View
10
Download
2
Category
Preview:
Citation preview
1 Signature of bidder
Re-Tender for
Maintenance to Water Supply, Sanitary and Fire Fighting Systems in the
Plant area for two years.
Tender No.CIV/088/2019/DGM(CE) dt.17.02.2020
COCHIN SHIPYARD LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
P.O. BAG NO.1653 COCHIN-682 015 INDIA
Tel. No.+91(484) 2501316/2501402/2501737
Fax No. +91(484) 2370897/2373902
E– Mail: dgmcivil@cochinshipyard.com
Web: www.cochinshipyard.com
2 Signature of bidder
No. CIV/088/2019/DGM (CE)
Maintenance to Water Supply, Sanitary and Fire Fighting Systems in the Plant area
for two years.
LIST OF TENDER DOCUMENTS
1. RE - TENDER NOTICE
2. SPECIAL CONDITIONS
3. GENERAL CONDITIONS
4. CHECK LIST-Annexure I
5. UNDERTAKING-Annexure II
6. FORMAT OF FINANCIAL CAPABILITY CERTIFICATE -Annexure III
7. PROFORMA OF BANK GUARANTEE FOR SD AND PG -Annexure IV
8. SAFETY COMPLIANCE-Annexure V
9. LIST OF APPROVED MAKES -Annexure VI
10. NEFT FORMAT-Annexure VII
11. RE - TENDER SCHEDULE
3 Signature of bidder
Tel. No. +91(484) 2501316/2501402/2501737
Fax No. +91(484) 2370897/2383902
E– Mail: dgmcivil@cochinshipyard.com
Web: www.cochinshipyard.com
No. CIV/088/2019/DGM (CE) 17.02.2020
RE-TENDER NOTICE
Sealed competitive tenders in the prescribed form are invited on behalf of Cochin Shipyard Limited
from experienced contractors for the under mentioned work, so as to reach the undersigned on or
before the date and time mentioned below:
Name of work : Maintenance to Water Supply, Sanitary and fire
Fighting Systems in the Plant area for two years.
Estimate Amount : Rs 66,99,177/- (Including GST)
Earnest money to be deposited : Rs 1,25,000/-
Cost of tender form : Rs 2800/- (Including 12% GST)
(Those who download the tender form from website also will be required to remit the cost along with
the tender documents in the form of DD in favour of Cochin Shipyard Ltd.)
Last date and time of issue of tender forms : 25.02.2020 upto 15.00 hrs.
Last date and time of receipt of tender : 26.02.2020 upto 15.00 hrs.
Date and time of opening of tender : 26.02.2020 at 15.30 hrs.
Time of completion of work : 24 months
Short description of work : The work consists of all maintenance works under
water supply & sanitary system and firefighting system
in CSL.
Tenderers have to submit EMD, cost of tender documents and certificate as per relevant clauses of
Special conditions in a separate sealed cover superscribed as ‘Cover A’, which have to be kept
outside the cover containing the price bid. The price bids of only those contractors who have
submitted proof of remittance of EMD, cost of tender forms and certificate signed by the contractor
shall only be opened. Adjustment of EMD against any amount payable to contractor by CSL will be
accepted only on prior written approval of Deputy General Manager (Civil). Price bids superscribed
COCHIN SHIPYARD LIMITED (A Government of India Enterprise)
P.O. BAG NO.1653 COCHIN-682 015 INDIA
4 Signature of bidder
as ‘Cover B’ shall be without any conditions and strictly in accordance with the tender schedule. In
case EMD, cost of tender documents, certificates etc. is not deposited or is not in order, the tenders
will be summarily rejected. Price bids shall be evaluated based on overall total amount. Contractors’
registered under the GST Act should only participate in the tender. Rates quoted should be the
Basic Rate and GST shall be shown separately as per CSL format.
The tender documents can be obtained from the office of the undersigned during office hours
till the last date and time of issue of Tenders. All the tender documents (NIT, General conditions of
contract, special conditions, tender schedule) are available on Cochin Shipyard’s website
www.cochinshipyard.com and https://eprocure.gov.in. Tenderers can download the forms and use the
same for submission of the tenders.
Sd/-
Deputy General Manager (Civil)
5 Signature of bidder
CIVIL ENGINEERING DEPARTMENT
No. CIV/088/2019/DGM (CE)
SPECIAL CONDITIONS
Name of work:- Maintenance to Water Supply, Sanitary and Fire Fighting Systems
in the Plant area for two years.
1. The conditions enumerated below are in addition to and will have precedence over the General
conditions of contract given in “Conditions of contract and instructions to Tenderers of CSL”.
2. “General Conditions of Contract and Instructions to Tenderers” is available in the CSL
website. The tenderer shall submit his tender document including GCC. Although, it is
permissible to submit the tender without the copy of GCC, while entering into agreement by
the successful tenderer, the GCC shall be duly signed by both the parties and form part of the
agreement. As such, it is deemed that the tenderer has made reference to the GCC in the
website or otherwise, and has full knowledge of its contents, although it is not signed and
attached with the tender.
3. In the General conditions of contract AGM(CE) shall be read as Deputy General Manager
(Civil) who will be the Engineer-in-charge.
4. All corrigenda, addenda, amendments and clarifications to Tender Specifications will be hosted
in the websiteswww.cochinshipyard.com, https://eprocure.gov.inand not in newspaper. Bidders
shall keep themselves updated with all such developments till the last date and time of
submission of tender.
5. The tender for the work will be based on Two Bid System (Cover ‘A’ & Cover ‘B’)
5.1. Technical bid – ‘Cover A’ shall consist of two separate covers A1 & A2.
5.1.1. Cover A1 shall contain
a) EMD in the form of DD / TDR drawn in favor of Cochin Shipyard Ltd.
b) Cost of tender form of ` 2800/- (Rupees Two Thousand Eight Hundred Only) if
downloaded from the website, in the form of DD / Bankers cheque in favour of
Cochin Shipyard Ltd.
5.1.2. Cover A2 shall consist of the following
a) Proforma of checklist duly filled and signed (Annexure-I)
b) Following Certificates signed by the contractor (Annexure-II)
6 Signature of bidder
(1) “I / WE HAVE GONE THROUGH THE TENDER, TERMS AND
CONDITIONS, GCC AND ACCEPT THE SAME AND DECLARE THAT
THE RATES QUOTED AS BASIC RATES AND GST SEPERATELY AND
NO ADDITIONAL CLAIM WILL BE RAISED FOR ANY OTHER
STATUTORY RECOVERIES TO BE BORNE BY ME. I / WE ALSO
CONFIRM THAT COVER B (PRICE BID) DO NOT CONTAIN ANY
CONDITIONS”
(2) “I / WE HAVE NOT MADE ANY PAYMENT OR ILLEGAL
GRATIFICATION TO ANY PERSON/AUTHORITY CONNECTED WITH
THE BID PROCESS SO AS TO INFLUENCE THE BID PROCESS AND
HAVE NOT COMMITTED ANY OFFENCE UNDER THE PC ACT IN
CONNECTION WITH THE BID.”
(3) Attested documents in proof of experience, financial turnover & financial capability to
be submitted. In the case of experience from private sector, work completion
certificate and relevant TDS certificate shall be enclosed. Proof of financial turn
over for the preceding 3 years has to be submitted.
5.2. Cover B:Financial /price bid - shall contain the rates and amount for each item of work.
There shall not be any clause, added by the tenderers in the price bid. Price bid with any
clause and conditions other than rates and amount will be summarily rejected.
5.3. The cover A & cover B shall then put together in another cover marked Cover C, which
shall be sealed and superscribed with name of work, the address & contact no. of
contractor.
5.4. Cover C shall be opened at the Tender Opening room, Civil Engineering department near
Ravipuram Gate Information Centre. At first, cover A containing EMD and certificates
signed by the contractor shall be opened. In case the earnest money is not deposited or is
not in order, the tender shall be returned to the tenderer unopened either on the spot, if the
tenderer is present or later by post. Only a mention to this effect shall be made in the
tender opening register.
5.5. Price bid (cover B) of those tenders who have submitted EMD, cost of tender documents
and certificate successfully, shall be opened on the same day or on a later day after
intimation to the bidder. Tenderer should ensure that his quoted amount as per
Cover- B is not mentioned anywhere in other documents, directly or indirectly. If
7 Signature of bidder
any such mention is made the tender will become invalid and shall become liable for
rejection.
6. SELECTION CRITERIA
Selection criteria for qualifying the tenderers for opening the price bids in Cover ‘B’ of the
tender will be as below:
(i) EXPERIENCE:
The tenderer should have successfully completed at least one similar work of value not less
than ` 54 Lakhs OR Two similar works, each of value not less than ` 33.5 Lakhs OR Three
similar works, each of value not less than ` 27 Lakhs, during the preceding seven years ending
with the date of submission of tender. The tenderer shall furnish documental evidence for their
experience. The experience of partnership, joint venture company / consortium of companies,
subsidiary companies etc. are not accepted.
Explanatory notes: Similar work(s) means maintenance to water supply /sanitary works, civil
works involving plumbing / sanitary works etc.
Following enhancement factor will be used for cost of work executed for bringing the financial
figures to a common base value in respect of the works completed in the past years
Year before Multiplication factor
1 Year 1.07
2 Year 1.14
3 Year 1.21
4 Year 1.28
5 Year 1.35
6 Year 1.42
7 Year 1.49
(II) FINANCIAL TURNOVER:
Average Annual Financial Turnover of the tenderer during the last three financial years ending
31st March 2019 shall not be less than ` 27 Lakhs. An audited balance sheet and profit & loss
account for the preceding 3 years has to be submitted in proof of financial turn over .
(III) FINANCIAL CAPABILITY FOR EXECUTING THE WORK:
The tenderer shall furnish financial capability certificate for an amount not less than ` 27
Lakhs as per the proforma at Annexure-III along with the tender document, from his bankers/
8 Signature of bidder
financial institutions, to the effect that the tenderer is financially sound and has sufficient
resources for executing the work as per schedule.
7. The tenderers are expected to have inspected the site, before quoting, read the conditions
thoroughly and understand the works in all respect. Clarifications, if any may be obtained from
the Deputy General Manager (Civil) before the tender is submitted, and if clarifications/details
are not obtained before the tender is submitted, no claim on this account will be admitted. The
submission of a tender by tenderer implies that he has read this notice and General Conditions
of Contract and has made himself aware of the scope and specifications and other factors
bearing on the tender.
8. Late tenders, tenders with conditions and conditional rebates / discounts will be summarily
rejected.
9. The tenderers shall have to sign in each page of the tender documents with official stamp as a
token of his acceptance of the conditions stated therein.
10. The acceptance of a tender will rest with DGM (CE) who does not bind himself to accept the
lowest tender and reserves to himself the authority to reject any or all of the tenders received
without assigning any reason.
11. The tenderer should keep open the validity of the tender normally for 90 days from the date
fixed for its opening. Should any tenderer withdraw his tender before this period, or makes any
modifications in the terms and conditions of the tender which are not acceptable to CSL, the
earnest money deposited by the tenderers shall be forfeited.
12. Deputy General Manager (Civil) Cochin Shipyard Ltd. or his duly authorized representative
will open tenders in the presence of any indenting contractor’s or their authorized
representatives who may be present at the time.
13. The rates quoted by the contractor shall be for finished items of works including supplying
appropriate labour, equipment / tools, conveyance, consumables etc. all complete, unless
specified in the tender schedule.
14. Price bids shall be evaluated based on overall total amount. The overall total amount is arrived
from the sum of the total amount of individual items and total amount of all taxes quoted by
the contractor. Normally CSL will award the contract to the bidder whose bid has been
substantially responsive to the bidding documents and who has offered lowest evaluated total
amount. CSL reserves the right to conduct negotiations with L1 contractor to have possible
reduction from the original offer or if the condition so warrants. The bidder shall attend the
negotiation meeting in time upon intimation to them by CSL. Normally the work will be
awarded to the L1 bidder if acceptable.
9 Signature of bidder
15. During the evaluation of tender DGM (CE) may at his discretion ask the bidders for
clarifications in writing. Response for clarification shall be given in writing and no change in
prices or substance of the bid shall be sought, offered or permitted. No post-bid clarification on
the initiative of the bidder will be entertained.
16. The EMD amount will be accepted only in the following forms:
16.1 Demand Draft of a scheduled bank drawn in favour of Cochin Shipyard Ltd.
16.2 Fixed Deposit Receipt of a scheduled bank and shall be pledged in favour of Cochin
Shipyard Ltd.
16.3 Bankers cheque of a scheduled bank in favour of Cochin Shipyard Ltd.
16.4 Adjustment of EMD against any amount payable to contractor by CSL will be
accepted only on prior written approval of Deputy General Manager (Civil).
17. Cochin Shipyard Ltd. shall without prejudice to any right or remedy is at full liberty to forfeit
the said EMD absolutely if the tenderer withdraws his tender before the validity period or
makes any modifications in the terms and conditions of the tender which are not acceptable to
CSL. After the issue of work order by CSL, failing / refusing to execute the agreement/ start
the work, the tenderer shall be deemed to have abandoned the contract and such an act shall
amount to and be construed as the contractors calculated and the willful breach of the contract,
CSL shall have full right to take suitable action against the firm together with forfeiture of
Earnest Money Deposit.
18. EMD of unsuccessful bidders will be released after confirmation of L1 bidder or after expiry of
1 month from the date of checking and confirmation of L1 bidder. EMD of successful bidder
will be released after remittance of Performance Guaranty (PG).
19. The tenderer has to quote rate and amount for the first year. The quantities shown in the tender
schedule is for the first year and 5% increase in rate will be allowed for the second year. The
tenderer has to calculate the total amount as specified in the tender schedule. If any arithmetic
error is noticed in the calculation of total amount (Incl. GST) the same will be calculated as per
the schedule by CSL and L1 tenderer will be derived accordingly.
20. Rates shall be quoted both in figures and words. Rates quoted should be basic rates
excluding GST and should be in Indian Rupees. The amount of GST has to be mentioned
separately at the end of schedule of rates / price bid (mentioned in the CSL format). The
percentage to be considered for CGST is 9% and SGST is 9% in the Tender Schedule
(mentioned in the CSL format) for estimating the total amount. If any arithmetic error in the
total amount or quote with a different percentage is noticed in the tender schedule the same
will be corrected as per the above notified percentage and L1 will be decided based on this.
10 Signature of bidder
The tax liability as per GST Act rests with the contractor, ambiguity if any regarding the
percentage notified for the work shall be taken up with CSL prior to offering of rates.
21. All bidders are required to calculate their GST liability while quoting their rates. CSL will
settle the contractor’s bill as per their offer and variation if any in the actual tax payable by the
contractor and the offered tax value, the contractor shall settle the same without any additional
claim from CSL.
22. All rates shall be quoted in the price bid. In the event that no rates has been quoted for any
item(s),then the rate for such item(s) will be considered as zero and item(s) evaluated
accordingly. If the bidder becomes L1 during such evaluation, then non quoted item(s) have to
be executed with ‘zero’ rates.
23. Contractors registered under the GST Act should only participate in the tender. Bidders, who
have already applied for GST registration, can also participate in tender subject to the
submission of documentary proof in support of the same. Work Order will be issued to the
eligible bidder only after furnishing the GST registration no. with copies of registration
certificates. The contractor is required to furnish a copy of the GSTN (GST Registration No.) /
proof of application for GST registration along with the tender failing which the tender will be
rejected.
24. The time of completion of work is 24 months, which will be reckoned from the 14th
day from
the date of work order or the date of handing over the site whichever is later. CSL reserve the
right to extend the period of contract for a further period from three months to one year after
the completion of the original contract period (24 months) if acceptable by both the parties. In
the case if the contract is extended for a further period the same has to be carried out at the
same rates (of second year), terms and conditions and no escalation will be allowed on any of
the rates.
25. CSL reserves the right to short close the period of contract within the completion of the
original contract period if necessary and no claim on this account will be entertained.
26. Cochin shipyard reserves the right to award the work to one or more contractors or delete any
part of the work from the scope of the contract or cancel the tender without assigning any
reason.
27. The successful tenderer will be required to execute an agreement at his expense on proper
value Kerala State Stamp Paper in the prescribed departmental form. Till signing of agreement,
this tender together with your written acceptance / work order thereof shall constitute a binding
contract between the bidder and CSL.
11 Signature of bidder
28. If the contractor abandons the contract or fails to commence the work in time or suspend the
work for long duration (15 days) or delay the progress of the work without valid reasons
acceptable to CSL or labour dispute with their workers or poor safety records etc., CSL will
terminate the contract and arrange the work at the risk and cost of the contractor. In such case
EMD and security deposit will be forfeited.
29. The successful bidder (contractor) shall not subcontract, transfer or assign the work to any
other agency nor shall transfers be made by the “Power of Attorney” authorizing others to
carry out the work or receive payment on behalf of the contractor.
30. Payments shall be based on the bill submitted by the contractor and acceptance of bill by CSL.
The measurements taken jointly by CSL and contractor have to be submitted along with the
bill. The final bill shall be paid within three months from the date of submission of the claim
(bill) by the contractor or date of acceptance of bill by both the parties whichever is later.
31. For the completed items of the work 75% of the bill amount will be paid as advance by CSL at
the discretion of Engineer-in-charge, on a request by the contractor. Balance amount will be
paid only after scrutiny of the bill.
32. The successful tenderer shall deposit an amount equal to 5% of contract value as Performance
Guarantee (PG) in the form of Demand Draft or Fixed Deposit Receipt (FDR) of a
Nationalized Bank or Scheduled Bank in India and shall be pledged in favour of Cochin
Shipyard Ltd. payable at Kochi or irrevocable Bank Guarantee in the prescribed form
(Annexure-IV), FDR (lien in favour of CSL). The performance guarantee shall be valid up to
12 months after the scheduled date of completion of the work. The time allowed for furnishing
of performance guarantee should be 14 days from the award of work. Delay in furnishing will
be liable for a late fee at the rate of 0.1% of the guarantee amount per day for a further period
of 14 days. Failure to furnish the performance guarantee beyond the above period will make
the contract liable for cancellation and forfeiture of EMD without further notice.
33. The Security Deposit (SD) will be collected from each running bills / final bill at the rate 5%
of the value of work done in addition to the performance guarantee. Security Deposit will also
be accepted in the form of Fixed Deposit Receipt (FDR) (lein in favour of CSL), irrevocable
bank guarantee in prescribed form (Annexure-IV). The security deposit thus retained for the
first year will be released after the observation period of Six months after the completion of
first year and SD retained for the second year will be released after the completion of
observation period of Six months from the end date of the recorded completion date of
contract.
12 Signature of bidder
34. The Observation Period means the defect liability period. The contractor has to make good all
the defects observed during the observation period at his own expenses. If the defects are not
attended for a longer period of time the work will be arranged by CSL and the amount
incurred will be deducted from the security deposit retained.
35. Performance guarantee will be refunded to the contractor soon after completion of the work
and recorded completion certificate.
36. The successful bidder (contractor) shall furnish a copy of the GSTN (GST Registration No.) /
HSN Code, PAN etc. allotted to him. The income tax prevailing in force at the time of payment
of bills will be deducted while making payment or when crediting the amount to the account.
The GST amount corresponding to the bill as per the statutory norms will be paid by CSL to
the contractor.
37. The Provisional GST ID of Cochin Shipyard Ltd. is 32AAACC6905B1ZD and the address of
the registered place of business of CSL is “Administrative Building, Perumanoor,
Cochin - 682 015”.
38. It will be mandatory for the bidders to indicate their bank account numbers and other relevant
E-payment details so that payments could be made through ECS/NEFT/RTGS mechanism
instead of payment through cheques, wherever feasible. NEFT duly filled should be submitted
along with tender as per Annexure-VII.
39. Quantities specified against each item in the schedule are strictly approximate and tentative and
payment will be made as per actual quantity of work done at rate quoted. Operation of
individual items specified in the tender schedule will be based on the requirement of CSL
during the tenancy of the contract, and contractor will have no claim even if some of the items
are not operated at all. The quantity to be executed may also vary according to requirement.
40. Following services/materials will be given free of cost depending upon availability. Contractor
has to make his own arrangements to avail the same at his risk and subject to satisfying
statutory rules and regulations if any.
a)Water
b) Electricity
c) Crane facility
d) Fork lifts / trucks
e) Elevated platform
f) Oxygen, acetylene, DA, LPG
g) Lifting shackles, ropes etc.
13 Signature of bidder
41. All materials required for the execution of the work, other than facilities mentioned under
clause 40 above, should be supplied by the contractor.
42. All materials used for the construction shall be of approved brands as directed by the Engineer-
in-charge. Any clarifications in this regard may be obtained before tendering. Unless otherwise
decided by the Engineer-in-charge, all materials are to be procured by the contractor. List of
approved brands at Annexure - VI.
43. For all bought out items to be used/consumed on the work bills / invoices etc. shall be obtained
and the same shall be submitted at the office of the Engineer-in-charge in favour of the
contractor addressed to CSL site. Cement, steel, paint, structurals, tiles, bathroom fittings,
pipes etc. shall be purchased from manufacturers/authorized dealers only, and shall conform to
relevant Indian Standard specification.
44. Tools and plants, and all items brought by the contractor to be put on use on the work, should
have prior entry permit from CSL security and unauthorized possession of any undeclared
material/equipment will attract penalty.
45. Contractor shall be solely responsible for the safe custody and upkeep of departmental
materials issued to him and also the materials bought out by him for the work. Unauthorized
use of any departmental materials, machinery or service by the contractor or his workmen will
attract penalty and even termination of the contract.
46. Electric power supply from KSEB grid is available in CSL but cannot ensure uninterrupted
power supply. There can be restriction in the supply of power by KSEB. The contractor has to
make his own arrangement for taking the power supply from the source up to the point of use.
Panel boards without ELCB, bare wire connections will not be permitted.
47. The contractor has to take extreme care so that the existing structures are not damaged or
disturbed.
48. The contractor should clear the site of debris; rubbish etc. and the waste shall be transported
and dumped at places pointed out by the Engineer-in-charge immediately after the completion
of the works.
49. The contractor or his authorized representative shall be available at CSL throughout the period
of contract for receiving instructions from department, arranging and executing the work. The
Contractor / representative shall report at the office of the Engineer-in-charge on all working
days for receiving instruction regarding the works.
50. The normal working time of CSL is from 8.15 A.M. to 5.00 P.M on all weekdays and
Saturdays with half an hour interval from 12.15 noon to 12.45 P.M. All Sundays, second
Saturday and fourth Saturday are holidays in addition to CSL declared holidays. The site will
14 Signature of bidder
be available for work during office hours only. However if the Contractor wishes to carry out
the work beyond normal working hours or on holidays, he should get specific approval from
the Engineer-in-Charge for ensuring safety, quality and to have effective supervision from
Department.
51. The contractor may have to work round the clock including holidays if required to complete
the work in time without any extra cost.
52. The work shall be open at all times for inspection to the Engineer-in-charge, his authorized
representative or any other third party deputed by the Engineer-in-charge.
53. All labour, skilled or unskilled shall be provided by the contractor. Settling any dispute with
the labour/ subcontractor will be contractor’s responsibility. CSL will not consider any
consequential compensation or amendments in contract. The Workers/Staff engaged for the
work shall not be less than 18 years and not more than 60 years of age.
54. All Safety measures prescribed in the CSL safety manual shall be strictly adhered during
execution of work. Copy of the same is available in the Office of Deputy General Manager
(Civil) and the same may be referred before quoting the rates. Any safety rules violation by the
contractor, suitable penalty not exceeding to Rs 5000/- will impose by CSL, depending on the
gravity of violation. Repeat violation will lead to cancellation of contract based on the
recommendation by Safety Department of CSL.
55. The contractor shall provide the required PPEs to the workmen such as Safety Shoes, Safety
Helmet, Gloves etc. and should ensure that the workmen are wearing the same at worksite.
Accidents if any occur due to the non-use of PPEs is at contractor’s risk.
56. The workmen employed for the work should be covered by insurance by the contractor at his
own cost during the period of contract.
57. CSL shall not be liable for, or in respect of, any damages or compensation payable as per law
in respect or in consequence of any accident or injury to any workmen or other person in the
employment of the contractor or any sub-contractor. The contractor shall indemnify and keep
CSL indemnified against all such damages and compensation and against all claims, demands,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.
58. The contractor shall insure against such liability and shall continue such insurance during the
whole of the time that any persons are employed by him on the works. Provided that, in respect
of any persons employed by contractor, the contractor’s obligations to insure as aforesaid
under this sub-clause shall be satisfied if the sub-contractor shall have insured against the
liability in respect of such persons in such manner that CSL is indemnified under the policy,
15 Signature of bidder
but the contractor shall produce before CSL, such policy (Workmen compensation policy) of
insurance and the receipt for the payment of current premium.
59. The contractor shall report to the Engineer-in-charge details of any accidents as soon as
possible after its occurrence. In the case of any fatal or serious accidents, the contractor shall in
addition, notify the local Police authorities immediately by available means.
60. Payments to the workmen by the contractors exceeding the limit fixed by ESI/ PF, recovery of
such contribution will be exempted based on contractors request provided the following
conditions are satisfied.
a) Wage (Basic+ DA) exceeds the monetary limit fixed by the authorities of ESI/ PF from
time to time.
b) Payment of wages shall be made through Bank account and furnished the details with
necessary proof.
c) If exemption is claimed, a valid CAR (contractors all risks) policy shall be taken for all
the workmen engaged in case of any accident
Exemption can also be claimed if ESI/PF component is paid directly to the authorities by the
contractor and proof of payment is furnished to CSL
61. The contractor is required to comply with the provisions of the rule in force (amended from
time to time) regarding entry/exit of contractor’s workmen, vehicles and materials. Necessary
Police Clearance Certificate and other photo identity cards approved by CSL should be
produced for this purpose. The safety compliance and Entry / Exit procedure may be seen at
Annexure – V.
62. Contractor shall work in close co-ordination with other agencies working in the same work site
at the same time.
63. If contractor request for temporary office/store, then space will be allotted by the Engineer-in-
Charge as per the rent applicable at the time of allotment. The rent is subjected to change if
revised by CSL during the occupancy period.
64. The contractor is required to submit monthly labour report along with wage disbursement
details in the prescribed proforma on or before fifth day of the succeeding months.
65. In the event of Force Majeure situation which are beyond the control of contractor/CSL which
affect the execution of the work or the contractor’s obligations in whole or part, the contractor
will be allowed to suspend the work for the Force Majeure period such as:
(a) Situations like war, Act of foreign enemies, rebellion, terrorism, riot, strike or
lockout. Natural catastrophes such as earth quake, hurricane or volcanic activity,
torrential rains, floods etc.
16 Signature of bidder
(b) Storm, to the extent that it could not reasonably have been expected to occur at the
place, at the time of year.
(c) Epidemic, famine;
(d) Strike or boycott interrupting supply of materials, labour and services to the site
(excluding Strike by employees of contractor for any reason whatsoever).
(e) Any other event or circumstances of nature analogues to any of the above or an act
of God.
66. Any dispute(s) or differences arising out of or in connection with the Contract shall, to the
extent possible, be settled amicably between CSL and the contractor. Any litigation in
connection with contract shall be subjected to the exclusive jurisdiction of the Courts at Kochi,
India.
67. Occupational Health, Safety & Environmental requirements
16.1 The contractor is deemed to comply with the Occupational health, safety and
environmental policy of the company and also to all operational controls/standard
operating procedures and shall undertake the work in total compliance with the
requirements of the established Integrated Management System (IMS) of the company.
16.2 If any contractor failed to comply with or violated any clauses/requirements of
occupational health, safety and environmental Rules effective in the state, in their
activities or at work sites and the same shall be exposed to the government or any
competent authorities upon inspections, the contractor shall be solely responsible for
all liabilities caused by his/her action and shall be responsible for paying the penalty
and taking stipulated corrective actions insisted by the authorities within the specified
time, at their own cost. Any liability to the company in this regard needs to be
compensated by the contractor.
16.3 Upon completion of the work, contractor shall clear the area and shall not leave
any Occupational health/safety/environmental liabilities to the company, from their
activities at the worksites.
68. The contractor is expected to acquaint himself with the site conditions, labour situation, wage
and benefits applicable to labourers, working hours, out turn of work by labour and the
fluctuations which are likely to happen till the work is completed on all the above aspects prior
to quoting the rates.
17 Signature of bidder
69. All notices to be given to CSL under the terms of contract shall be addressed to Deputy
General Manager (Civil), Civil Engineering Department, Cochin Shipyard Ltd., P.O. Bag
No.1653, Perumanoor P.O., Cochin – 682 015and served by sending by post or delivering the
same to DGM (Civil).
70. Tenders duly filled shall be deposited in the Tender Box kept in the tender opening room Civil
Engineering department near Ravipuram Gate Information Centre, Cochin Shipyard Ltd.
before the date and time as specified in the Tender Notice.
71. Any clarifications regarding the tender can be obtained from the office of Deputy
General Manager (Civil) or Ph: 0484 – 2501316 / 09995806166.
Sd/-
Deputy General Manager (Civil)
Signature :
Name :
Address of Contractor:
Date
18
Annexure-I
CHECK LIST
No: CIV/088/2019/DGM (CE)
Maintenance to Water Supply, Sanitary and Fire Fighting Systems in the
Plant area for two years.
1
Whether the tenderer has completed during the last seven years, ending
with the date of submission of tender, works of similar nature described
in the NIT costing either one work of value ` 54 Lakhs or two works of
value ` 33.5 Lakhs each or three works of value ` 27 Lakhs each.
Yes / No
2 Whether the tenderer has an average annual turnover more than ` 27
Lakhs during the preceding 3 years. Yes / No
3 Whether the tenderer has been blacklisted from any Govt. Dept. /
Company. Yes / No
Documental evidences in proof of 1 to 2 are to be furnished.
Explanatory notes: Similar work(s) means maintenance to water supply / pipe line works
(PVC, MS, GI pipes etc.) / sanitary works, civil works involving plumbing / sanitary works
etc.
Sd/-
Deputy General Manager (Civil)
Signature :
Name & address
of the contractor :
Contact No:
19
Annexure II
No. CIV/088/2019/DGM (CE)
UNDERTAKING BY CONTRACTOR
Name of work: Maintenance to Water Supply, Sanitary and Fire Fighting Systems
in the Plant area for two years.
1. “I / WE HAVE GONE THROUGH THE TENDER, TERMS AND CONDITIONS,
GCC AND ACCEPT THE SAME AND DECLARE THAT THE RATES QUOTED
AS BASIC RATES AND GST SEPERATELY AND NO ADDITIONAL CLAIM
WILL BE RAISED FOR ANY OTHER STATUTORY RECOVERIES TO BE
BORNE BY ME. I / WE ALSO CONFIRM THAT COVER B (PRICE BID) DO
NOT CONTAIN ANY CONDITIONS”
2. “I / WE HAVE NOT MADE ANY PAYMENT OR ILLEGAL GRATIFICATION TO
ANY PERSON/AUTHORITY CONNECTED WITH THE BID PROCESS SO AS
TO INFLUENCE THE BID PROCESS AND HAVE NOT COMMITTED ANY
OFFENCE UNDER THE PC ACT IN CONNECTION WITH THE BID.”
Signature :
Name & address
of the contractor :
Contact No:
20
ANNEXURE-III
FORMAT OF FINANCIAL CAPABILITY CERTIFICATE
Certified that to the best of our knowledge and information………………………, a customer
of our bank, is respectable and can be treated as capable for executing the work upto a limit of
`..…………… (`…………………………………………..).
It is clarified that this certificate is issued without any guarantee or responsibility on the
bank or any of the officers.
Signature
Manager,
……….… Bank
Note: This certificate may be issued on the letter head of the bank and addressed to
the Deputy General Manager (Civil), Cochin Shipyard Ltd
21
ANNEXURE -IV
22
23
24
No: CIV/088/2019/DGM (CE) Annexure V
I. SAFETY COMPLIANCE
I .ENTRY/EXIT PROCEDURE
a) PRE-REQUISITES
The following documents are mandatory for issue of entry passes for work inside
the yard:
� ESIC Declaration/ Personal data form (CSL approved format)
� PF nomination form (CSL approved format)
� Age Proof Certificate (School Certificate or valid Indian Passport)
� Police Clearance certificate in original or copy of passport issued within 6 months
from the date of engagement of worker.
� Medical Certificate issued by a qualified Doctor (MBBS) (CSL approved format)
� Savings A/c Passbook with IFS code
� Aadhar
� Election ID
� EPF form – 11 (Declaration form) (CSL approved format)
b) PROCEDURE
(i) Issue of Entry pass to contract workman/ Supervisor/ Representative
a) The contractor shall submit an application in the prescribed format (CSL approved
format) along with all documents mentioned at Para 3 for issuing entry pass. The
application shall be duly recommended by concerned HOD of work awarding
Department. The application shall be submitted to welfare section 7 days prior to
attending HSE Induction training.
b) The newly hired workman/Supervisor/ Representative shall undergo HSE Induction
Training conducted by S&F Department on every Tuesday (Hindi) and Wednesday
(Malayalam).
c) Permission for entry to attend HSE Induction training can be obtained by sending E-
mail to Sannidhi gate from concerned work awarding department.
d) On receipt of list of persons who have successfully completed HSE Induction training
from S&F Department, Assess Control Card (ACC) No. will be issued to each
workmen/ Supervisor/ Representative.
(ii) Issue of Entry Pass to Workman/ Supervisor/ Representative through contractors
directly registered with ESIC/ EPF
The procedure for issue of entry passes to Workman/ Supervisor/ Representative
through contractors possessing individual ESIC/EPF Registration number will be same
25
as mentioned in Para 4 (i) above. However, the following documents may be
mandatory:
� PF Nomination
� Savings A/c Passbook and IFS Code
� Aadhar
In such cases the details of ESI/ EPF of the worker shall be \mentioned in the
personal Bio data form and necessary ESI/EPF Challan and ECR should be submitted
to welfare section by 5th
of every month, as having remitted the contributions in
respect of the workman/ Supervisor/ Representatives (Attendance sheet to be marked
“ESI/EPF DIRECT”)
(iii) Issue of Workman/ Supervisor/Representative exempted from ESI/EPF
Coverage.
If any Workman/ Supervisor/Representative is exempted from ESI/EPF owing to
“above wage limit” (` 15000/- PM for EPF and ` 21000/- PM for ESI), a copy of
Employees Compensation Package (Preferably covering medical treatment expenses
also) taken in respect of the Workman/ Supervisor/Representative engaged for work in
CSL, shall be submitted to welfare section along with joint declaration (CSL approved
format) signed by the worker, contractor/ contracting firm and duly counter signed by
concerned HOD.
(iv) Issue of Entry Pass to Service Engineer.
� Based on the E-mail from concerned work awarding department, entry will be
permitted to service engineers for part time work or for a period upto 6 days on
production of valid ID proof subject to attending a preliminary safety awareness
programme arranged at Sannidhi gate. In case of part time work, work awarding
department shall clearly specify the periodicity of the work for incorporating same in
the entry pass.
� If the Service Engineers requires entry pass for more than 6 days, he/she shall attend
HSE Induction training conducted by S&F Dept. and submit relevant document as
mentioned at Para 3.
(v) Issue of Entry pass to personnel engaged directly by INDIAL NAVY / CLIENTS
� Entry Pass will be issued to Personnel engaged directly by Indian Navy/ Clients based
on the recommendation by the Officer in Charge of the Vessel and Project Manager
subject to submission of Personal Bio data, ID Proof and an Undertaking (CSL
approved format) with regard to the character/ antecedent of the person. In such cases,
the safety and the Security of the person shall be the responsibility of the officer in
charge of Vessel.
26
c) OTHER CONDITIONS
� Entry will be permitted strictly to Workman/ Supervisor/ Representative aged below
60 yrs only. No entry will be permitted to any person above 60 urs under any
circumstances.
� Details of Workman/ Supervisor/Representative available in Aadhar (Name, DOB,
Gender etc) should exactly match with the details given in Age proof certificate of the
Workman/ Supervisor/Representative. In case of any correction in the above
particulars, the same has to be done before attending the HSE Induction Training.
� Contractor shall submit attendance of all the Workman/ Supervisor/Representative
engaged by them including newly hired Workman/ Supervisor/Representative by 5th of
every month in variably failing which necessary justification shall be obtained and any
penalty/ interest/ fine charged by statutory authority will be born by the contractor.
� No entry will be permitted without attending HSE Induction training conducted by
S&F Dept.
i) No passes will be issued for Workman/ Supervisor and contractor if the above guidelines are
not complied in all aspects.
ii) Safety violation if found the contractor will be liable fine as per the contract OR cancellation
of contract as decided by the competent authority.
iii) The above directions shall be read with the other existing rules.
Signature:
Name & Address of contractor :
Annexure-VI
No. CIV/088/2019/DGM (CE)
Sl No. Name of material Make
1 Cement Ultratech, Ambuja, Dalmia, Zuari, Coromandel.
2 Acrylic emulsion paint Berger, Asian, Nerolac, Jotun, Durolac
3 Vitrified / Ceramic tiles Johnson, Nitco, Asian, RAK, Kajaria,Somany.
5 PVC pipes Supreme, Finolex, Mark, Prayag, Hycount.
6 Toilet fittings & accessories Cera, Hindware, Parryware, Jaquar
Sd/-
Deputy General Manager (Civil)
LIST OF APPROVED MAKES
Maintenance to Water Supply, Sanitary and Fire Fighting Systems in the Plant
area for two years.
27
Annexure- VII
1) Name of Individual / firm / Company *
2) Address *
Mobile / Phone No * 0
3) Vendor Code (if available)
4) Permanent Account Number(PAN)
5) Particulars of Bank Account
a. Name of the Bank *
b. Name of the Branch *
c. Branch Code
d. City Name
Electronic Payment Mandate Form
(Mandate for receiving payments through RTGS/NEFT Cochin Shipyard Ltd)
28
d. City Name
e. Branch Telephone No. *
f. Bank IFSC Code *
g. 9-Digit MICR Code -- --
h. Type of the Account (S.B,Current or
Cash Credit ) with code (010/011/013) *
i. Account Number (as appearing on the
cheque book) *
6) Email ID *
(……………………………………)
(Authorised Signatory)
* Details are compulsory for making the NEFT payment.
# NEFT forms without cancelled cheque will not be accepted.
(Please enclose a cancelled un-signed cheque leaf to enable us to verify the details
mentioned above)
I / We hereby declare that the particulars given above are correct and complete.
28
No.CIV/088/2019/DGM(CE)
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)
Part A- for the first year
1
a) 15 to 32 mm dia 150 Nos E
b) 40 to 90 mm dia 20 Nos. E
2
200 Nos E
RE-TENDER SCHEDULE
Name of work:Maintenance to Water Supply, Sanitary and fire Fighting Systems in the Plant area for two years.
Quantity
Rectification of leakage of PVC pipes of following diameters in
water lines upto length of less than 50 cms including cost of
PVC pipes and specials such as couplings, bends, tees, reduced
tees, unions, nipples, washers, adapters (male or female),
reducers, elbows etc. including all labour and incidental charges
etc. complete, all as directed by the Engineer-in-charge. (Rate
quoted shall be for the rectification of one leak at a time and
number of specials and length of pipe to be used may vary
according to the nature of leak). All specials specified above
are covered under this item but not fittings.
Dismantling, repairing and refitting of taps / stopcocks / all
valves (up to 65mm), fittings of wash basins, WC seat cover,
healthfaucit, shower rose etc. including all labour and other
incidentals, all as directed by the Engineer-in-charge.
(excluding rates of fittings which will be measured and paid
29 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
3
40 Nos. E
4
a) Up to and including 65mm dia. 180.00 m m
b) 75mm dia and above up to 110 dia 40.00 m m
5
180.00 m m
6
a)
200 Nos. E
All valves up to 65mm, stop cocks and taps, shower roses, seat
cover for closets, Mirrors, soap trays, towel rods etc.
Dismantling the following dia G.I / PVC pipes (with specials)
for repairing water lines and refixing the pipe in line including
cutting and making good the walls, including all labour for
dismantling and refitting but excluding cost of fittings all as
directed by the Engineer-in-charge.
Dismantling the G.I/PVC pipes of any diameter (with specials
and other fittings) from wall/floor including cutting and making
good the walls by plastering etc. all as directed by the Engineer-
in-charge(excluding cost of cement)
Dismantling the following water supply fittings and transporting
the same to the departmental store and stacking the same as
directed by the Engineer-in-charge,including the disposal of
unserviceable materials to the scrapyards as per the direction of
the Engineer-in-charge
Dismantling carefully existing washbasin, sink, EWC, flushing
cisterns and urinal pans of all sizes, for conducting repair work
in waterline and refitting the same in position after completing
the repair, including all labour for dismantling and refitting but
excluding cost of fittings all as directed by the Engineer-in-
charge.
30 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b)
50 Nos. E
c) Watermeters of size up to 50 mm from water supply lines 2 Nos. E
7
1 Nos E
8
10 Nos. E
9
a) 200mm dia 2 No. E
b) 150mm dia 3 No. E
c) 125mm dia 2 No. E
d) 100mm dia 2 No E
Wash basins, kitchen sink , EWC, IWC, flushing cisterns and
urinal pans of all sizes.
Dismantling of existing manhole chambers (size up to 600 x
600 mm inside dimension) Rate shall include cost of
dismantling and disposing of waste with in a distance of 1km as
directed, by the Engineer-in-charge.
Dismantling the existing fire hydrant valve, including all labour
for transporting the valve from the site to store etc. complete, all
as directed by the Engineer-in-charge.
Dismantling the cast iron Tyton joint specials like bends tees
reducers, sockets and spigots etc. and transporting and stacking
the same to the place pointed out by the Engineer-in-charge
inside the CSL area etc. complete.
31 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
e) 80mm dia 3 No. E
10
a) C I valve up to 150 mm size 1 Nos. E
b) C I valve 150 mm and above size 1 Nos. E
11
a) Demolishing PCC/ R.C.C. work 1.00 m3
m3
b) Demolishing Rubble masonry work 1.00 m3
m3
12
a) 200mm dia 3.00 m m
b) 150mm dia 5.00 m m
Dismantling of C I valve from the valve chamber / line,
including transporting to store and stacking useful materials etc.
complete.all as directed by the Engineer-in-charge. (Cost for
dewatering if required will be paid separately)
Dismantling /demolishing of PCC / RCC /Rubble masonry of
any thickness and clearing away the debris within a distance of
50m etc. complete.
Cutting and dismantling the MS pipe /Cast iron tyton joint pipes
and transporting, stacking the same to the place pointed out by
the Engineer-in-charge inside the CSL Store area etc. complete.
32 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) 125mm dia 2.00 m m
d) 100mm dia 5.00 m m
e) 80mm dia 5.00 m m
13
30 Nos. E
14
30 Nos. E
15
a) C I valve up to 150 mm size 1 Nos. E
b) C I valve 150 mm and above size 1 Nos. E
Plugging GI / PVC pipe lines using suitable plugs / end caps
after dismantling / cutting pipes etc, including all labour, earth
work excavation up to 45 cm depth if required,cost of
plugs/endcaps etc complete all as directed by the Engineer-in-
charge.
Servicing of PVC / cast iron flushtanks excluding cost of
fittings but including all labour and all incidental charges, all as
directed by the Engineer-in-charge.
Servicing the valves of various sizes upto 300mm , replacing the
damaged bolts and nuts, gland packing etc., painting the valve
with synthetic enamel paint etc. complete.all as directed by the
Engineer-in-charge.
33 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
16
10 Nos. E
17
a) Pipes upto 25mm dia 5.00 m m
b) Pipes 32mm dia to 50mm dia. 2.00 m m
18
a) 20mm to 50mm dia 20.00 m m
b) above 50 mm and up to 110mm 5.00 m m
19
a)
20 Nos E
Servicing the hydrant valves, including replacing the damaged
nuts and bolts, gland packing wherever necessary, synthetic
enamel painting to the valve after servicing etc. complete all as
directed by the Engineer-in-charge.
Conveying, laying in position and pasting departmental PVC
pipes of following dia in line through walls, floors, trenches
etc. using solvent cement, including cost of other incidentals,
sundries etc. complete. The rate is inclusive of providing
necessary PVC specials etc. as per the direction of the Engineer-
Conveying, threading, laying and jointing the following dia
departmental G.I pipe in line with all specials including cutting
and making good the walls, floors, trenching through all stratas
to a maximum depth of 0.45m and refilling etc. complete, but
excluding cost of cement, specials and pipes (which will be
supplied departmentally free of cost) etc., all as directed by the
Engineer-in-charge.
Valves and stop cock up to 50mm dia, taps upto 20mm dia,
shower roses, seat cover for closets ,soap trays, towel rods, coat
hooks etc.
Conveying and fixing the following departmental items at all
levels as per the direction of the Engineer-in-charge including
cost of labour for fixing.
34 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) Wash basin, sinks, closets, urinal basins, flush tanks etc. 10 Nos. E
c) Flexible hose up to 50mm size 250.00 m m
20
10 Nos. E
21
a) 80mm VALVE 1 Nos. E
b) 100mm VALVE 1 Nos. E
c) 125mm VALVE 1 Nos. E
d) 150mm VALVE 1 Nos. E
Conveying and fixing of departmental supplied C I valve of
various sizes in water supply line / in the valve chamber,
including transporting from store ,cleaning of valve chamber,
cost of bolt & nuts, other incidentals etc.complete.all as directed
by the Engineer-in-charge.(Cost for dewatering if required will
be paid separately)
Conveying and fixing the department supplied hydrant valve in
position, including all labour for transporting dept. supplied
valve from store to site, cost of bolt & nuts,other incidentals etc.
complete, all as directed by the Engineer-in-charge.
35 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
e) 200mm VALVE 1 Nos. E
22
a) For 80mm dia pipes 8 Nos. E
b) For 100mm dia pipes 4 Nos. E
c) For 125mm dia pipes 2 Nos. E
d) For 150mm dia pipes 2 Nos. E
e) For 200mm dia pipes 1 Nos. E
23
Transporting and erecting cast iron fittings like bends, tees,
reducers, spigot & socket flanged make up pipe upto 1.80m
long, socket tail pieces mechnical collar joint, VJ coupling etc.
complete as directed by the Engineer-in-charge. (Cast iron
specials and tighten gasket will be issued free of cost at
Shipyard Store) including transporting the specials to the site,
bolt and nut and plain rubber gaskets etc. complete.
Transporting, laying and jointing departmental cast iron tyton
joint pipes including clearing the groves for proper seating of
tyton rubber gasket chamfering the ends of new pipes if
necessary etc. complete (Materials required for the work will be
issued free of cost from CSL).
36 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
a) 80mm dia pipes 5.00 m m
b) 100mm dia pipes 5.00 m m
c) 125mm dia pipes 5.00 m m
d) 150mm dia pipes 5.00 m m
e) 200mm dia pipes 5.00 m m
24
4 Nos E
25
a) Watermeters -15/20/25 mm sizes 2 Nos E
b) Watermeters -40 &50 mm sizes 2 Nos E
Conveying and laying the departmental concrete slabs of
varying sizes for manholes of all sizes / septic tanks etc.
including removing of the damaged slabs if necessary and
sealing the joints with cement mortar etc. complete all as
directed by the Engineer-in-charge but excluding cost of
Conveying and Fixing of the following size water meters in
position as per the direction of the Engineer-in-charge, all
labour for fixing, but excluding cost of specials.
37 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
26
100 Nos. E
27
20 Nos. E
28
a) Manholes with R.C.C cover slabs 100 Nos. E
b) Manholes with MS / C.I. Covers 70 Nos. E
29
160.00 m m
30
a) Water closet pans of both Indian and European type (all sizes) 15 Nos. E
Clearing the chocking of outlet pipes / gully traps / urinals /
wash basins etc in all the floors, including all incidental
charges, dismantling,cleaning and refitting the waste pipes if
necessary, all as directed by the Engineer-in-charge
Clearing the closet chocking without damaging to the closet as
directed by the Engineer-in-charge.
Cleaning the manhole of all sizes and clearing the scum, sludge,
floating objects etc. and disposing the same in the pit which was
already made at the places pointed out by the Engineer-in-
charge, including removing and refixing RCC / cast iron covers
wherever necessary and backfilling the pit with excavated earth
etc. complete all as directed by the Engineer-in-charge.
Cleaning the pipe line and clearing the scum, sludge, floating
objects etc. and disposing the same in pits which are already
excavated at places pointed out by the Engineer-in-charge
including backfilling the pit with the excavated earth without
emiting foul smell etc. complete all as directed by the Engineer-
in-charge.
Special cleaning of the following fittings in different toilet
blocks in the yard using approved quality acids / chemicals.
Including all labour charges for removal of any soiled matter
that is seen sticking to the surface of water closets/urinals etc.,
removal of any other dirt /decayed matter etc. found on the
surfaces of the fittings, cost of acids, cost of wire brushes,
brooms etc. complete all as directed by the Engineer-in-charge.
38 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) Urinal pans of all sizes 5 Nos E
c) Wash hand basins of all sizes 5 Nos. E
31
80.00 m2
m2
32
80000 litres litres
33
a) Up to 10,000 litres capacity 3 Nos E
b) Above 10,001 litres to 20000 litres capacity 5 Nos E
Cleaning the ceramic / glazed tiles surfaces of washing places,
bathrooms, closet rooms, kitchen wall and floors etc. at all
heights using approved chemicals / acids The rate is inclusive of
labour charges for proper cleaning using brushes / brooms etc.
and cleaning the surfaces using acids, cost of acids, wire
brushes, brooms etc. complete all as directed by the Engineer-in-
charge.Cleaning of PVC make water storage tank (inside surface area)
at all heights with coconut brushes, duster etc., removal of silt,
rubbish from the tank and cleaning the tank with fresh water
disinfecting with bleaching powder @ 0.5gm per litre capacity
of tank including marking the date of cleaning on the side of
tank body with the help of paint and disposing of malba all
complete as per direction of Engineer-in-Charge.
Cleaning the Masonry / RCC overhead tank at various levels in
various residential /office building by clearing all debris and
moss etc. cleaning the side walls, floors and slab by wire
brushing. The rate includes all labour charges, cost of fuel, hire
for pump and tools etc. all as directed by the Engineer-in-
39 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) Above 20,001 litres to 30000 litres capacity 3 Nos E
34
8 Nos E
35
2 Nos E
36
2 Nos E
37
Cleaning the over head tank of capacity 200 m3
(height of tank
approx. 30m) by clearing all debris and moss etc. cleaning the
side walls, floors and slab by wire brushing and cement washing
one coat after cleaning the entire surface, all as directed by the
Engineer-in-charge. The rate includes cost of all materials,
labour charges, cost of fuel, hire for tools etc. (only liquid may
be drained into the drain and all other materials to be deposited
at the places pointed out by the Engineer-in-charge), but
excluding cost of cement.
Cleaning the over head tank (200 m3
capacity) each by clearing
all debris and moss etc. cleaning the side walls, floors and slab
by wire brushing and cleaning the entire surface, all as directed
by the Engineer-in-charge. The rate includes cost of all
materials, labour charges, cost of fuel, hire for tools etc. (only
liquid may be drained into the drain and all other materials to be
deposited at the places pointed out by the Engineer-in-charge).
Cleaning the statue and circular pond at CSL Guest House
compound using necessary acid for the statue and necessary
detergents for the pond floor and side walls etc. including wire
brushing floors and walls, dewatering, disposal of debris, all
incidental charges and filling the pond with water etc. complete
all as directed by the Engineer-in-charge. (The work shall be
Cleaning the under ground sump one compartment of capacity
250m3
(total capacity of UG sump is 500 m3
having two
compartments) by clearing all debris and moss etc. cleaning the
side wall, floors and slabs by wire brushing and cleaning the
entire surface including all labour charges, hire charges of
pumps, fuel, cost of all other tools etc. (only liquid may be
drained into the drains and all other materials, to be deposited at
the places pointed out by the Engineer-in-charge)
40 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
2 Nos E
38
1 Nos E
39 Block clearing and cleaning of canteen inside drain & sullage
drain
a)
10 Nos E
b)
4 Nos E
40
10.00 m3
m3
41
Draining out water and cleaning the masonry pond at CSL
Guest House compound, including wire brushing floors and
walls, dewatering, disposal of debris, all incidental charges and
filling the pond with water etc. complete all as directed by the
Engineer-in-charge.
Periodical block clearing of canteen sullage drain to tank,
including labour for removal and repositioning of drain covers
wherever required, disposal of waste within a distance of 50 m,
all as directed by the Engineer in charge.
Cleaning of canteen kitchen inside & washing area drain up to
sullage tank, including all labour for removal and repositioning
of all drain covers, disposal of sullage within a distance of 50 m,
(works to be carried after canteen hours with out effecting
function of kitchen) all as directed by the Engineer in charge.
Cleaning the septic tank / sullage tank and clearing the scum &
sludge and depositing the same in the pit which was already
made at the places pointed out by the Engineer-in-charge,
including removing the cover slab and refixing the same in
position and to be sealed using cement morter,and backfilling
the pit with the excavated earth without leaking and emiting
foul smell etc. complete all as directed by the Engineer-in-
charge, but excluding cost of cement.
Cleaning the septic tank / sullage tank by suction and clearing
the scum & sludge using tankers, the sludge to be disposed
outside shipyard area,including removing the cover slab and
refixing the same in position and to be sealed using cement
morter, (including rate for loading,transporting and
all as directed by the Engineer-in-charge. (The work shall be
done with care and providing necessary scaffolding etc. as
directed by the Engineer-in-charge. Materials for scaffolding
will be issued from department at free of cost, carriage shall be
arranged by the contractor).
41 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
30.00 m3
m3
42
60 Hphr.
1 Hp
hr.
43
20.00 m3
m3
44
1.00 m3
m3
45
1.00 m3
m3
46
2.00 m3
m3
Dewatering the foundation pit / drains / ducts / manholes of any
depth using electrically operated pump set, including labour for
operating of pump, removing and clearing the debris, disposal
of debris within a distance of 50m as directed by the Engineer-
in-charge.
Earth work excavation in all classes of soil, hard strata, roads
etc.including neat banking / refilling wherever necessary /
depositing the soil within a lead of 50m and lift upto 1.5 m
etc complete all as directed by the Engineer in charge.
Cement concrete 1:4:8 using 40mm and down graded hard
granite broken stones including cost and conveyance of all
materials,labour for mixing, laying, consolidating curing
etc.complete all as directed by the Engineer in charge but
excluding cost of cement
Reinforced cement concrete 1:2:4 using 20mm down graded
hard granite broken stones including cost and conveyance of all
materials, cost of form work, labour for mixing, laying,
consolidating curing etc.complete,at all heights,but excluding
cost of reinforcement and cement,all as directed by the
Engineer-in-charge.
Plain cement concrete 1:2:4 using 20mm down graded hard
granite broken stones including cost and conveyance of all
materials, labour for mixing, laying, consolidating curing
etc.complete,at all heights,but excluding cost of cement ,all as
directed by the Engineer-in-charge.
morter, (including rate for loading,transporting and
unloading),all lbour for sealing etc.complete,all as directed by
the engineer in charge.but excluding cost of cement. Payment
for quantity of sludge accumalated in septic tank, not for
quantity carried out by tanker
42 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
47
1.00 m3
m3
48
2.00 m3
m3
49
2.00 m3
m3
50
30.00 m2
m2
51
20.00 m2
m2
52 Constructing manhole / catchpit of following size (clear inside
dimension) for connecting sewer lines with PCC 100mm thick
base, 200 thk wall using brick / solid block / hollow block,
forming channel with PCC 1:2:4, plastering outside with CM
1:3, 15mm thick and plastering inside with CM 1:3, 15mm thick
and cement flushing coat, earth work for pit, back filling etc.
including cost and conveyance of all materials, all labour, other
incidentals, etc. complete, but excluding cost of cement.
Masonry work using the solid concrete blocks of any size in
CM 1:5 for foundation and basement including cost and
conveyance of all materials, labour scaffolding etc complete,
but excluding cost of cement, all as directed by the Engineer-in-
charge.
Plastering with CM 1:4, 12mm thick floated hard and trowelled
smooth including cost and conveyance of all materials, labour
etc.complete (rate is inclusive of racking the concrete surface if
any before plastering), but excluding cost of cement, for repair
works in all floors, all as directed by the Engineer-in-charge.
Plastering with CM 1:3, 15mm thick floated hard and
trowelled smooth including cost and conveyance of all
materials, labour etc. complete at all levels,but excluding cost
of cement, all as directed by Engineer-in-charge.
Brick work in CM 1:5 for foundation and basement using first
class country burnt bricks including cost and conveyance of all
materials, labour and other incidentals etc.complete, but
excluding cost of cement, all as directed by the Engineer in
charge.
Brick work in CM 1:5 for superstructure up to second floor
level using first class country burnt bricks including cost and
conveyance of all materials, labour, scaffolding charges etc
complete, but excluding cost of cement, all as directed by the
Engineer-in-charge.
43 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
a) 450 x 450 mm of varying depth 450 to 600mm 1 No E
b) 600 x 600 mm of varying depth 450 to 750mm 1 No E
53
a) Using 300 x 200 mm or nearest size (joint free -digital) 10.00 m2
m2
b) Using 450 x 300 mm or nearest size ceramic wall tile 5.00 m2
m2
54
a) Using 300 x 200 mm or nearest size ceramic wall tile 20.00 m2
m2
b) Using 450 x 300 or nearest size (joint free -digital) 10.00 m2
m2
Dadooing with first quality ceramic wall tiles (Johnson /
Khajaria / RAK) of approved quality, brand and colour by the
Engineer-in-charge, over a coat of cement plaster 1:3, 12 thk
and cement grout as required, including cost and conveyance of
the glazed tiles, fixing to lines and levels, pointing with
white/matching coloured cement, cost of all incidentals etc.
complete for all levels, but excluding cost of grey cement
required for plastering and grouting.
Dadooing with first quality ceramic glazed coloured tiles
(Johnson / Khajaria / RAK) of approved quality, brand and
colour by Engineer-in-charge, using approved quality water
proof adhesive after rubbing & acid cleaning, hacking of the
surface, laying the tiles to line and level, pointing the joints with
coloured cement of matching colour, cost and conveyance of all
materials, all other incidental charges etc. complete for all
levels.
44 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
55
a) 15.00 m2
m2
b) Using 400 x 400 mm or nearest (mat finish) ceramic flooring
tiles20.00 m
2m
2
56
a) 10.00 m2
m2
b) Using 400 x 400 mm or nearest (mat finish) ceramic flooring
tiles10.00 m
2m
2
57
0.10 MT MT
Flooring with first quality ceramic anti-skid / non-slippery floor
tiles (Johnson / Khajaria / RAK) of approved quality, brand,
colour and size by Engineer-in-charge, over a bed of 20mm
thick cement mortar 1:3, laying the tiles over cement grout to
line and level, pointing the joints with coloured cement of
matching colour, cost and conveyance of all materials, all other
incidental charges etc. complete in all the floors, but excluding
cost of cement.
Using 300 x 300 mm or nearest size Antiskid /non slippery
ceramic flooring tiles
Flooring with first quality ceramic anti-skid/non-slippery floor
tiles (Johnson Johnson / Khajaria / RAK) of approved quality,
brand, colour and size by Engineer-in-charge, using approved
quality water proof adhesive after rubbing & acid cleaning,
hacking of the surface, laying the tiles to line and level, pointing
the joints with coloured cement of matching colour, cost of all
materials,all other incidental charges etc. complete
Using 300 x 300 mm or nearest size Antiskid /non slippery
ceramic flooring tiles
Fabricating and placing in position reinforcement to size and
shape for R.C.C. works including cost and conveyance of all
materials, labour for uncoiling, straightening, cutting, bending,
binding, lapping or welding etc. complete, excluding cost of
steel reinforcement, but including cost of 22g. binding wire.
45 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
58
a) 200mm dia 5.00 m m
b) 150mm dia 5.00 m m
c) 125mm dia 5.00 m m
d) 100mm dia 40.00 m m
e) 80mm dia 5.00 m m
f) 50 mm dia 5.00 m m
59
0.20 t t
Fabrication of MS pipe to the required shape, including all
labour, all incidentals etc.and erecting the newly fabricated pipe
of various diameters, including the cast iron / M.S. screwed
fittings with tapen thread, replacement of bolts and nuts, plain
rubber gaskets etc. complete. (Pipe and flanges will be issued
free of cost from CSL).
Fabrication of all types of structurals using department supplied
materials like steel sections, plates, flats, of any size and weight
as per approved drawing or as instructed, erecting in position to
line and level by welding /bolting, embedded in concrete,
including straightening,cutting, bending, welding, hire charges
for tools and plants, cost of electrodes, other incidentals etc.
Rate includes two coat of painting over a coat primer using
synchromite primer after completing of fabrication, complete
46 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
60
a) Using procured Light sections, Angles, Flats,Channels etc 0.20 t t
b) Using procured Heavy sections, Channels, I beams etc 0.20 t t
61
a) Man 550 Hrs. Hr
b) Plumber / welder 300 Hrs. Hr
c) Mason / Carpenter 40 Hrs. Hr
62
3.00 MT MT
synchromite primer after completing of fabrication, complete
for all levels and all as directed by the Engineer-in-charge.
Fabrication of all types of structurals using contractor supplied
steel sections, plates, flats, of any size and weight as per
approved drawing or as instructed, erecting in position to line
and level by welding / bolting, embedded in concrete, including
cost of all materials, cost for straightening,cutting, bending,
welding, hire charges for tools and plants, cost of electrodes,
other incidentals etc. Rate includes two coat of painting over a
coat primer using synchromite primer after completing the
fabrication, complete for all levels and all as directed by the
Engineer-in-charge
Deploying labourers of miscellaneous works as directed by the
Engineer in charge.
Supplying and stacking at site ordinary portland cement /
portland pozzolana cement conforming to relevant I.S.
47 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
63
0.10 MT MT
64
a) G.M /Brass full way wheel valve (ISI heavy type)
(i) 25mm 1 Nos. E
(ii) 40mm 1 Nos. E
(iii) 50mm 2 Nos. E
b) C.P. Brass/G.M. stop cock (heavy type)
(i) 15mm 8 Nos. E
(ii) 20mm 15 Nos, E
c) Taps / Valves etc.
(i) 15mm C.P brass SDB tap (superior quality) 400g 3 Nos. E
Supplying and fixing the following water supply fittings
approved by the Engineer-in-charge, including cost and
conveyance of all materials, all labour for fitting, all other
incidental charges etc. complete for all levels.
Supplying and stacking at site TOR steel reinforcement bars of
different diameters conforming to relevant IS.
48 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(ii) 15mm CP hose tap (superior quality) 2 No E
(iii) 15mm CP push cock 25 Nos. E
(iv) 15mm C.P. Pillar tap (best quality) 30 Nos. E
(v) 15 mm CP long body tap 3 Nos E
(vi) 15 mm CP short body tap 60 Nos E
(vii) 15mm CP two way taps 10 Nos. E
(viii) 15/20 mm dia angle cock 50 Nos. E
(ix) 15mm PVC taps 5 Nos E
49 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(x) 20 mm PVC Air releasing valve 2 Nos E
d) G.M / Brass float valve with polythenefloat. (ISI-Heavy type)
(i) 20mm dia 2 Nos E
(ii) 25mm dia 1 Nos E
(iii) 40mm dia 1 Nos E
(iv) 50mm dia 1 Nos E
e) G.M/ Brass non return check valve (Heavy horizontal/ vertical
type)
(i) 20 mm 2 No E
(ii) 25mm 1 No E
(iii) 40mm 3 No E
50 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(iv) 50mm 1 Nos E
(v) 100mm 1 No E
f) G.I Unions
(i) 25 mm 4 Nos E
(ii) 32mm 2 Nos E
(iii) 40mm 1 Nos E
(iv) 50mm 1 Nos E
g) G.I. Hexagonal nipples
(i) 15mm / 20mm & 25mm size 1 Nos E
(ii) 40mm & 50mm size 1 Nos E
51 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
h) Brass /CP Hexagonal nipples
(i) 15mm / 20mm size 30 Nos E
(ii) 25mm size 1 Nos E
(iii) 40mm & 50mm size 1 Nos E
i) G.I. elbows/ couplings /bends/Tees
(i) 15mm size 15 Nos E
(ii) 20mm / 25mm size 25 Nos E
(iii) 40mm size 1 Nos. E
(iv) 50mm size 1 Nos. E
j) CP extension pieces
(i) 15mm / 20mm size up to 100 mm long 2 Nos E
52 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(ii) 25mm /32mm size up to 100 mm long 1 Nos. E
k) G.I. Reducers/reducing elbows
(i) 32 mm to 15mm 50 Nos. E
(ii) 50 mm to 32mm 4 Nos. E
l) SS gratings
(i) 75mm /100 mm size 10 Nos E
(ii) 125/150mm size 4 Nos E
m) C.P waste couplings
(i) 32mm 10 Nos. E
(ii) 40 mm / 50 mm 2 Nos E
n) PVC waste connections
(i) 32mm/40mm size 40 No E
53 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
p) PVC Foot valve
(i) 25mm / 32 mm size 5 Nos. E
(ii) 40 mm / 50 mm size 1 No E
q) Other items
(i) 15mm /20mm Brass hose coller 15 Nos. E
(ii) 40mm / 50mm GI hose coller 5 Nos. E
(iii) C.P. cup for water line fittings of 15mm and 20mm dia 15 Nos E
(iv) Standard Spreader for urinal basin 1 Nos E
(v) PTMT water tank connector-up to 63mm 15 Nos E
(vi) 15mm C.P. brass adjustable shower rose- ordinary type 15 Nos E
54 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(vii) Shower arm 15mm/20mm dia 15 Nos E
(viii) Hose clips for hoses up to 65mm dia hoses 5 Nos E
(ix) CP Coat hooks 10 Nos E
(x) Toilet paper holder 5 Nos E
(xi) C P Health faucit holder 5 Nos E
(xii) PVC Shower with arm 5 Nos E
r) Brass ball valves
(i) 15 mm sizes 25 Nos E
(ii) 20 mm sizes 15 Nos E
55 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(iii) 25 mm size 15 Nos E
(iv) 40 mm size 10 Nos E
(v) 50 mm size 5 Nos E
(vi) 65 mm sizes 1 Nos E
s) PVC Float v/v with polythene floats
(i) 15 mm size 25 Nos E
(ii) 20 mm size 5 Nos E
(iii) 25 mm size 8 Nos E
t) GI barrel nipple
(i) Up to 25 mm size 15 cm long 5 Nos E
56 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
(ii) 40/50 mm size 15 cm long 1 Nos E
(iii) Up to 25 mm size 30 cm long 8 Nos E
(iv) 40/50 mm size Up to 30 cm long 2 Nos E
65
30 Nos E
66
5 Nos E
67
100 Nos. E
68
a) 15mm 2 Nos. E
b) 20mm 2 No E
Supplying and fixing / replacing approved quality and brand
health faucit as per the direction of the Engineer-in-charge
Supplying and fixing /replacing approved quality and brand CP
brass telephonic shower as per the direction of the Engineer-in-
charge
Supplying and fixing / replacing 15mm / 12 mm PVC inlet
connection, as directed by the Engineer-in-charge.
Supplying and fixing the following size of approved brand (best
quality) C.P concealed valve, including cost of all materials,
labour charges etc. complete, all as directed by the Engineer-in-
charge.
57 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
69
1 No E
70
a) PVC syphon to suit the PVC flush tank 1 Nos. E
b) PVC handle for PVC flush tank 5 Nos E
c) PVC float valves for flush tanks 5 Nos E
d) Syphon washer for PVC flush tank 10 Nos E
e) Syphon set for cascade flush tank 1 Nos. E
71
a) 80 NB 1 Nos E
Supplying and fixing approved quality hot and cold water mixer
set at the places pointed out by the Engineer-in-charge.
Supplying and fixing the following best quality fittings /
specials for PVC flushing cistern after removing the existing,
including cost of materials, labour charges, other incidentals etc.
complete as per the direction of the Engineer-in-charge.
Supplying and fixing of following size double flanged non
rising type sluice valve conforming to IS:14846, class 125 with
GM internals, including all labour, cost and conveyance of all
materials, cost of bolts & nuts, gaskets, fixing other incidentals
etc. complete all as directed by the Engineer-in-charge.
58 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) 100 NB 1 Nos E
c) 125 NB 1 Nos E
d) 150 NB 1 Nos E
e) 200 NB 1 Nos E
72
5 Nos E
73
a) 15mm 1.00 m m
Supplying and fixing gland packing of required size of approved
type for sluice valves upto 300 mm dia fixed in the water supply
distribution lines in CSL in order to prevent leakage of water
including removal of decayed and damaged gland packing if
necessary, fixing new washers or gaskets of approved quality,
brand and fixing all bolts and nuts tightly without causing any
damage to any part of valves, all incidental charges, cost etc.
complete and as directed by the Engineer-in-charge.
Supplying, threading, laying and jointing the following dia. 'B'
class G.I pipes and specials such a tees, bends, elbows,
checknuts etc. with clamps, plugs, screws etc. including cutting
and making good the walls, RCC floors, slabs etc. trenching
through all stratas to a maximum depth of 0.45m and refilling
etc. complete all as directed by the Engineer-in-charge.
59 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) 20mm 5.00 m m
c) 25mm 10.00 m m
d) 32mm 5.00 m m
e) 40mm 10.00 m m
f) 50mm 5.00 m m
74
a) 20mm dia 1.00 m m
b) 25mm dia 60.00 m m
Supplying, threading, laying and jointing the following dia
threaded PVC pipes of approved quality and brand including all
cost and conveyance of all materials, sundries etc. complete.
The rate shall be inclusive of supplying and fixing necessary
specials etc. as per the direction of the Engineer-in-charge.
(Pipe pieces of length below 50cm used for leak rectification
works will not be measured under this item).
60 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) 32mm dia 30.00 m m
75
a) 20mm dia 3.00 m m
b) 25mm dia 425.00 m m
c) 32mm dia 450.00 m m
d) 40mm dia 4.00 m m
e) 50mm dia 325.00 m m
f) 63mm dia 350.00 m m
Supplying, fixing, laying and jointing the following dia pasted
type PVC pipes of approved quality using solvent cement
including all cost and conveyance of all materials, sundries etc.
complete. The rate shall be inclusive of supplying and fixing
necessary specials etc. as per the direction of the Engineer-in-
charge. (Pipe pieces of length below 50cm used for leak
rectification works will not be measured under this item).
61 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
g) 75mm dia 1.00 m m
h) 90mm dia 1.00 m m
76
a) 25 mm size 30.00 m m
b) 32 mm size 5.00 m m
c) 40 mm size 5.00 m m
d) 50 mm size 20.00 m m
77
a) 110mm dia PVC Pipe 100.00 m m
Supplying and fixing PVC pipes of pressure 4 kg/cm2
to the
correct line and level in trenches or through walls including
making good the walls, fixing the pipes by means of necessary
clamps in walls,concrete supports in trenches (concrete will be
measured and paid seperately) cost and conveyance of all
materials, but excluding cost of specials, structurals and
cement,all labour etc complete for all levels (earth work
excavation will be measured and paid seperately).
Supplying, laying and jointing CPVC pipes of approved quality
and brand for hot water line with suitable specials, including
cost and conveyance of all materials, necessary specials, other
incidentals etc. complete for all levels.
62 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) 160mm dia PVC Pipe 30.00 m m
78
a) Tees, door tees, bends etc. 8 Nos. E
b) Adapters, reducers, offsets, vent cowl etc. 3 Nos. E
c) Elbows, door elbows, reducer elbows,etc. 20 Nos. E
79
a) Tees, door tees,bends etc. 5 Nos. E
b) Adapters, reducers, offsets, vent cowl etc. 6 Nos. E
c) Elbows, door elbows, reducer elbows,etc. 6 Nos. E
Supplying and fixing ISI marked / best quality approved brand
110 mm PVC specials at all heights including cost and
conveyance, all labour and all other incidentals etc. complete all
as directed by the Engineer-in-charge.
Supplying and fixing ISI marked / best quality approved brand
160 mm PVC specials at all heights including cost, conveyance,
labour and all other incidentals etc. complete all as directed by
the Engineer-in-charge.
63 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
80
a) Balls for 15/20/32 mm size float valves 2 Nos. E
b) Balls for or 40/50 mm size float valves 2 Nos. E
81
8 Nos. E
82
2 Nos. E
83
1 Nos E
84
2 Nos E
Supplying and fixing intergrated flushing cystern with urinal
bowl (Hindware/ Jaguar/RAK) approved by the Engineer-in-
charge with all fittings, necessary PVC flush pipe and specials
etc. complete including cutting, opening and making good the
damages, cost and conveyance of all materials, other
incidentals, all labour for connecting lines etc. complete.
Supplying and fixing 750 x 450mm size or nearest size porcelin
urinal partition of approved quality, brand and colour as
directed by the Engineer-in-charge.
Supplying and fixing / replacing PVC balls for the following
sizes of float valves (medium quality) including all cost of
materials, labour charges, other sundries etc, complete all as
directed by the Engineer-in-charge.
Supplying and fixing urinal basin 440mm x 360mm or nearest
size (Indian make best quality) of approved quality and brand
including connecting the water lines (pipe and specials will be
measured separately) etc. complete all as directed by the
Engineer-in-charge
Supplying and fixing urinal basin of 590mm x 400mm or
nearest size (Indian make best quality, brand) with suitable
spreader, waste coupling, of approved quality and brand
including cost and conveyance of all materials, connecting the
water lines (pipe and specials will be measured separately) etc.
complete all as directed by the Engineer-in-charge.
64 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
85
1 Nos E
86
2 Nos. E
87
4 Nos. E
88
1 No E
89
2 Nos. E
90
1 Nos E
Repairing for sensor operated flushing cystern for urinals in
position, including replacing of minor spare parts, incase the
value of spare exceeds Rs.300/- the same will be purchased by
the department and the same has to be installed by the
contractor, all as directed by the Engineer-in-charge.
Supplying and fixing wall mounted water closet with flush tank
light colour (Hindware/Paryware/RAK/Cera) approved by the
Engineer-in-charge with all fittings, including cutting, opening
and making good the damages, cost and conveyance of all
materials for fixing, other incidentals, all labour for connecting
outlet lines etc. complete.
Supplying and fixing light colour glazed earthenware European
type water closet of approved quality and brand, other than
white, at all floors, including cost and conveyance of all
materials, all labour, all other incidental charges etc. all as
directed by the Engineer-in-charge (excluding seat cover and
flushing cistern)all as directed by the Engineer-in-charge
Supplying and fixing white glazed earthenware European type
water closet of approved quality and brand, at all floors,
including cost and conveyance of all materials, all labour, all
other incidental charges etc. all as directed by the Engineer-in-
charge (excluding seat cover and flushing cistern)
Supplying and fixing 580mm or nearest size White colour
Orissa pattern water closet of approved quality and brand, at all
floors including all cost of materials, brickwork in CM for
supports, all labour charges, incidental charges etc. complete
but excluding cost of cement
Suppplying and fixing cascade type water closet with flush tank
of light colour (Hindware/Paryware) approved by the Engineer-
in-charge with all fittings, including cutting, opening and
making good the damages, cost and conveyance of all materials
for fixing, other incidentals, all labour for connecting outlet
lines etc. complete.
65 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
91
2 Nos E
92
a) Duroplastic seat with cover of Black or light colour 15 Nos E
b) Duroplastic seat with cover of White colour 4 No E
c) EWC Seat with cover for kid's closet (special type) 4 No E
93
1 pairs pair
94
2 Nos. E
95
a) White colour 20 Nos. E
Supplying & fixing cascade shell with lid after dismantling
existing shell, including cost & conveyance of materials, labour
charges for dismantling & fitting, all other incidentals etc.
complete as per the direction of the Engineer-in-charge.
Supplying and fixing the approved quality and brand ISI marked
high level / low level PVC flushing cistern 10 litre or nearest
capacity, including cost of materials, labour charges, all other
incidentals etc. complete as per the direction of the Engineer-in-
charge.
Supplying and fixing glazed earthenware trap including cost and
conveyance of all materials labour charges all incidentals etc.
complete but excluding cost of cement.
Supplying and fixing duroplastic seat with cover of approved
make in position for European Water Closet, including cost and
conveyance of materials, labour charges for dismantling and
fitting, all other incidentals etc. complete.
Providing and fixing a pair of white glazed earthen ware foot
rest of standard pattern for the Indian type WC pan / urinal pan
as directed by the Engineer in charge,but excluding cost of
cement
66 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) Light colour other than white 1 Nos. E
96
a) 550mm x 400mm or nearest size white colour 10 Nos. E
b) 550mm x 400mm or nearest size light colour 1 Nos. E
97
3 Nos. E
98
3 Nos E
Supplying and fixing wash hand basin ceramic type
(Hindware/Paryware/RAK/Cera) in position at all levels,
including cost and conveyance of all materials, labour charges,
all other incidentals etc.complete as per the direction of the
Engineer-in-charge.
Supplying and fixing White 550mm x 400mm or nearest size
wash hand basins of glazed earthernware (Indian make best
quality) with C.I brackets / rack bolts, one central 15mm C.P
brass pillar tap, 15mm PVC connection 1no., 15mm stop cock /
inletvalve, 32mm CP brass waste coupling of standard pattern,
32mm dia PVC waste connection etc. complete including
cutting and making good the walls, including cost and
conveyance of all materials, labour charges, all other
incidentals etc. complete all as directed by the Engineer-in-
charge. Supplying and fixing light coloured half pedastal wash hand
basin (Hindware/Jaguar/Paryware/RAK/Cera) with rack bolts,
one central 15mm C.P brass foamflow type pillar tap, 15mm
PVC connection 1no., 15mm inlet valve, 32mm CP brass waste
coupling of standard pattern, 32mm dia PVC waste connection
etc. complete including cutting and making good the walls,
including cost and conveyance of all materials, labour charges,
all other incidentals etc. complete all as directed by the
Engineer-in-charge.
67 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
99
1 Nos E
100
1 No E
101
3 No E
102
5 Nos. E
103
a) 15mm size 2 Nos E
b) 20mm size 2 Nos E
c) 40mm size 1 Nos E
Supplying and fixing nylon net in double layers for air vent
cowl of tanks including cost & conveyance of all materials, all
labour charges, other sundries etc. complete for all levels.
Supplying and fixing the following size Chambal / approved
make water meters conforming to relevant ISI approved by the
Engineer-in-charge, including cost of materials, labour charges,
all other incidentals etc. complete.
Supplying and fixing 530 x 350mm or nearest size stainless
steel wash basin with MS supporting bracket approved by the
Engineer-in-charge, including cost and conveyance of all
materials, all labour for fixing etc. complete for all levels.
Supplying and fixing full pedestal of approved quality, brand
and colour for the existing wash basin, including cost and
conveyance of all materials, all labour, all other incidentals etc.
complete for all levels.
Supplying and fixing 600 x 450 x 200mm or nearest size
stainless steel sink approved by the Engineer-in-charge
including cost and conveyance of all materials, labour charges,
all other sundries etc. complete.
68 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
d) 50mm size 1 Nos E
104
a) 450mm x 300mm or nearest size 15 Nos. E
b) 600mm x 450mm or nearest size 3 Nos E
105
a) Stainless Steel Towel rods 1 Nos E
b) CP Towel rods 2 Nos E
106
a) 100mm or nearest size CP soap dish 2 Nos E
b) 100mm or nearest size Stainless Steel soap dish 15 Nos E
Supplying the follwing size coppered back mirror 4mm thick or
nearest thk Indian made glass with hard board or plastic sheet at
the rear and aluminium / plastic frame, fixng the same in
position at all levels, including cost and conveyance of all
materials, other incidentals, all as directed by the Engineer-in-
Supplying and fixing approved make and quality soap dish /
soap tray as per the direction of the Engineer-in-charge,
including cost and conveyance of all materials, labour charges,
all other sundries etc complete for all levels
Supplying and fixing of 600mm long towel rods of the following
make of approved quality, including plugs, screws, embedding
the plugs in masonry / concrete (if required) all as directed by
the Engineer-in-charge.
69 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) Glass tray of 600 mm long 2 Nos E
107
1 Nos E
108
3000 Ltrs. Litre
109
5 Nos. E
110
4 Nos. E
111
a) 25 mm brass foot valve 1 Nos. E
b) 32/40 mm brass foot valve 2 Nos. E
Supplying and fixing PVC Multi trap in position, including cost
and conveyance of all materials labour charges all incidentals
etc complete.
Supplying and fixing Stainless Steel liquid soap container of
good quality and size approved by the Engineer-in-charge
including cost and conveyance of all materials, labour charges,
all other incidentals etc. complete.
Supplying and installing water storage tanks of sintex - Reno /
Megha / Wesfa with white coating inside or equivalent brand
approved by Engineer-in-charge at all heights, including cost
and conveyance of materials, all labour for lifting etc. complete,
in various capacities.
Supplying and fixing the following size brass foot valve of
approved quality and brand as per the direction of the Engineer-
in-charge. The rate includes cost of materials, necessary nipple,
C.I flanges, bolts, nuts, packings etc. complete for all levels.
Supplying and replacing best quality and brand PVC water tank
cover of standard size, including cost and conveyance of all
materials, labour charges, all other sundries etc. complete for all
levels, all as directed by the Engineer-in-charge.
70 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) 50 mm brass foot valve 3 No E
d) 100 mm brass foot valve 1 No E
112
a) 25 mm 8.00 m m
b) 32 mm 130.00 m m
c) 40 mm 4.00 m m
d) 50 mm 40.00 m m
113
a) Chamber base 1 Nos. E
Supplying and fixing the following dia approved quality PVC
flexible hose including cost and conveyance of all materials,
labour charges, all other sundries etc. complete as directed by
the Engineer-in-charge.
Supplying and fixing ready made inspection chamber of Ultra
315 model (Supreme or equivalent make) to suitable for
direction of flow at site, including cost and conveyance of all
materials, all labour for fixing in position all as directed by the
Engineer in charge.
71 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) Riser with rubber seal (315mm size) 1 Nos. E
c) Frame & cover (315mm HW ) 1 Nos. E
114
a) FRP Door with frame 5.00 m2
m2
b) FRP Door without frame 5.00 m2
m2
115
8.00 m2
m2
116
Supplying and fixing best quality single moulded FRP door
with / without frame of approved brand and shade, shall be
filled
with suitable wooden block suit to hold door closer, with
suitable SS fixtures, one aldrop for locking, 2Nos handles, 1No
tower bolt, necessary screws etc. including cost and
conveyance, all labour, all other incidentals etc. complelte all as
directed by the Engineer-in-charge.
Supplying and fixing single moulded PVC doors with frame of
approved quality and brand by the Engineer in charge,
including cost of frame work, accessories such as SS hinges 3
nos., 100mm SS tower bolt 1no., PVC aldrop 1no., 125mm
aluminium handle 2nos. and necessary screws including cost of
labour and all other incidentals etc. complete.
Providing and fixing in position louvre type ventilator using
powder coated Aluminium frames of approved quality, brand
and shade using 48x38x1.5mm size or nearest available
sections, louvres made with 4mm thk glass, and providing and
fixing mosquito proof nets made of netlon net to the ventilator
frames using aluminium beading, screws, nails etc including
72 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
1.00 m2
m2
117
1.00 m2
m2
118
a) 100mm butt hinges 2 Nos E
b) 100mm barrel tower bolt 2 Nos E
c) 150mm barrel tower bolt 2 Nos E
d) 150mm aldrop 2 Nos E
e) 100mm door handles 2 Nos E
119
a) 1.00 m3
or nearest capacity 1 Nos E
frames using aluminium beading, screws, nails etc including
cost and conveyance of all materials, all labour etc.complete as
directed by the Engineer-in-charge.
Providing and replacing/ fixing stainless steel fixtures to doors
/windows / ventilators/ partitions with necessary screws all
incidentals charges etc.complete.
Providing and fixing in position FRP (louver type) ventilator of
approved quality, brand and shade in required size, including
cost and conveyance of all materials, all labour for fixing
etc.complete at all levels as directed by the Engineer-in-charge.
Supplying and transporting, positioning of the following
capacity ferro-cement septic tank of approved quality after
excavating the earth upto required depth from ground level,
including cost and conveyance of all materials, all labour etc.
complete as per the direction of the Engineer-in-charge.
73 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
b) 2.00 m3 or nearest capacity 1 Nos E
c) 3.50 m3
or nearest capacity 1 Nos E
120
4 Nos. E
121
1.00 m2
m2
122
1 Nos. E
123
a) For 200mm dia pipes 1 Nos. E
b) For 150mm dia pipes 2 Nos. E
Replacing broken glass panes with 3mm plain glass for doors,
windows, ventilators etc. including cost and conveyance of all
materials and other incidentals etc. complete. (Rate should
include for cost of teak wood beading, putty, clips etc. wherever
required.)
Supplying, fixing and replacing Indian make 6 lever CP finish
mortice locks with handle, approved by the Engineer-in-charge,
including cost and conveyance of all materials, all labour, all
other incidentals etc. complete.
Supplying of suitable CI Mechanical collar joint for the
following dia pipes, including cost and conveyance of all
materials, all labour, all other incidentals etc. complete all as
directed by the Engineer in charge.
Supplying and fixing fire hydrant valve oblique type single
outlet 63 mm instantaneous female coupling outlet with 200
mm, flanged type, inlet 75 mm gun metal with blank cap and
chain and with IS:5290 certification on the body, including all
labour for fixing, cost of bolt and nuts, gaskets etc. all as
directed by the Engineer-in-charge.
74 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
c) For 125mm dia pipes 1 Nos. E
d) For 100mm dia pipes 1 Nos. E
124
a) For 200mm dia pipes 2 Nos. E
b) For 150mm dia pipes 2 Nos. E
c) For 125mm dia pipes 2 Nos. E
d) For 100mm dia pipes 2 Nos. E
e) For 80mm dia pipes 2 Nos. E
Supplying the rubber gasket (rings) to suite the follwing dia
CITJ pipes approved by the Engineer-in-charge.
75 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
125
a) For 200mm dia pipes 2 Nos. E
b) For 150mm dia pipes 2 Nos. E
c) For 125mm dia pipes 2 Nos. E
d) For 100mm dia pipes 2 Nos. E
e) For 80mm dia pipes 2 Nos. E
126
4 hrs hrs
127
20 Nos. E
Supplying the CID joints to suite the follwing dia CITJ pipes
approved by the Engineer-in-charge.
Engaging JCB for earthwork / clearing the area for undertaking
repair works as directed by the Engineer-in-charge.
Writing letters or figures above 5cm and upto 10cm height
(Block Roman, Italic or Indian) in all languages with approved
colour of synthetic enamel paint etc. two coats including cost
and conveyance, other incidentals etc. complete upto 5M height
from ground level.
76 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
128
a) One coat cement primer on plastered surface 10.00 m2
m2
b) One coat zinc chromite primer 20.00 m2
m2
129
a) Two coats on new surface 10.00 m2
m2
b) One coat on old / new surface 10.00 m2
m2
130
a) Two coats on new iron surface 20.00 m2
m2
b) One coat on old /new iron surface 20.00 m2
m2
Painting with acrylic emulsion (exterior / interior) approved
quality, brand and colour after rubbing and cleaning the surface
using wire brush, sand paper etc. wherever required, including
cost and conveyance of all materials,all labour, other incidentals
etc. complete, all as directed by the Engineer-in-charge.
Painting on iron works with synthetic enamel paint of approved
quality, brand and colour after rubbing and cleaning the surface
using wire brush, sand paper etc. wherever required including
cost and conveyance of all materials, labour, other in cidentals.
etc. complete.
Painting with approved quality, brand and shade primer after
rubbing and cleaning the surface wherever necessary as directed
including cost and conveyance of all materials, labour, other
incidentals, curing etc. complete.
77 Signature of bidder
Item
No.Description of work Unit Rate (in figures &words) Amount (in figures &words)Quantity
131
a) Two coats on new surface 10 Nos. E
b) For one coat on old / new surface 50 Nos. E
CGST 9%
SGST 9%
Date:
Signature:
Contact number: Sd/-
Deputy General Manager (CE)
Name & address of the bidder:
Total for second year (PART -B) = (Part-A) x 1.05
Total amount for 2 years (Part -A + Part -B)
GRAND TOTAL FOR 2 YEARS (Incl GST)
Painting with synthetic enamel paint of Post Office red to C.I
stand pipe upto 1.20M height including cost and conveyance of
all materials all labour etc. complete as directed by the Engineer-
in-charge.
Total for First year (PART-A)
78 Signature of bidder
Recommended