.I.Pipe ( B – Class ) - Jindal / Tata

Dual media filter plant - Thermax, Pentaire, Hydratec Ion Exchange / Geo millar

Softener plant - Thermax, Pentaire, Aquatex / Geo millar

Reserve Osmosis plant - Thermax / Hydratec /Pentaire Aquatex /Geo millar

Cable - Skytone / Grindlay

R.O. Elements - Hydranantics USA/ DOW, USA / Osmonics

Sludge Disposal pump screw type - Kirloskar / Tushaco

Air blower (Rotary type) - USHA / Everest

Pressure Gauge - Fibeg / Hguru / Burdon

Fittings - Unik / R Brand

Chech valve - Audio / Advance

Ultra violet - KB Aqua / Philips / USA – Slimline / Holland.

document.doc Page 29 of 39

Page 30: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

SCHEDULE OF QUANTITIES

Name of work:- Construction of Orthopaedic Block at LNJP Hospital, New Delhi. SH:- Water Treatment Plant, Pumps, Electrical Panels.

S.No. ITEM Quantity Unit Rate Amount 1 Supplying, installation, testing and commissioning of dual media

filteration plant of capacity 35000 liter per hour complete as per specification, consisting of following -

A) Dual Media Filter plant - One numberi) 35000 litres per hour flow

ii) Type - Vertical Down FlowMaterial of shell mild steel plates - with inlet and outlet connections and M.S. support, velocity of filteration 2.0m/Hour.

iii) Dia of vessel - As per calculation 1500 mmiv) HOS - 1500 mmv) Shell thickness - 6 mm(min.)/ As per IS Code no. 2825 and IS code

2062

vi) Dish ends - 6 mm(min.)/ As per IS Code no. 2825 and IS code 2062

vii) Under drain Collection system - 12mm thick M.S. strainer plate fitted with Polypropylene strainer.

viii) Filter media - Charge of Anthracite of average particle size 0.33mm of bulk density 950 ~1000 Kg/m2 supported on Bed of Coarse and fine filtering sand of 0.6mm average particle size and bulk density 1600 Kg/m2.

ix) Valves - 100 mm dia C.I. Butterfly valves including outlet valveGauge - a set of inlet and outlet pressure gauge.

x) Frontal piping - M.S. pipes and fittings with flanged connection as per requirement including painting. Backwash arragement with back wash flow measures

document.doc Page 30 of 39

Page 31: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

xi) Painting - The vessel shall be painted inside with epoxy paint and outside with redoxide primer followed by synthetic enamel paint two or more coats both of approved quality and shade.

B. Raw water pumping set:Capacity - 35000 litres per HourHead - 30 MQty. - 2 Nos.HP rating - 7.5Suction / Delivery size - 65 mm x 65 mmVoltage - 415 Volt + 10% 3 Phase 50Hz

C Ultra Violet SterlisationCapacity - 550 LPMQty. - 1 No.MOC of Housing - SS - 316Ultra violet lamp - 1No. Jacket - Quartz GlassIntensity of UV Radiation - 60,000 UWS/cm2

D Disinfection SystemE Dosing Pump Set

Pump type - Electronic DiaphragmCapacity (LPH) - 0.5Head (KG/cm2) - 5.0No. - 1Chemical tank - 100 LitresMOC - PVC / HDPE 1.00 Each Job Job

2 Supply, installation, testing and commissioning of water softening plant of capacity 33000 liter per hour of make complete as per specification, consisting of following -

Capacity - 33000 litres per hourType - Vertical down flowDia of vessel - 1600 mmHeight on straight - 1800 mm

document.doc Page 31 of 39

Page 32: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

MOC Shell (Material of construction) - MS plate with inlet and outlet connection with M.S. support - IS 226Shell thickness - 8 mmDished end thickness - 10 mmCharge of cation resin - 1800 litresQty of NaCl reqd. per change - 300 KgUnder drain system - 12 mm thick strainer plate fitted with polypropylene stainers

Pipe line and valves - 100 mm dia. C.I. Diaphragm valves for normal operation and backwash including frontal pipeline, fittings, with flanged connection, air release system and injection system, outlet sample valve sets of inlet and outlet pressure gauge and sets of internals for the above comprising of raw water inlet and bottom collecting system i/c painting of all pipe and fittings etc.Painting - The vessel shall be painted inside with epoxy paint and outside with redoxide primer followed by synthetic enamel paint two or more coats both of approved quality and shade.Brine TankCapacity - 2000 litres MOC-PVCMOC - PVCQty - 1 No.Hardness testing kit - 1 No.Soft water pumpset:Capacity - 33000 litres per hourHead - 30 MetreQty - 2 Nos.HP Rating - 7.5Suction / Delivery size - 65mmVoltage - 415V + 10% 3 Phase 50Hz 1.00 Each Job

JobREVERSE OSMOSIS BLOCK:

3 Supplying, installation, testing and commissioning of Reverse Osmosis plant of capacity 2000 LPH consisting of pre-treatment and

document.doc Page 32 of 39

Page 33: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

post treatment complete as per specifications, consisting of following - PRE-TREATMENT SECTION:Raw Water pump:Capacity(LPH) - 6800 LPHHead (M) - 30Nos. - 2 Nos.HP - 3 HPBody - C.I.Impeller - BronzeSuction / Delivery - 50 x 40 mmRPM - 2900Voltage - 415V + 10% 3 Phase 50HzActivated Carbon filter:Dia (mm) - 500Hos (mm) - 1524Body - FRPValve - Set of B.F. valves 5Nos.Flow rates - 800 L.P.HMedia - Silica sand +Activated carbonREVERSE OSMOSIS BLOCK:Micron Filter (I):Type - 20" standard (cartridge)Capacity (LPH) - 6800Micron rating - 10 micronNos. - One SetMicron Filter (II):Type - 20" standard (cartridge)Capacity (LPH) - 6800Micron rating - 5 micronNos. - One SetDOSING PUMP (ANTISCALANT):Pump type - Electronic DiaphragmCapacity (LPH) - 0 - 5

document.doc Page 33 of 39

Page 34: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

Head (KG/CM2) - 5.0No. - 1Chemical tank - 100 litresMOC - HDPEHIGH PRESSURE PUMP:Capacity (LPH) - 6800Head (M) - 120Body - Stainless steelImpeller - Stainless steelCapacity - 7.5 HPQuantity - 1Suction / Delivery - 50 x 40 mmMotor RPM - 2900Voltage - 415V + 10% 3 Phase 50HzRO ELEMENTS: - 2 Nos.RO TUBES: - 1 No.No. - 1Pressure Rating - 250 Psig.INSTRUEMNTATION PANEL: with MIMIC and PPLC as per specifications.Rotameter : Permeate range (lph) - 0-3000Reject range (lph) - 0-7000Nos. - 2 Nos.R.O. PANEL:Complete with cables within the plant - one lot

R.O. SKID(frame) (S.S) - One no.INTERCONNECTING PIPES AND FITTINGS:High Pressure piping (stainless steel) - One lotLow pressure piping PVC - One lotPOST TREATMENT SECTION:PH Correction System:

document.doc Page 34 of 39

Page 35: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

Nos. - 1 No.Pump type - Electronic DiaphragmCapacity (LPH) - 0-6Head (KG/CM2) - 5.0No. of Dosing pump - 1 No.Chemical tank - 100 litresMOC - HDPETREATED WATER STORAGE TANK:Capacity - 2500 LitresMOC - Stainless steel - 304Thickness of plate - 3 mm 1.00 Each Job

Job4 Supplying, installation, testing and commissioning of electric motor

driven, end suction type, centrifugal water pump with mechanical seal, bronze impeller and AISI 410 shaft, capable for a discharge of 480 LPM at a head of 70 metres, coupled through flexible coupling (i/c coupling guard) with totally enclosed, fan cooled squirrel cage, induction motor 15HP suitable for operation on three phase AC supply 415 + 10% volts, 50 Hz, fixing the coupled pump and motor on a common structural base frame, making a suitable cement concrete foundation and mounting the complete pump motor set on the foundation using suitable number of antivibration mounting as per the design / recommendations of the manufacture and as per the detailed specification attached.Motor - 15 HP , Voltage - 415 + 10% 3 phase - 50 Hz ; RPM - 2950 Pump type - centrifugalCasing - Cast ironImpeller - BronzeShaft - AISI 410Seal - MechanicalHead - 70 MetreDischarge - 480 LPMSuction / Delivery - 65 x 40 5.00 Each

Numbersdocument.doc Page 35 of 39

Page 36: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

5 Supplying, installation, testing and commissioning of fixed speed Hydropnumatic Systems Comprising of 2 Nos. S.S. pumps (1 working + 1 stand by) of capacity 2 m3/HR, complete with base frame, pressure switches fibre reinforced plastic Diaphragm pressure vessel of 60 litres capacity, pressure gauges and allied S.S. Pipelines and fittings, valves, electrical panel etc. complete as per requirement.

1.00 Each Job

Job6 Supplying, installation, testing and commissioning of fixed speed

Hydropnumatic Systems Comprising of 2 Nos. S.S. pumps (1 working + 1 stand by) of capacity 9 m3/HR, complete with base frame, pressure switches fibre reinforced plastic Diaphragm pressure vessel of make 100 litres capacity, pressure gauges and allied G.I. Pipelines and fittings, valves, electrical panel etc. complete as per requirement.

1.00 Each Job

Job7 Supplying, installation, testing and commissioning of fixed speed

Hydropnumatic Systems Comprising of 2 Nos. S.S. pumps (1 working + 1 stand by) of capacity 20 m3/HR, complete with base frame, pressure switches, fibre reinforced plastic Diaphragm pressure vessel of 453 litres capacity, pressure gauges and allied G.I. Pipelines and fittings, valves, electrical panel etc. complete as per requirement.

1.00 Each set

ELECTRIC PANEL FOR WATER PUMPS:8 Supplying, installation, testing and commissioning of dust, damp and

vermin proof floor standing / wall mounting pump panel, fabricated out of suitable size and covered with 2mm thick CRCA sheet, hinged door of 2mm thick CRCA sheet duly painted complete with aluminium bus bar, inter connection with solid copper conductor wires, aluminium strips, neutral links, earth bus etc. necessary metering protections and indications and mounted as per following details:-Panel size 2.0 M high x 2.70m x 300 mm deepINCOMING:

a) 250A, 3P,50KA MCCB - 01 Nos.b) 4 strip 150Amp.Al. bus bar - 1 set

document.doc Page 36 of 39

Page 37: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

c) (0-250 A) CT operated Ammeter with selector switch & 3 nos. CTs ratio 250/5A - 1 No.

d) (0-500 V) voltmeter with selector switch & HRC control fuses - 1 Nos.

e) Coloured LED (Red, Yellow, Blue) phase indication lamp with control fuses - 3 Nos.OUTGOING:

a) 100 Amp. T.P., 35 KA MCCB along with CT operated Ammeters (0-60A), A set of 3 CTs of 100/5A, ASS and coloured LED type (Red, Green) ON /OFF indication - 4 Nos.

b) 32A, TP, MCCB -6 Nos. c) 32 Amp 4 pole MCB - 1 No. d) 40 Amp 3 Pole MCB - 1Nos. e) ON/OFF indication with protection fusesf) 40 Amp 4 pole MCB -1 No. g) Fully automatic Star Delta Starter suitable for 15 H.P. motor - 3 Nos.h) DOL starter suitable for 7.5 HP motor - 2 Nos. i) D.O.L. starter suitable for 10 H.P. motor - 1 No.j) D.O.L. starter suitable for 3 H.P. motor - 3Nos. 1 Each Set

Set9 SUPPLYING OF CABLE:

Supplying of following size of XLPE insulated PVC sheathed armoured cable aluminium conductor and copper conductor cable of 1.1 KV grade as required.

A) Aluminium conductor armoured cables:a) 3.5 x 95 sq.mm (from sub-station pump panel) 190 Metre

Metreb) 3 x 6 sq.mm (from pump panel to motor) 180 Metre

Metrec) 3 x 4 sq.mm (from Pump panel to raw water pump) 60 Metre

Metred) 3 x 10 sq.mm (from pump panel to hydro pneumatic system ) 120 Metre

Metre

document.doc Page 37 of 39

Page 38: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

e) 4 x 16sq.mm (from pump panel to R.O. system) 60 MetreMetre

B) Copper Conductor Armoured Cable:a) 4 x 1.5sq.mm (copper conductor armoured cable) 250 Metre

Metre10 S/ MLV/MV/ cable end termination:

Supplying and making end termination with brass compression gland and aluminium lugs for the following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable 1.1 KV grade as required.

a) 3.5 x 95 sq.mm 2 EachNumbers

b) 3 x 6 sq.mm 10 EachNumbers

c) 3 x 4 sq.mm 6 EachNumbers

d) 3 x 10sq.mm 2 EachNumbers

e) 4 x 1.5 sq.mm copper control cable 16 EachNumbers

11 Laying of one number PVC insulated and PVC sheathed XLPE power cable of 1.1 KV grade of size not exceeding 120 sq.mm on surface / cable tray as required.

140 Metre

Metre12 Laying of one number PVC insulated and PVC sheathed XLPE power

cable of 1.1 KV grade of size not exceeding 25 sq.mm on surface / cable tray as required.

570 Metre

Metre13 Laying of one number PVC insulated and PVC sheathed XLPE power

cable of 1.1 KV grade of size not exceeding 120 Sq.mm in open trench / RCC treanch.

50 Metre

Metre

document.doc Page 38 of 39

Page 39: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04248.doc · Web viewa) 3.5 x 95 sq.mm 2 Each Numbers b) 3 x 6 sq.mm 10 Each Numbers c) 3 x 4 sq.mm 6

14 Laying of one number PVC insulated and PVC sheathed XLPE power cable of 1.1 KV grade of size not exceeding 25 Sq.mm in open trench / RCC treanch.

100 Metre

Metre15 Providing and fixing 25mm x 5mm G.I. Strip on surface or in recess

for connection etc. as required.50 Metre

Metre16 Providing and fixing 6 SWG G.I. Wire on surface or in recess for loop

earthing along with the existing surface / recessed conduit / submain wiring / cable as required.

840 Metre

Metre

Assistant Engineer-1, Executive Engineer, PWD Div. B-212, PWD Div. B-212, New Delhi New Delhi.

Project Manager,Circle B-21, PWD

New Delhi

document.doc Page 39 of 39