25
(Rates to be quoted both in words and figures) ISSUED TO : LAST DATE OF SALE : 16.04.15 DATE OF OPEN : 17.04.15 DELHI AGRICULTURAL MARKETING BOARD 9, INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI, NEW DELHI- 110 058 ITEM,RATE,TENDER & CONTRACT FOR WORK INDEX S.N O DEATILS PAGE NO 01 02 03 04 05 NIT (CPWD-6) Tender Form CPWD7/8 Term & Condition Correction slip & fair wages schedule. Schedule of Quantities 02 08 15 16 17 This agreement/N.I.T. contains 20 pages. Pages marked 1 as to 20 Sd/- EXECUTIVE ENGINEER(E) 1

TERMS AND CONDITIONdelhigovt.nic.in/upload/103-2015-00006.doc · Web viewWhile quoting the rate in schedule of quantities, the word only should be written closely following the amount

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

TERMS AND CONDITION

PAGE

2

(Rates to be quoted both in words and figures)

ISSUED TO :

LAST DATE OF SALE

:

16.04.15

DATE OF OPEN

: 17.04.15

DELHI AGRICULTURAL MARKETING BOARD

9, INSTITUTIONAL AREA, PANKHA ROAD,

JANAKPURI, NEW DELHI- 110 058

ITEM,RATE,TENDER & CONTRACT FOR WORK

INDEX

S.NO

DEATILS

PAGE NO

01

02

03

04

05

NIT (CPWD-6)

Tender Form CPWD7/8

Term & Condition

Correction slip & fair wages schedule.

Schedule of Quantities

02

08

15

16

17

This agreement/N.I.T. contains 20 pages. Pages marked 1 as to 20

Sd/-

EXECUTIVE ENGINEER(E)

DELHI AGRICULTURAL MARKETING BOARD

9,INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI NEW DELHI-110058

F.No.25(19)/332/2015/DAMB/Engg/

Dated:

NOTICE INVITING TENDER NO. 3 / DAMB/2015

www.delagrimarket.com, in Website Tender No.103-2015-000

www.delhigovt.org Tender No. 103-2015-000

Sealed item rate Tender as detailed below are invited for the under mentioned work on behalf of VC, DAMB upto 2.30 p.m. on date indicated below from the approved & eligible contractors of CPWD, MES, DDA, M.C.D, NDMC, P&T, Railways ,DJB & I&FCD having adequate past experience of the works of similar nature and magnitude as indicated. The tender will be opened on the same day at 3.00 p.m. in the office of undersigned in the presence of the tenderers or their authorized representatives who may like to attend. Tender received after the prescribed time and date shall not be considered.

Sl.No.

Name of work

Estimated cost

Earnest money

Time of compln.

Cost of

Tender

Paper

Last date of

Sale of

Tenders

Date of receipt of tenders

1.

S/I/T/C of submersible pump set in new borewell at Poultery Market, Gazipur

1,48,370/-

2970/-

20 days

Rs.500/-

16.04.15

17.04.15

The earnest money as indicated shall have to be deposited by the tenderers along with the application for issue of tenders in the form of Pay order/ Deposit at Call receipt of a scheduled bank/ fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of , Delhi Agricultural Marketing Board. The terderers must mention on their envelope, the name of work and details of earnest money etc.

The tender forms and other contract conditions can be obtained from the office of the undersigned on any working day upto the last date of issue of tender indicated above till 1.00 p.m. on furnishing receipt of tender cost to be deposited in cash (non-refundable) and earnest money as specified above. Valid Registration Sales Tax Clearance Certificate, Partnerships-deed, Authority letter, Electrical contractor license, Experience of having completed successfully at least three works of similar nature and magnitude equivalent to the estimated cost of works as mentioned during the last five years and registration certificate etc. in original are to be shown before the issue of tender documents and attested copies of the same are to be enclosed with the request for issue of tender documents.

Rates of the items should be written in words as well as in figures, failing which tenders liable to be rejected. The tender documents including schedule of quantities, drawings and other details of work can be seen in the office of the undersigned on any working day before applying for issue of tender.

The firm who down loads the tender documents from our web site shall have to submit cost of tender documents and E/money in the form prescribed above alongwith the attested copies of Registration, Electrical contractor license, Sales Tax Clearance Certificate, partner ship-deed experience certificate as prescribed above in one envelope marked as ‘A’ and written as Cost of tender documents. Tender Documents in another envelop marked as ‘B’ on this written “Tender Documents”. These both envelopes shall be placed in a bigger envelope on which name of the work shall written. All these envelopes are to be sealed individually. If documents are found without attested, technical bid shall be rejected. The packet B shall be opened only for those tenderers who full fill the eligibility criteria as specified above. In the regard decision of competent authority shall be final and binding upon all parties.

EXECUTIVE ENGINEER[E]

DELHI AGRICULTURAL MARKETING BOARD

Tender may also be seen at our website www.delagrimarket.com

Copy to:

1. Sr. PA to VC, DAMB

2. Secretary, Fish Poultry & Egg Market, Gazipur

3. Sr. A.O., DAMB

4. Notice Board

PWD-6

DELHI AGRICULTURAL MARKETING BOARD

NOTICE INVITING TENDERS

(Central P.W.D. Code, Paragraph – 94-95)

1.Tenders are hereby invited on behalf of the Vice-Chairman, DAMB for . S/I/T/C of submersible pump in new borewell at Poultery Market, Gazipur.

2.Contract documents consisting of the detailed plans, complete specification the edition of quantities of the various classes of work to be done, and the set of conditions of contract to be complied with by the person whose tenders may be accepted, which will also be found printed in the form of tenders, can be seen/purchased at the Executive Engineer office between the hours of 11.00 a.m. and 4.00 p.m. everyday except on Saturday, Sundays and public holidays.

a)The site of the work is available/or the site for the work shall be made available in parts as specified below.

3.Tenders which should always be placed in sealed cover with the name of work written on the envelops will be received by the Executive Engineer (E) upto 2.30 p.m. on 17.04.15

and will be opened by him in his office on the same day at 3.00 p.m.

4.Tenders are to be on P.W.D. form no. 7/8 which can be obtained from the office of Executive Engineer concerned on payment of a sum of Rs. 500/- in cash. The time allowed for the carrying out of the work will be reckoned from the date as mentioned in the written orders to commence work.

5.The contractor should quote in figures as well as in words the rate, amount tendered by them. The amount for each item should be worked out and the requisite totals given.

6.When a contractor signs a tender in a Indian language the percentage above or below and the tendered amount in the case of CPWD form no.7 and the total amount tendered in the case of CPWD forms nos. 8 and 12 should also be written in the same language. In the case of illiterate contractors the rates or the amount tendered should attested by a witness.

7.Issue of tender form will be stopped at 1.00 p.m. two day before the date fixed for the opening of tenders.

8.Earnest money amounting to Rs.3600=00 through Bank Draft or cash deposit receipt in favor of DAMB must accompany each tender and each tender is to be in a sealed cover super scribed. S/I/T/C of submersible pump in new borewell at Poultery Market, Gazipur addressed to the Executive Engineer, without Earnest money or in the case of Earnest money deposited in other form than the prescribed in the tender shall be liable for rejection.

9.The contractor, whose tender is accepted will be required to furnish by way of security deposit for the due fulfillment of his contract, such sum as will amount :

i)Performance Guarantee

The contractor shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (five percent) of the tendered amount in addition to other deposits mentioned elsewhere in the contract for his proper performance of the contract agreement.

ii)Security deposit

The person/persons whose tenders(s) may be accepted (herein after called the contractor) shall permit Government at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 10% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the tendered value of the work. The security amount will also be accepted in cash or in the shape of Govt. securities. Fixed deposit receipt and guarantee bonds of scheduled banks and State Bank of India will also be accepted for this purpose confirmatory advice is forthcoming from the Reserve Bank of India.

10.The acceptance of a tender, will rest with the Vice-Chairman, DAMB who does not bind himself to accept the lower tender and reserves to himself the authority to reject any or any or all the tenders received without the assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

11.Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12.All rates shall be quoted on the proper form of the tender alone.

13.Any item rate tender containing percentage below/above will be summarily rejected. However, where a tenderer voluntarily offers a rebate for payment within a stipulated time.

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

15.Special care should be taken to write the rates in figures as well as in words, and the amounts in figures only, in such a way that interpolation

is not possible. The total amount should be written both in figures and in words. In case of figures the word (Rs.) should be written before the figures of rupees and words ‘P’ after the decimal, figures i.e. Rs.2.15p. and in case of word ‘Rupees’ should proceed and the word ‘paise’ should be written at the end. Unless the rate is in whole rupees and followed by the words ‘only’, it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word only should be written closely following the amount and it should not be written in the next line.

16.The Vice-Chairman, DAMB does not bind himself to accept the lowest or any tender and reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

17.Sale tax or any other tax on material in respect of this contract shall be payable by the contractor and government will not entertain any claim what so ever in this respect.

18.The contractor shall not be permitted to tender for works in DAMB (responsible for award and execution of contractor) if his near relative is posted as Division Accountant or as an officer in any capacity between the graded of Superintending Engineer and Asstt. Engineer (Both inclusive). He shall also intimate the name of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the DAMB. Any breach of this condition by the contractor would render him liable to be removed from the approved from the approved list of contractors of this department.

19.No Engineer of gazetted rank or other gazetted officer in engineering or Administrative duties in an Engineering Department of the Govt. of India is allowed to work as a contractor for a period of two years of his retirement from Govt. services without the previous permission of the Govt. of India/DAMB. This contractor is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the tender Govt. of India/DAMB as aforesaid before submission of the tender of engagement in contractor’s service.

20.The tender for works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the DAMB shall, without prejudice to any other right or remedy, be at liberty to forfeit the entire said earnest money absolutely and department will intimate the Registering Authority accordingly. In addition to all these, the party will not be allowed to tender for any work for a period of five years.

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

22.The tender for the composite work includes the sanitary and water supply installations. Electrical works and Horticulture works.

23.It will be obligatory/on the part of the tenderer or tender and sign the tender documents for all the components parts and that after the tender documents for all the component parts and that after the work is awarded, he will have to enter into an agreement for each component with the competent officer concerned viz:-

a) Executive Engineer civil for civil component.

b) Executive Engineer(Elect) for elect. Component.

c) Dy. Director of Horticulture for horticulture component.

24.The tenderer apart from being a class-I(B&R) contractor must associate himself with agencies of the appropriate class which are eligible to tender for (i)Electrical (ii) Sanitary and water supply installation (iii) Horticulture.

25.Ratesquoted by the contractors in item rate tender in figure and words shall be accurately filled in so that there is no discrepancy.

26.If the amount of an item is not worked out by the contractor or it does not correspond with the rate written either in figures or in words then the rate quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rate quoted by the contractor will be taken as correct, not the amount.

27. Tender will not be sold after 4.00 p.m. on all working days.

28.The contractor should see all drawings and in case of doubt obtain required particulars, which may in any way influence his tender from the Executive Engineer as no claim whatsoever will be entertained for any alleged ignorance thereof.

29.Before tendering, the contractor should visit the site and satisfy himself as to the conditions prevalent there.

30.If it is found that the tender is not submitted in proper manner or contains too many contractors or disbursed rates or amount it would be opened for the DAMB to take suitable disciplinary action against the contractor.

31.Where tenderer voluntarily offers a rebate for payment within a stipulated period, this may be considered.

32.The contractor shall comply with the provisions of the apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the contract. The contractor shall also be liable for any pecuniary liable arising on account of any violation by him of the provision of the Act.

33.The contractor shall submit the list of works which are in hand (Progress) in the following form:

___________________________________________________________

Name of workName and particularsAmount of Position of

of Division where

work remarks works

Work is being executed

in progress

giving the full postal

address stipulated of

start & completion.

___________________________________________________________

___________________________________________________________

34.If the last date of receipt of tender/date of opening of tenders as mentioned in the N.I.T. happens to be the holiday or is declared as holiday then the same shall be shifted to the very next working day of the offices of the DAMB.

Sd/-

EXECUTIVE ENGINEER(E)

Delhi Agricultural Marketing Board,

For and on behalf of VC, DAMB

CPWD-7/8

GOVT. OF DELHI

DELHI AGRICULTURAL MARKETING BOARD

STATE

CIRCLE

BRANCH

DIVISION

ZONE

SUB-DIVISION

PERCENTAGE RATE TENDER ITEM RATE TENDER & CONTRACT FOR WORKS

(A)Tender for the work of S/I/T/C of submersible pump in new borewell at Poultery Market, Gazipur

i) To be submitted by 2.30 hours on 17.04.15 the Executive Engineer [E]

ii) To be opened in presence of tenders who may be present at 3.00 P.M. hours on 17.04.15 office of Executive Engineer(E)

Issued to: __________________________________________________

(Contractor)

Signature of officer issuing the documents___________sd/____________

Designation Executive Engineer- DAMB

Date of issue:______________

TENDER

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

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

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

A sum of Rs. 2970/- is hereby forwarded in cash/Receipt Treasury Challan/Deposit at call Receipt of Schedule Bank as earnest money. If I/we, fail to commence the work specified I/we agree that the said Vice-Chairman, DAMB or his successors in office shall without prejudice to any other right or remedy, be

at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained

in Clause 12.2 and 12.3 of the tender form.

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

any manner prejudicial to the safety of the State.

I/we agree that should I/we fail to commence the work specified in the above memorandum, an amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be performance guarantee absolutely forfeited to the Vice-Chairman, DAMB and the same may at the option of the competent authority on behalf of the Vice-Chairman, DAMB be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

Dated_________

Signature of Contractor

Postal Address

Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the Vice -Chairman, DAMB for a sum of Rs.________________(Rupees_________________________________

___________________________________________________________

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

i)

ii)

iii)

For & on behalf of the Vice -Chairman, DAMB

Signature_________________________

Dated_________

Designation : Executive Engineer-(E)

SCHEDULES

SCHEDULES ‘A’

Schedule of quantities (Enclosed)

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

S.No.Description of item

QuantityRates in figures & Place of

words at which the issue

material will be

charged to the

Contractor

1

2

3

4

5

--------------------------------------Nil -------------------------------------------------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

Sl. No.

Designation

Hire charges per day

Place of issue

1

2

3

4

----------------------------------------------Nil--------------------------------------------------------

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work. if any. Nil

SCHEDULE ‘E’

Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation.

CLAUSE 10 CC

Component of Cement

Xc …………N.A.………%

expressed as per cent of total value of work

Component of Steel

Xs …………N.A.………%

expressed as per cent of total value of work

Component of Materials

Xm …………N.A.………%

expressed as per cent of total value of work

Component of Labour

Y …………N.A.………%

expressed as per cent of total value of work

Component of POL

Z …………N.A.………%

expressed as percent total value of work

SCHEDULE ‘F’

Reference to General Conditions of contract.

Name of work:… S/I/T/C of submersible pump in new borewell at

Poultery Market, Gazipur

Estimated Cost of work: Rs 1,48,370=00

Earnest Money : Rs 2970=00

Performance guarantee: 5% of tendered value

Security Deposit

: 5% of tendered value

General Rules & Directions:

Officer inviting tender:

Executive Engineer[E], DAMB

Maximum percentage for quantity of items of

work to be executed beyond which rates are to

be determined in accordance with Clauses 12.2 & 12.3.see below

Definitions:

2(i) Engineer-in-Charge Executive Engineer or any

other officer authorized by V.C.,

DAMB

2(ii)Accepting Authority

Vice-Chairman, DAMB

2(iii)Percentage on cost of materials

and labour to cover all over

heads and profits.

15%

2(iv)Standard schedule of Rates

DSR -2014

2(v)Department

DAMB

2(vi)Standard CPWD contract Form

CPWD form 7/8 as modified & corrected upto

date

Clause 2

Authority for fixing compensation

V.C., DAMB or any

Under clause 2.

other officer authorized by

V.C., DAMB.

Clause 5

Time allowed for execution work

……one month……………..

Authority to give fair and reasonable V.C., DAMB. or any

Extension of time for completion

other officer authorized by

of work

V.C., DAMB.

Clause 7

Gross work to be done together with

Nil

net payment/adjustment of advances

______________________

for material collected, if any,

______________________

since the last such payment for ______________________

being eligible to interim payment

Clause 11

Specifications to be followed for

CPWD specification with up

execution of work

to date correction slip.

Clause 12

12.1.2(iii)Schedule of rates for determining

rates for additional, altered or substituted

DSR 2014

items that cannot be determined under

12.1,2(i) & (ii).

12.1.2(iii)Plus/minus the % over the rate

entered in the schedule of rates

Deleted

12.1.2(vi)A.Deviation limit beyond which sub-

clauses(i) to (v) shall not apply and

Deleted

clauses 12.2 & 12.3 shall apply

B(a).

Limit for value of any item of any

Individual trade beyond which sub-

Clauses(i) to (v) shall not apply

Deleted

And clauses 12.2 & 12.3 shall apply

12.2 & 12.3Deviation limit beyond which clause

Nil

12.2 and 12.3 shall apply for building

work -----------------------------------------

Clause 12.5Deviation limit beyond which clause 12.2

Nil

12.3 shall apply for foundation work

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

Clause 16

Competent Authority for deciding

V.C., DAMB.or any

reduced rates.

other officer authorized

by V.C., DAMB.

Clause 36(i)

Minimum qualifications & experience

required for Principal Technical

representative.

a)For works with estimate cost

put to tender more than

i) Rs. 10 Lakhs for civil workGraduate or retired AE possessing

ii) Rs. 5 Lakhs for Elect/Mech works

at least recognized diploma

b)For works with estimated-cost

put to tender.

i) More than Rs. 5 Lakhs but less

than Rs. 10 lakhs for civil work.

Recognized Diploma holder

ii) More than Rs. 1 Lakh but less than

Rs.5 Lakh for Elect/Mech works

Recognized Diploma holder

iii) Discipline to which the Principal

Technical Representative should

belong

Civil/Elect/Mech.

iv)Minimum experience of works

five years.

v) Recovery to be effected from the

Rs. 4,000/-p.m.for Graduate

contractor in the event of notRs. 2,000/- for diploma holder

Fulfilling provision of clause36(i)

Terms & Conditions

1. The work shall be carried out strictly in accordance with CPWD specifications for electric works 2005 as amended upto date and in accordance with the Indian electricity act 1910 as amended upto date and as per instructions of the Engineer-in-Charge.

2. All material to be used on this work by the contractor shall be got approved form the Engineer-in –Charge before installation at site.

3. All the debris of the electrical works should be removed and the site should be cleared by the contractor immediately after the occurring of debris. Similarly any rejected materials should be immediately cleared of from the site by the contractor.

4. Earthing & Cable laying shall invariably be done in the presence of the Engineer-in-Charge or his authorized representative.

5. The contractor or his representative is bound to sign the site order book as and when required by the Engineer-in-Charge and to comply with the remarks there in.

6. The contractor shall make his own arrangement at his own cost for electric/general tools and plants required for the work.

7. The entire installation shall be at the risk and responsibility of the contractor until these are tested and handed over to the department. However, if there is any delay in construction from the department side the installation may be taken over in parts but the decision on the same shall rest with Engineer-in-Charge which shall be binding on the contractor

8. Not with standing the schedule of quantities all items of interrelated works considered necessary to make the installation complete and operative are deemed to be included shall be provided by the contractor at no extra cost.

9. The connection, interconnection earthing and inter-earthing shall be done by the contractor where as required to be done for energisation of the installation and nothing extra shall be paid on this account.

10. The contractor shall make his own arrangement for storage of materials either brought by him or issued to him by the department.

11. All termination of cables submain/circuit wires & copper/GI/Earth wires into switch board shall be done using/lugs/ferrules only & nothing extra shall be paid on this account this condition shall not apply if wiring has been done with the solid single conductor wire.

12. Central/state sales tax/contract tax/excise duty etc. should be included in the rates tendered statutory deduction of contract tax at source shall be made while releasing payment through running/final bills. A certificate specifying the rate and amount of deduction shall however be issued no from ‘D’ 31/32 (Road permit) shall be issued by the deptt. The road permit shall be arranged by the tenderer on his own.

13. Loss of life/damages/accidents etc. shall be the sole responsibility of the contractor and no compensation shall be payable by the department.

14. The contractor shall supply necessary test certificates from the manufacturer and shall stand guarantee for a period of six months against any defective work or manufacturing defect.

15. All rights are reserve to accept & cancel the tender with the department.

16. The firm shall supply necessary leaflets of the manufacturer to prove that the pump proposed to be supplied meet the requirements.

CORRECTION SLIP

i) Wherever, there is a reference of CPWD officers it shall construed to mean officers and other staff of Delhi Agricultural Marketing Board as applicable therein.

ii) The reference of government in the tender form shall constructed to means Delhi Agricultural Marketing Board in connection with payments or other contractual implications. For all acts and regulations the reference of Govt. and the orders of government shall be followed.

iii) The contractor shall obtain a valid licence of the enrolment in Delhi Labour Welfare Board regarding contribution/statutory Deposit under the Bombay Labour Welfare Fund Act, 1953 as extended to NCT of Delhi. Contractor shall deposit all the statutory dues with the Delhi Labour Welfare Board directly.

iv) In addition to Clearance Certificate from Labour Officer as per clause-45 of the General conditions of the Contract. The contractor has to produce a clearance certificate from “Welfare Commissioner. Delhi Labour Welfare Board for getting the Security Deposit of the work refunded.

FAIR WAGES SCHEDULE

The latest minimum fair wages schedule as in force in Delhi Admn. at the time of opening of tender shall be applicable.

Executive Engineer (E)

Delhi Agricultural Marketing Board

AGRICULTURAL MARKETING BOARD

SCHEDULE OF QUANTITY

Name of work:- S/I/T/C of submersible pump in new borewell at Poultery

Market, Gazipur.

S.No

Description of Item

Qty.

Unit

Rate

Amount

1.

Supplying, Installation testing and commissioning of 5 HP submersible pumpset capable of delivering 14 cum/hr at a head of 55 mtr directly coupled with submersible electric motor suitable for operation on 415V+/-5% volts,3phase, 50 Hz AC supply (KSB) /Kirloskar make)

01

Set

2.

Supplying and fixing of 50 mm dia GI (M) pipe with flanges welded at both ends in 3 mtr. length with welded flanges at both ends, nut bolts, water proof gasket etc complete as required

50

Mtr

3.

Supplying and Fixing of 50 mm dia MS Holding Clamps with Nuts & Bolts

01

Each.

4.

Supplying and fixing of 3 Crore 2.5 sq mm finolex/ Netco make flat water proof submersible cable.

65

Mtr

5.

Supplying and fixing suitable size steel rope for holding submersible pump set etc. as required

110

Mtr

6.

Supplying and fixing of 50 mm dia gun metal ball valve in the existing line with accessories.( Make SANT/BS/LEADER )

01

Each.

7.

Supplying and fixing of 50 mm dia non return valve in the existing line with accessories.( Make SANT/BS/LEADER )

01

Each.

8.

Supplying and fixing 50 mm dia heavy duty bend with flanges, nut bolts etc as reqd.

01

Each.

9.

Supplying and fixing of 300 mm dia well cover

01

Each.

10.

S/I/T/C of cubical control panel feeder pillar type floor mounted made out of 14 SWG CRC sheet with following accessories fitted on it i/c thimbling ,copper wire connections

a) TP MCCB 100 Amp. - 01 No (L & T /MG

b) Voltmeter 0-500 volts -1 No (AE/L&T

d) Voltmeter selector switch - 01 No

( L & T /SILZER/KAYCEE

d) Phase indicating lamps - 05 Nos

e) DOL starter (MK 1) -01 No ( L & T,Havells

f) Ammeter 0-60 Amps. 96 sqmm – 01 No ( AE/L&T

01

set

Asstt. Engineer (E) Executive Engineer (E)

I/We have read the conditions of the contract carefully and am/are ready to carry out the above job at the rate mentioned against each items of the above mentioned schedule.

Signature of contractor with the seal if any