tender document · 2018. 10. 6. · charada name of work civil & structural work of calf rearing...

34

Upload: others

Post on 27-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Tender Document:

  • Tender Document:

    Contents

    1.3 Downloading of Tender Document

    1.4 Submission of the Tender Fee, EMD and tender bids

    1.5 Bid Security

    1.6 Rights Reserved By Dudhsagar Dairy, Mehsana

    1.7 Validity

    3.1 Standards

    3.2 Patent Rights

    3.3 Inspection and Tests

    3.4 Programme of Installation if applicable

    3.5Assignment if applicable

    3.6 Review and Coordination

    3.7 Approval & Insurance

    3.8 Jurisdiction

    3.9 Price Basis

    3.10 Bid Evaluation

    3.11 Delivery and Documents for Civil project

    3.12 Variation in Order Quantity

    3.13 Warranty / Guarantee

    3.14 Performance Security

    3.15 Payment Terms

    SPECIAL NOTES ON BILLS OF QUANTITIES

    Format of Bank Guarantee for Performance Security

  • Tender Document:

    7.2 Points to the Bidder

  • Tender Document:

    Tender Notice No.

    Bid Documents Download Start 6th October, 2018

    Bid Documents Download End 26th October,2018 at 17:00 Hours

    Pre-Bid Meeting 19th October, 2018 at 11 hrs.at M-Floor, Admin Block, Dudhsagar Dairy, Mehsana

    Last Date & Time for ONLINE submission of commercial bids

    26th October,2018 at 17:00 Hours

    Last Date & Time for sending tender fee, EMD and other documents (in hard copy) as mentioned in the tender document

    2nd November,2018 at 17:00 Hours

    Bid Validity Period 90 Days

    Bid Document Fee : Rs.3,000.00

    Bid Security/EMD (INR) : Bid Document Fee/EMD Payable To : Mehsana district Co-

    Ltd , Mehsana

    Name of Company Mehsana District Co-Ltd, Dudhsagar Dairy , Highway,Mehsana-384002

    Name of Tender Civil & Structural work of Calf Rearing Farm at Charada

    Name of Work Civil & Structural work of Calf Rearing Farm and fencing work at Charada, Ta.-Mansa, Dist.-Gandhinagar of Dudhsagar Dairy ,Mehsana

    Period of Completion of Project 02 months from Acceptance of Purchase order

    Estimated cost of Tender Rs. 24.00 Lakh Online Bidding Details www.nprocure.com

    Other Terms and Conditions This is a two stage tender i.e. first, technical data submitted by bidders will get analyzed at our end. Then commercial bid of only technically qualified bidders will be considered for second stage of

  • Tender Document:

    commercial evaluation.

    Bidders have to abide by all terms and conditions and specifications of items mentioned in tender document.

    Officer Inviting Bids : Managing Director

    Bid Opening Authority : Managing Director

    Address : Managing Director

    Mehsana District Co-operative Milk Ltd, Dudhsagar Dairy Highway, Mehsana-384002

    Contact Details : 02762-253201-05

    Contact Person (Technical ) Mobile No. e-mail id

    Sh. Nagjibhai S. Chaudhari AGM(Project, Civil & CCs)

    96625 37523 [email protected]

    Sh. Mahendrabhai P. Chaudhari 96625 37524 [email protected]

    (1) The bidder /suppliers should be in business as civil & structural works contractor for minimum period of five years as on 01.05.2018 in same name and style and preferably should have performed projects with high finished architectural finishing.

    (2) The bidders/ suppliers annual financial turn over in the same name and style in each of last three years shall not be less than project value.

    (3) The bidder should submit work contract service tax number & GST NO. Also submit PAN, work completion certificate, Bank solvency of 10 lacs etc. with tender submission otherwise tender will be rejected without given any reasons.

    (4)The contractor must have completed at list two works of same value and nature in last three years or five work of fifty percentage value of project in last three years.

    1.3 Downloading of Tender Document The Bid document can be downloaded from website www.nprocure.com. Price of the Bid document (non-refundable) is Rs. 3,000/- by Demand Draft from a Nationalized / Scheduled Bank in favor of Mehsana District Co- , payable at Mehsana. Any future correspondence related to this tender will get published on www.nprocure.com.

  • Tender Document:

    1.4 Submission of the Tender Fee, EMD and tender bidsThe bidder has to submit all documents in 2 separate envelopes in hard copy through courier /registered post /in person to Managing Director at Dudhsagar Dairy, Mehsana Gujarat as under. (1) Technical Bid (signed and sealed copy of tender document, technical details, DD of

    tender fee and EMD).Bidder has also to submit following documents along with tender technical bid:

    1. EMD 2. Tender Fee 3. Copy of balance sheet of FY 2015-16 , 2016-17 and 2017-18 4. Copy of GST certificate 5. Copy of PAN No. 6. Vendor Registration Form (if vendor is not already registered with Dudhsagar Dairy) 7. Product leaflet 8. Reference list in India 9. P.O. copies of similar Civil work along with work completion certificates 10. Tentative Work execution schedule 11. GA drawing and detail civil drawing.

    Note: Only after verification and acceptance of documents submitted in envelope of Technical bid , commercial bid will get opened. Following should be written boldly on top of the sealed envelope:

    Tender for Civil & Structural work of Calf Rearing Farm at Charada Tender Document:

    1.5 Bid Security All Bids must be accompanied by Earnest Money Deposit (EMD) in the form specified in the Bidding document. The Bids not accompanied with EMD shall be summarily rejected. The Bid security shall be denominated in Indian Rupees of value as specified and shall be in the form of Demand Draft from Nationalized or Scheduled banks in favor of Mehsana District Co-

    , payable at Mehsana. The Bid security may be forfeited if: A Bidder or Supplier withdraw its bid during the period of bid validity specified by the

    Purchase on the tender document or In case of successful Bidder / Supplier, if the Bidder / Supplier fails to sign the contract or

    execute the contract within specified period of contract.

    1.6 Rights Reserved By Dudhsagar Dairy, Mehsana Dudhsagar Dairy, Mehsana, at its sole discretion and without assigning any reason thereof, reserves the right to accept and / or reject the whole or part of any or all the Bids received.

  • Tender Document:

    1.7 ValidityThe offer should be valid for 120 days from the last date of bid submission.

  • Tender Document:

    The details to be provided by bidders in prescribed check list format, as below: (supporting documents to be submitted in hard copy) :

    Sr. Particulars Confirmation / Status 1 Agreed for Turnkey work (Yes / No) 2 Executed similar nature of work at least in the last

    three years. (Yes / No). Submit documents.

    3 Details on Turn Over ( in INR) Submit documents. Yr: 2017-18 Yr: 2016-17 Yr: 2015-16

    4 Agreed for Terms, Conditions as enclosed in Annexure I (Yes / No)

    5 Agreed for Special conditions of contract and Technical Specification as per Annexure-II and Annexure-III (Yes / No)

    6 Earnest Money Deposit (EMD) enclosed. (Yes / No) Provide details

    7 Total Supply and Work execution - Year wise details. Submit documents.

    Yr: 2017-18 Yr: 2016-17 Yr: 2015-16

    8 Duly signed and sealed copy of tender document (submit hard copy along with supporting documents to Dudhsagar Dairy)

    9 Already Registered with Dudhsagar Dairy (Yes / No). If Yes, then mention your Vendor code no. otherwise; submit enclosed vendor registration form along with supporting documents listed therein.

    10 Contact No. 11 Address 12 Email ID

  • Tender Document:

    3.1 Standards The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the latest Indian Standards.

    3.2 Patent Rights The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial designs rights arising from use of the goods or any part thereof.

    3.3 Inspection and Tests The Purchaser or its representative shall have the right to inspect and/or test the goods to confirm their conformity to the Contract. The inspections and tests may be conducted on the

    final destination. If any inspected or tested goods fail to conform to the specifications, the Purchaser may reject them and the Supplier shall either replace the rejected goods or make all alternations necessary to meet specification requirements free of cost to the Purchaser.

    arrival at the destination shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment from the country of origin.

    3.4 Programme of Installation if applicable As soon as practicable after the acceptance of the bid, the Supplier shall submit to the Purchaser for his approval a comprehensive programme as may be required by the Purchaser showing the sequence of order in which the Supplier proposes to carry out the works including the design, manufacture, delivery to site and erection thereof. After submission to and approval by the Purchaser of such programme, the supplier shall adhere to the sequence of order and method stated therein. The submission to and approval by the Purchaser of such programme shall not relieve the Supplier of any of this duties or responsibilities under the Contract. Supplier has to provide a bar chart mentioning all sequences of activities to the Purchaser immediately after receipt of purchase order.The programme approved by the Purchaser shall form the basis of evaluating the pace of all works to be performed by the supplier.

    3.5Assignment if applicable The supplier shall not assign, in whole or in part, its obligations to perform under the contract,

    supplier from any liability or obligation under the contract.

  • Tender Document:

    3.6 Review and Coordination The supplier shall depute senior and competent personnel to attend the site coordination meetings that would generally be held at the site. The supplier shall take necessary action to implement the decisions arrived at such meetings and shall also update erection schedule. 3.7 Approval & Insurance If the drawings are not included in this bidding document the same shall be available for the reference at office of DudhsagarDairy at the address of communication, on all working days. The supplier shall obtain all the necessary legal approvals,if any. The goods in transit shall have to be insured by supplier prior to dispatch from its works / godown, the expenses for the same will be borne by supplier.

    3.8 Jurisdiction Settlement of any dispute out of the Purchase Order / Contract against this Bid shall be subject to the courts at Jurisdiction Mehsana, Gujarat only.

    3.9 Price Basis Price charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in its bid and the contract shall be on fixed price basis.

    The Price specified should be inclusive of Duties if any applicable packing and forwarding, GST as applicable, any other Levi of government transit insurance and freight (FOR site) Free delivery at site including loading and unloading Storage and work execution warranty as specified in tender

    3.10 Bid Evaluation The price bid will be evaluated on net landing rate (FOR our store /destination) for all items & work. However, Purchaser will award contract for any option (Full supply / Part Supply) at its sole discretion without assigning any reason.

    3.11 Delivery and Documents for Civil project All the delivery of the goods should accompany with Original and three copies of:

    code/ SAC code, Quantity, Unit price, applicable GST ,Total amount etc.

    Delivery note / Packing list Lorry receipt. Any other document evidencing payment of statutory levies.

  • Tender Document:

    3.12 Variation in Order Quantity The order quantity may vary, while finalizing the order and / or while execution of the complete order.

    3.13 Warranty / Guarantee The supplier warrants that the goods and equipment supplied and installed under the contract are new, unused, of most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that the goods supplied under this contract shall have no defect arising from design, materials or workmanship (except in so far as the design or material is required by the

    r from any act or omission of the supplier, that may develop under normal use of the supplied goods in the normal conditions. The supplier also guarantees that the goods supplied shall perform satisfactorily as per the designed / rated / installed capacity as provided for in the contract. This warrantee / guarantee shall remain valid for 12 months after the goods or any portion thereof as the case may be, have been delivered to the final destination indicated in the contract. The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty. Upon receipt of such notice, within 24 hours, the supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof, without cost to the purchaser.

    3.14 Performance Security The Performance Security shall be 7.5% of the Contract price as PBG from a nationalized/scheduled bank and will remain valid for 60 days beyond the end of warrantee period of 12 months. The retention deposit shall be 7.5% of work done to be deducted in running bill and it will be released after 60 days from completion of work/final bill certification The proceeds of the performance security shall be payable to the purchaser (Dudhsagar Dairy) as compensation for any loss resuobligations under the Contract. The performance security will be discharged by the Purchaser and returned to the Supplier

    nce obligations, including any warranty obligations, under the Contract. The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms:

    A bank guarantee issued by a Nationalized / Scheduled Bank in India and in the form provided in the Bidding Document. Such bank guarantee shall be valid till the expiry of the warranty period.

    Demand draft from a Nationalized / Scheduled Bank in India, in favour of Mehsana at Mehsana.

  • Tender Document:

    3.15 Payment TermsPayment terms will be as follows:

    a) The contractor will submit a bill in approved Performa in triplicate to the Union for the work given, in standard abstract and measurement sheet for various items executed once in a month or on the completion of the work.

    b) In case of any dispute as to the mode of measurements, Indian Standard Specifications shall be followed.

    c) All the running accounts payable shall be regarded as payment by way of advance against the final bill and not as payments for work actually done and completed.

    d)

    i) This payment will be made after making necessary checking and deductions.

    ii) Retention money will be deducted at the rate of 7.5 % of the certified gross value. Retention Money shall be released as under.

    A) 2.5 % on issue of Completion Certificate. B) 5.0 % after 60 days from settlement of final bill.

    iii) You will provide suitable Bank Guarantee for minimum 7.5 % of the contract value to cover the scope of the defect liability clause as performance bank guarantee which will remain valid for 60 days beyond the end of warrantee period of 12 months.

  • Tender Document:

    SPECIAL NOTES ON BILLS OF QUANTITIES a) Works included in all bills of quantities shall be carried out as described in the Indian

    Standard Code of practice for respective items. b) The rates for the items in all bills shall include all requirements of the specifications

    whether such requirements are mentioned in the bill of quantities or not. c) The quantities given in this bill of quantities are approximate and are given as a

    guide to tenderers and are liable for variation. Such variation in quantities shall not, however, vitiate the contract in any way whatsoever and the contractor shall be paid for the actual measured quantities of work executed at the rate given in the bills of quantities.

    d) Rates quoted shall include all the operations, material, labour, tools, plants, tackles, scaffolding and other sundries etc. required to complete the job.

    e) Rates quoted shall include royalty, monopoly charges and any other taxes, duties, surcharge etc. levied by the govt. or local bodies from time to time.

    f) The execution drawings may need to be revised from time to time to suit the site requirements. Such changes will not entitle the contractor for any extra payment or compensation other than executed and measured work.

    g) The rates quoted for various items of work shall include working in all conditions at any time till the completion of work including all suspension period and delays whatsoever.

    h) The rates quoted unless otherwise specified shall include work in all shapes, straight, inclined, curved etc. and all sizes as shown or as required.

    i) The contractor must see the site condition, drawings and take all the aforesaid factors and foregoing factors stated under various trade sections while quoting the rates, as no extra rates / charges will be allowed on any ground arising out of or relating to the aforesaid and foregoing factors.

    j) Basic rates of materials shall be as under. k) Basic rates means material cost, GST, loading-unloading, freight, insurance all

    including i.e. FOR at our site.

    Sr Item Unit Basic rate (in Rs.)

    1 Cement Per bag 300 2 Mild steel Per Kg. 53.00 3 TOR steel Per Kg. 55.00 4 Structural steel Per Kg. 51.00

    l) Whatever the basic rates are specified for the material to be used in the work, the

    same shall be procured by Contractor. In case, any abnormal condition arises, the Union may purchase the same, The contractor should submit the purchase bills of material and rate difference shall be reimbursed or deducted from contractor bills.

    m) If water or power or both are provided by the Union, the consumption charges will be

    deducted from the bill at the rate as mentioned below respectively. (It will be

  • Tender Document:

    provided by suitable outlet point, from where contractor has to arrange his own means)

    n) a) Water Charges : 0.5 % of work done o) b) Electrical Charges: : 0.5 % of work done p) Otherwise, Contractor has to arrange them on their own. q) Within one month of the completion of the work in all respect, the contractor shall be

    furnished with a certificate, but no certificate shall be given until all scaffolding, surplus material plant, rubbish etc. is cleared off the site completely or the work have been measured.

    r) The contractor will maintain stock register for the material provided by the Union and maintain its stock on day to day basis.

    s) The contractor shall at his expense comply with all labour laws, safety regulations and required insurance and keep the Union indemnified in respect thereof.

    t) The time limit for the specified work is 02 ( Two ) Months u) The successful bidder has to start the work within 7 days on receipt of work

    order/intimation by the civil department. v) EMD of unsuccessful bidder shall be released after issuing order to successful

    bidder. w) Penalty for the delayed work will be imposed on the basis of 0.5 % per week of the

    total work executed and maximum up to 5% of the total work executed of the project, in case of delayed or incomplete work for the time beyond the prescribed time limit.

    x) In case, work is not initiated after getting the work order within stipulated time limit without giving legitimate reasons, then EMD and / performance security will be forfeited by the Union and the work will be completed on the risk and cost of the contractor. The contractor shall submit performance bank guarantee within 30 days @ rate of 7.5% of project amount .The time limit of performance bank guarantee is 12 months after completion of project plus two months extra .

    y) In case, part work is done by the contractor and then refuse to complete the work without giving any legitimate reason, then the work will be completed on the risk and cost of the contractor. The Union may without prejudice to any other method of recovery, deduct the amount of such work from any payments in its hands due or which may be due to the contractor for this work or any other work.

    z) General guidelines of EMS issued to the contractor from time to time should be followed.

    aa) The contractor shall give the work schedule within 5 days of start of the work and shall work as per the guideline of user department or civil department. The Milk receiving activities is running and contractor has to work as per instruction of In charge officer and engineer incharge.The contractor has to plan civil activities without any effect of our all routine activities.

    bb) For any dispute, respective Indian standard code will be followed. For any other dispute, decision of Managing Director of the Union will be binding on the contractor.

    cc) The contractor shall provide GST number with tender-bid. In case of any dispute, Mehsana shall be the jurisdiction.

    dd) For any dispute of any item if not mentioned in BOQ Specification, respective Indian standard code will be followed.

  • Tender Document:

    For Sand:

    Sand shall be medium/coarse natural sand, clean, well graded, hard, strong, durable and gritty. Sand particles should be free from injurious amounts of dust, clay, kankar nodules, soft or flaky particles of shale, alkali, salts, organic matter loam, mica or other deleterious substances and shall be got approved from the Engineer-in-charge and Architects. The sand shall not contain more than 8% of silt as determined by field test and 3% by laboratory test , if necessary the sand shall be washed to make it clean. All sand to be used for plaster, brickwork, concrete shall be strictly sieved by 4.75 mm sieve.

    For Stone Grit:

    Grit shall consist of crushed or broken black trap stone and be hard, strong, dense, durable clean of proper gradation and free from skin or coating likely to prevent proper adhesion of mortar. Grit shall generally be cubical in shape and as far as possible flaky elongated pieces shall be avoided. It shall generally comply with the provisions of IS : 383 Unless special stone of particular quarries is mentioned, grit shall be obtained from the best black trap or equivalent hard stone as approved by the Engineer-in-charge and Architects. The grit shall have no deleterious reaction with cement.

    The grit shall conform to the following gradation as per sieve analysis:

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

    IS Sieve % passing IS Sieve % Passing

    Designation Through sieve Designation Through sieve

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

    12.50 mm. 100% 4.75 mm. 0-20%

    10.00 mm. 85-100% 2.36 mm. 0- 5%

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

  • Tender Document:

    The crushing strength of grit will be such so as to allow the concrete in which it is used to build up the specified strength of concrete.

    The necessary tests for grit shall be carried out as per the requirements of IS : 2386 (parts I to VIII) , as per instructions of the Engineer-in-charge and Architect. The necessity of test will be decided by the Engineer-in-charge and Architect.

    Bricks:

    The bricks shall be of first quality hand or machine moulded and made from suitable soils and kiln burnt. They shall be free from cracks, flaws and modules of free lime. They shall have smooth rectangular faces with sharp corners and shall be of uniform Incolour. The bricks shall be moulded with a frog of size 100 mm. x 40 mm., and 10 mm. to 20 mm. deep on one of its flat sides. The bricks shall not break when thrown on the ground from a height of 1 m.

    The size of modular bricks shall be 190 mm. x 90 mm. x 90 mm.

    The size of the conventional bricks shall be (9"x4.5" x 3") 230 mm. x 110 mm. x 76.5 mm.

    Only bricks of one standard size shall be used on a particular work site. The following tolerances shall be permitted in the conventional size adopted in a particular work site.

    Length: + 1/8"(3.0 mm.). Width: + 1/6" (1.50 mm.). Height: + 1/6"(1.50 mm.).

    The crushing strength of the bricks shall not be less than 50 Kg./cm2,. No unburned/over burnt bricks shall be used for any structure. The bricks should have dimensional stability as per IS standards. The average water absorption shall not be more than 20% by weight. Necessary tests for crushing strength and water absorption etc. shall be carried out as per IS: 3495

    For High Yield Strength Steel Deforms Bars:

    High yield strength steel deformed bars be either cold twisted or hot rolled shall conform to IS : 1739 and IS : 1139 respectively.

    Other provision and requirements shall conform to M-18 for Mild steel bars.

    Thermo-mechanically Treated Bars (TMT)

    TMT bars shall conform to IS: 1786

  • Tender Document:

    Procurement of Steel should be from authorized dealer and test certificates should be submitted with each lot.

    For Structural Steel:

    All structural steel shall conform to IS : 226. The steel shall be well and cleanly rolled to the dimensions and weight specified by the IS, subject to the permissible tolerances as per IS : 1852. The finished materials shall be reasonably free from cracks, surface flaws, laminations, rough and imperfect edges and all other harmful defects mentioned in IS : 229 and shall have a smooth finish. The material shall be free from loose mill scale, rust pits or other defects affecting the strength and durability. River bars shall conform to IS : 1148. The decision of the Engineer-in-charge regarding rejecting any steel section on account of any of the above defects shall be final and binding to the Contractor.

    For Aluminium Doors, Windows, Ventilators:

    Aluminium alloy used in the manufacture of extruded window sections shall conform to IS designation HEA-WP of IS: 733 and also to IS designation WVG-WP of IS: 1285. The section shall be as specified in the drawing and design. The fabrication shall be done as directed.

    The hinges shall be cast or extruded Aluminium hinge of same type as in window but of larger size.

    The hinges shall normally be of 50 mm. openable/projecting type. Non-projecting type of hinges may also be used, if directed. The handles of the door shall be of specified design. Suitable locks for the door, operable either from outside or inside shall be provided. In double shutter door, the first closing shutter shall have concealed aluminium alloy tower bolt at top and bottom.

    For Concrete work : 1) The rate shall be including providing of all materials and labour, mixing,

    placing, forming pockets for foundation bolts, placing insert plates, M.S.angle/chanel nosing as shown in drawing at correct location etc including necessary centering shuttering, false staging, curing etc. complete. (excluding Reinforcement, insert plates, holding down bolts / foundation bolts etc.)

    2) In all RCC structures machine cut aggregate of size 20 mm and down grade unless & until specified have to be used and rates are deemed to the same.

    3) Rate should include the cost of de-watering by pumping, in case it is required during the concreting as well as shuttering below the plinth.

  • Tender Document:

    For Masonary work : 1) The rate shall include for supplying of all materials, labors, tools and plants,

    forming Openings, projected pattas necessary scaffolding, racking out of joints, curing etc. Complete.

    2) Holes or Zaries in the brick work for rain water pipes and other pipes shall be kept or the pipe shall be provided at the time of raising of masonry. Nothing extra shall be paid for. These holes or Zaries should be made good after fixing of pipes and nothing extra shall be paid for the same.

    3) The brick work for septic tank, soak well, trenches, steps,for any type of member of any shape, (it shall be measured in Cu. Mtrs except for Bk. Partition wall,) etc shall be measured under relevant item of this trade and the ground level shall be the reference level for measurement of masonry in super structure.

    For Finishing work : 1) Groove with cement finish up to 12 mm x 6 mm shall be formed in plaster at the

    junction of slab and beam and slab and brick without any extra charge. 2) Similar grooves shall be made in plaster at the junction of masonry and wood or

    steel door or steel window frames or at bottom of beams as drip moulds without extra charges.

    3) Sand used shall be 50% fine and 50% coarse for plaster unless otherwise specified.

    For Flooring work : 1) Thoroughly cleaning the recipient surface and a layer of 20mm thick cement

    plaster in CM 1:3 (1 cement : 3 coarse sand) mixed with approved quality water proofing compound shall be laid.

    2) Brick bats of approved size shall be laid as per the required slope and levels. 3) The gaps between the brick bats shall be filled with cement mortar 1:3 mixed with

    water proofing compound of approved quality. 4) The surface of brick bats shall be finished with 20mm thick water proof plaster in

    CM 1:3 including finishing top surface with neat cement @ 2.25 kg/sq.m and chequered or approved patterns.

    5) The work shall be carried out as per specifications for waterproofing and through an approved specialized agency like India Water Proofing Co. or equivalent, including furnishing of guarantee for 10 years on suitable Stamp Paper duly regersted to Notary.

  • Tender Document:

    LIST OF ISI CODES: 1 Conversion factors IS:786

    2 Method of measurement of building works IS:1200

    3 Code of practice for measurement of civil engineering works

    IS:3385

    4 Materials and workmanship for earthwork and excavation IS:1200 (PART I)

    5 Safety code for blasting and related drilling operations IS:4081

    6 Safety code for excavation work IS:3764

    7 Moisture content in sand for filling IS:2720

    8 Determination of moisture content IS:2720 (PART II)

    9 Determination of moisture content & dry density relation using light compaction

    IS: 2720 ( PART VIII)

    10 Determination of dry density of soils in-place by the sand replacement method

    IS:2720(PART XXVIII)

    11 Determination of dry density of soils in-place by the core cutter method

    IS:2720 (PART XXIX)

    12 Anti termite treatment IS:6313(PARTI TO III)

    13 Construction water IS:456

    14 Methods of sampling and test (physical and chemical water used in industry )

    IS:3025

    15 Ordinary (33 grade)/low heat Portland cement IS:269

    16 Ordinary Portland cement (43 grade) IS:8112

    17 Ordinary Portland cement (53 grade) IS:12269

    18 White Portland cement IS:8042-E

    19 Portland pozzolana cement IS:1489

    20 Rapid hardening Portland cement IS:8041, IS:269

    21 Portland(blast furnace) slag cement IS:455

  • Tender Document:

    22 Hydrophobic cement IS:8043

    23 High alumina cement IS:6452

    24 Super sulphated cement IS:6909

    25 Oil well cement IS:8229E

    26 Standard for testing of cement IS:650

    27 Methods of physical tests for hydraulic cement IS:4031

    28 Specification for standard sand for testing of cement IS:650

    29 Coarse and fine aggregates for concrete IS:383, IS:515

    30 Gradation of coarse aggregates IS:383(TABLEII)

    31 Gradation of fine aggregates IS:383 (TABLE III)

    32 All-in-aggregates IS:383 (TABLE IV)

    33 Method of tests for aggregates for concrete IS:2386 (PART I TO VIII)

    34 Methods of determination the maximum qty. of deleterious materials in aggregate

    IS:2386 (PART II)

    35 Limiting values of the maximum quantities of deleterious materials in aggregate

    IS:383 (TABLE I)

    36 Flakiness index of aggregates IS:2396 (PART I), IS:5640

    37 Moisture content test for aggregates IS:2386 (PART III)

    38 Specification for mild steel and medium tensile steel bars and hard drawn steel wire for concrete reinforcement.

    IS:432 (PART I & II)

    39 Specification for plain hard drawn steel wire fabric for cement concrete

    IS:1566

    40 Specification for cold twisted steel bars for concrete reinforcement

    IS:1786

    41 Specifications for hot rolled mild steel and medium tensile steel deformed bars

    IS:1139, IS:1739

    42 Code of practice for bending and fixing of bars for IS:2502

  • Tender Document:

    concrete reinforcement

    43 Mild steel binding wire IS:280

    44 Code of practice for welding of mild steel bars used for RCC

    IS:2751

    45 Code of practice for plain and reinforced concrete IS:456

    46 Code of practice for general construction of plain and RCC for dams

    IS:457

    47 Testing of reinforced cement concrete IS:516

    48 Method of tests for strength of concrete IS:516

    49 Methods of sampling & analysis of concrete IS:1199

    50 Code of practice for concrete structures for storage of liquids

    IS:3370 (PART I TO IV)

    51 Code of practice for composite construction IS:3935

    52 Code of practice for construction of reinforced concrete shell roof

    IS:2204

    53 Criteria for the design of RCC shell structures and folded plates

    IS:2210

    54 Specification for batch type concrete mixers IS:1791

    55 Specification for portable swing weigh batchers for concrete

    IS:2722

    56 Specification for roller pan mixer IS:2438

    57 Specification for concrete vibrators immersion type IS:2505

    58 Specification for screed board concrete vibrators IS:2506

    59 Specification for concrete vibrating tables IS:2514

    60 Specification for pan vibrators IS:3366

    61 Specification for form vibrators for concrete IS:4656

    62 Code of practice for use of immersion vibrators for consolidated concrete

    IS:3558

  • Tender Document:

    63 Air entraining agent ASTM:6260

    64 Criteria for design and construction of precast concrete trusses

    IS:3201

    65 Prestressed concrete IS:1343

    66 Specification for high tensile steel bars used in code of practice for pre-stressed concrete

    IS:2090

    67 Specification for plain hard drawn steel wire for pre-stressed concrete

    IS:1785 (PART I)

    68 Specification for plywood for concrete

    69 Shuttering work IS:4990

    70 Code of practice for steel tubular scaffolding IS:4014 (PART I & II)

    71 Specification for steel scaffolding IS:2750

    72 Safety code for scaffolds and ladders IS:3696

    73 Common burnt clay building bricks IS:1077

    74 Classification of burnt clay bricks IS:3102

    75 Burnt clay building bricks, heavy duty IS:2180

    76 Burnt clay facing bricks IS:2691,IS:1077

    77 Method of sampling and testing clay building bricks IS:3495 (PART I - IV)

    78 Mortar for brick work IS:2250

    79 Code of practice for brick work IS:2221

    80 Masonry works IS:3466

    81 Structural safety etc. Of building masonry walls IS:1905

    82 Load bearing hollow concrete blocks IS:2185

    83 Lime - cement - cinder hollow concrete blocks IS:5498

    84 Lime - cement - cinder solid blocks IS:3115

    85 Code of practice for construction of stone masonry IS:1597 (PART I)

  • Tender Document:

    86 Stone tests IS:1124

    87 Code of practice for design and installation of joints in buildings

    IS:3414

    88 Joint sealing compound IS:834

    89 Pre-molded bituminous joint filler IS:1838

    90 Timber door, window and ventilator frames IS:4021

    91 Material & workmanship for wood work IS:883, IS:4021

    92 Wooden flush door shutters (solid core type) IS:2202 (PART I)

    93 Timber paneled and glazed shutters IS:1003 (PART I & II)

    94 Method of tests for wooden flush doors, type tests IS:4020

    95 Plywood & tests IS:303

    96 General tests for wood work IS:1659

    97 Red lead for wood knot IS:103

    98 Oil type wood preservative IS:218

    99 Particle board IS:3087

    100 Transparent sheet glass for glazing & framing purposes IS:1761

    101 Resin bonded fiber glass IS:3144

    102 Putty for glazing IS:420

    103 Steel door frames IS:4351

    104 Steel window IS:1361

    105 Steel doors IS:1038

    106 Steel ventilators IS:1081

    107 Rolling shutters IS:6248

    108 Primer for steel doors, windows & ventilators IS:102

    109 Aluminum alloy for door/window frames IS DSGN. HEA-WP OF IS:733

  • Tender Document:

    110 Sections IS:1948

    111 Anodizing BS:1616

    112 Hydraulic lime & storage IS:712

    113 General tests for lime IS:6932 (PART I TO X)

    114 Field tests for lime IS:1624

    115 Lime mortar preparation IS:1625

    116 Slacked lime IS:1639

    117 Surkhi IS:1344

    118 Code of practice for application of lime plaster finish IS:2394

    119 Rough cast plaster IS:1661(CLAUSE-165)

    120 Specification for integral cement water proofing compounds

    IS:2645

    121 Water proofing asphalt/maxphalt IS:702

    122 Bitumen saturated layer IS:1322

    123 Bitumen felt IS:1322

    124 Bitumen IS:702

    125 Code of practice for laying and finishing of cement concrete flooring tiles

    IS:1443

    126 Material & workmanship for flooring IS:1197, IS:1344

    127 Code of practice for laying in situ terrazzo floor finish IS:2114

    128 Code of practice for laying in-situ cement concrete flooring

    IS:2571

    129 Mosaic tiles IS:1237

    130 Glazed earthenware tiles IS:777

    131 Marble chips & marble mosaic terrazzo IS:2114

    132 Plain cement tiles & tests IS:1237

  • Tender Document:

    133 Marble mosaic tiles IS:1237

    134 Marble slab IS:1130

    135 PVC flooring tiles & sheets IS:3461,IS:3462

    136 Broken marble mosaic tiles IS:1257

    137 Oxy-chloride IS:658

    138 Magnesium chloride IS:657

    139 C.I. grid tiles IS:210

    140 Pigment for terrazzo flooring IS:459

    141 Rivets IS:1148

    142 Electrodes for welding IS:814

    143 Code of practice for use of electric arc welding for general construction in steel

    IS:813

    144 Tests for welding works IS:1181

    145 Welding works IS:816

    146 Bolts and nuts IS:1367

    147 Tests for bolts and nuts IS:1608

    148 Structural steel sections & tests IS:226

    149 Structural steel plates IS:2062

    150 Defects in structural steel IS:229

    151 Dimension & properties of steel section IS:808

    152 Structural steel work IS:226, IS:4948

    154 Expanded metal steel sheet IS:412

    155 Mild steel wire gauze jail IS:280

    156 Welding procedure & edge preparation IS:823

    157 Washers IS:2016

    158 Storage of welding wire & electrodes IS:816

  • Tender Document:

    159 Primer to structural surface for bolts IS:2074

    160 Checkered plates IS:3502

    161 Code of practice for painting of ferrous metal in building and allied finishes

    IS:1477 (PART I & II)

    162 Distemper and dry colour IS:427

    163 Code of practice for painting concrete, masonry and plaster surfaces

    IS:2395

    164 Distemper and oil emulsion IS:428

    165 Enamel paints IS:2933

    170 Coat of zinc chromate IS:104

    171 French spirit polish IS:348

    172 GI sheets IS:227

    173 Ac sheets IS:459

    174 Ac sheet fixing IS:730

    175 Mangalore pattern tiles IS:654

    176 Fiber glass reinforced polyester IS:4154

    177 Galvanized steel for barbed wire IS:278

    178 Insulation of hot water pipes, tanks & heat exchanger BS:476

    179 GI pipes & MS tubes IS:1239 (PART I)

    180 Screw down bib cocks & stop cocks IS:781

    181 Vitreous sanitary fixtures(general) IS:2556 (PART I)

    182 Gun metal wheel, globe, check, gate & non return valves IS:778

    183 Wash basin IS:2556 (PART IV), IS:771

    184 European W.C. IS:2556, IS:771

    185 Solid plastic seat & cover IS:2548

    186 Orissa pan W.C. IS:2556 (PART III)

  • Tender Document:

    187 Squatting pans & traps IS:2556 (PART III)

    188 Indian W.C. (wash down W.C.) IS:2556 (PART II), IS:771

    189 Urinals IS:2556 (PART VI)

    190 Half round channels IS:2556 (PART VII)

    191 Specific requirements of siphonic wash down W.C. IS:2556 (PART VIII)

    192 Ss sink/C.I./flushing tank brackets IS:775

    193 C.I. siphonic flushing cistern IS:774

    194 Lead pipes IS:404 (PART I)

    195 Sand cast pipes & fittings IS:1729

    196 C.I. spun soil pipes & fittings IS:3939

    197 Gully trap IS:651

    198 Glazed stone ware pipes & fittings IS:651

    199 Ac pipe IS:1626,IS:1626 (PART I)

    200 High pressure/crydon ball valve IS:1703

    201 C.I. sluice valve IS:780

    202 Capstan head IS:1795

    203 Malleable iron fittings IS:1879 (PART I TO X)

    204 C.I. pipes IS:1536, IS:1537

    205 Molten (pig)lead IS:782

    206 C.I. manhole frames & covers IS:1726

    207 Concrete pipes IS:458

    208 Threads for screwed pipes IS:554

    209 Lead jointing IS:718

    210 Carbon steel for pipes IS:9161

    211 Low level ceramic cistern IS:774

  • Tender Document:

    212 Bowl pattern flat back urinals IS:2556 (PART IV)

    213 Showers IS:2064

    214 Heavy C.I. pipes IS:1729

    215 Concrete mix design IS:10262

    216 Code of practice for construction of floor and roof with joists and filler blocks

    IS:6061 (PART I)

    217 Code of practice for construction of light weight concrete block masonry

    IS:6042

    218 Specification for load bearing light weight concrete blocks IS:3590

    219 Code of practice for construction of hollow concrete block masonry

    IS:2572

    220 Specification for concrete masonry units (hollow and solid concrete blocks)

    IS:2185 (PART I)

    221 Chemical composition of ordinary Portland cement IS:4032

    222 Sulphate resistant cement BS:4027 & ASTMC-150 TYPE II

    223 Specifications for circular hollow sections IS:1161

    224 Properties of rectangular & square hollow sections IS:4923

    225 Cold formed welded & seamless carbon steel structural tubing

    ASTMA 500

    226 Cold but not formed welded & seamless carbon steel structural tubing

    ASTMA 501

    227 Hot formed welded & seamless high strength low alloy tubing

    ASTMA 618

    228 Hot rolled structural steel hollow section BS:4848/

  • Tender Document:

    Format of Bank Guarantee for Performance Security

    On Non Judicial Stamp Paper of Rs. 100/- Bank Guarantee no. Date : This deed of guarantee made this _______ day of 20____ (Two thousand ________ ) by (Name and the address of the Bank), hereinafter referred to as the bank, which shall unless repugnant to the context or the meaning thereof includes its legal Engineer in-Charges, successors and assigns and Mehsana District Co-(hereinafter referred to as the DUDHSAGAR DAIRY) which expression shall unless repugnant to the context or meaning thereof include its legal Engineer in-Charge, successors or assigns. Whereas the DUDHSAGAR DAIRY, / its clients has awarded a contract bearing no. ________________on M/s _________________________________________________________ (name and the address of the party), hereinafter referred to as the contractor, for the execution, completion and the maintenance of ________________________________________________________________________ And whereas, the contractor has agreed to submit a performance security in the form of a bank guarantee to the DUDHSAGAR DAIRY as per the terms and conditions of the bidding documents and the contract which will be kept valid up to ___________ calendar months from the date of bank guarantee (the period should be till end of Period of Maintenance). And whereas, the bank and its duly constituted agent and officer has already read and understood the contract made between the DUDHSAGAR DAIRY and the contractor. In consideration of the DUDHSAGAR DAIRY having agreed to award the contract on the contractor, we ________________ (the bank), do hereby guarantee, undertake, promise and agree with the DUDHSAGAR DAIRY, its legal Engineer in-Charges, successors and assigns that the within named (the name of the contractor) their legal Engineer in-Charges and assignees will faithfully perform and fulfil everything within the bidding document and the contract order on their part to be performed or fulfilled, at the time (time being the essence of the contract) and in the manner therein provided, do all obligations thereunder and we further undertake and guarantee to make payment to the DUDHSAGAR DAIRY a sum of Rs._____________ (Rupees______________________________ only) being 7.5% of the contract value, in case the contractor, their legal Engineer in-Charges and assignees do not faithfully perform and fulfil everything within the bidding document and the Contract order on their part to be performed or fulfilled, at the time and in the manner therein provided and do not wilfully and promptly do all obligations there under. In case, the Contractor fails to perform or fulfil the Contract as per the terms and conditions agreed upon, the DUDHSAGAR DAIRY is entitled to demand an amount equivalent to 7.5% of the Contract value from the Contractor and the demand made by the DUDHSAGAR DAIRY itself will be conclusive evidence and proof that the Contractor has failed to perform or fulfil his obligations under the Contract and neither the Contractor nor the Bank shall be entitled to performance or fulfilment on any ground whatsoever.

  • Tender Document:

    We, (the name of the Bank), do hereby undertake to pay an amount equivalent 7.5% of the Contract value, being the amount due and payable under this guarantee, without any demur, merely on a demand from the DUDHSAGAR DAIRY stating that the amount claimed is due by way of non-performance of the Contractual obligations as aforesaid to perform the said contractual commitments, any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._______________ (Rupees_________________________ only) being the amount equal to 7.5 % of the Contract value. We, the bank, further agree that the performance security herein contained shall remain in full force and effect for a period of ______________ calendar months from the date of the bank guarantee (the period shall be till the end of Period of Maintenance) whichever is later or till the DUDHSAGAR DAIRY certifies that the terms and conditions of the said contract have been fully and properly carried out by the said Contractor and accordingly discharge the guarantee, unless a demand or a claim under this guarantee is made on us in writing by the DUDHSAGAR DAIRY on or before ____________________ we shall be discharged from all liabilities under this performance security hereafter. We, the bank, further agree with the DUDHSAGAR DAIRY that the DUDHSAGAR DAIRY shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and the conditions of the bidding document and the Contract or to extend the time of performance by the said Contractor from time to time or postpone for any time or from time to time and any of the power exercisable by the DUDHSAGAR DAIRY against the Contractor and to forbear or enforce any of the terms contract and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor, or for any forbearance, act or omission on the parts of the DUDHSAGAR DAIRY to the said contractor by any such matter or thing whatsoever which under the law relating to sureties matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. This guarantee shall be in addition to and without prejudice to any other securities or remedies which the DUDHSAGAR DAIRY mat have or hereafter possess in respect of the works executed or intended to be executed and the DUDHSAGAR DAIRY shall be under no obligation to marshal in favour of the bank any such securities or funds or asset that the DUDHSAGAR DAIRY may be entitled to receive or have a claim upon and the DUDHSAGAR DAIRY at its absolute discretion may vary, exchange, renew, modify or refuse to complete to enforce or assign any security or instrument. The bank agrees that the amount hereby guaranteed shall be due and payable to the DUDHSAGAR DAIRY serving us with a notice, requiring the payment of the amount and such notice shall be deemed to have been served on the bank either by actual delivery thereof to the bank or by dispatch thereof to the bank by registered post at the address of the bank. Any notice sent to the bank at its address by registered post shall be deemed to have been duly served on the bank notwithstanding that the notice may not fact has been delivered to the bank.

  • Tender Document:

    In order to give full effects to the provisions of this guarantee the bank hereby waives all rights inconsistent with the above provisions and which the bank might otherwise as a guarantor be entitled to claim and enforce. We, ____________________________ , lastly undertake not to revoke this guarantee during its currency except with the previous consent of the DUDHSAGAR DAIRY in writing and the guarantee shall be a continuous and irrevocable guarantee up to a sum of Rs. ________________ (Rupees _____________________). The guarantee shall remain in force until ___________________________ and unless the guarantee is renewed or a claim is preferred against the bank within three months from the said date (the date of expiry) all rights of the DUDHSAGAR DAIRY under the guarantee shall cease and the bank shall be released and discharged from all liabilities hereunder. SIGNATURE PLACE DATE SEAL NOTE: The Contractor should ensure that the seal and code no. of the signatory is put by the bankers, before submission of the bank guarantees. The entire bank guarantee should be obtained from Nationalized / Scheduled

    bank

  • Tender Document:

    NOTE: The price breakup furnished by the bidder is for billing purpose only and does not limit the scope.

  • Tender Document:

    Sr. No. Requirement Tick

    1 Have you submitted the Bid Security? Yes / No

    2 Have you submitted TECHNICAL BID & PRICE BID separately? Yes / No

    3 Have you quoted Bid Prices in terms of clause of Instructions To Bidders?

    Yes / No

    4 Have you given the Bid Form on your letterhead, Price Schedule summary sheet in the prescribed format and item wise break-up sheet?

    Yes / No

    5 Have you submitted the Supporting Documents Yes / No

    6 Have you quoted the delivery/work execution period correctly & precisely

    Yes / No

    7 Have you furnished the Statement of Deviations (Preferably Nil)? Yes / No

    8 Have you kept your bid valid for 120 days Yes / No

    9 Have your submitted copy of Bank solvency certificate of Min .Rs.10 Lakhs

    Yes / No

    7.2 Points to the Bidder Bids containing deviations from bidding document terms and other requirements may be rejected.

    Non-compliance with even a minor technical requirement should be specifically stated by the bidders.

    Bidders should furnish their complete address for the purpose of further correspondence pertaining to

    bidding document.

    Corrections in the tender bid should be noted over and initialed at the place of corrections.

    Negligence of the bidder in preparing tender bid confers no right to withdraw the bid after it was opened.

    Specifications, conditions, schedule and drawings of bidding document constitute an integral part of the

    bid.

    The bid, along with enclosures, drawings and technical literature, should be in English only.

    All equipment, system & components should be designed to perform as per specifications in this bidding

    document under tropical conditions.

    The bidding documents shall be governed and interpreted according to the laws of the union of India.

    Commercial bid will be open of only technical qualified bidders

    Dairy reserves the right to accept or reject any or all bids without any explanation to bidders.

  • Tender Document: