0% found this document useful (0 votes)
15 views42 pages

DG contract-documents

The document outlines the e-tendering process for an Annual Maintenance Contract (AMC) for various diesel generator sets at VNIT campus, with an estimated cost of Rs. 26,62,672. It details eligibility criteria for contractors, submission requirements, and the timeline for tender submission and opening. Additionally, it specifies the necessary documentation and conditions for participation in the tendering process.

Uploaded by

shrawan kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views42 pages

DG contract-documents

The document outlines the e-tendering process for an Annual Maintenance Contract (AMC) for various diesel generator sets at VNIT campus, with an estimated cost of Rs. 26,62,672. It details eligibility criteria for contractors, submission requirements, and the timeline for tender submission and opening. Additionally, it specifies the necessary documentation and conditions for participation in the tendering process.

Uploaded by

shrawan kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 42

INDEX

Name of Work: Annual maintenance contract (AMC) of


4x365 KVA, 3x250 KVA, 1x200 KVA and 1x100 KVA DG sets
installed at different substations in VNIT campus.

Sl. Description Page


No.
Index Page 1
PART-A 2
1 Information and e-Tendering for Contractors 3-5
2 Notice Inviting Tenders (Form CPWD–6) 6-10
3 Tender (Form CPWD–7) 11-18
4 Salient/Mandatory requirement for tender 19
PART-B 20
5 Quality Assurance of the work 21-22
6 Additional Terms & Condition 23-24
7 Scope of work 25-27
8 Special condition for safety at the work site 28-29

NIT amounting to Rs. 26,62,672/- (Rupees Twenty Six Lacs Sixty Two
Thousand Six Hundred Seventy Two Only) is approved.

[Certified that this N.I.T. contains 35 (Thirty Five pages only].

1
2
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR
E- TENDERING FORMING PART OF NIT AND TO BE POSTED ON
WEBSITE

VNIT invites online Item rate tender from approved and eligible* contractors
for the following work(s):

Name of Estimated Period Time &

of Completion
work and cost put to during date of
location tender which EMD, opening

favour of Director
Cost of of

Earnest Money (In

submission of tender
Last date & time of
Tender tender
Document,

IIT Kanpur)
e-Tender
Processing

Period
Fee and
S. No. 4

other
Documents
shall be
NIT No141 /Elect./2020

submitted
Annual
maintenanc

After last date and time of submission of tender


e contract
(AMC) of
4x365 KVA,

and upto 3:30 PM on 05.06.2020


3x250 KVA, Upto 3:30 PM on 03.06.2020

At 3:30 PM on 08.06.2020
1x200 KVA
and 1x100
Rs.53,253/-

12 Months

KVA DG
sets
installed at
different
substations
in VNIT
campus

The registration of the contractors should be valid on the last date of


submission of tenders.
1. Eligible electrical contractor born on the approved list of CPWD, BSNL,
MES, PWD, Central PSUs/ State PSUs in the appropriate class, or
authorized dealer (sales & services) of Cummins/ Greaves Cotton DG
sets.
2. Having satisfactorily completed 3 (three) similar works of value 40% or
two similar works of value 50% or one similar work of value 80% of
estimated cost during last seven years in the registered department are
eligible to participate.
3. Having GST, ESI & EPF registration No. of government authorities.
4. Having similar nature of works mean maintenance & servicing of Diesel
generator set of 250 KVA & above and PLC control system panel.
3
5. Three similar completed works (at least of them should be in Central
Govt./ State Govt./ Central autonomous bodies/ State autonomous
bodies / Central PSUs and State PSUs).
6. Two similar completed works (at least of them should be in Central
Govt./ State Govt./ Central autonomous bodies/ State autonomous
bodies / Central PSUs and State PSUs).
7. One similar completed works (in Central Govt. / State Govt. / Central
autonomous bodies/ State autonomous bodies / Central PSUs and State
PSUs).
8. Details of average annual financial turn over on electrical works should
be at least 100 % of the estimated cost during the last three
consecutive financial year.
9. Having a bank solvency certificate not less of 40% of estimated cost.

In case the last date of submission of tender is extended, the registered of


contractor should be valid on the original date of submission of tenders.

1. The intending tenderer must read the terms and conditions


of CPWD- 6 for e-Tendering carefully. He should only submit
his tender if he considers himself eligible and he is in
possession of all the documents required.

2. Information and Instructions for tenderer posted on


website shall form part of tender document.

3. The tender document consisting of plans, specifications, the


schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract
to be complied with and other necessary documents can be
seen and downloaded from website www.vnit.ac.in free of
cost and shall be submitted on line on website

4. The bids can only be submitted after filling all the details in
new drop down menu of e tendering portal such as demand
draft or pay order or bankers cheque or deposited call
receipt or fixed deposited receipt and bank guarantee of any
scheduled bank (bankers name, amount, number and date)
towards cost of bid documents and EMD in favour of the
Director VNIT, Nagpur and processing fee in favour of ITI Ltd,
New Delhi and other documents as required.

5. The intending tenderer has to fill all the details such as


Banker's name, Demand Draft/Fixed Deposit Receipt /Pay
Order/ Banker's Cheque/Bank Guarantee number, amount
and date.

The amount of EMD can be paid by multiple Demand Draft /


Pay Order / Banker's Cheque / Deposit at call receipt / Fixed
Deposit Receipts along with multiple Bank Guarantee of any
Scheduled Bank if EMD is also acceptable in the form of Bank
Guarantee.
4
6. Those contractors not registered on the website
mentioned above, are required to get registered beforehand.
If needed they can be imparted training on online bidding
process as per details available on the website.

7. The intending tenderer must have valid class-III digital


signature to submit the tender.

8. On opening date, the contractor can login and see the tender
opening process. After opening of tenders he will receive the
competitor tender sheets.

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


and PDF format.

10. Contractor must ensure to quote rate of each item. The


column meant for quoting rate in figures in yellow colour.

In addition to this, while selecting any of the cells a warning


appears that if any cell is left blank the same shall be treated as
“0”.

Therefore, if any cell is left blank and no rate is quoted by the


tenderer, rate of such item shall be treated as “0” (ZERO).

List of Documents to be scanned and uploaded within the


period of tender submission:

 Copy of Registration with the Department.

 Required Experience - Completion certificates with Bill of


quantity of similar works.
The works certificates submitted by the bidder clearly indicate that:

 Similar work executed shall be maintenance & servicing of


Diesel generator set of 250 KVA & above and PLC control
system panel.

 The completion certificate cost of the electrical work.
 Actual date of completion of the electrical work.

 Copy of GST, EPF & ESI No.

 Details of turn over during the last three years.

 E.M.D. and Bank drafts of tender cost & processing fee.

5
CPWD-6 FORM e-Tendering
VNIT, Nagpur invites online item rate tenders from approved and eligible*
contractors for the works of: Annual maintenance contract (AMC) of
4x365 KVA, 3x250 KVA, 1x200 KVA and 1x100 KVA DG sets
installed at different substations in VNIT campus.

1.1 The work is estimated to cost Rs. 26,62,672/- This estimate, however,
is given merely as a rough guide.
1.2 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 tenders.
2 Criteria of eligibility
1. Eligible electrical contractor born on the approved list of CPWD, BSNL,
MES, PWD, Central PSUs/ State PSUs in the appropriate class or
authorized dealer (sales & services) of Cummins/ Greaves Cotton DG
sets.
2. Having satisfactorily completed 3 (three) similar works of value 40% or
two similar works of value 50% or one similar work of value 80% of
estimated cost during last seven years in the registered department are
eligible to participate.
3. Having GST, ESI & EPF registration No. of government authorities.
4. Having similar nature of works mean maintenance & servicing of Diesel
generator set of 250 KVA& above and PLC control system panel.
5. Three similar completed works (at least of them should be in Central
Govt. / State Govt. / Central autonomous bodies/ State autonomous
bodies / Central PSUs and State PSUs).
6. Two similar completed works (at least of them should be in Central
Govt. / State Govt./ Central autonomous bodies/ State autonomous
bodies / Central PSUs and State PSUs).
7. One similar completed works (in Central Govt. / State Govt. / Central
autonomous bodies/ State autonomous bodies / Central PSUs and State
PSUs).
8. Copy of Registration with the Department.
9. Required Experience - Completion certificates with Bill of quantity
of similar works.

10.Details of average annual financial turn over on electrical works should


be at least 100 % of the estimated cost during the last three
consecutive financial year.
11.Having a bank solvency certificate not less of 40% of estimated cost.
3. Agreement shall be drawn with the successful tenderers on prescribed
Form No. CPWD 7 (or other Standard Form as mentioned) which is
available as a Govt. of India Publication and also available on website
www.vnit.ac.in Tenderers shall quote his rates as per various terms
and conditions of the said form which will form part of the agreement.
4. The time allowed for carrying out the work will be 12 Months from
the date of start as defined in schedule ‘F’ or from the first date of
handing over of the site, whichever is later, in accordance with the
6
phasing, if any, indicated in the tender documents.

7
5. The site for the work is available.*
6. The bid document consisting of plans, specifications, the schedule of
quantities of various types of items to be executed and the set of
terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website
www.vnit.ac.in and shall be submitted on line on website.
Other necessary documents also can be seen in the office of the Stores
Officer, VNIT, Nagpur between hours of 10:00 AM to 5:00 PM from
20.05.2020 to 03.06.2020 every day accept on Saturdays, Sundays
and Public Holidays in free of cost.
7. After submission of the tender the contractor can re-submit revised
tender any number of times but before last time and date of
submission of tender as notified.
8. While submitting the revised tender, contractor can revise the rate of
one or more item(s) any number of times (he need not re-enter rate
of all the items) but before last time and date of submission of tender
as notified.
9. Earnest Money can be paid in the form of Treasury Challan or Demand
Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or
Fixed Deposit Receipt (drawn in favour of Director, VNIT, Nagpur)
along with Bank Guarantee of any Scheduled Bank wherever
applicable.
A part of earnest money is acceptable in the form of bank guarantee
also. In such case, 50% of earnest money or Rs. 20 lac, whichever is
less, will have to be deposited in shape prescribed above, and balance
in shape of Bank Guarantee of any scheduled bank.

(i) Cost of Tender Document – NIL/- (Including GST) drawn in


favour of the Director VNIT, Nagpur e-payment.

(ii) e-Tender Processing Fee – Rs. 3,142/- (Including GST) drawn in favour
of
"ITI Limited" payable at Delhi through e-payment.

Treasury Challan or Demand Draft or Pay Order or Banker`s Cheque or


Deposit at Call Receipt or FDR or Bank Guarantee against EMD, Cost of
Tender Document and cost of tender processing fee shall be placed in
single sealed envelope superscripted as “Earnest Money, Cost of
Tender Document and cost tender processing fees with name of work
and due date of opening of the tender also mentioned thereon.
Copy of Registration Order and certificate of work experience
wherever applicable and other documents if required and specified in
this bid document shall be scanned and uploaded to the e-Tendering
website within the period of tender submission and certified copy of
each shall be deposited in a separate envelop marked as “Other
Documents”
Both the envelopes shall be placed in another envelope with due
mention of Name of work, date & time of opening of tenders and to be
submitted in the office of Superintending Engineer after last date &
time of submission of tender and up to 03:30 PM on 03.06.2020.
Online tender documents submitted by intending tenderers shall be
opened only of those tenderers, whose Earnest Money Deposit, Cost
of Tender Document and e- Tender Processing Fee and other

8
documents placed in the envelope are found in order.

9
The tender submitted shall be opened at 03:30 PM on 08.06.2020.
10. The tender submitted shall become invalid and cost of tender & e-
Tender processing fee shall not be refunded if:
(i) The tenderers is found ineligible.
(ii) The tenderers does not upload all the documents as stipulated in the
tender document.
(iii) If any discrepancy is noticed between the documents as uploaded at
the time of submission of tender and hard copies as submitted
physically in the office of tender opening authority.
11. 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
Deposit at Call receipt of any scheduled bank / Banker’s cheque of any
scheduled bank / Demand Draft of any scheduled bank / Pay order of
any Scheduled Bank of any scheduled bank or Government Securities
or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank
or the State Bank of India in accordance with the prescribed form. In
case the contractor fails to deposit the said performance
guarantee within the period as indicated in Schedule ‘F’,
including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically
without any notice to the contractor.
12. Intending 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
tenderers shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The tenderers 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 tenderers 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 and local conditions and other factors
having a bearing on the execution of the work.
13. The competent authority on behalf of the Board of Governors, VNIT,
Nagpur 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 tenderers shall
be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tenderers
is strictly prohibited and the tenders submitted by the contractors who
resort to canvassing will be liable for rejection.
15. The competent authority on behalf of Board of Governors, VNIT,
Nagpur reserves to himself the right of accepting the whole or any
part of the tender and the tenderers shall be bound to perform the
10
same at the rate quoted.
16. The contractor shall not be permitted to tender for works in the VNIT,
Nagpur responsible for award and execution of contracts, in which
his near relative is

11
posted a Divisional Accountant or as an officer in any capacity
between the grades of Assistant 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 VNIT,
Nagpur. Any breach of this condition by the contractor would render
him liable to be removed from the approved list of contractors of this
Department.
17. No Engineer of Gazetted Rank or other Gazetted Officer employed in
Engineering or Administrative duties in an Engineering Department of
the Government of India is allowed to work as a contractor for a period
of one year after his retirement from Government service, without
the prior permission of the Government of India in writing. This
contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not
obtained the permission of the Government of India as aforesaid
before submission of the tender or engagement in the contractor’s
service.
18. The tender for the works shall remain open for acceptance for a
period of ninety (90) 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 tenderers shall not be allowed to
participate in the retendering process of the work.
19. This Notice Inviting Tender shall form a part of the contract document.
The successful tenderers/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 part of the
tender as uploaded at the time of invitation of tender and the rates
quoted online at the time of submission of tender and acceptance
thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.

20.1.1 The tender document will include following three components:


Part A:-
CPWD-6, CPWD-7 including schedule A to F for the major component
of the work, Standard General Conditions of Contract for CPWD 2010
as amended/modified up to 03.06.2020.
Part B:-
General/specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part
C:-
Schedule A to F for minor component of the work. (SE/EE in charge of
major component shall also be competent authority under clause 2
and clause 5 as mentioned in schedule A to F for major components),
General/specific conditions, specifications and schedule of quantities
12
applic
able
to
minor
comp
onent
(s) of
the
work.

13
20.1.2 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 components of work.

21. In case any discrepancy is noticed between the documents as


uploaded at the time submission of bid on line and hard copies as
submitted physically in then office of the superintending engineer, then
the bid submitted shall become invalid and the institute shall, without
prejudiced to any other right or remedy, be at the liberty to forfeit 50%
of said EMD as affosaid. Further the bidder shall not be allowed to re-
tendering process of the work

22. EPF & ESI paid to contractor worker shall be reimbursed actual basis.

Associate Dean (Electrical


Works)
For & on behalf of the Board of Governors, VNIT,
Nagpur

14
PWD-
7
ITEM RATE TENDER AND CONTRACT FOR WORK

(A) Tender for the


work of: Annual maintenance contract (AMC) of
4x365 KVA, 3x250 KVA, 1x200 KVA and
1x100 KVA DG sets installed at different
substations in VNIT campus.

Signature of officer issuing the documents

Designation: Associate Dean (Electrical Works), VNIT, Nagpur


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.

I/We hereby tender for the execution of the work specified for the
Board of Governors, IIT, Kanpur 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 (90) ninety days from the
date of opening of tender and not to make any modifications in its
terms and conditions.
A sum of Rs. 53,253/- is hereby forwarded 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 scheduled bank as earnest money. If I/we, fail to
furnish the prescribed performance guarantee or fail to commence the
work within prescribed period I/we agree that the said Board of
Governors, VNIT, Nagpur 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 of commence work as
specified, I/we agree that Board of Governors, VNIT, Nagpur 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, up to maximum of the percentage
mentioned in Schedule ‘F’ and those in excess of that limit at the

15
rates to be

16
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.
I/We undertake and confirm that eligible similar work(s) has/ have not
been got executed through another contractor on back to back basis.
Further that, if such a violation comes to the notice of Department,
then I/we shall be debarred for tendering in VNIT, Nagpur in future
forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.
I/We hereby declare that I/we shall treat the tender documents
drawings and other records connected with the work as
secret/confidential documents and shall not communicate information
derived therefrom to any person other than a person to whom I/we
am/are authorized to communicate the same or use the information in
any manner prejudicial to the safety of the State.

**
Dated ** Signature of
contractor Postal
Witness: ** Address **
Address: **
Occupation: **

17
The above tender (as modified by you as provided in the letters mentioned
hereunder) is accepted by me for and on behalf of the Board of Governors,
VNIT, Nagpur for a sum of Rs.
(Rupees )

The letters referred to below shall form part of this contract Agreement:-
a)
b)
c)

For & on behalf of the


Board of Governors, VNIT,
Nagpur

Signature
Dated Designation

18
Operative schedules shall be supplied separately to each intending
tenderer)

SCHEDULE ‘A’
Schedule of Quantities : Page 1 of 1

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor:

Rates in figures & words


S. No. Description of Quantit at which the material will Place of
item y be charged to the issue
contractor
1 2 3 4 5

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

SCHEDULE ‘C’
Schedule of Tools and Plants to be hired to the contractor

S. No. Descriptio Hire charges per Place of issue


n day
1 2 3 4

NIL

SCHEDULE ‘D’
Extra schedule for specific As attached in tender
requirements/document for the work, if any: form.

SCHEDULE ‘E’
Schedule of component of other Materials, Labour, POL etc. for price escalation:
N.A.

SCHEDULE ‘F’
Reference to General Conditions of contract.
Name of Work: Annual maintenance contract (AMC) of
4x365 KVA, 3x250 KVA, 1x200 KVA and
1x100 KVA DG sets installed at different
substations in VNIT campus.

Estimated cost of the Electrical Items of Rs. 26,62,672/-


work: Work
Earnest money Rs. 53,253/-
Performance Guarantee 5% of the tendered value of the
work
Security Deposit 5% of the tendered value of the
work
19
General rules and

direction: Definitions:

20
2(v) Engineer-in-Charge

For Electrical items of work Assistant Engineer,


Electrical Maintenance
Section, VNIT, Nagpur
2(vi) Accepting Authority Assistant Engineer,
Electrical Maintenance
Section, VNIT, Nagpur
2(vii) Percentage on cost of materials and
15%.
labour to cover all overheads and
profits
2(viii) Standard Schedule of
Rates:
Electrical Items of Work: D.S.R. 2014 with up to date correction
slips
2(ix) Departmen Central Public Works Department
t:
2(x) Standard CPWD contract GCC 2014, CPWD form-7 as
Form: modified & corrected up to
03.06.2020 (Whether correction
vide latest circulars are
incorporated or not in this
document).
Clause 1 i) Time allowed for
submission of Performance 15 Days
Guarantee from the date of
issue of letter of
acceptance
7 Days
ii) Maximum allowable
extension beyond the
period as provided in i)
above
Clause 2 Authority for fixing Assistant Engineer,
Compensation under Clause Electrical Maintenance
2 Section, VNIT, Nagpur.
Or successor thereof

Clause 2 A Whether Clause 2A No


shall be applicable
Clause 5 i) Number of days from the 22 Days
date of issue of letter of
acceptance for reckoning
date of start
ii) Time allowed for execution 12 (Twelve) Months
of work

Authority Extension of time Assistant Engineer,


to decide Electrical Maintenance
Section, VNIT, Nagpur

Clause 6/ Only clause

21
6
6A applicable.
Clause 7 Gross work to be done together with net
payment/Adjustment of advances for
material collected, if any, since the last Not
such payment for being eligible to interim applicable
payment
Clause 10A Material to be provided by the contractor. Applicable

22
Clause Whether clause 10-B (ii) and 10-B (iii) Not Applicable
10B (ii), shall be applicable.
(iii)
Clause 10 C Component of labour expressed as ---
percentage of value of work

Clause Materials Nearest material(other Base price of


10 CA covered under than cement, all the
this clause. reinforcement bars and materials
structural steel) for which covered
All India Whole sale price under clause
Index is to be followed. 10 CA
1. Cement (PPC) Ni NIL
2. Steel l Nil
Ni
l
Clause Increase/Decrease in Price of materials/wages Not Applicable
10 CC
Clause 11 Specification to be followed for execution of work:

For CPWD specifications 2013 internal and 1994 external


electric electrical works
al
works
For Civil CPWD Specifications 2009 Vol. 1 and Vol. 2 with up to date
items of correction slips.(Hereinafter called CPWD specifications also)
work

Clause 12

12.2 & 12.3 Deviation limit beyond which clause


12.2 & 12.3 shall apply for building ---
work

12.5 Deviation limit beyond which clause


12.2 & 12.3 shall apply for 50%
foundation work

Clause 16 Competent Authority for Deciding reduced rates:

Assistant Engineer,
For electrical/civil items of
Electrical Maintenance
work
Section, VNIT, Nagpur
Clause 18 List of mandatory Ladders, drill machine,
machinery, tools & plants crimping tools, chase cutting
to be deployed by the tools , cable jointing tools,
contractor at site. blower
Clause 36 Requirement of
(i) technical
Representative(s)

For supervision of civil as well as electrical items of work, technical


23
representatives of the respective disciplines will be required to be deployed.

Claus
e 42

24
i) a) Schedule/ statement for determining D.S.R.
theoretical quantity of cement & bitumen 2016(with up
on the basis of Delhi Schedule of Rates to date
2016 printed by CPWD correction
slips
ii) Variations permissible on
theoretical quantities
a) Cement for works with estimated cost put
3% plus/minus
to tender not more than Rs. 5 lakhs.
For works with estimated cost put to 2% plus/minus
Tender is more than Rs. 5 lakhs
b) Bitumen all works 2.5% plus only
& nil on minus
side.
c) Steel reinforcement and structural steel
2% plus/minus.
Sections for diameter, section and
category.
d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which


recovery shall be made from the
Sl contractor
Description of items
N Excess beyond Less use beyond
o permissible the permissible
variation variation
1. Cement (PPC) N. A NIL
2. Steel reinforcement (TMT NIL
Bars)

25
Name Annual maintenance contract (AMC) of 4x365 KVA,
of 3x250 KVA, 1x200 KVA and 1x100 KVA DG sets
Work: installed at different substations in VNIT campus.

1 The tenderer is advised to read and examine the tender documents


for the work and the set of drawings available with Engineer-in-
charge. He should inspect and examine the site and its
surroundings by himself before submitting his tender.
2 Separate schedule of quantity is included in this tender for civil and
electrical items of work. If the tenderer wants to offer any
unconditional rebates on their rates, the same should also be
offered in the respective components of civil and electrical
schedule separately. The contractor shall quote the percentage
rates in figures and words accurately so that there is no
discrepancy in rates written in figures and words.
3 Time allowed for the execution of work is 12 (Twelve) months.
4 The contractor(s) shall submit a detailed program of execution in
accordance with the master programme/milestone within ten days
from the date of issue of award letter.
5 Contractor has to arrange and install field laboratory during the
currency of work and nothing extra will be paid on this account.
6 Quality of the project is of utmost importance. This shall be
adhered to in accordance with the provisions of CPWD
specifications and guidelines given in the relevant paras.
7 Contractor has to deploy required Plant and machinery on the
project. In case the contractor fails to deploy the plant and
machinery whenever required and as per the direction of the
Engineer-in-charge, he (Engineer-in- charge) shall be at a liberty to
get the same deployed at the risk and cost of the contractor.
8 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.
9 Temporary Electric connection shall be issued as per request and
the water charges shall be recovered as per rule.

26
27
QUALITY ASSURANCE OF THE WORK

1. The contractor shall ensure quality control measures on different


aspects of construction including materials, workmanship and correct
construction methodologies to be adopted. He shall have to submit
quality assurance programme within two weeks of the award of work.
The quality assurance programme should include method statement
for various items of work to be executed along with check lists to
enforce quality control.
2. The contractor shall get the source of all other materials, not specified
else where in the document, approved from the Engineer-in-Charge.
The contractor shall stick to the approved source unless it is absolutely
unavoidable. Any change shall be done with the prior approval of the
Engineer-in-Charge for which tests etc. shall be done by the contractor
at his own cost. Similarly, the contractor shall submit brand/ make of
various materials not specified in the agreement, to be used for the
approval of the Engineer-in-Charge along with samples and once
approved, he shall stick to it.
3. Other Laboratories :
1. The contractor shall arrange carrying out of all tests required under
the agreement through the laboratory as approved by the Engineer-in-
Charge and shall bear all charges in connection therewith including fee
for testing. The said cost of tests shall be borne by the
contractor/department in the manner indicated below.
i) By the contractor, if the results show that the test does not
conform to relevant CPWD Specifications / BIS code or
specification mentioned else where in the documents
ii) By the department, if the results conforms to relevant CPWD
Specifications / BIS code or specification mentioned else where
in the documents.
2. If the tests, which were to be conducted in the site laboratory are
conducted in other laboratories for what ever the reasons, the cost
of such tests shall be borne by the contractor.
C) Sampling of Materials :

1. Sample of building materials fittings and other articles required for


execution of work shall be got approved from the Engineer-in-Charge.
Articles manufactured by companies of repute and approved by the
Engineer-in-Charge shall only be used. Articles bearing BIS certification
mark shall be used in case the above are not available, the quality of
samples brought by the contractor shall be judged by standards laid
down in the relevant BIS specifications. All materials and articles
brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-Charge which shall be preserved
till the completion of the work.
2. The contractor shall ensure quality construction in a planned and time
bound manner. Any sub-standard material/work beyond set out
tolerance limit shall be summarily rejected by the Engineer-in-Charge.
3. BIS marked materials except otherwise specified shall be subjected
to quality test at the discretion of the Engineer-in-Charge besides
testing of other materials as per the specifications described for the
item/materials. Wherever BIS marked materials are brought to the site
of work, the contractor shall if required, by the Engineer-in-Charge
furnish manufacturers test certificate or test certificate from
28
approved testing laboratory to establish that the material

29
produced by the contractor for incorporation in the work satisfies the
provisions of BIS codes relevant to the material and/or the work done.
4. The contractor shall procure all the materials at least in advance so
that there is sufficient time to testing and approving of the materials
and clearance of the same before use in work.
5. All materials brought by the contractor for use in the work shall be got
checked from the Engineer-in-Charge or his authorised representative
of the work on receipt of the same at site before use.
6. The contractor shall be fully responsible for the safe custody of the
materials issued to him even if the materials are in double lock and
key system.

30
1 Unless otherwise provided in the Schedule of Quantities/Specifications,
the rates tendered by the contractor shall be all inclusive and shall
apply to all heights, lifts, leads and depths of the work and nothing
extra shall be payable to him on account of the same. Extra payment
for centering/shuttering, if required to be done for heights greater than
3.5 m shall however be admissible at the rates arrived at in
accordance with clause 12 of the agreement, if not already specified.
2 Other agencies doing works related with this project may also
simultaneously execute their works and the contractor shall afford
necessary facilities for the same. The contractor shall leave such
necessary holes, openings etc. for laying/burying in the work, pipes
cables, conduits, clamps, boxes and hooks for fan clamps etc. as may
be required for the other agencies. Nothing extra over the Agreement
rates shall be paid for doing these.
3 Some restrictions may be imposed by the security staff etc. on the
working and for movement of labour, materials etc. The contractor
shall be bound to follow all such restrictions/instructions and nothing
extra shall be payable on account of the same.
5.1 The contractor shall fully comply with all legal orders and directions of
the Public or local authorities or municipality and abide by their rules
and regulations and pay all fees and charges for which he may be
liable in this regard. Nothing extra shall be paid/reimbursed for the
same.
5.2 The building work shall be carried out in the manner complying in all
respects with the requirements of the relevant bylaws and regulations
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.
6 If as per local Municipal regulations, huts for labour are not to be
erected at the site of work, the contractor shall be required to provide
such accommodation at a place as is acceptable to the local body and
nothing extra shall be paid on this account.
7 The structural and architectural drawings shall at all times be properly
co-related before executing any work. However, in case of any
discrepancy in the item given in the schedule of quantities appended
with the tender and Architectural drawings relating to the relevant
item, the former shall prevail unless otherwise given in writing by the
Engineer-in-charge.
8.1 For the purpose of recording measurements and preparing running
account bills, the abbreviated nomenclature indicated in the
publications Abbreviated Nomenclature of Items of DSR 2016 shall be
accepted. The abbreviated nomenclature shall be taken to cover all
the materials and operations as per the complete nomenclature of the
relevant items in the agreement and relevant specifications.
8.2 In case of items for which abbreviated nomenclature is not available in
the aforesaid publication and also in case of extra and substituted
items for which abbreviated nomenclature are not provided for in the
agreement, full nomenclature of item shall be reproduced in the
measurement books and bill forms for running account bills.
8.3 For the final bill, however, full nomenclature of all the items shall be
adopted in preparing abstract in the measurement books and in the
31
bill forms.

32
9 The contractor shall take instructions from the Engineer-in-charge for
stacking of materials. No excavated earth or building materials etc.
shall be stacked/collected in areas where other buildings, roads,
services, compound walls etc. are to be constructed.
10 Any trenching and digging for laying sewer lines/water lines/cables etc.
shall be commenced by the contractor only when all men,
machinery’s and materials have been arranged and closing of the
trench(s) thereafter shall be ensured within the least possible time.
11 It shall be ensured by the contractor that no electric live wire is left
exposed or unattended to avoid any accidents in this regard.
12 In case the supply of timber/steel frames/shutters for doors, windows
etc. is made by some other agency, the contractor shall make
necessary arrangements for their safe custody on the direction of the
Engineer-in-charge till the same are fixed in position by him & nothing
extra shall be paid on this account.
13 The contractor shall maintain in perfect condition, all portions
executed till completion of the entire work allotted to him. Where
however phased delivery of work is contemplated these provisions
shall apply separately to each phase.
14 The entire royalty at the prevalent rates shall have to be paid by the
contractor on all the boulders, metals, shingle sand etc. collected by
him for execution of the work, directly to the Revenue authority or
authorized agents of the State Government concerned or the Central
Government, as the case may be.
15.1 The contractor shall bear all incidental charges for cartage, storage
and safe custody of materials issued by the departments and shall
construct suitable godowns, yards at the site of work for storing all
materials as to be safe against damage by sun, rain, dampness, fire,
theft etc. at his own cost and also employ necessary watch and ward
establishment for the purpose, at his own cost. Materials to be
charged directly to work and stipulated for issue free of cost shall also
be issued to the contractor as soon as those are received at site or at
the stipulated place of issue. The provision of this para shall apply
equally and fully to those as well.
15.2 All materials obtained from the Institute Works Department store or
otherwise on receipt shall be got checked by the Engineer-in-charge of
the work or his representations before use.
15.3 Registers for the materials to be issued by the department shall be
maintained as required by the Engineer-in-charge and these shall be
signed by the contractor or his authorized agent and representative of
Engineer-in-charge on each day of transactions.

33
SPECIAL CONDITIONS

Annual maintenance contract (AMC) of 4x365 KVA, 3x250 KVA,


1x200 KVA and 1x100 KVA DG sets installed at different
substations in VNIT campus.

The contract shall be drawn initially for a period of 12 (Twelve) months and can
be extended for two more years. However the Institute reserves the right to
terminate and completely extinguish the service contract within this period from the
date of commissioning. It will however issue 1 (one) month advance notice in writing
of its intention to do so. The Institute reserves the right to appoint another agency for
service contract from the date of termination of contract.

1.0 Similarly the contractor shall be at liberty to seek termination of contract after the
expiry of 1 (one) month from the date of commencement of the contract. It will
however issue 1 (one) month advance notice in writing of its intention to do so.

2.0 The EMD of Rs. 53,253/- in respect of the successful bidder will be converted into
Security Deposit and shall be held by the Institute as performance guarantee. The
deposit shall be refunded within 6 (six) months from the date of completion of
contract, without any interest. In the event of failure to provide satisfactory
performance, the security deposit shall be absolutely forfeited.

3.0 No part of the contract shall in any manner or degree be transferred assigned or
sublet by the contractor directly or indirectly to any person or firm. Violation of this
condition shall render the contractor liable for panel action including termination of
the contract and forfeiture of security deposit.

4.0 If the contractor does not commence any work in the manner described in the
contract document or if at any time in the opinion of the Engineer-in-charge,

i) Fails to carry out the works in conformity with the contract


document. OR
ii) Substantially suspends the work without authority from the
Institute. OR
iii) Fails to carryout and execute the works to the satisfaction of the Institute.
OR
iv) Commits or permits breach of any other kind, or observes or persists in any of the
above mentioned breaches of the contract, after notice in writing shall have been
given to the contractor by the Institute requiring such breach to be remedied.

v) If the contractor shall abandon the works.

Then in any such case, the Institute shall have the power to enter upon the premises,
take possession thereof, to rescind the contract and to carry on with the works by the
contractor’s workmen the supervisor, as the Institute in its absolute discretion may
think proper, without making any payment to the contractor.

5.0 The contractor shall have to work under the overall control of the controlling officer
and in close liaison with the Engineer.

34
6.0 The contractor shall furnish to the controlling officer, bill in respect of the monthly
charges for providing services under the contract, in the last week of every month.
The Institute shall ensure payments within 10 (ten) working days from the date of
submission of bill. The contractor shall ensure that the wages are paid to its
employees before 10th of every month.

7.0 The controlling officer shall endorse the following certificate on the monthly bills,
before recommending it for payment to Engineer-in-charge.

i) “Certified that the contract during the period of the bill have been carried out as
per the scope of work, terms & condition of the contract and to his entire
satisfaction”

8.0 The contractor shall submit the bill along with the proof of having paid due wages to
all the workmen engaged on the job during the preceding month. The wages shall be
disbursed to the workmen in the presence of the controlling officer or his authorized
representative, who will sign the wage register to certify the payment.

9.0 The employees of the contractor shall carry personal identity cards issued by the
contractor, while on duty. In addition to this the contractor shall furnish from time to
time a complete list of employees, along with passport size photographs and their
residential address, to the security officer of the Institute. Alternately the contractor
will issue numbered brass tokens to his workers and furnish to the controlling officer,
a list of workers and the token number issued to them.

10.0 If and whenever any of the contractor’s employees shall, in the opinion of the officer-
in-charge of the Institute, be guilty of any misconduct or be incompetent or
insufficiently qualified or negligent in the performance of their duties or that it is
undesirable for administrative reasons for such persons to be employed in the work
comprised in the contract, the contractor if so directed, shall remove such person
from employment within a reasonable time. Any persons so removed from the work
shall be immediately replaced at the expense of the contractor by a qualified and
competent substitute.

11.0 The contractor shall be responsible for the proper behavior of all the staff employed
on the work and shall exercise a proper degree of control over them. In particular and
without prejudice to the said generality, the contractor shall be bound to prohibit and
prevent any employee from trespassing / action in any way detrimental or prejudicial
to the interests of the community or of the Institute of all consequent claims or
actions for damages or injury whatsoever. The decision of the Institute upon any
matter arising under this clause shall be final binding on the contractor.

12.0 Payment, due to the contractor, under contract shall be made by the Institute by
account payee cheque under acknowledgement. The contractor shall present the bill
duly pre-receipted on proper revenue stamp. All efforts shall be made by the Institute
to make the payment within 10 working days.

13.0 Payment of final bill shall be made to the contractor within 30 days from the expiry /
termination of the contract, provided:

35
i) It is accompanied with the wage register for the entire period of contract, duly
authenticated by the controlling officer or his authorized representative.

14.0 No person below the age of 18 (eighteen) years shall be employed on the work.
Similarly no women staff shall be employed since the duty involves working in odd
hrs.

15.0 The contractor shall not pay to persons engaged by him on the work, less than
minimum wages prescribed by labour commissioner (central), Kanpur from time to
time.

16.0 If the prescribed minimum wages are revised by the Labour Commissioner (Central),
the contractor shall revise the wages of the workers accordingly. The difference in
minimum wages, with respect to the wages applicable in the month of October 2019
+ 7.5% shall be reimbursed to the contractor in addition to the contract amount.

17.0 The contractor shall, at their own expense, company with all labour laws and keep
the Institute indemnified in respect thereof.

18.0 The contractor shall be registered with Regional Labour Commissioner (Central) and
obtain license as per contract labour Act. 1976, within a reasonable time.

19.0 The contractor shall be solely responsible as regards to payment of wages / salary,
service conditions and terms & conditions of employment. In this connection he shall
maintain requisite records and comply with all laws / enactment’s, rules, regulations
and orders applicable to the contractor’s employees in general and in particular laws /
enactment’s, rules & regulations & orders dealing with employment of contract
labour, payment of minimum wages, fire & safety regulations, security arrangements
and such other rules & regulations as may be applicable at present or made
applicable hereafter.

20.0 Drinking liquor within the Institute campus is strictly prohibited. Violation of this
rule by the employees of the contractor shall render them liable for prosecution as per
law and automatically disqualify them from deployment on the work

21.0 The Institute shall not be liable for any damage or compensation payable in respect
of or in consequence of any accident or injury to any person in the employment of
the contractor, save and except an accident or injury resulting from any act or default
of the Institute. The contractor shall indemnify and keep indemnified the Institute
against all such damage and compensation whatsoever in respect of or in relation
there to.

22.0 The contractor’s staff not be treated as the Institute staff for any purpose whatsoever.
The contractor shall be responsible for strict compliance of the statutory provisions
of relevant labour laws applicable from time to time, in carrying out the service
contract. The Institute shall not be liable to any penalty for which the contractor is
responsible under the law. However if the Institute is forced to pay any cost of any
nature on account of contractor’s liabilities, the said cost shall be recovered from the
payments due to the contractor.

23.0 The contractor shall be responsible for fulfilling the requirement of all statutory
provisions of relevant enactment’s viz minimum wages Act payment of wages Act,
Industrial Dispute Act, Contract Labour (Regulation & Abolition) Act and all other
36
labour & industrial enactment’s at their own risk and cost in respect of all staff
employed by them. The Institute shall be indemnified for any action brought against
it for any violation / non-compliance of any of the provisions of any of the Acts etc.
The contractor shall maintain all records required to be maintained under the
statutory enhancements. The controlling officer shall be entitled to inspect all such
records at any time.

24.0 The workers shall report to Contractor and register their daily attendance and same
the attendance copy submitted to Concerned Engineer.

25.0 The value of work shall be inclusive of the wages of the workers & supervisor, cost
of tools and implements i/c contingent expenditure incidental to the work etc.
Nothing extra shall be payable in addition to the monthly value of the contract
except.
i) The difference in minimum wages applicable to the labour are revised by Govt. of
India, subsequent to the date of submission of tender shall be paid by the contractor
to the labour and reimbursed by the institute on production of claim. Profit shall be
paid on this claim.

ii) The contribution of EPF& ESIC by the contractor shall be reimbursed on production
of the receipt of deposit of the same in the office of competent authorities.
Administrative expenses deposited by the contractor shall not be reimbursed.

26.0 Taxes & Duties:

i) The No other tax is payable other than GST (Goods and Service Tax). The GST shall be
as applicable to VNIT, Nagpur as per Government rules.)

ii) Income tax shall be deducted as per Government law.

37
PROPOSAL FOR Annual maintenance contract (AMC) of 4x365
KVA, 3x250 KVA, 1x200 KVA and 1x100 KVA DG sets installed
at different substations in VNIT campus. (09 DG Sets)

SCOPE OF WORK

1. Contractor shall be responsible for the servicing and maintenance of these DG sets and
their AMF panels, LT panel located at different locations in the campus.
1x250 KVA & 1x100 KVA DG Sets at SS-A,
1x250 KVA DG Set at SS-B,
1x200 KVA DG Set at SS-C,
4x365 KVA DG Set at E SS-1,
1x250 KVA DG Set at SS-B (MME)
2. The contractor shall abide by all the necessary requirements of labour laws & minimum
wages acts while engaging the staff for servicing and maintenance of DG sets.

3. In the scope of maintenance of DG sets the following routine & regular works are covered
and it includes the supply of the following maintenance materials/spares.

i. Checking, cleaning and general maintenance of engine and alternator on regular basis to
keep the machines always in ready & fit condition.

ii. Checking, tightness and providing & replacing of ‘V’ belts, rubber hoses and gaskets etc.
as and when required.

iii. Cleaning and providing & replacing of fuel filters, lubricant oil, lubricant oil filters & air-
filters twice in year (before completion of 6 months)

iv. Maintenance of alternator including checking, cleaning, tightness of connections &


lubrication of bearings etc. as reqd.

v. De-scaling of water cooling system from time to time to maintain the efficiency of DG sets
as per directions of engineer-in-charge (twice in year before the completion of 6 months).

vi. To keep all batteries in charged condition including checking of distilled water level and
topping of distilled water, maintenance of connectors & terminals and providing and
replacing of terminal connectors as and when reqd.

vii. To clean and maintain the cooling tower or the radiators as the case may be including its
fan, ‘V’ belts, motor, pump, electrical, starter and pipe lines etc.

viii. To maintain all the indications/interlocks for high temperature or low lube oil etc.

4. Initial charges of lubricants and distilled water shall be supplied by the Institute and any
topping up or replacement required during the period of maintenance shall be covered in
the scope of work of contractor.

5. HSD (High Speed Diesel) shall be procured by VNIT, Nagpur; however the contractor
shall provide sufficient man power for bringing the HSD and should always maintain its
record & a reasonable stock in the DG set room.

6. Servicing and maintenance of AMF panels and LT panels installed in the DG room this
include cleaning of panels, repairing all the indicating lamps & pumps in perfect working
order, tightening of all the cable connections etc. as reqd.

38
7. Any spare parts not covered above shall be supplied by the institute free of cost.
Rewinding of motor/alternator if required but not caused by negligence of operator shall be
arranged by the institute.

8. Any modification work or major overhauling as & when required for DG sets will be done
by the institute.

9. The contractor shall be responsible for any damage caused due to negligence of the
operator.

10. The contractor shall have to maintain proper log book on the prescribed form and shall
make the records available for inspection to the Institute, whenever it is so desired.
Monthly consumption of HSD shall be submitted by the contractor.

11. The contractor shall be responsible to maintain proper discipline of the operating staff in
the DG house in the discharge of their duties. However Institute shall have the right to ask
any of the operating staff to leave the premises if in the opinion of the Institute the
conduct/behavior and activity of the individual concerned is subversive and not in the
interest of the Institute.

12. The contractor shall also ensure that there should not be any shortage of operating staff in
any shifts as indicated above for maintenance of the DG sets.

13. The schedule of preventive maintenance of DG sets and its accessories shall have to
prepared and submitted to Associate Dean (Electrical works)/ Assistant Engineer
(Electrical) well in advance so that shutdown program can be issued for maintenance.

14. The payment against maintenance during the contract period of one year shall be made
against monthly running bills equivalents to 1/12 of the accepted amount for AMC.

15. It shall be responsibility of the contractor to supply adequately trained manpower


necessary for the maintenance. There shall be one person (1 no. operator) in the DG house
round the clock for seven days a week and one mechanic / operator in general shift for
loading unloading of diesel for all DG sets in different locations. The contractor shall be
responsible for all the requirement of labour laws or any other laws governing such
deployment. If any violation is noticed any time the contractor shall be solely responsible.

16. There shall be a penalty in case of short supply of manpower. A penalty of Rs.150.00 per
man shift shall be liable in case there is a shortage of manpower for more than 5 man shifts
a month and this penalty shall increase to Rs.300.00 per man shifts if the shortage is more
than 30 man shifts a month. In case the situation does not improve the contract shall be
rescinded.

17. Only the qualified and experienced staff for operation and maintenance of the DG set shall
be engaged. The qualification and experience of the staff shall be as under:-

Category Qualification

Service Engineer Diploma/B.Tech with 4-5


years’ experience

18. Any other piece of work not specifically mentioned above but essential for the normal
operation and maintenance of the DG set is also covered in the scope.

19. The contribution of EPF & ESI by the contractor shall be reimbursed on actual basis and
production of the receipt of deposit of the same in office of competent authorities.
Administrative expenses deposited by the contractor shall not be reimbursed.
39
24. Taxes & Duties:
 The No other tax is payable other than GST (Goods and Service Tax). The GST shall
be quoted separately.
 Income tax shall be deducted as per Government law.

40
Special condition for Safety at the Work Site

The contractor will identify one of the supervisors for taking care of implementation of
Safety systems.

The Contractor should follow the following General Guidelines governing the safety
rules as laid down under:

1. Smoking is strictly prohibited at workplace.

2. Nobody is allowed to work without wearing safety helmet. Chinstrap of safety


helmet shall be always on. Drivers, helpers and operators are no exception.

3. No one is allowed to work at or more than three meters height without wearing
safety belt and anchoring the lanyard of safety belt to firm support preferably at
shoulder level.

4. No one is allowed to work without adequate foot protection.

5. Usage of eye protection equipment shall be ensured when workmen are engaged
for grinding, chipping, welding and gas-cutting. For other jobs as and when site
safety co-coordinator insists eye protection has to be provided.

6. All safety appliances like Safety shoes, Safety gloves, Safety helmet, Safety belt,
Safety goggles etc. shall be arranged before starting the job.

7. All excavated pits shall be barricaded & barricading to be maintained till the
backfilling is done. Safe approach to be ensured into every excavation.

8. Adequate illumination at workplace shall be ensured before starting the job at


night.

9. All the dangerous moving parts of the portable / fixed machinery being used shall
be adequately guarded.

10. Ladders being used at site shall be adequately secured at bottom and top.
Ladders shall not be used as work platforms.

11. Material shall not be thrown from the height. If required, the area shall be
barricaded and one person shall be posted outside the barricading for preventing
the tre-passers from entering the area.

12. Other than electricians no one is allowed to carry out electrical connections,
repairs on electrical equipment or other jobs related thereto.

41
13. All electrical connections shall be made using 3 or 5 core cables, having a earth
wire.

14. Inserting of bare wires for tapping the power from electrical sockets is
completely prohibited.

15. A tools and tackles inspection register must be maintained and updated
regularly.

16. Debris, scrap and other materials to be cleared from time to time from the
workplace and at the time of closing of work everyday.

17. All the unsafe conditions, unsafe acts identified by contractors, reported by site
supervisors and / or safety personnel to be corrected on priority basis.

18. No children shall be allowed to enter the workplace.

19. All the lifting tools and tackles shall be stored properly when not in use.

20. Clamps shall be used on Return cables to ensure proper earthling for welding
works.

21. Return cables shall be used for earthling.

22. All the pressure gauges used in gas cutting apparatus shall be in good working
condition.

23. Proper eye washing facilities shall be made in areas where chemicals are
handled.

24. Connectors and hose clamps are used for making welding hose connections.

25. All underground cables for supplying construction power shall be routed using
conduit pipes.
26. Spill trays shall be used to contain the oil spills while transferring / storing them.
27. Tapping of power by cutting electric cables in between must be avoided. Proper
junction boxes must be used.

Associate Dean (Electrical Works)

(Signature of Contractor)

42

You might also like