web viewto be submitted within the due date and time in separate envelopes and marked on top as...

49
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai 400 005 A Deemed University Tel: +91-22-22782316/22782510 Fax: +91-22-22804566 email: [email protected] , Website : www.tifr.res.in [email protected] Tender Notice No. PUB-005/2011-2012 Tenders are invited in sealed envelopes from reputed, qualified and experienced Contractors for the following items: TENDER NO : TFR/PD/CF11-081/PUB FOR DESIGN, SUPPLY AND REPLACEMENT OF AC SHEET ROOFING WITH NEW PRE-COATED GALVALUME SHEETS IN CENTRAL WORKSHOP AREA OF TIFR, COLABA, NAVY NAGAR, MUMBAI 400005 Approximate Cost : RS. 40,00,000/- EMD : Rs. 80,000/- favouring Tata Institute of Fundamental Research payable at Mumbai Type : Two Part Tender Due Date: 20.10.2011 Approx. Time for Completion : 2 months from the date of issue of Letter of Intent/Work Order Closing time and date : 1300 hrs on 20.10.2011 Tender will be opened at 1400 hrs on 20.10.2011 1

Upload: dangdat

Post on 15-Feb-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

TATA INSTITUTE OF FUNDAMENTAL RESEARCHHomi Bhabha Road, Colaba, Mumbai 400 005

A Deemed University

Tel: +91-22-22782316/22782510 Fax: +91-22-22804566email: [email protected], Website : www.tifr.res.in [email protected]

Tender Notice No. PUB-005/2011-2012

Tenders are invited in sealed envelopes from reputed, qualified and experienced Contractors for the following items:

TENDER NO : TFR/PD/CF11-081/PUB FOR DESIGN, SUPPLY AND REPLACEMENT OF AC SHEET ROOFING WITH NEW PRE-COATED GALVALUME SHEETS IN CENTRAL WORKSHOP AREA OF TIFR, COLABA, NAVY NAGAR, MUMBAI 400005

Approximate Cost : RS. 40,00,000/-

EMD : Rs. 80,000/- favouring Tata Institute of Fundamental Research payable at Mumbai

Type : Two Part Tender

Due Date: 20.10.2011

Approx. Time for Completion : 2 months from the date of issue of Letter of Intent/Work Order

Closing time and date : 1300 hrs on 20.10.2011

Tender will be opened at 1400 hrs on 20.10.2011

Both Technical Bid (Part A) and Commercial Bid (Part B) to be submitted within the due date and time in separate envelopes marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters.

Before submitting the bid, the bidder should visit site to assess the nature and magnitude of work. This is essential.

..2.

1

..2..

For further details, please visit our Website : www.tifr.res.in/tenders.

Tenders shall be submitted in sealed envelopes duly superscribed with the Tender Enquiry Number and the due date in bold letters addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai 400005 and delivered at the Security Gate Office before 1300 hrs on the due date specified. Tenders will be opened in the presence of attending tenderers at 1400 hrs on the same day.

Tender Forms and specifications can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs. 500/- by cash/Demand Draft drawn in favour of Tata Institute of Fundamental Research, Mumbai to the Cashier, Accounts Department, on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m.

The firm who wish to download the specifications, terms and conditions may do so. While submitting the quotation, a DD of Rs.500/- drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with the tender.

SR. PURCHASE OFFICER

.

2

TENDER DOCUMENT

Design, Supply & Replacement Of

AC sheet roofing With

New pre-coated Galvalume sheets IN

Central Workshop area Of

Tata Institute of Fundamental Research at Colaba, Mumbai

TATA INSTITUTE OF FUNDAMENTAL RESEARACHHOMI BHABAHA ROAD, COLABA

MUMBAI – 400005INDIA

3

********************************************************************************************

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai – 400 005

Phone: (022) 2280 4545, 2278 2316 Fax: (022) 2280 4566Email: [email protected] Website: http:// www.tifr.res.in

A DEEMED UNIVERSITY ********************************************************************************************

INDEX

PART SECTION TITLE PAGE NO.

A

ICheck ListNotice Inviting Tender 4-5

IIScope of Work, Pre Qualification condition and General commercial terms for the Contractors

6-11

III Form of Agreement 12

IV General Terms and Conditions of Contract 13-16

V Technical Specifications 17-20

B I Schedule of Quantities 23-27

4

TATA INSTITUTE OF FUNDAMENTAL RESEARACH

HOMI BHABAHA ROAD, COLABA

MUMBAI – 400005

TENDER DOCUMENT

PART – A

Technical Bid

Name of Work

Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of Fundamental Research at Colaba, Mumbai..

5

********************************************************************************************TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005 Phone: (022) 2280 4545, 2278 2316 Fax: (022) 2280 4566Email: [email protected] Website: http:// www.tifr.res.in

A DEEMED UNIVERSITY ********************************************************************************************

PART – ASECTION – I

Before submitting the tender, the bidder must check the following:

CHECK LIST

Sl. No. Description

1 Required EMD is placed in separate sealed envelope Yes/No

2 Latest Income Tax Clearance Certificate enclosed Yes/No

3 Section II (Part A) of the document (Contract memorandum) signed with seal and date Yes/No

4 Section I (Part B) in a separate sealed cover Yes/No

5 List of works executed by the firm during the last five years Yes/No

6Rates in Figures and in Words are written properly and amount of each item & total amount has been worked out properly

Yes/No

7 Each page of Schedule of quantities is signed by theContractor with seal Yes/No

8 Have you submitted tender quotation in duplicate? Yes/No

Signature of the Tenderer with date and seal

6

********************************************************************************************TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005(A DEEMED UNIVERSITY)

Tel.No:+91-22-2278 2316/2886 Purchase Fax :+91-22-22804566E-mail:[email protected] Website:www.tifr.res.in/tender

********************************************************************************************TENDER NOTICE NO. TFR/PD/

Sealed tender in two parts viz. Part ‘A’ ( Technical Bid) & Part ‘B’ (Commercial Bid) are invited in sealed envelopes from reputed manufacturers or their accredited agents for: per our technical specifications and terms & conditions of contract.

Tender No. :

Approximate value put to tender : Rs 40, 00, 000.(for reference only)

Earnest money deposit : Rs 80,000

Cost of tender document : Rs 500

Sale of tender document from :

Due date and time of tenders : Date: : Time: 13.00 Hours

Date & time of opening of : Date: : Time: 14.00 HoursTechnical bids

Completion Time : 2 months from date of award of contract

Place of opening of tenders : Tata Institute of Fundamental Research, Colaba, Mumbai - 5

Tender Forms can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs.500/- by cash/Demand Draft drawn in favour of Tata Institute of Fundamental Research, Mumbai to the Cashier, Accounts Department, on any working day between11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m

ORThe bidder may download the tender document / specifications from website www.tifr.res.in . While submitting the quotation, a DD of Rs.500/- drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with Technical Bid. Tata Institute of Fundamental Research shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall have the right to reject any or all tender(s) without assigning any reason whatsoever.

PURCHASE OFFICER

7

PART – ASECTION – II

Sealed tenders are invited for Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of Fundamental Research at Colaba, Mumbai.

1 Brief Scope of Work

Scope of work includes Design, supply & taking down/removing carefully the existing AC sheets, Valley gutters from the roof/cladding including unbolting, removing the screws, nuts and bolts and other fasteners & replacing new colour coated Galavume sheets with glass wool packed in plastic sandwich between top & bottom sheets in Central Workshop area of Tata Institute of Fundamental Research (TIFR) at Colaba, Mumbai. Detail scope of work is given in Section V.

2 Definition of Terms

2.1 In construing these general conditions and the specifications, the following words shall have the meanings herein assigned to them unless there is something in the subject or context inconsistent with such construction.

2.2 The term ‘Purchaser’ shall mean Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai - 400 005 and shall include the Purchaser’s heirs, successors and permitted assigns. The term ‘TIFR’ and ‘Institute’ shall mean Tata Institute of Fundamental Research.

2.3 The term ‘Contractor’ shall mean the individual or registered firm or incorporated company whose tender has been accepted by the Purchaser and is undertaking the works and shall include legal heir of such individual or persons composing such firm or company or successors of such firm or company as the case may be and permitted assigns of such individual or firm or company. The terms ‘Supplier’ shall also mean the Contractor.

2.4 The term ‘Sub-Contractor’ shall mean the firm or person(s) named in the contract for any part of the work or any person to whom any part of the work has been sublet with the consent in writing of the Engineer-In-Charge and shall include his heirs, successors and assigns approved by the Purchaser.

2.5 The term ‘Inspector’ shall mean any person appointed by/or on behalf of the Purchaser to inspect supplies, stores or work under the contract or any person deputed by the Inspector for the purpose.

2.6 The “Contract” shall mean an agreement where a proposal has been accepted and shall include the notice inviting the tender, the tender and acceptance thereof and the formal agreement, if any, executed between the Purchaser and the Contractor together with the documents referred to therein including these conditions with appendices and any special conditions; the specifications, designs, drawings, schedule of quantities with rates and amounts. All these documents taken together shall be deemed to form one contract and shall be complementary to one another.

2.7 The ‘Site’ shall mean the lands and/or other places on, under, in or through which the work is to be executed under the Contract including any other lands or places which may be allotted by the Purchaser, or used for the purposes of the Contract.

8

2.8 The ‘Works’ shall mean the works to be executed in accordance with the Contract or part(s) thereof as the case may be and shall include all extra or additional, altered or substituted works as required for performance of the Contract.

2.9 The term ‘Engineer-in-Charge’ shall mean the Engineering Officer appointed by the Purchaser or his duly authorized representative who shall direct, supervise and be in-charge of the works for purposes of this Contract.

3 Ambient Condition

The new colour coated Galvalume sheets & valley gutters shall be suitable for operating satisfactorily in humid and highly corrosive atmosphere in the close proximity to sea.

Ambient temperature : 50 C (min) to 500C (max)

Rainfall : Heavy during monsoon

Relative humidity : 90-98%

Altitude from MSL : < 100 mtrs.

4 Location of Site

All materials shall be delivered and installed at TIFR, Homi Bhabha Road, Colaba, Mumbai – 400005, Maharashtra, India unless otherwise mentioned specifically for any material.

5 Pre-Qualification for Contractor

5.1 Supply and installation of Colour coated roofing system must be the main activity of the Contractor.

5.2 Average Annual financial turn over of the bidder during last 3 financial years ending 31st of March 2011 should be at least equal to 30% of the estimated cost.

ANDExperience of having successfully completed similar works during last 5 years ending

last day of month previous to the one in which applications are existed should be either of the following:

a. Three (3) similar works completed costing not less than the amount equal to 40% of the estimated cost

ORb. Two (2) similar works completed costing not less than the amount

equal to 50% of the estimated costOR

c. One (1) similar work completed costing not less than the amount equal to 80% of the estimated cost

Here the word ‘similar’ refers to the works mentioned under Scope of Work. Documents supporting this must be included with the offer.

5.3 Contractor must give details of manpower employed in his company.

5.4 Contractor must allow and organize site visits to his earlier completed sites of similar magnitude during the process of technical evaluation of tender.

9

5.5 Copies of original documents defining the constitution or legal status, place of registration,and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder.

5.6 Similar works: All construction of factory blocks/sheds/ware house with structural steel works or Replacement of roofing sheets of factory blocks or ware house nature only will be considered as similar works for this work.

6 Leaflets & Drawings

The tender shall be accompanied by leaflets/literatures giving complete technical & constructional details, makes of components of the equipments offered. Tenderers are advised to visit the site of installations and acquaint themselves of the site conditions before tendering. Tenderers shall be specific, and offer comments only if their system differs from the Purchaser’s detailed specifications/ features in any manner. The sucessful tenderer should prepare drawings & submit for approval before starting work.

7 Commercial Conditions

7.1 Process of Submission: Both Technical Bid (Part A) and Commercial Bid (Part B) to be submitted within the due date and time in separate envelopes and marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai - 400 005 and delivered at the Security Gate Office before 1300 hrs on the due date specified. Technical bids will be opened in the presence of attending tenderers at 14.00 hrs on the date specified in the tender notice. The technical bid containing technical specifications of equipments, and the terms and conditions (Rates and amounts of items shall not appear anywhere in this part) shall be submitted in sealed covers. After scrutiny of Technical Bids, commercial bid will be open only from the short listed suppliers.Tenderers are advised to use only the forms supplied by TIFR and not to use any other forms on their own letter head or otherwise for furnishing any information / rates / amount, etc. All the information called for shall be furnished complete in all respects. Information furnished on sheets other than those supplied may not be considered. However the firms may enclose only the relevant catalogues / leaflets / brochures of the manufacturers of the equipment offered for better evaluation of their offers. Incomplete tenders or tenders not complying with the requirement are liable for rejection.

7.2 Validity : The tenders shall be valid for acceptance by the Purchaser for 90 (Ninety) days from the opening of commercial bids (Part B) and shall be extended by such period as may be mutually agreed to.

7.3 Earnest Money Deposit : Intending tenderers shall pay as earnest money a sum as mentioned in the notice inviting tender by way of a demand draft drawn on scheduled bank payable to Registrar, Tata Institute of Fundamental Research payable at Mumbai. Alternatively, the tenderer may also furnish an irrevocable Bank Guarantee from any scheduled bank for an equivalent amount towards EMD in the proforma enclosed. A tender which is not accompanied by a demand draft or Bank Guarantee towards earnest money will not be considered. The earnest money will be returned to the tenderer if his tender is not accepted, but without any interest.

7.4 Security Deposit / Bank Guarantee : As security against due fulfillment of the terms and obligations of the Contract, Guarantee period and service contract for the entire life cycle of the roofing, the tenderer shall furnish a Bank Guarantee initially valid for one

10

year in a form acceptable to the Purchaser, for a sum of 10% (TEN percent) of the contract value. The Bank Guarantee should be obtained and submitted immediately on the award of the contract. The Security Deposit or the bank guarantee will be refunded on expiry of one year after the date of acceptance of completion of work.

7.5 Firmness of Rates : The rates quoted shall be firm and shall not be subjected to variations in exchange rate, rate of taxes, duties, levies or variation in labour rates. The rates shall be quoted for complete work, i.e. supply, installation, testing and commissioning of the equipment and shall include charges for all taxes, duties, levies, consumable, labour, transport, insurance for transit, storage as also workmen compensation & 3rd party liability policies, erection etc. at the specified site till the work is finally handed over to the Purchaser. No concessional form for any taxes, duties and levies will be issued by the Purchaser. Similarly no import license will be issued by the Purchaser. Equipments, if required to be imported shall be arranged to be imported against the Contractors own import license. All payments will be made at Mumbai and will be in Indian rupees only.

7.6 Multiple Quotation for Alternative Material : Tenderers are advised to quote strictly as per Schedule of Quantities in Part B. The schedule of quantities is based on probable quantities. The quantities for individual items may increase or decrease without any restriction depending upon the site conditions and requirements solely at the discretion of the Purchaser. This is not a fixed lump sum contract but a contract based on item rates. As regards make of material acceptable to the Purchaser the tenderers are advised to refer to "Section V – Technical Specification Approvals” and to the list of approved make of materials/equipments. If the tenderer wishes to quote for more than one make of material/equipment/component, they are advised to take copies of Part A of the tender and submit the same for each alternative separately but in the same sealed cover. They are advised for the sake of clarity not to indicate different makes on the same sheet.

7.7 Sample of Materials : Bidders shall submit samples of all materials for better technical evaluation of their offer if demanded by the Purchaser. The samples of the successful bidder may be retained by the purchaser till handing over of the system. All materials shall be New and First class whether used as sample or delivered for installation.

7.8 Test Certificates : The bidders shall submit the test certificates of Type and Routine tests of all the materials that they have offered along with the technical bid for evaluation / reference by the Purchaser.

7.9 Guarantee and Defects Liability Period : The material supplied shall be guaranteed against all types of defects for a minimum period of one year from the date of handing over of the material to the Purchaser. Any defects in the system / sub-assemblies found within the guarantee period shall be rectified / replaced by the tenderer free of cost to the Purchaser.

7.10 Shipping Release : Before dispatching the equipment / material to site, the equipment / material shall be inspected by the Purchaser’s Engineer at the manufacturers’ works and then cleared for shipment. This will however, not in anyway absolve the Contractor of his responsibility about proper performance of the system/ components after erection & commissioning at the designated site.

7.11 Measurement of Quantity : All measurement of quantities shall be done by the Contractor at his cost in presence of the Purchaser’s Engineer or authorized person deputed by him who will certify routes, length, quantities and any other details at site.

11

7.12 Payment Terms : The following terms of payment shall be applicable to this contract:

65% of the Contract value against delivery, pro rata of the value of goods delivered and after checking the same at site

25% on completion of installation & handing over10% of the quoted rate on completion of six months i.e. Defect liability period

All payments shall be made subject to the deduction as per the relevant clause of contract specified in this tender document.No mobilization advance shall be paid.

7.13 Liquidity Damages : Time is the essence of this contract. The entire work shall be completed within 2 calendar months from the 10th day of letter of acceptance failing which liquidated damages at a rate of 0.25% per week of delay beyond the stipulated period with an upper ceiling of 10% of the contract amount for all delays which do not merit any extension of time, will be levied. The successful tenderer shall submit a Bar Chart programme for Completion of supply, installation of the sheets. The amount of liquidated damages shall be recoverable from the payment due to Contractor/Supplier on this or any other contract with the Purchaser.

7.14 Acceptance of Contract : The successful tenderer shall execute an agreement with the Purchaser on stamped paper within 14 (fourteen) days of receipt of letter of acceptance. However, the issue of letter of acceptance by the Purchaser shall be construed as a binding contract, as though such an agreement has been executed and all the terms and conditions shall apply on this contract.

7.15 Bank & Tax Details : The tenderer shall furnish the name and address of the Bankers with whom they normally Bank. The tenderer shall also furnish the other commercial details like Sevice Tax registration, VAT registration, PAN code, WCT, Income Tax Clearance Certificate for last three years, etc. of their firm.

7.16 Client List : The bidders shall also furnish the name and addresses of their recent clients for whom they have carried out similar works/supplies in the recent past, along with full details like the cost and capacity of the system/machine supplied, the date of the supply etc.

7.17 Work Evaluation : The bidders shall furnish full details of all such similar works carried out by them during the last 5 (Five) years. The representative of Purchaser will inspect one or all the works and satisfy itself about the performance of the installed equipments including the quality and reliability of the service rendered before opening Part B of the tenders. Thereafter, the Purchaser at its discretion may consider or reject any or all the tenders without assigning any reason there for.

7.21 Settlement of dispute by Arbitration: All disputes and differences of any kind whatever arising out of or in connection with the Contract or carrying out of the works (whether during the progress of the works or after their completion and whether before or after the determination, abandonment or breach of the contract ), at the request of the aggrieved party in writing, shall be referred to the sole arbitration of the person nominated and appointed by the Director, TIFR, Mumbai and settled by him, who shall state his decision in writing. Such decision may be in the form of a final certificate or otherwise. The parties of the Contract agree that it will be no objection to any such appointment that the sole arbitrator so appointed is a TIFR Employee. The Sole Arbitrator to whom the matter is

12

originally referred being transferred or having vacated his office or being unable to act for any reason whatsoever, the Director, TIFR as aforesaid at the time of such transfer, vacation of office or inability to act, shall appoint another person to act as arbitrator in accordance with the terms of the Contract. Such person as and when appointed shall proceed with the reference from the stage at which it was left by his predecessor in accordance with the rules, regulations and the law of the land. It is also a term of this Contract that no person other than a person appointed by the Director, TIFR as aforesaid should act as Arbitrator and if for any reason that is not possible, the matter is not to be referred to arbitration at all.It is also the term of the Contract that the party invoking the arbitration clause shall specify the dispute(s) or difference(s) to be referred to the arbitration under this Contract together with the amount(s) claimed in respect of each such dispute(s) or difference(s). In an arbitration invoked at the instance of either party to the Contract, the Arbitrator would be free to consider the counterclaims of the other party or even though they are not mentioned in the reference to arbitration.Subject as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 (No.26 or1996) or any statutory modification or re-enactment thereof and rules made there under and for the time being in force shall apply to the arbitration proceeding under this Clause.

7.22 Right of Technical Scrutiny of Final Bill : The Purchaser shall have a right to cause a technical examination of the works and the final bill of the Contractor including all supporting vouchers, abstracts, etc., to be made at the time of payment of the final bill. If as a result of this examination or otherwise, any sum is found to have been overpaid or over-certified, it shall be lawful for the Purchaser to recover the sum.

7.23 Deviation from Tender Specifications: The offer shall be made conforming to the specifications of this tender. Any deviation from the specifications shall be clearly brought out in a separate sheet as per Annexure B. The bidder shall not make any addition / alteration in the text of the specifications.

7.24 The Purchaser reserves the right to accept or reject any or all the tender(s) either in full or in part without assigning any reasons thereof.

I/We have understood all the above-mentioned conditions and they are acceptable to me/us.

Place : Signature of TendererDate : Name

Designation Name of firm Seal of firm

13

PART – ASECTION – III

ARTICLES OF AGREEMENT

ARTICLES OF AGREEMENT made the _______ day of _________ (month & year) between Tata Institute of Fundamental Research, Mumbai (hereinafter called “the Purchaser”) of the one part and ________________________________ (hereinafter called “the Contractor”) of the other part.WHEREAS the Purchaser is desirous of providing Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of Fundamental Research at Colaba, Mumbai.and has caused specifications and Schedule of Quantities describing the works to be done.AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth in the technical specifications, Schedule of Quantities and conditions of Contract (all of which are collectively referred to as “ the said conditions”) the works described in the said Specification and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at or such other sum as shall become payable there under (hereinafter referred to as “the said Contract Amount”).

NOW IT IS HEREBY AGREED AS FOLLOWS1. In consideration of the said Contract Amount to be paid at the times and in the manner

set forth in the said Conditions, the Contractor shall upon and subject to the said Conditions execute and complete the work described in the said Specifications and the Schedule of Quantities.

2. The Purchaser shall pay the Contractor the said Contract Amount, or such other sum as shall become payable, at the times and in the manner specified in the said Conditions.

3. The said Conditions shall be read and construed as forming part of this Agreement, and the parties hereto shall respectively abide by, submit themselves to the said Conditions and perform the agreements on their part respectively in the said Conditions contained.

4. The agreement and documents mentioned herein shall form the basis of the Contract.

5. This Contract is neither a fixed Lump sum Contract nor a Piece Work Contract but is a Contract to carry out the work in respect of the entire Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area at its office at Mumbai to be paid for according to actual measured quantities at the rates contained in the Schedule of Rates and Probable Quantities or as provided in the said Conditions.

6. The Purchaser reserves to itself the right of altering the nature of the work by adding to or omitting any items of work or having portions of the same carried out by other without prejudice to this Contract.

7. Time remains the essence of this contract. The Contractor hereby agrees to commence the work from tenth day after the date of issue of formal works order as provided for in the said Conditions whichever is later and to complete the entire work within 2(two) months subject nevertheless to the extension of time granted by the TIFR.

8. All payments by the Purchaser under this Contract will be made only at Mumbai.9. All disputes arising out of or in any way connected with this agreement shall be deemed

to have arisen at Mumbai and only Courts in Mumbai shall have jurisdiction to determine the same.

10. That the several parts of this Contract have been read by the Contractor and fully understood by the Contractor.

Place : Signature of Tenderer

14

Date :

15

PART – ASECTION – IV

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. General Terms

1.1 Contractor should use proper tools and equipment to carry out the work.

1.2 Contractor should ensure that the place is maintained clean and all waste materials have to be removed from the site on day to day basis to specified garbage area.

1.3 The contract value is for the complete work, as per actual measurement. Excess/waste material should be taken back by Contractor.

1.4 The quantity mentioned in the tender is an estimate; hence Contractor should make a site survey and take necessary permission before starting the work and purchase of material for the project.

1.5 Deviation from the specified makes of the material will not be allowed.

1.6 Contractor / engineer has to attend the site meeting regularly to take stock of the things and monitor the progress/quality of work.

1.7 Contractor has to prepare working drawings and take necessary approval before starting the work.

1.8 Storage space will be provided by TIFR at the site. The material brought for work will be under the custody of Contractor and the Contractor is responsible for the safety of their material.

1.9 All works have to be executed under the supervision of TIFR engineer or his representatives.

1.10 The Contractor has to arrange for his own tools and equipment required for completing the project. Electrical power required for day to day work has to be tapped by the Contractor from near by power source with prior permission from engineer in charge.

1.11 Electricity and water will be provided by Purchaser as far as possible if required for the work.

2 Work at Site

2.1 Access to the works shall be allowed only to the Contractor/ Supplier, Sub-Contractors or his duly appointed representatives. The Contractor/ Supplier shall not object to the execution of work by other Contractors or tradesmen and shall afford them every facility for execution of their several works simultaneously with his own.

2.2 Work at the Purchasers premises shall be carried out at such time as the Purchaser may approve but the Purchaser shall give the Contractor / Supplier all reasonable facilities for the same. The Contractor / Supplier shall provide sufficient fencing, notice boards etc. to guard the works and warn the public.

16

2.3 The Contractor shall obey Central, local and State regulations and enactments pertaining to workmen and labor and the Engineer shall have the right to enquire into and decide all complaints on such matters.

2.4 The Contractor should submit duly filled form for all his staff which will be deployed by him in TIFR for the purpose of carrying out this contract in the attached format in Annexure- A.

3 Delays The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays in commencing and/or executing the work, whatever the cause for such delays may be including delays in procuring Government controlled or other materials and delay in obtaining instructions and decisions from Engineer-in-Charge. The Contractor shall however, merit extension of time as hereinafter mentioned.

4 Extension of Time

If the Contractor is delayed in the progress of work by changes ordered in the work, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended by a reasonable time. No such extension shall be allowed unless requests for extension are made in writing by the Contractor / Supplier to the Engineer within 15 days from the date of occurrence of the delay.

5 Damages

5.1 The Contractor/ Supplier shall be responsible for all injury to persons, animals or things and for all damage to the works, structure of, and decorative work in the property which may arise from operation or neglect of himself or any of his sub- Contractor or of his or sub-Contractors employees, whether such injury or damage may arise from carelessness, accident or any other cause whatever in any way connected with the carrying out of this contract. This clause shall be held to include any damage to buildings, whether immediately adjacent or otherwise, any damage to roads, streets, foot paths, as well as all damage caused to the works forming the subject of this contract by frost or other inclemency of weather. The Contractor / Supplier shall indemnify the Purchaser and hold him harmless in respect of all and any expenses or property as aforesaid and also in respect of any claim made in respect of injury or damage under any acts of Government or otherwise and also in respect of any award of compensation or damages consequent upon such claim.

5.2 The Contractor / Supplier shall reinstate all damage of every sort mentioned in this clause, so as to deliver up the whole of the contract works complete and perfects in every respect and so as to make good or otherwise satisfy all claims for damage to the property of third parties.

5.3 The Contractor / Supplier shall indemnify the Purchaser against all claims which may be made against the Purchaser, by any member of the public or other party, in respect of anything which may arise in respect of the works or in consequence thereof and shall, at his own expense, effect and maintain, until the work has been ‘taken over’.

5.4 The Contractor / Supplier shall also indemnify the Purchaser against all claims which may be made upon the Purchaser whether under the Workmen compensation act or any other statute in force during the currency of this contract or at common law in respect of any employee of the Contractor / supplier or of any of his sub-Contractor and shall at his own expense effect and maintain until the work has been ‘Taken-over’, with an approved office.

17

5.5 The Purchaser, with the concurrence of the Engineer, shall be at liberty and is hereby empowered to deduct the amount of any damages compensation costs, charges and expenses arising or accruing from or in respect of any such claims or damages from any sums due to or become due to the Contractor / Supplier.

6 Termination of Contract by the Purchaser

6.1 If the Contractor / Supplier commits any ‘Act of Insolvency’ or shall be adjudged an Insolvent or shall have an order for compulsory winding up made against him or pass effective resolution for winding up voluntarily, or if the Contractor / Supplier shall suffer execution to be issued, or shall suffer any payment under this contract to be attached by or on behalf or any of the creditors of the Contractor / Supplier, or shall assign the contract without the prior consent in writing of the Engineer, or shall charge or encumber this Contract or any payments due or which may become due to the Contractor hereunder, or if the Engineer shall certify in writing to the Purchaser that the Contractor / Supplier -

a) has abandoned the Contract,OR

b) has failed to commence the works, or has without any lawful excuse these conditions suspended the progress of the works for seven days after receiving from the Engineer written notice to proceed,

ORc) has failed to proceed with the work with such due diligence and failed to make such due progress as would enable the works to be completed in accordance with the approved programme of work,

ORd) has failed to remove materials from the site or to pull down and replace work for seven days after receiving from the Engineer written notice that the said materials or work were condemned and rejected by the Engineer under these conditions,

ORe) has neglected or failed persistently to observe and perform all or any of the acts matters or things by this contract to be observe and performed by the Contractor for seven days after written notice shall have been given to the Contractor / Supplier requiring the Contractor / supplier to observe or perform the same,

ORf) has to the detriment of good workmanship or in defiance of the Engineers instructions to the contrary sub-let any part of the contract,

then and in any of the above said causes, the Purchaser with the written consent of the Engineer may, notwithstanding any previous waiver, after giving seven days notice in writing under the provisions of this clause to the Contractor / Supplier, determine the contract but without prejudice to the powers of the Engineer or the obligations and liabilities of the Contract, the whole of which shall continue to be in force as if the contract has not been so determined and as if the work subsequently executed has been executed by and / or on behalf of the Contractor / Supplier.

6.2 After the issue of such notice, the Contractor / Supplier shall not be at liberty to remove from site any equipment, tools and materials belonging to him which shall have been placed thereon for the purpose of the works and the Purchaser shall have lien upon such equipments, tools or materials to subsist from the date of such notice and until the notice shall have been complied with.

6.3 If the Contractor / Supplier shall fail to comply with the requirements of said notice for seven days after such notice has been given, the Purchaser shall have the power to enter

18

upon and take possession of the works and site and all equipment, tools and materials thereon, and to engage any other person, firm or agency to complete the works, utilizing the equipment, tools and materials to the extent possible. The Purchaser shall not in any way be responsible for damage or loss of the tools, equipment and materials and the Contractor / Supplier shall not have any compensation therefore.

6.4 Upon completion of the works, the Engineer shall certify the amount of expenditure properly incurred consequent on and incidental to the default of the Contractor / Supplier as aforesaid and such amount shall be deducted from the payments due to the Contractor / Supplier, including the Security Deposit. If the said amount exceeds the payments due to the Contractor / Supplier, the Purchaser shall be at liberty to dispose of any of the Contractors / Suppliers materials, tools or equipment and apply the proceeds for the payments due from the Contractor / supplier and recover the balance by process of law.

6.5 After the works has been completed and after the amounts due to the Contractor / Supplier have been fully recovered from the Contractor / Supplier, the Engineer shall give notice in writing to the Contractor / Supplier to remove the surplus equipment and material form site. If such equipment and material are not removed within a period of 14 days after such notice, the Purchaser shall have the power to remove and sell the same holding and return the proceed less the cost of removal and sale, to the credit of the Contractor / Supplier. The Purchaser shall not be responsible for any loss sustained by the Contractor / Supplier from the sale of the equipment and material.

7 Contractors Representative

The Contractor shall employ at least one qualified representative whose name shall have previously been communicated in writing to the Engineer and approved by him to supervise the erection. Any written order or instructions given to the representative shall be deemed to have been given to the Contractor / Supplier. The Engineer shall be at liberty to object to any particular representative / or any persons employed by the Contractor / Supplier on the work and the Contactor / Supplier shall remove the person objected to, on receipt from the Engineer, in writing, a request requiring him to do so and shall provide in his place another competent representative acceptable to the Engineer.

19

PART – ASECTION – V

TECHNICAL SPECIFICATIONS

1 DESCRIPTION

This section of the specification includes Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of Fundamental Research at Colaba, Mumbai

2 CODE AND STANDARDS

The following Standards including all amendments and revisions shall be considered as part of this Specification. Alternative equivalent National Specifications to suit the Country of Origin of the Material, or the country in which the works are constructed may be used with the written approval of the Engineer. In case of discrepancy between these codes/standards and this specification, the most stringent requirement/condition shall apply

The following Indian Standards codes shall be followed.

IS:101 Method of Test for Ready Mixed Paints and Enamels. IS:277 Galvanised Steel Sheets (Plain & Corrugated) - Specification IS:513 Specification for Cold Rolled Low Carbon Steel Sheets and Strips IS:730 Specification for Fasteners for Corrugated Sheet Roofing IS:1367 Technical Supply Conditions for Threaded Steel Fasteners. IS:2527 Code of Practice for Fixing Rain Water Gutters and Down pipes for

Roof drainage IS :1397 Zincalume material specificationIS: 2728 Paint coat for Zincalume sheetIS :3566 Hex head, self drilling screw specification

3 SCOPE OF WORK

3.1 Dismantling, Taking down/removing carefully the existing AC sheets, Gutters from the roof/cladding including unbolting, removing the screws, nuts and bolts and other fasteners necessary scaffolding, platform or other suitable devices for safe working at any height and level, lowering the sheets and other fittings carefully to the floor using suitable Devices/arrangements, sorting out useable and non usable materials as directed by Engineer in charge.

3.2 Dismantling/ cutting out the existing masonry / concrete at end of existing gutters for removing the gutter and rain water pipe, making proper seating to the new gutter by leveling the base with cement mortar 1:4, repairing the area after fixing the gutter and rain water pipe by properly plastering and filling up the gap with brick/CC1:2:4 or mortar 1:4. The work also include curing the cement work, necessary scaffolding, platform or other devices for safe working at any height and level including disposal of debris from the premises to suitable place as directed by Engineer-In charge complete as Directed.

3.3 Designing providing and fixing comprising of the following layers:TOP Sheet of colour coated trapezoidal TRIMDEK or equivalent profile sheet of 1015 mm effective cover width and nominal 28 mm deep ribs with subtle square fluting in the

20

five pan at nominal 200 mm centre-to-centre. The end rib shall be designed for anti-capillary action, to avoid any seepage of water through the lateral overlap. The feed material is manufactured out of nominal 0.45 mm Base Metal Thickness (BMT), Hi-Tensile steel with min. 550 MPa yield strength, metallic hot dip coated with Aluminum-Zinc alloy (55%Aluminum, 45% Zinc) as per IS 1397 - Zincalume AZ150 (Min. 150 gms/sq.mt total on both sides) with Super Polyester Colorbond quality paint coat as per IS/NZS 2728 Class 3of BlueScope Steel make or approved equivalent. The paint shall have a total coating thickness of nominal 35 μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back surface over nominal 5 μm primer coat on both surfaces of approved colour shade by concern authority. The steel manufacturer's test certificate for the chemical and mechanical properties of steel must be submitted for approval by the concerned authority prior to installation. The sheet shall have brand marking of the manufacturer giving product details on the back of the sheet at every 1

3.4 The scope also includes the Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of Fundamental Research at Colaba, Mumbai

3.5 Internal sheets of colour coated PANELRIB profile sheeting with 1110 mm effective cover width profile with nominal 3 mm deep ribs at pitch of nominal 48mm centre to centre distance. The feed material is manufactured out of nominal 0.45 mm Base Metal Thickness (BMT), Hi-Tensile steel with min. 550 MPa yield strength, metallic hot dip coated with Aluminum-Zinc alloy (55% Aluminum, 45%Zinc) as per IS 1397 - Zincalume AZ150 (Min. 150 gms/sq.mt total on both sides) with Super Polyester Colorbond XRW quality paint coat as per IS 2728Class 3 of BlueScope Steel make or approved equivalent. The paint shall have a total coating thickness of nominal 35 μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back surface over nominal5 μm primer coat on both surfaces of approved colour shade by concern authority.The steel manufacturer's test certificate for the chemical and mechanical properties of steel must be submitted for approval by the concerned authority prior to installation. The sheet shall have brand marking of the manufacturer giving product details on the back of the sheet at every 1 meter c/c for confirming genuinety of the material. The steel sheet shall be valley fastened with nominal 40 μm zinc coated or nominal 25 μm zinc-tin alloy coated, Hex head, self-drilling screw as per AS 3566-2002 Class 3 fasteners of approved make (Buildex or equivalent) with EPDM washer as per the requirement considering the profile shape and design load. The fastener size shall be calculated as per the design or manufacturers recommendations. The profile sheet, fastener size etc. shall be approved by the concern authority the measurement shall be based on finished/covered surface area. Fixing of sheets with imported 12g. -24 tpi self tapping self drilling screw, metal bonded EPDM washers, applying polysulphide sealant on all screw and rivets to make the screw holes water-proof and corrosion proof etc.

3.6 Providing and fixing in position rain water gutter of suitable size and shape made out Aluminium sheet,3 mm thick, EG-40 type Including necessary stiffeners, supporting arrangement, cutting, fabricating/ bending to required shape, making the joint water tight fixing in position with necessary screws, clamps, bolts and other fasteners. The gutter should have provision of drop ends, dead ends etc. to the required length and dia for making rain water connections as required at site . The gutter shall be positioned to require slope and position properly supported on fasteners. Additional requirement as per site

21

condition shall be provided and the same will be paid separately under relevant item. All joints to be thoroughly waterproofed.

3.7 Supply and fixing of 2mm thick polycarbonate sheeting with profile to match the sheeting at two places in each Bay.

3.8 Supply and fixing of Turbo ventilator of 600mm diameter throat width to be placed on 2mm thick FRP base plate spanning two purlins only, with trimdeck profile to match the sheeting at two places at each Bay.

3.9 Disposing old AC sheets & Gutters.

3.10 Replacement of damaged/old purlins, old G.I. Jali, glass glazing etc

3.11 Cleaning & applying single coat of primer & two coat of enamel/epoxy paint on purlins, metal structure etc.

4 INSPECTION

Inspection shall be carried out on material and installation at various stages of this contract.All the materials shall be periodically and/or finally inspected and tested by the representatives of TIFR as per the technical specifications

5 Site Inspection

The installation work shall be periodically inspected by the representatives of Institute in presence of the Contractor. Any deviation from compliance of the specifications and standards and from the accepted offer of the Contractor shall be noted and rectified by the Contractor at his cost and conveyance.

6 DRAWINGS, DATA AND MANUALS

To be submitted with the bid:

The following data shall be submitted with the bid.

Completely filled in Data Sheet and Schedules called in Tender Document shall be supplied by the Contractor. The Contractor shall, however, not fill in the figures in the Price Schedule copy to be enclosed with the Technical Part of the Tender.

The following drawings / documents shall be furnished along with the Tender:

1. Drawing of roofing indicating overall dimensions / part list / specifications.2. Manufacturer’s catalogue of Roofing sheets offered.3. Document indicating makes of bought-out items.

7 SAFETY CODE

1. There shall be maintained in a readily accessible place first aid appliances including adequate supply of sterilized dressing and cotton wool.

22

2. An injured person shall be taken to a public hospital without loss of time, in cases where the injury necessitates hospitalization.3. Suitable and strong scaffolds should be provided for workmen for all works that can not be done from ground.4. No portable single ladder shall be over 8 meters in length. The width between the side rails shall not be less than 30 cm. ( clear ) and the distance between two adjacent rungs shall not be more than 30 cm. When a ladder is used, an extra majdoor shall be engaged for holding the ladder.5. The excavated material shall not be placed within 1.5 meters of the edge of the trench or half or the depth of trench whichever is more. All trench and excavations shall be provided with necessary fencing and lighting.6. Every opening in the floor of a building or in a working platform is provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum heights shall be one meter.7. No floor, roof or other part of the structure shall be so overloaded with debris or materials as to render it unsafe.8. Workers employed on mixing and handling materials such as asphalt, cement mortar or concrete and lime mortar shall be provided with protective footwear and rubber hand gloves.9. Those engaged in welding works shall be provided with welder's protective eye-shields and gloves.10.1. No paint containing lead or lead products shall be used except in the form of paste or readymade paint.10.2. Suitable facemasks should be supplied for use by the workers when the paint is applied in the form of spray or surface having lead paint dry rubbed and scrapped.11. Overall shall be supplied by the contractor to the painters and adequate facilities shall be provided to enable the working painters to wash during the periods of cessation.12. Hoisting machines and tackles used in the works, including their attachments, anchorage and suppliers shall be in perfect condition.13. The ropes used in hoisting or lowering materials or as a means of suspension shall be durable quality and adequate strength and free from defects.14. Workers employed for working on high scaffolding such as external plaster, painting, finishing, sanitary & plumbing work etc. shall be provided with safety belt and others as advised by the Employer.15. Workers shall be provided with helmet.16. Temporary electrical wiring shall be done in the manner as advised by the Employer with necessary supports when drawn overheads and proper clamping / fixing should be done when drawn through wall as per regulation of electrical wiring.17. Safety nets should be maintained in all positions necessary to protect personsat work, except in so far as they have to be temporarily removed for the passage of materials or for any other purposes.

23

PART – AAnnexure-A

DETAILS OF CONTRACTOR’S STAFF

1. Name of the Contractor…………………………………………………………………..Address……………………………………………….…………………………..................……………………………………………………………………..……………………phone………………...Mob……..……………2. Type of contract work awarded………………………………… Photograph……………………………………………………………………..3. Working place ………………………………………………….4. Period of the work in TIFR……………………………………..5. Name of the worker …………………………………………….6. Age ……………………………………………………………..7. Working as………………………………………………………8. Education ……………………………………………………….9. Nationality of the worker………………………………………..10. Residential address of the worker………………………………………………………………………………………………………………………………………………………………………………………………………………………………11. Native address of the worker……………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………12. Period of service with the Contractor…………………………………..…………...13. Period of entry permission required from…………………to…………………..……...________________________________________________________________________

I personally know M r./Mrs/Miss……………………………………since……………last…… years …… months. His /her details given above are correct to the best of my knowledge. He/ She is working with me since last………………..… I am fully responsible for his conduct.

Date …..……….. Signature of the ContractorName of the Contractor ………………………………….

Office seal ……………………………………________________________________________________________________________

The person may please be permitted to come inside TIFR.

Signature of Site Engineer

Date…………… Name ………..…………………………

________________________________________________________________________

Mr / Mrs / Miss …………………………. may be permitted to enter inside TIFRfrom……………..….to…..……………… during working / non-working / holidays.

Date…………… Signature of S&FO, TIFR

24

PART – AAnnexure-B

List of deviations from the specifications to be submitted by bidder

S NO Section & Clause No Description of deviation from the tender specifications

Signature of Contractor with date and seal

25

TATA INSTITUTE OF FUNDAMENTAL RESEARACH

HOMI BHABAHA ROAD, COLABA

MUMBAI – 400005

TENDER DOCUMENT

PART – B

Commercial Bid

Name of Work

Design, Supply & Replacement of AC sheet roofing with new pre-coated Galvalume sheets in Central Workshop area of Tata Institute of

Fundamental Research at Colaba, Mumbai.

26

PART – BSECTION – I

Schedule of QuantitiesSr.No.

Description of Item Quantity Rate Amount

1. Taking down/removing carefully the existing AC sheets from the roof/cladding including unbolting, removing the screws, nuts and bolts and other fasteners necessary scaffolding, platform or other suitable devices for safe working at any height and level, lowering the sheets and other fittings carefully to the floor using suitable devices/arrangements ,sorting out useable and non-usable materials as directed by Engineer in charge(The area of the roof as covered with the sheet and fixtures will be measured without considering any allowance for over lapses Net covered area)

1200 SQ Meter

2. Taking down/removal carefully the existing gutters of GI sheet or any type size and pattern from roof along with all fittings including removing the bolts clamps screws, nuts brackets etc necessary scaffolding platform or other devices for working at any height and level, lowering the gutter and accessories carefully to the ground transporting to stores or other area inside factory and properlyStacking as directed by Engineer in Charge, disposing off the debris from the premises including all equipment devices required for execution complete as directed. The work also includes disconnecting all rain water outlets and other connections fasteners etc.

120 R. Meter

3. Dismantling/ cutting out the existing masonry / concrete at end of existing gutters for removing the gutter and rain water pipe, making proper seating to the new gutter by leveling the base with cement mortar 1:4, repairing the area after fixing the gutter and rain water pipe by properly plastering and filling up the gap with brick/CC 1:2:4 or mortar 1:4. The work also include curing the cement work, necessary scaffolding, platform or other devices for safe working at any height and level including disposal of debris from the premises to suitable place as directed by Engineer-In charge complete as Directed.

L.S.

4.a Designing Providing and Fixing comprising of the following layers:TOP Sheet of colour coated trapezoidal TRIMDEK or equivalent profile sheet of 1015 mm effective cover

1200 Sq. Meter

27

width and nominal 28 mm deep ribs with subtle square fluting in the five pan at nominal 200 mm center-to-center. The end rib shall be designed for anti-capillary action, to avoid any seepage of water through the lateral overlap. The feed material is manufactured out of nominal 0.45 mm Base Metal Thickness (BMT), Hi-Tensile steel with min. 550 MPa yield strength, metallic hot dip coated with Aluminum-Zinc alloy (55% Aluminum, 45% Zinc) as per IS 1397 - Zincalume AZ150 (Min. 150 gms/sq.mt total on both sides) with Super Polyester Colorbond quality paint coat as per AS/NZS 2728 Class 3 of BlueScope Steel make or approved equivalent. The paint shall have a total coating thickness of nominal 35 μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back surface over nominal 5 μm primer coat on both surfaces of approved colour shade by concern authority. The steel manufacturer's test certificate for the chemical and mechanical properties of steel must be submitted forapproval by the concerned authority prior to installation. The sheet shall have brand marking of the manufacturer giving product details on the back of the sheet at every 1 meter c/c for confirming genuinely of the material. The steel sheet shall be rib fastened with nominal 40 μm zinc coated or nominal 25 μm zinc-tin alloy coated, Hex head, self-drilling screw as per IS 3566-2002 Class 3 fasteners of approved make (Buildex or equivalent) with EPDM washer as per the requirement considering the profile shape and design load. The fastener size shall be calculated as per the design or manufacturers recommendations. The profile sheet, fastener size etc. shall be approved by the concern authority. All the accessories like gutter/ flashing / capping shall be made from the same material which is used for main cladding application. The measurement shall be based on finished/covered surface area.

4 b. G.I ‘Z’ purlins of 50mmX40mmX50mmX 2mm Thks fixed with self-drilling screw as per IS 3566-2002 Class 3 fasteners of approved make (Buildex or equivalent) with EPDM washer as per the requirement considering the profile shape and design load. The fastener sizeshall be calculated as per the design or manufacturers recommendations

600 R. meter

4 c. 1 layer of Heavy Duty vapour control barrier layed on the Bottom sheet with 48 densities 50mm thk Glass wool of M/S U P Twiga or Equivalent wrapped in plastic sheets.

1200 Sq. meter

4 d. Internal sheets of colour coated PANELRIB profile sheeting with 1110 mm effective cover width profile with

1200 Sq. Meter

28

nominal 3 mm deep ribs at pitch of nominal 48 mm centre to centre distance. The feed material is manufactured out of nominal 0.45 mm Base Metal Thickness (BMT), Hi-Tensile steel with min. 550 MPa yield strength, metallic hot dip coated with Aluminum-Zinc alloy (55% Aluminum, 45% Zinc) as per AS 1397 - Zincalume AZ150 (Min. 150 gms/sq.mt total on both sides) with Super Polyester Colorbond XRW quality paint coat as per IS 2728 Class 3 of BlueScope Steel make or approved equivalent. The paint shall have a total coating thickness of nominal 35 μm, comprising of nominal 20 μm exterior coat on top surface and nominal 5 μm reverse coat on back surface over nominal 5 μm primer coat on both surfaces of approved colour shade by concern authority.The steel manufacturer's test certificate for the chemical and mechanical properties of steel must be submitted for approval by the concerned authority prior to installation. The sheet shall have brand marking of the manufacturer giving product details on the back of the sheet at every 1 meter c/c for confirming genuinity of the material. The steel sheet shall be valley fastened with nominal 40 μm zinc coated or nominal 25 μm zinc-tin alloy coated, Hex head, self-drilling screw as per AS 3566-2002 Class 3 fasteners of approved make (Buildex or equivalent) with EPDM washer as per the requirement considering the profile shape and design load. The fastener size shall be calculated as per the design or manufacturers recommendations. The profile sheet, fastener size etc. shall be approved by the concern authority The measurement shall be based on finished/covered surface area.Fixing of sheets with imported 12g. -24 Tpi self tapping self drilling screw, metal bonded EPDMwashers, applying polysulphide sealant on all screw and rivets to make the screw holes water-proof and corrosion proof etc.

4 e. Flashing at all places where glass wool should not be seen from anywhere

550 R meter.

5. Providing and fixing in position rain water gutter of suitable size and shape made out 3 mm thick Aluminium sheet, EG-40 type Including necessary stiffeners, supporting arrangement, cutting, fabricating/ bending to required shape, making the joint water tight fixing in position with necessary screws, clamps, bolts and other fasteners. The gutter should have provision of drop ends, dead ends etc. to the required length and dia for making rain water connections as required at site . The gutter shall be positioned to require slope and position properly supported on fasteners. Additional requirement as per site condition shall be provided and

120 R meter

29

the same will be paid separately under relevant item. All joints to be thoroughly waterproofed.

6. Supply and fixing of 2mm thick polycarbonate sheeting with profile to match the sheeting at two places in each Bay, Size: 6 Sq. mtr. x 2 location in each bay x 3 bays = 36.00 sq.m.

36 Sq. meter

7. Supply and fixing of Turbo ventilator of 600mm diameter throat width to be placed on 2mm thick FRP base plate spanning two purlins only, with trimdeck profile to match the sheeting at two places at each Bay

06 Nos.

8. Replacement of Old/damaged purlins,M.S. L angle Size: 60 X 60 X 6 mm thk

250 R meter

9. Replacement of Old/damaged G.I. JaliSize: 3 Inch X 1 Inch X 3 mm thk.

1200 Sq. Ft.

10. Replacement of Old/damaged Glass glazing with aluminium frame as per existing design

1200 Sq. Ft.

11. Protective coat by one coat of primer & two coats of enamel or epoxy paints to all metal structure/purlins

L.S.

12. Disposing of Old unusable AC sheets 1200 Sq meter

13. Disposing of Old unusable AC Gutters 120 R meter

NOTE:1. The rate shall include all safety devices and equipment for working at roof.2. The Contractor shall observe all the safety provisions and other statutory requirement as applicable under relevant acts.3. Contractor shall submit the contractor all risk policy and extent insurance coverage to workmen under workman’s compensation act No workman will be allowed to work on roof without proper insurance coverage as required.4. The contractor shall execute other items/works as may be required for

satisfactory completion of work which shall be paid as per the terms of contract.5. Contractor shall make arrangement to clear off the dismantled debris from the premises from time to time. Accumulation of debris at site for long time till will not be permitted6. The work shall be planned in such a way that the working in the shop is least effected7. A qualified and responsible Engineer shall be in attendance at site exclusively for this work and he shall be fully associated with the right from planning to execution and co-ordination of the work 8. Skilled and experienced working hand shall be deployed for the work.9. water/electric charge will not be recover for this work considering the nature of work and practicability; however supply will be provided as per requirement at site. Arrangements for taking the connection shall be made by the contractor at his cost.10. Work is to be taken up part as per the convenience of the working shop and

30

the entire work in that area shall be completed before proceeding further. Removal of sheeting will not be permitted to other area unless the work in planned area is completed.11. All the required material shall be brought at site and sufficient skilled shall be arranged before commencing the work at roof.12. Dismantling shall be carried out carefully without causing any damage to the existing structure and the machines/equipment on the shop floor. The roofing sheet and accessories shall be lowered down with special care using suitable devises and fasteners. Care shall be taken not to damage any service lines/machines while working.

31

TATA INSTITUTE OF FUNDAMENTAL RESEARCH(Deemed University)

National Centre of the Government of India for Nuclear Science and MathematicsHOMI BHABHA ROAD, COLABA, MUMBAI – 400 005

(PURCHASE SECTION)

Terms and Conditions

1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Commercial Bid) consisting of only Price shall be submitted in separate sealed envelopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before 13.00 hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at 14.00 hrs on the due date in the Purchase Section. Tenders submitted after 13.00 hrs. on due date will not be considered.

2. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected.

3. The technical bid should not contain any indication of the price.

4. After scrutiny of Technical Bids, Commercial bids of only those who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder.

5. Tender Forms can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs.500/- by cash/Demand Draft in favour of Tata Institute of Fundamental Research, Mumbai alongwith a letter address to the cashier, Accounts Department on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m.

6. The firm who wishes to download the specifications, terms and conditions may do so. While submitting the quotation, a DD of Rs.500/- for each tender drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with Technical Bid.

7. After downloading the documents please inform your company details such as name, address, telephone nos., contact person and email address etc. by email to us. ([email protected], [email protected]).

32

8. Quotations must be valid for a period of 180 days from the due date.

9. Tenders containing correction, overwriting will not be considered.

10. Tenderer should sign on all the pages of the technical bid and the price bid.

11. Tenders who do not comply with any of the above conditions are liable to be rejected.

12. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.

13. TIFR reserves the right to place the order for part/reduced quantity than what is specified in the tender.

14. Our standard Payment terms are as follows:- Up to maximum of 80% against delivery of the material at TIFR.- Balance 20% of the order value will be released on receipt, installation, commissioning and acceptance of the equipment/machinery/materials.

15. EMD – by Demand Draft / Pay Order in favour of Registrar, TIFR payable at Mumbai and should be enclosed to technical bid.

SR. PURCHASE OFFICER

33

34